HomeMy WebLinkAboutCC-05-05-14-01 CRC Professional Svcs Contract/Calumet Civil Contractors/$67,021 Sponsors: Councilor Seidensticker, Sharp, Schleif, Finkam, Snyder, Carter, Rider
RESOLUTION CC-05-05-14.-01
AS AMENDED
A RESOLUTION OF THE COMMON COUNCIL OF THE CITY OF CARMEL,INDIANA,
APPROVING CARMEL REDEVELOPMENT COMMISSION GOODS AND SERVICES
CONTRACT WITH CALUMET CIVIL CONTRACTORS,INC.
WHEREAS, THE City of Carmel Common Council ("Council") created by ordinance the
Carmel Redevelopment Commission("CRC"); and
WHEREAS, by subsequent ordinance, the Council requires the CRC to seek its approval, by
simple majority vote, of all goods and services contracts that exceed Twenty-Five Thousand Dollars
($25,000.00)in a calendar year(the"Threshold Amount"); and
WHEREAS, the CRC now desires to enter into the goods and services contract with Calumet
Civil Contractors Inc. , the same being attached hereto as Exhibit A, which contract (the "Goods and
Services Contract")is in an amount that exceeds the Threshold Amount; and
WHEREAS, the CRC has presented the Goods and Services contract to the Council and has •
requested approval of the same.
NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of Carmel,
Indiana, as follows:
Section 1. The foregoing Recitals are incorporated herein by this reference.
Section 2. The Contract should be and the same is hereby APPROVED by the Common Council
of the City of Carmel, Indiana in an amount not to exceed$67,021.
SO RESOLVED by the Common Council of the City of Cannel, Indiana, this S day of
2014,by a vote of 9 ayes and O nays.
This Resolution was prepared by Douglas C.Haney, Carmel City Attorney,on April 17,2014 at 1:40 p.m.
No subsequent revision to this Resolution has been reviewed by Mr.Haney for legal sufficiency or otherwise.
Sponsors: Councilor Seidensticker, Sharp, Schleif, Finkam, Snyder, Carter, Rider
i ON COUN I U R THE ITY • ' CA' k I EL
N------ Ole OF
1 A.
, ,
Presidin": Officer Kevin D.Rider
.--/' 11/ ,o,)
W Eri idenstick= r- 'ent Pro empore Carol SAL ( 9�% /
Ronal ` Carter Richard J harp
£L,.1 �• ' - _ -'f/.7
fir ink. i Luci-S yder
ATTE, -„LA jpri, 631.. "()
Diana L. Cordray, IAMC, Clerk-Trea er
Presented by me to the Mayor of the City of Carmel, Indiana this 5 day of ,
2014 at 8 = 35 P Al
i _I , /
Aeg----tAL--)k
Diana L. Cordray, IAMC, Clerk-Treas1er
Approved by me, the Mayor of the City of Cannel, Indiana, this 5
PP day of A
2014, at $:35 P .M.
Le1
James Brainard,Mayor
ATTEST:
N_,, 641
Diana L. Cordray, IAMC, Clerk-Treasurer
Resolution No. CC-05-05-14-01
Page Two of Two Pages
This Resolution was prepared by Douglas C.Haney,Carmel City Attorney,on April 17,2014 at 1:40 p.m.
No subsequent revision to this Resolution has been reviewed by Mr.Haney for legal sufficiency or otherwise.
Calumet Civil Contractors,Inc.
CRC-2014
Appropriation#902-4460807; P.O.#31772
Contract Not To Exceed$67,021.00
TAG,
AGREEMENT FOR PURCHASE OF GOODS AND SERVICES -44 �qR
...de :a
THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is
hereby entered into by and between the City of Carmel Redevelopment Commission ("CRC"),
and, Calumet Civil Contractors, Inc. an entity duly authorized to do business in the State of
Indiana ("Vendor").
TERMS AND CONDITIONS
1. ACKNOWLEDGMENT, ACCEPTANCE:
Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of
same constitutes its acceptance of all of the Agreement's terms and conditions.
2. PERFORMANCE:
CRC agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using CRC
budget appropriation number 902-4460807 funds. Vendor agrees to provide the Goods and Services and to
otherwise perform the requirements of this Agreement by applying at all times the highest technical and
industry standards.
3. PRICE AND PAYMENT TERMS:
3.1 Vendor estimates that the total price for the Goods and Services to be provided to CRC hereunder
shall be no more than Sixty-Seven Thousand Twenty-One Dollars ($67,021.00) (the "Estimate").
Vendor shall submit an invoice to CRC no more than once every thirty(30) days detailing the Goods
and Services provided to CRC within such time period. CRC shall pay Vendor for such Goods and
Services within thirty five (35) days after the date of CRC's receipt of Vendor's invoice detailing
same, so long as and to the extent such Goods and Services are not disputed, are in conformance
with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information
contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms
and conditions of this Agreement.
3.2 Vendor agrees not to provide any Goods and Services to CRC that would cause the total cost of the
Goods and Services provided by Vendor to CRC hereunder to exceed the Estimate, unless CRC has
previously agreed, in writing,to pay an amount in excess thereof.
4. WARRANTY:
Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to
those certain specifications, descriptions and/or quotations regarding same as were provided to
Vendor by CRC and/or by Vendor to and accepted by CRC pursuant to or as part of that certain City
of Carmel Redevelopment Department Bid Proposal Package for " Project 14-04 3rd Avenue SW
Parking Spaces" received by the City of Carmel Redevelopment Commission on or about March 19,
2014, all of which documents are incorporated herein by reference, and that the Goods and Services
will be delivered in a timely, good and workmanlike manner and free from defect. Vendor
acknowledges that it knows of CRC's intended use and expressly warrants that the Goods and
Services provided to CRC pursuant to this Agreement have been selected by Vendor based upon
CRC's stated use and are fit and sufficient for their particular purpose.
IS:\Conlracts'Prol.S\'os&Goods Svcs'.CRC1?O}4 Calomel Coil Camracdors CRC-GOODS&SERVICES.docs:3/28/2014 Ip9 PM]
Calumet Civil Contractors,Inc.
CRC-2014
Appropriation#902-4460807; P.O.#31772
Contract Not To Exceed$67,021.00
5. TIME AND PERFORMANCE:
This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective
Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the
essence of this Agreement.
6. DISCLOSURE AND WARNINGS:
If requested by CRC, Vendor shall promptly furnish to CRC, in such form and detail as CRC may direct, a list
of all chemicals, materials, substances and items used in or during the provision of the Goods and Services
provided hereunder, including the quantity, quality and concentration thereof and any other information
relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to
furnish to CRC sufficient written warning and notice (including appropriate labels on containers and packing)
of any hazardous material utilized in or that is a part of the Goods and Services.
7. LIENS:
Vendor shall not cause or permit the filing of any lien on any property of CRC or the City of Carmel, Indiana
("City"). In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the
filing thereof, by payment or bonding, CRC shall have the right to pay such lien or obtain such bond, all at
Vendor's sole cost and expense.
8. DEFAULT:
In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this
Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein;
(c)fails to make progress so as to endanger timely and proper provision of the Goods and Services and does
not correct such failure or breach within five (5) business days (or such shorter period of time as is
commercially reasonable under the circumstances) after receipt of notice from CRC specifying such failure or
breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of
creditors or dissolves, each such event constituting an event of default hereunder, CRC shall have the right
to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights
and remedies available to CRC at law and/or in equity.
9. INSURANCE AND INDEMNIFICATION:
Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer
licensed to do business in the State of Indiana, such insurance as is necessary for the protection of CRC, the
City, and Vendor from all claims for damages under any workers'compensation, occupational disease and/or
unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness,
disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and,
for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom.
The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall
cause its insurers to name CRC and City as additional insureds on all such insurance policies, shall promptly
provide CRC and City, upon request, with copies of all such policies, and shall provide that such insurance
policies shall not be canceled without thirty (30) days prior notice to CRC and City. Vendor shall indemnify
and hold harmless CRC and City from and against any and all liabilities, claims, demands or expenses
(including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or
property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under
this Agreement or Vendor's use of CRC or City property.
�S:lConna.ProLS.ns&Goods SscslCRCl2014\Calumet G.il Contractors CRC-GOODS&:SERVICES.doss 3/28/2014 y{.32 AM]
Calumet Civil Contractors,Inc.
CRC-2014
Appropriation#902-4460807; P.O.#31772
Contract Not To Exceed$67,021.00
Vendor further agrees to indemnify, defend and hold harmless CRC and City, and their respective officers,
officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all
court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of
Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement.
These indemnification obligations shall survive the termination of this Agreement.
10. GOVERNMENT COMPLIANCE:
Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes
which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant
provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless
CRC from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules,
regulations and codes. This indemnification obligation shall survive the termination of this Agreement.
11. NONDISCRIMINATION:
Vendor represents and warrants that it and all of its officers, employees, agents, contractors and
subcontractors shall comply with all laws of the United States, the State of Indiana and CRC prohibiting
discrimination against any employee, applicant for employment or other person in the provision of any Goods
and Services provided by this Agreement with respect to their hire, tenure,terms,conditions and privileges of
employment and any other matter related to their employment or subcontracting, because of race, religion,
color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran
status.
12. E-VERIFY
Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time,and as is incorporated
herein by this reference (the "Indiana E-Verify Law"), Vendor is required to enroll in and verify the work
eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit
attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does
not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the CRC with
documentation indicating that it has enrolled and is participating in the E-Verify program. Should
Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully
comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any
subcontractor violate the Indiana E-Verify law,the CRC may require a cure of such violation and thereafter, if
no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or
those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E-
Verify program cease to exist.
13. NO IMPLIED WAIVER:
The failure of either party to require performance by the other of any provision of this Agreement shall not
affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any
party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the
same or any other provision hereof.
14. NON-ASSIGNMENT:
Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not
delegate its obligations under this Agreement without CRC's prior written consent.
15. RELATIONSHIP OF PARTIES:
[S:VComracisTrot Svcs&Goodss.csNCRC12a�mm,i C ll contractors CRC-GOODS&.SERVICES.dors 328720/4µ:32 AM]
Calumet Civil Contractors,Inc.
CRC-2014
Appropriation#902-4460807; P.O.#31772
Contract Not To Exceed$67,021.00
The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any
of its officers, employees, contractors, subcontractors and agents are employees of CRC. The contract price
set forth herein shall be the full and maximum compensation and monies required of CRC to be paid to
Vendor under or pursuant to this Agreement.
16. GOVERNING LAW; LAWSUITS:
This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana,
except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they
waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County,
Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same.
17. SEVERABILITY:
If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive
order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to
comply with same, and the remaining provisions of this Agreement shall remain in full force and effect.
18. NOTICE:
Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage
prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified
herein:
If to CRC: Carmel Redevelopment Commission AND Douglas C. Haney, City Attorney
30 West Main St., Ste.220 Department of Law
Carmel, Indiana 46032 One Civic Square
ATTENTION: Corrie Meyer Carmel, Indiana 46032
If to Vendor: Calumet Civil Contractors, Inc.
4898 Fieldstone Drive
Whitestown, Indiana 46075
Telephone: 317-769-1900
ATTENTION: Daniel T. Sweet
Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given
orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from
the date of such oral notice.
19. TERMINATION:
19.1 Notwithstanding anything to the contrary contained in this Agreement, CRC may, upon notice to
Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by
Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and
Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to
receive only payment for the undisputed invoice amount representing conforming Goods and
Services delivered as of the date of termination, except that such payment amount shall not exceed
the Estimate amount in effect at the time of termination, unless the parties have previously agreed in
writing to a greater amount.
19.2 CRC may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the
(&'Contracls\Prof..$sCS&Goods Sres1CRC120141Caluma Civil Contractors CRC-GOODS&.SERVICES.docc3/28/2014 I432 AM]
Calumet Civil Contractors,Inc.
CRC-2014
Appropriation#902-4460807; P.O.#31772
Contract Not To Exceed$67,021.00
event of such termination, Vendor shall be entitled to receive only payment for the undisputed
invoice amount of conforming Goods and Services delivered as of the date of termination, except
that such payment amount shall not exceed the Estimate amount in effect at the time of termination,
unless the parties have previously agreed in writing to a greater amount.
19.3 The CRC may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate.
20. REPRESENTATIONS AND WARRANTIES
The parties represent and warrant that they are authorized to enter into this Agreement and that the persons
executing this Agreement have the authority to bind the party which they represent.
21. ADDITIONAL GOODS AND SERVICES
Vendor understands and agrees that CRC may, from time to time, request Vendor to provide additional
goods and services to CRC. When CRC desires additional goods and services from Vendor, the CRC shall
notify Vendor of such additional goods and services desired, as well as the time frame in which same are to
be provided. Only after CRC has approved Vendor's time and cost estimate for the provision of such
additional goods and services, has encumbered sufficient monies to pay for same, and has authorized
Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided
by Vendor to CRC. A copy of the CRC's authorization documents for the purchase of additional goods and
services shall be numbered and attached hereto in the order in which they are approved by CRC.
22. TERM
Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19
hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2014 and shall,
on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless
otherwise agreed by the parties hereto.
23. HEADINGS
All heading and sections of this Agreement are inserted for convenience only and do not form a part of this
Agreement nor limit, expand or otherwise alter the meaning of any provision hereof.
24. BINDING EFFECT
The parties, and their respective officers, officials, agents, partners, successors, assigns and legal
representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations
set forth in Agreement.
25. THIRD PARTY BENEFICIARIES
Except as provided in paragraphs 7 and 9 hereof, this Agreement gives no rights or benefits to anyone other
than CRC and Vendor.
26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document,
it does not engage in investment activities within the Country of Iran.
27. ADVICE OF COUNSEL:
�S:lContrac�Tro(.Sr<s&Goods Svcs\CRC1?OI4 Calunrci Civil Cmuactors CRC-GOODS&.SERVICES.docx:3RSR014 117 AM]
Calumet Civil Contractors. Inc.
CRC-2014
Appropriation#902-4460807; P.O.#31772
Contract Not To Exceed$67.021.00
The parties warrant that they have read this Agreement and understand it,have had the opportunity to obtain
legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same
freely,voluntarily, and without any duress, undue influence or coercion.
28. ENTIRE AGREEMENT:
This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire
agreement between Vendor and CRC with respect to the subject matter hereof, and supersedes all prior oral
or written representations and agreements regarding same. Notwithstanding any other term or condition set
forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit
attached to this Agreement or in any document referenced herein conflicts with any term or condition
contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail.
This Agreement may only be modified by written amendment executed by both parties hereto, or their
successors in interest.
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows:
CARMEL REDEVELOPMENT COMMISSION Calumet Civil Contractors, Inc.
BY; j ' .
14.4
William H Timer resident Ant, ized Signature
Date: 41-- I / 20 ' Printed Name: Kevin S. Green
Title: President
-001114, /9111C- FID/TIN: 35-1151771
Approved
Last.Four of SSN if Sole Proprietor
4/1ZZ_I��I-- Date: April 10, 2014
Date
tL x'w,.n,.ta,.,d:I:..t,c,<.x"tu'.3 uri^.«,ri[1'.d'.ww,.v4 fH,'•li 1'dt\N:±iGk7C'i.S ar,N.:V`I S V:MSf
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: Project 14-04 3rd Avenue SW Parking Spaces
Proposal For Construction of:
The site work for the addition of parallel parking spaces
along the east side of 3rd Avenue Southwest The work
shall include demolition, earthwork,utility installation, and
paving required to complete the indicated work
Date: March 19, 2014
To: City of Carmel,Indiana,Redevelopment Commission
Exhibit I
(30
BID-I
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Calumet Civil Contractors, Inc.
1.2 Bidder Address: Street Address: 4898 Fieldstone Drive
City: Whitestown State: IN Zip: 46075
Phone: (317) 769-1900 Fax:. (317) 769-7424
1.3 Bidder is a/an[mark one]
Individual Partnership X Indiana Corporation
Foreign (Out of State)Corporation; State:
Joint Venture Other
1.4 The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Cannel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion#2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
etit-
.71 Lf
BID-2
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus,materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto,for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items,totalSvati•SWE4-t- ooG'p
-1142.10A1.014 °°/too Dollars ($ (o`�,p21' ' ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
76'
3a1
BID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel Redevelopment Commission
Project No.14-04
3rd Avenue SW Parking Spaces
ITEM DESCRIPTION UNIT QUANTITY TOTAL
TOTAL
1 CONSTRUCTION ENGINEERING LS 1 960.00 960.00
2 MOBILIZATION AND DEMOBILIZATION LS 1 3,400.00 3,400.00
3 PAVEMENT REMOVAL SYS 122 8.00 976.00
4 CURB.CONCRETE.REMOVE LFT 53 5.00 2(5.00
5 CURB AND GUTTER,REMOVE LFT 133 5.00 665.00
S UNDISTRUBED QUANTITY FOR UNDERGROUND PIPE/CONDUIT REMOVAL LFT 50 12.00 600.00
7 EXCAVATION.COMMON 1S 1 4.400.00 4,400.00
8 DROP-1NINLET PROTECTION EA 1 500.00 500.00
v
S MIL LINO.ASPHALT,LAP JOINT _SYS 24 70,00 1,680.00
10 HEAVY DUTY ASPHALT PAVING SYS 265 75.00 19,875.00
11 SIDEWALK,CONCRETE SYS 12 67.00' 804.00
12 COMBINED CONCRETE CURB AND GUTTER,TYPE II LFT 90 55.00 4.400.00
13 COMBINED CONCRETE CURB AND GUTTER,TYPE III LFT 67 55.00_ 3,685.00
14 STRAIGHT CONCRETE CURB LFT 15 39.00 585.00
15 DEPRESSED CURB LFT 115 45.00 5,355.00
16 TRENCH EXCAVATION AND SACHEM. LFT 120 23.00 2,760.00
17 INTERDUCT BANK(2)4"CONDUIT LFT 120 25.00 3,000.00
15 HANDHOLE EA 2 900.00 1,800.00
19 CORE AND GROUT EXISTING STRUCTURE EA 1 800.00 800.00
20 6'PAVEMENT UNDERDRAIN LFT 120 24.00 2,880.00
21 TOPSOIL CY 10 50.00 500.00
22 WATER K5I0 5 100.00 500.00
23 TEMPORARY/PERMANENTSEEDING SYS 33 _ 60.00 1.980.00
24 MANHOLE ADJUST CASTING TO GRADE E1 1 525,00 525.00
25 MAINTENANCE OF TRAFFIC LS 1 2,600.00 2,600.00
26 LINE,PAINT.SOLID.WHITE 4 IN LFT 23 2.00 46.00
27 UNE PAINT,SOUD.YELLOW.4 W LFT 247 2.00 494.00
26 UNE,PAINT,SCUD.BLUE 4 I LET 23 2.00 46.00
29 ADAPARKING SYMBOL EA 2 70.00 140.00
30 ADA PARKING SIGN EA _ 2 400.00 800.00
TOTAL: 67,021.00
SUBMITTED BY: Calumet Civil Contractors,Inc.
SIGNATURE �y_,j, 1L,-
TITLE: Vice President
ADDRESS: 4898 Fieldstone Drive
Whitestown,IN 46075
A-
Ul
EXHIBIT B
Invoice
Date:
Name of Company:
Address &Zip:
Telephone No.:
Fax No.:
Project Name:
Invoice No.
Purchase Order No:
Goods Services
Person Providing Date Goods/Services Provided Cost Per Hourly Total
Goods/Services Goods/ (Describe each good/service Item Rate/
Service separately and in detail) Hours
Provided Worked
GRAND TOTAL
Signature
Printed Name
EXHIBIT C
INSURANCE COVERAGES
Worker's Compensation &Disability Statutory Limits
Employer's Liability:
Bodily Injury by Accident/Disease: $100,000 each employee
Bodily Injury by Accident/Disease: $250,000 each accident
Bodily Injury by Accident/Disease: $500,000 policy limit
Property damage,contractual liability,
products-completed operations:
General Aggregate Limit(other than
Products/Completed Operations): $500,000
Products/Completed Operations: $500,000
Personal &Advertising Injury
Policy Limit: $500,000
Each Occurrence Limit: $250,000
Fire Damage(any one fire): $250,000
Medical Expense Limit(any one person): $ 50,000
Comprehensive Auto Liability(owned, hired and non-owned)
Bodily Single Limit: $500,000 each accident
Injury and property damage: $500,000 each accident
Policy Limit: $500,000
Umbrella Excess Liability
Each occurrence and aggregate: $500,000
Maximum deductible: $ 10,000
EXHIBIT D
AFFIDAVIT
Kevin S. Green , being rust 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
Calumet Civil Contractors, Inc. (the"Employer")
in the position of President
3, I am familiar with the employment policies,practices,and procedures-of the Employer and
have the authority to act on behalf of the Employer.
4. The Employer is enrolled and participates in the federal E-Verify program. Documentation
of this enrollment and participation is attached and incorporated herein.
5. . The Employer does not knowingly employ any unauthorized aliens..
6. To the hest of my information and belief,the Employer does not currently employ any
unauthorized aliens.
7. FURTHER AFFIANT SAYETH NOT.
•
EXECUTED on the 10th day of April , 20 14,
p ' ed: Kevin S. Green
I certify under the penalties for:petjury tinder the Iawsof the United States of America and the State of
Indiana-that the foregoing factual statements and rrpresetitations are true and correct.,
ted: Kevin S. Green
EmployerWizard Page 1 of 1
0 W•ee•w tiserip Uzi teye
Employment Eligibility Verification PatrciaBigharn P6106803 11.03AM-0019/2043 lag earl
Gildt any®fer hip ..., , __. ___ .. _.
Horne Company information
My Crites
New Case
View Cease Company Name: Calumet CM.;Contractors.lrtc. 1 View/Edit
Search Cases
Company ID Number: 428578
My Prattle
EditProfileDoing Business As(DBA)
Name:
Change Password DUNS Number:
Change Seaidty Cuestbts
My Company Physical Location: Mailing Address:
Edit Company Profile Addreaa 1: 4888 Fieldstone Dr:ve Address 1:
Add New User Address 2: Address 2:
View Existing Users City: Whitestown City:
Close Company Account slam IN State:
My Reports
Zip Coda: 46075 Zip Coda:
View Reports County: BOONE
My Resources
Mew Essential Rasour:r• Additional Information:
Mice Tutorial Employer Identification Number:351151771
View User Manual Total Number of Employees: 100 to 499
Contact tie i Parent Organizations
Administrator:
Organization Designation:
Employer Category: Federal Contractor with FAR E•Vetify Clause
Federal Contractor Category: None of these categories apply
Employees being verified: KJ new hires and all existing employees assigned le a Federal contract
' NAICS Coda: 237-HEAVY AND CIVIL.ENGINEERING CONSTRUCTION View 1 Edit
Total Hiring Sitar: 1 View/Edit
Total Pointe of Contact: 2 I View I Edit
View MOU
_
--
U.S.Depement et Hemeiand Somsity•www etz cov.-..U.S.CtezenWp end Immigration Servitcae•MIT wick' Acosu ty Dow/abet Viewers
0
https://e-verify.uscis.gov/emp/EmployerWizard.aspx 8/19/2013
1 01 a eJ CERTIFICATE NO.003120155 002 0 PAGE
���� .,/// J11llL
PURCHASE ORDER NUMBER
•
FEDERAL EXCISE TAX EXEMPT 3/772--
35.60000972
ONE CIVIC SQUARE THIS NUMBER MUST APPEAR ON INVOICES.Alp
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
'URCHASE ORDER DATE DATE REQUIR D REQUISITION NO. VENDOR NO. DESCRIPTION
ff j SHIP C II C �t
VENDOR C41u/n - C.�y �lP� '1(��'S� nl� TO 30 to Si� jul¢e 220
x}898 F u1Jfc e Privy
Wh;fe/ 00/a t M It 6 075 Ce "m I, II 46032.
CONFIRMATIOF! BLANKET CONTRACT PAYMENT TERMS FREIGHT
OUANTITY 'UNIT OF MEASURE!'
DESCRIPTION I UNIT PRICE 1 EXTENSION
1 uns1rkt4-,8A o-.E. 3rd A
nVelime 4t-C7 021. 00
514/ parkiit, s pa/e)
A.
A 1 1
4 r L a
" .
I `
.ii t,I ti"r t
z
t,
,,4-,,,,,
1.F. f I �i \ • x
L i TF V.��fi�r P7tih•
1 v- x`{;3 .'`'s :•� .�
1 A
• 4 t
. i:Fr � b 0.
4� S
J o-
C R( • a R!,t j3,.x - , .
Send invoice To: 'R
30 V 1141 51., �22`pa `ter
51,, S i�
(cult! I • 44032
PLEASE INVOICE IN DUPLICATE
DEPARTMENT 7 . ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
!OL t 1 0207 PAYMIENT
• NP 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-ROPER SWORN AFFIDAVITATFACHED.
SHIPPING INSTRUCTIONS • I HEREBY CERTP HAT THERE IS AN UNOBUGATED BALANCE II'S
•SHIPRuPAID. THISAPPROPR; ' jiENTTO PAY FOR Tt{EABOVE ORDER.
•
•C.0 D.SHIPMENTS CANNOT BE ACCEPTED. ORDERED BY ' p�' °"�
•PURCHASE ORDER NUMBER MUST APPEAR ON ALL
SHIPPING LABELS.
•THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1345 TITLE � J��
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO.
• }� r3 CLERK-TREASURER
DOCUMENT CONTROL NO. 1 I G VENDOR COPY