Loading...
American Structure Point/Engr/ADDITIONAL SERVICES/$89,920 American Structure Point Engineering Department-2010 Appropriation#Michigan Road TIF P.O.# Contract Not To Exceed$89,920.00 ADDITIONAL SERVICES AMENDMENT TO APrtIOrco AS TO FORM BY AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AMENDMENT TO THE GOODS AND SERVICES AGREEMENT ("Agreement') entered into by and between the City of Carmel and American Structure Point, Inc., (the "Vendor"), as City Contract #060210.04 shall amend the terms of the Agreement by adding the additional services to be provided by Vendor consistent with the Scope of Work attached hereto and incorporated herein as Exhibit "A". The terms and conditions of the Agreement shall not otherwise be affected by his Additional Services Amendment and shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have made and executed this Amendment as follows: CITY OF CARMEL, INDIANA AMERICAN STRUCTURE POINT, INC. by and through its Board of Public Works and Safety By: ,� By: mes Brainard, Presiding Officer Authorized Signat4re Date: /7- /7 ot.ff.c co 4e4- Printed Name M Ann urke, Member Date: / / 7 -/v Pres;Je, 1 Title Lori S. Wats ember FID/TIN: 3 c-/fa73'7 Date: i+ ( i—r 1I0 SSN if Sole Proprietor: ATTEST: Date: /Vovemk r 9 aoiv iana Cordray, IAMC erk-Treasurer Date: IZ'Aland Prof Svcs$Goods SasEogineumg/010 ASIERIC4N STRUCTURE POINT.I Addivaal Smut+Aniond G A Ser.nn doe I 1 s 2010 II 19 ASIl t i BtAVIr 471,41410,11 CIOctober 19, 2010 1 I �OF - 1Z1VME ' JAMES BRAINARD, MAYOR Mr. Willis R. Conner, PE, SE Mr. Gregory L. Henneke, PE American Structurepoint,Inc. 7260 Shadeland Station Indianapolis, IN 46256-3957 RE: Additional Service Amendment#1, Mich TIF P.O. # 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, Contract#060210.04, dated June 2, 2010, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Service Amendment#1— 06-12 Towne Road—Phase II Design and R/W Services See "Attachment A" Not to Exceed:$89,920.00 Per our contract procedural requirements, I hereby approve these Additional Professional Services estimates, and request that the Board of Public Works ratify the above referenced Contract Amendment. PLEASE NOTE Please be advised that"Additional Services"performed on City contracts must be billed separately from the original contract and other additional services. More importantly,the invoice must reference the appropriate Additional Service#and P.O. #shown above. Invoices received without the Additional Service#referenced will be returned for proper identification. Thank you for your continued assistance in providing the City of Cannel with your professional, quality services. If you should have any questions, please give me a call. Sincerely, 7$- Michael T. McBride,P.E. City Engineer EXHIBIT ' Revwed and approved by: C. Engelki g DEPART.ASENT of ENGINEERING Director of Administration ONE CR IC SQUARE, CARMI L, IN 46032 OFFICE 317.571.2441 FAX 317.571.2439 EMAIL engineeringocarmcl.in.gov' ---- AMERICAN ® STRUCTUREPOINT iL i INC. El September 14,2010 Mr. Michael T. McBride, PE Carmel City Engineer One Civic Square Carmel,Indiana 46032 Re: Additional Services for Towne Road Phase II-Project No. 06-12 Task Order 1 on Contract 0602.10.04 Dear Mr. McBride: Due to modifications to the scope of the Towne Road project, American Structurepoint is requesting to amend the professional services originally authorized on Contract 0806.97.01 for the Towne Road Phase II project. During the design process for Towne Road, the City requested that the roundabouts at 136th Street and 141st Street be included in a bid package as an alternate bid to be constructed as a standalone project. This alternate bid was subsequently awarded to the contractor. In order to provide a bid package to complete the project at this time, plan and contract book modifications will need to be made to account for the already completed project. Additionally, one right-of-way parcel has yet to be secured on the project. Due to the length of time that has passed, the title work and appraisals will need to be updated and a new offer presented. Our professional services shall include all design and right-of-way services necessary to complete this project as described in Attachment A. The services performed under this task order shall be completed for a fee not to exceed $89,920 as outlined in Appendix 3 and will only be billed as specific tasks are completed. We look forward to continuing working with the City of Carmel on this project. If you should have any questions, do not hesitate to contact me at(317) 547-5580.Very truly yours, EXH t 1T American Structurepoint, Inc. - \c t61 18 Cas�anfield PE ^L `�� ,aN o :DIVED w Vice President 2010 N CEC:mek CITYENGWCARMELEEN ok 44 ti Attachments a'l,�' IN20040222 ` E os ooShadelandStation Indianapolis, l..46256-395V ta,ow5580` 4 REW.543.02/70 wwwstructurepoint.eom 0 ® AMERICAN STRUCTUREPOINT, INC. ATTACHMENT A Services by CONSULTANT A. The Professional shall prepare contract plans, special provisions for the specifications, and estimates of 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 cost estimates for construction shall be prepared according to the current practices of the City of Carmel, 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. B. The contract plans shall include a Title Sheet, an Index Sheet, Plat No. 1 Sheet, Typical Section Sheets, Plan and Profile Sheets, Traffic Signal Modification Detail Sheets, Miscellaneous Details Sheets, Pavement Marking and Sign Plans, Maintenance-of-Traffic Plans, Erosion Control Plans, an Underdrain Table, an Approach Table, a Summary of Quantities Table, and any necessary cross-sections. The contract documents shall contain sufficient information to enable the contractor to perform the work tasks described below. 1. Towne Road Phase II (from 131st Street to 146th Street) Construct a new asphalt roadway pavement consisting of one 18-foot-wide northbound and one 18-foot-wide southbound through lane and a 32-foot-wide center median from 131st Street to 146th Street. The roadway will include combined concrete curb and gutter, stormwater inlets, and a gravity storm sewer system. A 10-foot-wide multi-use pathway and a 5-foot utility strip will be constructed on both sides of the roadway. The minimum half-width of right-of-way will be 55 feet measured from the centerline of the roadway. C. 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. D. The Professional shall provide title work, title work updates, appraisal, buying, and document transfer services as needed for the acquisition of right-of-way for the project by the City. E. The Professional shall provide Right-of-Way Management services including, but not limited to, coordinating the appraising, buying, and meeting with property owners to discuss the proposed acquisitions when necessary. F. The Professional delineated two isolated wetland areas along Towne Road in the spring of 2007. To date, this report has not been concurred with by the US Army Corps of Engineers (USACE). ' Attachment A Page 1 of 2 EXHIBIT irrzooaozzz 3� S' ® AMERICAN STRUCTUREPOINT, INC. The Professional shall review the previously prepared report, field confirm that the report findings are still valid, prepare a Jurisdictional Determination Form for submittal to the USACE, and coordinate with the USACE regarding the wetlands identified. G. The Professional shall prepare a State Isolated Wetland Permit application for unavoidable impacts to identified wetlands associated with the Towne Road proposed improvements. The Professional shall coordinate with the Indiana Department of Environmental Management (IDEM)regarding the proposed project and permit application as necessary. H. Compensatory Mitigation will be required for unavoidable impacts to identified wetlands as part of the improvements to Towne Road. Impacts are anticipated to be less than 0.1 acre and, therefore, less than 0.2 acres of mitigation is anticipated. As part of the Bray Homestead Wetland Mitigation Site currently being coordinated with the USACE and IDEM for other projects in the City of Carmel, additional mitigation is being provided. The Professional shall coordinate with IDEM regarding the use of additional mitigation being proposed for use as mitigation for Towne Road. I. If mitigation at the Bray Homestead Wetland Mitigation Site is not acceptable to IDEM, supplemental services may be required to determine suitable mitigation. EXHIBIT A- Attachment A Page 2 of 2 IN20040222 ® AMERICAN STRUCTUREPOINT, INC. APPENDIX 1 Information and Services to be furnished by CITY The City shall furnish the Professional with the following. 1. Assistance in obtaining property owner information, deeds, plans of adjacent developments, section corner information, and any other pertinent information necessary to perform services under this Agreement. 2. All written reviews pertinent to the project that are received by the City 3. Guarantee of access to enter upon public and private lands as required for the Professional under this Agreement 4. All legal services as may be required for development of the project EXHIBIT A, Sa?) (6/ Appendix "1" Page 1 of 1 IN20040222 ® AMERICAN STRUCTUREPOINT, INC. APPENDIX 2 Schedule All services by the Professional under this Agreement shall be completed and delivered to the City for review and approval, if required, on or before the following time periods. A. Right-of-Way Services 1. Right-of-way appraising shall begin within ten days of receipt of notice to proceed. 2. City shall provide authorization to buy within five days of receipt of appraisals. Right- of-way buying will begin immediately following the authorization to buy. B. Contract Plans 1. Final office check plans and draft bid documents to be submitted within 60 days of receipt of notice to proceed 2. Final tracings and bid documents to be submitted within 30 days after approval of final office check plans by the City EXHIBIT Appendix "2" Page 1 of 1 IN2004O222 • ® AMERICAN STRUCTUREPOINT, INC. APPENDIX 3 Compensation A. Amount of Payment 1. The Professional shall receive as payment for the services performed for the Towne Road Phase II project under this Agreement a maximum fee not to exceed $89,920 unless a modification of the Agreement is approved in writing by the City. a. Plan Separation/Updates(Lump Sum) $71,740 b. Title Work/Updates* $725 c. Right-of-Way Appraising* $6,000 d. Right-of-Way Buying* $2,400 e. Right-of-Way Handling/Recording* $150 f. Right-of-Way Management* $2,000 g. Wetland Delineation Record Review (Lump Sum) $2,205 h. Permitting and Mitigation Coordination(Lump Sum) $4,700 *Compensation for these items will be paid for based upon actual quantities of work performed by the subconsultant. Anticipated costs of these items are illustrated in Appendix 4 and will have zero mark-up by the Professional. B. Method of Payment 1. The Professional may submit a maximum of one invoice voucher per calendar month for work covered under this Agreement. The invoice voucher shall be submitted to the City. The invoice voucher shall represent the value to the City of the partially completed services as of the date of the invoice voucher. 2. The City, for and in consideration of the rendering of the engineering services provided for in Attachment At agrees to pay the Professional for rendering such services the fee established above upon completion of the services thereunder, acceptance thereof by the City, and upon the Professional submitting an invoice and claim voucher as described above. 3. In the event of a substantial change in the scope, character, or complexity of the services required for the project, the maximum fee payable and the specified fee shall be adjusted in accordance with item 9, Changes in Work, of the General Provisions as set out in the original Agreement. Appendix "3" Page 1 of 1 EXHIBIT A- [N20040222 • • ® AMERICAN STRUCTUREPOINT, INC. Appendix 4 Title Work Extra Parcel (in case of sell-off) - 1 @ $ 350.00 Each $ 350.00 Total $ 350.00 Total Title Work Updates Parcel 19 (CB Children) -2 @ $ 125.00 Each $ 250.00 Total Extra Parcel (in case of sell-off)- 1 @ $ 125.00 Each $ 125.00 Total $ 375.00 Total Appraisal Costs Parcel 19(CB Children)-2 @ $ 1,500.00 Each $ 3,000.00 Total Extra Parcel (in case of sell-off)-2 @ $ 1,500.00 Each $ 3,000.00 Total $ 6,000.00 Total Buying Costs 2 @ $ 1,200.00 Each $ 2,400.00 Total Recording and Handling 2 @ $ 75.00 Each $ 150.00 Total Right-of-Way Management $ 2,000.00 Total Cost= $ 11,275.00 EXHIBIT A Appendix "4" 1 of 1 inflo 0222