HomeMy WebLinkAboutParsons Transportation/ ENG/123,620/Rangeline and Carmel Drive RABParsons Transportation Group
Engineering Department - 2015 Q It
Appropriatioi.�f'ot.'n)M-1-1840100) a`ac -P 1g1s05DO j Pio,* 31935
35
Contract Not To Exceed $ la?) , Cc c10 , 00
ADDITIONAL SERVICES AMENDMENT TO
AGREEMENT FOR PURCHASE OF GOODS AND SERVICES
THIS AMENDMENT TO THE GOODS AND SERVICES AGREEMENT ("Agreement") entered into by and
between the City of Carmel and Parsons Transportation Group (the "Vendor'), as City Contract dated September 7,
2010 shall amend the terms of the Agreement by adding the additional services to be provided by Vendor consistent
with the Scope of Work attached hereto and incorporated herein as Exhibit "A". Furthermore, the terms of the
Agreement shall be amended to include the E -verify requirement as stated in Indiana Code § 22-5-1.7 et seq., which
is attached hereto and incorporated herein as Exhibit "B", as well as the required E -verify Affidavit, attached hereto
and incorporated herein as Exhibit "C". Also, pursuant to I.C. § 5-22-16.5, Vendor shall certify that in signing this
document, it does not engage in investment activities within the Country of Iran. The terms and conditions of the
Agreement shall not otherwise be affected by this Additional Services Amendment and shall remain in full force and
effect.
IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment as follows:
CITY OF CARMEL, INDIANA
by and through its Board of Public
Works and Safety
By:
ten'
/James Brainar4rP iding
Date:
cer
Mary Ann B
Date:
ke. Me
ry
er
-S /�
Lori S/Watso%, Member
Date:(
ATTEST:
riana Cordray, l 1 C, kr k -Treasurer
Date: !
(1.:11Jmnalua,l 1 rn.t.n ty.W
:t)
laud I,I 'C i ataImUO@0.PK1
By:
�i....-./ c-.
hta
Authorized Signature
Alto. A.
Printed Name
\ircr- Prt.es2DCNl
Title
FID/TIN: 3 Go g a 2 z, o
Last Four of SSN if Sole Proprietor:
Date: Ch. rai/t
h Ennis Inntwvv h, S!IWIDI! II''26A>II
PROJECT NO.:
DESCRIPTION:
647353
Rangeline Rd/Carmel Dr
DES. NO.: 1296021
Carmel, IN
Greenfield District
Final Design and Plan Production
Design/Survey/Environmental/Utility Coordination/Right of Way/Geotech
ITEM
Section A - Pro.ect Mana s ement
Section B - Utilit Coordination
Section C - Road and Plan Production
Section D - H draulics and Drainase
Section E: NEPA Documentation
Section F: Waters of the US Determination
Section G: Environmental Permits
Section H: Surve Services - To • o s ra u hic (CrossRoad)
Section I: Rif ht of Wa Ensineerin•- (Plans and Title Search)
Section J: Ri s ht of Wa Services (9 Parcels)
Section K: Geotechnical Ensineerins Services
Section L: Construction Sus sort Services
TOTAL:
FEE
$17,900
$59,600
$6,900
$2,000
$20,380
$11,840
$5,000
$123,620
File:Rangeline-Carmel Drive_Fee.xlsm,
Worksheet: Summary
PARSONS Confidential
Page 1 of 1
EXHIBIT A
SCOPE OF SERVICES
RANGELINE ROAD / CARMEL DRIVE INTERSECTION IMPROVEMENT —
FINAL DESIGN
CITY OF CARMEL
Overview
This scope of services is a continuation of services previously provided under Contract No.
09.15.10.05 and identifies the tasks that Parsons Transportation Group (THE CONSULTANT)
and its sub consultants will follow to complete final construction plans for the Rangeline Road
and Cannel Drive Intersection Improvement Project (THE PROJECT) for The City of Carmel
(THE CITY)- Under the previous contract referenced above THE CONSULTANT has provided
services to complete Stage 2 Design Plans and a CE Environmental Document for THE
PROJECT.
THE CONSULTANT will utilize the services of CrossRoad Engineers, P.C. as needed to
complete portions of the work outlined in this scope of services. Items not anticipated to be
included in this scope of services include landscape design and plan production, and construction
inspection and management.
TASK 1.1 — SURVEY
THE CONSULTANT will provide additional survey for one driveway that cannot be designed
within the original surveyed area.
TASK 1.3 — UTILITY COORDINATION
THE CONSULTANT will perform all work necessary to cost effectively coordinate project
design with utility facilities and to coordinate with utility companies in their preparation of utility
relocation work plans for each utility within the geographical limits of the improvement project in
accordance with 105 LAC 13. The required activities include the following:
1. Request utility relocation work plans from each utility within the project area. Review
each utility relocation work plan for compliance with the project plans, project schedule,
105 IAC 13, the Utility Accommodation Policy, and other INDOT standards.
2. Provide a copy of the approved utility relocation work plan for each utility within the
geographical limits of the improvement project in accordance with 105 IAC 13-3-3.
3. Coordinate the combined effect of all utility relocation work plans and resolve; all
conflicts between plans, all conflicts with existing facilities and all conflicts with
proposed construction.
4. Prepare utility relocation agreements and permits as required in accordance with 105 IAC
13-3-3(g) along with supporting documents and authorization letters.
5. Review cost estimates, easement documents and plans supplied by utilities for
reimbursable expenses to ensure they are cost effective, accurate, reasonable and
acceptable.
6. Prepare utility special provisions in accordance with recurring special provision 107-R-
169 for all utilities with facilities within the geographical limits of the proposed
improvement project.
7. Prepare and sign the utility coordination certificate.
TASK 1.4 —PLAN PRODUCTION
EXHIBIT A
Zoiil
Roundabout Design Update — INDOT Design Memorandum 13-10 (released April 15, 2013)
The CONSULTANT will update the roundabout in accordance with technical provisions of the
INDOT Design Memorandum 13-10 including completion of the roundabout design checklist
required for design submittals.
Final Field Check Meeting— IDM 14-2.01(11)
The CONSULTANT will complete the following steps for the Final Field Check task.
a. Develop plans in accordance with IDM 14-2.01(1 1).
b. Update construction cost estimate to include quantities for all known pay items.
c. Send notification and plans to the appropriate parties per IDM Figure 14-1B and
Construction Management Division's Field Construction Engineer at least two (2)
weeks prior to the field check.
d. Conduct Field Check meeting.
e. Prepare draft minutes of the meeting and distribute for comment.
f. Incorporate PFC meeting comments and issue Final Minutes of meeting.
Stage 3 Review Submission— IDM 14-2.01(12)
The CONSULTANT will complete the following steps for the Stage 3 review submission task.
a. Develop plans in accordance with IDM 14-2.01(12).
b. Incorporate project commitments from the NEPA document and permits into project
documentation.
c. Update construction cost estimate in Estimator to include quantities for all known
pay items.
d. Coordinate with INDOT regarding construction time sets.
Final Tracings Submission -IDM 14-2.01(13)
The CONSULTANT will complete the following steps for the Final Tracings Plan Submission
subtask. Road plans should be 100% complete at this stage. The documents will be submitted on
INDOT's Electronic Records Managements System (ERMS) to the appropriate coordinator.
a. Develop plans and submittal documentation in accordance with IDM 14-2.01(13).
b. Special Provision will consist of provisions submitted for Stage 3 updated based on
Stage 3 review comments.
c. Design Computations and quantities.
d. All INDOT Final Tracings fonns.
e. Final detailed construction cost estimate will be computed for all contract bid items.
Deliverables
1. Final Field Check Plans
2. Stage 3 Plan Submittal
3. Final Tracings Submittal
Assumptions
1. No retaining walls are required on this project based on Stage 1 Plans.
2. Landscaping design or plan production tasks will not be performed under this scope of
services.
3.
TASK 1.6 — ENVIRONMENTAL COORDINATION
Task 1.6.6 Environmental Permitting
Indiana Department of Environmental Management (IDEM) Rule 5 - Erosion Control Permit
EX ITA
30(x(
The CONSULTANT will prepare and submit up to one (I) Rule -5 permit application package
(PA) to the municipal separate stone sewer systems (MS4) coordinator (City of Carmel).
The CONSULTANT will provide up to one (I) draft and one (I) final IDEM Rule -5 permit
application package. The permit application will include the application, narrative of project,
"Rule -5" checklist, erosion and sediment control plans, stonnwater pollution prevention plan,
stonnwater drainage plans and graphics pertaining to location, topography, soils, and project site
boundary.
TASK 6 — PRE -LETTING AND POST -LETTING SUPPORT
THE CONSULTANT will assist THE CITY in answering questions provided by contractors prior
to and during construction. THE CONSULTANT will revise plans, specifications and other
contract information as deemed necessary by THE CONSULTANT and THE CITY.
EX--8)TP
of