HomeMy WebLinkAbout03-21-18-04/Architectural Specialties Ltd/Eng/70,535.66/3rd Ave SW and City Center Drive Roundaboute-Granite CurbingRESOLUTION NO. BPW 03-21-18-04
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.
NOW, THEREFORE, BE IT RESOLVED by the City of Carmel Board of Public Works and Safety as
follows:
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.
SO RESOLVED this day of ��� '2018.
CITY OF CARMEL, INDIANA
By and through its Board of Public Works and Safety
BY: LL
/& T -
James Brainard, Presiding Officer
AT7EJV-/
Christine Pauley, Cler - rea�//�,
Date:
S:E Bass\My Documents\BPW-Resolutions\2018\Acknowledge Performance Agreement - Architectmal Specialties Ud.docx3/14/2018 2:16 PM
Architectural Specialties Ltd.
Engineering Department - 2018
Appropriation #2017 LOIT Bond Fund, P.O. #10 1470
Contract Not To Exceed $70,535.66
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
Architectural Specialists, Ltd., 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 2017 LOIT 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.
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 Seventy Thousand Five Hundred Thirty Five Dollars and Sixty Six Cents
($70,535.66) (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 Quote Proposal Package for "Granite Curbing for the Roundabout Improvements City Center
Drive and 3rd Avenue SW, Project # 16 -ENG -108" received by the City of Carmel Board of Public Works and
Safety on or about February 21, 2018, 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.
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.
ISACmtra ts\Prof.S— & Good S—Engwo—tg12018\Ao hitut..1 Sp—.It- Ltd Goods end S -- A-3/912018 1:47 PK
Architectural Specialties Ltd.
Engineering Department - 2018
Appropriation #2017 LOIT Bond Fund; P.O. #10 1470
Contract Not To Exceed $70,535.66
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.
9. INSURANCE AND INDEMNIFICATION:
Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer
licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and
Vendor from all claims for damages under any workers' compensation, occupational disease and/or
unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness,
disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and,
for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom.
The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall
cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide
City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be
canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and
against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney
fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's
provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property.
Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and
employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney
fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents,
officers, employees, contractors or subcontractors in the performance of this Agreement. These
indemnification obligations shall survive the termination of this Agreement.
[S:ICootraas\Pro[Svcs & Goods Svcs\Eogw=mg\201MAoJ i(ec:nva1 Spmahies Ltd Goods and Serv— d-3/912018 12:59 PMS
Architectural Specialties Ltd.
Engineering Department - 2018
Appropriation #2017 LOIT Bond Fund; P.O. #101470
Contract Not To Exceed $70,535.66
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 parry to require such performance at any time thereafter, nor shall the waiver by any
parry 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
[SACanrc ys\Prd.Svcs & Goods Svcs\Engmarmg\2018Vvchiwwa1 Spmialli lad Goods and Ser i—doc:319R018 12:59 PMS
Architectural Specialties Ltd.
Engineering Department - 2018
Appropriation #2017 LOIT Bond Fund, P.O. #101470
Contract Not To Exceed $70,535.66
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, IN 46032 Department of Law
Attention: Jeremy Kashman One Civic Square
Carmel, Indiana 46032
If to Vendor: Architectural Specialties Ltd.
7871 Blacks Road
Pataskala, OH 43062
Attention: Jay L. Dunham
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.
I S:VCwtrxts\Prof.Svcs & Goods Svcs\Engmeeringt2018Wch,t lural Sp—Moes Ltd Gads sud Ser—A-3N2018 12:59 PMS
4
Architectural Specialties Ltd.
Engineering Department - 2018
Appropriation #2017 LOIT Bond Fund, P.O. #101470
Contract Not To Exceed $70,535.66
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, 2018 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. 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.
This Agreement may only be modified by written amendment executed by both parties hereto, or their
successors in interest.
[S: Camtr 1s\Prof.S— & foods S—\Engmmm8\2018V-hita .[ Spa- lu. Ltd Gadd and S --.d-:7/92018 12:59 PAS
Architectural Specialties Ltd.
Engineering Department - 2018
Appropriation #2017 LOIT Bond Fund; P.O. #101470
Contract Not To Exceed $70.535.66
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:
Ja es Brainard, Presiding Officer
Mary Ann Burke, Member
Date:
Lori S. Watson, Member
Date:
ATTEST:
Christine S. Pauley, Clerk -Treasurer
Date:
jjT-v.WP,aS—.& A'in WG—k-d S—s dN,WAV1812,.,4PN
Architectural Specialties Ltd.
is
Auth Iz d Signature
Printed Name
RAv A& i N(�, r4 i �Jc wAc.
Title
FID/TIN: 31— VA 3 1 1 0
Last Four of SSN if Sole Proprietor: A
Date: wyC 13, p 16
QUOTE 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:
Architectural Specialties Ltd.
Project Name:
Granite Curbing for the
Roundabout Improvements City Center Drive
and 3rd Avenue SW
(Project No. 16 -ENG -108)
Date Submitted:
February 21, 2018
Quote Amount:
$70,535.66 (Material Only)
Generic Gray Granite
Material Lead
10 weeks from receiving all approvals & all other
Time:
documentation from the City of Carmel
Revised 2/2/2018
Exhibit
10f6
architectural Specialties ®td.
Date: February 21, 2018
Carmel Board of Public Works and Safety
One Civic Square
City of Carmel, IN 46032
Project Name: 16 -ENG -108 – Roundabout Improvements City Center Drive and 3' Avenue SW
Granite Quotation: 16879 Page 1 of 3
We are pleased to quote the following granite: Generic Gray Granite. Bid per take off on pages 4 and 5. Our price of
SEVENTY THOUSAND FIVE HUNDRED THIRTY FIVE DOLLARS AND SIXTY SIX CENTS ($70,535.66) for
manufacturing and delivery, f.o.b. subject jobsite for materials is listed below:
6 8
Generic
Thermal finish top, radius edge and front face. RADIUS
2.09
C1
4
cut with two anchor holes. 1" radius nosing. SEE CURB
25.125
6 8
Gray
DRAWING C-1
1.43
6 8
12
Thermal finish top, radius edge and front face. RADIUS
20.50
C2
Generic
cut with two anchor holes. 1" radius nosing. SEE
63
6 8
Gray
CURB DRAWING C-2
16.00
6 5
8
Thermal finish top, radius edge and front face. RADIUS
8.33
C3
Generic
cut with two anchor holes. 1" radius nosing. SEE
51.5938
Gray
CURB DRAWING C-3
Thermal finish top, radius edge & front face. INVERSE
C4
Generic
RADIUS cut w/2 anchor holes. 1" radius nosing. SEE
61.5
Gra y
CURB DRAWING C-4
Thermal finish top, radius edge & front face. INVERSE
C5
Generic
RADIUS cut w/2 anchor holes. 1" radius nosing. SEE CURB
49.75
Gra
Gray
DRAWING C-5
Thermal finish top, radius edge & front face. INVERSE
Generic
RADIUS cut w/2 anchor holes. 1" radius nosing
CSA
Gray
graduating to zero. Piece tapers in height. SEE CURB
72
DRAWING C -5A
Generic
Thermal finish top. INVERSE RADIUS cut w/2 anchor
C58
Gray
holes. SEE CURB DRAWING C-58
60
Thermal finish top, radius edge and front face. RADIUS
C6
Generic
cut with two anchor holes. 1" radius nosing. SEE CURB
39.2031
y
DRAWING C-6
C7
Generic
Thermal finish top. RADIUS cut with two anchor holes.
45.9375
Gray
Sloping top face
Thermal finish top, radius edge and front face. RADIUS
C8
Generic
cut with two anchor holes. 1" radius nosing. SEE CURB
65.625
Gra
Gray
DRAWING C-5 SIMILAR
Thermal finish top, radius edge & front face. RADIUS cut
Generic
w/2 anchor holes. 1" radius nosing graduating to zero.
72
C8A
Gray
Piece tapers in height. SEE CURB
DRAWING C -SA SIMILAR
6 8
3
6.28
2.09
6 8
4
21.00
7.00
6 8
1
4.30
1.43
6 8
12
61.50
20.50
6 8
12
49.75
16.58
6 8
8
48.00
16.00
6 5
8
40.00
8.33
6 8
50
163.35
54.45
24 11.625 60 229.69 368.46
6 8 6 32.81 10.94
6 8 6 36.00 12.0
Initial
Exhibit—A
7871 Blacks Rd - Pataskala, OH 43062 - Phone: 740-927-6628 - Fax: 740-927-4529
ZQ
architectural Specialties ®td.
Project Name: Carmel Roundabout City Center and Third
Granite Quotation: 16879 Page 2 of 3
This is a materials only Proposal. Prices are based on square footage and/or units as listed above. All prices subject to
acceptance of colors submitted.
All material to be fabricated in accordance with National Building Granite Quarries Association, Inc. (NBGQA) specified
tolerances.
See Page 3 for Terms and Conditions
Initial
Exhibit
7871 Blacks Rd • Pataskala, OH 43062 • Phone: 740-927-6628 9 Fax: 740-927-4529 3A
Generic
Thermal finish top. RADIUS cut w/2 anchor holes. SEE
C8B
Gray
CURB DRAWING C-58 SIMILAR
60 6
5
6 30.00 6.25
Thermal finish top, radius edge and front face. RADIUS
C9
Generic
cut with two anchor holes. 1" radius nosing. SEE CURB
60.6719 6
8
16 80.90 26.97
Gre y
DRAWING C-6 SIMILAR
Thermal finish top, radius edge and front face. RADIUS
CSO
Generic
cut with two anchor holes. 1" radius nosing. SEE CURB
60 6
8
2 10.00 3.33
Gray
DRAWING C-6 SIMILAR
Generic
Thermal finish top, radius edge and front face. STRAIGHT
C11
Gray
with two anchor holes. 1" radius nosing
62.1875 6
8
24 103.65 34.55
Thermal finish top, radius edge & front face. STRAIGHT cut
C12A
Generic
`N/2 anchor holes. 1" radius nosing graduating to zero.
72 6
8
2 12.00 4.00
Gray
Piece tapers in height. CURB DRAWING C -5A SIMILAR
Generic
Thermal finish top. STRAIGHT cut w/2 anchor holes.
C12B
Gray
CURB DRAWING C -SB SIMILAR
60 6
5
2 10.00 2.08
Generic
Thermal finish top, radius edge and front face. STRAIGHT
C13
Gray
with two anchor holes. 1" radius nosing.
63.6875 6
8
13 68.99 23.00
Thermal finish top, radius edge & front face. STRAIGHT cut
C13A
Generic
w/2 anchor holes. 1" radius nosing graduating to zero.
72 6
8
6 36.00 12.00
Gray
Piece tapers in height. CURB DRAWING C -5A SIMILAR
Generic
Thermal finish top. STRAIGHT cut w/2 anchor holes.
C13B
Gray
CURB DRAWING C -5B SIMILAR
60 6
5
6 30.00 6.25
Generic
Thermal finish top, radius edge and front face. STRAIGHT
C34
Gray
with two anchor holes. 1" radius nosing.
59.2656 6
8
6 29.63 9.88
Thermal finish top, radius edge & front face. STRAIGHT cut
C14A
Generic
w/2 anchor holes. 1" radius nosing graduating to zero.
72 6
8
6 36.00 12.00
Gray
Piece tapers in height. CURB DRAWING C -5A SIMILAR
Generic
Thermal finish top. STRAIGHT cut w/2 anchor holes.
C14B
60 6
5
6 30.00 6.25
Gray
CURB DRAWING C -SB SIMILAR
Generic
Thermal finish top, radius edge and front face. STRAIGHT
C15
Gray
with two anchor holes. 1" radius nosing.
51.8438 6
8
2 8.64 2.88
Thermal finish top, radius edge & front face. STRAIGHT cut
C15A
Generic
w/2 anchor holes. 1" radius nosing graduating to zero.
72 6
8
2 12.00 4.00
Gray
Piece tapers in height. CURB DRAWING C -5A SIMILAR
Generic
Thermal finish top. STRAIGHT cut w/2 anchor holes.
C15B
60 6
5
2 10.00 2.08
Gray
CURB DRAWING C-513 SIMILAR
This is a materials only Proposal. Prices are based on square footage and/or units as listed above. All prices subject to
acceptance of colors submitted.
All material to be fabricated in accordance with National Building Granite Quarries Association, Inc. (NBGQA) specified
tolerances.
See Page 3 for Terms and Conditions
Initial
Exhibit
7871 Blacks Rd • Pataskala, OH 43062 • Phone: 740-927-6628 9 Fax: 740-927-4529 3A
®rchitectural Specialties ®td. _
Project Name: Carmel Roundabout City Center and Third
Granite Quotation: 16879 Page 3 of 3
Conditions of bid:
I . Any increase or decrease of quantities and/or dimensions for this project will require requoting.
2. Confirmation of final quantities is responsibility of the customer.
3. All material must be inspected for compliance prior to installation. Installation constitutes acceptance.
4. Salesluse tax is not included, but will be added to purchase order unless we are provided with the proper exemption form(s).
5. .1 25% DEPOSIT will be required to begin production.
6. Invoices for all shipments will be submitted upon issuance of List of Materials.
Full payments less 10% are required prior to departure of international shipments.
The 10% remaining balance due 30 day after receipt of goods.
7. NO RETAINAGE
8. Freight rates are based on today's rates and may change due to fuel surcharge. Freight rates valid for 30 days.
9. Unloading is not included and is the responsibility of the customer.
10. Shipments must be received within 24 hours of buyer being presented with notification of arrival on Mon. thru Thurs, on following Dion. if notified on
Fri. Failure to receive within 24 hours will result in buyer being assessed demurrage charges.
11. Deliveries must be received during regular business hours.
12. Materials Must be unloaded within 2 hours of arrival or hold -over charges will he assessed at the rate of $200.1111 per hour.
13. LTL shipments requested by the customer will incur an upcharge.
14. Any transit times provided are to be considered estimates and in no way is ASL guaranteeing delivery by any date unless specifically agreed to in writing by ASL.
15. Excluded from Pricing: Shop Drawings, Installation, Engineering, Testing and Field Measurements beyond those specifically included in the written description
of this proposal.
16. This proposal is valid for 30 days.
Thank you for considering our proposal. If we can be of any further assistance, please contact us at 740-927-6628.
Sincerely,
Architectural Specialties, Ltd.
Jay L. Dunham
jay@archspecltd.com
Approved by:
PLEASE APPROVE AND RETURN
Exhibit
7871 Blacks Rd - Pataskala, Off 43062 - Phone: 740-927-6628 - Pax: 740-927-4529 1/6 �6
wchitectural Specialties ®td.
Project Name: Carmel Roundabout City Center and Third
Granite Quotation: 16879 Page 4 of 5
113.28'5.1-r
47.5`
r J
W Graf
2fi ofl
O.P.O.T. 21+15.28 *Si
Exhibit
6-0f�
7871 Blacks Rd - Pataskala, OH 43062 - Phone: 740-927-6628 - Fax: 740-9274529
vxllq L��I •..��
architectural
; a r a a
Project Name: Carmel Roundabout City Center and Third
Granite Quotation: 16879 Page 4 of 5
Exhibit
7871 Blacks Rd • Pataskala, OH 43062 • Phone: 740-927-6628 • Fax: 740-927-4529
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
'.. 111111
', 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.
EXHIBIT D
AFFIDAVIT
&XXM/� _ , 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 �ployed by
Acj�;&,tt - ft4Q?-L. S,c� C- tLL7Z-5 L7-9 (the "Employer")
in the position of I-IL14/1l 1S 77 -a-
3.
7 -a_
3. I am familiar with the employment policies, practices, and procedures of the Employer and
have the authority to act on behalf of the Employer.
4. The Employer is enrolled and participates in the federal E -Verify program and has
provided documentation of such enrollment and participation to the City of Carmel,
Indiana.
5. The Company does not knowingly employ any unauthorized aliens.
FURTHER AFFIANT SAYETH NOT.
EXECUTED on the day of
itIr kL
SANDRA M. YERW
NOTARY PUBLIC
STATE OF OHIO
Recorded in
Fairfield County
My Comm. Exp. 617l2G`
I certify natri'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 U40412
1
�.
City
INDIANA RETAIL TAX EXEMPT Page 1 of 1
®� Carmel
CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT 101470
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 DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
3/8/2018 372288 Project 16 -ENG -108; Contract Date 03.21.18
ARCHITECTURAL SPECIALTIES LTD City Engineering's Office
VENDOR 7871 BLACKS ROAD SW SHIP 1 Civic Square
PATASKALA, OH 43062 -
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS
24015
QUANTITY UNIT OF MEASURE DESCRIPTION
Department: 2200 Fund: 0 2017 LOIT Bond Fund
Account: 94-650.04
TO Carmel, IN 46032 -
Kate Lustig
T_ FREIGHT
1 Each 3rd Avenue SW and City Center Drive Roundabout - Granite
Curbing
Send Invoice To:
Jill Newport
CrossRoad Engineers, P.C.
3417 Sherman Drive
Beech Grove, IN 46107
UNIT PRICE
EXTENSION
$70,535.66 $70,535.66
Sub Total $70,535.66
Email: jnewport@crossroadengineers.com
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $70,535.66
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. 101470 CLERK -TREASURER