Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutWhite Construction, Inc/Eng/3,336,000/Guilford Road and City Center Drive, Guilford Road and Carmel Drive, Carmel Drive and City Center Roundabouts - ConstructionWhite Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, P.O. #: 100283
Contract Not To Exceed $3,336,000.00
AGREEMENT FOR PURCHASE OF GOODS AND SERVICES
THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by
and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and
White Construction, Inc., an entity duly authorized to do business in the State of Indiana ("Vendor").
TERMS AND CONDITIONS
1. ACKNOWLEDGMENT, ACCEPTANCE:
Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of
same constitutes its acceptance of all of the Agreement's terms and conditions.
2. PERFORMANCE:
City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City
budget appropriation number 2016 General Obligation Bond Fund 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. Vendor will not perform any of the Services detailed in Exhibit A
prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Vender
shall perform only those Services specifically detailed in the Notice. If the Vender desires clarification of the
scope of any Notice to Proceed, the Vendor shall obtain such clarification from the City in writing, prior to
performing the service set forth in the Notice to Proceed. Any services performed without the City's prior
express written authorization will not be compensated.
3. 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 Three Million Three Hundred Thirty Six Thousand Dollars ($3,336,000.00) (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 thirty-five (35) 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.
4. WARRANTY:
Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those
certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City
and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering
Department Bid Proposal Package for "Intersection Improvements Project # 16 -ENG -23, 16 -ENG -24, and
16 -ENG -25" received by the City of Carmel Board of Public Works and Safety on or about March 15, 2017,
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.
JS:�Conuacts\Prof.Svcs R. Goods Svcs\En&=ing\2017\Whi(e Coosmuion. Inc. Goods and Scrvi—doc:3/20/2017 2:32 PM]
White Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, P.O. #: 100283
Contract Not To Exceed $3,336,000.00
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.
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 lien or obtain such bond, all at Vendor's sole cost and expense.
8. DEFAULT:
In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this
Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein;
(c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does
not correct such failure or breach within five (5) business days (or such shorter period of time as is
commercially reasonable under the circumstances) after receipt of notice from 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.
(S:tContmctslProt.Sva & Goods SvulEn&=ing\2017\Whitc Construction. Ina Goads and Savi—doc:3202017 2:32 PM]
2
White Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, P.O. #: 100283
Contract Not To Exceed $3,336,000.00
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 -Verify program. Should
Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully
comply with the Indiana E -Verify Law as regards each such subcontractor. Should the Vendor or any
subcontractor violate the Indiana E -Verify law, the 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
jS:tConmcts\Prof.Svc &Goads Sves\Engiocering\2017\Whhe Construction, Inc. Gaol and Services.doe:3/20/20172:32 PM]
White Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, P.O. #: 100283
Contract Not To Exceed $3,336,000.00
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
One Civic Square
Carmel, Indiana 46032
If to Vendor: White Construction, Inc.
3900 East White Avenue
P.O. Box 249
Clinton, IN 47842
ATTENTION: J.P. Roehm
AND Douglas C. Haney,
Corporation Counsel
Department of Law
One Civic Square
Carmel, Indiana 46032
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.
[SAConMcts\Prof.Svcs A. Goods SvcsTn&eerin912017\White Cona mesion, I— Good and Services.d=312012017 2:32 PM]
4
White Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, P.O. #: 100283
Contract Not To Exceed $3,336,000.00
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, 2017 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,
it 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. IC 5-16-13.
The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference.
29. 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.
iS:Wentrects\Prof.Svcs & Goals S—\Engioeering\2017\Whhe Construction, Inc. Goods and Seavicc .doc:32012017 2:32 PM)
WWte Construction, ine.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, P.O. #: 100283
Contract Not To Exceed :3,336,000.00
This Agreement may only be modified by written amendment executed by both parties hereto, or their
successors in Interest.
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows:
CITY OF CARMEL, INDIANA
by and through Its Board of public
Works and Safety
Mary An�Zurke, Men1ber
Date: - q/57,
Lori S.
Date:
ATTE
(rhnstine , auley,
Date:
WHITE CONSTRUCTION, INC.
By:
Aui orized Signature
Printed Name
Title
r FID/TIN:,3 J l k l O®
Last Four of SSN if Sole Proprietor:
Date: 3 b1--7
jS!l'm,vn Y V7iJS.n & Cmr2, SvpVipginrc7UigUUl7UYhlia Cai>u,mgnl,1= 0(.1, ml 2.32111\11
6
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.
Company:
White Construction, Inc.
3900 E. White Ave.
Clinton, IN. 47842
Project Name:
16 -ENG -21,16 -ENG -24, and 16 -ENG -25 Intersection
Improvements
Date Submitted:
March 15, 2017
Base Bid
�� �
� ) ,C)()
Amount:
°EMiBrr '
1 �"l
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall
be frdly and accurately filled in and completed and notarized.
Project: 16 -ENG -23, 16 -ENG -24, and 16 -ENG -25 Intersection
Improvements
Proposal For Construction o£ Improving the intersections of Guilford Rd. and City
Center Dr., Guilford Rd. and Carmel Dr., and Carmel Dr.
and City Center Dr. by constructing a roundabout at each
intersection. Utility improvements are incorporated in to
the scope of this project.
Date: March 15, 2017
To: City of Carmel, Indiana, Board of Public Works and Safety
^EXH�Brr
- 29'7
PART 3
CONTRACT ITEMS AND UNIT PRICES
TXHIBIT_ A '
30'7
Itemized Proposal
16 -ENG -23 Guilford Road and Carmel Drive Intersection Improvement
Contract
Item No.
Item
Estimated
Quantity
Unit
Unit Cost
Total Price
23-1
Construction Engineering
1.00
LS
$66,714.85
$66,714.85
23-2
Mobilization and Demobilization
1.00
LS
550,000.00
$50,000.00
23-3
Clearing of Right of Way
1.00
LS
$50,000.00
$50,000.00
23-4 1
Traffic Signal Equipment, Salvage
4.00 1
EA
$575.00
$2,300.00
23-5
Remove and Reset Fence
240.00
LFT
$35.00
$8,400.00
23-6
Excavation, Common
2,140.00
CYD
$35.00
$74,900.00
23-7
Excavation, Foundation
550.00
CYD
$30.00
$16,500.00
23-8
SWQCP Preparation and Implementation, Level 1
1.00
LS
$1,000.00
$1,000.00
23-9 1
Storm Water Quality Management Budget
14,246.00
DOL
$1.00
S14,246.00
-23-10
Subgrade Treatment, Type III
837.00
SYS
50.25
$209.25
23-11
Subgrade Treatment, Type IV
7,148.00
SYS
516.00
$114,368.00
23-12
Subgrade Treatment (Undistributed)
240.00
CYD
525.00
56,000.00
23-13
Structural Backfill, Type 2
218.00
LFT
$20.00
$4,360.00
23-14
Structural Backfill, Type 3
747.90
CYD
$30.00
$22,437.00
23-15
Riprap, Revetment
23.00
TON
$75.00
$1,725.00
23-16
Geotextiles
30.60
SYS
55.00
5153.00
23-17
Compacted Aggregate, No. 53
417.00
TON
$30.00
$12,510.00
23-18
Asphalt Milling, 1.5"
3,284.00
SYS
53.50
$11,494.00
23-19
HMA Surface, Type'C', 9.5 mm
733.00
TON
$70.00
551,310.00
23-20
HMA Intermediate, Type'C', 19.0 mm
770.00
TON
$57.00
543,890.00
23-21
HMA Base, Type'C', 25.0 mm
2,923.00
TON
$55.00
$160,765.00
23-22
PCCP, 7", Colored and Jointed
246.00
SYS
557.00
S14,022.00
23-23
HIviA for Sidewalk
185.00
TON
580.00
$14,800.00
23-24
Sidewalk, Concrete
775.00
SYS
$30.00
$23,250.00
23-25
Curb Ramp, Concrete
168.00
SYS
$94.00
$15,792.00
23-26
Detectable Warning Surfaces
40.00
SYS
$285.00
$11,400.00
23-27
Straight Concrete Curb
2,126.00
LFT
$15.00
$31,890.00
23-28
Curb & Gutter, Type 11
2,397.00
LFT
$14.00
$33,558.00
23-29
Modified Roll Curb
365.00
LFT
$20.00
$7,300.00
23-30
Center Curb, D, Concrete
8.00
SYS
$94.00
5752.00
23-31
Mobilization & Demobilization for Seeding
2.00
EA
$10.00
520.00
23-32
Topsoil (Undistributed)
225.00
CYD
525.00
55,625.00
23-33
Field Office
3.00
MO
5500.00
51,500.00
23-34
Field Office Equipment
3.00
M0
5250.00
5750.00
23-35
Reinforcing Bars
29,254.00
LBS
$1.50
$43,881.00
23-36
Reinforcing Bars, Epoxy Coated
4,377.00
LBS
$1.60
$7,003.20
23-37
Concrete, A, Substructure
93.60
CYD
$600.00
556,160.00
23-38
Concrete, B, Footing
97.10
CYD
$300.00
$29,130.00
23-39
Railing, Concrete, PF -2
11.90
CYD
$1,200.00
$14,280.00
2340
Railing, Steel, PF -2
255.10
LFT
$60.00
S15,306.00
2341
Surface Seal
1.00
LS
$1,750.00
$1,750.00
2342
Pipe, Type 4, Circular, 6 in
569.00
LFT
58.00
$4,552.00
23-43
Pipe, RCP, 12"
108.00
LFT
$40.00
$4,320.00
23-44
Pipe, RCP, 15"
77.00
LFT
$45.00
$3,465.00
2345
Pipe, RCP, 24"
14.00
LFT
$60.00
5840.00
23-46
Pipe, RCP, 36"
19.00PEAS
$125.00
52,375.00
23-47
Aggregate for Underdrain
51.20
$40.00
52,048.00
23-48
Geotextiles for Underdrain
569.00
$1.50
S853.50
23.49
Casting, Adjust to Grade
7.00
5750.00
$5,250.00
23-50
Water Valve, Adjust to Grade
4.00
5200.00
$800.00
23-51
Remove, Replace, and Adjust Fire Hydrant to Grade
3.00
55,000.00
S15,000.00
TXHIBIT_ A '
30'7
23-52
Inlet B-15
4.00
EA
$2,250.00
59,000.00
23-53
Inlet C-15
2.00
EA
$2,250.00
$4,500.00
23-54
Manhole C4
3.00
EA
$3,000.00
$9,000.00
23-55
Road Closure Sign Assembly
8.00
EA
$230.00
$1,840.00
23-56
Detour Route Marker Assembly
33.00
EA
$70.00
52,310.00
23-57
Construction Sign
11.00
EA
$100.00
$1,100.00
23-58
Construction Sign B
4.00
EA
$50.00
$200.00
23-59
Barricade III -B
204.00
LFT
$10.00
52,040.00
23-60
Maintenance of Traffic
1.00
LS
$50,000.00
$50,000.00
23-61
Sign Post, Square, Type 1, Reinf. Anc. Base
323.00
LFT
$14.00
$4,522.00
23-62
Decorative Street Sign Assembly
4.00
EA
$1,600.00
56,400.00
23-63
Sign, Sheet, with legend 0.080"
135.00
SFT
$16.00
S2,160.00
23-64
Sign, Sheet, with legend 0.100"
95.00
SFT
S17.00
S1,615.00
23-65
Sign, Sheet, with legend 0.125"
9.99
SFT
$21.00
$209.79
23-66
Relocate Service Point, II, Modified
1.00
EA
$150.00
$150.00
23-67
Relocate Controller Cabinet, P1, Modified
1.00
EA
$300.00
$300.00
23-68
Controller Cabinet Foundation, PI, Modified
1.00
EA
$1,200.00
$1,200.00
23-69
Handhole, Lighting
4.00
EA
$650.00
$2,600.00
23-70
Light Standard Foundation
8.00
EA
S1,200.00
$9,600.00
23-71
Light Standard, Pole, Fixture and Base, Decorative
8.00
EA
$7,100.00
$56,800.00
23-72
Conduit, Steel, Galvanized, 2"
247.00
LFT
$14.00
$3,458.00
23-73
Wire, No. 4 Copper, in Plastic Duct, 4 1/C
247.00
LFT
$8.00
S1,976.00
23-74
Wire, No. 4 Copper, in Plastic Duct in Trench, 4 1/C
637.00
LFT
$12.00
$7,644.00
23-75
Conduit/Interduct
943.00
LFT
$25.00
$23,575.00
23-76
Conduit/Interduct Handhole
3.00
EA
$750.00
52,250.00
23-77
Conduit, PVC 4" Schedule 40
554.00
LFT
$10.00
$5,540.00
23-78
Line, Thermo, Dotted White, 6", 2' Line, 4' Gap
17.00
LFT
$2.50
$42.50
23-79
Line, Thermo, Dotted White, 8", 2' Line, 2' Gap
100.00
LFT
$3.50
$350.00
23.80
Line, Thermo, Broken, White, 4"
338.00
LFT
$1.00
5338.00
23-81
Line, Thermo, Solid, Yellow, 4"
3,260.00
LFT
$1.00
$3,260.00
23-82
Line, Thermo, Solid, White, 6"
791.00
LFT
$1.50
$1,186.50
23-83
Trans. Mrk, Thermo Xwalk, White, 24"
490.00
LFT
$10.00
$4,900.00
23-84
Trans. Mrk, Thermo Yield, White, 36"
105.00
LFT
$15.00
$1,575.00
23-85
Transverse Marking, Thermoplastic, Crosswalk Line, White, 6 IN 98.00
LFT
$3.50
$343.00
23-86
Pvmt Msg I,,Ikg, Thermoplastic, Lane Indication Arrow
11.00
EA
$100.00
$1,100.00
23-87
Snowplowable Raised Pavement Marker, Blue
6.00
EA
$250.00
S1,500.00
23-88
Snowplowable Raised Pavement Marker, Yellow
12.00
EA
$70.00
S840.00
Total Itemized Proposal (16 -ENG -23)
$1,306,379.59
Itemized Proposal
16 -ENG -24 Guilford Road and City Center Drive Intersection Improvement
Contract
Item No.
Item
Unit
Unit Cost
Total Price
24-1
Construction Engineering
1.00
LS
550,000.00
$50,000.00
24-2
Mobilization and Demobilization
1.00
LS
$50,000.00
550,000.00
24-3
Clearing of Right of Way
1.00
LS
$50,000.00
$50,000.00
244
Traffic Signal Equipment, Salvage
4.00
EA
$575.00
52,300.00
24-5
Excavation, Common
1,175.00
CYD
$50.00
$58,750.00
24-6
Borrow
1,555.00
CYD
$0.01
$15.55
24-7
SWQCP Preparation and Implementation, Level 1
1.00
LS
$1,000.00
$1,000.00
24-8
Storm Water Quality Management Budget
12,075.00
DOL
S 1.00
512,075.00
249
Subgrade Treatment, Type ID
1,298.00
SYS
50.25
5324.50
24-10
Subgrade Treatment, Type IV
6,343.00
SYS
$16.00
$101,488.00
24-11
Subgrade Treatment (Undistributed)
212.00
CYD
$25.00
$5,300.00
24-12
Structural Backfill, Type 2
126.00
LFT
520.00
52,520.00
24-13
Compacted Aggregate, No. 53
584.00
TON
$30.00
S17,520.00
24-14
Asphalt Milling, 1.5"
997.00
SYS
$9.00
$8,973.00
24-15
HMA Surface, Type'C', 9.5 mm
500.00
TON
$70.00
535,000.00
2416
HMA Intermediate, Type'C', 19.0 mm
696.00
TON
$58.00
$40,368.00
"EXHIBIT_._
qoa l
24-17
HMA Base, Type'C', 25.0 mm
2,590.00
TON
S55.00
$142,450.00
24-18
PCCP, 7", Colored and Jointed
270.00
SYS
556.00
$15,120.00
24-19
HMA for Sidewalk
286.00
TON
$76.00
$21,736.00
24-20
Sidewalk, Concrete
565.00
SYS
$29.00
$16,385.00
24.21
Curb Ramp, Concrete
72.00
SYS
S161.00
$11,592.00
24-22
1 Detectable Warning Surfaces
38.00
SYS
$268.00
$10,184.00
24-23
Straight Concrete Curb
942.00
LFT
$15.00
$14,130.00
24-24
Curb & Gutter, Type II
1,838.00
LFT
$14.00
S25,732.00
24-25
Modified Roll Curb
333.00
LFT
$16.00
S5,328.00
24.26
Center Curb, D, Concrete
3.00
SYS
$111.00
$333.00
24-27
Mobilization & Demobilization for Seeding
2.00
EA
$10.00
S20.00
2428
1 Topsoil (Undistributed)
192.00
CYD
$25.00
S4,800.00
24-29
Field Office
3.00
MO
S500.00
S1,500.00
24-30
Field Office Equipment
3.00
MO
$250.00
S750.00
24-31
Pipe, Type 4, Circular, 6 in
331.00
LFT
S8.00
$2,648.00
2432
Pipe, Underdrain, Outlet, 6 in
36.00
LFT
$17.50
$630.00
2433
Pipe, RCP, 12"
126.00
LFT
$45.00
$5,670.00
2434
Aggregate for Underdrain
30.00
CYD
$40.00
51,200.00
2435
Geotextiles for Underdrain
331.00
SYS
$1.25
$413.75
24-36
Casting, Adjust to Grade
8.00
EA
$750.00
S6,000.00
2437
Casting, Furnish & Adjust to Grade
3.00
EA
$1,000.00
S3,000.00
2438
6" Ductile Iron Water Main
40.00
LFT
$60.00
S2,400.00
24-39
Remove, Replace and Adjust Fire Hydrant to Grade
1.00
EA
$5,000.00
S5,000.00
2440
Complete Hydrant Assembly with 64' Hydrant Branch (Undistributed)
1.00
EA
$7,500.00
$7,500.00
24-41
Water Valve, Adjust to Grade
1.00
EA
$200.00
$200.00
24-42
Inlet E-7
1.00
EA
$1,500.00
$1,500.00
24-43
Inlet B-15
4.00
EA
$2,250.00
S9,000.00
2.1-44
Inlet C-15
4.00
EA
$2,250.00
$9,000.00
2445
Manhole C4
1.00
EA
$3,000.00
S3,000.00
2446
Road Closure Sign Assembly
8.00
EA
$200.00
S1,600.00
2447
Detour Route Marker Assembly
30.00
EA
$60.00
S1,800.00
2448
Construction Sign
12.00
EA
$100.00
S1,200.00
24-49
Construction Sign B
4.00
EA
S50.00
$200.00
2450
BaricadeHl-B
192.00
LFT
$10.00
$1,920.00
24-51
MaintenanceofTraffrc
1.00
LS
$50,000.00
$50,000.00
2452
Sign Post, Square, Type 1, Reinf. Are. Base
303.00
LFT
$14.00
$4,242.00
24-53
Decorative Street Sign Assembly
4.00
EA
$1,600.00
$6,400.00
24-54
Sign, Sheet, with legend 0.080"
130.00
SFT
I S16.00
S2,080.00
24-55
Sign, Sheet, with legend 0.100"
95.00
SFT
S17.00
S1,615.00
2456
Sign, Sheet, with legend 0.125"
6.66
SFT
S21.00
$139.86
24-57
Relocate Service Point, II, Modified
1.00
EA
$150.00
S150.00
24-58
Relocate Controller Cabinet, P1, Modified
1.00
EA
$300.00
S300.00
24-59
Controller Cabinet Foundation, PI, Modified
1.00
EA
$1,200.00
$1,200.00
24-60
Handhole, Lighting
3.00
EA
S650.00
$1,950.00
24-61
Light Standard Foundation
8.00
EA
$1,200.00
59,600.00
24-62
Light Standard, Pole, Fixture and Base, Decorative
8.00
EA
$7,100.00
S56,800.00
2.1-63
Conduit, Steel, Galvanized, 2"
155.00
LFT
S14.00
S2,170.00
24-64
Wire, No. 4 Copper, in Plastic Duct, 4 I/C
155.00
LFT
$8.00
$1,240.00
24-65
Wire, No. 4 Copper, in Plastic Duct in Trench, 4 1/C
757.00
LFT
S12.00
$9,084.00
2466
Conduit/Interduct
1,592.00
LFT
$25.00
$39,800.00
2467
Conduit/Interduct Handhole
3.00
EA
$750.00
S2,250.00
24-68
4x4x4 Split Comm. Box
2.00
EA
$4,750.00
S9,500.00
24-69
Conduit, PVC 4" Schedule 40
552.00
LFT
S10.00
55,520.00
24-70
Line, Thermo, Dotted White, 6", 2' Line, 4' Gap
117.00
LFT
S2.50
S292.50
2471
Line, Thermo, Dotted White, 8", 2' Line, 2' Gap
114.00
LFT
$3.50
5399.00
24-72
Line, Thermo, Broken, White, 4"
64.00
LFT
S1.00
S64.00
24-73
Line, Thermo, Solid, Yellow, 4"
2,242.00
1 LFT
S I.00
52,242.00
"EXHIBIT_ A I.
go -C7
24-74
Line, Thermo, Solid, White, 6"
730.00
1 LFT
$1.50
$1,095.00
2475
Trans. blrk, Thermo Xwalk, White, 24"
460.00
LFT
$10.00
$4,600.00
24-76
Trans. Mrk, Thermo Yield, White, 36"
105.00
LFT
$15.00
$1,575.00
24-77
Trans. Mrk, Thermo, Stop Bar, 24"
13.00
LFT
$10.00
$130.00
24-78
Transverse Marking, Thermoplastic, Crosswalk Line, White, 6 IN 79.00
LFT
$3.50
$276.50
24-79
Pvmt Msg Mkg, Thermoplastic, Lane Indication Arrow
12.00
EA
$100.00
$1,200.00
24-80
Snowplowable Raised Pavement Marker, Blue
2.00
EA
$500.00
$1,000.00
2481
Snowplowable Raised Pavement Marker, Yellow
4.00
EA
$70.00
$280.00
Total Itemized Proposal (16 -ENG -24)
$986,770.66
Itemized Proposal
16 -ENG -25 Carmel Drive and City Center Drive Intersection Improvement
Contract
Item No.
Item
Unit
Unit Cost
Total Price
25-1
Construction Engineering
1.00
LS
$50,000.00
$50,000.00
25-2
Mobilization and Demobilization
1.00
LS
$50,000.00
$50,000.00
25-3
Clearing of Right of Way
1.00
IS
$50,000.00
$50,000.00
25-4 1
Traffic Signal Equipment, Salvage
4.00
EA
$575.00
$2,300.00
25-5
Excavation, Common
4,010.00
CYD
$35.00
$140,350.00
25-6
SWQCP Preparation and Implementation, Level 1
1.00
LS
$1,000.00
$1,000.00
25-7
Storm Water Quality Management Budget
2,586.00
DOL
$1.00
$2,586.00
25-8
Subgrade Treatment, Type III
1,634.00
SYS
$0.25
$408.50
25-9
Subgrade Treatment, Type IV
5,045.00
SYS
$16.00
$80,720.00
25-10
Subgrade Treatment (Undistributed)
168.00
CYD
$25.00
$4,200.00
25-11
Structure Backfill, Type 2
347.00
LFT
$30.00
$10,410.00
25-12
Structure Backfill, Type 4 (Undistributed)
35.00
LFT
$75.00
$2,625.00
25-13
Compacted Aggregate, No. 53
770.00
CYD
$30.00
$23,100.00
25-14
Widening With HMA Type C
37.00
SYS
$100.00
$3,700.00
25-15
Asphalt Milling, 1.5"
2,628.00
SYS
$4.50
$11,826.00
25-16
HMA Surface, Type'C', 9.5 nun
582.00
TON
$74.00
$43,068.00
25-17
HMA Intermediate, Type'C', 19.0 mm
766.00
TON
$56.00
$42,896.00
25-18
HMA Base, Type'C', 25.0 mm
1,565.00
TON
$56.00
$87,640.00
25-19
PCCP, 7", Colored and Jointed
249.00
SYS
$57.00
$14,193.00
25-20
HMA for Sidewalk
360.00
TON
$80.00
$28,800.00
25-21
Sidewalk, Concrete
5.00
SYS
$95.00
$475.00
25-22
PCCP, 8", for Driveway
244.00
SYS
$44.00
$10,736.00
25-23
Curb Ramp, Concrete
109.00
SYS
$95.00
$10,355.00
25-24
Detectable Warning Surfaces
15.00
SYS
$333.00
54,995.00
25-25
Straight Concrete Curb
2,023.00
LFT
$16.00
$32,368.00
25-26
Curb & Gutter, Type II
1,317.00
LFT
$17.50
$23,047.50
25-27
Modified Roll Curb
305.00
LFT
$16.50
$5,032.50
25-28
Mobilization & Demobilization for Seeding
2,00
EA
$10.00
$20.00
25-29
Topsoil (Undistributed)
100.00
CYD
$25.00
$2,500.00
25-30
Field Office
3.00
MO
5500.00
51,500.00
25-31
Field Office Equipment
3.00
MO
$250.00
$750.00
25-32
Pipe, Type 4,Circular, 6 in
512.00
LFL
$8.00
54,096.00
25-33
Pipe, RCP, 15"
117.00
LFT
$45.00
$5,265.00
25-34
Pipe, RCP, 18"
230.00
LFT
$55.00
512,650.00
25-35
Aggregate for Underdrain
43.00
CYD
$40.00
S I,720.00
25-36
Geotextiles for Underdrain
411.00
SYS
$1.25
5513.75
25-37
Casting, Adjust to Grade
3.00
EA
$750.00
$2,250.00
25-38
12" Ductile Iron Water Main Lowering
2.00
EA
$6,500.00
S13,000.00
25-39
Fire Hydrant, Assembly
1.00
EA
$5,000.00
55,000.00
25.40
Remove and Retire Hydrant
1.00
EA
$1,000.00
$1,000.00
25-41
Water Valve, Adjust to Grade
3.00
EA
5200.00
$600.00
25-42
Water Valve, Retire
1.00
EA
5350.00
5350.00
2543
ManholeJ-10
1.00
EA j
$4,000.00
54,000.00
25 44
Inlet J-10
6.00
EA
$2,500.00
S 15,000.00
2545
Inlet M-10
5.00
EA 1
$2,250.00
S11,250.00
"EXHIBIT A
25-46
Manhole C-4
2.00
EA
S3,000.00
$6,000.00
25-47
Manhole K4
1.00
EA
$6,500.00
56,500.00
2548
Inlet B-15
2.00
EA
$2,250.00
S4,500.00
2549
Inlet C-15
1.00
EA
$2,250.00
$2250.00
25-50
Road Closure Sign Assembly
10.00
EA
S200.00
S2,000.00
25-51
Detour Route Marker Assembly
46.00
EA
$60.00
S2,760.00
25-52
ConstnrctionSign A
13.00
EA
$100.00
S1,300.00
25-53
Barricade III -B
72.00
LFT
$10.00
$720.00
25-54
Maintenance of Traffic
1.00
LS
$50,000.00
$50,000.00
25-55
Sign Pos4 Square, Type 1, ReinE Anc. Base
277.00
LFT
S14.00
$3,878.00
25-56
Decorative Street Sign Assembly
4.00
EA
$1,600.00
$6,400.00
25-57
Sign, Sheet, with legend 0.080"
197.25
SFT
$16.00
$3,156.00
25-58
Sign, Sheet, with legend 0.100"
101.00
SFT
S17.00
$1,717.00
25-59
Sign, Sheet, with legend 0.125"
9.00
SFT
$21.00
S189.00
25-60
Handhole, Lighting
3.00
EA
S650.00
$1,950.00
25-61
Light Standard Foundation
8.00
EA
$1,200.00
$9,600.00
25-62
Light Standard, Pole, Fixture and Base, Decorative
8.00
EA
$7,100.00
$56,800.00
25-63
Conduit, Steel, Galvanized, 2"
204.00
LFT
$14.00
$2,856.00
25-64
Wire, No. 4 Copper, in Plastic Duct, 4 1/C
204.00
LFT
$8.00
$1,632.00
25-65
Wire, No. 4 Copper, in Plastic Duct in Trench, 4 1/C
656.00
LFT
$12.00
$7,872.00
25-66
Conduit/Interduct
800.00
LFT
$25.00
$20,000.00
25-67
Conduit/Interduct Handhole
2.00
EA
S750.00
$1,500.00
25-68
4x4x4 Split Comm. Box
2.00
EA
$5,000.00
$10,000.00
25-69
Conduit, PVC 4" Schedule 40
525.00
LFT
$10.00
$5,250.00
25-70
Line, Thermo, Dotted White, 6", 2' Line, 4' Gap
84.00
LFT
S2.50
$210.00
25-71
Line, Thermo, Dotted White, 8", 2' Line, 2' Gap
84.00
LFT
$3.50
$294.00
25-72
Line, Thermo, Broken, White, 4"
328.00
LFT
S 1.00
$328.00
25-73
Line, Thermo, Solid, Yellow, 4"
2,174.00
LFT
$1.00
$2,174.00
25-74
Line, Thermo, Solid, White, 6"
1,285.00
LFT
$1.50
$1,927.50
25-75
Trans. Nlrk, Thermo Xwalk, White, 24"
550.00
LFT
$10.00
$5,500.00
25-76
Trans. Mrk, Thermo Yield, White, 36"
66.00
LFT
$15.00
$990.00
25-77
Pvmt Msg Nikg, Thermoplastic, Lane Indication Arrow
28.00
EA
$100.00
$2,800.00
25-78
Snowplonable Raised Pavement Marker, Blue
1.00
EA
$1,500.00
$1,500.00
Total Itemized Proposal (16 -ENG -25)
1,042,849.75
Total 16 -ENG -23
1,306,379.59
Total 16 -ENG -24
986,770.66
Total 16 -ENG -25
1,042,849.75
Total Contract
3,336,000.00
u A
IXHIBIT _ _
,-?Of,-1
EXHIBIT B
Invoice
Name of Company:
Address & Zip:
Telephone No.:
Fax No.:
Project Name:
Invoice No.
Purchase Order No:
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
Employer's Liability:
Bodily Injury by Accident/Disease:
Bodily Injury by Accident/Disease:
Bodily Injury by Accident/Disease:
Commercial General Liability:
General Aggregate Limit (other than
Products/Completed Operations):
Products/Completed Operations:
Personal & Advertising Injury
Each Occurrence Limit:
Statutory Limits
$1,000,000 each employee
$1,000,000 each accident
$1,000,000 policy limit
$6,000,000
$5,000,000
$5,000,000
Comprehensive Auto Liability (owned, hired and non -owned)
Bodily Injury and Property Damage: $5,000,000 each occurrence
Umbrella Excess Liability
If a commercial umbrella liability policy is used to satisfy the minimum limits of liability
requirements, the combined limits must equal these minimum limits of liability.
EXHIBIT D
AFFIDAVIT
`--SCD G����-3 � ' ' Q�r�-� being first duly sworn deg
ases and says that
he/she is -ftuniliar 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.
2. 1 ani now and at all times relevant herein have been employed by
-',&, Q C—R ,-. S A ,r." C.t- : � — z''„Lc, (the "Employer")
in the position of 1£oD1✓i�k
3. I am familiar with the employment policies, practices, and procedures of the Employer and
have the authority to act on behalf of the Employer.
4. The Employer is enrolled and participates in the federal E -Verify program and has
provided documentation of such enrollment and participation to the City of Carmel,
Indiana.
5. The Company does not luiowingly employ any unauthorized aliens.
FURTHER AFFIANT SAYETH NOT.
EXECUTED on the 1-1- day of yo�SVZN 120Q.
I certify under the penalties for perjury under the laws of the United States of America and the State of
Indiana that the foregoing factual statements and representations are tri i torr
Printed:
o'j�' Carmel
City
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
Page.1 of 1
PURCHASE ORDER NUMBER
Jl
FEDERAL EXCISE TAX EXEMPT
100283
ONE CIVIC SQUARE
35-6000972
THIS NUMBER MUST APPEAR ON INVOICES, AN
CARMEL, INDIANA 46032-2584
VOUCHER, DELIVERY MEMO, PACKING SUPS,
FORM APPROVED BY' STATE BOARD OF ACCOUNTS FOR
CITY OF CARMEL - 1997
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE
DATE REQUIRED
REQUISITION NO.
VENDOR NO.
DESCRIPTION
3/16/2017
371561
Projects 16 -ENG -23,16 -ENG -24,16 -ENG -25
WHITE CONSTRUCTION, INC.
City Engineering's Office
VENDOR. 3900 E. WHITE AVENUE
SHIP 1 Civic Square
TO Carmel, IN 46032-
CLINTON, IN 47842 -
Kate Lustig
PURCHASE ID
BLANKET
CONTRACT
PAYMENTTERMS
FREIGHT
13678
_ .
Send Invoice To:
QUANTITY
UNIT OF MEASURE
DESCRIPTION
UNIT PRICE EXTENSION
Department. 2200 Fund: 0 General.. -Obligation Bond
Account: 94-650.04
1 Each Guilford Road Rd/Carmel Dr, Guilford Rd/City Center Dr,
Carmel Dr/City Center - Construction
3,336,000.00 $3,336,000.00
Sub Total $3,3363000.00
Jill Newport
CrossRoad Engineers, P.C.*`�
3417 Sherman Drive see'
Beech Grove IN 46107 x
G.O./Storm Water Bonds p `�
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT
PAYMENT $3,336,000.00
SHIPPING INSTRUCTIONS • AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADEA
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLI GATED BALANCE IN
'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER
'PURCHASE'ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY
Jeremy Kashman Douglas Haney
TITLE Director Corporation Counsel
CONTROL NO. 100283 CLERK -TREASURER
yr A�
' y
_ .
Send Invoice To:
3,336,000.00 $3,336,000.00
Sub Total $3,3363000.00
Jill Newport
CrossRoad Engineers, P.C.*`�
3417 Sherman Drive see'
Beech Grove IN 46107 x
G.O./Storm Water Bonds p `�
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT
PAYMENT $3,336,000.00
SHIPPING INSTRUCTIONS • AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADEA
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLI GATED BALANCE IN
'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER
'PURCHASE'ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY
Jeremy Kashman Douglas Haney
TITLE Director Corporation Counsel
CONTROL NO. 100283 CLERK -TREASURER