Loading...
American Structurepoint/Eng/207,750/Adl Serv #5/Rangeline Road from 116th Street to 4th Street SE – Design American Structurepoint,Inc. Engineering Department-2016 Appropriation:ASA#5;#94-650.04;2016 COIT Band;P.O.#3393`1 • Contract Not To Exceed$207,750.00 0-10 ADDITIONAL SERVICES AMENDMENT TO ✓Ao �r AGREEMENT FOR PROFESSIONAL SERVICES THIS AMENDMENT TO THE AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement')entered into by and between the City of Carmel and American Structurepoint, Inc. (the "Professional"), as City Contract dated April 6, 2016 shall amend the terms .of the Agreement by adding the additional services to be provided by Professional 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, Professional 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 Brainar Presiding f' er Authorized Signature ate: Printed Name Mary Ann urke, /emb r Date: `- / I�,'e c s;44•4'1— I V re 5 i Title14— Lori S.Watson, Member FID/TIN: 3s-//2-7 3/7 Date: Last Four of SSN if Sole Proprietor: ATT9 J- -e(-(7 c /' Date: M wj av/6 / fix ' hristine Paule le T asurer Date: /////, lS^LonuactecofSrt, S<.a 33nginccringl20l6W mccicnn:Stmumcponv,Inc.ASA 85 Mill Sou Amcnd 3-27-2012 with E-V uify l,nguaec.i.h.511712016 1:14 PA March 23, 2016 Mr. Jeremy Kashman Carmel City Engineer One Civic Square Carmel, IN 46032 Re: Rangeline Road from 116th Street to 4th Street SE Dear Mr. Kashman, On behalf of American Structurepoint, Inc., I am pleased to submit this proposal for roadway design services. The professional services will include roadway design, and bidding services for the planned improvements for Rangeline Road from 116th Street to 4th Street SE. Upon receiving notice to proceed from the City of Carmel, American Structurepoint will commence with the above professional services for bidding services, and roadway design for a total lump-sum fee of$207,750. Invoices will be forwarded to the City of Carmel on a monthly basis in accordance with our contract. We look forward to working with the City of Carmel 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. Michael Maurovich Project Manager MJM:mek Attachment cc: Mike McBride 201502101 •X1 B o i i6ff Exhibit A City of Carmel Program Management Scope Items Roundabout Design and Bidding Services A. Engineer shall provide roadway design services for the following: 1. Rangeline Road connections from 116th Street to 4th Street SE 2. Intersections and improvements being designed by other engineers as part of the bond program are excluded from the project limits. B. Engineer shall review available traffic data from previous studies performed for the City of Carmel C. Engineer 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 Owner, 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 Owner,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 Owner. D. The contract plans shall include a Title Sheet,an Index Sheet, Plat No. 1 Sheet,Typical Section Sheets, Construction Detail Sheets,Spot Elevation Detail Sheets (if necessary), Miscellaneous Details Sheets, Pavement Marking and Sign Plans, Maintenance-of-Traffic Detour Plans, Lighting Plans, Erosion Control Plans,Structure Data Table, an Approach Table, a Summary of Quantities Table. E. The contract documents shall contain sufficient information to enable the contractor to perform the required work. F. The Engineer shall identify and notify all affected Utilities and coordinate plans for utility relocation.The Engineer shall assist the Owner with the preparation of all required utility relocation agreements.The Engineer shall maintain a record of all utility contracts to be submitted to the Owner. G. Upon completion and final approval of the deliverables by the Owner,the Engineer shall deliver to the Owner the following submittals/deliverables required for the design activities (all plans black and white unless otherwise noted). 1. PreliminaryPlans ab BiT ae13 March 23,2016 201502101 i. 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 OWNER 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 Engineer shall conduct a field check with the Owner and other interested parties. H. Bidding Services 1. Engineer shall assist Owner 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. Engineer shall issue Addenda as appropriate to clarify, correct,or change the Bidding Documents. 3. Engineer shall provide information or assistance needed by Owner in the course of any negotiations with prospective contractors. 4. Engineer shall consult with Owner 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. Engineer shall attend the Bid opening, prepare Bid tabulation sheets,and assist Owner in evaluating Bids or proposals and in assembling and awarding contracts for the Work. I. Lighting Design 1. Lighting Design will be developed for the roadway within the project limits J. Items Excluded 1. Landscape Design 2. Intersections being designed by other engineers as part of the bond program 3. Traffic Signal Design 4. Roundabout Design 5. Permitting(Except for Rule 5 permit, if required) 6. Right of way engineering and Land Acquisition FX:-1'BIT -A March 23,2016 201502101 American Structurepoint,Inc. Engineering Department-2016 Appropriation:ASA#5; #94-650.04;2016 COLT Bpnd;P.O.#33931 Contract Not To Exceed$207,750.00 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\Conlrncts\Prof.Svcs&Goods SvcslEnginccring\2016\Amerman Structurcpoint,Inc ASA 145 Add?Svcs Amend 3-27-2012 with E-Vccify Inngunge.doc:5/1620164:24 PM] American Structurepoint,Inc. Engineering Department-2016 Appropriation:ASA#5; #94-650:04;20.1.6 COLT Bond;P.O.#33931 Contract Not To Exceed$207,750.00 Exhibit"C" E-Verify Affidavit (.fin /Sr-c u,i • ,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 AMer F„ f�u��u,-ero,na, inC. (the "Company") in the position of vrce 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. I EXECUTED on the day of ,20 14. L,/ A 6 Printed: /, I certify under the penalties for peijury 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. . ``pepwmunrnir�� /4CGf.7 C OTZ, No; 414/ 63843 P`4 Printed: Ma E. Keni NO BLRY Att =� . SEAL N y ••�'x fires sews N.0.�• ,,� �41e OF 0)\P'4' 'runuumrpptntttt� IS:lCcorae,dPr dSrcc'P.Gm1 Svcslagincefingl2)I0 An eric,o Swcmrcrein.Inc.ASA g5 Ad;rl Svcs Amend 3.27-2012 wid,ENerify Irwin-,4 3116120I6 4:24 P11I Ary;Lc —.�•a y£ 1 �`a �} III` r' Julit rum.s-. Ia A srorscc or OO 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-Verify at 888-464-4218. Employer American Structurepolnt,Inc. Chelsea Shumaker Name Type., ».. (PleaseYRQ or Print) �.. Title _.. Electronically Sjned 09/17/2009 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 131E-Verify MOU for EmpioyerlRevisian Date 10/29/08 1,1fwvv.dhs.gov/E-Verity Pict, NV (� r ft - c-VCAITT 15 A SAAVIC1 or DRa Company ID Number,254011 information Required for the &Verify Program Information relating to your Company: Company Name:American Structurepolnt,Inc, Company Facility Address:7260 Shadeland Station Indianapolia,`IN 46256 Company Alternate Address: County or Parish: MARIORI 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 4 site?If yes,please provide the number of sites verified for In each State: • OHIO 1 site(s) Page 12 of 13IE•Verify MOU for Employer1Revision Date 10/29/08 www.dhs.ccov/E-Verify f404.i V ese f ' it A nrgt.�^+^ + g y,+� i'• b• n e-VERITY Is A luvICCL of ma Company ID Number.254011 • INDIANA 1 site(s) Information relating to the Program Administrators)for your Company on policy questions or operational problems: Name: Chelsea Shumaker Telephone Number. (317)647-6600 Fax Number. (317)543-0270 E-mail Address: cshumakertstructurepoInt com Page 13 of 131E-Verify MOU for Employer1Revision Date 10129108 mivvv.elhs.gov/E-Verify c CITY OF-C It"AR614 MEL May 16,2016 JAMES BRAINARD, MAYOR - 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: Ad h nal Service_Amendment#5,-P-.O.#3393-1-J Additional Service Amendment#6,P.O.#33933 Additional Service Amendment#7,P.O.#33750 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 tasks: Additional Service Amendment#5< 16-ENG-70—Rangeline Road from 116th Street to 4th Street SE Engineering Services Not to Exceed: $207,750.00 Additional Service Amendment#6— 96th Street and Keystone Parkway Plan Review Not to Exceed: $24,960.00 Additional Service Amendment#7— Corridor Survey Services—96th Street, Gray Road,Rangeline Road Not to Exceed: $226,531.00 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, Jere M. ashman,P E. Ci Engineer Reviewed and approved by: DEPARTMENT OF ENGINEERING S. C Engelkmg ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.5711 ig for of Administration EMAIL engineering@carmel.in.gov o INDIANA RETAIL TAX EXEMPT Page 1 of 1 cI1it'. of Iiiririnie1 CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 33931 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AIP CARMEL, INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, (FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 5/15/2016 00350562 Project 16-ENG-70;Contract Date 04.06.16 AMERICAN STRUCTURE POINT, INC City Engineering's Office VENDOR 7260 SHADELAND STATION SHIP 1 Civic Square TO Carmel,IN 46032- INDIANAPOLIS, IN 46256--3957 Kate Lustig PURCHASE ID BLANKET I CONTRACT I PAYMENT TERMS FREIGHT 4840 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Account: 94-650.04 Fund: 0 COIT Bond Fund 1 Each ASA 5-Rangeline Road from 116th Street to 4th Street SE- $207,750.00 $207,750.00 Design Sub Total $207,750.00 a k lc tskA _ 4-. x g At 'rk s f . _ £ .' ; t --t`1- i Y ` 3 4 ,� K t;a 1TL fi. a y f. r q k t 1 I. Send Invoice To: �' ' e N, ` Skip Tennancour # 8425 Wicklow Way _ Brownsburg, IN 46112 4 l f 4 41 Qt.4) _ 2016 COIT Bond PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT PROJECT 1 PROJECT ACCOUNT AMOUNT PAYMENT $207,750.00 SHIPPING INSTRUCTIONS `AP 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 ftT AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY •`—l_ ja_�� / / TITLE CONTROL NO. 33931 CLERK-TREASURER