Loading...
American Structurepoint/ENG/Addl Serv 7/395,300/Main Street - Illinois to Guilford z Anterican Structurepoint Engineering-2014 Appropriation 11202-4460500, 211-509, 202-401, 202-509: P.0.tt31838 Contract Not To Exceed$395,300 coot, ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR PURCHASE OF GOODS AND SERVICES a THIS AMENDMENT TO THE GOODS AND SERVICES AGREEMENT ("Agreement") entered into by and between the City of Carmel and American Structurepoint, Inc. (the "Vendor'), as City Contract dated March 20, 2013 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 "C1". 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 American Structurepoint, Inc. by and through its Board of Public Works and Safety By: By: -71 <,fames Brainard, Pres i OOffi er Authorized Sign2ture Date: 4 b /t w/l,'s /l Cannaf-' Printed Name Mary An urke, Meyiber Date: 6 g —/y ern. ,lent Title Lori S.Watson' ]pmber FID/TIN: Date: C/ t P, / / Y Last Four of SSN if Sole Proprietor: ATT T: Date: 5- 13-,2vi t �f Tana Cordray, IA Irk-T asurer Date: W n.ia,}p, ¢rd Nvvn1Li41,liavM( 'i44.tiS�:-k ('.W rriv,l9,IJ\6vrrnon 4ru[ : i )W:.VS/NII]4 .'1J11 .IUnU+ 'Oo 0U+ C11Is •..aoa 0 0 000, May 1, 2014 CITY O ' 1 ARMEL JMlES BIRAIiNARD, MAYOR Mr. Willis R. Conner, PE, SE Mr. Gregory L. Henneke, PE American Structurepoint, Inc. 7260 Shadeland Station Indianapolis, IN 46256-3957 RE: Additional Service Amendment#7, P.O. #31838 Dear Mssrs. Conner and Henneke: As we discussed, the City of Carmel has a need for additional professional services and pursuant to our current contract with American Structurepoint, dated March 20, 2013. I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Service Amendment#7— 14-06— Main Street, Illinois Street to Old Meridian Street Design Phase I—Tasks: b, c, d, e, g, h, i, k, I, m Engineering Services Not to Exceed: $395,300 PLEASE NOTE Please be advised that"Additional Services"performed on City contracts must be billed separately from the original contract and other additional services. More importantly, the invoice must reference the appropriate Additional Service# and P.O.# shown above. Invoices received without the Additional Service#referenced will be returned for proper identification. Thank you for your continued assistance in providing the City of Cannel with your professional, quality services. If you should have any questions, please give me a call. Sincerely, Jere .d ashman, . . City Engineer Reviewed and approved by: 1411 S. C. ing trector of Administrati 4 Di:i vcc ii x r OF E.CCiNElsaiN( l 12 ONE Civic SQUARE, CARMEL. IN 46032 Order 317571 2441 1'Ax 317.571.2439 F IAII. c n,ginccringgearni cl.in,g iv EXHIBIT A SURVEY SERVICES f ` y amMEGGIIInibi 19S�uncoia 0.r L-Jjt g*J'Q Ninon imumigh Th I awl ,nun, toCd¶.0 0 0 .o rnw to ym ore0 are Qrou'e ain,c4v gI32 hoplo ldrolfie WIN or- o. ration 01 cir,Yt 4l i !9Iq!t fsl o Fgdtav di St t3tyY�•y juts: B. Main Street from US 31 to Old Meridian Street: The Professional shall provide topographic survey and prepare a route survey plat as required for the preparation of roadway design plans as detailed in this Agreement. C. Main Street from Old Meridian Street to "North Guilford Road: The Professional shall provide topographic survey and prepare a route survey plat as required for the preparation of roadway design plans as detailed in this Agreement. D. Intersection Improvement/Roundabout at Main Street and Grand Boulevard: The Professional shall provide topographic survey and prepare a route survey plat as required for the preparation of roadway design plans as detailed in this Agreement. II. ENVIRONMENTAL SERVICES A. The Professional shall prepare a Red Flag Investigation for the proposed project corridor noting potential environmental constraints within 0.5 mile of the project corridor. The purpose of the RFI is to provide an overview of environmental conditions and constraints within the proposed project study corridor and to define areas for additional studies or environmental consideration. The Red Flag Investigation shall include a review of readily available Geographic Information System (GIS) data layers provided by IndianaMap, the Indiana Geologic Survey; and additional data sources, including state and federal databases, as appropriate. If after completion of the RFI and preliminary site investigation it is determined the project will require a Phase I Initial Site Assessment (ISA) the services required to complete these additional investigations will be considered out of scope and additional or supplemental services will required to complete an ISA or additional studies. B. The Professional shall prepare a Wetland Delineation Report including Qualitative Habitat Evaluation Index for the proposed project corridor to determine the presence of wetlands and other aquatic resources that are regulated by United States Army Corps of Engineers (USACE) and/or hldiana Department of Environmental Management (IDEM). The Wetland Delineation Report will include location of jurisdictional wetlands or waterways on the topographic survey and avoidance alternatives for the proposed project. C. The Professional shall prepare and submit the appropriate permit applications for the project, including Section 401 Water Quality Certification to IDEM and the Section 404 Water Quality Permit to USAGE during the final design phase. The Professional will develop and evaluate potential avoidance alternatives, determine whether any alternatives are feasible and prudent, and analyze impacts from identified avoidance alternatives, as required for individual evaluations. If mitigation or restoration is required by any of the i t ,r Exhibit A Page 1 of 6 201400444 above-mentioned regulatory agencies, additional or supplemental services will be required to identify potential sites and prepare mitigation plans. Ill. TRAFFIC DESIGN SERVICES nu& = ,o Iona worm o° am ra•,c ana fo`doT°el 141A a'fn9 ff tflt I T &iu iingtg diapjAm tot erireteraTratifrennmsesill. of Thin ^ altalvtalfill&WI RIM Ig(CW u°- oo°o otaes1 reee ne e) Lt]n�3C�Contal mein f3'scoi t WB o o 1(ao Itv e i h(Qi1d W aTdol lltfoi°YL • I II'h t ° 'tweed 1 `f11 inn :Pa Col? a I .1 DST fie kTokll -aoae-ti, U! I&n l$b&l°,1° ia, rounoaxoxoJtFtt °ennsi vanca b y u irn I lDYo dtaw�K°I fl- Taira Professional- - th al .o-t o. itorao__ayf ouiaemrry wig ..,�nv FJ3l:) ,i en rPcnmmenrlattons II. ROADWAY DESIGN SERVICES A. The Professional shall prepare contract plans, special provisions for the specifications, and opinions of probable cost for Main Street from Illinois Street to US 31 and for Main Street from US 31 to North Guilford Road improvements. The plans shall be in accordance with the accepted standards for such work and in accordance with the following documents in effect at the time the plans or reports are submitted, except as modified by supplemental specifications and special provisions, if any: the City of Carmel Standard Drawings; the American Association of State Highway and Transportation Officials A Policy on Geometric Design of Highways and Streets, Part V; and INDOT's Standard Specifications. The opinion of probable construction cost shall be prepared according to the current practices of the City of Carmel and shall include all types of work required for the complete construction of the Project, including all temporary work necessary in connection therewith, but shall not include the cost of such items of work that the City, through its own forces or through other party or parties, will perform the actual construction or engineering. The unit prices to be used shall be in accordance with the methods used by the City. 13. The contract plans shall include a title sheet, an index sheet, Plat No. I sheet, typical section sheets, plan and profile sheets, construction detail sheets, roundabout detail sheets, miscellaneous details sheets, pavement marking and sign plans, maintenance-of- traffic plans, erosion control plans, an underdrain table, an approach table, a structure data table, and any necessary cross-sections. C. The base bid contract documents shall contain sufficient information to enable the contractor to perform the work tasks described below. 1. Main Street - Illinois Street to US 31 Construct an asphalt roadway pavement section for a 4-lane boulevard roadway (two eastbound and two westbound with raised median). The project begins with the modification of the existing roundabout at Main Street and Illinois Street and extends to tie into the west end of the proposed US 31 interchange, Exhibit A Page 2 of 6 201400444 • The roadway will include combined concrete curb and gutter, stormwater inlets, a gravity storm sewer system, and multi-use paths on one or both sides of the roadway. The general limits of anticipated work are: 250feet for west leg on Main Street, 925feet for east leg on Main Street, 200feet for south leg on Illinois Street, and 300feet for north leg on Illinois Street. 2. Main Street - US 31 to Old Meridian Street Construct an asphalt roadway pavement section for a 4-lane boulevard roadway (two eastbound and two westbound with raised median). The project begins at the east end of the proposed US 31 interchange and extends to Old Meridian Street. The project ends with the modification of the existing roundabout at Main Street and Old Meridian Street. The roadway will include combined concrete curb and gutter, stormwater inlets, a gravity storm sewer system, and multi-use paths on one or both sides of the roadway. The general limits of anticipated work are: 2900feet for west leg on Main Street (from Pennsylvania Street to Old Meridian), 250feet for east leg on Main Street, 325feet for south leg on Old Meridian Street, and 275feet for north leg on Old Meridian Street. am _ ,ee - en tan tee o r. , a, onstruet f MS* roan ti a o. e.- r .- r o po el A- ane o ou evaro ro.o w. (Am/ ;lag)row)MB.UM)WAEWUDWleroloi 'at gEna ?1 9P1:1011 }, './A a o • Sy tiffs I+lwal u.-y Co.ES 1 e CLZI S - o-`•""" t, >� c1 rlerol extends "' t::jssi. l jkoMiil' o "^ a G AMMO oCXrJ '' ".rye. eatE (;y r .�a orrae. o)�rth t- eY�j3sltw{feel re t�a��- �orrrrw7 iUJ WADS VW o Y o" oat1coY.Wk6V'AQ='It r•y wst(Simi..-. stl.2}Txe' o e S Llit "or ufiletSF1f'ta'`iw 4. Main Street— Main Street and Grand Boulevard Roundabout Intersection The area begins with the construction of a new multi-lane roundabout at Main Street and Grand Boulevard (the north leg at the intersection was North Pennsylvania Street). Construct an asphalt roadway pavement section for Grand Boulevard that matches the proposed roadway section south of the intersection. The roadway will include combined concrete curb and gutter, stormwater inlets, a gravity storm sewer system, and multi-use paths on one or both sides of the roadway. The general limits of anticipated work are: 350feet for south leg on Grand Boulevard, and 175feet for north leg on Grand Boulevard. D. The Professional shall identify and notify all affected utilities and coordinate plans for utility relocation. The Professional shall assist the City with the preparation of all required utility relocation agreements. The Professional shall maintain a record of all utility contracts to be submitted to the City. E. The Professional shall design storm sewers to collect and convey stormwater to suitable outfall locations. The Professional will investigate suitable outfall locations within 500 feet of the project limits and coordinate with the Hamilton County Surveyor as necessary. Exhibit A Page 3 of 6 _owaoaaa • F. The Professional shall perform signing for the corridor and lighting design for the proposed roundabout. G. The Professional shall attend all such conferences with the officials of the City and other interested agencies, including adjacent property owners, as may be required in connection with the Project. The Professional will attend up to ten coordination meetings between the City and other agencies. H. If requested by the City, the Professional shall conduct a public information meeting to introduce the project to the public and obtain public input. The cost of preparing large graphic displays, if desired by the City for a public information meeting, will be provided as part of a separate supplemental agreement between the Professional and the City. 1. The Professional shall conduct a field check with the City and other interested parties if desired by the City. III. RIGHT-OF-WAY SERVICES A. The Professional shall provide abstracting (title) services, as needed, for the acquisition of right-of-way for the project by the City. .t 7fkt 1eliii off- o a p yl a e ear- alJ'.Qntm warm'r• I.mot IWri1 (I ti eierono:t„ paq riparearimat.. itto]V he ar)uzst izon o rig. _o wav , ' • tig4Pmisniq)(agi Y!B • --o-a Imam Yb1 r�r mDYo)ob/:fol flky-,(e4, rrt:la F iriVra& 4.•q`4-4`ri orovi o e„o o g�_-xe.•�a3 si=tet eit froTeiliR eltilat lito)YtCon(Sap riT-�-���Pr�lgtf h 7(wtt � -1tna- e 0 - 0ir11516'rt'1BI oromto- o rr. �eon.er ednenner� 1iir0itioiii)� o 5�, �y [f�. ,n.� b�{�.oS�L)sd`^'rp/ —^v--- r�nvu�.�X, 3 lilf iR'd14' � illi 1�1ai�, 0 0 0 1 S e y tei�J 4.•T.ws�i l.i 0m04 f. .,A.r.,ut:l.l C.:Ysr t WA Th ro1A$lerantrO(tslaiira rem likaILTIMIleut99A2 i -1 + . .uzsitions�irantrl2aacKnimn_ F. In fulfillment of this Agreement, the Professional shall comply with the requirements of the appropriate regulations and requirements of the City and other public agencies having a legal jurisdiction over the project. G. The Professional shall begin the services to be performed under this Agreement upon receipt of the written notice to proceed from the City, and shall deliver the services to the City in accordance with the schedule contained in Appendix 2. attached to this Agreement and made an integral part hereof. H. The Professional shall receive payment for the services performed under this iois Agreement as set forth in Appendix 3, attached to this Agreement and made an integral part hereof. S. 1. • Exhibit A Page 4 of 6 201400444 • IV. GENERAL CONDITIONS A. In fulfillment of this Agreement the Professional shall comply with the appropriate regulations and requirements of the City and other public agencies having a legal jurisdiction over the project. 13. The information and services to be furnished by the City are as set out in Appendix 1, attached to this Agreement and made an integral part hereof. C. The Professional shall begin the work to be performed under this Agreement upon receipt of the written notice to proceed from the City and shall deliver the work to the City in accordance with the schedule contained in Appendix 2, attached to this Agreement and made an integral part hereof. D. The Professional shall receive payment for the services performed under this Agreement as set forth in Appendix 3, attached to this Agreement and made an integral part hereof. V. ADDITIONAL SERVICES If authorized in writing by the City, the Professional shall furnish or obtain Additional Services, for an additional fee, for items that are currently unknown but are expected to be necessary later in the project. These items include, but are not limited to: A. Geotechnical investigations 13. Traffic counting and projections C. Landscape design D. Visual screening design E. Graphic displays for public information meetings F. 13uying services, as needed for the acquisition of right-of-way for the project by the City G. Construction inspection services, as needed for construction of the project by the City • 1- 6-4 Exhibit A Page 5 of 6 2oi400 as • APPENDIX t Information and Services to be furnished by CITY The City shall furnish the Professional with the following: 1. Assistance in obtaining property owner information, deeds, plans of adjacent developments, section corner information, and any other pertinent information necessary to perform services under this Agreement 2. Specifications and standard drawings applicable to the Project • 3. All written reviews pertinent to the project that are received by the City 4. Traffic assignments 5. Available data from the transportation planning process 6. Utility plans available to the City covering utility facilities and the location of signals and underground conduits throughout the affected areas 7. Guarantee of access to enter upon public and private lands as required for the Professional under this Agreement 8. All legal services as may be required for development of the project 70bIv Appendix 1 Page 1 of 1 201400444 APPENDIX 2 Schedule All services by the Professional under this Agreement shall be completed and delivered to the City for review and approval, if required, on or before the following time periods. A. Design 1. Field Survey completed within 15 days after Notice to Proceed 2. Thirty percent (30%) review plans and opinion of probable construction cost completed within 30 days after completion of Field Survey. 3. Ninety percent review plans and opinion of probable construction cost completed within 45 days after City's approval of thirty percent plans 4. Final tracings, bid documents, special provisions, specifications, and other necessary contract documents completed to accommodate a letting in August 2014 B. Right-of-Way Services 1. Right-of-way engineering services including exhibit drawings and legal descriptions shall be completed within 30 days after City's approval of thirty percent plans. 2. Right-of-way appraising will begin within ten days of receipt of notice to proceed. Cbbev Appendix 2 Page 1 of 1 2D1400444 • • Exhibit E Main Street Reconstruction Appraisal Fee Estimate dated 4/25/2014 for the City of Carmel INDOT Appraisal Format Second Appraisal Fee, if needed for Appraisal Compensation R/W Parcel No. Parcel Name INDOT Appraisal Format Fee over$25,000 Management 1 Abacus Preschool,LLC Short Form 2 Duke Realty,LLC 2,500.00 2,500.00 400 Short Form 2,500.00 2,500.00 400 3 Bethlehem Lutheran Church of Carmel Short Form 2,500.00 2,500.00 400 4 ITT Educational Svc,Inc Short Form 2,500.00 2,500.00 400 5 St Christophers Episcopal Church of Carmel Short Form 2,500.00 2.500.00 400 6 Healhco,Richard T&Marilyn Residential Setback 3,125.00 3,125.00 400 7 Simmerman,Harry L.Family Trust Residential Setback 3,125.00 3.125.00 400 R Edward Rose Development Co,LLC Short Form 2,500.00 2,500.00 400 9 Boomerang Development,LLC Short Form 2,500.00 2,500.00 400 10 Meridian Heights Associates,LLC Short Form 2,500.00 2,500.00 400 11 Anthony Properties LP Value Finding 1,50000 1,500.00 400 12 Anthony Properties LP Short Form 2,500.00 2,500.00 400 13 J.R.Farmer Finance SC LLC Short Form 2,500.00 2,500.00 400 14 Old Meridian&Main Properties,LLC Short Form 2,500.00 2,500.00 400 15 Scott,Douglas D&Douglas C 1/2 Short Form 2,500.00 2,500.00 400 16 American Legion Post 155 Short Form 2,500.00 2,500.00 400 17 Rosewalk on Main,LLC Short Form 2,500.00 2,500.00 400 16 Extra Short Form 2,500.00 2,500.00 400 19 Extra Short Form 2,500,00 2,500.00 400 20 Extra Short Form 2,500.00 2.500.00 400 21 Extra Short Form 2,500.00 2.500.00 400 22 Extra Short Form 2,500.00 2,500.00 400 23 Extra Short Farm 2,500.00 2,500.00 400 - .. 57,750.00 57,750.00 9,200.00 Total Appraisl Fee: 124,700.00 J NOTES: 1.The estimate is based on measuring the proposed take of 30'from edge of pavement affecting parcels 1-14;and 15' from edge of pavement affecting parcels 15-17 via the City of Carmel GIS website. These proposed measurements are according to Wing Lau via a phone conversation with Julie West. 2.Site inspections were not made. 3.The fees may change after inspection of the project and parcels will be invoiced according to work completed. 4.Assumption is made that all parcels will require a second appraisal. For parcels with compensation values less than$25,000 will not require a second appraisal and thus this fee would not be billed. 5.Hourly rate for condemenation proceedings including trial preparation is$150/hour. Incudes r/w manager and appraisers. / %(v 201400444 Exhibit B Main Street Reconstruction Appraisal Fee Estimate dated 4/23/2014 for the City of Carmel Summart Appraisal Report Option Second Appraisal Fee, if needed for Appraisal Compensation R/W Parcel No. Parcel Name Appraisal Format Fee $25,000 or Over Management 1 Abacus Preschool,LLC Summary Appraisal Report 1,800.00 1,800.00 400 2 Duke Realty,LLC Summary Appraisal Report 1,800.00 1,800.00 400 3 Bethlehem Lutheran Church of Camel Summary Appraisal Report 1,800.00 1,800.00 400 _ 4 ITT Educational Svc,Inc Summary Appraisal Report 1,800.00 1,800.00 400 5 St Christophers Episcopal Church of Carmel Summary Appraisal Report 1,800.00 1,800.00 400 6 Heathco,Richard T 8 Marilyn Summary Appraisal Report 2,400.00 2,400.00 400 7 Simmerman,Harry L.Family Trust Summary Appraisal Report 2,400,00 2,400.00 400 8 Edward Rose Development Co,LLC Summary Appraisal Report 1,800.00 1,800.00 400 9 Boomerang Development,LLC Summary Appraisal Report 1,800.00 1,800.00 400 10 Meridian Heights Associates,LLC Summary Appraisal Report 1,800,00 1,800.00 400 11 Anthony Properties LP Summary Appraisal Report 1,000.00 1,000.00 400 12 Anthony Properties LP Summary Appraisal Report 1,800.00 1,800.00 400 13 J.R.Farmer Finance SC LLC Summary Appraisal Report 1,800.00 1,800.00 400 14 Old Meridian 8 Main Properties,LLC Summary Appraisal Report 1,800.00 1,80000 400 15 Scott.Douglas D 8 Douglas C 12 Summary Appraisal Report 1,800.00 1,800.00 400 16 American Legion Post 155 Summary Appraisal Re port ors 1,800.00 1,800.00 400 17 Rosewalk on Main,LLC Summary Appraisal Report 1,800.00 1,800.00 400 18 Extra Summary Appraisal Report 1,800.00 1,800.00 400 _ 19 Extra Summary Appraisal Report 1,800.00 1,800.00 400 34,600.00 34,600.00 7.600.00 Total Appraisl Fee: 76,800.00 N. NOTES: 1.The estimate is based on measuring the proposed take of 30'from edge of pavement affecting parcels 1-14;and 15' from edge of pavement affecting parcels 15-17 via the City of Carmel GI5 website. These proposed measurements are according to Wing Lau via a phone conversation with Julie West. 2.Site inspections were not made. 3.The fees may change after inspection of the project and parcels will be invoiced according to work completed. 4.Assumption is made that all parcels will require a second appraisal.For parcels with compensation values less than$25,000 will not require a second appraisal and thus this fee would not be billed. 5.The above fees include full development of comparable sales;if the City of Carmel does not require full development of comparable sales,the fees will be reduced by$200 per parcel.However,it is suggested that full comparable sales be developed for Parcels 6&7. 6.Hourly rate for condemenation proceedings including trial preparation is$150/hour.Incudes r/w manager and appraisers. / ' Iry 201400444 APPENDIX 3 Compensation A. Amount of Payment 1. The Professional shall receive as payment for the services performed for the Main Street project under this Agreement a maximum fee not to exceed S7.3.045ti unless a modification of the Agreement is approved in writing by the City. 4395 3co. A, Jpgjr m o -v `!am Q t WW1 cif IIIe"fll magi tnois'Maid LC) • salf01010) d!1St311IArpnroaaegWlumpjsurn b. Field Survey— Main Street East of US31 from US31 Approach Leg $17,500 to Old Meridian Street (lump sum) C.) Field Survey — Main Street and Grand Boulevard Roundabout $5,500 (lump sum) (-d Field Survey — Main Street East of US31 from Old Meridian Street $5,000 —j to Guilford Road (lump sum) e) Environmental Services (lump sum) $11,600 Red Flag Investigation Wetland Delineation Permitting (401/404, Isolated Wetlands) f - 1.ra. c u a-R 5 0) g. Roadway Design Services — Main Street West of US3 1 from Illinois Street to US31 Approach Leg (lump sum) $40;000 ( h) Roadway Design Services — Main Street East of US31 from US31 $210,500 Approach Leg to Old Meridian Street (lump sum) I.; Roadway Design Services — Main Street and Grand Boulevard S61,000 Roundabout (lump sum) oaoway �vt ' gwragsv = maw cauggt mgLiz og Qi&U Lgam (Q1k I I H Is v a o a v ertoran -,meet to No (uillfoiio °oao unio sum Signing and Lighting Design $15,000 A' Utility Coordination S20,000 \ 0'\12 Appendix 3 Page 1 of 2 0 201400444 t9 • C) 51 4y93e m. Right-of-Way Abstracting (23 parcels @ $400 each) $9,200* ma; Uooatesagiaarces SOX)eac ) 0.34111P) I TR-0 l plats Fret Rood De -t o 0 o. all s rma*(Aft HM041. S ' SYS) 0 )k •rg1terit-4(59 Sta parcel 4 4.tg00(')W44l S3iki(S�l^aA {op, . `ag -o -Way • pp atsin• q:45 oaree s)) ° S=It11$IJIWF r, tti':ht=o Sul tig—zY 10Y`�'- t oarce s(( , u u eae ) o u s. Construction Inspection Services ** * These services will be invoiced on a unit basis, per unit completed. ** Compensation for Construction Inspection Services (if desired by the City) will be provided as part of a separate supplemental agreement between the Professional and the City. B. Method of Payment The Professional may submit a maximum of one invoice voucher per calendar month for work covered under this Agreement. The invoice voucher shall be submitted to the City. The invoice voucher shall represent the value to the City of the partially completed services as of the date of the invoice voucher. 2. The City, for and in consideration of the rendering of the engineering services provided for in Exhibit A agrees to pay the Professional for rendering such services the fee established above upon completion of the services thereunder, acceptance thereof by the City, and upon the Professional submitting an invoice and claim voucher as described above. 3. In the event of a substantial change in the scope, character, or complexity of the services required for the project, the maximum fee payable and the specified fee shall be adjusted in accordance with item 8, Changes in Work, of the General Provisions as set out in the original Agreement. • riA) Appendix 3 Page 2 of 2 201400444 INDIANA RETAIL TAX EXEMPT PAGE ity Carmel of �� (�JJJLLL CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT "-? 14y j 9 35-60000972 ONE CIVIC SQUARE THIS NUMBER MUST APPEAR ON INVOICES,AIP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO. PACKING SLIPS. SHIPPING LABELS AND ANY CORRESPONDENCE. APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL• 1997 ;E ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION DR Amer C Gv1 S-Il-L c-t LJ.re el O,nt SHIP -1 -& 0 SkcrIelc.,' OA sra--tic:-i TO Dept. of t c}i c �I, 1`J Indic;rcPcits, IICI 41n251,, .-3q,-t TIOrI BLANKET CONTRACT PAYMENT TERMS FREIGHT ANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION psp * Cc ;-,ir' C_-i- 1.)07C 3/ZU 1 1 3 `7 ,,.. A -. Pro) c.T- -Fl- l - 0 to ' - s Street +U � 1 *. \ 111;,-.O -e Street 11 A I 10.Sk b) c ) O , e , Ji b �i * ' 6 g E i -s • *' } i1 1 1C I,m # ; U \ N TO V 9 ,SOD I Invoice To: %�`` '. I it4trt7554t*>' - 7 -, l`el 1 •;:a ate _s 2 11 - Sa5 1IGz , 000 2_0z- 40i >♦ 4i3O`1It. 50 - 2C2 - 5° 9 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT • 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 AFFIDAVIT ATTACHED. SHIPPING INSTRUCTIONS FRTIP THAT THERE IS AN UNOBLIGATED BALANCE INE T HIS APPROPRIATI ,P REPAID. N ABOVE ORDER. I D.SHIPMENTS CANNOT BE ACCEPTED. ORDERE RCHASE ORDER NUMBER MUST APPEAR ON ALL ( PPI NG LABELS. TI -yam c9'- S ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 194S TITLE - l D ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. q n CLERK-TREASURER "nene-u•r Or ebro ebroI .1a I R VPPJfl lD rnDv