Loading...
Clark Dietz, Inc/Eng/314,891/Adl Serv #1/126th Street Multi-Use Path from Keystone Parkway to Hazel Dell Parkway -DesignClark Dietz, Inc. Engineering Department - 2016 Appropriation: ASA #1, #94-650.04,2016 COIT Bond; P.O. #3,3928 Contract Not To Exceed $314,897.00 ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES THIS AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT ("Agreement") entered into by and between the City of Carmel. and Clark Dietz, Inc. (the "Professional'), as City Contract dated May 4, 2016 shall amend the terms of the Agreement by adding the additional services to be provided by Professional consistent with the: Scope of Work attached hereto and incorporated herein as Exhibit "A". Furthermore, the terms of the Agreement shall be°amend.ed to include. the E -verify requirement as stated in Indiana, Code § 22-5=1.7 et seq., which is attached hereto and. incorporated herein as Exhibit "B", as well as the required &verify Affidavit, attached hereto and incorporated herein as Exhibit "C". Also, pursuant to I.C. § 5-22-16.5, Professional shall certify that in signing this document, itdoes not engage in investment activities within the Country of Iran. The terms and conditions :of the Agreement shall not otherwise be affected by this Additional Services Amendment and.shail remain in full force and effect. IN WITNESS: WHEREOF, the parties hereto have made and executed this Amendment as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By; o P James Brainard, Presiding Officer Date: -&A�t4� Mary Ann urker embe Date: la /s , Lori S. Watson tu716v r Date: lr� �� Clark Dietz, Inc. AuZ rized Signature Printed Name PCZ-. it 4 -dr INS FID/TIN: 11!4' • � ZnO501 Last Four of SSN if Sole Proprietor: Date: /0 • Z' L� 1$:'.G unla..Prui.Src...l Dia, Inr. ASA EI Add S— Amcad .'.-±: °DI. .gill, EA",11�1 4:SY I'MI �tZ ENGINEERS May 25, 2016 Mr. Jeremy Kashman, P.E. City Engineer Department of Engineering City of Carmel One Civic Sq Carmel, IN 46032 Re: 126th Street Multi -Use Path from Keystone Parkway to Hazel Dell Parkway, approximately 1.90 miles City of Carmel INDOT Des. No.: 1401703 Dear Mr. Kashman: Clark Dietz, Inc. is pleased to submit our proposal to provide engineering services for the above referenced project. The following elements of work are included in this proposal: 1) Field Survey of Project area. 2) Preparation of Engineer's Report. 3) Design of a Multi -Use Path. 4) Preparation of a Bridge Feasibility Study for existing bridge over Cool Creek. 5) Utility Coordination Services. 6) Coordination with Roundabout Design at 126th Street & Gray Road. 7) Retaining Wall Design. 8) Geotechnical Investigation. 9) Environmental Report Preparation, Section 106 Documentation, and Waters of the US Report. 10) Permit preparation, including Rule 5 Permit. Enclosed please find the fee summary, fee justification, and documentation for each fee element included in the contract, along with INDOT Approved Overhead Rate letter and Profit Matrix calculation. XI 111BR 16 � (( ® Clark Dietz, Inc. 8900 Keystone Crossing, Suite 900 Indianapolis, Indiana 46240 T: 317.844.8900 F: 317.844.9158 May 25, 2016 Page 2 Please note that the bridge design fee will be determined after the Bridge Feasibility Study is completed. Also, right of way engineering and right of way services are not included with this proposal, but can be included at a later date if requested. Please review and provide any comments as necessary. We appreciate the opportunity to provide these services to the City of Carmel and we look forward to working with you again with this project. Sincerely, C.. all J Loew, P.E. Project Manager Attachments EXHIBIT a, —A 20'1( 126th Street MU Path City of Carmel, Hamilton County, IN Cit? INDOT Des. No. 1401703 Transportation Alternatives Program (TAP) Project Fee Summary 5/25/2016 Trail Design Items Task Description Fee Sub -Consultant Payment Medio Field Survey $ 44,730.00 USI Lump Sum Abbreviated Engineer's Assessment $ 4,980.00 Lump Sum Trail Design (PFC Plans, Stage 3 Plans, Final Tracings) $ 146,140.00 Lump Sum Bridge Feasibility Study $ 11,500.00 Lump Sum Pedestrian Bridge Design $ - Lump Sum Utility Coordination $ 29,300.00 Hourly Rate Coordination with Roundabout Design at 126th Street & Gray Road $ 7,200.00 Hourly Rate Retaining Wall Design (2 Locations) $ 10,300.00 Lump Sum Geotechnical Investigation $ 20,280.00 Earth Exploration Unjt Cost *Environmental Document Preparation (CE) $ 10,960.00 Green 3 Lump Sum *Section 106 Documentation $ 5,001.00 Green 3 Lump Sum J*Waters of the US Report 1 $ 5,500.00 1 Green 3 Lump Sum 401/404 & IDNR Permit Preparation $ 13,800.00 Lump Sum Rule 5 Permit Preparation $ 5,200.00 Lump Sum $ 314,891.00 * Indicates professional service provided by DBE sub -consultant Note 1. The scope of work for utility coordination assumes that no utilities will qualify for reimbursement and no utility agreements will be required. Note 2. Neither RW Engineering or RW Services are included in this Fee Proposal. Note 3. Bridge Design Fee will be determined after Bridge Feasibility Study is completed. Note 4. The Geotechnical Investigation assumes that the existing bridge will be modified. If it is determined that anew bridge will be built over Cool Creek, the Geotechnical Investigation fee will require adjustment. Note 5. If Roundabout at 126th & Gray Road is constructed prior to the trail, some additional field survey may be required to get updated topography information at the roundabout location. Date: 8/7/2015 CLASSIFICATIONS AND RATES X HI ENI T A - 6f(( Rates Page USI Consultants, Inc. Approved Year of Work Classification Rates 2015-2016 2015 Engineer IV - Dept. Mngr. $205.00 $205.00 Engineer III - Senior Project Mngr. $168.00 $168.00 Engineer II - Project Manager $151.00 $151.00 Engineer I - Intern $110.00 $110.00 Designer II $155.00 $155.00 Const. Project Mngr. IV - Dept. Mngr. $168.00 $168.00 Const. Project Mngr. III $140.00 $140.00 Survey Manager - Design $188.00 $188.00 Assistant Survey Manager $125.00 $125.00 Survey Crew Chief II $108.00 $108.00 Survey Crew Chief 1 $108.00 $108.00 RNV Project Manager II $123.00 $123.00 RNV Project Manager 1 $113.00 $113.00 RNV Technician $0.00 $0.00 CADD Technician $66.00 $66.00 Clerical $95.00 $95.00 X HI ENI T A - 6f(( Rates Page USI Consultants, Inc. Cost Estimate 126th Street Multi -Use Path (no bridge) Carmel, Hamilton Co., Indiana Unit Unit Price Total GEOTECHNICAL FIELD 1. Mobilization and Field Coordination a. SPT Rig 1 ea $240.00 $240.00 b. CPT ea $405.00 c. Field and utility coordination 1 LS $800.00 $800.00 d. Field coordination with property owners L 1-10 1 LS $550.00 $550.00 ii. 11 -25 LS $700.00 iii. Over 25 LS $800.00 e. Mileage mi $3.15 2. Truck mounted borings with split spoon sampling ft $17.10 3. Truck mounted borings with drilling fluid ft $17.00 4. Truck mounted core drilling ft $35.40 5. Truck mounted borings a. Truck mounted borings through bedrock or boulders or concrete pavement ft $35.00 b. Bridge deck coring and restoration ea $310.00 6. Cone penetrometer testing a. Set up ea $68.00 b. Subsurface profiling ft $11.00 c. Profiling with pore pressure measurement L Piezometric Saturation ea $85.30 ii . Penetration ft $13.15 iii. Pore water dissipation test hr $175.00 iv. Hydraulic conductivity and consolidation ea $65.00 d. Profiling with Shearwave Velocity Measurement ft $14.50 e. Sample ea $21.00 7. Hand or truck soundings 20 ft $11.00 $220.00 8. Hand auger drilling ft $11.50 9. Skid mounted borings with split spoon sampling 205 ft $27.25 $5,586.25 10. Skid mounted borings using drilling fluid ft $27.50 11. Skid mounted core drilling ft $39.00 12. Skid mounted boring through bedrock or boulders ft $41.00 13. Skid mounted soundings 40 ft $15.60 $624.00 14. Skid Mounted Cone Penetrometer Testing (CPT) a. Set up ea $102.00 b. Subsurface profiling ft $17.00 c. Profiling with pore pressure measurement L Piezometric Saturation ea $130.00I�i `r �lr6sp'6�C d. Metal protective outer cover for inclinometer and piezometer ea $113.00 casings 32. Geotechnical engineer 8 hr $105.00 $840.00 33. Railroad expenses Actual Cost 34. Twenty-four hour water levels r- P 7 _) `r Unit Unit Price Total ii. Penetration ft $20.00 iii. Pore Water Dissipation Test hr $260.00 iv. Hydraulic Conductivity and Consolidation ea $79.00 d. Profiling with Shearwave Velocity Measurement ft $22.00 e. Sample ea $33.00 15. Furnishing of a boat Actual Cost 16. Barge set-up expenses a. Navigable water i. Barge set-up ea $5,200.00 ii. Rental of support equipment and/or boat Actual Cost iii. Drill rig downtime hr $132.00 b. Non -navigable water barge set-up ea $4,500.00 17. Additional disassembly and reassembly a. Navigable water ea $1,900.00 b. Non -navigable water ea $1,700.00 18. Barge mounted borings with split spoon sampling ft $29.75 19. Barge mounted core drilling ft $40.25 20. Barge mounted boring through bedrock or boulders ft $44.50 21. Barge mounted soundings ft $17.60 22. Casing through water ft $7.75 23. Uncased sounding through water ft $5.00 24. Set up for borings and machine soundings a. Borings and machine soundings less than 20 ft deep 18 ea $64.00 $1,152.00 b. Rock core borings ea $110.00 25. Additional 2 -in. split spoon sampling 10 ea $19.00 $190.00 26. 3 -in. split spoon samples ea $21.00 27. 3 -in. Shelby tube samples ea $57.00 28. Bag samples a. 300 -Ib sample ea $105.00 b. 25 -Ib sample ea $46.00 c 5 -Ib sample ea $40.00 29. Field vane shear test ea $102.00 30. 4'/24n. cased hole ft $11.30 31. Installation of Geotechnical Instruments a. Inclinometer casing installation ft $13.40 b. Piezometer installation up to 25 ft below surface ea $230.00 c. Piezometer installation deeper than 25 ft below surface ea $260.00 d. Metal protective outer cover for inclinometer and piezometer ea $113.00 casings 32. Geotechnical engineer 8 hr $105.00 $840.00 33. Railroad expenses Actual Cost 34. Twenty-four hour water levels r- P 7 _) `r a. Field measurements per borehole b. PVC slotted pipe 35. Special borehole backfilling a. 0 to 30 ft i. SPT ii. CPT b. More than 30 ft i. SPT ii. CPT c. Pavement restoration 36. Dozer rental 37. Traffic control a. Flag crew b. Equipment Rental c. Flag crew with equipment 38. Centerline surveying GEOTECHNICAL LABORATORY 39. Sieve analysis for soils 40. Hydrometer analysis 41. Sieve analysis for Aggregates a. Analysis by Washing (AASHTO T-11) b. Analysis by Using (AASHTO T-27) 42. Liquid limit 43. Plastic limit & plasticity index 44. Liquid Limit Ratio 45. pH test 46. Loss on Ignition Test a. Loss on Ignition Test (Conventional) b. Loss on Ignition Test (Sequential) 47. Moisture Content Tests a. Moisture Content Test (Conventional) b. Moisture Content Test (Microwave) 48. Expansion Index of Soils 49. Specific Gravity Test 50. Unit weight determination 51. Hydraulic Conductivity Test a. Constant Head b. Falling Head 52. a. Unconfined Compression Test b. Remolding of soil samples with chemical admixtures in chemical soil modification/stabilization Unit Unit Price Total 8 ea $34.75 $278.00 ft $5.30 18 ea $97.00 $1,746.00 ea $43.00 ft $6.00 ea $1.75 2 ea $52.00 $104.00 Actual Cost day $550.00 Actual Cost day $665.00 Invoice Cost Subtotal (Geotechnical Field) $12,330.25 5 ea $44.00 $220.00 5 ea $50.50 $252.50 ea $70.00 ea $125.00 5 ea $31.00 $155.00 5 ea $22.50 $112.50 ea $70.00 5 ea $13.80 $69.00 ea $22.00 ea $50.00 70 ea $6.00 $420.00 ea $12.00 ea $240.00 ea $32.50 10 ea $16.15 $161.50 ea $210.00 ea $260.00 5 ea $42.00 $210.00 (3 samples is equal to 1 unit) c. Point Load Strength Index of Rock 53. Compressive Strength and Elastic Moduli of Intact Rock a. Compressive Strength of Intact Rock b. Elastic Moduli of Intact Rock 54. Consolidation Test 55. Triaxial test a. Unconsolidated - Undrained (UU) b. Consolidated - Undrained (CU) c. Consolidated - Drained (CD) d. Pore Pressure measurement with a. or b. and use of back pressure for saturation 56. Direct Shear Test 57. Moisture -Density Relationship Test a. Standard Proctor b. Modified Proctor 58. Soil Support Testing a. California Bearing Ratio Test b. Subgrade Resilient Modulus 59. Collapse Potential Evaluation Test a. Silty Soil (Loess) b. Cohesive or Expansive Soils 60. Water Soluble Sulfate Test 61. Water Soluble Chloride Test 62. Soil Resistivity Test 63. a. Slake Durability Index Test b. Jar Slake Test GEOTECHNICAL ENGINEERING 64. Geotechnical profile and related work a. Without soil subgrade drawings First mile Each additional mile b. With soil subgrade drawings First mile Each additional mile c. Soil subgrade drawings (only) First mile Each additional mile 65. Geotechnical report a. Without soil subgrade investigation First mile Unit Unit Price ea $105.00 ea $40.00 ea $100.00 ea $400.00 ea $410.00 ea $320.00 ea $475.00 ea $650.00 ea $230.00 ea $550.00 ea $128.00 ea $140.00 ea $490.00 ea $460.00 ea $352.00 ea $420.00 3 ea $100.00 ea $100.00 ea $125.00 ea $120.00 ea $12.00 Subtotal (Geotechnical Laboratory) LS $1,100.00 mi $500.00 LS $1,300.00 mi $570.00 LS $335.00 mi $210.00 Total $300.00 $1,900.50 1 LS $1,510.00 $1,510.00 ��'I I Unit Unit Price Total Each additional mile 1.1 mi $650.00 $715.00 b. With soil subgrade investigation First mile LS $1,775.00 Each additional mile mi $740.00 c. Soil subgrade investigation (only) First mile LS $550.00 Each additional mile mi $340.00 Settlement analysis and recommendations for 66. embankment a. Proposed embankment ea $470.00 b. Proposed and existing embankment ea $520.00 67. Ground modification design ea $1,375.00 68. Slope stability analysis a. C, 0 or C & 0 analysis ea $735.00 b. Corrective measures ea $735.00 c. Stage construction corrective method ea $1,275.00 69. Bridge foundation analysis and recommendations a. Shallow foundation ea $450.00 b. Deep foundation i. Deep foundation analyses ea $800.00 ii. Wave equation analyses ea $310.00 iii. Liquefaction analysis ea $250.00 iv. Group - 3D analysis ea $400.00 c. Settlement analysis for bridge pier foundation i. Bridge pier ea $360.00 ii. Embankment plus pier ea $400.00 iii. Embankment plus pier plus all other loads ea $460.00 d. Foundation on bedrock ea $350.00 70. Retaining structure analysis recommendations a. Conventional retaining structures and other types such as MSE Walls and Bin walls i. Shallow foundation 1 ea $820.00 $820.00 ii. Deep foundation ea $1,080.00 iii. Settlement analysis for retaining wall foundation ea $350.00 b. Pile retaining structure analysis and recommendations i. Free standing structure ea $950.00 ii. Retaining structure with tie -back system ea $1,380.00 c. Drilled -in -pier retaining structure analysis i. Free standing structure ea $975.00 ii. Retaining structure with tie -back system ea $1,400.00 d. Soil nailing wall analysis ea $940.00 71. Seepage analysis ea $1,320.00 72. Deep dynamic compaction analysis ea $1,330.00 1l..aa• Jf � u' 4 Y Unit Unit Price Total Subtotal (Geotechnical Engineering) $3,045.00 CONSTRUCTION INSPECTION AND MONITORING 73. Mobilization of testing equipment LS $150.00 74. a. Monitoring geotechnical instrumentation hr $70.00 $450.00 b. Filed Inspector hr $70.00 75. Integrity testing Actual Cost 76. Field Compaction Testing FOUNDATION EVALUATION BY NON-DESTRUCTIVE METHODS a. Dynamic Cone Penetration Test (DCPT) hr $70.00 a. Surface test/Pier or foundation b. Light Weight Deflectometer Test (LWD) hr $70.00 77. Dynamic pile analysis ea $975.00 78. Static load test ea $975.00 79. Dynamic pile load test Actual Cost 80. CAPWAP-C analysis ea $450.00 81. Final construction inspection report ea $875.00 Subtotal (Construction Inspection and Monitoring) FOUNDATION EVALUATION BY NON-DESTRUCTIVE METHODS 82. a. Surface test/Pier or foundation Actual Cost b. Borehole test/Pier or foundation Actual Cost GEOPHYSICAL INVESTIGATION 83. Geophysical Investigations Invoice Cost GEOTECHNICAL PROJECT MANAGEMENT 84. Project Management a. Project Coordination mi $1,600.00 b. Project Website LS $3,100.00 85. Geotechnical Review a. Structure Report ea $310.00 b. Roadway Report mi $260.00 PAVEMENT INVESTIGATION 1. Mobilization of coring equipment LS $200.00 2. Mobilization mileage for coring equipment mi $1.70 3. Pavement core (partial depth) ea $120.00 4. Pavement core (full depth) ea $180.00 5. Sub -base sample ea $59.00 6. Cement concrete pavement core density determination ea $31.00 7. Cement concrete core compressive strength test ea $30.00 8. Bituminous extraction test ea $80.00 9. Sieve analysis of extracted aggregate test ea $53.50 10. Recovery of asphalt from solution by Abson method ea $315.00 11. Theoretical maximum specific gravity test ea $67.00 12. Bulk specific gravity test ea $29.00 13. Air voids calculation ea $27.00 14. Core report for partial depth core ea $32.00 A EEM P3 1"r 1WIt Unit Unit Price Total 15. Core report for full depth core ea $40.00 16. Pavement analysis and report ea $730.00 Subtotal (Pavement Investigation) Summary of Fees Geotechnical Field $12,330.25 Geotechnical Laboratory $1,900.50 Geotechnical Engineering $3,045.00 Construction Inspection and Monitoring Pavement Investigation Geotechnical Total $17,275.75 Pavement Design $3,000.00 TOTAL $20,275.75 Clark Dietz, Inc. Engineering Department - 2016 Appropriation: ASA #1, #94-650.04,2016 COIT Bond; P.O. #33928 Contract Not To Exceed $314,891.00 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. USACon1mcts\Prof.S 6 & Goad Sva\Eogutccring\2016\0. .14 Ine ASA HI Add? S— A—d 3-27-2012 with E -Verify l.g-gaAd 5/312016 10:46 AMU Clark Dietz, Inc. En�oincering Department - 2016 Appropriation: ASA #I, #94-650.04,2016 COIT Bond; P.O. #33928 Contract,Not To Exceed .$314,891.00 Exhibit "C E -Verify Affidavit being first duly sworn, deposes aiid `says that lie/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to -the facts contained herein. 2, I am now and at all times relevant herein have been employed by. Ap" Le (the "Company") in the position of 3. I am familiar with the employment policies, practices, and procedures. of the Company and' have the authority to act on behalf of the Company. 4. The .Employer is enrolled and participates in the. federal .E -Verify' program arid has, provided documentation of such enrollment and participation to the .City of. Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the day of I certify under the penalties for perjury under the laws the United States of America and the State of Indiana that the foregoing factual statements and rep sen tions pie and correct. (S.'.Cc•:nra:ro-Wrol.$+'s K G..�I. Seea9inrinccrine�'il1 G`d'Luk IJicv_ h- 'S:\ -I AM I Se:. A:nad Y27 ftli' ai0. F>Ycrar Iit.46 AM! -'& � V14 4��' b r fy- Company ID Plumber: 440231 North American Industry Classification Systems Number of Employees: `20 to 99 3 Number of Sites Verified for: t _... _.........._....__. _......._...... ►re you verifying for more than I site? If yes, please provide the number of sites verified for n each State: e INDIANA I sitc(s) f Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: .sill A Newport Telephone Number: (317) 780 - 1555 ext. 120 Fax Number, (317) 780 - 6525 E-mail Address: jnewporl(dcrossroadengineers.eom Name: Walter G Charics Telephone Number: (317) 780 - 1555 ext. 115 Fax Number: (317) 780 - 6525 E-mail Address: celinries(a)crossroaticngincers.com Page 13 of 131 E VerifyMOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 436844 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 Clark Dietz, be lon Hownariec Name (Please Type orPrintj ;ElectronicaifySigned .. .0810212011 :Slgnature , pate Department of Homeland 5ecurlty— Verification Division tSCIS Verification Division 'Name (Please Type or Print) ` Title_ Electrotroicaily Signed i 0310212011 ,'signature !� Date ! Information Required for the E-Verify Program .Information relating to.ypr Company_ I .< i Company Name',Clark Dietz, Inc i t `. Company Facility Address...118 S. Clinton St. 'Suite 700 i .. Chicago, IL 60616 i i Company Alternate Address: i . , County or Parish:. ?COOK Employer ldentificatlon Number. ';371212061 Page 12 of 13 1 E -Verify MOU for Employer I Revision Dale 09/91/09 www.dhs.gov/E-Verify Company ID Number: 436844 North American Industry l Classification Systems i Code; 641 Administrator, Number,of Empioyg 1111.499 Number of Sites Verified for: 7 -Are you verifying for more than t site? If yes, please provide the'number of sites verified for =int each State: o WISCONSIN 3 site(s) o ILLINOIS 2 sitc(s) ? o INDIANA 2 sites) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Jon B 1101yanice Telephone Number: (312) 648.9900 est. 259 Fax Number: E-mail Address: jon.hotvanicc dark dietz.eom Name: Juanita cabal Telephone Number: (312) 648 -9900 Fax Number: E-mail Address: joanno.cabaj®clar•k-dietz.com Page 0 of 13 I E -Verify MOU for Employer I Revision Data 09/01/00 vvm.dhs.gov1E-Ver(fy LETTER OF TRANSMITTAL Date: May 25, 2016 To: Doug Haney Department of Law From: Jeremy Kashmanu- Department of Engineering RE: Clark Dietz, Inc. Additional Service Amendment One additional service amendment is needed for Clark Dietz for the June 15th BPW meeting, please. Attached please find the work proposal and purchase order. Contract Information: Project Name: ASA #1 126th Street Path from Keystone Parkway to Hazel Dell Parkway - Design Vendor: Clark Dietz, Inc. Amount: $314,891.00 Appropriation: PO #33928; 2016 COIT Bond Signature: James Loew, P.E. Address: 8900 Keystone Crossing, Suite 900 Indianapolis, IN 46240 Phone: 317/808-9158 Email: iim.loew(c�clarkdietz.com May 25, 2016 Mr. James Loew, P.E. Clark Dietz, Inc. 8900 Keystone Crossing, Suite 900 Indianapolis, IN 46240 .JAMES BRAINARD, MAYOR RE: Additional Service Amendment #1, PO #33928 Dear Mr. Loew: As we discussed, the City of Carmel has a need for additional professional services and pursuant to our current contract with Clark Dietz, Inc., dated May 4, 2016, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Service Amendment #1— 126th Street Path from Keystone Parkway to Hazel Dell Parkway - Design Not to Exceed: $314,891.00 Per our contract procedural requirements, I hereby approve these Additional Professional Services estimates, and request that the Board of Public Works ratify the above referenced Contract Amendment. 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, Jer y Ka an, P.E. City Engineer Reviewed and approved by: i4 vn_�, S. C. Engell ' g 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 ®f Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO.003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER SHIPPING INSTRUCTIONS FEDERAL EXCISE TAX EXEMPT 33928 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A1P CARMEL, INDIANA 46032-2584 4 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 5/24/2016 060650 Project 15-17; Contract Date 05.04.16 CLARK DIETZ, INC City Engineering's Office VENDOR 8900 KEYSTONE CROSSING #900 SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46240 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 5145 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department., 2200 1 Each Account: 94-650.04 Fund: 0 COIT Bond Fund ASA 1 -126th Street Multi -Use Path from Keystone Parkway $314,891.00 $314,891.00 to Hazel Dell Parkway - Design Sub Total $314,891.00 Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 2016 COIT Bond PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT 9 f a 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 i 4 2016 COIT Bond PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT PAYMENT $314,891.00 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 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 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL NO. 33928 CLERK -TREASURER