HomeMy WebLinkAbout01-17-18-31/Duke Energy Indiana, LLC/1,730,175.89/Procurement Agreement for Phase I and III RelocationRESOLUTION NO. BPW 01-17-18-31
RESOLUTION OF THE CITY OF CARMEL BOARD OF PUBLIC WORKS AND SAFETY
ACKNOWLEDGING RECEIPT OF CONTRACT
WHEREAS, pursuant to Indiana Code 36-1-4-7, the City of Carmel, Indiana ("City"), is authorized to
enter into contracts; and
WHEREAS, pursuant to Indiana Code 36-4-5-3, the City's mayor may enter into contracts on behalf of the
City; and
WHEREAS, pursuant to his authority under Indiana law, the City's mayor, the Honorable James C.
Brainard, has caused to be signed the City contract attached hereto as Exhibit A (the "Contract"); and
WHEREAS, Mayor Brainard now wishes to present the contract to the City's Board of Public Works and
Safety for it to be publicly acknowledged, filed in the Clerk -Treasurer's Office, and made available to the public for
review.
follows:
NOW, THEREFORE, BE IT RESOLVED by the City of Carmel Board of Public Works and Safety as
1. The foregoing Recitals are incorporated herein by this reference.
2. The receipt of the Contract is hereby acknowledged.
3. The Contract shall be promptly filed in the office of the Clerk -Treasurer and thereafter made available to
the public for review.
i
SO RESOLVED this VVk— day of U CIC , 2018.
CITY OF CARMEL, INDIANA
By and through its Board of Public Works and Safety
BY:
-� �
James Brainard, Presiding Officer
ATT
stine Pauley, CI reastyy�er
Date: // -1/18—
SAE Bass\My Documents\BPW-Resolutions\2017\Acknowledge Duke Procurement Agteement.docxl/10/2018 9:58 AM
PROCUREMENT AGREEMENT
THIS PROCUREMENT AGREEMENT (hereinafter referred to as
"Agreement") is entered into as of the 6th day of December, 2017 (the "Effective Date"), by
and between Duke Energy Indiana, LLC, an Indiana limited liability company ("DEI"), and
the City of Carmel Indiana, an Indiana municipality ("Carmel"). DEI and Carmel may be
referred to hereinafter as a "Party" or collectively as "the Parties."
RECITALS
WHEREAS, Carmel and DEI are parties to that certain Phases I and III Transmission
Relocation Agreement dated as of October 4, 2017 (the "Phase I and III Relocation
Agreement") pursuant to which DEI has agreed to relocate certain overhead electric
transmission facilities as defined in the Phase I and III Relocation Agreement (the "Phase I
and III Facilities") at the request and cost of Carmel in accordance with the terms of the
Relocation Agreement; and
WHEREAS, the Parties anticipate signing a further relocation agreement for Phases II
and IV ( the "Phase II and IV Relocation Agreement" and together with the Phase I and III
Relocation Agreement, the "Relocation Agreements") which, with changes relating to the
description of those Phases, will be identical to the Phase I and III Relocation Agreement and
will address the relocation of additional overhead electric transmission facilities (the
"Anticipated Facilities"); and
WHEREAS, the Parties desire to enter into this Agreement to obtain the prior written
approval of Carmel for DEI to procure the materials listed in Exhibit A attached hereto which
are necessary to undertake the relocation of the Phase I and III Facilities and the Anticipated
Facilities as contemplated under the terms of the Relocation Agreements (the "Materials") ;
and
NOW, THEREFORE, in consideration of the recitals, the mutual promises contained
herein and the Relocation Agreements and other good and valuable consideration, the receipt
and sufficiency of which the Parties acknowledge, the Parties, intending to be legally bound,
stipulate and agree as follows:
1. The Materials. Carmel hereby approves the procurement by DEI of the Materials
in accordance with the terms specified herein.
2. Procurement Process. DEI will procure the Materials using its normal procurement
process which may include, without limitation, the utilization of existing master purchasing
contracts with established vendors, the negotiation of a contract with a vendor chosen by DEI,
the solicitation of bids through a request for proposal process or any other method chosen by
DEI in the application of its business judgment.
3. Reimbursement. Carmel agrees to reimburse DEI for one hundred percent (100%) of the
cost (including DEI's overhead and customary mark-up, if any apply) for the Materials.
Without waiving any right to seek reimbursement from Carmel for the full costs of the
Materials, DEI provides an initial estimate for the Materials in the amount of One Million,
Seven Hundred Thirty Thousand, One Hundred Seventy Five and 89/100 US Dollars
($1,730,175.89) as itemized on Exhibit B attached hereto (the "Quote"). The Quote shall be
paid by Carmel pursuant to Section 4 below.
4. Invoices.
a. Pre -payment of Estimate. Within five (5) days from the execution of this
Agreement by both Parties, DEI will invoice Carmel in the amount of the Quote
to procure the Materials. Carmel shall remit payment to DEI within thirty (30)
business days after its receipt of DEI's invoice for the estimated cost.
b. Final Invoice. After receipt of each final Material invoice from DEI's supplier(s),
DEI will invoice Carmel for the remainder of the Material costs if any remain
outstanding. Carmel shall remit payment to DEI for any such final Material costs
within thirty (30) days after its receipt of DEI's invoice.
All invoices provided to Carmel shall include supporting documentation to substantiate
the charges (including estimated charges) covered by the invoice.
5. Commencement of Procurement. DEI shall not commence to order the Materials until
Carmel and DEI have executed this Agreement and DEI has received full payment from
Carmel for the Quote as specified in Section 4(a) above.
6. Authorization of Funds. Upon execution by both Parties, this Agreement shall serve as
written notice to DEI that Carmel has authorized procurement of the Materials and that funds
are available to reimburse DEI for full cost to procure the Materials associated with the
procurement in accordance with the requirements in the Relocation Agreements and as set forth
in this Agreement.
7. Notices. All notices permitted or required under the Agreement shall be deemed given
if hand delivered, sent by certified mail, return receipt requested, sent by Federal Express or
another recognized overnight delivery service, or sent by facsimile (with transmission
confirmed) and confirmed by first class mail, to the addresses listed below or the subsequent
addresses of which the Parties give each other notice:
To Duke Energy: Duke Energy Indiana, LLC
Attn: Susan Lynn Evans
1000 East Main Street
Plainfield, Indiana 46168
Email: Susan.Evans@duke-energy
Copy to: Duke Energy Supply Chain
Attn: Dave Holloway
1000 East Main Street
Plainfield, Indiana 46168
Email: Dave. i-Iollowa 41dukc cnergy..cqLq
To Cannel: City of Carmel, Indiana
Attn: Jeremy Kashman, City Engineer
One Civic Square
Carmel, IN 46032
Copy to: City of Carmel, Indiana
Attn: Henryy Mestctsky
Executive llirector Carmel Redevelopment Commission
30 W. Main Street, Suite 220
Carmel, In 46032
City of Cannel, Indiana
Attn: Mayor Brainard
One Civic Square
Cannel, IN 46032
City of Carmel, Indiana
Attn: Corporation Counsel Douglas Haney
One Civic Square
Carmel, IN 46032
IN WITNESS WHEREOF, the Parties have caused the Agreement to be executed by
their duly authorized representatives as of the date first above written.
Dulce Energy Indiana, LLC
By:,rx.
Name: Melody Birmingham -Byrd
Title: President
Date: -19,-1-1q-
City of Carmel, Indiana
By: dl a
Name: James Brainard'
Title: Mayor �YyVlel CL
Date: -g - y
Exhibit A
Material for 69kV Underground Cable
The Material covered by this Procurement Agreement shall consist of the following:
69kV 2500 kcmil Cu XLPE, bonding and ground cable with associated accessories.
Accessories include terminations, splice kits and link boxes.
Exhibit B
uote
The estimate for the Materials shall be as follows:
MATERIAL Description
UOM
Quantity
Unit Price
Total Price
Notes
69 kV 2500 kcmil Cu XLPE
ft
20283
$ 56.80
$ 1,152,074.40
Spare Cable Reel (2000 ft)
ea
1
$ 122,500.00
$ 122,500.00
Outdoor Termination w/ Nema Pad
ea
12
$ 3,914.70
$ 46,976.40
Outdoor Termination w/ Nema Pad,
Spare, Packed for long term storage
ea
1
$ 3,914.70
$ 3,914.70
Standard Splice Kit
ea
6
$ 2,958.70
$ 17,752.20
Standard Splice Kit, Spare, packed for
long term storage
ea
1
$ 2,958.70
$ 2,958.70
Transition Splice Kit
ea
6
$ 4,057.30
$ 24,343.80
Transition Splice Kit, Spare, packed for
long term storage
ea
2
$ 4,057.30
$ 8,114.60
Linkboxes, Earthing
ea
6
$ 1,849.30
$ 11,095.80
Linkboxes, with SVLs
ea
6
$ 2,480.00
$ 14,880.00
Bonding Cable
lot
1
$ 6,259.30
$ 6,259.30
GCC
ft
6,761
$ 6.50
$ 43,946.50
Clamping at Terminations
lot
1
$ 10,998.00
$ 10,998.00
Grounding at Terminations
lot
1
$ -
$ -
included in grounding and termination price
The pull through vault at substation is estimated to require
Racking in Manholes
ea
5
$ 12,000.00
$ 60,000.00
racking also to support the cable
Water Penetration Testing
LOT
1
$ 15,550.00
$ 15,550.00
MATERIAL TOTAL
$ 1,541,364.40
Stores - 11.5% $ 177,256.91
Cable + Accessories
Working Stock - 5.1% $ 11,554.58
Total for Procurement Agreement $ 1,730,175.89