HomeMy WebLinkAboutGradex, Inc/Eng/4,541,978/Range Line Road from 136th Street to US 31 - ConstructionGradex, Inc.
Engineering Department - 2017 QJv
Appropriation # 2016 COIT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100417, 100425
Contract Not To Exceed $ 4,541,978.00 �A®
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
Gradex, Inc., an entity duly authorized to do business in the State of Indiana ("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.
2. PERFORMANCE:
City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City
budget appropriation numbers 2016 COIT Bond Fund and 2016 Storm Water 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 Four Million Five Hundred Forty One Thousand Nine Hundred Seventy Eight
Dollars ($4,541,978.00) (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 "Rangeline Road Reconstruction: 136th Street to US 31 Project # 16 -
ENG -49" received by the City of Carmel Board of Public Works and Safety on or about May 3, 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.
[SXonuictAProf.Svcs & Goods SvuQigin ering\2017\G.dm Inc. Goods and S—i—doc:NW017 3:09 PM]
Gradex, Inc.
Engineering Department - 2017
Appropriation # 2016 COIT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100417, 100425
Contract Not To Exceed $ 4,541,978.00
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.
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 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:NCont cts\Prof.Svcs & Goats SvcstEngio=ringV017kGnda , Inc. Goods and Servi=doc:5/8/2017 3:09 PM]
2
Gradex, Inc. I
Engineering Department - 2017
Appropriation # 2016 COLT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100417, 100425
Contract Not To Exceed $ 4,541,978.00
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
]S:LConteacmT,.LSv & Goods Sv S,gin—ing{2017VGtadm Inc. Goods and Se is doc:5/W017 3:09 PM]
Gradex, Inc.
Engineering Department - 2017
Appropriation # 2016 COIT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100417, 100425
Contract Not To Exceed $ 4,541,978.00
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
ATTENTION: Jeremy Kashman
If to Vendor: Gradex, Inc.
12900 North Meridian Street
Suite 120
Carmel, IN 46032
ATTENTION: Scott Sweeney
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.
[SXootmcts1Prof.Svcs& Goods Svcs\Engin=ing\20171Grede7, Inc. Goals and Serviccs.doc:SM017 3:09 PM]
4
Gradex, Inc.
Engineering Department - 2017
Appropriation # 2016 COLT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100417, 100425
Contract Not To Exceed $ 4,541,978.00
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.
[SXontractslProf.Sv & Goods SvcslEngin=ing12017`Gradcs, Inc. Goods and S—icesA-5/W2017109 PM]
Gtadex, Ine.
Engineering Department - 2017 0 17
Appropriation # 2616 COIT-Blond Fund, 2016 Storni Watee-Bond Fund; P.O. #: 100417, 100425
Contract Not To,Exceed $ 4,541,978.00
This
,541,978.0-0-
This -Agreement may only be modified by written, amendment executed by both: parties hereto, or their
-
successors in interest.
IN WITNESS WHEREOF, the,partidsher6to,have
made and executed this Agreement as follows:
CITY OF CARMEL, INDIANA
by arid through its
ts Board of Public
Works and Safety
By:
James —BralftArd, Presiding Officer
Mary Vn'Burke Member
Date: 7
GRADER, INC.
'r,09P0Ftqp
BY:N'�V.Q �IAOJ
4
Authorized Signatdt.0
Scott Sweeney
P(in'ted Name
Vice President
Tiltk
FlDfr!N:— 36 -1698047' -
Last Four of SSN if Sole Pt6ptidtor:
Date: May -9,.2017
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:
Gradex, Inc.
12900 N. Meridian Street, Suite 120
Carmel, IN 46032
Project Name:
Rangeline Road Reconstruction
City of Carmel Project #16 -ENG -49
Date Submitted:
May 3, 2017
Base Bid Amount:
$ 4,541,978.00
nIX I
H BIT
vs
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as other wise specifically provided, all Parts
shall be fidly and accurately filled in and completed and notarized.
Project: Rangeline Road Reconstruction: 136"' Street to US 31
16 -ENG -49
Proposal For Construction Of: Reconstruction of Rangeline Road between 136111 Street and
US 31, including mill and overlay from 6111 Street AW to
130' Street in the City of Carmel. Reconstruction shrill
include a new storm sewer system. throughout the project
limits, as well as, a box culvei-t just not-th of Little Cool
Creek. The new roadway shall be boulevard style with a
center island, new paths and sidewalks on both sides of the
roadway, lighting, and a roundabout at the north end of
Rangeline Road, east of US 31.
Date: May 3, 2017
To: City of Carmel, Indiana, Board of Public Works and Safety
Version 2017-01-23
" A
IXHIB(i�--
2��'�
PART
CONTRACT ITEMS AND UNIT PRICES
CARMEL PROJECT #16 -ENG -49
DESCRIPTION: Rangeline Road Reconstruction
5/03/2017
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
TOTAL
16 -ENG -49 QUANTITIES
1
CONSTRUCTION ENGINEERING
1
LS
$ 124,967.88
$ 124,967.88
2
INSPECTION HOLE, DEEPER THAN 3 FT
4
EACH
$ 2,650.00
$ 10,600.00
3
MOBILIZATION AND DEMOBILIZATION
1
LS
Is 227,000.00
$ 227,000.00
4
CLEARING RIGHT OF WAY
1
LS
Is 50,000.00
$ 50,000.00
5
PAVEMENT REMOVAL
404
SYS
$ 12.00
$ 4,848.00
6
CURB, CONCRETE, REMOVE
711
LFT
$ 6.00
$ 4,266.00
7
CURB AND GUTTER, REMOVE
2569
LFT
$ 6.00
$ 15,414.00
8
PIPE ABANDON AND GROUT FILL
3
EACH
$ 650.00
$ 1,950.00
9
SIDEWALK CONCRETE, REMOVE
1033
SYS
$ 5.00
$ 5,165.00
10
INLET, REMOVE
10
EACH
$ 370.00
$ 3,700.00
it
MANHOLE, REMOVE
3
EACH
$ 650.00
$ 1,950.00
12
CURB TURNOUT, REMOVE
3
EACH
$ 315.00
$ 945.00
13
CONCRETE WALL, REMOVE
9
LFT
$ 185.00
$ 1,665.00
14
PIPE, REMOVE
1499
LFT
$ 18.00
$ 26,982.00
15
EXCAVATION, COMMON
4159
CYS
$ 56.00
$ 232,904.00
16
EXCAVATION, UNCLASSIFIED
225
CYS
$ 23.00
$ 5,175.00
17
BORROW
2714
CYS
$ 0.01
$ 27.14
18
SEDIMENT, REMOVE
17
CYS
$ 60.00
$ 1,020.00
19
TEMPORARY INLET PROTECTION
40
EACH
$ 60.00
$ 2,400.00
20
TEMPORARY MULCH
9
TON
$ 330.00
$ 2,970.00
21
TEMPORARY SILT FENCE
5000
LFT
$ 1.25
$ 6,250.00
22
NO.2 STONE
100
TON
$ 25.00
$ 2,500.00
23
TEMPORARY GEOTEXTILE
235
SYS$
2.00
$ 470.00
24
TEMPORARY SEED MIXTURE
495
LBS
$ 2.00
$ 990.00
�5PUPAP-AROUNB
-1
P-A&H
$
26
COFFERDAM
1
LS
$ 20,000.00
$ 20,000.00
27
SUBGRADE TREATMENT, TYPE II
2373
SYS
$ 10.50
$ 24,916.50
28
SUBGRADE TREATMENT, TYPE IB
14775
SYS
$ 8.00
$ 118,200.00
29
STRUCTURE BACKFILL, TYPE 1
2119
CYS
$ 32.50
$ 68,867.50
30
STRUCTURE BACKFILL, TYPE 3
287
CYS
$ 33.00
$ 9,471.00
31
STRUCTURE BACKFILL, TYPE 5
1097
CYS
$ 80.00
$ 87,760.00
32
DRYING SOILS FOR EMBANKMENT
473
TON
$ 168.75
$ 79,818.75
33
GEOGRID, TYPE IA
337
SYS
$ 4.00
$ 1,348.00
34
COMPACTED AGGREGATE NO. 53 BASE
1260
TON
$ 20.00
$ 25,200.00
35
CRUSHED STONE FOR SUBGRADE TREATMENT
337
SYS
$ 36.00
$ 12,132.00
"EXHIBIT / 1
-3 6-r 0
PART
CONTRACT ITEMS AND UNIT PRICES
CARMEL PROJECT #16 -ENG -49
DESCRIPTION: Rangeline Road Reconstruction
5/03/2017
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
TOTAL
16 -ENG -49 QUANTITIES
36
HMA PATCHING, TYPE C
51
TON
$ 180.00
$ 9,180.00
37
WIDENING WITH HMA, TYPE C
121
TON
$ 94.00
$ 11,374.00
38
MILLING, ASPHALT, 11/2 IN.
1185
SYS
$ 3.00
$ 3,555.00
39
MILLING, ASPHALT
1185
SYS
$ 3.00
$ 3,555.00
40
HMA SURFACE, TYPE C
1024
TON
$ 83.00
$ 84,992.00
41
HMA INTERMEDIATE, TYPE C
1381
TON
$ 64.00
$ 88,384.00
42
HMA BASE, TYPE C
3883
TON
$ 62.00
$ 240,746.00
43
HMA INTERMEDIATE, OG, TYPE C
1549
TON
$ 64.00
$ 99,136.00
44
HMA FOR TEMPORARY PAVEMENT, C
142
TON
$ 71.00
$ 10,082.00
45
ASPHALT FOR TACK COAT
14
TON
$ 600.00
$ 8,400.00
46
DECORATIVE CONCRETE PAVEMENT, TRUCK APRON, 7 IN.
567
SYS
$ 58.00
$ 32,886.00
47
FENCE WOOD
50
LFT
$ 84.50
$ 4,225.00
48
HMA FOR SIDEWALK
483
TON
$ 82.00
$ 39,606.00
49
SIDEWALK, CONCRETE
1058
SYS
$ 38.00
$ 40,204.00
50
CURB RAMP, CONCRETE
383
SYS
$ 107.00
$ 40,981.00
r�
DETECTABLE WRNING ELEME lr
297.
MzF
$ -
51a
DETECTABLE WARNING SURFACE
66
SYS
$ 312.00
$ 20,592.00
52
CURB AND GUTTER, CONCRETE, TYPE II
5684
LFT
$ 15.50
$ 88,102.00
53
CURB AND GUTTER, CONCRETE, TYPE III
3121
LFT
$ 15.00
$ 46,815.00
54
MODIFIED ROLL CURB
271
LFT
$ 20.00
$ 5,420.00
55
STRAIGHT CONCRETE CURB
438
LFT
$ 20.00
$ 8,760.00
56
CENTER CURB, D CONCRETE
56
SYS
$ 105.00
$ 5,880.00
57
HMA FOR APPROACHES, TYPE B
1124
TON
$ 79.00
$ 88,796.00
58
PCCP FOR APPROACHES, 9 IN.
1042
SYS
$ 65.00
$ 67,730.00
59
MAILBOX ASSEMBLY, DOUBLE RESET
3
EACH
$ 220.00
$ 660.00
60
IRRIGATION CONTROL BOX
1
EACH
$ 1,200.00
$ 1,200.00
61
GEOTEXTILES
609
SYS
$ 2.30
$ 1,400.70
62
RIPRAP, REVETMENT
274
TON
$ 33.00
$ 9,042.00
63 ""
WALL, DECORATIVE
862
LFT
$ 562.00
$ 484,444.00
64
MOBILIZATION AND DEMOBILIZATION FOR SEEDING
4
EACH
$ 50.00
$ 200.00
65
WATER
32
kGAL
$ 1.00
$ 32.00
66
SODDING, NURSERY
7758
SYS
$ 3.25
$ 25,213.50
67
FIELD OFFICE, B
8
MOS
$ 2,000.00
$ 16,000.00
68
STRUCTURE, REINFORCED CONCRETE, BOX SECTIONS, 15 FT. X 6 FT.
404
LFT
$ 815.00
$ 329,260.00
69
PIPE, TYPE 4, CIRCULAR, 6 IN.
3808
LFT
$ 8.40
$ 31,987.20
u
Ll �f
PART
CONTRACT ITEMS AND UNIT PRICES
CARMEL PROJECT #16 -ENG -49
DESCRIPTION: Rangeline Road Reconstruction
5/03/2017
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
TOTAL
16 -ENG -49 QUANTITIES
69a
PIPE, CORRUGATED, HDPE, 6 IN.
157
LFT
$ 10.50
$ 1,648.50
70
PIPE, TYPE 2, CIRCULAR, 12 IN.
1245
LFT
$ 36.00
$ 44,820.00
71
PIPE, TYPE 2, CIRCULAR, 15 IN.
335
LFT
$ 40.00
$ 13,400.00
72
PIPE, TYPE 2, CIRCULAR, 18 IN.
379
LFT
$ 45.00
$ 17,055.00
73
PIPE, TYPE 2, CIRCULAR, 21 IN.
55
LFT
$ 62.00
$ 3,410.00
74
PIPE, TYPE 2, CIRCULAR, 24 IN.
939
LFT
$ 58.00
$ 54,462.00
75
STORM WATER TREATMENT SYSTEM, 0.71 CFS
1
EACH
$ 10,000.00
$ 10,000.00
76
STORM WATER TREATMENT SYSTEM, 2.47 CFS
1
EACH
$ 17,000.00
$ 17,000.00
77
VIDEO INSPECTION FOR PIPE
3110
LFT
$ 1.30
$ 4,043.00
78
PIPE END SECTION, DIAMETER 12 IN.
2
EACH
$ 630.00
$ 1,260.00
79
PIPE END SECTION, DIAMETER 21 IN.
1
EACH
$ 945.00
$ 945.00
80
PIPE END SECTION, DIAMETER 24 IN.
3
EACH
$ 995.00
$ 2,985.00
81
VIDEO INSPECTION FOR UNDERDRAINS
3000
LFT
$ 1.00
$ 3,000.00
82
AGGREGATE FOR UNDERDRAINS
343
CYS
$ 43.00
$ 14,749.00
83
GEOTEXTILES FOR UNDERDRAIN
3428
SYS
$ 1.25
$ 4,285.00
84
CASTING, ADJUSTTO GRADE
11
EACH
$ 685.00
$ 7,535.00
85
CASTING, 4, FURNISH AND ADJUST TO GRADE
1
EACH
$ 1,200.00
$ 1,200.00
86
INLET, J10
3
EACH
$ 2,000.00
$ 6,000.00
86a
INLET, J10, MODIFIED
8
EACH
$ 2,000.00
$ 16,000.00
87
CATCH BASIN, A2
1
EACH
$ 2,000.00
$ 2,000.00
88
MANHOLE, C4
24
EACH
$ 2,400.00
$ 57,600.00
88a
STRUCTURE, MANHOLE, RECONSTRUCTED
1
LFT
$ 1,575.00
$ 1,575.00
89
CATCH BASIN, R13, MODIFIED
4
EACH
$ 2,500.00
$ 10,000.00
90
CATCH BASIN, M10
21
EACH
$ 2,100.00
$ 44,100.00
91
AUTOMATIC DRAINAGE GATE, 24 IN.
1
EACH
$ 1,575.00
$ 1,575.00
92
AUTOMATIC DRAINAGE GATE, 21 IN.
1
EACH
$ 1,475.00
$ 1,475.00
-93
AGGREGATE FQR DRAINAGE FI i
473
C -YS
$
94
MODULAR BLOCK WALL ERECTION
323
SFT
$ 30.00
$ 9,690.00
95
MODULAR BLOCK WALL WITH GROUND REINFORCEMENT
323
SFT
$ 25.00
$ 8,075.00
96
CONSTRUCTION SIGN, C
3
EACH
$ 280.00
$ 840.00
97
ROAD CLOSURE SIGN ASSEMBLY
7
EACH
$ 315.00
$ 2,205.00
98
TEMPORARY PAVEMENT MARKING, 4 IN.
4125
LFT
$ 0.80
$ 3,300.00
99
TEMPORARY PAVEMENT MARKING, REMOVABLE, 4 IN.
3951
LFT
$ 1.40
$ 5,531.40
100
DETOUR ROUTE MARKER ASSEMBLY
47
EACH
$ 140.00
$ 6,580.00
101
CONSTRUCTION SIGN, A
8
EACH
$ 185.00
$ 1,480.00
"DCHl8IT ® 5— r3l
PART
CONTRACT ITEMS AND UNIT PRICES
CARMEL PROJECT ##16 -ENG -49
DESCRIPTION: Rangeline Road Reconstruction
5/03/2017
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
TOTAL
16 -ENG -49 QUANTITIES
102
CONSTRUCTION SIGN, B
18
EACH
$ 120.00
$ 2,160.00
102a
FLASHING ARROW SIGN
1
EACH
$ 2,600.00
$ 2,600.00
103
MAINTAINING TRAFFIC
1
LS
$ 131,000.00
$ 131,000.00
104
BARRICADE, III -B
132
LFT
$ 18.00
$ 2,376.00
105
TEMPORARY TRAFFIC BARRIER, TYPE 3
24
LFT
$ 150.00
$ 3,600.00
106
DECORATIVE SOLAR FLASHER, SINGLE FACE
2
EACH
$ 8,000.00
$ 16,000.00
107
DECORATIVE SOLAR FLASHER, DOUBLE FACE
1
EACH
$ 9,000.00
$ 9,000.00
108
BOLLARD
2
EACH
$ 1,500.00
$ 3,000.00
109
SIGN, SHEET, AND SUPPORTS, REMOVE
13
EACH
$ 30.00
$ 390.00
110
SIGN POST, SQUARE TYPE 1 UNREINFORCED ANCHOR BASE
270
LFT
$ 15.75
$ 4,252.50
111
STREETS IGN POST
3
EACH
$ 1,000.00
$ 3,000.00
112
SALVAGE, RELOCATE EXISTING SIGN AND SUPPORTS
15
EACH
$ 725.00
$ 10,875.00
113
SIGN, SHEET, WITH LEGEND, 0.080 IN.
137
SFT
$ 13.00
$ 1,781.00
114
SIGN, SHEET, WITH LEGEND, 0.100 IN.
75
SFT
$ 13.75
$ 1,031.25
115
CONDUIT, PVC, 4 IN. SCHEDULE 40
660
LFT
$ 14.75
$ 9,735.00
116
CONDUIT, PVC, 4 IN. SCHEDULE 40 WITH INTERDUCT
660
LFT
$ 17.75
$ 11,715.00
117
CONDUIT, PVC, 4 IN. SCHEDULE 80
331
LFT
$ 14.50
$ 4,799.50
118
CONDUIT, PVC, 4 IN. SCHEDULE 80 WITH 3x1-1/4 INNERDUCT
331
LFT
$ 22.00
$ 7,282.00
119
INTERDUCT HANDHOLE
4
EACH
$ 800.00
$ 3,200.00
120
TRAFFIC SIGNAL EQUIPMENT, REMOVE
1
EACH
$ 1,500.00
$ 1,500.00
121
CONTROLLER AND CABINET,Pl
1
EACH
$ 2,000.00
$ 2,000.00
122
CONDUIT, PVC, 2 IN. SCHEDULE 80
1033
LFT
$ 9.00
$ 9,297.00
123
CONTROLLER CABINET FOUNDATION, Pl
1
EACH
$ 1,500.00
$ 1,500.00
124
LIGHTING FOUNDATION, CONCRETE WITH GROUNDING 18 IN. DIA X 72 IN.
50
EACH
$ 840.00
$ 42,000.00
125
LIGHTING FOUNDATION, CONCRETE WITH GROUNDING 30 IN. DIA X 96 IN.
5
EACH
$ 1,200.00
$ 6,000.00
126
HANDHOLE LIGHTING
10
EACH
$ 800.00
$ 8,000.00
126a
SERVICE POINT II MODIFIED
1
EACH
$ 3,400.00
$ 3,400.00
127
LUMINAIRE, LED, 152 WATT
5
EACH
$ 3,000.00
$ 15,000.00
128
LUMINAIRE, LED, 70 WATT
50
EACH
$ 2,000.00
$ 100,000.00
129
LIGHT POLE, 30 FT EMH, 8 FT MAST ARM, DECO WRAP BASE
5
EACH
$ 5,000.00
$ 25,000.00
130
LIGHT POLE, 15 FT EMH, DECO WRAP BASE
50.
EACH
$ 3,100.00
$ 155,000.00
131
WIRE, NO. 6 COPPER, IN PLASTIC DUCT, 4 1/C
371
LFT
$ 8.35
$ 3,097.85
132
WIRE, NO. 6 COPPER, IN PLASTIC DUCT, IN TRENCH, 4 1/C
3520
LFT
$ 8.35
$ 29,392.00
133
CONNECTOR KIT, UNFUSED
55
EACH
$ 40.00
$ 2,200:00
134
CONNECTOR KIT, FUSED
55
EACH
$ 40.00
$ 2,200.00
"DCHIBIT__ H °
PART 3
CONTRACT ITEMS AND UNIT PRICES
CARMEL PROJECT #16 -ENG -49
DESCRIPTION: Rangeline Road Reconstruction
5/03/2017
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
TOTAL
16 -ENG -49 QUANTITIES
135
MULTIPLE COMPRESSION FITTING, WATERPROOFED
167
EACH
$ 25.00
$ 4,175.00
136
INSULATION LINK, WATERPROOFED
150
EACH
$ 20.00
$ 3,000.00
137
WIRE, NO. 10 COPPER, 1/C
2700
LFT
$ 1.00
$ 2,700.00
138
TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, WHITE, 24 IN.
373
LFT
$ 7.15
$ 2,666.95
139
LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN.
37
LFT
$ 2.60
$ 96.20
140
LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN.
369
LFT
$ 0.91
$ 335.79
141
LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN.
73
LFT
$ 4.05
$ 295.65
142
TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, WHITE, 18 IN.
111
LFT
$ 16.00
$ 1,776.00
143
LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN.
2527
LFT
$ 0.91
$ 2,299.57
144
TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, WHITE, 24 IN.
65
LFT
$ 7.15
$ 464.75
145
SNOWPLOWABLE RAISED PAVEMENT MARKER
48
EACH
$ 35.00
$ 1,680.00
146
PAVEMENT MESSAGE MARKING, THERMOPLASTIC LANE INDICATION ARROW
6
EACH
$ 185.00
$ 1,110.00
147
PRESENT STRUCTURE, STR. NO. 1, REMOVE PORTIONS
1
LS
$ 72,945.00
$ 72,945.00
148
FIELD DRILLED HOLE IN CONCRETE
276
EACH
$ 15.63
$ 4,313.88
149
REINFORCING BARS, EPDXY COATED
4041
LBS
$ 1.35
$ 5,455.35
150
CONCRETE, C, SUPERSTRUCTURE
83.1
CYS
$ 497.77
$ 41,364.69
151
SURFACE SEAL
1
LS
$ 3,812.00
$ 3,812.00
152
12" DUCTILE IRON WATER MAIN
1137
LFT
$ 58.00
$ 65,946.00
153
12" POLY WATER MAIN SDR 11 (HDD)
230
LFT
$ 110.00
$ 25,300.00
154
10" DUCTILE IRON WATER MAIN
70
LFT
$ 57.00
$ 3,990.00
155
6" DUCTILE IRON WATER MAIN
70
LFT
$ 56.00
$ 3,920.00
156
STRUCTURE BACKFILL
1277
LFT
$ 20.00
$ 25,540.00
157
12" TAPPING VALVE AND 20" SADDLE
2
EACH
$ 7,800.00
$ 15,600.00
158
12" GATE VALVE
3
EACH
$ 2,300.00
$ 6,900.00
159
10" GATE VALVE
1
EACH
$ 2,100.00
$ 2,100.00
160
8" GATE VALVE
1
EACH
$ 1,400.00
$ 1,400.00
161
6" GATE VALVE
1
EACH
$ 1,100.00
$ 1,100.00
162
COMPLETE HYDRANT ASSEMBLY
4
EACH
$ 4,700.00
$ 18,800.00
163
6" CONNECTION
1
EACH
$ 3,400.00
$ 3,400.00
164
8" CONNECTION
1
EACH
$ 3,600.00
$ 3,600.00
165
10" CONNECTION
1
EACH
$ 4,500.00
$ 4,500.00
166
12" CONNECTION
1
EACH
$ 5,200.00
$ 5,200.00
167
LONG SIDE SERVICE
2
EACH
$ 4,400.00
$ 8,800.00
168
SHORT SIDE SERVICE
3
EACH
$ 2,100.00
$ 6,300.00
169
METER PIT ADJUST TO GRADE
2
EACH
$ 900.00
$ 1,800.00
"EXHIBIT A ° 7o -F5
PART 3
CONTRACT ITEMS AND UNIT PRICES
CARMEL PROJECT #16 -ENG -49
DESCRIPTION: Rangeline Road Reconstruction
5/03/2017
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
TOTAL
16 -ENG -49 QUANTITIES
170
VALVE ADJUST TO GRADE
4
EACH
$ 630.00
$ 2,520.00
171
VALVE RETIREMENT
3
EACH
$ 900.00
$ 2,700.00
172
HYDRANT RETIREMENT
3
EACH
$ 1,400.00
$ 4,200.00
173
8" WATER MAIN LOWERING
1
EACH
$ 18,000.00
$ 18,000.00
174
SANITARY MANHOLE ADJUST TO GRADE
3
EACH
$ 850.00
$ 2,550.00
175
SANITARY MANHOLE RECONSTRUCT
4
EACH
$ 2,500.00
$ 10,000.00
176
CONCRETE ENCASEMENT FOR 8" SEWER LINE
4
LFT
$ 160.00
$ 640.00
177
CONCRETE ENCASEMENT FOR 20" AND 12" WATER LINE
70
LFT
$ 68.00
$ 4,760.00
BASE BID TOTAL: $ 4,541,978.00
"EXHIBIT A
MV
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
Scott Sweeney being first. duly sworn, deposes and says that
be/she is, familiar with,and has personal Imowledge of the.facts.he.r6in,and, :if called as a witness in this
matter, could testify as f6.1lows:
1. I am over eighteen (18) years of age and am competent to testify to -the -facts contained
-herein.
2. 1 am now'Afid"'at All times relevant herein have been employed by
Gradexjnd.. (the "Employer")
in the positi6nof Vide President
3. 1 am familiar with. themployment 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 docum6ntation of such enrollment and participation to 'the City of Carmel,
Indiana.
5. The. Company does .not -knowingly employ any unauthorized aliens.
p
FURTHER AFFIANT SAYETH NOT.
EXECUTE-D:On the 9th day. of May 2017
/C
Piinted:Scott.Sweeney, Vice Preisid.et SEAL"
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 true and correct.
Scott 'Sween , Vice President
Printed:
State of Indiana W
CountyW Hamilton
Scott Sweeney personally appeared and swore that all statements contained in the foregoing
document are, true and correct...
=R; JAYNE LEWES
:Seal
Notary Public - State of Indiana
-Hamilton County
Commission Expires Jan.10,2024
City ®f Carmel
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
Page 1 of 1
PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT
100417
ONE CIVIC SQUARE
35-6000972
THIS NUMBER MUST APPEAR ON INVOICES, A1P
CARMEL, INDIANA 46032-2584
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
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.
I DESCRIPTION
5/4/2017
00352393
Project 16 -ENG -49; Contract Date 05.17.17
GRADEX, INC.
City Engineering's Office
VENDOR 12900 N MERIDIAN ST
SHIP 1 Civic Square
SUITE 120
TO Carmel, IN 46032-
CARMEL, IN 46032 -
Kate Lustig
PURCHASEID
BLANKET
CONTRACT
PAYMENTTERMS
FREIGHT
15114
QUANTITY
UNIT OF MEASURE
DESCRIPTION
UNIT PRICE EXTENSION
Department 2200 Fund:0
Account. 94-650.04
1 Each
Send Invoice To:
Skip Tennancour
American Structurepoint, Inc.
8425 Wicklow Way
Brownsburg, IN 46112
COIT Bond Fund
Range Line Road from 136th Street to US 31 - Construction 4,092,109.00
Sub Total
201s COIT Bond PLEASE INVOICE IN DUPLICATE
$4,092,109.00
$4,092,109.00
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $4,092,109.00
SHIPPING INSTRUCTIONS ' AIP 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
'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED 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. 100417 CLERK -TREASURER
City ®f Carmel
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
Page 1 of 1
PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT
100425
ONE CIVIC SQUARE
35-6000972
THIS NUMBER MUST APPEAR ON INVOICES, A/P
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR
CITY OF CARMEL - 1997
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE
DATE REQUIRED
REQUISITION NO.
I VENDOR NO.
I DESCRIPTION
5/6/2017
00352393
Project 16 -ENG -49; Contract Date 05.17.17
GRADEX, INC.
City Engineering's Office
VENDOR 12900 N MERIDIAN ST
SHIP 1 Civic Square
SUITE 120
TO Carmel, IN 46032-
CARMEL, IN 46032 -
Kate Lustig
PURCHASEID
BLANKET
CONTRACT
PAYMENTTERMS
FREIGHT
15154
QUANTITY
UNIT OF MEASURE
DESCRIPTION
UNIT PRICE EXTENSION
Department: 2200 Fund.0
Account: 94-650.04
1 Each
Send Invoice To:
Jill Newport
CrossRoad Engineers, P.C.
3417 Sherman Drive
Beech Grove, IN 46107
G.O./Storm Water Bonds
PLEASE INVOICE IN DUPLICATE
2016 Storm Water Bond
Range Line Road from 136th Street to US 31 - Construction $449,869.00 $449,869.00
Sub Total $449,869.00
DEPARTMENT I ACCOUNT i
SHIPPING INSTRUCTIONS
'SHIP PREPAID.
'C.O.D. SHIPMENT CANNOT BE ACCEPTED.
'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
PROJECT Q PROJECT ACCOUNT AMOUNT
PAYMENT $449,869.00
AIP 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. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
Jeremy Kashman Douglas Haney
TITLE Director Corporation Counsel
CONTROL NO. 100425 CLERK -TREASURER