Loading...
CrossRoad Engineers, P.C./Eng/Adl Serv #29/634,700/116th Street and College and 116th Street and Guilford Road Roundabout DesignCrossRoad Engineers, P.C. Engineering Department - 2017 Appropriation k 2016 COLT Bond Fund; P.O. #100720 Contract Not To Exceed $634,700.00 ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES THIS AMENDMENT TO THE AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") entered into by and between the City of Carmel and CrossRoad Engineers, P.C. (the "Professional"), as City Contract dated March 16, 2016 shall amend the terms of the Agreement by adding the additional services to be provided by Professional consistent with the Scope of Work attached hereto and incorporated herein as Exhibit "A". The terms and conditions of the Agreement shall not otherwise be affected by this Additional Services Amendment and shall remain in full force and effect. IN WITNESS WHEREOF the parties hereto have made and executed this Amendment as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By James Brainard, Presiding Officer Date _ n Mary' Ann�itrke, Mem¢er Date: / Lori S. Watson Date: Date: lellbT v js cmo wts'fta SecskcDw, S—TjPa ...,2017 Cm>srold Up— ASA e26.d� W13120171142 VMJ CrossRoad Engineers, P.C. By, AuthdvriM Signature Printed Name CIE C) Title FID/TIN:_ S Last Four of SSN if Sole Proprietor Date: June 27, 2017 Mr. Jeremy Kashman, P.E. City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 Re: 1161h Street & College Avenue Roundabout ► 6 - EN GI- `"F "- 116 1h 116th Street & Guilford Road Roundabout IG - EN G - y3 Preliminary Engineering & R/W Engineering Services Fee Proposal Dear Jeremy: Based on our conversations with you and our current knowledge of the project areas, we have prepared this fee proposal to provide the professional services necessary to develop the 116th Street and College Avenue intersection and the 116th Street and Guilford Road intersection into modern roundabouts. Included with this proposal is a description of the proposed improvements, a scope of work describing the services that will be required to complete the project development, and our proposed fees to provide those services. These projects will be developed through the federal aid funding process with scheduled letting dates in Fiscal Year 2022. The preliminary engineering services, right of way engineering / acquisition services, and land acquisition will be locally funded. The construction and inspection will be 80% federally funded. The following are key assumptions made in developing this proposal for both project locations: • We presume that an official Public Hearing will not be required. Storm water detention is not anticipated to be required and it is presumed that new inlet structures will be connected to existing storm sewers. • We have budgeted costs for a parcel of right of way to be acquired in each quadrant, for a total of four at each intersection. We would like to thank you for this opportunity to continue our involvement in enhancing the City of Carmel through these projects. If you should have any questions or need any further information, please do not hesitate to call me at (317) 780-1555 ext. 114. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E. 'EXHIBIT President /Or 3417 Sherman Drive 0 Beech Grove, Indiana 46107 0 Tel 317.780.1555 E Fax 317.78o•6525 116TH STREET & COLLEGE AVENUE 116TH STREET & GUILFORD ROAD INTERSECTION IMPROVEMENTS CrossRoad Engineers, PC I. PROJECT DESCRIPTION These projects involves the conversion of two traditional intersections into roundabouts. Included in this proposal is the preliminary engineering and right of way engineering services necessary for the complete development of each of the proposed improvements. II. SCOPE OF PROFESSIONAL SERVICES 1. Route Survey and Topographic Survey A Topographic Survey of the project limits will be performed in order to produce a topographic base map in accordance with applicable Indiana Code. Upon the completion of the field work, we will establish right-of-way lines, and property lines per deeds and platted subdivisions with minimal deed analysis; complete all survey line work; generate the TIN surface model and also create one foot interval contours; and add all relative survey notes to the drawings. Blood Hound Inc. (BHUG) will perform independent company utility locates for this project. BHUG's services will include locating the public and private utilities including service lines except for sanitary laterals. BHUG will conduct non-destructive investigations, utilizing ground penetrating radar and electromagnetic locating to identify underground infrastructures and anomalies. Their findings will be incorporated within the topographic survey and into the design plans. A Route Survey will be prepared for each project area since it will involve right of way parcels. This work will follow INDOT procedures. 2. Roundabout Capacity Analysis/Preliminary Schematics This work involves evaluating the expected performance of the roundabout in terms of traffic volume capacity and delay. Methodology as presented in the Highway Capacity Manual, latest edition will be utilized. Three traffic volume scenarios will be evaluated: base year, design year, and maximum. The base year is expected to be the year the facility is constructed and open to traffic. The design year is expected to be 20 years after construction. The maximum scenario is the greatest amount of traffic growth the proposed facility can support within the prescribed capacity criteria. The City will provide peak hour traffic turning volumes and design year growth factor. A 'EXHIBIT_ - 20 -f6- 3. Road Design and Plans Design and construction plans will be prepared in accordance with the accepted standards for such work and in general accordance with the following documents in effect as of the effective date of the agreement: American Association of State Highway and Transportation Officials"'A Policy on Geometric Design of Highways and Streets"; Indiana Manual on Uniform Traffic Control Devices; and, Indiana Design Manual. 4. Lighting Design Preparation of lighting plans is included. These plans will document the roadway geometry, the location of the service points (indicating voltage being supplied), location of the poles, the orientation of the luminaires, the light source type and luminaire wattage, as well as any underground wiring, conduit, handholes, and cable duct markers that are needed. 5. Utility Coordination (During Design) Coordination with representatives from each of the utility companies having facilities within the project area will be included in this task. CrossRoad Engineers will communicate any relocation of facilities that may be needed and then review the relocation plans that the utility companies prepare. We will review any reimbursable claims by the utility companies and coordinate as necessary. This task does not include work associated with field locating the vertical depth of any utilities ("potholing"). This work will be in general accordance with INDOT policy and procedures in effect as of the date of this proposal. However, this scope only addresses utility coordination through the design process. Utility coordination services during the construction phase will be provided as needed on an hourly basis. 6. Environmental Document Utilizing a subconsultant for the Section 106 Documentation and the Archaeological Report and Phase 1a Archaeological Reconnaissance, CrossRoad Engineers will perform Environmental Services work in compliance with National Environmental Policy Act (NEPA) and related regulations and guidelines. This work will follow the Federal Highway Administration (FHWA) / Indiana Department of Transportation (INDOT) Streamlining Process and comply with INDOT's Procedural Manual for Preparing Environmental Studies and Categorical Exclusion Manual as of the Effective Date in anticipation that the required Environmental Document will be a Categorical Exclusion Level 2. Additionally, based on initial investigations of cultural and historical resources, there is a site or structure within the preliminarily defined Area of Potential Effects (APE) for the proposed project at College that is listed or eligible to be listed in the National Register of Historic Places. Therefore, the fees presented in this Attachment "A" for that site includes an Archaeological Report, a Section 106 Historic Properties Report Long Form, and a Phase 1a Archaeological Reconnaissance. The project at Guilford is similar except the Section 106 is not expected to be a Long Form. Additional or more advanced studies and reports are not included. 'EXHIBIT A-2 7. Landscape Design CrossRoad Engineers will utilize the services of a subconsultant to prepare schematic designs and construction plans. These services are more fully described in the subconsultant's proposals dated May 19, 2017 and June 26, 2017, both of which are attached to, and made a part of, this Attachment "A". 8. Permit Application It is anticipated the construction of the project will disturb more than one acre of ground and therefore an Indiana Department of Environmental Management (IDEM) Rule 5 Notice of Intent will be required. CrossRoad Engineers will prepare a Storm Water Pollution Prevention Plan, submittal of public notice, and permit application forms. Neither wetlands determination nor delineation is anticipated to be needed, and is therefore not included. No other permits are anticipated to be required. 9. Geotechnical Investigation & Pavement Design CrossRoad Engineers will utilize the services of a subconsultant to provide an evaluation of the subsurface conditions and assess the impact of these conditions on the proposed construction. This Geotechnical Investigation and Pavement Design shall be in accordance with the Indiana Department of Transportation's policy as of the Effective Date. See subconsultant's proposals dated February 16, 2017 and June 26, 2017, both of which are attached to, and made a part of, this Attachment "A". 10. Post Design Services CrossRoad Engineers will prepare for and attend the pre -construction meetings, respond to construction questions from the contractors, make plan revisions as requested to accommodate on-site construction decisions made or approved by City's representatives, and reviewing and approving shop drawings submitted by the contractors. 11. R/W Engineering CrossRoad Engineers will, utilizing subconsultants for the title research and appraisal problem analyses, perform Right -of -Way Engineering work consisting of preparing title research, legal descriptions, route survey plats or right-of-way parcel plats, acquisition instruments, appraisal problem analysis, and other materials to be used in the acquisition of right-of-way in accordance with the Right -of -Way Engineering Procedure Manual, hereinafter called the MANUAL, 865 I.A.C. 1-12. 12. R/W Acquisition CrossRoad Engineers will be responsible for administration, scheduling and coordinating all activities necessary to certify that the right-of-way has been acquired and the project is clear for construction letting. Utilizing various subconsultants, CrossRoad Engineers will perform this Right -of -Way Acquisition work consisting of the following activities: "EXHIBIT �CA. 1. Perform real estate appraisals and prepare appraisal reports in accordance with 'The INDOTAppraisal Manual". 2. Make a prompt offer to acquire each parcel for the full amount, which has been established and approved by City as just compensation for the acquisition. The offer will be made in a Uniform Land and Easement Acquisition Offer letter which will be given to each parcel owner in person or sent by certified mail with return receipt requested. In accomplishing the above, the following will be performed: a. Make all reasonable efforts to personally contact each owner or his designated representative, explain the acquisition, and offer in writing the approved estimate of just compensation. When all efforts to make personal contact have failed, or in the event the property owner resides out of state, the owner may be contacted by certified or registered first class mail or other means appropriate to the situation. b. No later than the first contact where the offer is discussed, give the property owner a brochure describing the land acquisition process and the owner's rights, privileges and obligations. 3. Sufficiently document the parcel(s) to meet the minimum standards set out in Title 49 CFR Part 24, dated March 2, 1989 and all attachments and amendments thereto. Said Title CFR Part 24, attachments and amendments are incorporated into this Agreement by reference and made a part hereto. Follow accepted principles and techniques in purchase of real estate in accordance with existing State Laws, the "Buying Section Policy and Procedures Manual", this Attachment "A", and any necessary interpretation of these furnished by City or INDOT. a. When attempts to buy are successful, a signed statement is to be prepared to the effect that: i. The written agreement secured, embodies all considerations agreed to by the property owner; ii. CrossRoad Engineers has no direct or indirect, present or contemplated future personal interest in the property or in any monetary benefit from the acquisition of the property; and, iii. The agreement was reached without coercion of any type. b. When attempts to buy are unsuccessful, recommendations for action will be recorded and submitted to City: i. The recommendation will consider administrative settlement, include the amount of settlement and reasons for a settlement, ii. Otherwise, a condemnation report will be filled out and submitted with the completed file. N Provide an updated title and encumbrance report upon submission of any secured or condemned parcel. IXA 'HIBIT 5�d M. PROPOSED FEES TASK DESCRIPTION COLLEGE GUILFORD 1. Route Survey & Topo Survey $28,000 $30,000 2. RAB Capacity Analysis/Schematics 20,000 15,000 3. Road Design 140,000 135,000 4. Lighting Design 10,000 10,000 5. Utility Coordination (During Design) 10,000 10,000 6. Environmental Documentation Ill 33,000 26,000 7. Landscape Design 9,500 9,500 8. Permit Application (2) 10,000 10,000 9. Geotechnical Investigation/Pavement Design (3) 16,000 16,500 10. Post Design Services 3,000 3,000 Total PE Phase Budget $279,500 $264,500 11. R/W Engineering a. Preliminary T & E Reports (4 parcels @ $450 ea.) (4) 1,800 1,800 b. Engineering, Plats & Descriptions (4 parcels @ $2,100 ea.) 8,400 8,400 c. Appraisal Problem Analysis (4 parcels @ $250 ea.) I4I 1,000 1,000 12. R/W Acquisition a. Value Finding Appraisal (3 parcels @ $2,000 ea.) I4I 6,000 b. Short Form Appraisal (3 parcels @ $3,100 ea.) I4I 9,100 c. Long Form Appraisal (1 parcel @ $4,400 ea.) I4I 4,400 4,400 d. Review Appraisals I4I 6,500 4,900 e. Title Update & Guaranty (4 parcels @ $175 ea.) I4I 700 700 f. Negotiations (4 parcels @ $1,900 ea.) I4I 7,600 7,600 g. Document Preparation/Recordation (4 parcels @ $250 ea.) 1,000 1,000 h. Partial Mortgage Release/Recording (4 parcels @ $300 ea.)(') 1,200 1,200 i. R/W Management (4 parcels @$1,000 ea.) 4,000 4,000 j. R/W Staking (4 parcels @ $500 ea.) (6) 2,000 2,000 Total R/W Phase Budget $47,700 $43,000 Total PE & R/W Services Budget $327,200 $307,500 Ill The lump sum fee shown for College assumes a LFHP Report and Phase 1 archaeological reconnaissance. (2) It is anticipated that an IDEM Water Quality "Rule 5" permit will be the only permit required for the project. The lump sum fee shown does not include the payment of any fees to procure permits from the variously affected agencies such as application fees or public advertisements. Any such fees will be invoiced at the actual cost plus a 10% mark-up for task coordination and administrative efforts. (3) This is a subcontracted item and the fee shown here is estimated. The final cost will consist of the actual invoiced amounts from the subcontractor. (4) This is a subcontracted item and the fee shown here is estimated. The final cost will consist of the actual invoiced amounts from the subcontractor plus a 10% mark-up for task coordination and administrative efforts. (5) These are fees that will be incurred for partial mortgage releases, recordations, etc., and the fee shown here is estimated. The final cost will consist of the actual fees charged plus a 10% mark-up for task coordination and administrative efforts. (6) This is a function that is sometimes requested by the appraisers and/or buyers. Only those parcels actually staked will be invoiced. 'IXHIBIT _ - 6We� City (1) l Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. 9/12/2017 1 068025 Page 1 of 1 PURCHASE ORDER NUMBER 100720 THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION Project 16 -ENG -42,16 -ENG -43; Contract Date 03.16.16 CROSSROAD ENGINEERS, PC City Engineering's Office VENDOR 3417 S SHERMAN DR SHIP 1 Civic Square TO Carmel, IN 46032 - BEECH GROVE, IN 46107 - Kate Lustig PURCHASE ID I BLANKET CONTRACT PAYMENT TERMS FREIGHT 18914 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE Department: 2200 Fund: 0 COIT Bond Fund Account: 94-650.04 1 Each ASA 29 - 116th Street and College RAB, 116th Street and $634,700.00 Guilford RAB - Design Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 2016 COIT Bond PLEASE INVOICE IN DUPLICATE EXTENSION $634,700.00 Sub Total $634,700.00 DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $634,700.00 SHIPPING INSTRUCTIONS'A/PVOUCHER CANNOT BEAPPROVED FOR PAYMENT UNLESS THE P.O. NUMBER ISMADE 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 UNOBLIGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED, THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945—, AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY --- — -- — Jeremy Kashman James Crider TITLE Director Administration CONTROL NO. 100720 CLERK -TREASURER