Loading...
American Structurepoint/Eng/249,035/Adl Serv #3/Rangeline Road and Executive Drive Roundabout – Design • American Structurepoint,Inc. Engineering Department-2016 Appropriation:ASA#3; #94-.650.04;2016 General Obligation Bond;.P.O.#33929 Contract Not To Exceed$249,035.00 ��RrJL�,,at ADDITIONAL SERVICES AMENDEVIENT TO &° AGREEMENT FOR PROFESSIONAL SERVICES THIS AMENDMENT TO THE AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") entered into by and between the City.of Carmel and American Structurepoint, Inc. (the "Professional"), as City Contract dated April 6, 2016 shall amend the terms of the Agreement by :adding the additional services to be provided by Professional consistent with the Scope of Work attached hereto and incorporated herein as Exhibit "A". Furthermore, the terms of the Agreement shall be amended to include the E-verify requirement as stated in Indiana Code §22-5-1.7 et seq., which is attached hereto and incorporated herein as Exhibit"B", as well as the required E- verify Affidavit, attached hereto and incorporated herein as Exhibit "C". Also, pursuant to I.C. § 5-22-16.5, Professional shall certify that in signing this document, it.does not engage in investment activities within the Country of Iran. The terms and conditions of the Agreement shall not otherwise be affected by this Additional Services Amendment and shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have made and:executed this Amendment as follows: • CITY OF CARMEL, INDIANA American Structurepoint, Inc. by and through its.Board of Public Works and Safety • By: By; 4-414 J es Brai rd, Pres* mg 0 r Authorized.Signature. Gash Printed Name Mary A Burke, M ber/ Date: Vitt -Pref:0„ — A P1v )t Title LoriS.Watson, Member FID/TIN: 35-- /127 3/7 Date: • Last Four of SSN if Sole Proprietor: ATT • Date: Ma7 �sr 20/6 (Christine Pauley, Cler -Tr asurer Date: v / /f IS:lCwua.utPrul.Sra S Gnali.$ia)Eng nccriu0.016 American StruetmepninL Inc.ASA tl3 Add1 Svcs Amrnd 3.27•21112 rvilh E Vo,ify Inqunge.darS)I7R01612:51 PDMI Exhibit A City of Carmel Program Management Scope Items Roundabout Design and Bidding Services A. Engineer shall provide roundabout design services for the following intersections: 1. Rangeline Road and Executive Drive B. Engineer shall review available traffic data from previous studies performed for the City of Carmel C. Engineer shall use available forecasted traffic data and the Highway Capacity Manual to determine the roundabout lane configurations. D. 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. 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 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. H. The Engineer shall design storm sewers to collect and convey stormwater to suitable outfall locations. The Engineer will investigate suitable outfall locations within 500 feet of the project limits. EXI-TBIT /4-3 March 23,2016 Page 1 of 3 201502101 I. 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. Preliminary Plans 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. J. 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. K. Lighting Design 1. Lighting Design will be developed for the required intersections. L. Right of Way Engineering 1. Right of way engineering for the affected parcels according to Exhibit B. M. Land Acquisition 1. Land acquisition services for the affected parcels according Exhibit B. N. Items Excluded 1. Landscape Design 2. Survey 3. Permitting(Except for Rule 5 permit,if required) y�1 li V' h 20-13 March 23,2016 Page 2 of 3 201502101 Rangeline&Executive Drive RAB,City of Carmel Proposed Fee Schedule Dated:2/19/20016 Fees May Change Based on Final Right of Way Abstracting/Engineering RIW Services Subtotal Abstracting& Second Buying[Includes RUIN Services Total Parcel Owner Tax I.D. Title Work Tide Updates Plata.Legal, Staldng Engineering Appraising Apprasing title update feel Recording• Reba Management Fee Subtotal Fees 1 Kroger Limited Ptn I Real Estate Dept 16-10-31-00-00-050.000 16-10-31-00-00-051.001 $ 900.00 $ 280.00_$ 2.150.00 $ 700.00 $ 4,030.00 $ 10,000.00 $ 10,000.00 $ 1,475.00 $ 150.00 $ 1,100,00 $ 22.725.00 $ 26,755.00 2 1132 South Rangeline LLC 16-09-36-00-00-025.000 $ 450.00 $ 140.00 $ 2.150.00 $ 350.00 $ 3,090.00 $ 2,025.00 $ 2.025.00 $ 1,475.00 $ 150.00 $ 1,100.0D $ 6,775.00 $ 9.865.00 3 The Huntington National Bank 16-10-31-00-02-001.000 0 450.00 $ 140.00 $ 2,150.00 $ 350.00 $ 3,090.00 S. 10,000.00 $ 10,000.00 $ 1,475.00 $ 150.00 $ 1,100.00 $ 22,725.00 $ 25,815.00 Unallocated Fee $ $ ,_ _.•. ._,.,r,:4. ., - ,�:... ..• '_ . . .:. 'u... ^_i :; _,. ;,. .:,r _. .- _ .Yet; . _ ._. _- i ,. _ $ 1,800.00 $ 560.00 $ 6,450.00 $ 1,400.00 3 10,210.00 $ 22,025.00 $ 22,025.00 $ 4,425.00 $ 450.00 $ - $ 3,300.00 $ 52,27,5.00 $ 62,435.00 Origin Contract/meunb I/needed,Supplemental Fees: it needed,Supplemental Al Total: 'If LPA records necessary documents,the Recording fee will not be billed. ca E ^ • Page 1 of 1 American Structurepoint,Inc. Engineering Department-2016 Appropriation:ASA#3; #94-650.04;2016 General Obligation Bond;P.O.#33929 Contract Not To Exceed$249,035.00 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:\Conlrnct5\Prof.Sycs&Goods Svcs\Engineering\2016 Ameriom Structurepoint.Inc.ASA#3 Add'I Svcs Amend 3-27-2012 with E-Vcrify Iangunge.doc:5116R016 2:06 PM] American Structurepoint,Inc. Engineering Department-2016 Appropriation;ASA#3; #94-650,04;2016 General Obligation Bond;P.O.#33929 Contract Not To Exceed$249,035.00 Exhibit"C" E-Verify Affidavit ,being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts,herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by /Irro.,,,,, Sf.acacara:>T>', /4c. (the "Company") in the position of wee. r°re s,i/e.re 3. I am familiar with the employment:policies; practices, and procedures of the Company and have the authority to act on behalf of the Company. 4. The Employer is enrolled and participates in, the federal E-Verify program and has, provided documentation of such enrollment and participation to the City of Carmel, • Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT: EXECU 1'hD on the l/ day of , 20 . Printed: A /50/4,_,) I certify under the penalties for perjury under the laws of the United States of America and,the State of Indiana that the foregoing factual statements and representations are'true and correct. eeee`eeoep���emumuunrirrrrr • °e`4.��e' 6384'''•., / c�' NOTARY = Printed:. t"'I,cr�are E. ,�s►.f '� PUBLIC Ri `3 SEAL k C9 %•;,l F,r ' w rr Se .� e �orr��r c OF4knuiliI'I�Q�Peeeeee !S:`.CnmmuatFu,f$,;t Go,,I,Sc.EnFim,;,,�olct•t,.•.I brs,nmtn.mtt.Inc.ASA#3..an Svc Amon'3.27.012 with GVctify Wnguagc.114c.5/1620162:06 PM] cr� ti er 3� ,� `i,ice }yam '� ^ � y i-t3A2R lS A S[AVICZ or AAA 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 Structurepoint,Inc. Chelsea Shumaker Name(Please Type or Print) Title Electronically Signed 09/17/2OO9 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 Employer}Revision Date 10/29/08 W.dhS..goviE~ erify 6FG� _ ,� yS�� Ym1[R S8 A SSRV401 wow ICC of CXs Company ID Number,254011 information Required for the E.Verify Program information relating to your Company: Company Name:American Structurepoint,Inc. Company Facility Address:-7260 Shadeiand Station Indianapolis IN 46266 Company Alternate Address: County or Parish MARION Employer Identification Number 361127317 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 f slte?.if yes,please provide the number of sites verified for in each State: OHIO 1 site(s) Page 12 of 13IE-Verify MOU for EmployerjRevision Date 10/29108 tANNO.dhs.gov/E-Verity • NI a „w ..„.�, <0 s-vssin 13 A IZAVICC or ass Company ID Number.254011 e sit (s) • INDIANA . 1 information relating to the Program Administrator(s)for your Company on policy questions or operational problems: : Name: Chelsea,Shumaker Telephone Number.• (317)647-6580; Fax Number. (397)543-0270 E-mail Address: cshurnaker@structurepointcom • Page 13 of 131E-Verify MOU for ErnployeriRavision Date 10/29/08 .dhs.govJ - er'ify Received 05-16— 'I % • ALVD City of Carmel Department of Law LETTER OF TRANSMITTAL Date: May 12, 2016 To: Doug Haney Department of Law From: Jeremy Kashman 1 Department of Engineering RE: American Structurepoint, Inc. Additional Service Amendment One additional service amendment is needed for American Structurepoint, Inc. for the June 1st, BPW meeting, please. Attached please find the work proposal and purchase order. Contract Information: • Project Name: ASA#3; Rangeline Road and Executive Drive Roundabout Design Vendor: American Structurepoint, Inc. Amount: $249,035.00 Appropriation: PO #33929; 2016 General Obligation Bond Signature: Willis R. Conner Address: 7260 Shadeland Station Indianapolis, IN 46256 Phone: 317/547-5580 Fax: 317/543-0270 Email: wconner@structurepoint.com March 23,2016 Mr. Jeremy Kashman Carmel City Engineer One Civic Square Carmel, IN 46032 Re: Rangeline Road and Executive Drive 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 roundabout design, bidding services, right of way engineering and land acquisition for the planned improvements at Rangeline Road and Executive Drive. Upon receiving notice to proceed from the City of Carmel, American Structurepoint will commence with the above professional services for bidding services, and roundabout design for a total-lump-sum fee of$186,600. 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 $62,435. 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 11 1.' 1. I. u In a.P. CITY ° MEL JAMES BRAINARD, MAYOR May 10,2016 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#3,P.O.#33929 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#3— 16-ENG-38—Rangeline Road and Executive Drive Roundabout Engineering Services Not to Exceed: $249,035.00 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 .K City Engineer Reviewed and approved by: S. C. E gelking 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 City vINDIANA RETAIL TAX EXEMPT Page 1 of 1 ®f Carmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 33929 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A/P CARMEL, INDIANA 46032-2584 VOUCHER,DEUVERY 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 5/10/2016 00350562 Project 16-ENG-38;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 I BLANKET CONTRACT I PAYMENT TERMS FREIGHT 4747 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Account: 94-650.04 Fund: 0 General Obligation Bond 1 Each ASA 3-Rangeline Road and Executive Drive Roundabout $249,035.00 $249,035.00 Design Sub Total $249,035.00 s OIe ' >Lill z� i/ "+_a'F" Ni j t II .c i r ° i,;t . sr s y� I 41 ,l.t , 1 ii:LA ',,,.ril.. 1' Send Invoice To: -' fi s Jill Newport \\ ,. �rossRoad Engineers, P.C. N. �~{ / 3417 Sherman Drivet. ` _. .4,4�° K 4,1 3eech Grove, IN 46107 ` : �r �4 Y Pi f� "A ; , __�' r 2016 SW Bond/G.O. Bond/ PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $249,035.00 SHIPPING INSTRUCTIONS •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 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C.O.D.SHIPMENT CANNOT BE ACCEPTED. THIS APP PRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPUANCE WITH CHAPTER 99,ACTS 1945 / AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY ` 1 TITLE CONTROL NO. 33929 CLERK-TREASURER