HomeMy WebLinkAboutMorphey Construction, Inc/Eng/3,652,000/96th Street to 106th Street and 96th Street Trail, Michigan Road to Ditch Road (Project #16-ENG-73)Morphey Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 COIT Bond Fund; P.O. #: 100667 C
Contract Not To Exceed $3,652,000.00
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
Morphey 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 COIT Bond 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 Six Hundred Fifty Two Thousand Dollars ($3,652,000.00) (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.
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 "Shelborne Road Trail from 96th Street to 106th Street and 96th Street
Trail from Michigan Road to Ditch Road, Project # 16 -ENG -73" received by the City of Carmel Board of
Public Works and Safety on or about August 16, 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.
[SX-(—tAProf.S— & Goods Sves\Enginecring\2017\tMorphcy Co-truction, Inc. Goods and Services 2.dm.&t2 V2017 12:25 PMI
Morphey Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 COIT Bond Fund; P.O. #: 100667
Contract Not To Exceed $3,652,000.00
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.
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.
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.
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: Con1nctslProf.Svcs & Goals Svcs\Engin=ing12017Vvlorphey Construction, Inc. Goals and S—i— 2.doc.821R017 12:25 PM]
2
Morphey Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 COIT Bond Fund; P.O. #: 100667
Contract Not To Exceed $3,652,000.00
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:VCon1nc1s\Pro(.SvcsR Goods SvcslEnginming12017'M phey Consuoclion.Inc. Goods and Services 2.d...8121!201712:25PM)
Morphey Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 COIT Bond Fund; P.O. #: 100667
Contract Not To Exceed $3,652,000.00
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 AND Douglas C. Haney,
One Civic Square Corporation Counsel
Carmel, Indiana 46032 Department of Law
One Civic Square
Carmel, Indiana 46032
If to Vendor: Morphey Construction, Inc.
1499 N. Sherman Drive
Indianapolis, IN 46201
ATTENTION: Steven P. 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.
IS:Comrac&s Prof.Svcs & Goods SveslEnginming\2017VMorphey Coinvnctim, Inc. Goals and Services 2.doc:82 V2017 12:25 PM]
4
Morphey Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 COIT Bond Fund; P.O. #: 100667
Contract Not To Exceed $3,652,000.00
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:\Cotnracts\Prof.S.cs & Goods Svcs\Fnginecring\2017\M rphey Constroctiar.Inc. Goals and Services 2.doc. 8/21/2017 12:25 PMI
Moiphey Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 COLT Bond Fund; P.O. #: 100667
Contract Not To Exceed $3,652,000.00
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
By.
�mesainard Presiding Officer.,
Date:
Wry An urke,
Date: o�
Lori S.
Date:
A7
�s zaal
Christine S. Pauley, Clerk -Tr rer
Date: �
��r:..wua�or ti.., h c:.oJ. 1.u14n�va,��17�1 ✓V4vppry i m,w.�,u, 6c WIMP G H Pt1I
Morphey Construction, Inc.
By:
Authorized Signal re�O
� U�� {' - G O J•�'�% Pi
Printed Name
Title
Last Four of SSN if Sole Proprietor.
Date: 9 -Z1 -t?
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 envelove.
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:
Morphey Construction, Inc.
Project Name:
Project No. 16 -ENG -73
Shelborne Road Trail from 96th Street to 106"
Street &
96th Street Trail from Michigan Road to Ditch
Road
Date Submitted:
nuW-esz Nk,;T,-I, Ut-1
Base Quote
Amount:
oc-Ao, °d
Revised 7/14/2017
'DCHIBIr
L11
�bfz�
BIDDER'S ITENUZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided; all Parts
shall be fully and accurately filled in and completed and notarized.
Project: l6 -ENG- 73
Proposal For Construction of :
AU6 , %to . ?-Q 1-1
Date:
Shelborne Road Trail from 96th Street to 106th Street and
96th Street Trail from: Michigan Road to Ditch Road
To: City of Carmel, Indiana, hoard of Public Works and Safety
Version 2016-08-31
•
"EXHIBIT n l
L 26
1.1 Bidder Name:
1.2 Bidder Address:
PART 1
BUDDER INFORMATION
(Print)
Street Address: 1499 N. Sherman Drive
City: Indpls. State: Indiana Zip: 46201
Phone: 317-356-9250 Fax: 317-356-9253
1.3 Bidder is a/an [mark one]
Individual Partnership
Foreign (Out of State) Corporation; State:
Joint Venture
Other
X Indiana Corporation
1.4 (The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of 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 42, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
Vesian 2016-08-31
"EXHIBIT
3iz-0
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Tye" .A=gr %3 Sax gu&*m
fyri-two ngouU'z &-M OMW Dollars UZZ , cm, oa ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
Version 2016-08-31
"i:XFi�3TA-.
q Ao
PART 3
CONTRACT ITEMS AND UNIT PRICES
1
CONSTRUCTION ENGINEERING 1
LS
2
MOBILIZATION AND DEMOBILIZATION 1
LS
3
CLEARING RIGHT OF WAY 1
LS
4
EXCAVATION, COMMON 3,865
CYS
5
BORROW 332
CYS
6
UNDERCUT SUBGRADE TREATMENT (UNDISTRIBUTED) 1,312
CYS
7
STORM WATER MANAGEMENT BUDGET 16,300
DOL
8
PAVEMENT REMOVAL 743
SYS
9
COMPACTED AGGREGATE NO. 53, BASE 6,395
TON
10
SUBGRADE TREATMENT, TYPE III 21,709
SYS
11
SUBGRADE TREATMENT, TYPE II 3,083
SYS
12
HMA MILLING, 1.5' 1,135
SYS
13
HMA FOR MULTI -USE PATH 3,496
TON
14
ASPHALT FOR TACK COAT 11.1
TON
15
HMA FOR APPROACHES, TYPE B 94
TON
16
PCCP FOR APPROACHES. 6" 989
SYS
17
PCCP FOR APPROACHES, 8" 653
SYS
18
CONCRETE ROLL CURB AND GUTTER 180
LFT
19
CURB AND GUTTER, CONCRETE, TYPE it 3,455
LFT
20
CENTER CURB, TYPE D, CONCRETE 31
SYS
21
STRAIGHT CONCRETE CURB, 12" 750
LFT
22
STRAIGHT CONCRETE CURB, 6" 667
LFT
23
CURB TURNOUT 1
EACH
24
SIDEWALK CONCRETE, 4" 301
SYS
25
CURB RAMP, CONCRETE 548
SYS
26
DETECTABLE WARNING ELEMENT 391
LFT
27
BRICK COLUMN RECONSTRUCT 2
EACH
26
REMOVE AND REPLACE MAILBOX 5
EACH
29
STRUCTURE BACKFILL TYPE 1 3,071
CYS
30
STRUCTURE BACKFILL, TYPE 5 518
CYS
31
HMA FOR STRUCTURE INSTALLATION 738
TON
32
AGGREGATE FOR UNDERDRAIN 105
CYS
33
GEOTEXTILE FOR UNDERDRAIN 212
SYS
34
REVETMENT RIPRAP 10
TON
35
GEOTEXTILES 16
SYS
36
PIPE, 12" 1,324
LFT
'EXHIBIT
0N
N
O
i
C
2
Z
U
-Di
m
�1
D
r
M
O
3
-I
m
C
m
-_i
r
N
m
z
O
W
F
Z
D
Z
O
m
?U)
m
p
z
M
CD
A
m
0
O
m
A
m
In
m
-i
Z
m
3
O
m
7D
m
(n
m
-�
0 m
>D
<
m
�
m
m
O
Z
n
m
m
y
O
p
m
D
Z
=1
A
m5
rt
x
r
A
m
D
r
p
c
fn
{TOM
O
Z
frfl
O
n
D
T
C7
m
m
w
�
(�
-i
O
m
D
m
➢
C7
M
r
`<
;U
m
<
m
z
O
<
m
z
D
Z_
O
m
3
D
Z
O
m
3
D
z
O
m
z
r
m
O
_
Z
Z
m
Z
� j
-i
o
Z
r'
m
Z
p
cn
m
z1
O
Z
m
2
O
cn
m
p_i
O
Z
m
Z
O
cn
m
O_I
O
Z
m
2
O
U
m
1
O
Z
m
2
cn
m
-m_I
O
Z
C7
M
C1
r
D
_
D
;1
C7
O
n
-a
O
D
2
m
Tl
m
m
D
-I
D
c.
W
-
G2j
-y
U
O
D
m
?
=
O
r
R1
Y
G2j
-i
O
n�1
D
m
z
m
-{
m
m
nz
u
O
O
D
m
D
2
m
m
o
x
m
m
M
x
A
m
m
.
m
m
m
x
7n
=
OFO
m
1�1
m
m
p
D
m
.p
O
Z
A
-mi
m
a7
x
n
C
G
Z
m
x
m
z
O
z
m
m
o
-
m
m
A
m
m
m
-
m
m
c -
1
M
m
M
o
r
�
=
K
A
z
cl
�
A
Ql
(3]
Ol
_.
W
61
Q)
W
-+
A
—
Ql
W
W
W
1
.�
N
cn
W
W
.j
Q1
�
Cf1
N
O
Q)
N
v
O
co
N
W
W
CP
W
O
V
N
Ul
W
(a
(VL`
Q)
Q)
W
W
V
O
z
m
cn
O
z
D
n
D
n
D
n
n
n
n
A
�
D
n
A
n
D
n
D
�
D
n
_
D
n
TL=
D
n
D
n
z
D
n
D
n
n
n
D
n
D
n
D
n
D
n
n
-�
r
�'
n
q
n
D
n
r
�'
r
„�
r
i
r
-n
1
r
„
i
r
�,
i
r
-T,m-n
i
r
r
r
r
T/
FIELD OFFICE, A
12
MOS
78
CONSTRUCTION SIGN, A
60
EACH
79
CONSTRUCTION SIGN, B
25
EACH
80
CONSTRUCTION SIGN, C
18
EACH
81
DETOUR ROUTE MARKER ASSEMBLY
12
EACH
82
ROAD CLOSURE SIGN ASSEMBLY
6
EACH
83
BARRICADE TYPE III-A
170
LFT
84
BARRICADE TYPE III-8
72
LFT
85
FLASHING ARROW BOARD
60
DAYS
86
MAINTAINING TRAFFIC
1
LS
87
LINE, REMOVE
440
LFT
88
PAVEMENT MESSAGE MARKING, REMOVE
7
EACH
89
LINE, THERMOPLASTIC, SOLID. WHITE, 4 IN.
3,650
LFT
90
LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN
1,200
LFT
91
PAVEMENT MESSAGE MARKING, LANE INDICATION
ARROW
4
EACH
92
PAVEMENT MESSAGE MARKING, WORD (ONLY)
3
EACH
93
TRANSVERSE MARKING, THERMOPLASTIC,
CROSSWALK, WHITE, 6-
110
LFT
94
TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK
LINE, WHITE, 241N
1,222
LFT
95
TRANSVERSE MARKING, MULTI-COMPONENT,
CROSSWALK LINE WHITE 24 IN
1,356
LFT
96
TRANSVERSE MARKING, THERMOPLASTIC, STOP BAR,
WHITE, 24 IN
263
LFT
97
TRANSVERSE MARKING, MULTI-COMPONENT, STOP
BAR, WHITE, 24 IN
28
LFT
98
SIGNAL PEDESTAL, 10'
12
EACH
99
TYPE A PEDESTAL FOUNDATION
12
EACH
100
PEDESTRIAN PUSHBUTTON
16
EACH
101
PEDESTRIAN SIGNAL HEAD, COUNTDOWN, 18 IN.
16
EACH
102
SAWCUT FOR ROADWAY LOOP DETECTOR AND
SEALANT
580
LFT
103
CONDUIT, 2" PVC
146
LFT
104
CONDUIT, TRENCHLESS, PVC SCHEDULE 80
84
LFT
105
SIGNAL CABLE, 2C/16
277
LFT
106
SIGNAL CABLE, 1 C/14
1,180
LFT
107
SIGNAL CABLE, 5C/14
3,982
LFT
108
SIGNAL CABLE. 3CI14
3,982
LFT
109
TRAFFIC HANDHOLE
1
EACH
110
ADJUST HANDHOLE TO GRADE
1
EACH
111
OPTICOM PRE-EMPTION SYSTEM
2
LSUM
112
16" Ductile Iron Water Main
2,560
LFT
113
Temporary Asphalt Repair
110
LFT
114
16" Butterfy Valve
4
EACH
115
8" Gate Valve
I
EACH
116
6' Gate Valve
I
EACH
"EXHIBIT '
76-F2-0
117
Complete Hydrant Assembly
2
EACH
118
6" Connection
I
EACH
119
8" Connection
I
EACH
120
16" Connection
2
EACH
121
Short Side Service (SS)
2
EACH
122
Line Stop 16" (undistributed)
2
EACH
123
Line Stop 8" (undistributed)
I
EACH
124
Line Stop 6" (undistributed)
I
EACH
125
Adjust Valve to Grade
15
EACH
126
Remove/Replace/Relocate Valve
8
EACH
127
Valve Retirement
6
EACH
128
6"Water Main Lowering
I
EACH
129
8" Water Main Lowering
t
EACH
130
16" Water Main Lowering
i
L-ACH
PROJECT
TOTAL
S, G5Z, caoo. Co
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE:08-16-17
CONTRACT ID: PROJECT(S): 16 -ENG -73
CONTRACTOR: Morphey Construction Inc.
+------------------------------------------------------------------------------+
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I
I NO I DESCRIPTION I QUANTITY } ---------------- I --------------- I
I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+------------------------------------------------------------------------------+
I I I I I I I I
I 11CONSTRUCTION ENGINEERIN 1 1.000 1 35,000.00 1 35,000.00
I IG ILS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 21MOBILIZATION AND DEMOBI 1 1.000 1 182,600.00 1 182,600.00 1
1 ILIZATION ILS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 31CLEARING RIGHT OF WAY 1 1.000 1 61,501.04 1 61,501.04 1
1 1 ILS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 4IEXCAVATION, COMMON 1 3,865.000 1 40.00 1 154,600.00 1
1 1 ICYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I i
I 51BORROW 1 332.000 I 1.00 1 332.00 I
1 1 ICYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
61UNDERCUT SUBGRADE TREAT 1 1,312.000 I 40.00 1 52,480.00 1
1 IMENT (UNDISTRIBUT ICYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
71STORM WATER MANAGEMENT 1 16,300.000 I 1.00 1 16,300.00 1
1 IBUDGET IDOL I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
81PAVEMENT REMOVAL 1 743.000 1 20.00 1 14,860.00 1
1 1 ISYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 91COMPACTED AGGREGATE NO. 1 6,395.000 1 28.00 1 179,060.00 1
1 1 53, BASE ITON I I I I I
+------------------------------------------------------------------------------+
I I I I I I l I
I 101SUBGRADE TREATMENT, TYP 1 21,709.000 1 4.50 1 97,690.50 1
1 lE III ISYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 111SUBGRADE TREATMENT, TYP 1 3,083.000 1 16.00 1 49,328.00 1
1 IE II ISYS I I I I I
+-------------------------------------------------------------------------------+
6f Z -C) .
CONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION
SCHEDULE OF PAY
PROJECT(S):
ITEMS REVISED:
LETTING DATE:08-16-17
16 -ENG -73
PAGE: 2
CONTRACTOR: Morphey Construction Inc.
+------------------------------------------------------------------------------+
ILINEI ITEM I APPROX. 1 UNIT PRICE I BID AMOUNT I
I NO I DESCRIPTION I QUANTITY I ---------------- I --------------- I
I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+------------------------------------------------------------------------------+
I I I I I I I I
I 121HMA MILLING, 1.5" 1 1,135.000 1 11.00 1 12,485.00 I
1 1 ISYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 131HMA FOR MULTI -USE PATH 1 3,496.000 1 90.00 1 314,640.00 1
1 1 ITON I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 141ASPHALT FOR TACK COAT 1 11.100 1 960.00 1 10,656.00
1 1 ITON I I I I 1
+------------------------------------------------------------------------------+
I I I I I I I I
I 151HMA FOR APPROACHES, TYP 1 94.000 1 162.00 1 15,228.00 1
1 IE B ITON I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
161PCCP FOR APPROACHES, 6" 1 989.000 1 61.00 1 60,329.00 1
1 1 ISYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 171PCCP FOR APPROACHES, 8" 1 653.000 1 65.00 1 42,445.00 1
1 I ISYS I I I I I
+------------------------------------------------------------------------------+
l I I I I I I I
I 181CONCRETE ROLL CURB AND 1 180.000 I 47.00 1 8,460.00 1
1 [GUTTER ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 19ICURB AND GUTTER, CONCRE 1 3,455.000 1 44.00 1 152,020.00 1
1 ITE, TYPE II ILFT I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 2010ENTER CURB, TYPE D, CO 1 31.000 1 189.00 1 5,859.00 1
1 INCRETE ISYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 211STRAIGHT CONCRETE CURB, 1 750.000 1 44.00 1 33,000.00 1
I 1 12" ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
221STRAIGHT CONCRETE CURB, 1 667.000 1 35.00 1 23,345.00 1
1 1 6" ILFT I I I I I
+------------------------------------------------------------------------------+
'EXHIBIT
( v ZC)
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 3
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE:08-16-17
CONTRACT ID: PROJECT(S): 16 -ENG -73
CONTRACTOR: Morphey Construction Inc.
+--------------------------------------------------------------
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1
NO I DESCRIPTION I QUANTITY }---------------- I ---------------I
I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+------------------------------------------------------------------------------+
I I I I I I I I
I 231CURB TURNOUT 1 1.000 I 2,300.00 1 2,300.00 1
1 1 (EACH I I I I I
+------------------------------------------------------
I I I I I I I I
241SIDEWALK CONCRETE, 4" 1 301.000 1 49.00 1 14,749.00 I
1 1 ISYS I I I I I
+----------------------------------------------------- +
-------------------------
I I I I I I I I
I 251CURB RAMP, CONCRETE 1 548.000 1 113.00 1 61,924.00 I
1 1 ISYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 261DETECTABLE WARNING ELEM 1 391.000 1 74.00 1 28,934.00 1
1 TENT 1LFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 271BRICK COLUMN RECONSTRUC 1 2.000 I 7,500.00 1 15,000.00 1
1 IT (EACH I I I I I
+------------------------------------------------------------------
I I I I I I I I
I 281REMOVE AND REPLACE MAIL 1 5.000 1 300.00 1 1,500.00 I
1 IBOX (EACH I I I I I
+-------------------------------------------------------------
I I I I I I I I
I 291STRUCTURE BACKFILL TYPE 1 3,071.000 1 37.00 1 113,627.00 1
1 1 1 ICYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 301STRUCTURE BACKFILL, TYP 1 518.000 i 137.00 1 70,966.00
1 IE 5 ICYS i I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 311HMA FOR STRUCTURE INSTA 1 738.000 1 120.00 i 88,560.00 1
1 ILLATION 1TON I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 321AGGREGATE FOR UNDERDRAI 1 105.000 I 50.00 I 5,250.00 1
1 IN ICYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 331GEOTEXTILE FOR UNDERDRA 1 212.000 i 2.00 1 424.00 1
1 IIN ISYS i I I I I
+----------------------------------------------------------------------------+
'EXHIBIT
rlofZO
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 4
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE:08-16-17
CONTRACT ID: PROJECTS): 16 -ENG -73
CONTRACTOR: Morphey Construction Inc.
+----------------------------------------------------------------
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1
NO 1 DESCRIPTION I QUANTITY}----------------I---------------I
I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+----------------------------------------------------------------
I I I I I I I I
I 341REVETMENT RIPRAP 1 10.000 1 140.00 I 1,400.00 1
1 1 ITON I I I I I
+----------------------------------------------------------------------
I I I I I I I I
I 351GEOTEXTILES 1 16.000 1 2.00 1 32.00 i
1 1 ISYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 361PIPE, 12" 1 1,324.000 I 53.00 I 70,172.00 1
1 1 ILFT I I I I I
+---------------------------------------------------
I I I I I I I I
I 371PIPE, 15" 1 367.000 i 68.00 1 24,956.00 I
1 1 ILFT I I I I 1
+------------------------------------------------------------------------------+
I I I I I I I I
I 381PIPE, 18" 1 673.000 1 74.00 I 49,802.00 I
1 1 ►LFT I I I I I
+---------------------------------------------------- +
--------------------------
I I I I I I I I
I 39IPIPE, 24" 1 796.000 1 85.00 I 67,660.00 1
1 1 ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 401PIPE, 30" 1 589.000 I 112.00 1 65,968.00 I
1 1 ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 411CONCRETE BOX CULVERT EX 1 5.000 1 7,500.00 1 37,500.00 1
1 1TENSION, 8' x 4' ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 421PIPE, DRAIN TILE, 4"-6" 1 372.000 1 10.00 1 3,720.00 1
1 1 ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 431PIPE, PERF. HDPE, 6" 1 130.000 I 32.00 ( 4,160.00 I
1 1 ILFT i I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 441PIPE, 6" 1 185.000 1 21.00 1 3,885.00 1
1 1 ILFT I I I I I
+------------------------------------------------------------ ------------------
"EXHIBIT
--------------+"EXHIBIT
(Z426
CONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION
SCHEDULE OF PAY
PROJECT(S):
ITEMS REVISED:
LETTING DATE:08-16-17
16 -ENG -73
PAGE: 5
CONTRACTOR: Morphey Construction Inc.
+------------------------------------------------------------------------------+
ILINEI ITEM ( APPROX. 1 UNIT PRICE I BID AMOUNT I
I NO I DESCRIPTION I QUANTITY }---------------- I --------------- I
I I I AND UNITS ( DOLLARS I CTS I DOLLARS ICTS I
+----------------------------------------------------------- +
-------------------
I I I I I I I I
I 451PIPE, 36" X 24" 1 28.000 1 136.00 1 3,808.00 1
1 1 ILFT I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 461PIPE, 30" X 19" 1 408.000 I 124.00 1 50,592.00 1
1 1 (LFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 471PIPE, 12" SLOTTED VANE 1 217.000 1 174.00 1 37,758.00 1
1 IDRAIN ILFT I I 1 I I
+------------------------------------------------------------------
I I I I I I I I
I 481ADJ. CASTING TO GRADE, 1 6.000 1 550.00 I 3,300.00 1
1 (INLET (EACH I I I 1 I
+------------------------------------------------------------------------------+
I I I I I I I I
I 491ADJ. CASTING TO GRADE, 1 20.000 1 550.00 1 11,000.00 1
I IMANHOLE (EACH I I I I 1
+------------------------------------------------------------------------------+
I I 1 1 I I I i
I 501REPLACE CASTING 1 15.000 1 1,000.00 1 15,000.00 1
1 1 (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 511RECONSTRUCTION MANHOLE 1 15.000 1 650.00 1 9,750.00
1 1 ILFT I I I I I
+------------------------------------
I I I I I I I I
I 521CONCRETE, CLASS "A" 1 3.300 1 900.00 1 2,970.00 1
1 1 ICYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 53112" END SECTION 1 1.000 1 1,800.00 1 11800.00 1
1 1 (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 54115" END SECTION 1 5.000 I 1,900.00 1 9,500.00 1
I I (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 55118" END SECTION 1 2.000 1 2,000.00 1 4,000.00 I
1 1 (EACH I I I I I
------------------------------------------------------------ -----------------+
"EXHIBIT r (30fZC)
CONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION
SCHEDULE OF PAY
PROJECT(S):
ITEMS REVISED:
LETTING DATE:08-16-17
16-EN(33-73
PAGE: 6
CONTRACTOR: Morphey Construction Inc.
+----------------------------------------
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I
I NO I DESCRIPTION I QUANTITY }---------------- I --------------- I
I I I AND UNITS 1 DOLLARS I CTS I DOLLARS ICTS I
+---------------------------
--------------------------------
-------------------
I I I I I I I I
1 56124" END SECTION 1 1.000 1 2,200.00 1 2,200.00 1
1 1 (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I 1 I I
1 57136" END SECTION 1 1.000 1 3,200.00 1 3,200.00 1
1 1 (EACH I I I I I
+-------------------------------------------
I I I 1 I I I I
1 581J-10 INLET 1 11.000 1 2,500.00 1 27,500.00 1
1 1 (EACH I I I I I
+-----------------------------------------
I I I I I I I I
1 591G-7 INLET 1 10.000 1 2,700.00 1 27,000.00 1
1 1 (EACH I I I I I
+---------------------------------------------------
I I I I I I I I
601E-7 INLET 1 8.000 1 2,300.00 1 18,400.00 1
1 1 (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 611M-10 INLET 1 8.000 1 2,600.00 1 20,800.00 1
1 1 ►EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 62124" INLET 1 3.000 1 2,900.00 1 8,700.00 1
l 1 (EACH I I I I I
+--------------------------------------------- +
---------------------------------
I I I I I I I I
1 631C-4 MANHOLE 1 5.000 1 3,200.00 1 16,000.00 1
1 1 (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 641K-4 MANHOLE 1 1.000 1 4,400.00 1 4,400.00 1
1 1 (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 651J-4 MANHOLE 1 4.000 1 4,200.00 1 16,800.00 1
1 1 (EACH I I I I l
+------------------------------------------------------------------------------+
I I I I I I I I
I 661BACKFLOW PREVENTION VAL 1 1.000 1 5,800.00 1 5,800.00 1
1 IVE (EACH I I I I I
+----------------------------------------------------------------------------+
"IXHIBIT ! i /o-rzc)
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 7
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE:08-16-17
CONTRACT ID: PROJECT(S): 16 -ENG -73
CONTRACTOR: Morphey Construction Inc.
+----------------------------------------------------------- +
-------------------
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I
NO I DESCRIPTION I QUANTITY } ---------------- I --------------- I
I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+------------------------------------------------------------------------------+
I I I I I I I I
I 671ORIFICE RESTRICTOR PLAT 1 3.000 1 2,500.00 1 7,500.00 1
1 IE (EACH I I I I I
+------------------------------------------------
I I I I I I I I
I 681HYDRANT, RELOCATE 1 6.000 1 9,000.00 1 54,000.00 1
1 1 (EACH I I I I I
+----------------------------------------------------
I I I I I I I I
I 691SANITARY SEWER LATERAL 1 6.000 1 2,200.00 1 13,200.00 1
1 (ADJUST 1EACH I I I I I
+--------------------------------------------------
I I I I I I I I
I 701CONCRETE SADDLE 1 3.000 1 900.00 1 2,700.00 1
1 l (EACH I I I I I
+------------------------------------
I I I I I I I I
I 711REMOVE AND RESET DECORA 1 1.000 1 2,200.00 1 2,200.00 1
l ITIVE STREET LIGHT (EACH I i I I I
+-----------------------------------------
I I I I I I I I
I 721REMOVE AND RESET SIGN 1 6.000 1 400.00 1 2,400.00 1
1 1 (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 731MOBILIZATION AND DEMOBI 1 6.000 1 300.00 1 1,800.00 I
1 ILIZATION FOR SEED (EACH 1 I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 741FERTILIZER 1 5.000 1 680.00 1 3,400.00 1
1 1 ITON I I I I I
+------------------------------------------------------ +
I I I I I I I I
I 75ISEED MIXTURE, U 1 1,614.000 1 2.69 1 4,341.66 1
1 1 ILBS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 761MULCHING MATERIAL 1 16.000 1 430.00 1 6,880.00
1 1 ITON I I I I I
+-----------------------------------------------------------
I I I I I I I I
I 771FIELD OFFICE, A 1 12.000 1 1,700.00 1 20,400.00 I
1 1 (Mos I I I I I
+----------------------------------------------------------------------------+
"EXHIBIT_ •
1o-FZa
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 8
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE:08-16-17
CONTRACT ID: PROJECT(S): 16 -ENG -73
CONTRACTOR: Morphey Construction Inc.
+-----------------------------------------
---------------------------
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I
I NO I DESCRIPTION I QUANTITY } ---------------- I --------------- I
I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+------------------------------------------------------------------------------+
I I I I I I I I
I 781CONSTRUCTION SIGN, A 1 60.000 1 150.00 1 9,000.00 1
I I (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 791CONSTRUCTION SIGN, B 1 25.000 1 40.00 1 1,000.00 I
I I (EACH I I I I I
+-----------------------------------------
I I I I I I I I
I 801CONSTRUCTION SIGN, C 1 18.000 1 175.00 1 3,150.00 I
1 1 (EACH I I I I I
+--------------------------------------------------------------------
I I I I I I I I
I 811DETOUR ROUTE MARKER ASS 1 12.000 1 70.00 1 840.00 1
1 IEMBLY TEACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 82IROAD CLOSURE SIGN ASSEM 1 6.000 1 150.00 1 900.00 1
I IBLY (EACH I I I I I
+-----------------------------------------------------
I I I I I I I I
I 831BARRICADE TYPE III -A 1 170.000 1 20.00 I 3,400.00 1
1 1 I LFT I I i I I
+---------------------------------------
I I I I I I I I
I 841BARRICADE TYPE III -B 1 72.000 I 20.00 1 1,440.00 1
1 1 ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 851FLASHING ARROW BOARD 1 60.000 1 5.00 1 300.00 1
1 1 (DAYS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 861MAINTAINING TRAFFIC 1 1.000 1 285,000.00 1 285,000.00 1
1 1 ILS I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 871LINE, REMOVE 1 440.000 1 4.00 1 1,760.00 1
1 1 ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 881PAVEMENT MESSAGE MARKIN 1 7.000 1 100.00 I 700.00 1
1 IG, REMOVE (EACH I ! I l
+----------------------------------- ------- -----------+
o zS
�� f
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 9
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE:08-16-17
CONTRACT ID: PROJECT(S): 16 -ENG -73
CONTRACTOR: Morphey Construction Inc.
+------------------------------------------
{LINE{ ITEM { APPROX. I UNIT PRICE I BID AMOUNT {
{ NO I DESCRIPTION { QUANTITY } ----------------I---------------1
I I { AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+---------------------------------
------------------------------------------
I I I I I I I I
891LINE, THERMOPLASTIC, SO 1 3,650.000 1 1.50 1 5,475.00 1
1 ILID, WHITE, 4 IN. ILFT I I I I i
+---------------------------------------------------- -f-
--------------------------
I I I I { I I I
I 901LINE, THERMOPLASTIC, SO { 1,200.000 ( 1.50 i 1,800.00 1
1 ILID, YELLOW, 4 IN ILFT ( I I I I
+--------------------------------------------------
I I I I I I I I
I 911PAVEMENT MESSAGE MARKIN 1 4.000 1 250.00 ( 1,000.00 {
IG, LANE INDICATIO (EACH I I I I I
+------------------------------------
I I I I I I I I
I 921PAVEMENT MESSAGE MARKIN 1 3.000 1 300.00 1 900.00 1
1 IG, WORD (ONLY) (EACH I I I I i
+----------------------------------------------------------
I I I I I I I I
I 931TRANSVERSE MARKING, THE I 110.000 I 3.00 1 330.00 I
1 IRMOPLASTIC, CROSS ILFT I I I I 1
+------------------------------------------------------------------------------+
I I I I I I I I
{ 941TRANSVERSE MARKING, THE 1 1,222.000 1 10.00 1 12,220.00 I
1 IRMOPLASTIC, CROSS ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I
I 951TRANSVERSE MARKING, MUL 1 1,356.000 I 20.25 { 27,459.00 1
1 ITI-COMPONENT, CRO ILFT I I { I I
+-----------------------------------------------------
I I I I I I I I
I 961TRANSVERSE MARKING, THE 1 263.000 1 10.00 1 2,630.00
1 IRMOPLASTIC, STOP ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
I 971TRANSVERSE MARKING, MUL 1 28.000 1 35.65 1 998.20
1 ITI-COMPONENT, STO ILFT I I I I I
+----------------------------------------------------------
I I I I I I I I
I 981SIGNAL PEDESTAL, 10' { 12.000 1 800.00 1 9,600.00 1
1 1 (EACH I l I I I
+-----------------------------------------------------------------
I I I I I I I I
1 991TYPE A PEDESTAL FOUNDAT 1 12.000 I 1,200.00 I 14,400.00 i
1 11ON (EACH ► I I I I
+------------------------------------------------------------------------------+
.17J 2,6
CONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION
SCHEDULE OF PAY
PROJECT(S):
ITEMS REVISED:
LETTING DATE:08-16-17
16 -ENG -73
PAGE: 10
CONTRACTOR: Morphey Construction Inc.
+------------------------------------------------------------------------------+
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1
I NO I DESCRIPTION I QUANTITY } ----------------I---------------1
I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+------------------------------------------------------------------------------+
I I I I I I I I
11001PEDESTRIAN PUSHBUTTON 1 16.000 1 550.00 1 8,800.00 1
1 1 (EACH I I I I I
+------------------------------------------
------------------------------
I I I I I I I I
1011PEDESTRIAN SIGNAL HEAD, 1 16.000 1 700.00 1 11,200.00 1
1 1 COUNTDOWN, 18 IN (EACH I I I I
+----------------------------------
I I I I I I I I
11021SAWCUT FOR ROADWAY LOOP 1 580.000 1 8.00 1 4,640.00 1
I 1 DETECTOR AND SEA ILFT I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 1031CONDUIT, 2" PVC 1 146.000 1 29.00 I 4,234.00 1
1 1 ILFT I I I I I
+-------------------------------------------------------
I I I I I I I I
11041CONDUIT, TRENCHLESS, PV 1 84.000 1 31.00 I 2,604.00 I
1 IC SCHEDULE 80 ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
11051SIGNAL CABLE, 2C/16 1 277.000 1 1.80 1 498.60 1
1 1 ILFT I I I I I
+----------------------------------------
I I I I I I I I
11061SIGNAL CABLE, 1C/14 1 1,180.000 I 0.20 I 236.00
1 1 ILFT I i I I I
+------------------------------------------------------------------
I I I I I I I I
11071SIGNAL CABLE, 5C/14 1 3,982.000 1 2.10 1 8,362.20 1
1 1 ILFT I I I I I
+------------------------------------------------------------------------------+
1 I I I I I I I
11081SIGNAL CABLE, 3C/14 1 3,982.000 1 1.90 1 7,565.80 I
1 1 ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
11091TRAFFIC HANDHOLE 1 1.000 I 1,200.00 1 1,200.00 I
1 1 (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
11101ADJUST HANDHOLE TO GRAD 1 1.000 1 400.00 I 400.00 1
1 IE (EACH I I I I I
+-------------------------------------------------------A--------------------+
/gof2a
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 11
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE:08-16-17
CONTRACT ID: PROJECT(S): 16 -ENG -73
CONTRACTOR: Morphey Construction Inc.
+----------------------------------------------------------------------
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I
I NO I DESCRIPTION I QUANTITY }---------------- I-----------__--1
I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+----------------------------------------------------------
I I I I I I I I
11111OPTICOM PRE-EMPTION SYS 1 2.000 1 9,200.00 1 18,400.00 1
1 ITEM ILS I I I I I
+------------------------------------------------
I I I I I I I I
1 112116" DUCTILE IRON WATER 1 2,560.000 I 124.00 1 317,440.00 1
1 (MAIN ILFT I I I I I
+----------------------------------------------
----------------------------
I I I I I I I I
1131TEMPORARY ASPHALT REPAI 1 110.000 I 56.00 1 6,160.00 1
1 IR ILFT I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
11141BUTTERFLY VALVE 1 4.000 1 6,700.00 1 26,800.00 1
1 1 LEACH I I I I I
+---------------------------------------- ----------------------------------
I I I I I I I I
1 11518" GATE VALVE 1 1.000 1 4,300.00 1 4,300.00 1
1 1 (EACH I I I I I
+--------------------------------------
I I I I I I I I
1 11616" GATE VALVE 1 1.000 1 3,700.00 1 3,700.00 1
1 1 (EACH I I I I I
+--------------------------------------------------
I I I I I I I I
11171COMPLETE HYDRANT ASSEMB 1 2.000 1 11,700.00 1 23,400.00 1
1 ILY (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 11816" CONNECTION 1 1.000 1 7,600.00 ( 7,600.00 1
1 1 (EACH I I I I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 11918" CONNECTION 1 1.000 1 8,100.00 1 8,100.00 1
1 1 (EACH I I 1 I I
+------------------------------------------------------------------------------+
I I I I I I I I
1 120116" CONNECTION 1 2.000 I 8,700.00 1 17,400.00 1
1 1 (EACH I I i I I
+---------------------------------------------- +
--------------------------------
I I I I I I 1 I
11211SHORTSIDE SERVICE 1 2.000 1 1,800.00 1 3,600.00 1
1 1 (EACH I i I I I
+----------------------------------------------------------------------------+
"EXHIBIT /k 4 Ick rz
l(O
CONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION
SCHEDULE OF PAY
PROJECT(S):
ITEMS REVISED:
LETTING DATE:08-16-17
16 -ENG -73
PAGE: 12
CONTRACTOR: Morphey Construction Inc.
+----------------------------------
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1
I NO I DESCRIPTION I QUANTITY } ----------------1---------------I
I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+------------------------------------------------------------------------------+
I I I i I I I I
11221LINE STOP 16" (UNDISTRI 1 2.000 1 11,600.00 1 23,200.00 I
1 IBUTED) (EACH I I I I I
+----------------------------------------------------------------------
I I I I I I I I
1231LINE STOP 8" (UNDISTRIB 1 1.000 ► 6,300.00 1 6,300.00
1 IUTED) (EACH I I I I I
+--------------------------------------------------------------------
I I I I I I I I
11241LINE STOP 6" (UNDISTRIB 1 1.000 1 6,000.00 i 6,000.00
1 IUTED) (EACH I I I I I
+------------------------------------------------------------------------------
I I I I I I I I
11251ADJUST VALVE TO GRADE 1 15.000 I 550.00 1 8,250.00 I
1 1 ►EACH I I I I I
+---------------------------------------------------------- +
--------------------
I I I I I I I I
11261REMOVE/REPLACE/RELOCATE 1 8.000 1 1,500.00 1 12,000.00 I
1 I VALVE (EACH I I I I I
+--------------------------------------------------------------------
I I I I I I I I
11271VALVE RETIREMENT 1 6.000 1 1,000.00 I 6,000.00
1 1 (EACH I I I I I
+------------------------------------
I I I I I I I I
1 12816" WATERMAIN LOWERING 1 1.000 1 10,500.00 I 10,500.00 I
1 1 (EACH I I I 1 I
+-------------------------------------------
I I I I I I I I
112918" WATER MAIN LOWERING 1 1.000 1 12,500.00 1 12,500.00 I
I 1 (EACH I I I I I
+--------------------------------------------
I I I I I i I I
1 130116" WATER MAIN LOWERING 1 1.000 I 22,500.00 I 22,500.00 1
1 I (EACH I I I I I
+---------------------------------------------------------------------
I I I I I
I I I I I I
+---------------------------------------------------- +
--------------------------
I I I TOTAL 1 3,652,000.00 1
I I I I I I
+----------------------------------------------------- +
-------------------------
'EXHIBIT A
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
', • 111 111
111 111
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
AFFMA VIT
Src- 0T-' Z"/ 6 a>JZ - , 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.
2. I am now and at all times r levap herein have been employed by
(the "Employer")
in the position of -DI
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 knowingly employ any unauthorized aliens.
FURTHER AFFIANT SAYETH NOT.
s�
EXECUTED on the Z/ day of ���'°-r , 20 l7
Printed: _ SS 7?� 1- /-(!�- ✓3��ne
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.
Z
Printed:
INDIANA RETAIL TAX EXEMPT Page 1 of 1
City
®�(' ��}�'�'j� �� CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER
/ � Jl J� FEDERAL EXCISE TAX EXEMPT 100667
ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A/P
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 DATET DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
8/18/2017 00351732 Project 16 -ENG -73; Contract Date 09.06.17
MORPHEY CONSTRUCTION INC City Engineering's Office
VENDOR 1499 N SHERMAN DRIVE SHIP 1 Civic Square
TO Carmel, IN 46032 -
INDIANAPOLIS, IN 46201--1515 Kate Lustig
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
18244
- - --._..-------------
QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION
Department: 2200 Fund: 0 COIT Bond Fund
Account: 94-650.04
1 Each Shelborne Rd. Trail - 96th St. to 106th St. / 96th St. Trail - 3,652,000.00 $3,652,000.00
Michigan Rd. to Ditch - Construction
Sub Total $3,652,000.00
Send Invoice To:
Skip Tennancour
American Structurepoint, Inc.
8425 Wicklow Way
Brownsburg, IN 46112
2016 COIT Bond PLEASE INVOICE IN DUPLICATE
- -- — --
DEPARTMENT d ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $3,652,000.00
SHIPPING INSTRUCTIONS A/P 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 James Crider
TITLE Director Administration
CONTROL NO. 100667 CLERK -TREASURER