Loading...
American Structurepoint, Inc/Eng/Adl Serv #24/292,715/3rd Avenue SW and City Center Drive Roundabout Design American Structurepoint,Inc. Engineering Department-2016 Appropriation#2200 4350900,2200 4460500; P.O.ii34433 Contract Not To Exceed S292,7[5.00 ADDITIONAL SERVICES AMENDMENT 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". 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: Ja s Brainard,Presiding Officer Authorized Signature -te: AdAr10744.11 Printed Name Ma Ann .urke,Me i-r Date: / U+'c� ereSe.dert f fr Title Lori S.W- son, ''' 'ffir FIDITIN: 7: -rt.7'�.3/7 Date: i I . Last Four of SSN if Sole Proprietor A S . Date: ate - Win_ _ao16 hristine Pauley to - reasurer Date: izxo�exu7mtstna fmLsxtEc n+srNMAImmagiftw npas,A£% Etc-13 612MtSe P►) AMERICAN STRUCTUREPOINT, INC. City of Carmel Program Management Scope Items Roundabout Design Services A. Professional shall provide survey and preliminary roundabout design services for intersection of 3'd Avenue SW and City Center Drive,with project limits as follows: 1. Two-lane roundabout and approaches with project limits approximately 300' to the north and south along 3`d Avenue SW and approximately 300' to the east and west along City Center Drive 2. Survey with project limits indicated in the attached survey limits drawing B. Professional shall review available traffic data from previous studies performed for the City of Cannel. 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 will 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 Cannel 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 will be prepared according to the current practices of the City, and will include all types of work required for the complete construction of the work, including all temporary work necessary in connection therewith,but will 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 will be in accordance with the methods used by the City. E. The contract plans will 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 will 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. AePA�f6F yM r I OTY December 12,2016 201502101 AMERICAN STRUCTUREPOINT, INC. 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 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. Lighting design will be developed for the required intersections. L. Right-of-way engineering for the affected parcels as shown in Exhibit B. M. Land acquisition services for the affected parcels as shown in Exhibit B. N. 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 7. Wetland Delineation _2 �'b d1 December 12,2016 201502101 1 3rd&City Center Proposed Fee Schedule Dated:12/12/2016 Fees May Change Based on Final Right of Way RIYV Engineering RIW Services Buying Fee Appraisal Title Update Plats,Legals Subtotal R1W Second [Includes title RAN Services Total Parcel Owner Tax I.D. Report Type Title Work Fee Fee Fee Slaking Fee APA Fee Engineering Appraisal Fee Appraisal Fee update fee] Recording Relo Management Fee Subtotal Fees 1 Unknown 1809-38-02-08-999.999 SF Comm 3 750.00 3 140.00 $ 2.250.00 S 350.00 $ 225.00 S 3715.00 S 4000.00 3 4500,00 51.700.00 S 125.00 $ 1.000.00 10825.00 14540.00 2 PedcorOffice ISO 29-09-38-000.005.011.018 SF Comm 3 750.00 3 140.00 $ 2,250.00 S 350.00 $ 225.00 S 3.715.00 $ 4.000.00 3 4.000.00 $1,700.00 3 125.00 $ 1,000.00 10825.00 14,540.00 3 SUrernen.Metinda M Revocable Trust 29-09-36036005.003-018 SF Comm S 750.00_S 140.00 $ 2.250.00 $ 350.00 3 225.00 $ 3.715.00 $ 4,030.00 3 4.000.00 $1.700.00$ 125.00 $ 1.000.00 10,825.00 14.540.00 4 Clry of Carmel Redevelopment&Mort 29O9-30000005.021-018 SFComm S 750.00 3 140.00 S 2,25000 $ 350.00 S 225.00 S 3.715.00 $ 4.00000 $ 4.000.00 $1,700.00$ 125.00 S 1.000.00 10825.00 14,540.00 5 TOD,ease parcel TBD SF Comm $ 750.00 3 140.00 3 2.250.00 3 350.00 3 225.00 3 3.715,00 $ 4,000.00 3 4.000.00 $1.700.00$ 125.00 3 1500.00 10825.00 14,540.00 UNALLOCATED FEE: - • $ 3,750.00 3 700.00'3 11.250.00 $ 1,750.00 $ 1.125.00 S 18.575.00 3 20,000A0 3 20,000.00 3 8500.00 $ 625.00 3 - $ 5,000.00 3 5+1.125.00 3 72.700.00 aq p' O 50 110 Cv INDIANA RETAIL TAX EXEMPT Page 1 of 1 it ®f Iai.irirriie1 CERTIFICATE NO.0031201550020 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 34433 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AIP 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 12/1/2016 00350562 Project 16-ENG-108;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 CONTRACT PAYMENT TERMS FREIGHT 10614 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 202 Local Road &Street Fund Account: 43-509.00 1 Each ASA 24-3rd Avenue SW and City Center Drive Roundabout $220,015.00 $220,015.00 Design Sub Total $220,015.00 Account 44-605:00 1 Each ASA 24-3rd Avenue SW and City Center Drive Roundabout $72,700.00 $72,700.00 Design Sub Total $72,700.00 p,/S. ' yam . . D"' ,,, e N T `.sy4•:q: / /�� ��t t f �b 4+ i 4 to t 1 (3 Send Invoice To: , , x . CT' a City Engineering's Office ,.�y'' z, Nt ✓ Kate Lustig ,; ,_,_� / 1 Civic Square •. F ,, ,Y ti- .,- ; !s,,,H "''' ' Carmel, IN 46032- �,.� am PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT 9 PROJECT B PROJECT ACCOUNT AMOUNT PAYMENT $292,715.00 SHIPPING INSTRUCTIONS 'AIP 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 ON 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 n 1'I� AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY /����_ �i 1 TITLE C-O OOi €') CONTROL NO. 34433 CLERK-TREASURER