Loading...
A&F Engineering/Eng/Adl Serv #1/357,205/96th Street and College Avenue Roundabout – Design A&F Engineering Co.,LLC Engineering Department-2020 Appropriation#4340100,4350900 Fund 202;4350900 Fund 211;P.O.#:103557 Contract Not To Exceed$357,205.00 vpRotC AGREEMENT FOR PROFESSIONAL SERVICES =%L 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 A& F Engineering Co., LLC, (hereinafter "Professional"). RECITALS WHEREAS City owns and is responsible for the operation and maintenance of its property, personnel, public works and infrastructure; and WHEREAS, from time to time, City needs professional assistance in fulfilling its foregoing responsibilities; and WHEREAS, Professional is experienced in providing and desires to provide to City the professional services ("Services") referenced herein; and WHEREAS, City desires to engage Professional as an independent contractor for the purpose of providing to City the Services referenced herein; NOW, THEREFORE, in consideration of the foregoing recitals and the covenants and conditions set forth herein, City and Professional mutually agree as follows: SECTION 1 INCORPORATION OF RECITALS The foregoing Recitals are hereby incorporated into this Agreement and made a part hereof. SECTION 2 SCOPE OF SERVICES 2.1 City desires to engage Professional as an independent contractor for the Services set forth in attached Exhibit A, incorporated herein by this reference. 2.2 Professional understands and agrees that City may, from time to time, request Professional to provide additional or modified Services to City. When City desires additional Services from Professional, the City shall notify Professional of such additional Services desired, as well as the time frame in which same are to be provided. Only after City has approved Professional's time and cost estimate for the provision of such additional Services, has encumbered sufficient monies to pay for same, and has authorized Professional, in writing, to provide such additional Services, shall such Services be provided by Professional to City. A copy of the City's authorization documents for the purchase of additional Services shall be numbered and attached hereto in the order in which they are approved by City. 2.3 Time is of the essence of this Agreement. [S:`,Coo,r ,s\Prof.Sva&Goads Svcs\Engineermg\20201A&F Engineering Co.,LLC Professional Servica.doc:12R0R0I9 1.56 PM] 1 A&F Engineering Co.,LLC Engineering Department-2020 Appropriation#4340100,4350900 Fund 202;4350900 Fund 211;P.O.#:103557 Contract Not To Exceed$357,205.00 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 4340100, 4.50900 Fund 202; 4350900 Fund 211 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 Three Hundred Fifty Seven Thousand Two Hundred Five Dollars ($357,205.00) (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. IS:\Contrects\ProfSva&Good Svcs\Engineering\2020U&F Engineering Co..LLC Professional Servica.doc:12202019 1:56 PMI 2 A&F Engineering Co.,LLC Engineering Department-2020 Appropriation#4340100,4350900 Fund 202;4350900 Fund 211;P.O.#:103557 Contract Not To Exceed$357,205.00 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, 2020, 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.Svcs&Goods Svcs\Engineering\2020W&F Engineering Co.,LLC Professional Services.doc:12202019 1,56 PM] 3 A&F Engineering Co.,LLC Engineering Department-2020 Appropriation#4340100,4350900 Fund 202;4350900 Fund 211;P.O.#:103557 Contract Not To Exceed$357,205.00 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^.ContraaslProf.Svc,&Goods SvcAEngineenng\2020W&F Engineering Co.,LLC Professional Servica.doc:12202019 1.56 PM} 4 A&F Engineering Co.,LLC Engineering Department-2020 Appropriation#4340100,4350900 Fund 202;4350900 Fund 211;P.O.#:103557 Contract Not To Exceed$357,205.00 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. (S:\Contracts\Prof.Svc&Goods Svcs\Engineering\20201A&F Engineering Co..LLC Professional Services.doc:12/20/2019 1:56 PM] 5 A&F Engineering Co.,LLC Engineering Department-2020 Appropriation#4340100,4350900 Fund 202;4350900 Fund 211;P.O.#:103557 Contract Not To Exceed$357,205.00 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 Douglas C. Haney One Civic Square Corporation Counsel Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 PROFESSIONAL: A & F Engineering Co., LLC 8365 Keystone Crossing Suite 201 Indianapolis, Indiana 46240 ATTENTION: William J. Fehribach, P.E. 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. 7.17 Non-Assignment Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder without City's prior written consent. [S:`Contracts\Prof.Sva&Goods Svcs\Engineenng\2020W&F Engineering Co.,LLC Professional Services doe.1220R019 1.56 PM] 6 A&F Engineering Co.,LLC Engineering Department-2020 Appropriation#4340100,4350900 Fund 202;4350900 Fund 211;P.O.#:103557 Contract Not To Exceed$357,205.00 7.18 Entire Agreement This Agreement contains the entire agreement of and between the parties hereto with respect to the subject matter hereof, and no prior agreement, understanding or representation pertaining to such subject matter, written or oral, shall be effective for any purpose. No provision of this Agreement may be amended, added to or subtracted from except by an agreement in writing signed by both parties hereto and/or their respective successors in interest. To the extent any provision contained in this Agreement conflicts with any provision contained in any exhibit attached hereto, the provision contained in this Agreement shall prevail. 7.19 Representation and Warranties Each party hereto represents and warrants that it is authorized to enter into this Agreement and that any person or entity executing this Agreement on behalf of such party has the authority to bind such party or the party which they represent, as the case may be. 7.20 Headings All headings and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 7.21 Advice of Counsel The parties warrant that they have read this Agreement and fully understand it, have had an opportunity to obtain the advice and assistance of counsel throughout the negotiation of same, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 7.22 Copyright City acknowledges that various materials which may be used and/or generated by Professional in performance of Services, including forms, job description formats, comprehensive position questionnaire, compensation and classification plan and reports are copyrighted. City agrees that all ownership rights and copyrights thereto lie with Professional, and City will use them solely for and on behalf of its own operations. City agrees that it will take appropriate action with its employees to satisfy its obligations with respect to use, copying, protection and security of Professional's property. 7.23 Personnel Professional represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such personnel shall not be employees of or have any contractual relationship with City. All of the services required hereunder will be performed by Professional or under his supervision and all personnel engaged in the work shall be fully qualified to perform such services. 7.24 Records and Inspections Professional shall maintain full and accurate records with respect to all matters covered under this agreement for three (3) years after the expiration or early termination of this Agreement. City shall have free access at all proper times to such records and the right to examine and audit the same and to make transcripts there from, and to inspect all program data, documents, proceedings and activities. [SAContracts\Prof.Svcs&Goods Svcs lEngineering12020'A&F Engineering Co..LLC Professional Services.doc:12/20/2019 1:56 PM] 7 A&F Engineering Co.,LLC Engineering Department-2020 Appropriation#4340100,4350900 Fund 202;4350900 Fund 211;P.O.#:103557 Contract Not To Exceed$357,205.00 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 Debarment And Suspension 26.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term "principal" for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Vendor. 26.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City's request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. 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 seq., as amended. (remainder of page intentionally left blank) [S:\Contracts\Prof.Svu&Goods Svcs\Engioeenng\2020 A&F Engineering Co.,LLC Professional Services.doc:12202019 1:56 PM] 8 A&F Engineering Co.,LLC Engineering Department-2020 Appropriation#4340100,4350900 Fund 202;4350900 Fund 211;P.O.#:103557 Contract Not To Exceed$357,205.00 IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA A& F Engineering Co., LLC by and through its Board of Public Works and Safety BY: BY: Z -F rrc01:1— ames Brainard,Presiding Officer _.s-- _,, __-,-_ - Authorized Signatafe Date: _ Printed Name: 5 -Egrd J. rE zzi--/ Title: r---P.)•-k..s`cL-,.r.--c. Mary An urke, Mem Date: v-0 FID/TIN: .3 O - d 91 0 y (1Co . z. Last Four of SSN if Sole Proprietor: Lori S. Watso 7ber/ Date: �?s c�mss�>a JO, cZd 19 Date: �/ iS a.o ATTEST: 26(P Sue Wolfgan , Cle Date: 0/the O&ci (S:1CnuvactsNroLS,o,&Goods SscsiEnyinenioE\20201r1&F Euginecrios Co..21C P�ssionai So,oi o.do.:12RQ2019 1:56 PN11 9 project 20-03 *A&F ENGINEERING TRANSPORTATIONPSTREETARK GDLOT DES•IGNG• TAY DESIGN •RANSPORTAT ONAPLANNI+NG NEERING STUDIES YSES Transportation Site J 7 CONSTRUCTION OBSERVATION . SITE ENGINEERING Creating Order Since 196E REGISTRATION STEVEN J.FEHRIBACH,P.E. INDIANA PRESIDENT ILLINOIS KENTUCKY JOSEPH T.RENGEL,P.E. MICHIGAN VICE PRESIDENT OHIO R.MATTHEW BROWN,P.E. MISSOURI VICE PRESIDENT TEXAS July 12, 2019 Mr.Jeremy Kashman, P.E. City Engineer City of Carmel One Civic Square Carmel, Indiana 46032 Re: Proposal for Design Engineering Services Roundabout at 96th Street and College Avenue Dear Mr. Kashman, Thank you for the opportunity to submit a proposal for the design of this roundabout. As with similar projects performed in Carmel in the past, this proposal assumes another consultant will perform the right of way engineering and right of way acquisition. We are also proposing a not to exceed geotechnical fee,should this service be required for retaining walls. Our proposed fees are as follows: Environmental $ 46,400.00 Lump Sum Archaeological Report $ 5,225.00 Lump Sum Topographic Survey $ 53,400.00 Lump Sum Roundabout Design&Drainage $144,120.00 Lump Sum Water Permits&Hydryualics $ 47,200.00 Lump Sum MOT&Traffic Design $ 18,350.00 Lump Sum Utility Coordination $ 22,595.00 Lump Sum Geotechnical Services $ 14,915.00 Not to Exceed Construction Services $ 5,000.00 Not to Exceed Total $357,205.00 Any services needed during the construction phase will be billed at the attached hourly rate schedule. If you have any questions or concerns,feel free to contact me. Sincerely, A&F Engineering Co., LLC /4/f Joseph T. Rengel, P.E., PTOE Vice President Exhibit 8365 KEYSTONE CROSSING, SUITE 201 — INDIANAPOLIS, INDIANA 46240 f TELEPHONE (317) 202-0864 — FACSIMILE (317) 202-0908 VVV��` �/ �I r E r a rl" FED r►�� Ee F ,«b - r1�. Il1 j , ' r . r Of if * ,�"\\ ta,, 8.L.,k -A'„EL IA4 a4 (77,1 i '!¢' WI' . re 41r I III J 1 r tiva ,r am \ i. ,�, yr .F ... et. T �A ;« :,--"; �'- {{ 7.4 m �. r 1 j co". w k T • 'I '!/ /-I/1 / `ill/, ' * I.I 4 . . ;> --_�._� _ -' - _ - r .,.fi .41 .. =‘,...rir m ;ilk . e, ya*y� ., lc-key nImj r +v" ,,,; >. , . , .. . „ y{ h !......:, , ..::!i',:•A,.*.k..''' fa .j.L1.4'; t • 1 ., Yy ,14 17:47 s, ' ,4, y .1.�e_ y ,ey fie+" `4. / .. , 14 �.. p'� 96th Street and College Avenue Carmel, Indiana April 8,2019 Page 1RGAW Re: Designation (DES) Number: Pending 96th Street&College Avenue Intersection Improvement, Carmel, Hamilton County, Indiana Preliminary Assessment and Fee Justification Proposed Action — The proposed project would involve improvements to the 96th Street and College Avenue intersection in Carmel, Hamilton County. It is assumed new permanent right-of-way will meet or exceed 0.5 acre. Scope of Work—The project is scoped as a Categorical Exclusion Level 2(CE-2).The CE-2 document will include the tasks listed below. 1. Project Organization/Coordination — This task includes all file management, monthly project updates, review of project budget and general project management activities for preparation of the CE. 2. Identify Property Owners and Mail Notice of Entry for Survey or Investigation Letters —This task includes identifying existing nearby property owners and mailing them notice of entry letters prior to any field work. Property owner information will be identified using an online county GIS website. 3. Field Inspection—This task includes a field inspection of the proposed area by a historian to document any above-ground structures within the Area of Potential Effects(APE).A biologist will also document other potential environmental resources, including any streams, wetlands, recreational facilities, hazardous materials, etc.This task also includes inspection of any adjacent pipes and culverts within the project area for the presence of bats. A structure assessment form will be completed for each structure. 4. Red Flag Investigation—This task includes preparation of a Red Flag Investigation and approval from INDOT.The approved Red Flag Investigation will be included in the CE document. 5. Range-wide Programmatic Informal Consultation—This task includes completion of the U.S. Fish and Wildlife Service(USFWS) Range-wide Programmatic Informal Consultation process for the Indiana bat and Northern long-eared bat by entering project information on the Information for Planning and Consultation (IPaC) website to yield an effect determination for these bat species and submittal to INDOT. This task also includes coordination with INDOT, IDNR and USFWS regarding the Rusty Patch Bumble Bee. 6. Early Coordination — Early coordination packages (including letters, Red Flag Investigation maps, photographs and project plans) will be developed and sent to resource agencies per INDOT's Early Coordination guidance dated December 2017. 7. Historic Properties Short Report — This task includes preparation of the Historic Properties Short Report (HPSR).The HPSR is necessary because there are no known resources within the project area that have previously been determined eligible for the NRHP or any other potential historic resources within the project area. This task also includes a Phase la archaeological survey and records check. The archaeology fee includes curation of one site and if any additional archaeological sites are INDIANAPOLIS VINCENNES LA PORTE WWW.RQAW.COM April 8, 2019 Page 2RgAw discovered during the survey a fee of$1,750 per site may be used to cover additional reporting and curation fees required by state guidelines. 8. 800.11(e) Documentation"No Historic Properties Affected"Finding—This task includes preparation of the 800.11(e) documentation and effect finding which summarizes the Section 106 consultation and is required by the INDOT Section 106 process. This document will be updated to include all consulting party consultation.This task also includes consultation with the State Historic Preservation Office (SHPO) and consulting parties for a "No Historic Properties Affected"finding. 9. Waters of the U.S. Determination Report — This task includes preparing a report documenting all water resources within the project area. This report will be necessary for Indiana Department of Environmental Management(IDEM) and U.S.Army Corps of Engineers(USACE) permitting. 10. Meetings—This task includes preparation for and attendance at one meeting. 11. Categorical Exclusion Level 2(CE-2)—This task includes the preparation,approval,and distribution of the CE-2 and associated attachments. This project is currently scoped as CE-2 because it is assumed new permanent right-of-way will meet or exceed 0.5 acre. Fee Justification — Using the above information, a fee justification for $46,400 has been developed. This fee justification does include field inspection,completion of a Red Flag Investigation,early coordination with resource agencies, Historic Properties Short Report, Section 106 consultation and 800.11(e) documentation, Archaeology Phase la archaeological survey and records check, Waters of the U.S. Determination Report, and completion of the CE-2 document.This fee justification does not include completion of a CE level 3 or higher, coordination with Karst Memorandum of Understanding (MOU) agencies, wetland/stream mitigation or permitting, a Section 4(f)/6(f) evaluation, attending or conducting a public hearing, Section 106 Minor Projects Programmatic Agreement(MPPA)documentation,Certificate of Approval (COA),Archaeology Phase lb,c,or II investigations,or Phase 1 or 2 for hazardous materials. This fee assumes permanent right-of-way requirements will meet or exceed 0.5 acre.. Schedule — It is anticipated the draft CE-2 environmental document could be completed within approximately nine (9) months of a Notice to Proceed. However,this schedule will be dependent upon the availability of design information and INDOT's review of the environmental document. This cost is good for one year. Sincerely, jet/Dd),„„44 Joe Dabkowski, PWS Exhibit Director of Environmental Services RCI!AW CZif INDIANAPOLIS VINCENNES LA PORTE WWW.RQAW.COM Project:96th St.&College Ave.Intersection Improvement MANHOUR JUSTIFICATION Des.No.:Pending Environmental Document RGAW Task: Environmental Document Date: April 8,2019 SENIOR ENV. ENV.NEPA ENV.NEPA HISTORION/SEC 106 Task/Manhour Summary SCIENTIST SPECIALIST II SPECIALIST I ENV.SCIENTIST II ENV.SCIENTIST I SPECIALIST TOTAL HOURS Project Organization and Coordination 16 0 0 0 0 8 24 Identify Property Owners and Send Notification Letters 0 0 0 0 6 0 6 Field Inspection 0 0 0 8 8 12 28 Red Flag Investigation 4 16 0 0 0 0 20 Rangewide Programatic Consultation 0 0 0 12 6 0 18 Early Coordination 4 12 0 0 0 12 28 Section 4(f)Temporary Occupancy 5 16 5 0 0 0 26 Historic Properties Short Report 2 0 0 0 0 30 32 800.11 Consultation(No Historic Properties Affected) 2 0 0 0 0 26 28 Waters of the US Report 2 0 0 24 6 0 32 Meetings 8 _ 0 0 0 0 0 8 Categorical Exclusion-Level 2 6 48 20 0 0 0 74 Total Engineering Manhours 49 92 25 44 26 88 324 Average Hourly Rate 157.81 122.41 %.44 122.41 97.70 112.84 Total Direct Labor 7732.69 11261.72 2411.00 5386.04 2540.20 9929.92 39,261.57 Direct Expenses(See below) _ 7,134.50 TOTAL FEE 46,3%.07 USE 46,400.00 DIRECT NON-SALARY COSTS Mileage:(0.38/miles X 25 miles X 1 trip) $9.50 Meals:($26 X 2 persons X 0 day) $0.00 Hotel($89/night X 0 nights X 0 persons) $0.00 Archaeological Survey(CRA)(Additional Site Discovery Fee$1,750) $6,975.00 Report Copies/Postage/Parking Fees $150.00 Legal Notice $0.00 TOTAL DIRECT NON-SALARY COSTS $7,134.50 ill CT' c `. ,... V( +ram 0 I... ....z.:.5 l v r 0,0 cra cultural resource analysts, inc PROPOSAL FOR A PHASE IA ARCHAEOLOGICAL RECONNAISSANCE SURVEY IN MARION COUNTY, INDIANA April 8,2019 Submitted to: Aaron Lawson RQAW Corporation 8770 North St.,Ste. 110 Fishers,IN 47038 (317)588-1795 alawson@rqaw.com Project Identification 96th Street and College Avenue Intersection Improvement Cannel, IN topographic quadrangle Marion County,Indiana Project Area to be Studied At the request of RQAW, Inc., a phase Ia archaeological reconnaissance survey will be conducted for the proposed intersection project in Marion County, Indiana. It is estimated that approximately 8 acres of urban land will require an archaeological survey for the project. Scope of Services The records review and phase la archaeological reconnaissance survey will be conducted in accordance with the Draft Guidebook for Indiana Historic Sites and Structures Inventory — Archaeological Sites issued by the Indiana Division of Historic Preservation and Archaeology (DHPA). Archaeological Records Review According to the DHPA guidelines, prior to the field survey a review of the archaeological site files on the State Historic Architecture and Archaeological Database(SHAARD)will be completed for the proposed project area and a one-mile buffer. A preliminary review of SHAARD indicates that no archaeological sites or cemeteries are located within or near to the project area. Phase Ia Investigation The field investigation will consist of an intensive survey of the proposed surface disturbance following standard archaeological methods (i.e., pedestrian and shovel test survey). The portions of the project area that crosses terrain with good surface visibility(for example plowed/cultivated fields) will be subject to pedestrian survey. This entails a walking,visual inspection of the ground surface to identify historic and prehistoric artifacts/features. Portions of the project that are located on relatively flat terrain with poor surface visibility will have to be shovel tested. This assessment method requires the excavation of screened shovel tests measuring 35 cm in diameter at intervals of 15 m. Any archaeological sites discovered within the survey area will be recorded following current DHPA guidelines. AExhibit _---_----- CRA Proposal OfZY oloo cra (v ! cultural resource analysts, inc Deliverables A complete written report following guidance provided in the current Guidebook for Indiana Historic Sites and Structures Inventory—Archaeological Sites will be prepared. The report will describe all archaeological sites located during the study and make recommendations for their treatment in relation to potential impacts. In addition, site survey forms will be prepared and submitted to the DHPA for each archaeological site recorded. The report will be provided in PDF format and submitted electronically to the client for submission to INDOT and the DHPA. CRA will make one set of revisions to the report requested by the client or agencies. Schedule CRA can complete the records review, fieldwork, and report within 15 to 30 days of receiving a notice to proceed from RQAW.The specific schedule includes: • Records review and fieldwork completed within 5 to 10 days of a notice to proceed. • A summary of the fieldwork results reported to the client within one day after the fieldwork. • The report of the investigation submitted within 10 to 20 days following the completion of fieldwork.Report completion times vary depending upon the results of the fieldwork. Fee Considering the assumptions below, an archaeological records review and phase Ia survey will be completed for a base price of$5,225. If any archaeological sites are discovered during the survey, an additional charge of $1,750 per site may be used to cover additional reporting and curation fees required by state guidelines. It is estimated that up to 1 site could be within the project area. Terms are payment in full within 30 calendar days of the receipt of Cultural Resource Analysts, Inc., invoice.Late fee of 1.5%/month on unpaid balance unless otherwise agreed upon. Assumptions • No more than approximately 8 acres of archaeological survey will be required. • There will be no issues obtaining access to the project area. • No hard-copies of the report will be produced. Signed: Andrew V. Martin,RPA amartinC crai-ky.com (812)455-4694 Exhibit >i 7U-rZ`f CRA Proposal FEE JUSTIFICATION EXHIBIT SUMMARY LPA-OWNER: City of Carmel PROJECT NAME: 96th &College Roundabout PROJECT DESCRIPTION: Intersection Improvement PROJECT NO: 0 DES NO: 0 DATE: 03/29/19 LL Non-Salary Direct Salary TOTAL z 2.0 ROUTE SURVEY 614.80 52,852.00 53,466.80 w cc in TOTAL SURVEYING $53,400.00 Exhibit A .500 USI CONSULTANTS, INC. SUMMARY OF FEES USI CONSULTANTS, INC. FEE JUSTIFICATION EXHIBIT LOCALLY FUNDED DESIGN LPA-OWNER: City of Carmel PROJECT NAME: 96th &College Roundabout PROJECT DESCRIPTION: Intersection Improvement PROJECT NO: DES NO: TODAY'S DATE: 03/29/19 AVERAGE YEAR OF WORK: 2019 Mileage Rate: 0.38 Per Diem: 30.00 Motel Cost- Single: 95.00 Motel Cost- Double: 95.00 FILE NAME: D2019-13-AF-96th and College.xlsx Exhibit Tcd2y• FEE JUSTIFICATION EXHIBIT DIRECT SALARY COSTS-2.0 ROUTE SURVEY LPA-OWNER: City of Carmel PROJECT NAME: 96th&College Roundabout PROJECT DESCRIPTION: Intersection Improvement PROJECT NO: 0 DES NO: 0 DATE: 03/29/19 d N .. L C N N 0 m m U 10 m m 'u v A c 3 E e>o c A c c liii c c > A m > > E o r, II IL m eo t 5 2 w ` t f0 ROUTE SURVEY-CATEGORIES OF WORK c c d d 7 o 0 > > 00 s O w i urn v+ �., G G � ¢ Q Aa ,a = VI ke a oC Q. Sec.Cor.,R/W,Utilities,BM's-Research 1 2, 3 Plats&Property Owners-Research(Approx.40) 1 16 17 Survey Notices and Interviews 1 4 5 Utilities-Research 0 Locate and Traverse Section Corners 1 8 8 17 Set Aerial Panels&Traverse 0 Traverse&Set Centerlines&Control Points 2 8 8 18 > Reference Centerline&Section Corners 4 4 8 16 s Bench Circuit 2 8 8 18 N Horizontal&Vertical Data Collection 4 80 80 164 i++ Local Testimony&High Water Levels 0 i- O Structure Details(Approx.60-75) 24 24 48 O cc Location of Utilities 4 4 8 Survey Data Processing&Developing TIN 4 20 24 Property Line Analysis&Calculations 2 8 10 Preparation of Field Book 2 6 8 Preparation of Route Survey Plat(Title 865) 4 16 8 28 Drafting/Cadd&Pipe Networks 4 72 76 Project Management 24 24 Field Check 0 n TOTAL HOURS 0 0 0 0 0 44 60 136 136 0 20 88 484 1- HOURLY RATE 186.00 163.00 118.00 174.00 157.00 211.00 146.00 133.00 57.00 142.00 114.00 76.00 O ROUTE SURVEY-DIRECT SALARY TOTAL 0.00 0.00 0.00 0.00 0.00 9,284.00 8,760.00 18,088.00 7,752.00 0.00 2,280.00 6,688.00 52,852.00 Mil d r• Q 1 USI CONSULTANTS,INC. DIRECT SALARY COSTS-ROUTE SURVEY PAGE 3 OF 4 FEE JUSTIFICATION EXHIBIT DIRECT NON-SALARY COSTS - 2.0 ROUTE SURVEY LPA-OWNER: City of Carmel PROJECT NAME: 96th&College Roundabout PROJECT DESCRIPTION: Intersection Improvement PROJECT NO: 0 DES NO: 0 DATE: 03/29/19 ,,, No.of Trips 40 Miles to Site 12 Miles at Site 0 W Total Miles 960 Miles 0.38 Mileage Rate 364.80 > Per Diem 0 Days 30.00 Per Day 0.00 FMotel Cost-Single 0 Days 95.00 Per Day 0.00 Motel Cost- Double 0 Days 95.00 Per Day 0.00 TRAVEL TOTAL: 364.80 Shts./Set Sets Cost/Sht. Prelim. Field Check Plans 0 0 1.00 0.00 Utility Coordination Plans 0 0 1.00 0.00 F Stage 2 Plans 0 0 1.00 0.00 0 Design Hearing Plans 0 0 1.00 0.00 u Final Field Check Plans 0 0 1.00 0.00 (7 Final Check Prints 0 0 1.00 0.00 z z Final Tracings 0 0 1.00 0.00 z Print Mylars or Sepias 0 0 7.00 0.00 o. R/W Mylars 0 0 7.00 0.00 Soil Boring Mylars 0 0 7.00 0.00 Tracings 0 0 7.00 0.00 Copies 0 0 0.10 0.00 PRINTING TOTAL: 0.00 ISCELLAP4 OUS N Displays-Public Meetings/Hearings/Etc, 0.00 O UPS/FEDEX Fees 0.00 u Advertisements(Newspaper/etc.) 0.00 D Equipment and Materials(Miscellaneous) 0.00 0 Plat Maps and Deeds from Recorders Office 150.00 Q Aerial Survey 0.00 WSpecial Printing for Questionnaires or Survey Forms 0.00 N Data Storage Device 0.00 Other(specify) LCRSP Recording Fees-2 Counties 100.00 MISCELLANEOUS TOTAL: 250.00 t DIRECT NON-SALARY TOTAL-SURVEY 1 614.80 4 DIRECT NON-SALARY COSTS il0i2q USI CONSULTANTS, INC. ROUTE SURVEY A& F ENGINEERING CO., LLC. MANHOUR JUSTIFICATION PROJECT: 96TH STREET&COLLEGE AVENUE CLIENT: CITY OF CARMEL TASK: ROUNDABOUT DESIGN&DRAINAGE 07/12/19 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION Principal Manager Engineer Engineer Technician PROJECT ADMINSTRATION SUPERVISION AND SCHEDULING 1.00 4.00 CONTRACT ADMINISTRATION 4.00 4.00 PLAN SET-UP COORDINATE SURVEY 1.00 2.00 CLEAN-UP SURVEY 2.00 6.00 REFERENCES AND BENCHMARKS 1.00 2.00 4.00 CREATE SHEETSNIEW PORTS 1.00 6.00 SITE VISITS 2.00 2.00 4.00 PFC DESIGN-GEOMETRY TITLE&INDEX SHEET 1.00 2.00 PRELIMINARY LINEWORK 2.00 12.00 10.00 15.00 PRELIMINARY HORIZONTAL 1.00 6.00 8.00 4.00 PRELIMINARY VERTICAUGRADING 1.00 6.00 10.00 4.00 SIGHT DISTANCE CALCULATIONS&GRAPHICS 1.00 6.00 8.00 FASTEST PATH CALCULATIONS&GRAPHICS 1.00 10.00 8.00 VERIFY ENTRY&EXIT WIDTHS 2.00 4.00 CHECK PATH OVERLAPS 2.00 6.00 PRELIMINARY PLAN SHEETS 2.00 6.00 10.00 14.00 PRELIMINARY PROFILE SHEETS 1.00 4.00 8.00 8.00 PRELIMINARY TYPICALS SHEETS 2.00 8.00 6.00 PRELIMINARY CROSS SECTIONS 1.00 6.00 25.00 PRELIMINARY CONSTRUCTION LIMITS 2.00 4.00 2.00 PRELIMINARY RIGHT OF WAY 1.00 8.00 2.00 4.00 PFC DESIGN-DRAINAGE INLET SPACING 2.00 6.00 SCHEMATIC DRAINAGE LAYOUT 2.00 4.00 4.00 PRELIMINARY TRUNKLINE DESIGN 4.00 50.00 20.00 10-YEAR STORM DESIGN 1.00 20.00 10.00 50-YEAR STORM DESIGN 1.00 15.00 8.00 DRAINAGE REPORT 10.00 20.00 10.00 STRUCTURE DATA SHEET 2.00 4.00 4.00 UPDATE PLAN SHEET-DRAINAGE 1.00 4.00 6.00 20.00 UPDATE PROFILES-DRAINAGE 2.00 6.00 8.00 UPDATE CROSS SECTIONS-DRAINAGE 1.00 6.00 15.00 PFC MEETINGS QC/QA FOR PLANS 6.00 6.00 SCHEDULING PFC 2.00 PRELIMINARY FIELD CHECK 4.00 4.00 MINUTES&FOLLOW-UP COORDINATION 1.00 2.00 RIGHT OF WAY ANSWER CITY COMMENTS 1.00 2.00 6.00 4 00 UPDATE GEOMETRY 1.00 2.00 6.00 8.00 FINALIZE ALIGNMENT 2.00 4.00 FINALIZE PROFILE 2.00 4.00 ADA DESIGN 6.00 20.00 12.00 SPOT ELEVATION SHEETS 10.00 10.00 15.00 UPDATE DRAINAGE 8.00 6.00 10.00 UPDATE CROSS SECTIONS 2.00 10.00 FINALIZE CONSTRUCTION LIMITS 1.00 2.00 2.00 FINALIZE RIGHT OF WAY 1.00 2.00 2.00 QUALITY ASSURANCE 4.00 4.00 Ex ' A FINAL CHECK PRINTS '" bit ANSWER PREVIOUS REVIEWS 1.00 1.00 4.00 4.00 Z 1�7_{-�1( FINALIZE TYPICALS 1.00 4.00 2.00 FINALIZE PLAN SHEETS 1.00 6.00 6.00 FINALIZE PROFILE SHEETS 4.00 6.00 8.00 V\AAsnhour Juetfi abonClb of CanneA96M St&Cdlege Ave-RAS Dem9n&Drainage xh 'MISCELLANEOUS DETAIL SHEETS 1 00 4.00 10.00 15.00 I FINALIZE DRIANAGE 4.00 2.00 4.00 ' FINALIZE SPOT ELEVATIONS 6.00 4.00 12.00 FINALIZE CROSS SECTIONS 4.00 6.00 , UNDER-DRAIN DESIGN 8.00 4.00 APPROACH TABLE 4.00 4.00 PLAT SHEET 1.00 1.00 4.00 EARTHWORK COMPUTATIONS 2.00 6.00 12.00 QUANTITIES 8.00 15.00 ESTIMATE 1.00 1.00 FINALIZE SIGHT DISTANCE CALCULATIONS 1.00 3.00 FINALIZE ROUNDABOUT CALCULATIONS 2.00 2.00 FINALIZE LEVEL 1 CHECKS 4.00 1.00 3.00 I SPECIAL PROVISIONS 8.00 8.00 4.00 QUALITY ASSURANCE 8.00 , FINAL SUBMITTAL 1.00 1.00 6.00 6.00 ANSWER COMMENTS 1.00 12.00 16.00 16.00 FINALIZE PLANS 1.00 8.00 8.00 FINALIZE QUANTITIES 2.00 8.00 FINALIZE SPECIFICATIONS 2.00 6.00 4.00 4.00 FINAL PLAN REVIEW TOTAL HOURS 5.00 84.00' 335.00 372.00 301.00 1,097.00 BILLING RATE(WEIGHTED) 219.18 194.09 171.50 112.10 89.85 TOTAL DIRECT LABOR 1095.90 16303.56 57452.50 41701.20 27044.85 143,598.01 DIRECT COST 522.80 TOTAL 144,120.81 USE NOT TO EXCEED FEE 1 144,120.00 DIRECT COST SUMMARY SITE 4 TRIPS @ 15.00 MILES @ 0.38 PER MILE 22.80' MISCELLANEOUS, PAPER&PRINTING 500.00; 522.80' Exhibit A 13ef2 1/ V\Mann.,JeebficanontGty of Carmeltgetn St&College Ave-RAB Deair&Drainage,do A& F ENGINEERING CO., LLC. MANHOUR JUSTIFICATION PROJECT: 96TH STREET&COLLEGE AVENUE CLIENT: CITY OF CARMEL TASK: WATER PERMITS&HYDRAULICS 07/12/19 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION Principal Manager Engineer Engineer Technician RULE 5 PERMITTING PAPERWORK FOR COUNTY SOIL AND WATER 2.00 6.00 6.00 MAPS AND EXHIBITS 2.00 4.00 EROSION CONTROL DETAILS 1 00 2.00 8.00 8.00 BMP DESIGN 6.00 6.00 10.00 O&M MANUAL 4.00 ANSWER SOIL&WATER COMMENTS 2.00 4.00 2.00 FINAL RULE 5 PAPERWORK 1.00 3.00 3.00 FINAL EROSION CONTROL DETAILS 2.00 2.00 4.00 401/404 PERMITTING PAPERWORK FOR PERMIT 4.00 10.00 CALCULATIONS AND EXHIBITS 8.00 2 00 6 00 PERMIT COORDINATION WITH AGENCIES 2.00 6.00 HYDRAULIC CALCULATIONS 2.00 20.00 ANSWER AGENCIES COMMENTS 2.00 4.00 2 00 FINALIZE PERMIT EXHIBITS 1.00 6.00 FINALIZE PLAN DETAILS FROM PERMIT 4.00 4.00 4.00 CONSTRUCTION IN FLOODWAY GATHER ADJACENT STUDIES FROM AGENCY 4.00 COORDINATE FLOODWAY/WETLAND LOCATIONS W/ENVIRONMENTAL 2.00 4.00 HYDRAULICS 4.00 25.00 EXHIBIT FOR FLOODWAY 4.00 6.00 6.00 PAPERWORK 3.00 8.00 COORDINATE WITH AGENCIES 2.00 4.00 ANSWER AGENCY COMMENTS 2.00 4.00 2.00 FINALIZE PLAN DETAILS 4.00 4.00 6.00 QUALITY ASSURANCE 10.00 10.00 SCHEDULING AND COORDINATION 2.00 4.00 TOTAL HOURS 2.00 48.00 144.00 53.00 48.00 295.00 BILLING RATE(WEIGHTED) 219.18 194.09 171.50 112.10 89.85 TOTAL DIRECT LABOR 438.36 9316.32 24696.00 5941.30 4312.80 44,704.78 DIRECT COST 2,500.00 TOTAL 47,204.78 USE NOT TO EXCEED FEE 47,200.00 DIRECT COST SUMMARY SITE TRIPS @ MILES @ 0.38 PER MILE 0.00 MISCELLANEOUS,PAPER&PRINTING 2,500.00 2,500.00 Exhibit (Lic 'Z1/ V\Man hour Juaaficaean\Gay of CarrneAgfith St A GNlege Ave•Water Permits es A & F ENGINEERING CO., LLC. MANHOUR JUSTIFICATION PROJECT: 96TH STREET&COLLEGE AVENUE CLIENT: CITY OF CARMEL TASK: TRAFFIC&MAINTENANCE OF TRAFFIC DESIGN 07/12/19 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION Principal Manager Engineer Engineer Technician PROJECT ADMINISTRATION SUPERVISION AND SCHEDULING 1.00 1.00 CONTRACT ADMINISTRATION 1.00 1.00 PRELIMINARY DESIGN MOT PHASES-CLOSURE 2.00 2.00 4.00 6.00 SIGNING DESIGN 1.00 2.00 6.00 4.00 SIGN TABLES 1.00 2.00 SIGN SHOP DRAWINGS 1.00 4.00 PAVEMENT MARKING DESIGN 1.00 8.00 8.00 LIGHTING PHOTOMETRIC DESIGN 4.00 10.00 10.00 LIGHTING PLAN SHEET 1.00 4.00 LIGHTING TABLE SHEET 2.00 2.00 SERVICE POINT COORDINATION 4.00 FINAL DESIGN MOT PHASES-CLOSURE 1.00 3.00 6.00 6.00 SIGNING DESIGN 1.00 2.00 SIGN TABLES 2.00 SIGN SHOP DRAWINGS 1.00 PAVEMENT MARKING DESIGN 1.00 2.00 2.00 LIGHTING PHOTOMETRICS 2.00 2.00 2.00 LIGHTING PLAN SHEETS 2.00 2.00 LIGHTING TABLE SHEETS 1.00 QUANTITIES 2.00 6.00 SPECIFICATIONS 1.00 4.00 QUALITY ASSURANCE 2.00 2.00 TOTAL HOURS 2.00 15.00 21.00 53.00 57.00 148.00 BILLING RATE(WEIGHTED) 219.18 194.09 171.50 112.10 89.85 TOTAL DIRECT LABOR 438.36 2911.35 3601.50 5941.30 5121.45 18,013.96 DIRECT COST 355.70 TOTAL 18,369.66 USE NOT TO EXCEED FEE 18,350.00 DIRECT COST SUMMARY SITE 1 TRIPS @ 15.00 MILES @ 0.38 PER MILE 5.70 MISCELLANEOUS,PAPER&PRINTING 350.00 355.70 Exhibit /ccq V\Mannour Justrficanon\Cay of Carmef56tn St&college Ave-Traffic&MOT Deagn ba A& F ENGINEERING CO., LLC. MANHOUR JUSTIFICATION PROJECT: 96TH STREET&COLLEGE AVENUE CLIENT: CITY OF CARMEL TASK: UTILITY COORDINATION 07/12/19 ESTIMATED TIME IN HOURS Project Lead Staff Utility CADD WORK CLASSIFICATION Principal Manager Engineer Engineer Coordinator Technician UTILITY COORDINATION MEETING 4.00 4.00 UPDATE UTILITY LOCATIONS IN PLANS 4.00 4.00 12.00 IDENTIFY CONFLICTS 2.00 2.00 10.00 12.00 DISCUSS POTENTIAL CONFLICTS 1.00 2.00 6.00 10.00 DESIGN TWEAKS FOR UTILITIES 1.00 8.00 10.00 10.00 REVIEW&APPROVE RELOCATION PLANS 3.00 10.00 6.00 25.00 REVIEW&APPROVE WORK PLANS 2.00 8.00 COORDINATE RELOCATION SCHEDULES 1.00 4.00 UTILITY FIELD MEETINGS 6.00 6.00 12.00 TOTAL HOURS 0.00 20.00 28.00 36.00 89.00 12.00 185.00 BILLING RATE(WEIGHTED) 219.18 194.09 171.50 112.10 92.86 89.85 TOTAL DIRECT LABOR 0.00 3881.80 4802.00 4035.60 8264.54 1078.20 22,062.14 DIRECT COST 534.20 TOTAL 22,596.34 USE NOT TO EXCEED FEE 22,595.00 DIRECT COST SUMMARY SITE 6 TRIPS @ 15.00 MILES @ 0.38 PER MILE 34.20 MISCELLANEOUS,PAPER&PRINTING 500 00 534.20 Exhibit A , /6'bcz'I V\Manhour Justification\CM1y of Carmd19611,St&College Ave-Ut1M Coordmabon is EARTH April 19, 2019 EXPLORATIONLORATIO Nil umow A1lerracort:OMPANV Mr. Joe Rengel. P.E. PI WM Illikliirillil A&F Engineering Co., LLC 7770 West New YorkStreet jrengel(a�af-enq.com Indianapolis,IN 46214 (317)2731690 (317)273 2250(FAX) Re: Proposal for Professional Services Geotechnical Evaluation (& Pavement Design Alt.) 96th Street & College Avenue Intersection Improvements Carmel, Hamilton County, Indiana EEI Proposal No. PCJ195244 Dear Joe: We understand the City of Carmel is planning to make improvements to the intersection of 96th Street and College Avenue with the assistance of federal funds. The improvements are anticipated to include a new roundabout, and the project limits on each leg of the intersection are not anticipated to extend more than 500 ft. We anticipate storm sewers will be modified to incorporate new catch basins and/or new storm sewers installed. In addition, grade changes are expected to be less than 5 ft and no retaining walls are anticipated to be will be necessary. At this time, no other information is known. Based on our experience in the area, the subsurface conditions within the depth of interest are anticipated to consist of moderate to high plasticity cohesive soils near the surface with sands seams and layers more frequent with depth. For this, our scope of services will include: • Completing up to six test borings to a depth of up to 15 ft each along with up to four pavement cores (i.e.. one on each leg of the intersection); • Completing a laboratory testing program including index and strength property testing for purposes of understanding earthwork and subgrade modulus characteristics. Our laboratory effort includes the"topsoil"testing required to satisfy INDOT's RSS for Plant Growth Layer; and • Preparing a geotechnical report. The report will summarize our observations and test results and provide geotechnical recommendations for the proposed roadway improvements. including sewers. For the scope above, we propose to provide our geotechnical services on a unit rate basis in accordance with the attached Cost Estimate. The total cost for the geotechnical services is estimated to be up to $14,915 which includes the office and field efforts required to satisfy the City of Carmel permit requirements. Remaining auger cuttings will be hauled off from the site. As noted on the Cost Estimate, we have offered you a fee for completing the pavement design if you or the city choose to follow Chapter 304 of the Indiana Design Manual. If so, our fee for preparation of the pavement design will be lump sum $4,500. xt A l�l l 70rL Y Mr. Joe Rengel, P.E. April 19, 2019 A&F Engineering Co., LLC Page 2 96th St. &College Ave. We look forward to providing our services on this project. Feel free to contact us should you have any questions.We understand A&F will prepare an agreement outlining the terms and conditions. For your planning purposes, please allocate 90 days to complete the geotechnical work. Sincerely, EARTH EXPLORATION, INC. Michael S. Wigger, P.E. Principal Attachment: Cost Estimate Exhibit g0c y Cost Estimate-Geotechnical Evaluation 96th Street&College Avenue Intersection Improvements Carmel, Hamilton County Unit Unit Price Total GEOTECHNICAL FIELD 1. Mobilization and Field Coordination a. SPT Rig 1 ea $283.50 $283.50 b. CPT ea $472.50 c. Field and utility coordination 1 LS $420.00 $420.00 d. Field coordination with property owners&city of Carmel permit 1 LS $1,500.00 $1,500.00 e. Mileage 50 mi $3.68 $183.75 2. Truck mounted borings with split spoon sampling ft $19.95 3. Truck mounted borings with drilling fluid ft $19.95 4. Truck mounted core drilling ft $40.95 5. Truck mounted borings a. Truck mounted borings through bedrock or boulders or concrete pavement ft $40.95 b. Bridge deck coring and restoration ea $367.50 6. Cone penetrometer testing a. Set up ea $84.00 b. Subsurface profiling ft $12.86 c. Profiling with pore pressure measurement i. Piezometric Saturation ea $97.65 ii.Penetration ft $15.23 iii.Pore water dissipation test hr $199.50 iv. Hydraulic conductivity and consolidation ea $78.75 d. Profiling with Shearwave Velocity Measurement ft $16.54 e. Sample ea $25.20 7. Hand or truck soundings ft $13.13 8. Hand auger drilling ft $13.65 9. Skid mounted borings with split spoon sampling 90 ft $31.50 $2,835.00 10. Skid mounted borings using drilling fluid ft $31.50 11. Skid mounted core drilling ft $45.15 12. Skid mounted boring through bedrock or boulders ft $47.25 13. Skid mounted soundings ft $18.38 14. Skid Mounted Cone Penetrometer Testing(CPT) a. Set up ea $120.75 b. Subsurface profiling ft $18.64 c. Profiling with pore pressure measurement i. Piezometric Saturation ea $115.50 ii. Penetration ft $21.53 iii. Pore Water Dissipation Test hr $231.00 iv. Hydraulic Conductivity and Consolidation ea $89.25 d. Profiling with Shearwave Velocity Measurement ft $26.25 Fx13ibit e. Sample ea $33.60 � l �� 15. Furnishing of a boat Actual Cost G`� Unit Unit Price Total 16. Barge set-up expenses a. Navigable water i. Barge set-up ea $6,300.00 ii. Rental of support equipment and/or boat Actual Cost iii. Drill rig down time hr $157.50 b. Non-navigable water barge set-up ea $5,250.00 17. Additional disassembly and reassembly a. Navigable water ea $2,205.00 b. Non-navigable water ea $1,995.00 18. Barge mounted borings with split spoon sampling ft $34.65 19. Barge mounted core drilling ft $47.25 20. Barge mounted boring through bedrock or boulders ft $47.25 21. Barge mounted soundings ft $21.00 22. Casing through water ft $8.93 23. Uncased sounding through water ft $5.78 24. Set up for borings and machine soundings a. Borings and machine soundings less than 20 ft deep 6 ea $73.50 $441.00 b.Rock core borings ea $126.00 25. Additional 2-in.split spoon sampling 4 ea $22.05 $88.20 26. 3-in.split spoon samples ea $24.15 27. 3-in.Shelby tube samples 2 ea $66.15 $132.30 28. Bag samples a.25-lb sample ea $53.55 b. 5-lb sample 4 ea $34.65 $138.60 29. Field vane shear test ea $120.75 30. 41/2-in.cased hole ft $13.13 31. Installation of Geotechnical Instruments a. Inclinometer casing installation ft $15.75 b. Piezometer installation up to 25 ft below surface ea $283.50 c. Piezometer installation deeper than 25 ft below surface ea $315.00 d. Metal protective outer cover for inclinometer and piezometer casings ea $131.25 32. Geotechnical engineer 8 hr $126.00 $1,008.00 33. Railroad expenses Actual Cost 34. Twenty-four hour water levels a. Field measurements per borehole 4 ea $39.90 $159.60 b. PVC slotted pipe ft $6.30 35. Special borehole backfilling a. 0 to 30 ft i. SPT 6 ea $115.50 $693.00 ii. CPT ea $48.30 b. More than 30 ft i. SPT ft $6.83 ii. CPT ea $2.00 c. Pavement restoration 4 ea $63.00 $252.00 A 36. Dozer rental Actual Cost Exhibit 20 0t/ Unit Unit Price Total 37. Traffic control a. Flag crew 1 day $1,365.00 $1,365.00 b. Equipment Rental Actual Cost c. Flag crew with equipment day $1,627.50 38. Centerline surveying Actual Cost Subtotal(Geotechnical Field) $9,499.95 GEOTECHNICAL LABORATORY 39. Sieve analysis for soils 5 ea $51.45 $257.25 40. Hydrometer analysis 5 ea $60.90 $304.50 41. Sieve analysis for Aggregates a. Analysis by Washing(AASHTO T-11) ea $80.85 b. Analysis by Using(AASHTO T-27) ea $141.75 42. Liquid limit 5 ea $40.95 $204.75 43. Plastic limit&plasticity index 5 ea $29.40 $147.00 44. Liquid Limit Ratio ea $78.75 45. pH test 5 ea $16.28 $81.38 46. Loss on Ignition Test a. Loss on Ignition Test(Conventional) 2 ea $25.20 $50.40 b. Loss on Ignition Test(Sequential) ea $54.60 c.Organic content based on Clorimeter ea $25.20 47. Topsoil Tests a. Phosphorus tests 1 ea $22.05 $22.05 b. Potassium tests 1 ea $22.05 $22.05 48. Moisture Content Tests a. Moisture Content Test(Conventional) 40 ea $7.09 $283.50 b. Moisture Content Test(Microwave) ea $8.61 49. Expansion Index of Soils ea $246.75 50. Specific Gravity Test 5 ea $37.80 $189.00 51. Unit weight determination 4 ea $18.38 $73.50 52. Hydraulic Conductivity Test a. Constant Head ea $246.75 b. Falling Head ea $299.25 53 a. Unconfined Compression Test 4 ea $47.25 $189.00 b. Remolding of soil samples with chemical admixtures in chemical soil modification/stabilization (3 samples is equal to 1 unit) ea $120.75 c. Point Load Strength Index of Rock ea $45.15 54 Compressive Strength and Elastic Moduli of Intact Rock a. Compressive Strength of Intact Rock ea $115.50 b. Elastic Moduli of Intact Rock ea $451.50 55 Consolidation Test ea $472.50 56 Triaxial test a. Unconsolidated-Undrained(UU) ea $367.50 b. Consolidated-Undrained(CU) ea $546.00 Exhibit A. Zfaf2 `f Unit Unit Price Total c. Consolidated-Drained(CD) ea $761.25 d. Pore Pressure measurement with a.or b. and use of back pressure for saturation ea $262.50 57 Direct Shear Test ea $556.50 58 Moisture-Density Relationship Test a. Standard Proctor ea $147.00 b. Modified Proctor ea $162.75 59 Soil Support Testing a. California Bearing Ratio Test ea $551.25 b. Subgrade Resilient Modulus ea $651.00 60 Collapse Potential Evaluation Test a. Silty Soil(Loess) ea $399.00 b. Cohesive or Expansive Soils ea $472.50 61 Water Soluble Sulfate Test 4 ea $110.25 $441.00 62 Water Soluble Chloride Test ea $110.25 63 Soil Resistivity Test ea $141.75 64 a. Slake Durability Index Test ea $131.25 b. Jar Slake Test ea $13.91 Subtotal(Geotechnical Laboratory) $2,265.38 GEOTECHNICAL ENGINEERING 65 Geotechnical report a. Without soil subgrade investigation First mile LS $1,890.00 Each additional mile mi $787.50 b. With soil subgrade investigation First mile 1 LS $2,100.00 $2,100.00 Each additional mile mi $892.50 c. Soil subgrade investigation(only) First mile LS $682.50 Each additional mile mi $420.00 d.Soil profile drawing First mile LS $1,228.50 Each additional mile mi $567.00 65 a.Geotechnical data report for design build projects First mile LS $945.00 Each additional mile mi $420.00 b.Technical memo First mile LS $630.00 Each additional mile mi $420.00 67 Settlement analysis and recommendations for embankment a. Proposed embankment ea $535.50 b. Proposed and existing embankment ea $598.50 68 Ground modification design ea $1,575.00 69 Slope stability analysis a. C,ra or C&o analysis ea $840.00 Exhibit 22ivi Unit Unit Price Total b. Corrective measures ea $840.00 c. Stage construction corrective method ea $1,470.00 70 Bridge foundation analysis and recommendations a. Shallow foundation ea $525.00 b. Deep foundation i. Deep foundation analyses ea $918.75 ii.Wave equation analyses ea $351.75 iii. Liquefaction analysis ea $283.50 iv. Group-3D analysis ea $451.50 c. Settlement analysis for bridge pier foundation i. Bridge pier ea $420.00 ii. Embankment plus pier ea $462.00 iii. Embankment plus pier plus all other loads ea $535.50 d. Foundation on bedrock ea $399.00 71 Retaining structure analysis recommendations a. Conventional retaining structures and other types such as MSE Walls and Bin walls i. Shallow foundation ea $924.00 ii. Deep foundation ea $1,218.00 iii. Settlement analysis for retaining wall foundation ea $399.00 b. Pile retaining structure analysis and recommendations i. Free standing structure ea $1,102.50 ii. Retaining structure with tie-back system ea $1,575.00 c. Drilled-in-pier retaining structure analysis i. Free standing structure ea $1,102.50 ii. Retaining structure with tie-back system ea $1,575.00 d. Soil nailing wall analysis ea $1,050.00 72 Seepage analysis ea $1,522.50 73 Deep dynamic compaction analysis ea $1,522.50 Subtotal(Geotechnical Engineering) $2,100.00 CONSTRUCTION INSPECTION AND MONITORING 74 Pressuremeter testing services day $1,732.50 75 Mobilization of testing equipment LS $173.25 76 a. Monitoring geotechnical instrumentation hr $84.00 b. Field Inspector hr $84.00 77 Integrity testing Actual Cost 78 Field Compaction Testing a. Dynamic Cone Penetration Test(DCPT) hr $84.00 b. Light Weight Deflectometer Test(LWD) hr $84.00 79 Dynamic pile analysis ea $1,102.50 80 Static load test ea $1,102.50 81 Dynamic pile load test 82 CAPWAP-C analysis ea $577.50 83 Final construction inspection report ea $1,050.00 Subtotal(Construction Inspection and Monitoring) Exhibit 23c2 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 $1,732.50 b. Project Website LS $3,675.00 87 Geotechnical Review a. Structure Report ea $367.50 b. Roadway Report mi $304.50 Subtotal(Non-Destructive,Geophysical and Project Management) PAVEMENT INVESTIGATION 1. Mobilization of coring equipment LS $220.50 2. Mobilization mileage for coring equipment mi $2.00 3. Pavement core(partial depth) ea $136.50 4. Pavement core(full depth) 4 ea $210.00 $840.00 5. Sub-base sample ea $65.10 6. Cement concrete pavement core density determination ea $35.70 7. Cement concrete core compressive strength test ea $34.65 8. Bituminous extraction test ea $194.25 9. Sieve analysis of extracted aggregate test ea $89.25 10. Recovery of asphalt from solution by Abson method ea $378.00 11. Theoretical maximum specific gravity test ea $89.25 12. Bulk specific gravity test ea $36.75 13. Air voids calculation ea $36.75 14. Core report for partial depth core ea $52.50 15. Core report for full depth core 4 ea $52.50 $210.00 16. Pavement analysis and report ea $840.00 Subtotal(Pavement Investigation) $1,050.00 Summary of Fees Geotechnical Field $9,499.95 Geotechnical Laboratory $2,265.38 Geotechnical Engineering $2,100.00 Construction Inspection and Monitoring Non-Destructive,Geophysical and Project Management Pavement Investigation $1,050.00 Geotechnical Total $14,915.33 Pavement Design $4,500.00 Estimated Total $19,415.33 Exhibit 2'1J2y EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation&Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit(other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal &Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage(any one fire): $250,000 Medical Expense Limit(any one person): $ 50,000 Comprehensive Auto Liability(owned,hired and non-owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000 EXHIBIT D AFFIDAVIT rkW.0 4-'1-/ , being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter,could testify as follows: 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 A+ E�� Cn. t LL.0 (the"Employer") in the position of 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 .3 0.4" day of `-b-it-cram�� 20 l`I. Printed: 6/E 1z,v t /e 0,1 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 true and correct. Printed: VktiA c-lA- . R arso1.., INDIANA RETAIL TAX EXEMPT Page 1 of 1 4I1City of Carmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 103557 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A/P CARMEL, INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, 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 12/13/2019 003050 Project 20-03; A&F ENGINEER CO, LLC City Engineering's Office VENDOR 8365 KEYSTONE CROSSING SHIP 1 Civic Square SUITE 201 TO Carmel, IN 46032- INDIANAPOLIS, IN 46240- Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 42746 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 202 Local Road & Street Fund Account: 43-401.00 1 Each ASA 1 -96th Street and College Avenue Roundabout-Design $200,000.00 $200,000.00 Sub Total $200,000.00 Account: 43-509.00 1 Each ASA 1 -96th Street and College Avenue Roundabout-Design $138,115.87 $138,115.87 Sub Total $138,115.87 Department' 2200 Fund 211 CUM Cap Development Account: 43-509.00 1 Each ASA 1 -96th Street and College Avenue Roundabout-Design $19,089.13 $19,089.13 Sub Total $19,089.13 4 FR CAR 0 /11<t1/4 !i# i 11, •' p_4 ili _,-, _\1/4 i ■ i # Itirt -.;Al.• ' ,, .i N ' ■ aX p" Send Invoice To: City Engineering's Office • Kate Lustig 1 Civic SquareIN ff"��"�' 7 Carmel, IN 46032- L., 1 r PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT ! PROJECT I PROJECT ACCOUNT I AMOUNT PAYMENT $357,205.00 SHIPPING INSTRUCTIONS 'A/P 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 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 r AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman James Crider TITLE Director Administration CONTROL NO. 103557 CLERK-TREASURER