Loading...
RQAW Corporation/Eng/271,695/Carmel Drive and Pennsylvania Street RoundaboutRQAW Corporation Engineering - 2017 Appropriation: # 2016 COIT Bond Fund; P.O. 100123 Contract Not To Exceed $271,695.00 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 RQAW Corporation (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 1 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. [SAContractslProf.Sv & Goods SwslEngin=ingl2017NiQAW Corp= ion Professional Sttvics Contract.doc:?17/2017 9:17 AM] RQAW Corporation Engineering - 2017 Appropriation: # 2016 COIT Bond Fund; P.O. 100123 Contract Not To Exceed $271,695.00 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 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 Two Hundred Seventy One Thousand Six Hundred Ninety Five Dollars ($271,695.00) (the "Estimate"). Professional shall submit an invoice to City no more than once every thirty (30) days for Services provided City during the time period encompassed by such invoice. Invoices shall be submitted on a form containing the same information as that contained on the Professional Services Invoice attached hereto as Exhibit B, incorporated herein by this reference. City shall pay Professional for all undisputed Services rendered and stated on such invoice within thirty five (35) days from the date of City's receipt of same. 5.2 Professional agrees not to provide any Services to City that would cause the total cost of same to exceed the Estimate, without City's prior written consent. jSACmtracts\Pwf.Sws & Goods SvcslEnginaring120171RQAW Corporation Professional Service Conmadm2212017 9:17 AM] 2 RQAW Corporation Engineering - 2017 Appropriation: # 2016 COIT Bond Fund; P.O. 100123 Contract Not To Exceed $271,695.00 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, 2017, 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. ]SAConnactsTrof.Sva & Goods SvcslEngineaing12017\RQAW Corpmtian Professional Savicu Contract.d-202017 9:17 AM] RQAW Corporation Engineering - 2017 Appropriation: # 2016 COIT Bond Fund; P.O. 100123 Contract Not To Exceed $271,695.00 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:1ConnactsTmESv &Good SwslEnginocring120171RQAW Corpmtim Professional S—i—Connadoa=12017 9:17 AM) 4 RQAW Corporation Engineering - 2017 Appropriation: # 2016 COIT Bond Fund; P.O. 100123 Contract Not To Exceed $271,695.00 7.10 Discrimination Prohibition Professional represents and warrants that it and each of its employees, agents and contractors shall comply with all existing and future laws prohibiting discrimination against any employee, applicant for employment and/or other person in the subcontracting of work and/or in the performance of any Services contemplated by this Agreement with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, subcontracting or work performance hereunder because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. This indemnification obligation shall survive the termination of this Agreement. 7.11 E -Verify Pursuant to I.C. § 22-5-1.7 et seq., Professional shall enroll in and verify the work eligibility status of all of its newly -hired employees using the E -Verify program, if it has not already done so as of the date of this Agreement. Professional is further required to execute the attached Affidavit, herein referred to as Exhibit D, which is an Affidavit affirming that: (i) Professional is enrolled and is participating in the E -verify program, and (ii) Professional does not knowingly employ any unauthorized aliens. This Addendum incorporates by reference, and in its entirety, attached Exhibit D. In support of the Affidavit, Professional shall provide the City with documentation that it has enrolled and is participating in the E -Verify program. This Agreement shall not take effect until said Affidavit is signed by Professional and delivered to the City's authorized representative. Should Professional subcontract for the performance of any work under this Addendum, the Professional shall require any subcontractor(s) to certify by affidavit that: (i) the subcontractor does not knowingly employ or contract with any unauthorized aliens, and (ii) the subcontractor has enrolled and is participating in the E -verify program. Professional shall maintain a copy of such certification for the duration of the term of any subcontract. Professional shall also deliver a copy of the certification to the City within seven (7) days of the effective date of the subcontract. If Professional, or any subcontractor of Professional, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Professional or subcontractor subsequently learns is an unauthorized alien, Professional shall terminate the employment of or contract with the unauthorized alien within thirty (30) days ("Cure Period"). Should the Professional or any subcontractor of Professional fail to cure within the Cure Period, the City has the right to terminate this Agreement without consequence. The E -Verify requirements of this Agreement will not apply, should the E -Verify program cease to exist. 7.12 Severability If any provision of this Agreement is held to be invalid, illegal or unenforceable by a court of competent jurisdiction, that provision shall be stricken, and all other provisions of this Agreement that can operate independently of same shall continue in full force and effect. jSAContmcts\Prof.Sv s & Goods Svcs\Engin«ring\2017\RQAW Corpmation Professional Services Contmct.doo:7l nOV 9:17 AM] RQAW Corporation Engineering - 2017 Appropriation: # 2016 COIT Bond Fund; P.O. 100123 Contract Not To Exceed $271,695.00 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: RQAW Corporation Richard T. O'Connor, PE 10401 North Meridian Street Suite 401 Indianapolis, IN 46290 roconnor@Maw.com 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 Governing Law; Lawsuits This Agreement shall be governed by and construed in accordance with the laws of the State of Indiana, except for its conflict of laws provisions, as well as by all ordinances and codes of the City of Carmel, Indiana. The parties agree that, in the event a lawsuit is filed hereunder, they waive any right to a jury trial they may have, agree to file such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 7.16 Waiver Any delay or inaction on the part of either party in exercising or pursuing its rights and/or remedies hereunder or under law shall not operate to waive any such rights and/or remedies nor in any way affect the rights of such party to require such performance at any time thereafter. [SAConnactsTmESv & Goods SwslEngin=ing12017\RQAW Corporation Profs ional Savicm Contmc1.doo:2rM017 9:17 AM] RQAW Corporation Engineering - 2017 Appropriation: # 2016 COIT Bond Fund; P.O. 100123 Contract Not To Exceed $271,695.00 7.17 Non -Assignment Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder without City's prior written consent. 7.18 Entire Agreement This Agreement contains the entire agreement of and between the parties hereto with respect to the subject matter hereof, and no prior agreement, understanding or representation pertaining to such subject matter, written or oral, shall be effective for any purpose. No provision of this Agreement may be amended, added to or subtracted from except by an agreement in writing signed by both parties hereto and/or their respective successors in interest. To the extent any provision contained in this Agreement conflicts with any provision contained in any exhibit attached hereto, the provision contained in this Agreement shall prevail. 7.19 Representation and Warranties Each party hereto represents and warrants that it is authorized to enter into this Agreement and that any person or entity executing this Agreement on behalf of such party has the authority to bind such party or the party which they represent, as the case may be. 7.20 Headings All headings and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 7.21 Advice of Counsel The parties warrant that they have read this Agreement and fully understand it, have had an opportunity to obtain the advice and assistance of counsel throughout the negotiation of same, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 7.22 Copyright City acknowledges that various materials which may be used and/or generated by Professional in performance of Services, including forms, job description formats, comprehensive position questionnaire, compensation and classification plan and reports are copyrighted. City agrees that all ownership rights and copyrights thereto lie with Professional, and City will use them solely for and on behalf of its own operations. City agrees that it will take appropriate action with its employees to satisfy its obligations with respect to use, copying, protection and security of Professional's property. 7.23 Personnel Professional represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such personnel shall not be employees of or have any contractual relationship with City. All of the services required hereunder will be performed by Professional or under his supervision and all personnel engaged in the work shall be fully qualified to perform such services. ]S:1ConnctsTmESv &Goods SmXEnginaring120IMQAWCorp=tiw Prokssi—lS—i=Con=d.doc:2/1120179:17 AM] 7 RQAW Corporation Engineering - 2017 Appropriation: # 2016 COIT Bond Fund; P.O. 100123 Contract Not To Exceed $271,695.00 7.24 Records and Inspections Professional shall maintain full and accurate records with respect to all matters covered under this agreement for three (3) years after the expiration or early termination of this Agreement. City shall have free access at all proper times to such records and the right to examine and audit the same and to make transcripts there from, and to inspect all program data, documents, proceedings and activities. 7.25 Accomplishment of Project Professional shall commence, carry on, and complete the project with all practicable dispatch, in a sound economical and efficient manner, in accordance with the provisions thereof and all applicable laws. In accomplishing the project, Professional shall take such steps as are appropriate to ensure that the work involved is properly coordinated with related work being carried on within City's organization. 7.26 Iran Certification Pursuant to I.C. § 5-22-16.5, the Professional shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. 7.27 Access to Public Records Act Professional understands and agrees that any "public record", as that term is defined in Indiana Code 5-14-3- 2(m), as amended, that is related to the subject matter of this Agreement, whether the same is in the possession or control of the Professional or the City, shall be subject to release under and pursuant to the provisions of Indiana's Access to Public Records Act, as codified in Indiana Code 5-14-3-1, et sec., as amended. (remainder of page intentionally left blank) [SACon"cmTroESv & Goods SvcslEngincering12017\RQAW CoTorelion Professional Savices COnnnad=2=017 9:17 AM] RQAW Corporation Engineering - 2017 Appropriation: #2016 COIT Bond Fund; P.0.400,123 Contract Not To Exceed $271.;695.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety BY: ../ aures B mard, Presiding Officer Date: MaN Ann Date: u e, NVr S� / Lori S. Watsdn, Member Date. �-./� �f-7— ATTEST: C -7 Christi S. P uley, B erk-Tr asur Date: �,1dG 1i RQAW Corporation W --- - — �le Authorizzad-Sidnature ' Printed Name: Title: Lo .'Jo"r FID/TIN: .3 S'� P2 7 f y i Last Four of SSN if Sole Proprietor: Date: JSXmmasTmf.S s & Gopds S%cs Engincering1.20inQANV Cmp—lim Hufessimul S—i—C-M,Ld-.212,2017 9.17 ADIJ I (, — -Gr-3 G -- 1-4 9 Preliminary Engineering Services Carmel Dr. and Pennsylvania Street Carmel, IN Des No. 1600885 I. INTRODUCTION This scope of work consists of Preliminary Engineering Services for Carmel Drive and Pennsylvania Street Project, in Carmel, Indiana. RQAW will perform the work described in this proposal. The intent of the project is to reconstruct the intersection of Carmel Drive and Pennsylvania St. with a modern two-lane roundabout that satisfies the current anticipated traffic model. Pennsylvania St. will remain one lane in each direction, while Carmel Dr. will remain two lanes in each direction. II. ABREVIATED ENGINEERING ASSESSMENT RQAW will develop an Abbreviated Engineering Assessment, for use in the Federal Aid submittals. III. SURVEY Topographic Survey shall be required for the approximately 400' along all legs of the intersection of Carmel Dr. and Pennsylvania St. Desk review and field investigation shall be used to determine the project stationing and field investigation shall be used to evaluate the existing pavement. IV. HYDRAULIC CALCULATIONS Hydraulic calculations shall be necessary for the placement of drainage structures tying into the existing storm sewer system. No drainage calculations are anticipated for culverts or bridges. The report detailing the inlet spacing and pipe efficiencies for this project will be developed using City and standard INDOT controlling criteria. V. CULVERT DETAILS There are no culverts anticipated on this project. VI. ROADWAY PLANS The roundabout shall be designed with limited impacts to the existing corners of the intersection to minimize project right-of-way acquisition. A preliminary roundabout layout will be produced showing that all critical design elements are addressed including but not limited to fastest path calculations, design vehicle tracking, and intersection sight lines for review by the City. Prepare plans in accordance with the accepted standards for such work and in accordance with the following documents in effect at the time the plans or reports are submitted: American Association of State Highway and Transportation Officials' "A Policy on Geometric Design of Highways and Streets"; Indiana Department of Transportation's Standard Specifications; Manual on Uniform Traffic Control Devices; Design memoranda and INDOT Design Manuals (IDM), except as modified by the special provisions. VII. PERMIT APPLICATIONS A Rule 5 permit will be necessary and the services will be completed by RQAW. Permitting services will be completed by RQAW. VIII. RIGHT OF WAY PLAN DEVELOPMENT RQAW assumes that approximately 4 parcels will be effected by the anticipated work. RQAW will coordinate the layout of the right-of-way to be acquired, the right of way plan development and title research services will be completed with the City's on-call contract by others. IX. PAVEMENT EVALUATION AND DESIGN RQAW will compile all required data to complete the necessary pavement design and submit to INDOT. Pavement cores, falling weight deflectometer testing and pavement core testing, shall be provided by Earth Exploration, Inc. X. GEOTECHNICAL SERVICES The geotechnical investigation and report will be completed and submitted for approval by Earth Exploration. XI. UTILITY COORDINATION Utility coordination will be completed by RQAW. Coordinate with existing Utilities will follow the most current INDOT Utility Coordination Guidelines. XII. ENVIRONMENTAL DOCUMENT Environmental impacts incurring during the project are expected to be minimal. It is anticipated this project will likely require a Categorical Exclusion (CE) level 1 Environmental Document and is likely to warrant a "No Adverse Effect" Section 106 finding, requiring a Historic Properties Report. The level of environmental documentation will be dependent on right-of-way requirements. XIII. ADDITIONAL COORDINATION Coordinate with City of Carmel to develop a Traffic Control Plan, including any special elements, identified by City of Carmel. Coordinate the design with the development of adjacent projects to ensure construction compatibility and continuity. Arrange and attend meetings or conferences with City of Carmel officials and other interested agencies as required. Prepare presentation materials for meetings and prepare and distribute minutes. Meetings shall include but not limited to the following: 1. Field Checks — Arrange and attend the preliminary field check. Prepare the field check notification letter and distribute it along with the plans. This additional coordination will be included in the Road Design Fee. XIV. SUBMITTAL ITEMS RQAW will submit per the requirements as detailed in the IDM and additional City of Carmel requirements including a cost estimate and common unique special provisions, as appropriate to the submission. The responsible registered professional engineer will affix their seal to all plans and the final contract book. RQAW will prepare the contract bid package and coordinate any necessary revisions with City of Carmel. XV. LIGHTING This work will include lighting design to City standards. XVI. TRAFFIC ANALYSIS This work will include roundabout analysis, signal timing recommendations, and signal equipment, including detection and phasing analysis. XVH. ENGINEER'S FEES Fee information shall be provided in the cover letter. XVIH. ASSUMPTIONS & EXCLUSIONS A. It is assumed a public hearing will not be required as part of the environmental document. B. The estimated total construction cost is $2,000,000. XIX. CONCLUSION RQAW will organize survey services to be completed and start preparing Preliminary Field Check Plans after receiving written notice to proceed. Carmel Drive and Pennsylvania Avenue (Local/Federal Hybrid) City of Carmel Estimated Construction Cost and Proposed Fees Items Construction Cost Proposed Fee Topographic Survey $32,925 Environmental Document $22,200 Geotechnical Investigation $15,770 Title Reports and Updates ** $8,800 Right -of -Way En ' eermi $28,000 APA's ** $1,600 Road Desi $125,000 Utility Coordination $10,000 RAB Schematic Design $10,000 Traffic/Lighting Design $7,500 Signal Otimization $9,900 $2,000,000 2020) $2,000,000 2020 $271,695 Assumptions for Proposed Fee Development: See fee related assumptions with individual task manhour justifications. * Please review manhour justification for fee breakdown. **As per INDOT Right -of -Way services fee tables %.. �`a kl a : Ems• a a �' CERTIFIED ENGINEERING, INC. - FEE JUSTIFICATION EXHIBIT MANHOURS BY CLASSIFICATION - FIELD SURVEY & L.C.R.S.P. OWNER: CITY OF CARMEL DESCRIPTION: CARMEL DRIVE & N. PENNSYLVANIA STREET SURVEY PROJECT SURVEYOR CREW I CHIEF INSTRUM. I OPERATOR FLAGGER CADD TECHNIC'N TOTAL RESEARCH: Section Corners 2 2 Plats & Property Owners 6 6 Existing Right -of -Way 4 8 Utilities 1 Section Corners & Line Tie-in 1 8 8 8 4 Re-establish Alignment & Centerline 1 6 6 6 Topography 1 32 32 26 32 Re-establish Bench Circuit 8 8 2 Cross -Sections 8 8 Field Check . 4 Field Book 1 2 8 Section Plats 1 8 Utility Location 8 8 4 Route Survey Plat 24 16 Q/A &'Revisions 8 Total Hours: 50 1 72 70 34 100 Hourly Rate: $160.00 1 $91.50 $64.67 $69.00 $114.67 Totals: 1 $8,000.00 1 $6,588.00 $4,526.90 $2,346.00 $11,467.00 $32,927.90 TOTAL FIELD SURVEY & ROUTE SURVEY FEE $32,925.00 Carmel Drive & Pennsylvania Street Roundabout MANHOUR JUSTIFICATION 14M CE DOCUMENTS AND RELATED 's t Task CE Documents and Related mruuuwcwcwmadnutmrcts Date: June 10, 2016 Task/ ManhourSumma SPE ENV. NEPA SPECIALIST ENV. BIOLOGIST HLSTORION/SEC. 106 SPECIALIST TECH CLERICAL TOTAL HOURS Project Organization and Coordination 0 2 2 2 0 2 8 Identi Property Owners and Send Notification Letters 0 0 6 0 0 0 6 Field Inspection 0 0 6 6 0 0 12 Red Fla Investigation 0 0 8 2 0 0 10 Early Coordination 0 18 0 0 0 0 18 Historic Properties Short Report 0 0 0 22 0 0 22 800.11(d) 0 0 0 18 0 0 18 Waters of the US Report 0 0 12 0 0 0 12 Meetings 0 0 6 6 0 0 12 Prepare Categorical Exclusion - Level 2 0 38 8 8 0 0 54 Total Engineering Manhours 0 58 48 64 0 2 172 Average Hourlv Rate 40.00 33.50 33.50 26.92 28.70 16.30 Total Direct Labor 0.00 1943.00 1608.00 1722.88 0.00 32.60 5,306.48 Overhead 2.2414 11,893.94 Total Labor Cost (Payroll + Overhead 17,200.42 Fixed Fee (15.0.%) 2,580.06 Direct Expenses See below 2,346.00 TOTAL FEE 22,126.49 USE22;2a0i00. DIRECT NON -SALARY COSTS Mileage:(0.40/miles X 10 miles X 2 trips) Meals: ($26 X 2 persons X 1 day) Hotel ($89/night X 0 nights X 0 persons) Archaeological Survey (CRA) No Sites (additional $1,250 per site) Report Copies/Postage/Parking Fees Legal Notices TOTAL DIRECT NON -SALARY COSTS $8.00 $52.00 $0.00 $1,911.00 $125.00 $250.00 $2,346.00 E 1.11 f f A 66Fw Cost Estimate Carmel Drive and Pennsylvania Street Intersection Improvements Carmel, Hamilton Co., Indiana Unit Unit Price Total GEOTECHNICAL FIELD 1. Mobilization and Field Coordination a. SPT Rig 1 ea $260.00 $260.00 b. CPT ea $440.00 c. Field and utility coordination 1 LS $450.00 $450.00 d. Field coordination with property owners L 1 -10 1 LS $300.00 $300.00 ii. 11 - 25 LS $500.00 iii. Over 25 LS $690.00 e. Mileage 40 mi $3.40 $136.00 2. Truck mounted borings with split spoon sampling ft $18.50 3. Truck mounted borings with drilling fluid ft $18.50 4. Truck mounted core drilling ft $38.00 5. Truck mounted borings a. Truck mounted borings through bedrock or boulders or concrete pavement ft $36.40 b. Bridge deck coring and restoration ea $330.00 6. Cone penetrometer testing a. Set up ea $75.00 b. Subsurface profiling ft $11.90 c. Profiling with pore pressure measurement 1. Piezometric Saturation ea $91.00 ii . Penetration ft $14.20 iii. Pore water dissipation test hr $184.00 iv. Hydraulic conductivity and consolidation ea $70.00 d. Profiling with Shearwave Velocity Measurement ft $15.23 e. Sample ea $22.00 7. Hand or truck soundings 10 ft $11.60 $116.00 8. Hand auger drilling 20 ft $12.00 $240.00 9. Skid mounted borings with split spoon sampling 75 ft $29.00 $2,175.00 10. Skid mounted borings using drilling fluid ft $29.00 11. Skid mounted core drilling ft $42.00 12. Skid mounted boring through bedrock or boulders ft $44.00 13. Skid mounted soundings ft $16.40 14. Skid Mounted Cone Penetrometer Testing (CPT) a. Setup ea $110.00 b. Subsurface profiling ft $17.30 c. Profiling with pore pressure measurement I. Piezometric Saturation ea $108.00 ii. Penetration ft $20.00 iii. Pore Water Dissipation Test hr $216.00 iv. Hydraulic Conductivity and Consolidation ea $83.00 d. Profiling with Shearwave Velocity Measurement ft $23.50 04 @( C@l0j ` ZA PI 8 9 � Unit Unit Price Total e. Sample ea $31.00 15. Furnishing of a boat Actual Cost 16. Barge set-up expenses a. Navigable water i. Barge set-up ea $5,600.00 ii. Rental of support equipment and/or boat Actual Cost iii. Drill rig downtime hr $140.00 b. Non -navigable water barge set-up ea $4,800.00 17. Additional disassembly and reassembly a. Navigable water ea $2,000.00 b. Non -navigable water ea $1,800.00 18. Barge mounted borings with split spoon sampling ft $32.00 19. Barge mounted core drilling ft $44.00 20. Barge mounted boring through bedrock or boulders ft $44.00 21. Barge mounted soundings ft $19.00 22. Casing through water ft $8.15 23. Uncased sounding through water ft $5.40 24. Set up for borings and machine soundings a. Borings and machine soundings less than 20 ft deep 5 ea $68.00 $340.00 b. Rock core borings ea $116.00 25. Additional 2 -in. split spoon sampling 5 ea $20.00 $100.00 26. 3 -in. split spoon samples ea $22.00 27. 3 -in. Shelby tube samples 3 ea $60.00 $180.00 28. Bag samples a. 25 -Ib sample 2 ea $50.00 $100.00 b. 5 -Ib sample ea $32.00 29. Field vane shear test ea $110.00 30. 4'/2 -in. cased hole ft $12.00 31. Installation of Geotechnical Instruments a. Inclinometer casing installation ft $14.07 b. Piezometer installation up to 25 ft below surface ea $245.00 c. Piezometer installation deeper than 25 ft below surface ea $270.00 d. Metal protective outer cover for inclinometer and piezometer casings ea $120.00 32. Geotechnical engineer 4 hr $115.00 $460.00 33. Railroad expenses Actual Cost 34. Twenty-four hour water levels a. Field measurements per borehole 1 ea $36.50 $36.50 b. PVC slotted pipe ft $5.60 35. Special borehole backfilling a.0to30ft I. SPT 5 ea $105.00 $525.00 ii . CPT ea $45.00 b. More than 30 ft i. SPT ft $6.30 ii . CPT ea $1.88 $FF 4"=Pg 4 '' 6T c. Pavement restoration 36. Dozer rental 37. Traffic control a. Flag crew b. Equipment Rental c. Flag crew with equipment 38. Centerline surveying GEOTECHNICAL LABORATORY 39. Sieve analysis for soils 40. Hydrometer analysis 41. Sieve analysis for Aggregates a. Analysis by Washing (AASHTO T-11) b. Analysis by Using (AASHTO T-27) 42. Liquid limit 43. Plastic limit & plasticity index 44. Liquid Limit Ratio 45. pH test 46. Loss on Ignition Test a. Loss on Ignition Test (Conventional) b. Loss on Ignition Test (Sequential) c. Organic content based on Clodmeter 47. Topsoil Tests a. Phosphorus tests b. Potassium tests 48. Moisture Content Tests a. Moisture Content Test (Conventional) b. Moisture Content Test (Microwave) 49. Expansion Index of Soils 50. Specific Gravity Test 51. Unit weight determination 52. Hydraulic Conductivity Test a. Constant Head b. Failing Head 53 a. Unconfined Compression Test b. Remolding of soil samples with chemical admixtures in chemical soil modification/stabilization (3 samples is equal to 1 unit) c. Point Load Strength Index of Rock 54 Compressive Strength and Elastic Moduli of Intact Rock a. Compressive Strength of Intact Rock b. Elastic Moduli of Intact Rock 55 Consolidation Test 56 Triaxial test a. Unconsolidated - Undrained (UU) Unit Unit Price Total 4 ea $58.00 $232.00 30 ea Actual Cost $195.00 day $700.00 ea Actual Cost 1 day $800.00 $800.00 2 ea Actual Cost $34.00 Subtotal (Geotechnical Field) $6,450.50 4 ea $48.00 $192.00 4 ea $55.00 $220.00 ea $75.00 ea $131.00 4 ea $33.00 $132.00 4 ea $24.00 $96.00 ea $74.00 4 ea $15.00 $60.00 ea $23.00 ea $51.00 ea $23.00 ea $20.00 ea $20.00 30 ea $6.50 $195.00 ea $8.00 ea $230.00 1 ea $35.00 $35.00 2 ea $17.00 $34.00 ea $225.00 ea $275.00 2 ea $44.00 $88.00 ea $110.00 ea $42.00 ea $105.00 ea $420.00 ea $430.00 ea $336.00 g0f20 b. Consolidated - Undrained (CU) c. Consolidated -Drained (CD) d. Pore Pressure measurement with a. or b. and use of back pressure for saturation 57 Direct Shear Test 58 Moisture -Density Relationship Test a. Standard Proctor b. Modified Proctor 59 Soil Support Testing a. California Bearing Ratio Test b. Subgrade Resilient Modulus 60 Collapse Potential Evaluation Test a. Silty Soil (Loess) b. Cohesive or Expansive Soils 61 . Water Soluble Sulfate Test 62 Water Soluble Chloride Test 63 Soil Resistivity Test 64 a. Slake Durability Index Test b. Jar Slake Test GEOTECHNICAL ENGINEERING 65 Geotechnical profile and related work a. Without soil subgrade drawings First mile Each additional mile b. With soil subgrade drawings First mile Each additional mile c. Soil subgrade drawings (only) First mile Each additional mile 66 Geotechnical report a. Without soil subgrade investigation First mile Each additional mile b. With soil subgrade investigation First mile Each additional mile c. Soil subgrade investigation (only) First mile Each additional mile 67 Settlement analysis and recommendations for embankment a. Proposed embankment b. Proposed and existing embankment 68 Ground modification design 69 Slope stability analysis Unit Unit Price Total ea $500.00 ea $700.00 ea $242.00 ea $520.00 1 ea $135.00 $135.00 ea $147.00 ea $515.00 2 ea $600.00 $1,200.00 ea $370.00 ea $441.00 2 ea $100.00 $200.00 ea $100.00 ea $131.00 ea $122.00 ea $13.00 Subtotal (Geotechnical Laboratory) $2,587.00 LS $1,150.00 mi $525.00 LS $1,365.00 mi $600.00 LS $350.00 mi $220.00 1 LS $1,800.00 $1,800.00 mi $700.00 LS $1,900.00 mi $800.00 LS $600.00 mi $360.00 ea $495.00 ea $550.00 ea $1,450.00 c ,;�: [ G O 'zo a. C, o or C & 0 analysis b. Corrective measures c. Stage construction corrective method 70 Bridge foundation analysis and recommendations a. Shallow foundation b. Deep foundation i. Deep foundation analyses ii. Wave equation analyses iii. Liquefaction analysis iv. Group - 3D analysis c. Settlement analysis for bridge pier foundation I. Bridge pier ii. Embankment plus pier iii. Embankment plus pier plus all other loads d. Foundation on bedrock 71 Retaining structure analysis recommendations a. Conventional retaining structures and other types such as MSE Walls and Bin walls i. Shallow foundation ii. Deep foundation iii. Settlement analysis for retaining wall foundation b. Pile retaining structure analysis and recommendations I. Free standing structure ii. Retaining structure with tie -back system c. Drilled -in -pier retaining structure analysis i. Free standing structure ii. Retaining structure with tie -back system d. Soil nailing wall analysis 72 Seepage analysis 73 Deep dynamic compaction analysis CONSTRUCTION INSPECTION AND MONITORING 74 Pressuremeter testing services 75 Mobilization of testing equipment 76 a. Monitoring geotechnical instrumentation b. Field Inspector 77 Integrity testing 78 Field Compaction Testing a. Dynamic Cone Penetration Test (DCPT) b. Light Weight Deflectometer Test (LWD) 79 Dynamic pile analysis 80 Static load test 81 Dynamic pile load test 82 CAPWAP-C analysis 83 Final construction inspection report Unit Unit Price ea $770.00 ea $770.00 ea $1,340.00 ea $475.00 ea $840.00 ea $325.00 ea $260.00 ea $420.00 ea $380.00 ea $420.00 ea $485.00 ea $370.00 ea $860.00 ea $1,130.00 ea $370.00 Total ea $1,000.00 ea $1,450.00 ea $1,025.00 ea $1,470.00 ea $990.00 ea $1,400.00 ea $1,400.00 Subtotal (Geotechnical Engineering) $1,800.00 day $1,600.00 LS $160.00 hr $75.00 hr $75.00 Actual Cost hr $75.00 hr $75.00 ea $1,025.00 ea $1,025.00 Actual Cost ea $480.00 ea $925.00 Subtotal (Construction Inspection and Monitoring) 43V E Unit Unit Price Total FOUNDATION EVALUATION BY NON-DESTRUCTIVE METHODS 84 a. Surface test/Pier or foundation Actual Cost b. Borehole test/Pier or foundation Actual Cost GEOPHYSICAL INVESTIGATION 85 Geophysical Investigations Actual Cost GEOTECHNICAL PROJECT MANAGEMENT 86 Project Management a. Project Coordination mi $1,620.00 b. Project Website . LS $3,420.00 87 Geotechnical Review a. Structure Report ea $325.00 b. Roadway Report mi $275.00 Subtotal (Non -Destructive, Geophysical and Project Management) PAVEMENT INVESTIGATION 1. Mobilization of coring equipment LS $200.00 2. Mobilization mileage for coring equipment mi $1.85 3. Pavement core (partial depth) ea $125.00 4. Pavement core (full depth) 4 ea $190.00 $760.00 5. Sub -base sample ea $60.00 6. Cement concrete pavement core density determination ea $33.00 7. Cement concrete core compressive strength test ea $31.50 8. Bituminous extraction test ea $84.00 9. Sieve analysis of extracted aggregate test ea $56.00 10. Recovery of asphalt from solution by Abson method ea $350.00 11. Theoretical maximum specific gravity test ea $70.00 12. Bulk specific gravity test ea $30.00 13. Air voids calculation ea $28.00 14. Core report for partial depth core ea $34.00 15. Core report for full depth core 4 ea $42.00 $168.00 16. Pavement analysis and report ea $770.00 Subtotal (Pavement Investigation) $928.00 Summary of Fees Geotechnical Field $6,450.50 Geotechnical Laboratory $2,587.00 Geotechnical Engineering $1,800.00 Construction Inspection and Monitoring Non -Destructive, Geophysical and Project Management Pavement Investigation $928.00 Geotechnical Total $11,765.50 Pavement Design $4,000.00 Estimated Total $15,765.50 CERTIFIED ENGINEERING, INC. - FEE JUSTIFICATION EXHIBIT MANHOURS BY CLASSIFICATION - R/W ENGINEERING OWNER: CITY OF CARMEL DESCRIPTION: CARMEL DRIVE & N. PENNSYLVANIA STREET SURVEY PROJECT SURVEYOR CADD TECHNIC'N CREW INSTRUM. CHIEF OPERATOR TOTAL Right of Way Plans 32 32 Land Plats 16 32 Legal Descriptions 16 32 Transfer Documents 4 RNV Staking 40 40 Total Hours: 68 96 40 40 Hourly Rate: $160.00 $114.67 $91.50 $64.67 Totals: $10,880.00 $11,008.32 1$3,660.00 1 $2,586.80 1 $28,135.12 TOTAL R/W ENGINEERING & STAKING FEE (8 PARCELS) $28,000.00- 13 .. - `•a 4. �'e' ; i- �� a ,_ I J10 f CONSULTING ENGINEERS & nea im crs PROJECT: DES. NO.: STRUCTURE: DATE: Carmel Drive and Pennsylvania Avenue Intersection improvement January 30, 2017 TASK/MANHOURSUMMARY=�Roadway.Design SENIOR . PROJECT,` > PROJECT.- ENGINEER MANAGER ENGINEER ENGINEER DESIGNER= Total- Manho6rs '<. Prelimina" CAD and Review, Plot, and Check Survey Info 2 8 8 0 8 26 Create Surface Model 0 8 8 0 12 28 Generate Existing Ground Profile 0 4 4 0 8 16 Generate Existing Cross Sections 0 4 4 0 8 16 Horizontal Alignments 2 4 4 0 4 14 Preliminary Profile Grades 2 4 4 0 2 12 Establish existing drainage patterns 2 2 2 0 2 8 Stage 1'PIan Submissioh` 25"/0 _ Prepare Preliminary Title Sheet & Index Sheet 0 2 2 0 2 6 Preliminary Plat #1 Sheets 0 2 2 {.? 2 6 Preliminary Typical Cross Sections 0 2 2 0 4 8 Preliminary Plan & Profile Sheets 0 2 2 ti 4 8 Preliminary Construction Detail Sheets 0 4 4 0 4 12 Preliminary Roundabout Details on Plan Sheets 4 2 2 0 10 18 Develop Roadway Templates G. 2 1 2 0 4 8 Roadway Templates on Cross Sections o 8 8 0 10 26 Hydraulic Design 2 6 6 0 10 24 Hydraulic Details on Plans 0 2 2 r, 2 6 Preliminary Approach & Drive Details 0 2 2 0 2 6 Preliminary Maintenance of Traffic Details Phase Construction Details i; 2 i) 0 2 4 MOT Plan Details 0 2 1 2 0 2 6 Preliminary RNV on Plans 0 2 2 t'i 2 6 Preliminary Structure Data Tables i 2 2 0 2 6 Level One documentation / Compile Submission Package 0 2 2 0 4 8 Final QC/QA Check 4 4 0 0 6 14 Sta" e 2 PIan-Submission ' 60% Preliminary Field Inspection 4 4 1 4 0 4_ 16 Finalize Plat #1 Sheet it 2 2 0 4 8 Finalize Typical Cross Sections ^j 2 2 0 4 8 Finalize Title Sheet & Index Sheet 0 2 2 0 4 8 Revise Plans per Stage 1 Review 0 4 4 0 10 18 Final R/W Design 2 2 2 0 10 16 Final Plan & Profile Sheets 4 8 8 0 22 42 Finalize Roundabout Details 4 8 8 01 22 42 Finalize Approach & Drive Details 0 4 4 0 10 18 Finalize Cross Sections 2 16 16 :i 24 58 Preliminary Approach Table 0 2 2 0 10 14 Miscellaneous Forms for Submission 0 8 8 C. 18 34 Final QC/QA Check 6 8 8 0 4 26 StiigelVlah Submission,90% Revise Plans per Stage 2 Review 4 4 1 4 0 14 26� Finalize Drainage Design 4 4 4 0 0 12 Finalize Maintenance of Traffic 4 2 2 0 10 18 Finalize Construction Details 0 8 8 0 14 30 Earthwork Computations / Balance / Mass Diagram C. 12 12 0 24 48 Finalize Quantity Calculations 0 8 8 0 14 30 Finalize Cost Estimate 2 2 2 0 2 8 Miscellaneous Tables 0 2 1 2 0 4 8 Underdrain Design & Tables 2 2 0 4 8 Guardrail Summary Table 0 2 2 ti 4 8 Finalize Structure Data Tables 0 2 2 0 4 8 Pipe Material Table 1 0 2 2 0 4 8 RQAW MH Roadway Design Carmel Dr and Pennsylvania Ave i��nL- a K^ lr _- lYbfIO CONSULTING PROJECT: DES. NO.: STRUCTURE: DATE: Carmel Drive and Pennsylvania Avenue Intersection Improvement January 30, 2017 'TASIMNHOURSUMMRY,,,Roadwa Design PROJECT PROJECT,",,;, 0koJEC'T," 'ENGINEER I MANAGER,�` ENGINEER ­ ENGINEER' DESIGNER;' Total Manhours Preliminary Special Provisions 0 2 2 0 4 8 Miscellaneous Forms for Submission 4 4 4 0 0 12 Final QC/QA Check 8 8 8 4 28 Tracln'di"S6bmfi4slon (1009/6)_," Revise Plans per Stage 3'Review 4 4 4 0 10 22 Estimate of Quantities 2 4 4 0 4 14 Construction Cost Estimate 2 4 4 0 4 14 Final Special Provisions 2 4 4 0 0 10 Miscellaneous Forms for Submission 2 2 2 0 0 6 Final QC/QA Check 6 4 4 0 4 18 TotaVIRdadDesign'Manifours 84 238 1 232 0 97 r -4 94 Rates $51.34 $46.29 $37.69 $29.75 $31.22 Direct Labor (D.L.) $4,312.56 $11.017.02 $8,744.08 $0.00 $12,175.80 $36,249.46 Overhead (2.0054) $8,648.41 $22,093.53 $17,535.38 $0.00 $24.417.35 $72,694.67 Total Labor (Payroll + Overhead) $12,960.97 $33,110.55 $26,279.46 $0.00 $36,593.15 $108,944.13 Fixed Fee (15%) $1,944.15 $4,966.58 $3,941.92 $0.00 $5,488.97 $16,341.62 Sub Total $14,905.11 $38,077.13 $30,221.38 $0.00 $42,082.12 $125,285.75 Expenses $0.00 Total $125,285.75 $125.000.00 RQAW MH Roadway Design Carmel Dr and Pennsylvania Ave , AW RO)i CONSULTING ENGINEERS 6 ARCHITECTS PROJECT: DES. NO.: DATE: Carmel Dr. and Pennsylvania St. 1600885 Utility Coordination January 30, 2017 —as MAN- por inAtion j SKJ HdUkS'bMMARYM`U' ty, -51 P rojec Total,'= Designer� Manager - Engineer,. ngineer Manhours Utility Coordination Initial Notices 2 2 Verify Existing Utilities on Plans 4 4 Prepare and Send Plans 2 2 4 Review Utility Conflicts 4 4 Prepare and Send Final Plans 2 2 4 Review Utility Conflicts Review Utility Work Plans -6 8 8 Prepare Utility Agreement 2 2 Approve Work Plans 8 8 Incorporate Utility Info into Plans 6 4 10 Misc. Coordination with INDOT Utility Staff 4 4 Coordination of Utilities during Relocation 4 4 Utility Special Provision 4 4 Tracings Utility Certification Form 2 2 Total UtilitVCbdrdination zp"- Rates $51.34 $46.29 $37.69 $31.22 Direct Labor (D.L. ) $0.00 $2,684.82 $0.00 $249.76 $2,934.58 Overhead (2.0054) $0.00 $5,384.14 $0.00 $500.87 $5,885.01 Total Labor (Payroll + Overhead) $0.00 $8,068.96 $0.00 $750.63 $8,819.59 Fixed Fee (15%) $0.00 $1,210.34 $0.00 $112.59 $1,322.94 Sub Total $0.00 $9,279.30 $0.00 $863.22 $10,142.52 Expenses $ - Total $10,142.521 1"' jllk000kc RQAW MH Utility Coord j J �)AW LONSUNG ENCINURS & ARMffK75 _5Ln PROJECT: DES. NO.: STRUCTURE: DATE: Carmel Drive and Pennsylvania St. 1600885 Roundabout Layout January 30, 2017 TASK/MANHOUR SUMMARY,-; RAB, La Calculatibrfs,� & PROJECT—' SENIOR' , PROJECT ENGINEER PROJECT, EER ENGIN,,.,,,,- ENGINEER DESIGNER'Total Preliminiry'CAD and Design 0 Preliminary Alignments 1 2 1 2 0 6 Preliminary Profiles 1 2 4 2 2 11 Preliminary Calculations and INDOT Checklist 0 2 4 4 0 10 Preliminary Fastest Path 1 1 2 2 4 2 11 Preliminary Design Vehicle Tracking 1 1 3 4 0 9 Preliminary Right -of -Way Impact 1 2 3 4 2 12 Preliminary Intersection Sight Lines 0 2 3 4 0 9 Preliminary Spot Elevations 1 1 3 3 3 11 0 0 0 .0 0 0 0 0 0 0 0 0 0 .3 0 0 o 0 Total Road.DesignWanhours 6 14 23 27 1 9 79 Rates $51.34 $46.29 $37.69 $29.75 $31.22 Direct Labor (D.L. ) $308.04 $648.06 $866.87 $803.25 $280.98 $2,907.20 Overhead (2.0054) $617.74 $1,299.62 $1,738.42 $1,610.84 $563.48 $5,830.10 Total Labor (Payroll + Overhead) $925.78 $1,947.68 $2,605.29 $2,414.09 $844.46 $8,737.30 Fixed Fee (15%) $138.87 $292.16 $390.79 $362.11 $126.67 $1,310.59 Sub Total $1.064.65, $2,239.83, $2,996.08 $2,776.20 $971.13 $10,047.89 Expenses $0.00 Total $10,047.89 luse'", 000 $10,000.00 $ RQAW MH RAB Layout Carmel.xlsx I " ,�Zo A & F ENGINEERING CO., LLC MANHOUR JUSTIFICATION PROJECT: Old Meridian & Carmel Drive Roundabout CLIENT: RQAW Corporation TASK: Roundabout Lighting 11/23/201 ESTIMATED TIME IN HOURS Principal Project Design Cadd WORK CLASSIFICATION II Manager Engineer Tech III Project Administration 2.00 2.00 Supervision 2.00 2.00 Visual Layout 1.00 4.00 Lighting Geometrics 1.00 6.00 Tables 1.00- 1.00 1.00 Utility Coordination 4.00 2.00 Detail Sheets 1.00 1.00 4.00 Field Check 2.00 Final Plans 1.00 5.00 4.00 Voltage Drop 2.00 Quantities 2.00 Estimate 1.00 Special Provisions 1.00 2.00 Tracings 1.00 4.00 4.00 TOTALS TOTAL HOURS 4.00 14.00 27.00 19.00 0.00 64.00 HOURLY RATE 171.44 165.20 99.74 86.50 TOTAL DIRECT LABOR 685.76 2312.80 2692.98 1643.50 0.00 7335.0 SUB -TOTAL 7335.0 DIRECT COST 124.00 TOTAL $7,459.04 USE LUMP SUM FEE $7,460.00 DIRECT COST SUMMARY MILEAGE 2.00 TRIPS @ 30.00 MILES @ 0.40 Per Mile 24.00 LODGING NIGHTS @ 80.00 Per Night 0.00 PER DIEM DAYS @ 26.00 Per Day 0.00 MISCELLANEOUS, PAPER & PRINTING 100.00 $124.00 C:\Usersl rengel\AppDatalLocallMicrosoft\Windows\Temporary Inlemet Files\Content.Outlook\RUOFDEUR\Old Meridian Carmel Drive RAB Lighting Manhour Just MILEAGE RATE CHANGED TO 40 CENTS ASF ENGINEERING Transportation & Site Engineering Creating Order Since 1966 WILLIAM J. FEHRIBACH, P.E. OF COUNCIL STEVEN J. FEHRIBACH, P.E. PRESIDENT R. MATTHEW BROWN, P.E. VICE PRESIDENT JOSEPH T. RENGEL, P.E. VICE PRESIDENT December 15, 2016 Mr. Brian Fuller - RQAW Corporation 10401 North Meridian Street, Suite 401 Indianapolis, Indiana 46290 Re: Proposal for Additional Work Old Meridian & Carmel Drive Dear Mr. Fuller, TRANSPORTATION ENGINEERING STUDIES • TRAFFIC IMPACT ANALYSES STREET DESIGN • HIGHWAY DESIGN • TRAFFIC ENGINEERING PARKING LOT DESIGN • TRANSPORTATION PLANNING STUDIES CONSTRUCTION OBSERVATION • SITE ENGINEERING REGISTRATION INDUWA ILLINOIS KENTUCKY MICHIGAN OHIO MISSOURI TEXAS Thank you for the opportunity to submit this proposal for additional work on the Old Meridian & Carmel Drive project. A&F Engineering has prepared and enclosed a manhour justification for the work tasks of roundabout capacity analysis, signal timing recommendations, and temporary signal improvements. The cost for said tasks is $9,900.00. If you have any questions, please contact me. Sincerely, A&F Engineering Co., LLC Joseph T. Rengel, P.E., PTOE Vice President 8365 KEYSTONE CROSSING, SUITE 201 — INDIANAPOLIS, INDIANA 46240 TELEPHONE (317) 202-0864 — FACSIMILE (317) 202-0908 A& F ENGINEERING CO., LLC. MANHOUR JUSTIFICATION PROJECT: OLD MERIDIAN & CARMEL DRIVE CLIENT: RQAW TASK: ROUNDABOUT CAPACITY ANALYSIS, SIGNAL TIMING RECOMMENDATIONS, AND TEMPORARY SIGNAL IMPROVEMENTS 12/15/16 ESTIMATED TIME IN HOURS Project Lead Design Staff CADD Data WORK CLASSIFICATION Manager Engineer Engineer Tech Collector PROJECT ADMINISTRATION 1.00 SUPERVISION AND SCHEDULING 1.00 1.00 ROUNDABOUT ANALYSIS COUNTS - JANUARY 2017 0.50 8 DOCUMENT COUNTS 0.50 2.00 4 SET UP MODELS 1.00 1.00 3.00 DESIGN YEAR DATA 1.00 1.00 TRAFFIC ANALYSIS 2.00 4.00 REVIEW AND FINALIZE MODEL 1.00 3.00 2.00 DOCUMENT AND REPORT 1.00 3.00 3.00 2.00 SIGNAL TIMING RECOMMENDATIONS COUNTS - FUTURE FOR ROUNDABOUT COMPLETION 0.50 2.00 12 ANALYZE SIGNAL TIMINGS 2.00 1.00 OPTIMIZE 1.00 0.50 REVIEW AND REPORT 1.00 2.00 2.00 2.00 SIGNAL EQUIPMENT/DETECTION/PHASING REVIEW TRAFFIC IMPACT OF SURROUNDING PROJECT 1.00 1.00 1.00 FIELD SITE VISIT 2.00 INVENTORY EXISTING 1.00 SCHEMATIC DRAWING OF IMPROVEMENT 1.00 3.00 4.00 COORDINATE IMPROVEMENTS WITH CITY 1.00 COORDINATE IMPROVEMENTS WITH CONTRACTOR 1.00 REVIEW DURING CONSTRUCTION 1.00 2.00 FOLLOW-UP REVIEW 1.00 TOTAL HOURS 9.00 23.00 24.00 12.00 24.00 92.00 BILLING RATE (WEIGHTED) 190.29 124.48 110.53 95.14 63.43 TOTAL DIRECT LABOR 1712.61 2863.04 2652.72 1141.68 1522.32 9,892.37 DIRECT COST 11.40 TOTAL 9,903.77 USE NOT TO EXCEED FEE 1 9,900.00 DIRECT COST SUMMARY SITE 2 TRIPS @ 15.00 MILES @ 0.38 PER MILE 11.40 MISCELLANEOUS, PAPER & PRINTING 0.00 11.40 V:\Manhour Justification\RQAW\Old Meridian & Carmel Drive - RAB Capacity Analysls & More 20 EXHIB IT 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 Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Property damage, contractual liability, products -completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 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 —,being first duly sworn, deposes and says that he/she is familiar vM and has personal knowledge of the facts herein and, if called as a witness in this matter; could testify as follows: 1. 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 (the "Employer") in the position of a 3. 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 and has provided documentation of such enrollment and participation to the City of Carmel; Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the .2 "' day of %fie 6� �-� t _20/7 Printed: I 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 try;e and correct. Printed — oc AL/n o &/ o j' Carmel City INDIANA RETAIL TAX EXEMPT CERTIFICATE NO.003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER JL FEDERAL EXCISE TAX EXEMPT 100123 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A1P CARMEL, INDIANA 46032-2584 VOUCHER, DEUVERY MEMO, PACKING SUPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL -1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO.. VENDOR NO. DESCRIPTION 1/30/2017 00350023 Project 16 -ENG -48; Contract Date 07.20.16 RQAW CORPORATION City Engineering's Office VENDOR 4755 KINGSWAY DR #400 SHIP 1 Civic Square - TO Carmel, IN 46032 - INDIANAPOLIS, IN 46205--1547. Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 12351 QUANTITY UNIT OF MEASURE. DESCRIPTION UNIT PRICE1 EXTENSION Department.' 2200 . Fund., 0 Account., 94-650.04 1 Each Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 COIT Bond Fund ASA 1 - Carmel Drive and Pennsylvania Street Roundabout $271,695.00 $271,695.00 Design Sub Total $2719695.00 2016 COIT Bond PLEASE INVOICE. IN -DUPLICATE DEPARTMENT ACCOUNT 0 PROJECT 0 PROJECTACCOUNT AMOUNT PAYMENT $271,695.00 SHIPPING INSTRUCTIONS ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN, 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED 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 COMPUANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman Douglas Haney TITLE Director Corporation Counsel CONTROL NO. 100123 CLERK -TREASURER