Loading...
RW Armstrong/EngrR.*. Armstrong Engineering Department - 2011 Appropriation #920- 4470101; P.O. #27466 Contract Not To Exceed $46,980.00 AGREEMENT FOR PROFESSIONAL SERVICES FP zr\,`01 AS TO FORM BY 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 RW Armstrong (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. (Z:14baraARoE Svcs & Goods SvciEagmamg\20111RW ARMSTRONG Pmfuio I Sauk FORA1 Rev 2RO9.dnc;12J24101:29 PM) R. \K Armstrong Engineering Department - 2011 Appropriation #920 - 4470101; P.O. #27466 Contract Not To Exceed $46,980.00 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 920 - 4470101 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 Forty Six Thousand Nine Hundred Eighty Dollars ($46,980.00) (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 sixty (60) 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. [ZAsharevl\ProfSvcs & Goods Svcs\Engmrving12011 \RW ARMSTRONG Prafvional Strvims FORM Rev 2009.doc1/4/202 1108 AM) R.W. Armstrong Engineering Department - 2011 Appropriation #920 - 4470101; P.O. #27466 Contract Not To Exceed $46,980.00 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, 2011, 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. 7.22 If the City or its employees, agents, consultants or officers reuse the work product provided by Professional pursuant to the Agreement on any project not contained within or reasonably contemplated by the scope of services set forth in attached Exhibit "A ", it shall do so at its own risk and expense, unless Professional accepts such risk and expense by means of a separate written agreement sign by both parties hereto. 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 (ZA.banAProf.Sycn & Goat. Svu^.EngmnmgO11l &W ARMSTRONG Prnfmionol Savior. FORM Raw 2009.doc:12/20'3110 EN PM] R.W. Armstrong Engineering Department - 2011 Appropriation #920 - 4470101; P.O. #27466 Contract Not To Exceed $46,980.00 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. 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. (ZAtarudProf.Svcx 3 Goods Svo1Eagm n, 2O11%RW ARMSTRONG 111,6 ,10001 Same; FORM Rev 2009. dm, 12/264;101:29 PM) R.W. Armstrong Engineering Department - 2011 Appropriation #920 - 4470101; P.O. #27466 Contract Not To Exceed $46,980.00 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. 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 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. 7.12 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 Administration One Civic Square Carmel, Indiana 46032 ATTENTION: PROFESSIONAL: RW Armstrong Union Station 300 South Meridian Street Indianapolis, Indiana 46225 ATTENTION: IZ.Vdurufd',M.Svcs Gond, SvugtEnguiumng12011NRAV ARMSTRONG Pmf wopal Sinai+ FORM Rev 2 N 9.doc; l2Rup11 U 119 PM] Douglas C. Haney Carmel City Attorney One Civic Square Carmel, Indiana 46032 R.W. Armstrong Engineering Department - 2011 Appropriation #920 - 4470101; P.O. #27466 Contract Not To Exceed $46,980.00 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. 7.13 Effective Date. The effective date ( "Effective Date ") of this Agreement shall be the date on which the last of the parties hereto executes same. 7.14 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. 7.15 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. 7.16 Non - Assignment. Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder without City's prior written consent. 7.17 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. 7.18 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. (z:WUnuPPnuf.Svc+ & Goods SvcclEngmaimg\201 I1RW ARMSTRONG Prnfc..naal Saw. FORM Rcv 2U09.doc 12!20610 119 Pall R.W. Armstrong Engineering Department - 2011 Appropriation #920 - 4470101; P.O. #27466 Contract Not To Exceed $46,980.00 7.19 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. 7.20 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. 7.21 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. 7.22 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. 7.23 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. 7.24 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. jZAchauMmISvc. & Gout. Svc..1FAguavmg\2011\RA' ARMSTRONG Profchsonol Suvxx, FORM Rev 2009.1kr: 1212U 110 129 PM] R.W. Armstrong Engineering Department - 2011 Appropriation #920 - 4470101; P.O. #27466 Contract Not To Exceed $46,980.00 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: James Braina d, Presiding Officer Date: )727 4.4td,,J6/ Mary Burk f, M �jber Date: ��7 1r` Lori S. atso . , ii ember Date: i hi ATTEST: Diana Cordray, IA i P, Clerk- Treasurer /Date: /-/V RW ARMSTRONG BY: Authorized Signature Printed Name: Se #F. 40'74 s b y Title: ✓%ce P.�sfdec� FID/TIN: .3S - 1010.-2.a`7 SSN if Sole Proprietor: Date: )Zl.6aruMroFSas & Guvl.: Svc9Eopaurm612011\RN' ARMSTRONG Ptak ...real S mco FORM Rev 2O09.dx:I V20,81101:29 FM) 11/11/2010 l00% DESIGN AND CONTRACT BID DOCUMENTS — EXPANDED PROJECT AREA SCOPE OF SERVICES Keystone Parkway at 96,4 Street Limits: I -465 to 99th Street November 10, 2010 Project Description R.W. Armstrong & Associates, Inc. and its project team (the Consultant), is the design Consultant to the City of Carmel (the Owner) for the reconstruction of the intersection of Keystone Parkway and 96th Street from a signalized intersection to allow free flow movement of traffic on Keystone Parkway (the Project). Project limits are from the north I -465 /Keystone interchange ramps to 99thStreet along Keystone Parkway, and from Haverstick Road to Priority Way West Drive along 96thStreet. Also included in the project is a connector roadway south of 96thStreet connecting Aronson Drive to Priority Way West Drive, and a connector roadway between 96thStreet and 98thStreet which ties into 96thStreet at Priority Way West Drive. The project will tie into the I -465 /Keystone interchange currently under construction, and will tie into the City of Carmel's 106th Street roundabout interchange. The Consultant will be responsible for the management, coordination, and design of all elements required to provide l00% design plans for this project. It is anticipated that the design portion of the project will be locally funded, with construction funded federally. Additionally, the project will include a the relocation of Threel Street, a connector roadway between Threel Street and Aronson Road, a re- configuration of Haver Way (including a cul -de- sac), a re- configuration of Whitley Drive south of 96th Street, and a connector roadway between Whitley Drive and Haver Way. This additional project area is located beyond the limits of the original project scope, and is shown in the attached Exhibit A. This document is to describe the scope of services for the additional work shown in Exhibit A, and is a supplement to the 30% design scope of services submitted October 24, 2008, the Environmental Categorical Exclusion (CE) scope of services submitted March 10, 2009, and the l00% design scope of services submitted July 3o, 2009. This document is also to describe the scope of services for a drive- through animation containing a "right -in, right -out" configuration at the intersection of 96th Street and Aronson Drive. Therefore, the section numbering below begins with Section 18, as the 3o% design and CE scope of services includes Sections 1 thru 8 and the l00% design scope of services includes Sections 9 through 17. For reference, the 3o% design, CE, and l00% design scope of services documents are attached to this document. The designs shall conform to the City of Carmel Design Standards augmented by INDOT's Design Manual, standard details, specifications, policies and procedures (in force at the time of the execution of this Agreement) and the Manual on Uniform Traffic Control Devices developed in U.S. Customary Units, with additional Context Sensitive Solutions (CSS) as approved by the Owner, INDOT, and FHWA. A more detailed discussion of the Consultant's proposed i00% design services for the expanded project area is described in the following specific sections: 100% Design Scope of Services — Expanded Project Area Page 1 of 7 EXHIBIT ______ Threel Haver Desi:n — i00% Desi:n Level • 6th Street Drive - throu:h Animation 11 /11/2010 Section 18: Threel /Haver Design Objective The objective of this section is to provide i00% design plans for the project area beyond the limits of the original project scope as depicted in the attached Exhibit A. The work includes all agency coordination, topographic survey, environmental documentation (CE), right -of -way engineering, roadway design, and drainage design within the area depicted in Exhibit A. Results /Deliverables • Topographic Survey o Supplemental topographic survey data; o Updated route survey plat; o Survey field book; o Deed copies of "last deeds of record "; o Plot of Location Control Route survey plat; o Project Mailing list. o Environmental Documentation o Supplemental Categorical Exclusion (CE) documentation to include additional project area into project CE document; a Right -of -way Engineering o Final ROW engineering plans; o Final legal descriptions for each property acquisition; o ROW parcel plats for each parcel; o ROW area computation sheet; o Folder for each parcel; o Roadway Design — i00% Level o Stage 2, Stage 3, and Tracings Plan submissions; o i00% plans for the expanded scope area as shown in the attached Exhibit A, including Threel Street, Haver Way, Whitley Drive, and the two connector roadways; o Final quantities and calculations; o Final utility coordination; o Final utility relocation plans; o Final special provisions and cost estimate; o Erosion control plans; o Amendments to Best Management Practices manual and Rule 5 permit. • Drainage Design — i00% Level 100% Design Scope of Services — Expanded Project Area Page 2 of 7 11/11/2010 o Amendment to final Stormwater Management Plan and Hydraulics and Hydrology Analysis Report to include expanded project area, submitted to the Owner and the Hamilton County Surveyor's office for review and comment; o Final detention basin design (pdf); o Final design calculations (pdf); o Final drainage area maps and travel paths o Final structural sizing calculations; o Preliminary and final design of all drainage in the expanded scope area (expanded scope area as outlined in the project description). Activity A. Topographic Survey O The Consultant will collect topographic survey data in addition to data obtained previously to accommodate the expanded project limits. The location of the additional survey collection is described as follows: o Along a line approximately 64o feet south of and parallel to East 96th Street 75 feet left and right from 75 feet west of Whitley Drive to 5o feet east of Haver Way (150 feet x 55o feet), including collection of data related to Subsurface Utility Exploration (SUE); o Along a line approximately 280 feet south of and parallel to East 96th Street 75 feet left and right from 75 feet east of Threel Drive to 50 feet west of Aronson Drive (150 feet x 425 feet) including collection of data related to Subsurface Utility Exploration (SUE). o The existing route survey plat will be extended to account for the existing topo survey acquired above. B. Environmental Documentation • The Consultant will update the Categorical Exclusion (CE) Environmental Document to include the project area depicted in the attached Exhibit A. The update will include all documentation for the expanded project area as described in the original CE Scope of Services, including: o A field investigation of the expanded project area to identify any areas of environmental concern; o Section io6 Consultation, including a Historic Property Report (HPR) documenting the characteristics and eligibility of any historic properties found within an established Area of Potential Effect (APE); o A memorandum of Agreement for all Section io6 Adverse Effect findings; o An archaeological Records Review; o Wetland determination; o Phase I Initial Site Assessment; o Phase II Preliminary Site Investigation plan; o Public hearing facilitation activities involving the expanded project area. 100% Design Scope of Services — Expanded Project Area Page 3 of 7 11/11/2010 C. Right -of -Way Engineering • The Consultant will provide preliminary and final right -of -way engineering for the addition of 6 parcels not accounted for in either the 30% design scope of services or the original t00% design scope of services. o The preliminary right -of -way engineering tasks for those parcels shall be as defined in the 3o% design scope of services, and the final right -of -way engineering tasks shall be as defined in the original t00% design scope of services. o All parcel information will be incorporated into the final right -of -way plan set. D. Roadway Design — t00% Level • The Consultant will coordinate with the City of Indianapolis via the Owner on all design- related issues south of 96th Street. G The Consultant will develop l00% plans for the area depicted in Exhibit A, consistent with INDOT and Owner standards. The plans will include: o Final typical cross sections for the appropriate station limits, guardrail, curb, gutter, and underdrains; o Final drainage and stormwater management facilities; o Final maintenance of traffic plans scheme and schematic drawings; o Pavement design in accordance with INDOT MEPDG guidelines; o Incorporation of final quantities into t00% plan set Summary of Quantities and Approach Tables; o Incorporation of structure data into t00% plan set; o Final Retaining wall details; o Final cross sections, including right -of -way (existing /proposed), ditches, retaining walls, driveways, and buildings; o Final traffic design plans (lighting /signing /signals /pavement markings); o Incorporation of special provisions and cost estimate data into final t00% plan set special provisions and cost estimate; o Incorporation of erosion control plan information into final Best Management Practices manual and final Rule 5 permit. E. Drainage Design — t00% Level O Complete preliminary hydraulic design of the expanded project area depicted in Exhibit A. ® Revise final maps per plan review comment, showing characteristics of the study area such as utilities, transportation facilities, soil types, existing storm and sanitary sewers and structures, existing legal drains, culverts and bridges, dams, weirs, impoundments, flow modifying structures, etc. o Finalize suitable land areas for stormwater management. Review and analyze profile grade of alignments adjacent to the expanded project area and determine final locations of the required culverts, bridges, trunklines, etc. o Determine final stormwater conveyance at 96th Street and adjacent to the east -west connector roadways south of 96th Street. Prepare final design layout showing proposed major culverts, bridges and trunklines. Delineate final boundaries of drainage 100% Design Scope of Services — Expanded Project Area Page 4 of 7 11/11/2010 watersheds, sub watersheds, sub basins for small structures, bridges and trunklines. Estimate final tributary drainage area of each watershed. • Amend final hydrologic and hydraulic modeling data files to include expanded project area. • Perform final hydrologic analysis in the expanded project area using applicable modeling software in accordance with acceptable policies and procedures to determine peak discharge, runoff volume, and runoff hydrograph for various recurrence intervals at key crossings. • Review floodplain information report in the expanded project area and finalize flood flows, stages, and areas of inundation on principal streams. Compare results of Hydrology and Hydraulics models with the FIS, and make appropriate revisions to calibrate the models. • Review and finalize hydraulic grade line, backwater effects, headwater and tailwater conditions, floodplain impacts and stormwater impacts on developments per design criteria. o Make alternative final design modifications of the drainage facilities system -wide to reduce the impacts based on the final structure size requirements, and to account for the expanded project area. o Prepare final design layout, including final plan and profile sheets and cross sections, showing proposed drainage facilities including the designation of major structures, ditches and trunklines and detention basins. • Amend the final Hydrology and Hydraulics Analysis Report and submit for the review of Owner, the Hamilton County Surveyor's, and the City of Indianapolis Department of Public works based upon review comments. Assumptions • Monthly invoicing will occur through the duration of the project in accordance with the provisions of the 30% Design Scope of Services; • Indiana Department of Transportation standards and specifications will be utilized on the project; o Topographic survey data collection will be limited to the locations detailed above; o All right -of -way engineering services too be performed as per the current version of the federal, INDOT, and City of Carmel Right of Way Engineering Policies; o Right -of -way and design plans for the expanded project area will be incorporated into the plan submittals to the Owner, the City of Indianapolis, and INDOT, with the submittals and field checks as outlined in the 30% design and original i00% design scope of services; • Consultant does not authorize or assume liability for any reuse of the design and right - of -way plan documents or digital materials for any purpose other than this project and the specific use intended, unless approved by the Consultant; o Utility relocation plans will be incorporated into the utility relocation plans for the entire project; • Payment for right -of -way engineering services will be on a "per parcel" basis; 100% Design Scope of Services — Expanded Project Area Page5of7 11/11/2010 o All hydraulic analyses and design will be done in accordance with the policies, procedures, and criteria contained in the hydraulics and hydrology sections of the Indiana Design Manual, the Hamilton County Surveyor's office, and the City of Indianapolis Department of Public Works drainage section. o A common hydraulic report submittal package will be allowed for review by all pertinent agencies. o Hydraulic analysis for the expanded project area depicted in Exhibit A will be limited to areas immediately impacted by the expanded project area footprint. Information Supplied by Owner o Existing right -of -way plans, grants, and deeds for all City of Carmel roads within project limits (Marion County information to be supplied by City of Indianapolis, INDOT information to be supplied by INDOT); o List of parcels to be acquired for this project; • Reviews of Stage 2 and Stage 3 plan submittals; o Approvals of hydraulic report and calculations; o Attendance at field checks. Items Specifically Not Included o Individual Section 4(f) Environmental Evaluation; o Section 6(f) Environmental Evaluation; o Individual Section 401 Water Quality Certification; o Individual 404 Dredge or Fill Permit; o IDNR Construction in a Floodway Permit; o Noise Analysis; o Air Quality Analysis; o Phase is Archaeological Reconnaissance; o Asbestos inspection /testing; o Noise Barriers; o Pump station design; o Multiple agency - specific submittal packages. Section 19: 96th Street Drive - through Animation Objective The objective of this task is to provide a drive- through animation for the entire 96th Street corridor. The animation it will contain a right -in, right -out configuration at the 96th Street /Aronson Drive intersection for use by the Owner. Results /Deliverables o Video drive - through animation for the 96th Street corridor from 200 feet east of the proposed Priority Way W. Drive roundabout to the proposed Haverstick Road roundabout. 100% Design Scope of Services — Expanded Project Area Page 6 of 7 11/11/2010 Activity A. Final Animation • The Consultant will develop a final drive - through animation for the 96th Street corridor, which will include the following tasks: o Creation of a new video path starting 200 feet east of the Priority Way roundabout traveling west on 96th Street through a new right -in, right -out intersection at 96th/ Aronson Drive to just east of Keystone Parkway; o Blend new video path into existing video paths west of Keystone and south of Priority Way to create a revised drive- through of the corridor; o Reconfigure the geometry at 96th /Aronson Drive to the proposed right -in, right - out configuration; o Add in buildings, landscaping, parking, signs, lighting, and pavement markings for the new Aronson Drive configuration; o Re- configure all traffic flow on 96th to accommodate the Aronson Drive intersection geometric changes. Assumptions O Existing video path will be utilized west of Keystone and south of Priority Way. Information Supplied by Owner o Approvals of revised animation. Items Specifically Not Included o None. 100% Design Scope of Services — Expanded Project Area Page 7 of 7 A 791' PROJECT NO.: Keystone Parkway @ 96th Street CLIENT: City of Carmel Proposed Fees - Threel /Haver Project Expansion 100% Design ITEM Section 18 Threel /Haver Design - 100% Design Leve Section 19 96th Street Drive - through Animation Fee for work complete to date Fee for work remaining Section 18 Total $26,780.00 $11,400.00 $38,180.00 $8,800.00 GRAND TOTAL: $46,980.00 NOTES 1) We will be invoicing for payment on the section 18 work complete to date ($26,780) upon approval of these fees 2) Section 18 work complete Includes 100% survey, 100 %right -of -way, 100% environmental, 60% road, 60% drainage