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