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