Loading...
American Structurepoint/Eng/184,525/Adl Serv #2/136th and Carey Road Roundabout - Design American Structurepoint,Inc. Engineering Department-2016 Appropriation:ASA#2; #94-650.04;2016 General Obligation Bond;P.O.#33747 Contract Not To Exceed$184,525.000 n ✓q0, 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 American Structurepoint, Inc. (the "Vendor"), as City Contract dated April 6, 2016 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 American Structurepoint, Inc. by and through its Board of Public Works and Safety By: By: mes Brainard, Presiding Officer Authorized Signature Z Date: S /f ^/ (,o.'ll,s R. aim der- Printed Name Mary Ann B rke, Member Date: 4"/j &vim* Title Lori S.'VVat , ember FID/TIN: 3S-II273/7 Date: Tilq) //6,. Last Four of SSN if Sole Proprietor: A ^ Date: Mi7 IJ, 2411, -hristine Pauley /`17rk�y�easurer Date: 0 �S:YConlncrlPrnLSraa k Go.I Sr cLngine:ringL'OI(b\mcri.an Sir turc,rrin4 Inc.AS.\q?Addl Sv Air ird 3-?7-?011 nab 0..rri(r Luruape.drn ril1[N01(9:J7 ASp • AMERICAN STRUCTUREPOINT, INC. Exhibit A City of Carmel Program Management Scope Items Roundabout Design and Bidding Services A. Professional shall provide survey and roundabout design services for the following intersections: 1. 136th Street and Carey Road i. Single lane roundabout and approaches extending approximately 220' from the intersection on each side of 136th Street,and approximately 200' from the intersection along Carey Road. 13. Professional shall review available traffic data from previous studies performed for the City of Carmel. C. Professional shall use available forecasted traffic data and the Highway Capacity Manual to determine the roundabout lane configurations. D. Professional shall prepare contract plans, special provisions for the specifications, and opinions of probable cost for the construction of the streets. 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 the Indiana Department of Transportation's Standard Specifications. The opinions of probable cost for construction shall be prepared according to the current practices of the City,and shall include all types of work required for the complete construction of the work, including all temporary work necessary in connection therewith, but shall not include the cost of such items of work for which 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. E. The contract plans shall include a Title Sheet, an Index Sheet, Plat No. 1 Sheet, Typical Section Sheets, Plan and Profile Sheets, Roundabout Detail Sheets (if applicable), Miscellaneous Details Sheets, Pavement Marking and Sign Plans, Maintenance-of-Traffic Detour Plans, Erosion Control Plans, Structure Data Table, an Underdrain Table, an Approach Table, a Summary of Quantities Table,and any necessary cross-sections. F. The contract documents shall contain sufficient information to enable the contractor to perform the required work. G. 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. H. 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. I. Upon completion and final approval of the deliverables by the City,the Professional shall deliver to the City the following submittals/deliverables required for the design activities (all plans black and white unless otherwise noted). 1. Preliminary Plans: Two(2)full-size(24"x36")plan sets,two(2)half-size(11"x17")plan sets, and one(1)preliminary opinion of probable construction cost provided to the City 'Hc B T April 15,2016 201502101 / G.f 3 0 AMERICAN STRUCTUREPOINT, INC. 2. Five(5)full-size(24"x36")plan sets or digital plans provided to utility companies 3. Final Plans—four(4)full-size(24"x36")plan sets,one(1)quantity and design calculation binder,one(1)specifications document,and one(1)final opinion of probable construction cost 4. The Professional shall conduct a field check with the City and other interested parties. J. Bidding Services 1. Professional shall assist City in advertising for and obtaining bids or proposals for the Work and,where applicable,maintain a record of prospective bidders to whom Bidding Documents have been issued,attend pre-Bid conferences, if any, and receive and process contractor deposits or charges for the Bidding Documents. 2. Professional shall issue Addenda as appropriate to clarify,correct, or change the Bidding Documents. 3, Professional shall provide information or assistance needed by City in the course of any negotiations with prospective contractors. 4. Professional shall consult with City as to the acceptability of subcontractors, suppliers,and other individuals and entities proposed by prospective contractors for those portions of the Work as to which such acceptability is required by the Bidding Documents. 5. Professional shall attend the Bid opening, prepare Bid tabulation sheets,and assist City in evaluating Bids or proposals and in assembling and awarding contracts for the Work. K. Wetland Delineation 1. Evaluation and report for project area L. Lighting design will be developed for the required intersections. M. Right of way engineering for the affected parcels according to Exhibit B N. Land acquisition services for the affected parcels according Exhibit B O. Items Excluded 1. Landscape design 2. Permitting(Except for Rule 5 permit, if required) 3. Geotechnical engineering 4. Pavement design 5. Utility relocation design 6. Construction inspection yi 3 T 23 April 15,2016 201502101 136th&Carey RAB,City of Carmel Proposed Fee Schedule Dated:2/19/20016 Fees May Change Based on Final Right of Way Abstracting/Engineering RAN Services • Subtotal Abstracting a Second guying Unclog. RAN Sent os Total Parcel new Tea LO. TnkWork Title Updates Plats,Legal Staking Engineering AppM 1119 Apprasing dG update feel Recording''- Role Management Fee Subtotal Feu 1 Lady,Michael C 16-10-19-00-01-010.000 $ 350.00 $ 14000 5 2150.03 5 350.03 $ 2.ee000 $ 235003 5 255000 0 1225.00 5 15003 f 1.10020 5 8.275.00 5 11235.00 16-10-30-02-11-005.001 2 Hoffman,Adam Id 16-10-30-02-10-002.000 16-10-29-01-01-001.001 5 1,050.00 $ 42000 5 2,150.00 5 105020 $ 4.670.00 5 3,25200 5 3250.03 5 1,325.00 1i 15000 5 1.100.00 5 9.075.00 5 13.745.00 3 Marlin,Rogelio R 8 Michelle 17-10-20-03-03-014.000 5 350.00 5 140.00 5 2150.00 5 35003 f 2,05020 $ 275000 5 275000 f 1,32503 $ 15000 5 1,100.00 5 0.075.00 5 11233500 Unallocated Fee $ - 5 _ $ 1,75000 3 70300 5 8,45000 5 1.750.03 $ 12650.00 5 6.a500o 3 Y 6.55000_5 397500 5 450.200 5 - 5 3.30300 5 25A7533 5 36,075.00 Original Contract Amount If naedad,B1ppionanul Feoa;- It needed,Supplemental In Total: elf City records necessary documents,the Recording fee will not be billed. ee e�..e \ A� Page 1 of 1 . v American Structurepoint,Inc. Engineering Department-2016 Appropriation:ASA#2; #94-650.04;2016 General Obligation Bond;P.O.#33747 Contract Not To Exceed$184,525.00 EXHIBIT"B" E-verify requirement All terms defined in I.C. § 22-5-1.7 et seq. are adopted and incorporated into this section of the Amendment. Pursuant to I.C. § 22-5-1.7 et seq.,Vendor 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 Addendum. Vendor is further required to execute the attached Affidavit,herein referred to as"Exhibit C", which is an Affidavit affirming that: (i)Vendor is enrolled and is participating in the E-verify program,and(ii)Vendor does not knowingly employ any unauthorized aliens.This Addendum incorporates by reference, and in its entirety,'attached "Exhibit C." In support of the Affidavit, Vendor 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.Vendor and delivered to the City's authorized representative. Should Vendor subcontract for the performance of any work under this Addendum, the Vendor 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.Vendor shall maintain a copy of such certification for the duration of the term of any subcontract. Vendor shall also deliver a copy of the certification to the City within seven(7)days of the effective date of the subcontract. If Vendor, or any subcontractor of Vendor, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Vendor or subcontractor subsequently learns is an unauthorized alien, Vendor shall terminate the employment of or contract with the unauthorized alien within thirty (30) days ("Cure Period"). Should the Vendor or any subcontractor of Vendor 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. [S:1Cantracts Trof.Svcs&Goals Svcs\Enghreering\2016American Siructurcpaint,Inc.ASA#2 Add'!Svcs Amend 3-27-2012 with E-Verify I:mgungc,doo:5/I02016 9:47 AM] American Structurepoint,Inc. Engineering Department-2016 Appropriation: ASA#2; #94-650.04;2016 General Obligation Bond;P.O.#33747 Contract Not To Exceed$184,525.00 Exhibit"C" E-Verify Affidavit egn era ar► , 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/''ler.ttn Situ aGve,,,r,A.lac. (the "Company") in the position of (/,'c e. /Qxl:se, , . 3. I am familiar with the employment policies, practices, and procedures of the Company and have the authority to act on behalf of the Company. 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. 134- 1 EXECUTED on the lb day of ///41 , 20 1 . 4.e...,. AO Printed: /•-'-r ,4• A411,-/ 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. trgoomlgpyq„4i,, , 70-7l " / / �,pNTZ, N0 / c o�p. 43A.,�Ay Printed: / /kryBre.t C. /ea..4 z_ is S�, NOTARY e e SEAL ,BLIC � ' 'a f��7Pires seV•Q• 'y ur ap„�� uINtm"`•��AW�• Is Acomr,nswrors.c.&Goods Ssns\L•npin«dng120IMAmeric:m SrSirocturcpoint.Inc.ASA 02 Add i saes Amend 3.27.2012 ss;.evcruy lrn gu,.c.a0sntv?O&9:47 AMI Verily e-vsnir 28 A Iuvfes OF r. Company ID Number.254011 To be accepted as a participant in E Verify,you should only sign the Employer's Section of the signature page. If you have any questions,contact E-Verlfy at 888-464-4218. Employe American Structurepoint,Inc. „ Chelsea"Shumaker • Name(Please Type or Print) Electronically Signed 09/1712009 Signature'.,. .. . Date Department of Homeland Security—Verification Division USCIS Verification Division Name(Please Type or Print) Title Electronically Signed 09/17/2009 Signature Date Page 11 of 13IE-Verify MOU far EmptoyerlRevision Date 10I29F0B www.dhs.govlE-Verify !gVerify aptekt u e nevus or on Company ID Number.254011 Information Required for the E!Verify Program Information relating to your Company: Company Name:American Structurepoint,Inc, Company Facility Address:726o Shadeland Station Indianapolis,IN 48256 Company Alternate Address: County or Parish:MARION Employer Identification Number 351127317 North American Industry Classification Systems Code: 541 .. Parent Company: Number of Employees:100 to 499 Number of Sites Verified for: 2 Are you verifying for more than 1 site?If yes,please provide the number of sites verified for In each State: • OHIO 1 site(s) Page 12 of 131E Verify MOU for Emptoyet1Revis4on Date 10129108 www.dhs,gov/E-Verify M-VeriraPry. ,%,„.„--;/)... \Iv Company ID Number.254011 • 1NDIANA 1 site(s) information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name: Cheea,Shumaker • Telephone Number. (317)647-65110; - Fax Number. (317)543-0270 E-mail Address: cshumaker atnicturepolntcom,_ Page 13.of 13IE-Verify MOU for EmployeriRevisian Date 10288 www.dhs.gov/E-Verify Received 05-06-1 6P01 :36 RCVD City of Carmel Department of Law LETTER OF TRANSMITTAL Date: April 21, 2016 To: Doug Haney Department of Law From: Jeremy Kashman144 Department of Engineering RE: American Structurepoint, Inc. Additional Service Amendment One additional service amendment is needed for American Structurepoint, Inc. for the May 4th, BPW meeting, please. Attached please find the work proposal and purchase order. Contract Information: Project Name: ASA#2; 136th Street and Carey Road Roundabout Design Vendor: American Structurepoint, Inc. 4, Amount: $148,450.00 c- # 18 9, 525 S Appropriation: PO #33747;t2016 General Obligation Bond 7 Signature: Willis R. Conner Address: 7260 Shadeland Station Indianapolis, IN 46256 Phone: 317/547-5580 Fax: 317/543-0270 Email: wconner@structurepoint.com ®0 AMERICAN ■ STRUCTUREPOINT INC. April 15, 2016 Mr. Jeremy Kashman Cannel City Engineer One Civic Square Carmel,Indiana 46032 Re: 136th Street and Carey Road Roundabout Design Dear Mr. Kashman, On behalf of American Structurepoint, Inc., I am pleased to submit this proposal for roundabout design services. The professional services will include survey, roundabout design, bidding services, right-of-way engineering, and land acquisition for the planned improvements at 136th Street and Carey Road. Upon receiving notice to proceed from the City of Carmel, American Structurepoint will commence with the survey, roundabout design, and bidding services for a total lump-sum fee of $148,450.Right-of-way engineering and land acquisition services will be invoiced on a unit cost basis according to the attached exhibit B for a maximum amount of$36,075. Invoices will be forwarded to the City of Cannel on a monthly basis in accordance with our contract. We look forward to working with the City of Cannel on this project. If you should have any questions,please do not hesitate to contact me at(317)547-5580. Very truly yours, American Structurepoint,Inc. G4 Cash E. Canfield Vice President CEC:mek Attachment cc: Mike McBride 201502101 , 'g"'"a u?. r,.•.t•H,. ; s"�'"�": =..-e': 7— '' _:. $. %w i3' :1 '�•Z '' - ° a„ y. '. ' %•: w' a . �w � a°h r s � a " S4''v� " is °��d� a^g"= k_r st ✓b t ....� %' � aii• 1' fez, m,,. ...+,re� a, s s x � + W y ,},mNi` ... "suesy 's• °*" e. 8 nor y,a � a e �}� * � 'ia 4� ��°e�'ix. � ��'" � ., _',1`., ".9 a%, `w. •a ... _,. ..:_<hs; • .. ` a . �: a' ` ' .... " 410 �`°�'°` +. s ;n..,. ."".':o-.w` °.a,B a s ffi _ ._ . . ci INDIANA RETAIL TAX EXEMPT Page 1 of 1 itof CIiairiiiriie1 CERTIFICATE NO.003120155 0020 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 33747 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,ANP 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 4/21/2016 00350562 Project 16-ENG-26;ASA 2-Contract Date:04.06.16 AMERICAN STRUCTURE POINT, INC Engineering VENDOR 7260 SHADELAND STATION SHIP 1 Civic Square TO Carmel, IN 46032- INDIANAPOLIS, IN 46256--3957 Kate Lustig PURCHASE ID BLANKET I CONTRACT PAYMENT TERMS FREIGHT 4240 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Account: 94-650.04 Fund: 0 General Obligation Bond 1 Each 136th Street and Carey Road Roundabout Design $184,525.00 $184,525.00 Sub Total $184,525.00 3 8 -..x21)i 1 �b't'J. / t * a A f i . \*: \ i '. I x a� S c' :� Tom � — ,_ Send Invoice To: �YT f}- _ e1 Jill Newport `1 CrossRoad Engineers, P.C. -; 3417 Sherman Drive 1,..,_ `, Beech Grove, IN 46107 ''s- 2016 SW Bond/G.O. Bond/ PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $184,525.00 SHIPPING INSTRUCTIONS •ANP 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 h-f—r' AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY , � TITLE CONTROL NO. 33747 CLERK-TREASURER d 6 + � . EL CIS :® G 0 JANIES BRAINARD, MAYOR April 21,2016 Mr.Willis R. Conner,PE, SE Mr. Gregory L.Henneke,PE Mr. Cash E. Canfield,PE American Structurepoint,Inc. 7260 Shadeland Station Indianapolis,IN 46256-3957 RE: Additional Service Amendment#2,P.O.#33747 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 April 6,2016. I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Service Amendment#2— 16-ENG-26—136th Street and Carey Road Roundabout Desi Engineering Services Not to Exceed: WO:OW—e- q. l 13'-1 , 5 2 5 it. 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 Carmel with your professional, quality services. If you should have any questions,please give me a call. Sincerely, Jerem .Ka hman,P.E. C. Engineer Reviewed and approved by: S. C. En elking Director of Administration DEPARTMENT OF ENGINEERING ONE Civic SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439 EMAIL engineering®carmel.in.gov