HomeMy WebLinkAboutGradex, Inc/Eng/4,979,000/Roundabout Improvement Range Line Road and Executive Drive (Project #16-ENG-38)Gradex, Inc. _
Engineering Department - 2017 QRO
Appropriation # 2016 General Obligation Bond Fund, 2016 COIT Bond Fund; P.O. #: 100665, 1006664
Contract Not To Exceed $4,979,000.00 JAD
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.
PERFORMANCE:
City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City
budget appropriation number 2016 General Obligation Bond and 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 Four Million Nine Hundred Seventy Nine Thousand Dollars ($4,979,000.00)
(the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days
detailing the Goods and Services provided to City within such time period. City shall pay Vendor for
such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's
invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are
in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that
contains the information contained on attached Exhibit B, and Vendor has otherwise performed and
satisfied all the terms and conditions of this Agreement.
3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the
Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has
previously agreed, in writing, to pay an amount in excess thereof.
4. WARRANTY:
Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those
certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City
and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering
Department Bid Proposal Package for "Roundabout Improvements Rangeline Road & Executive Drive,
Project # 16 -ENG -38" 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,
]S:VC-nactsTrof S— & Goods S-a1E.ginccring\2017\Gradcx, Inc. Goods and S—icm 2.dm:8212017 12:17 PM]
Gradex, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, 2016 COLT Bond Fund; P.O. #: 100665, 100666
Contract Not To Exceed $4,979,000.00
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.
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.
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,
IS: ConinctsTrof.Svcs R Goods Svcs\Engin=ing\2017\G.dm 1- Goods and Services 2.d-:8212017 12:17 PMj
Gradex, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, 2016 COIT Bond Fund; P.O. #: 100665, 100666
Contract Not To Exceed $4,979,000.00
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
jSACon1 a M\Prof.Sv R Goods Sr.\Enginarin$\201TGndex. Lac. Goods snd Service 2.docW2112017 12.17 PMI
Gradex, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, 2016 COIT Bond Fund; P.O. #: 100665, 100666
Contract Not To Exceed $4,979,000.00
16. GOVERNING LAW; LAWSUITS:
This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana,
except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they
waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County,
Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same.
17. SEVERABILITY:
If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive
order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to
comply with same, and the remaining provisions of this Agreement shall remain in full force and effect.
18. NOTICE:
Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage
prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified
herein:
If to City: City of Carmel
One Civic Square
Carmel, Indiana 46032
If to Vendor:
ATTENTION
Gradex, Inc.
12900 North Meridian Street
Suite 120
Carmel, IN 46032
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.
[SAC-tracts\Prof.Sves R Goods Svcs\Enginesringt2017`fradex, Inc. Goods and Services 2.do W I/2017 12:17 PMJ
Gradex, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, 2016 COIT Bond Fund; RO. #: 100665, 100666
Contract Not To Exceed $4,979,000.00
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.
[SAC.,,—s P,.f.S— @ G-& S,.\EngineeringV017TGad- Inc. G,W, and .Sevier 2.dx. 9/210M 1. 17 PMI
Gradex, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund, 2016 CO1T Bond Fund; P.O. #: 100665, 100666
Contract Not To Exceed $4,979,000.00
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:
aures Brainard, PresidinOfficer
Date: // " -2 � — /_'
MaryAn�(Burke, � b� 3 _' 7
Date: //
Lori S. W tson, ber
Date:
ATTE T:
hristine S. Pauley, CI r t -Tread r
Date:
I5.^cwvacuuSS.S\'pk Godt 5.'a1Eo,wtcmpUUl7Cradr.�. Is. GM4 ad MIT BVI
6
Gradex, Inc.
By:
Authorized ignature
Jason Dapp
Printed Name
President
Title
FIDITIN: 35-1698047
Last Four of SSN if Sole Proprietor:
Date: __ August 21, 2017
GpAPORAPIP
P
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with
project name and your company name clearly marked on the
outside. Seal the envelope.
The prices indicated on this sheet shall be read aloud during the
bid opening and shall match the prices indicated in Part 2 of the
Bidders Itemized Proposal and Declarations.
Company:
Gradex, Inc.
Project Name:
Project No. 16 -ENG -38
Roundabout Improvements Range Line Road
& Executive Drive
Date Submitted:
August 16, 2017
Base Quote
Amount:
$ 4,979,000.00
'EXHIBIT
Revised 8/11/2017
BIDDE,R'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall
be fully and accurately filled in and completed and notarized.
Project: 16 -ENG -38 — Roundabout Improvements Range Line
Road & Executive Drive
Proposal For Construction of :
Roundabout construction at Range Line Road and
Executive Drive and corridor improvements along Range
Line Road from Executive Drive to City Center Drive
including mill and resurfacing, storm sewer installation,
shared -use path and sidewalk construction, lighting, and
landscaping.
Date: August 16, 2017
To: City of Carmel, Indiana, Board of Public Works and Safety
Version 2016-08-31
r
�pMlBfi- _
2b �
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 Four Million Nine Hundred
Seventy -Nine Thousand and 00/100--- Dollars ($ 4,979,000.00 ). 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.
A'EXHIBIT
3 of_
Version 2016-08-31
PART 3
CONTRACT ITEMS AND UNIT PRICES
Contract
Item No.
Description
Estimated
uantity
Unit
Unit Price
Item Total
0001
CONSTRUCTION ENGINEERING
1
LS
S
75,000.00
$ 75,000.00
0002
INSPECTION HOLE, GREATER THAN 3 FT (UNDISTRIBUTED)
MO
EACH
S
900.00
$ 9,000.00
0003
INSPECTION HOLE, 3 FT DEPTH OR LESS (UNDISTRIBUTED)
10.0
EACH
$
600.00
$ 6,000.00
0004
MOBILIZATION AND DEMOBILIZATION
1
LS
S
248,000.00
$ 248,000.00
0005
CLEARING RIGHT OF WAY
I
LS
S
45,000.00
S 45,000,00
0006
RELOCATE DECORATIVE SIGN AND FOUNDATION
1.0
EACH
S
11,300.00
S 11,300.00
0007
PAVEMENT REMOVAL
830.0
SYS
S
13.00
$ 10,790.00
0008
CURB, CONCRETE, REMOVE
1640.0
LFT
$
5.00
S 8,20400
0009
CURB AND GUTTER, REMOVE
3582.0
LFT
$
5.00
$ 17,910.00
0010
SIDEWALK, CONCRETE, REMOVE
2382.0
SYS
$
11.00
S 26,202.00
0011
CONCRETE, REMOVE
206.0
SYS
$
48.00
S 9,888.00
0012
SIGNAL POLE FOUNDATION, REMOVE
6.01
EACH
$
510,00
$ 3,060.00
0013
SIGNAL POLE, REMOVE
6.0
EACH
S
500.00
$ 3,000.00
0014
EXCAVATION, COMMON
4290.0
CYS
$
28.00
$ 120,120.00
0015
BORROW
6770.0
CYS
S
0.01
$ 67.70
0016
TEMPORARY INLET PROTECTION
50.0
EACH
S
75.00
S 3,750.00
0017
TEMPORARY MULCH
7.0
TON
$
420.00
$ 2,940.00
0018
TEMPORARY SILT FENCE
1238.0
LFT
S
1.69
$ 2,092.22
0019
NO 2 STONE
250.01
TON
S
21.00
S 5,250.00
0020
TEMPORARY GEOTEXTILE
588.0
SYS
$
3.00
$ 1,764.00
0021
TEMPORARY SEED MIXTURE
318,0
LBS
S
2.50
S 795.00
0022
SUBGRADE TREATMENT, TYPE 11
1122.0
SYS
S
19.00
S 21,318.00
0023
SUBGRADE TREATMENT, TYPE 1C
7407.0
SYS
$
2L00
S 155,547.00
0024
B BORROW
168.0
CYS
$
30.00
S 5,040.00
0025
STRUCTURAL BACKFILL, TYPE 1
309.0
CYS
$
17.00
S 5,253.00
0026
STRUCTURAL BACKFILL, TYPE 3
357.01
CYS
S
67.27
$ 24,015.39
0027
COMPACTED AGGREGATE, NO. 53
795.0
TON
S
22,00
S 17,490,00
0028
WIDENING WITH HMA, TYPE C
82.0
TON
S
86.26
$ 7,073.32
0029
WIDENING WITH PCC BASE, 6 IN
649.0
SYS
S
44.94
S 29,166.06
0030
MILLING, ASPHALT, 1 121N
9475,0
SYS
$
0.63
$ 5,969.25
0031
MILLING ASPHALT, VARIABLE DEPTH
623.0
SYS
$
0.63
$ 392.49
0032
HMA, SURFACE, TYPE C, 9.5 MM
1219,0
TON
$
89.08
S 111,260,92
0033
HMA, INTERMEDIATE, TYPE C, 19.0 MM
636.01
TON
S
75.17
S 47,808.12
0034
HMA, BASE, TYPE C, 25.0 mm
1519.0
TON
S
65.83
$ 99,995.77
0035
HMA, INTERMEDIATE, TYPE C, OG 19.0 MM
786,0
TON
$
67.66
S 53,180.76
0036
JOINT ADHESIVE, SURFACE
5912.0
LFT
S
0.51
$ 3,015.12
0037
JOINT ADHESIVE, INTERMEDIATE
1748.0
LFT
S
0.58
$ 1,013,84
0038
LIQUID ASPHALT SEALANT
5912.0
LFT
S
0.25
S 1,478.00
0039
ASPHALT FOR TACK COAT
8.0
TON
$
0.01
S 0.08
0040
BASE SEAL
5.01
TON
S
0.01
$ 0.05
0041
RAISED PEDESTRIAN CROSSING
664.0
SYS
$
155.52
S 103,265.28
0042
DECORATIVE CONCRETE PAVEMENT, TRUCK APRON, 7 IN
202.0
SYS
S
129.04
$ 26,066.08
0043
SHARED -USE PATH
1545.0
SYS
$
99,00
S 152,955.00
0044
SIDEWALK, CONCRETE, 4 IN
576.0
SYS
S
52.49
S 30,234.24
0045
SIDEWALK, CONCRETE, (UNDISTRIBUTED)
24.0
SYS
$
7436
S 1,78234
0046
CURB RAMP, CONCRETE
193.0
SYS
$
182.72
$ 35,264.96
0046-A
CURB RANIP, PAVERS
379.01
SYS
S
162.00
$ 61,398.00
0047
DETECTABLE WARNING SURFACES
83.0
SYS
$
24.59
S 2,040.97
0048
HAND RAIL, DECORATIVE
178.0
LFT
S
273.00
S 48,594.00
0049
DETECTABLE WARNING SURFACES, RETROFIT
3,0
SYS
$
309,60
S 2,476.80
0050
STRAIGHT CONCRETE CURB
2379.0
LFT
S
24.75
$ 58,880,25
0051
CENTER CURB, D, CONCRETE
54.0
SYS
S
146.71
S 7,922.34
0052
CURB AND GUTTER CONCRETE TYPE It
3518.01
LFT
S
22.42
S 78,873.56
0053
CURB AND GUTTER, CONCRETE TYPE 11, (UNDISTRIBUTED)
263.0
LFT
S
48.71
$ 13,054.28
0054
ROLL CURB FOR TRUCK APRON
3032.0
LFT
S
22.56
S 68,401,92
ITEM RLINI HIED
S
0055
CURB AND GUTTER, SLOPING
170.0
LFT
S
46.59
S 7,920,30
0056
INLET FILTER
50.0
EACH
S
785.00
S 39,250.00
0057
PCCP FOR APPROACHES, 61N
224,0
SYS
$
72.32
$ 16,199.68
0058
PCCP FOR APPROACHES, 9 I
898.0
SYS
$
78.82
S 70;780.36
0059
MONUMENT, SECTION CORNER
2.0
EACH
S
881.00
S 1,762.00
0060
ITEM REMOVED
$ -
0061
MOBILIZATION AND DEMOBILIZATION FOR SEEDING
2.0
EACH
$
50.00
S 100.00
"EXHIBIT _
q0F 1
0062
TOPSOIL
467.0
CYS
$
40.00
$ 18,680.00
0063
SODDING, NURSERY
;418M
SYS
$
3.00
$ 16,254.00
0064
ITEINI RF ROVED
$
0065
FIELD OFFICE, B
12.0
MOS
S
2,492.02
S 29,904,24
0066
PIPE, TYPE 4 CIRCULAR 6 IN
1893.0
LFT
$
10.00
S 18,930.00
0067
PIPE, CLASS Ill RCP, CIRCULAR 12 IN
706.0
LFT
S
40.00
S 28,240.00
0068
PIPE, CLASS Ill RCP, CIRCULAR 15 IN
68.01
LFT
S
45.00
S 3,060.00
0069
HMA FOR STRUCTURE INSTALLATION, TYPE C
34.0
TON
S
210.73
S 7,164,82
0070
AGGREGATE FOR UNDERDRAINS
171.0
CYS
S
38.00
S 6,498.00
0071
GEOTEXTILES FOR UNDERDRAIN
1797.0
SYS
S
2.25
S 4,043.25
0072
CASTING, ADJUST TO GRADE
8.0
EACH
S
650.00
S 5,200.00
0073
FLAT CASTING FURNISH & ADJUST TO GRADE
5.0
EACH
S
1,000.00
S 5,000.00
0074
CASTING, 13, FURNISH AND ADJUST TO GRADE
1.0
EACH
$
1,100.00
$ 1,100.00
0075
INLET, E7
1.0
EACH
S
1,900.00
$ 1,900.00
0076
INLET, J 10
14.01
EACH
S
1,900.00
S 26,600.00
0077
INLET, MIO
4.01
EACH
S
1,900.00
S 7,600.00
0078
MANHOLE, C4
2.0
EACH
$
2,000.00
$ 4,000.00
0079
STRUCTURE, MANHOLE, RECONSTRUCTED
6.0
LFT
S
500.00
S 3,000.00
0080
MANHOLE, C2
3.0
EACH
S
2,000.00
S 6,000.00
0081
MANHOLE, CIO
4.0
EACH
S
2,000.00
$ 8,000.00
0082
AGGREGATE FOR DRAINAGE FILL
56.0
CYS
S
68.58
S 3,840.48
0083
MODULAR BLOCK WALL
225.0
SFT
S
10.59
$ 2,382.75
0084
MODULAR BLOCK WALL ERECTION
1484.01
SFT
S
9.55
$ 14,172.20
0085
MODULAR BLOCK WALL WITH GROUND REINFORCEMENT
1259.0
SFT
$
10.59
$ 13,332.81
0086
CONSTRUCTION SIGN, C
3.0
EACH
$
397.00
S 1,191.00
0087
ROAD CLOSURE SIGN ASSEMBLY
6.0
EACH
$
275.00
S 1,650.00
0088
TEMPORARY PAVEMENT MARKING, 4 IN
13308.0
LFT
$
0.45
S 5,988.60
0089
DETOUR ROUTE MARKER ASSEMBLY
22.0
EACH
S
136.00
S 2,992.00
0090
CONSTRUCTION SIGN, A
6,0
EACH
S
357,00
S 2,142.00
0091
CONSTRUCTION SIGN, B
12.0
EACH
S
119.00
$ 1,428.00
0092
MAINTAINING TRAFFIC
I
LS
$
317,123.56
S 317,123.56
0093
BARRICADE, III -A
122.0
LFT
S
12.00
$ 1,464.00
0094
BARRICADE, III -B
132.0
LFT
S
13.00
S 1,716.00
0074-A
RAISED PEDESTRIAN CROSSING: WARNING uGIfF S}'STF1t1
6.0
EACH
S
35,000.00
$ 210,000.00
0094-B
RAISED PEDESTRIAN CROSSING WARNING LIGICI'sN's'rE:Nl -
RETROFIT
4.0
FACII
$
4,600.00
S 18,400.00
0095
DECORATIVE STREET SIGN ASSEMBLY, INSTALLED
5.0
EACH
$
1,800.00
S 9,000.00
0096
SIGN POST, SQUARE, TYPE 1, REINFORCED ANCHOR BASE
533.0
LFT
S
22.00
S 11,726.00
0097
SIGN, SHEET, WITH LEGEND 0.080 IN
130.0
SFT
S
21.00
S 2,730.00
0097-A
SIGN SIIE'El-, WITH LEGEND, WITII LED 0.080 IN
75.0
S111'
$
600.00
S 45,000.00
0098
SIGN, SHEET, WITH LEGEND 0.100 IN
117.0
SFT
S
22.00
S 2,574.00
0099
SIGN, SHEET, WITH LEGEND 0.125 IN THICKNESS
22.0
SFT
$
25.00
$ 550.00
0100
TRAFFIC SIGNAL EQUIPMENT, REMOVE
2.0
EACH
S
2,300.00
$ 4,600.00
0101
CONDUIT, PVC, 2 IN, SCHEDULE 80
1250.0
LFT
$
16.00
$ 20,000.00
0102
CONTROLLER CABINET FOUNDATION, PI
1.0
EACH
S
1,900.00
$ 1,900.00
0103
CONTROLLER CABINET, P
1.0
EACH
S
4,200.00
$ 4,200.00
0104
CONDUIT, PVC, 4 IN., SCHEDULE 80
3392.0
LFT
$
11.00
S 37,312.00
0105
CONDUIT, PVC, 4 IN., SCHEDULE 80 WITH 4-1 IN. INNERDUCTS
3392.0
LFT
$
15.00
S 50,880.00
0106
HANDHOLE, COMMUNICATION
18.0
EACH
S
1,200.00
S 21,600.00
0107
HANDHOLE, LIGHTING
5.0
EACH
5
800.00
S 4,000.00
0108
lTE 41 REMOVED
S
0109
ITEM REMOVED
$
0110
LUMINAIRE, ORNAMENTAL
13.0
EACH
S
3,500.00
S 45,500.00
0111
ITENI REMOVED
$
0112
LIGHT POLE, ORNAMENTAL
13.01
EACH
S
3,900.00
$ 50,700.00
0113
ITEM REMOVED
S
0114
WIRE, NO 4 COPPER, IN PLASTIC DUCT. IN TRENCH 4 1/C
2057.0
LFT
$
10.50
S 21,598.50
0115
WIRE, NO 6 COPPER IN PLASTIC DUCT, 4 I/C
625.0
LFT
S
6.00
$ 3,750.00
0116
WIRE, NO COPPER IN PLASTIC DUCT, IN TRENCH, 4 1/C
2057.0
LFT
$
10.00
$ 20,570.00
0117
LIGHTING FOUNDATION, CONCRETE, WITH GROUNDING, 30 IN X 96
IN
13.0
EACH
S
1,500.00
$ 19,500.00
0118
ITEM RESIOVEJ)
S
0119
SERVICE POINT, II
1.0
EACH
5
900.00
S 900.00
0120
CABLE, POLE CIRCUIT THWN, NO 10 COPPER STRANDED, UC
1820.0
LFT
$
1.00
$ 1,820.00
0121
CONNECTOR KIT, UNFUSED
13.0
EACH
S
55.00
$ 715.00
0122
CONNECTOR KIT, FUSED
13.0
EACH
S
55.00
$ 715.00
0123
MULTIPLE COMPRESSION FITTING, NON -WATERPROOFED
24.0
EACH
S
41.00
S 984.00
0124
MULTIPLE COMPRESSION FITTING, WATERPROOFED
16.0
EACH
S
42.00
S 672.00'
0125
INSULATION LINK, NON -WATERPROOFED
26.0
EACH
S
40.00
S 1,040.00
0126
INSULATION LINK, WATERPROOFED
20.01
EACH
S
41.00
$ jgo.00
"E BIT A
0127
ITEM REAlOVED
S
0128
WIRE, NO 4 COPPER, IN PLASTIC DUCT, 4 I/C
625.0
LFT
$
7.00
S
4,375.00
0129
PAVEMENT MESSAGE MARKING, THERMOPLASTIC, BIKE SYMBOL
12.0
EACH
S
285.00
S
3,420,00
0130
LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN
1091.0
LFT
$
1.20
$
1,309.20
0131
LINE, THERMOPLASTIC, SOLID, WHITE, 8 IN
198,0
LFT
$
3.15
S
623.70
0132
LINE, REMOVE
2841.0
LFT
S
1.25
S
3,551.25
0133
TRANSVERSE MARKINGS, THERMOPLASTIC, PEDESTRIAN
CROSSING
12.0
EACH
S
195.00
S
2,340.00
0134
TRANSVERSE MARKING, THERMOPLASTIC, YIELD, WHITE, 24 IN
(SHARKS TEETH)
85.0
LFT
S
22.00
S
1,870.00
0135
LINE, THERMOPLASTIC, DOTTED, WHITE, 6 IN. (2 FT LINE, 4 FT GAP)
66.0
LFT
S
4.05
$
267.30
0136
LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN (2 FT LINE, 2 FT GAP)
100.0
LFT
S
5.40
S
540.00
0137
LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN
1819.0
LFT
S
2.35
S
4,274.65
0138
LINE, THERMOPLASTIC, BROKEN, YELLOW, 4 IN (3' LINE, 9' GAP)
530.0
LFT
S
3.45
S
1,828.50
0139
LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN
2102.0
LFT
5
1.20
S
2,522.40
0140
TRANSVERSE MARKING, THERMOPLASTIC, CROSSHATCH LINE,
WHITE, 12"
123.0
LFT
$
4.70
S
578.10
0141
TRANSVERSE MARKING, THERMOPLASTIC, CROSSHATCH LINE,
YELLOW, 12"
35.0
LFT
S
4.70
S
164.50
0142
TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24 IN
21.0
LFT
S
9,35
$
196.35
0143
TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, 6"
261.0
LFT
S
2.35
S
613.35
0144
PAVEMENT MESSAGE MARKING, THERMOPLASTIC, LANE
INDICATION ARROW
24,0
EACH
S
190.00
S
4,560.00
0144-A
PAVEMENT MESSAGE,NIARKIVG,'I'IIERAIOPLAS'i'IC, LANE
INDICATION ARROW, "FISH I TOOK", Wlll'FE
8.0
EACII
S
410.00
$
3,280.00
0145
SNOWPLOWABLE RAISED PAVEMENT MARKER
32.0
EACH
$
50.00
$
1,600.00
0146
LINE, THERMOPLASTIC, SOLID, YELLOW, 8"
200.0
LFT
S
3.15
S
630.00
0147
GREEN CYCLE: TRACT: MARKING
1076.0
SYS
$
10.00
$
10.760.00
0148
WATER MAIN, DUCTILE IRON, 12 IN.
2180.0
LFT
$
85.00
S
185,300.00
0149
WATER MAIN. DUCTILE IRON, 8 IN,
260.0
LFT
$
95.00
$
24,700.00
0150
WATER MAIN, DUCTILE IRON, 6 IN.
30.0
LFT
$
160.00
S
4,800.00
0151
STRUCTURE BACKFILL
2470.0
LFT
$
32.00
S
79,040.00
0152I';i�'L11EiNTRES
FORA 110N
2470.0
LFT
S
31.81
$
78,570.70
0153
GATE VALVE, 12 IN.
I1.0
EACH
S
2,500.00
$
27,500.00
0154
GATE VALVE, 8 IN.
2.0
EACH
$
11500.00
S
3,000.00
0155
GATE VALVE, 6 IN.
2.0
EACH
S
1,000.00
S
2,000.00
0156
COMPLETE HYDRANT ASSEMBLY
6.0
EACH
$
5,500.00
$
33,000.00
0157
CONNECTION, 6 IN.
2.0
EACH
S
2,250.00
S
4,500.00
0158
CONNECTION, 8 IN.
1.0
EACH
S
2.500.00
S
2,500.00
0159
CONNECTION, 10 IN.
1.0
EACH
S
3,000.00
$
3,000.00
0160
CONNECTION, 12 IN,
2.0
EACH
S
5,000.00
$
10,000.00
0161
ITEM RE3IOVED
S
-
0162
SHORT SIDE SERVICE
9.0
EACH
S
1,750.00
$
15,750.00
0163
METER PIT, REPLACE
1.0
EACH
$
1,500.00
S
1,500.00
0164
LINE, STOP, 12 IN. UNDISTURBED
2.01
EACH
$
7,700.00
S
15,400.00
0165
LINE, STOP, 8 IN. UNDISTURBED
2.0
EACH
S
5,200.00
S
10,400.00
0166
LINE, STOP 6 IN. UNDISTURBED
2.0
EACH
S
4,900.00
$
9,800.00
0167
VALVE RETIREMENT
6.0
EACH
S
700.00
S
4,200.00
0168
HYDRANT RETIREMENT
5.0
EACH
S
1,000.00
S
5,000.00
0169
CONCRETE, INTERGRAL COLOR
4550.0
LFT
$
20.00
S
91,000.00
0170
DECORA'T'IVE ASPHALT IILOCK PAVER' I'1'I'E'A'
1260.0
SYS
$
135.001
$
170,100.00
0171
DECORATIVE ASPHALT BLOCK PAN'ER TYPE'B'
lRo.01
SYS
S
121.50
S
21,870.00
0171-A
CONCRETE PAVER
75.0
SFS
$
108.00
S
8,100.00
0171-B
CONCRETE PAN'EiNIENT, 4 IN.
150.0
SFS
S
99.00
$
14,850.00
0172
DRIVEABLE GRASS
355m.o
SFT
S
16.00
S
57,440.00
0173
STEEL PLANTER, REMOVABLE, 24 IN X 60 IN
40.0
EACH
S
3,550.00
S
142,000.00
0174
ITEM REMOVED
$
-
0175
ITEM REMOVED
$
0176
DECORATIVE SEATWALL
36.0
LFT
$
750.00
$
27,000.00
0176-A
DECORATIVE: SEAT WALL AT FOUNTAIN
50.0
LFT
S
780.00
S
39.000.00
0177
IT'E41 REMOVED
$
-
0178
DECORATIVE FOUNTAIN
I
LS
S
197,180.00
S
197,180.00
0179
PLANTING SOIL
2.70.()
CYS
S
45.00
S
115,650.00
0180
SI IREDDED HARDWOOD MULCH
275.0
CYS
S
100.00
$
27,500.00
0181
IRRIGATION
1
LS
$
70,000.00
S
70,000.00
0182
SEED
2590.(1
SFT
S
0.20
S
518.00
0183
DECIDUOUS SHADE TREE, 6 IN CALIPER
18.0
EACH
$
1,370.00
S
24,660.00
0194
DECIDUOUS SHADE TREE, 4 IN CALIPER
17.01
EACH
S
710.00
S
12,070.00
"EXHIBIT A
6 0� -
0185
DECIDUOUS SHADE TREE, 2 IN CALIPER
5,0
EACH
$ 355.00
S 1,775.00
0185-A
DECORA'rlVE BENCIIFS
4.0
EACH
S 2,049.66
S 8,198.64
0186
ORNAMENTAL TREE, 6 ET HEIGHT
8.0
EACH
S 325.00
S 2,600.00
0187
EVERGREEN SHRUB, NO 3 CONTAINER
249.0
EACH
S 42.00
S 10,458.00
0188
DECIDUOUS SHRUB, NO 3 CONTAINER
195.0
EACH
S 43.00
$ 8.385.00
0189
ORNAMENTAL GRASS, NO I CONTAINER
681.0
EACH
5 12.00
S 8,172.00
0190
PERRENIAL, NO I CONTAINER
1642.01
EACH
I S 12.00
S 20,184.00
0191
IGROUNDCOVER, 4 IN POT
2552.0
EACH
S 3.50
S 8,932.00
0192
IDECIDOUSSHADETREEF.J IN CALIPER
29.0
EACIi
I S 465.00
S 13,485.00
0193
ISHII ('TI'RAL SOIL
676.01
CVS
I S 144.80
$ 97,884.80
$4,979,000.00
Su ' ed By: t Sweeney
Signature:
r�
GpRPOgg2F
L
IANP
"EXHbiT
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
$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.
I0:4a : r
AFFIDAVIT
Jason Dapp , 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 relevant herein have been employed by
Gradex, Inc. (the `Employer")
in the position of President
3 I am familiar with the employment policies, practices, and procedures of the Employer and
have the authority to act on behalf of the Employer.
4. The Employer is enrolled and participates in the federal E -Verify program and has
provided documentation of such enrollment and participation to the City of Carmel,
Indiana.
S. The Company does not knowingly employ any unauthorized aliens.
FURTHER AFFIANT SAYETH NOT.
EXECUTED on the 21 St day of August , 2017.
ooRPo�r�
SQL
Printed: /ason Dapp, President tAt`�, ,
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 tru and correct.
Printed: Jas n Dapp, President
City
INDIANA RETAIL TAX EXEMPT Page 1 of 1
®fir Carmel
CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER
JL FEDERAL EXCISE TAX EXEMPT 100665
ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP
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. DESCRIPTION
8/18/2017 00352393 Project 16 -ENG -38; Contract Date 09.06.17
GRADEX, INC.
VENDOR 12900 N MERIDIAN ST
SUITE 120
CARMEL, IN 46032 -
PURCHASEID BLANKET CONTRACT
18242
QUANTITY UNIT OF MEASURE
Department., 2200 Fund:0
Account: 94-650.04
PAYMENTTERMS
I DESCRIPTION
General Obligation Bond
City Engineering's Office
SHIP 1 Civic Square
TO Carmel, IN 46032 -
Kate Lustig
1 Each Range Line Road and Executive Drive Roundabout -
Construction
Send Invoice To
Jill Newport
CrossRoad Engineers, P.C.
3417 Sherman Drive
Beech Grove, IN 46107
G.O./Storm
DEPARTMENT
FREIGHT
1 UNIT PRICE EXTENSION
1,263,882.42 $1,263,882.42
Sub Total $1,263,882.42
"*'� �Ivol
_PLEASE INVOICE IN DUPLICATE
ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
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
TITLE
CONTROL NO. 100665 CLERK -TREASURER
PAYMENT $1,263,882.42
' 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
AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
Jeremy Kashman James Crider
Director Administration
City
INDIANA RETAIL TAX EXEMPT Page 1 of 1
CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT 100666
ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP
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 I DATE REQUIRED REQUISITION NO.
8/18/2017 - I -
GRADEX, INC. L
VENDOR 12900 N MERIDIAN ST
SUITE 120
CARMEL, IN 46032 -
PURCHASEID BLANKET CONTRACT
VENDOR NO. DESCRIPTION
00352393 Project 16 -ENG -38; Contract Date 09.06.17
PAYMENT TERMS
18243
QUANTITY UNIT OF MEASURE DESCRIPTION
Department: 2200 Fund: 0 COIT Bond Fund
Account: 94-650.04
City Engineering's Office
SHIP 1 Civic Square
TO Carmel, IN 46032 -
Kate Lustig
1 Each Range Line Road and Executive Drive Roundabout -
Construction
Send Invoice To:
Skip Tennancour
American Structurepoint, Inc.
8425 Wicklow Way
Brownsburg, IN 46112
2016 COIT Bond
PLEASE INVOICE IN DUPLICATE
FREIGHT
UNIT PRICE EXTENSION -
3,715,117.58
Sub Total
$3,715,117.58
$3,715,117.58
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $3,715,117.58
SHIPPING INSTRUCTIONS ' AQP 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. 100666 CLERK -TREASURER