Loading...
HomeMy WebLinkAbout33414 MOrpheyof Carmel ONE CIVIC SQUARE :- CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT 35-60000972 PAGE PURCHASE ORDER NUMBER 33411 THIS NUMBER MUST APPEAR ON INVOICES, AA' VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE. PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 12 +CLI lIS VENDOR C0rnsrr-uc-+I On ISI Cc1 N, 5—nor nnos--) u.,ye 1,-Icl:c“-Naeoll N., ISI L.I b2. 01 SHIP TO Deparirrnen- p{ Erloinpert„cJ CONFIRMATION BLANKET CONTRACT PAYMENT TERMS FREIGHT QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Send Invoice To: CciCH C 0r' - c• ct p,Oject PLEASE INVOICE IN DUPLICATE bat E, : ID/GU/.5 : 1a. 04.15. 01 15- oci 5r'r,0l l sig iL” e epi GI c C.VYIC'r ni o4 8 b C rcl 1 02 - NTP ,s1 9e5,350 00 250.- L12,509 00 C lv er £ DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT SHIPPING INSTRUCTIONS • SHIP REPAID. • C.O.D. SHIPMENTS CANNOT BE ACCEPTED. • PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. • THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CLERK -TREASURER PAYMENT • /VP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P0. NUMBER IS MADEA PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. • I HEREBY CER IFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPRO RIATIDN SUFFICIENT TO PAY FOR THE ABOVE ORDER. DOCUMENT CONTROL NO. 33414 A.P.V. COPY - SIGN AND RETURN TO CLERK'S OFFICE Murphey Construction, Inc. Engineering Department - 3015 Appropriation #250-4350900: P.O. #,33414 Contract Not To Exceed $435.358.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") is hereby made and entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City") and as approved by its Storm Water Management Board, and Morphey Construction, Inc. (hereinafter "Vendor"). TERMS AND CONDITIONS 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. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 250-4350900 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. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Four Hundred Eighty Five Thousand Three Hundred Fifty Eight Dollars (S485 358.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City'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 City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed; in writing, to pay an amount in excess thereof. 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 City and/or by Vendor to and accepted by City, 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 City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. IS'(Sric'.Ki MnoL$,, SI GrvJc$, S1.isnveru l\4.�,Aic� Cry Scni.-c FORST- \\'I'(1111:01S SSJR T\II Murphey Construction, Inc. Engineering Department - 2015 Appropriation #250-4350900: P.O. #33414 Contract Not To Exceed $435.353.00 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 City, Vendor shall promptly furnish to City, in such form and detail as City 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 City 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 of City's property. 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. City shall have the right to pay such hen or obtain such bond, all at Vendor's sole cost and expense. 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 City 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, City 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 City 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 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 City as an additional insured on all such insurance policies, shall promptly provide 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 City. Vendor shall indemnify and hold harmless 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 City property. Vendor further agrees to indemnify, defend and hold harmless City and its 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. Isr[1\va, roes,. rt G.d, s..'tiiunttnnei0151\.c,i,cy hnancioi. Le G.A. & S,.w« FORM - Ul If :eulty Lan; 1NFL,ice 217.0 10.4, a]II J N [orphey Construction. tnc. Engineering Department.- 206 Appropriation #250-4350900: Y.O. #33414 Contract Not To Exceed $485358.00 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 City 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 City 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 City with documentation indicating that it has enrolled and is participating in the E -Verity 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 City 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 City's prior written consent. 15. RELATIONSHIP OF PARTIES: 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 City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. [Si C..m..,11,j P11 GM S., FO /21 Co Morphey Construction, Inc. Engineering Department - 2015 Appropriation #250-4350900: P.O. #33414 Contract Not To Exceed S485.358.00 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 City: City of Carmel AND Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: Morphey Construction, Inc. 1499 North Sherman Drive Indianapolis, Indiana 46201 ATTENTION: Steven Milbourne 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, City 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 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the 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 City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. ISmva.uo..oh 0•.{.1.s'Engui,roi.2( Crn.rnr., R l) I,!, . I. :12/7/2111) Iry26.\�{I a Mot -pi -ley Construction, Inc. Engineering Department - 2015 Appropriation #250-4350900: P.O. #33414 Contract Not To Exceed $485,358.00 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 City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City 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 City 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 City. A copy of the City'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 City. 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, 2015 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. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, II does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: 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 City 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. Gv.H 5,01.uFtnccrui till: L\LvMcv Cmgruduri. lu. G..1, A 4rvi.c FO I Ill F.-\'uii, Vii', WryAl II :+n A.I Morphcy Construction. Inc. Engineering Department - 2015 Appropriation #250-4350900: P.O. #33414 Contract Not To Exceed $485.353.00 APPROVED by the Storm Water Management Board of the City of Carmel,. Indiana, this day of , 2015. by a vote of ayes and nays. STORM WATER MANAGEMENT BOARD Kevin D. Rider Luci Snyder W. Eric Seidensticker Carol Schleif Ronald E. Carter Richard L. Sharp Sue Finkam IS^Crnirn.tC.S,eri:v'v l'ONo!2/721115111 A\I Morphey Construction, Inc. Engineering Department - 2015 Appropriation #250-4350900: P.O. #33414 Contract Nm To Exceed S4S5358.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Morphey Construction. Inc. by and through its Board of Public Works and Safety By: By: James Brainard, Presiding Officer Authorized Signature Date: Mary Ann Burke, Member Date: Printed Name Title Lori S. Watson, Member FID/TIN: Date: ATTEST: Diana Cordray, TAMC, Clerk -Treasurer Date: IS'C.mrCr.da Sea 0 itc G. Last Four of SSN if Sole Proprietor: Date: Cat-WITIIE Vrnb'lanemgcd :IYC01-10.70 AME 7 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Proposal For Construction of : Date: /2-2-(S Small Structure Replacements of Culverts 86 & 102 Project Number: 15-09 The replacement of the existing small structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116`x' Street. And The replacement of the existing small structure 102 over U.N.T of Blue Woods Creek on Rolling Springs Drive located 400 feet north of 116't' Street. ho: Cite of Carmel, Indiana, Board of Public Works and Safety EXHIBIT A on 131D -I PART 3 CONTRACT ITEMS AND UNIT PRICES Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost 1 Construction Engineering • 1 LS 2 Mobilization / Demobilization 1 LS 3 Clearing Right of Way I LS 4 Common Excavation 140 CYS 5 Curb and Gutter, Remove 282 LFT 6 Temporary Filter Sock 460 LFT 7 Temporary Seeding 100 LBS 8 Temporary Mulch 500 LBS 9 Temporary Inlet Protection 4 EACH 10 Temporary Stone, No. 53 40 TON 11 Structural Backfill, Type 2 255 CYS 12 Structural Backfill, Type 5 Compacted Aggregate, No. 53, Base 83 129 CYS TON / 7 i 13 14 HMA Patching, Type B 9 TON I// o 15 Millin„ Transition 161 Sl'S v ' 16 FIMA Surface, Type B 39 TON 17 I-EMA Intermediate, Type B 42 TON 18 HMA Base, Type B 67 TON 19 Plant, Deciduous Tree. Multi -Stent, 96-120 IN 1 EACH 20 Handrail 124 LET 21 Curb and Gutter, Concrete, Type 11 Revetment Riprap, Partially Grouted 300 133 LFT SYS 22 23 Geotextiles 293 SYS 24 Articulated Concrete Mat 160 SYS 25 Mulched Seeding, U 603 SYS 26 Slope Stabilization Seed Mix IS LBS 27 Erosion Control Blankets 603 SYS 28 Sidewalk, Concrete. 4 IN. 72 SYS 29 Stricture, Coated Reinforced Concrete Box, 12'.x4' 42 LFT 30 Structure, Reinforced Concrete Box, 1 O'xS' 66 LET 31 Pipe, Type 2, 12" 16 LFT 32 Pipe, Type 2, 15" S LF'F 33 Inlet, AS 2 EACH 34 Manhole, C4 1 EACH 35 Catch Basin, K10 2 EACH 3113-1 EXH BIT ,A Addendum 1 Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost 36 Utility Encasement 1 LS 37 .Maintaining Traffic 1 LS 38 Temporary Traffic Barrier, Type 2 120 LFT 39 Temporary Pavement Marking, Removable, 4" 215 LFT 40 Temporary Transverse Pavement Marking, Removable, Stop Line, 24 IN. 24 LFT 564— tJg 41 Construction Sign. C 2 EACH n. 42 Construction Sign, A 12 EACH F 43 Road Closure Sign Assembly 5 EACFI 44 Detour Route Marker Assembly 20 EACFI 45 Barricade, III -A 72 LFT 46 Barricade, III -B 120 LFT Total EXHIBIT 3 Soft BID -5 Addendum 1 ONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts 486 & €102 ONTRACTOR: Morphey Construction, Inc. LINEI ITEM APPROX. 1 UNIT PRICE BID AMOUNT I NO I DESCRIPTION 1 QUANTITY AND UNITS I DOLLARS CTS DOLLARS ICTS I 1IConstruction Engineerin Ig ILs 1 1.000 1 5,000.00 5,000.00 I 21Mob/Demob ILS 1.000 1 24,250.00 24,250.00 31 Clearing ILS 1.000 24,250.00 24,250.00 41Common Excavation ICY 140.000 100.00 14,000.00 SlCurb & Gutter Remove 282.000 10.00 2,820.00 6lTemp Filter Sock ILF 460.000 6.50 2,990.00 1 7ITemp Seeding ILB 100.000 0.25 25.00 I I 8ITemp Mulch 1 ILB 500.000 1.50 750.00 91Temp Inlet Protection IEA 4.000 100.00 400.00 I I I I I 10ITemp Stone ;53 I40.000 I 140.00 5,600.00 I I ITN ----,-------------------------------------------------------------= 1 I I 11 1 11IStructural Backfill Typ 1 255.000 I 40.00 10,200.00 1e 2 ICY I I 1 1 I _____________________________ EXHIBIT A �lof� CONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 2 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts #86 & #102 CONTRACTOR: Morphey Construction, Inc. ILINEI ITEM 1APPROX. I UNIT PRICE BID AMOUNT I I NO I DESCRIPTION 1 QUANTITY } I I 1 I AND UNITS DOLLARS CTS DOLLARS ICTS I + I I 12IStructural Backfill Typ I Ie 5 ICY 83.000 I 100.00 8,300.00 I I I 13IComp Agg t53 Base I I ITN 129.000_ 50.00 - - I 6,450.00 I I I I I I I 14IHMA Patching Type B I I I ITN 9.000 170.00 1,530.00 I I I I 15IMilling Transition I I I ISY + I I I I 16IHMA Surface Type B I I I ITN 161.000 16.00 2,576.00 39.000 85.00 3,315.00 I I I I 17IHMA Intermediate Type B I I 1 ITN 42.000 77.00 I I 3,234.00 I I i I I I I 18IHMA Base Type B I I I ITN + I I I I 19IPlant Deciduous Tree Mu I I Illi Stem 96-120" IEA + 67.000 76.00 5 092.00 1.000 500.00 500.00 I I I I 20IHandrail I I 1 ILF + I I I I 21ICurb & Gutter Concrete I I 'Type II ILF + I I I I 22IRevetment Riprap Partia I I Illy Grouted ISY 124.000 180.00 22,320.00 300.000 30.00 9,000-00 133.000 95-00 12,635-00 EX!-Hi(31T 5 -o -S :ONTRACT ID: INDIAPNA DEPARTMENT OF TRANSPORTATION PAGE: 3 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts 486 & #102 :ONTRACTOR: Morphey Construction, Inc. LINE ITEM NO I DESCRIPTION 1 APPROX. QUANTITY AND UNITS UNIT PRICE BID AMOUNT DOLLARS CTS DOLLARS ICTS 23IGeotextiles 1 I 1 ISY 293.000 5.00 1,465.00 1 24IArticulated Concrete Ma It ISY 160.000 145.00 23,200.00 I 25IMulched Seeding U I ISY 603.000 10.00 6,030.00 I � 26IS1ope Stabilization See Id Mix ILB 18.000 70.00 1,260.00 I 27IErosion Control Blanket Is ISY 603.000 2.00 1,206.00 I 28ISidewalk Concrete 4" ISY 72.000 60.00 4,320.00 I I 29IStructure Coated Reinfo I Irced Concrete Box ILF 42.000 3,250.00 136,500.00 I I 30IStructure Reinforced Co I Increte Box 10' x ILF 66.000 1 535.00 101,310.00 I 3lIPipe Type 2 12" 1 ILF 16.000 100.00 1,600.00 I 32IPipe Type 2 15" I ILP 5.000 115.00 575.00 I I I 33Ilnlet AB 12.000 2,350.00 4,700.00 I IEA I De:HJBIT (Gr% CONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 4 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts #86 & #102 CONTRACTOR: Morphey Construction, Inc. + ILINEI ITEM I APPROX. UNIT PRICE BID AMOUNT I NO I DESCRIPTION I QUANTITY I I I AND UNITS DOLLARS CTS DOLLARS ICTS I I I 34IManhole C4 I 1 IEA 1.000 2,450.00 2,450.00 I I I I 35ICatch Basin K10 1 IEA 2.000 2,300.00 4,600.00 I I I I 36IUtility Encasement I I I ILS 1.000 4,600.00 4,600.00 I I I 37IMaintaining Traffic I I I ILS 1.000 6,000.00 6,000.00 I I I 38ITemp Traffic Barrier Ty I I Ipe 2 ILF 120.000 100.00 12,000.00 I I I 1 39ITEmp Pavement Marking R I I Iemovable 4" ILF 215.000 7.00 1,505.00 I I I 40ITEmp Trans Pvmt Mark Re I I (movable Stop Line ILF 24.000 20.00 480.00 I I I 41IConstruction Sign C I I I IEA 4. 2.000 160.00 320.00 I I I 42IConstruction Sign A I IEA 12.000 140.00 1,680.00 1 I 43IRoad Closure Sign Assem I Ibly IEA 5.000 200.00 1,000.00 I I 44IDetour Route MArker ASs I Iembly IEA 20.000 70.00 1,400.00 EXHIBIT n 76 :ONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 5 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts „86 & #102 :ONTRACTOR: Morphey Construction, Inc. ILINEI ITEM APPROX. UNIT PRICE BID AMOUNT NO DESCRIPTION QUANTITY AND UNITS DOLLARS CTS DOLLARS ICTS 45 Barricade III -A I 72.000 ILF 10.00 720.00 46BArricade III -B ILF 120.000 10.00 1,200.00 TOTAL 485,358.00 I + LXi BIT A craC Name of Company/: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: EXHIBIT B Invoice Date: Signature Printed Name Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Property damage, contractual liability, products -completed operations: $ 100,000 each employee S250,000 each accident S500,000 policy limit General Aggregate Limit (other than Products/Completed Operations): $500,000 Products/Completed Operations: S500,000 Personal & Advertising Injury Policy Limit: 3500,000 Each Occurrence Limit: 3250,000 Fire Damage (any one fire): S250,000 ;Medical Expense Limit (any one person): 3 50,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Single Limit: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: 5500,000 each accident S500,000 each accident S500,000 5500,000 $ 10,000 EXHIBIT D AFFIDAvrr . 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: I am over eighteen (18) years of age and am competent to testify to the facts contained herein. I am now and at all times relevant herein have been employed by (the "Employer") in the position of I am familiar evith 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. D. The Employer does not knowingly employ any unauthorized aliens. 6. To the best of niy information and belief, the Employer does not currently employ any unauthorized aliens. FURTHER AFFIANT SAYETI-I NOT. EXECUTED on the day of . 20 Printed: I certify under the penalties for perjury tinder the Imus of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. Printed: JAMES BRAIN \r D, MAYOR LETTER OF TRANSMITTAL Date: December 4, 2015 To: Doug Haney Department of Law From: Jeremy Kashman Srs Department of Engineering RE: Morphey Construction, Inc. Received 12-07-15A10:23 RCVD City of Carmel Department of Law A Goods and Services contract is needed for Morphey Construction, Inc meeting, please. Attached please find bid documents and purchase order. Contract Information: Project Name: Vendor: Amount: Appropriation: Signature: Address: Phone: Email: for the December 16th BPW Small Structure Replacement of Culverts 86 and 102 Morphey Construction, Inc. $485,358.00 P.O. 33414; 250-4350900 (please provide Stormwater Board signature page) Steven P. Milbourne 1499 N. Sherman Drive Indianapolis, IN 46201 317/356-9250 smilbourne(a�morpheyconstruction.com DEPARTMENT OF ENGINEERING ONE Civic SQUAT CARNI IN 46032 OFFICE 317.571.2141 FAx 317.571,2439 L.IAII. englneeri i . c'nnncl.in.gnv BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: illb 'e'H i (o/QtrizocnOtu .mc_. ./ Project Name: Project 1115 -09 - Small Structure Replacement: Cuvlert 82 —Ralston Avenue over Carmel Creck and Culvert 102—Rolling Springs Drive over U.N.T. of Blue Woods Creek Date Submitted: Base Bid Amount: cl L_� -35 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: /1/t0/'FWf. r 1.2 Bidder Address: Street Address: t './Rp2,1,v1eNI City: J 6) State: State: ill 7U Zip: _ 1 Phone:./) 3 -, ;��S0 1.3 Bidder is alan (murk one" Individual > r- Fax: oI - a 51.7-7_ 3 Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following Hurst be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: 7o do business in or with the City of Carmel 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,Ianuary 23, I9S8.J - Corporation Name: Z Address: Date registered with State of Indiana: Indiana Registered Agent: Name: Address: BID -2 PART 2 BID PROPOSAL 7 Base Bid The undersigned Bidder proposes to furnish alt 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 thc time(s) provided by the terns 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, total: r Base Bid: r'z� Z / ti,314 GI Dollars ($ 7/eiS 358, (t� 2.2 General i`c34rCt ill rcc hu.J.IRJ IC. RV);ibht The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base and selected Alternate Bids if applicable. The Bidder acknowledges that the Owner reserves thc right to award the Contract For the Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable The Bidder 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. 310-3 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE //"/-7_5- (/-36 /-/-/S (/-36 /5 B I0-6 PARI' 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fitly state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance fi-om the terms of the Contract Documents niay result in this Bid being rejected as non-responsive. 5.3 Exceptions: NOM11- RID-7 PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the Work/Project if awarded. Information on Bidder's company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms #96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders". 111D -S PART 7 ADDITIONAL DECLARATIONS 7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated against. 7.2 The Bidder certifies that he/she has thoroughly examined the site of the Project/Work and informed himself/herself fully regarding all conditions under which he/she will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing conditions. The Bidder further certifies that he/she has thoroughly reviewed the Contract Documents, including all Addenda, and has had the opportunity to ask questions and obtain interpretations or clarifications concerning Contract Documents. BID -9 PART 8 NON -COLLUSION AFFIDAVIT The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and state(s) that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be Bid by another person, or (ii) to prevent any person from Bidding, or (iii) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other Bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such Bidding in any way or manner whatsoever. PART 9 SIGNATURES [Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE MUST BE PROPERLY NOTARIZED.] Bidders Name: Written Signature: Printed Name: Title: or?pne C�,��T��Tiolt hnpoi tant - Notary Signature cmd Seal Required in the Space Below STATE OFL(L�, SS: COUNTY OF 1/1141l,Lp,c1L, Subscribed and sworn to before me this _) �� day of 20 "ly commission expires: arsda 1/U! G/(Signed) ��Ih ► l(11P)14-Lai; ��L Printed: / j R,;STr} Ct�K LaJ County, State of Ql ita� 131D-10 BiD BOND Cih' of Carmel Instntetiohs To Bidders Bidders may use this form or otter form containing the same material conditions and provisions as approved in advance by OWNER/Obligee. Bidder/Surety must attach a signed, certified and effective dated copy of the Power of Attorney or Attorney -In -Fact establishing the authority of the person(s) signing this Bid Bond on behalf of the Surety. Surety company executing this bond shall appear on the most current list of "Surety Companies Acceptable on Federal Bonds,'' as specified in the U.S. Treasury. Department Circular 570, as amended, and be authorized to transact business in the State of Indiana. KNOW ALL MEN BY THESE PRESENTS, that the undersigned "Bidder"; MORPHEY CONSTRUCTION, INC. "Surety": [Name] [Address] and FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 RED BROOK BLVD., SUITE 600 0'41 NOS NI LLS, MD 21117 a corporation chartered and existing under the laws of the State of MARYLAND , and authorized to do business in the State of Indiana, are held and firmly bound unto the City of Carmel, Indiana ("Obligee") in the full and just sum equal to ten percent (10%) of the price stated in the Bid Proposal described in Pam 2, including accepted alternates, if any, to be paid upon demand of the Obligee, together with interest at the maximum legal rate from date of demand and any attorney fees and court costs incurred by Obligee to enforce this instrument, to which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally and firmly by these presents. Ten percent (I D%) of the price stated in the Bid Proposal is S ty/r . 535: Si> . WHEREAS, the Obligee has solicited Bids for certain Work for or in fir erance of construction of public improvements described generally as Small Structure Replacements of Culverts 86 & 102 Project t`o'o. 15-09 The replacement of the existing stall structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of I 161 Street. And The replacement of the existing small structure 102 over U.N.T. of Blue Woods Creek on Rolling Springs Drive located 900 feet north of 116"' Street. pursuant to plans, specifications and other "Contract Documents" included as parts of and designated by such solicitation; and WHEREAS, the Bidder has submitted to the Obligee a Bid Proposal to perform:, such Work. NOW THEREFORE: The conditions of this obligation are such that if the Bid Proposal be accepted, with or without conditions, the Bidder shall within such time thereafter as prescribed by the Contract Documents (i) fulfill all conditions of such award that remain to be fulfilled, (ii) execute a Contract in accordance with the Bid Proposal and in the form and manner required by the Contract Documents, and BB -1 (iii) thereafter provide all bonds, and other Documentation required by the Contract Documents to be delivered to Obligee prior to commencing Work, including without limitation a sufficient and satisfactory Performance Bond and Payment Bond payable to Obligee, each in an amount of one hundred percent (100%) of the total Contract price as awarded and in form and with surety satisfactory to said Obligee, then this obligation to be void; otherwise to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Bidder to comply with any er all of the foregoing requirements within the time specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon demand, the amount hereof, in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. [N TESTIMONY THEREOF, the Bidder and Surety have caused this instrument to be duly signed and scaled this ZPID day of DECEMBER 2015. This Bid Bond shall bind the undersigned Surety whether or not also signed by the Bidder. dder" MORPHEY CONSTRUCTION, INC. By: J jam"' c: Printed: "Surety" FIDELITY AND DEPOS TCOMP ``' r M•tY,,LAND By: �4/ / , Printed: Countersigne 89-2 ERIC M. WAHLSTRONI ATTORNEY IN FACT ZURICH AYIERICAN INSURANCE CONIPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY ANI) DEPOSIT COMPANY OF MARYLAND POKER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AVIERICAN INSURANCE COMPANY. a corporation of the State of New York. the COLONIAL AMERICAN CASUALTY AND SURETY COVIPANY, a corporation of the State of Jlaryland. and the FIDELIV1 AND DEPOSIT CONIPANY OE MARYLAND a corporation of the State of \laryland (herein collectisely called the "Companies"). by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V. Section S. of the By -Laws of said Companies. which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof. do hereby nominate. constitute. and appoint Nick J. RUTIGLIANO, Rohert JI. RUTIGLIANO, Eric AI. AYAHLS'IRO.I, Rohert L. SHERFIC6, Brian T. AIORTON and Terry R, IIURST, all till Indianapolis, Indiana, EACH its true and lawful agent and Attorney -in -Fact, to make. execute, seal and deliver, for. and on its behalf as surety. and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall he as binding. upon said Companies. as fully and amply. to all intents and purposes. as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York.. the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY CONIPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT CONIPANY OF NIARYLAND at its office in Owings Stills, Maryland. in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a tote copy of Article V. Section S. of the By -Laws of said Companies. and is now in force. IN WITNESS WHEREOF. the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE CONIPANY, COLONIAL AMERICAN CASUALTY AND SURER' CONIPANY, and FIDELITY AND DEPOSIT COMPANY OF VIA RYI,AND. this iIst day of August. A.D. 2015. ATTEST: BY - Secretary Eric D. Barnes ZURICH AMERICAN INSURANCE CONIPANY COLONIAL AMERICAN CASUALTY ANT/SURETY COMPANY FIDELITY AND DEI'(lSI'f COMPANY OE MARYLAND Vice President Thomas 0. dlcCfellan Surae of Maryland County of Baltimore On this 71st day of August. A.D. 2015. before the subscriber. a Notary Public of the Stare of Maryland. duly commissioned and qualified. THOMAS 0. V ICCLELLAN, Vice ('resident, and ERIC D. IIA RrNES, Secretary, of the Companies. to me personally known to he the individuals and officers described in and who executed the preceding instrument. and ack rrowtedgcd the execution of same, and being by me duly scorn, deposerh and said). that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals or said Companies. and that the said Corporate Seals and the signature as such officer were duly affixed and subscrihed to the said instrument by the authority and direction of the said Corporations. IN TESTIAIO,NY A1'HFRFOE, 1 have hereunto set me hand and affixed my Official Seal the day and year first above wriuin. ,Alaria 1) Adamski- Notary Public `.Ir Commission Expires: hull 5.2019 POA -F 044-0165E EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V. Section R. Attornevs in -Fact. The Chief Executive Officer. the President. or anv Executive Vice President or Vice ('resident may. by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds. policies. recognizances. stipulations, undenakings, or other like instruments ou behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto: and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL ANIERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the Ry -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed hy facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COAIPANY at a meeting duly called and held on the ISth day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney._Any such Power or any certificate thereof hearing such facsimile signature and seal shall he valid and binding on the Company." This Posner of Attorney and Certificate may he signed hy facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL A:A1ERICAN CASUALTY AND SURETY COAiPANY at a meeting duly called and held on the 5th day of \fay, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May. 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President. Secretary, or Assistant Secretary of the Company. whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company. shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seals of the said Companies. this 280 day of DECEMBER 20 15 . ii Gerald F. Haley. Vice President City of Carmel ONE CIVIC SQUARE CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT 35-60000972 PURCHASE ORDER NUMBER 3 y 11-4 THIS NUMBER MUST APPEAR ON INVOICES.. VOUCHER, DELIVERY MEMO, PACKING SLI! SHIPPING LABELS AND ANY CORRESPONDENI JRCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 12-10` 115 VENDOR INA 0-p✓,ey C0ns 11-L&C'n Del II -1 N lc,cUar,cap oil >, ISI SHIP TO Depart 1-nenr of Ern sin eertns ]ONFIRMATION BLANKET CONTRACT PAYMENT TERMS FREIGHT QUANTITY UNIT OF MEASURE I DESCRIPTION UNIT PRICE EXTENSION Send Invoice To: E nCj i n e eri n c3 C O1-itr a C t Co-nrract 1 . of ecI PLEASE INVOICE IN DUPLICATE Dere : ID/oi.41,5 15.OI i 5-- CSG SrnCl 1 \ S Tr R epl acement 9b CJ 4- ccnd IO2 NTE h4 '*85,352 00 250 —L4 5o i oO Cu lv err DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT SHIPPING INSTRUCTIONS • SHIP REPAID. • C.O.D. SHIPMENTS CANNOT BE ACCEPTED. • PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. • THIS ORDER ISSUED IN COMPLIANCE' WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. DOCUMENT CONTROL NO. 2 2 /1 1 n ORDERED BY TITLE CLERK -TREASURER VENDOR COPY PAYMENT • 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 PROPER SWORN AFFIDAVIT ATTACHED. • 1 HEREBY CE Y THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPRq'ICIENT TO PAYYOR,THE ABOVE ORDER. t/f-c___ Ellen Employment EBg4btMy Vertfcation tet. 'M Cam. may Ca New rases Stat can. Ny R.on. Eat 4Cab crape oru.tas Crape Sao" Outwits Ccmoam E® Co, sms RCN. 501 Now 11w Nem Envy Users Cat Canpenv Acme, My Reports New R.pata uy R.so.mw Nw. Enna Rotarcac Taut T..tfl view urs Neva Company Information 'OwesW-r4/1• Mee Norman N1NOR2'50 1006 AM. 05'14.20:: :w :s,1 Company Name: Mdrpney Constnutm inn Company ID Number. Doing Business M (DBA) Name: DUNS Number: Physical Location: Address 1: Addreu 2: City: State: Zip Code: County: 418025 081530187 1488 h S.normen 0r Indianap0:,e IN 46201 MAR ON Additional Intonation: Employer Identification Number: 352048222 Total Number of Employees: 10 to 19 Parent Organization: Administrator: Organization Designation' Employer Category: None of those categones apply NAICS Code; Total Hiring Sites: Total Points of Contact: Halling Address. Addreu 1: Address 2: City: State: Zip Code: 238 - SPECIAL TY TRADE CONTRACTORS Omovt•nameM ..a..'e a.tvR Vim M. pw '. 5 Cm -w.a https://e-verify.uscis.gov/emp/EmployerW izard.aspx Viow l Edn V love ECM Viow t Edit View I Edit +ccst oat. w..3 .ate• 7/26/2011