HomeMy WebLinkAboutHarding Group, SMR/STREET/3,313,554.51/2020 Paving Program Harding Group,Inc. S reie\_- APPROVED
Street Department-2020
Appropriation#2200 202 43-502.00,2201 2201 43-502.00;P.O. #103883, 103885 By Jon Oberlander at 12:34 pm,Apr 08,2020
Contract Not To Exceed$3,313,554.51
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
Harding Group, 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 2200 202 43-502.00 and 2201 2201 43-502.00 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 Vendor shall perform only those Services specifically detailed in the Notice. If the Vendor 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 Three Hundred Thirteen Thousand Five Hundred Fifty Four
Dollars and Fifty One Cents ($3,313,554,51) (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 "2020 Road Resurfacing" received by the City of Carmel Board of
Public Works and Safety on or about March 18, 2020, 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
(5.Contracts\Prot.Svcs&Goods Svcs\S,r ,\2020Wardmg Group,Inc.Goods and Sernces doc.3252020 2:I7 PM]
1
Harding Group-tie:5(609,_
Street Department-2020
Appropriation#2200 202 43-502.00,2201 2201 43-502.00;P.O. #103883, 103885
Contract Not To Exceed$3,313,554.51
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.
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\Contnw Prof.Svcs&Goods Svcs Stroct\202003ardmg Group,Inc.Goods end Servoces.doc 3252020 2.17 PM[
2
Harding Group, Inc. 3 OK.
Street Department-2020
Appropriation#2200 202 43-502.00,2201 2201 43-502.00;P.O. #103883, 103885
Contract Not To Exceed$3,313,554.51
10. GOVERNMENT COMPLIANCE:
Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes
which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant
provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless
City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules,
regulations and codes. This indemnification obligation shall survive the termination of this Agreement.
11. NONDISCRIMINATION:
Vendor represents and warrants that it and all of its officers, employees, agents, contractors and
subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting
discrimination against any employee, applicant for employment or other person in the provision of any Goods
and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of
employment and any other matter related to their employment or subcontracting, because of race, religion,
color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran
status.
12. E-VERIFY:
Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated
herein by this reference (the "Indiana E-Verify Law"), Vendor is required to enroll in and verify the work
eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit
attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does
not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with
documentation indicating that it has enrolled and is participating in the E-Verify program. Should
Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully
comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any
subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if
no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or
those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E-
Verify program cease to exist.
13. NO IMPLIED WAIVER:
The failure of either party to require performance by the other of any provision of this Agreement shall not
affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any
party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the
same or any other provision hereof.
14. NON-ASSIGNMENT:
Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not
delegate its obligations under this Agreement without City's prior written consent.
15. RELATIONSHIP OF PARTIES:
The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any
of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price
set forth herein shall be the full and maximum compensation and monies required of City to be paid to
Vendor under or pursuant to this Agreement
[S.3ConvadsWrof Svcs&Goods Svcs\Suxt\2020Wardmg Group,Inc.Goods and Seances.doo.3252020 2 17 PM]
3
Harding Group, Inc. (11K,
Street Department-2020
Appropriation#2200 202 43-502.00,2201 2201 43-502.00;P.O. #103883, 103885
Contract Not To Exceed$3,313,554.5 1
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: Harding Group; 6rK,
2916 Kentucky Avenue
Indianapolis, Indiana 46221
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.\Contracts\Prol Svcs&Goods SvcsIntreet,20201-ardmg Group,Inc Goods and Serum.don 325/2020 2 1'PM[
4
Harding Group, Inc. 5 OK,
Street Department-2020
Appropriation#2200 202 43-502.00,2201 2201 43-502.00;P.O. #103883, 103885
Contract Not To Exceed$3,313,554.51
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, 2020 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. 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.
27. IC 5-16-13.
The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference.
28. DEBARMENT AND SUSPENSION
28.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its
subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily
excluded from entering into this Agreement by any federal agency or by any department, agency or political
subdivision of the State of Indiana. The term "principal" for purposes of this Agreement means an officer,
director, owner, partner, key employee or other person with primary management or supervisory
responsibilities, or a person who has a critical influence on or substantive control over the operations of the
Vendor.
is 1C:omractstProf.Svcs&Goads Svcs\Strea12020 Wardmg Group,Inc.Goods and Ser nces.doc.3/25/2020 2 17 PM(
5
Harding Group; 5 KIK,
Street Department-2020
Appropriation#2200 202 43-502.00,2201 2201 43-502.00;P.O.#103883, 103885
Contract Not To Exceed$3,313,554.51
28.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all
subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment,
penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall
immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City's
request, take all steps required by the City to terminate its contractual relationship with the subcontractor for
work to be performed under this Agreement.
29. IRAN CERTIFICATION.
Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this Agreement, it does not engage in
investment activities within the Country of Iran.
297 ENTIRE AGREEMENT:
30. This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire
srK- 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.
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows:
CITY OF CARMEL, INDIANA Harding Group,-k sge,__
by and through its Board of Public
Works and Safety
By: . By:
J.,...,..&E)
ames Brainard, Presiding Officer Authorized Signature
Date: LiIt512p2.i
r' Sean Rizer
1 7 i
/ //L �'''�'t''
� —''"'"r—r - Printed Name
Mary Arm'Burke, Member
Date: 4/15/2020_ CFO
Title
Lo i S. Watson, Member FID/TIN: 61-1895705
Date: 4/15/2020
Last Four of SSN if Sole Proprietor:
ATTEST:
Date: March 27, 2020
210 (lierVajilri
Sue Wolfgang, CIT.
Date: z//ic 9.O D
[5.`.Contract&Prof.Svcs&Goods SvcslStrect\202031-lxrding Group,Inc.Goods and Sernces doc.3/252020 2:17 PM]
6
2020 PAVING TOTAL
COST
TOTAL PRICE 3,313,554.51
Company Name Harding Group
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
EXHIBIT
A 1 of 4
BID TABULATION SHEET
Project Name: 2020 PAVING PROGRAM
Bid Date: March 18th, 2020 TOTAL
Substantial Completion Date: August 1, 2020 AMOUNT: 3,313,554.51
Final Completion Date: August 11, 2020
ITEM# DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
1 AET or AE 150 TAC GAL 15,560 $ 3.75 $ 58,350.00
2 9.5 Type B Surface TON 10,083 $ 66.00 $ 665,478.00
3 Type C Surface TON 22.673 $ 67.90 $ 1,539.477.01
4 Fiber additive for 5,340 tons of Type C Surface $ -
5 Bad spots cut/removed (Plunge milling 6"depth) Sq. Yd. 1,000 $ 51.00 $ 51,000.00
6 Milling Sq. Yd. 301,494 $ 1.05 $ 316,568.70
7 Blue Reflectors EA. 70 $ 111.10 $ 7,777.00
8 4" Yellow Crosshatch L.F. 0 $ - $ -
9 8" Solid Yellow L.F. 90 $ 3.25 $ 292.50
10 4" Solid Yellow&4" Skip Yellow L.F. 1,685 $ 1.00 $ 1,685.00
11 12"Yellow Crosshatch L.F. 165 $ 5.50 $ 907.50
12 4" Solid/Broken White Line L.F. 18,050 $ 1.00 $ 18,050.00
13 24" Yield Line L.F. 0 $ - $ -
14 Shark Teeth EA. 49 $ 55.50 $ 2,719.50
15 Carmel Access Bikeway(CAB) Inlays EA. 0 $ -
16 6"White Crosswalk L.F. 239 $ 2.25 $ 537.75
17 24" White Stopbars L.F. 2,202 $ 11.00 $ 24,222.00
18 Lane Indicator Arrows EA. 9 $ 222.20 $ 1,999.80
19 "On ly's" EA. 4 $ 277.80 $ 1.111.20
20 24" White Piano Keys L.F. 550 $ 11.00 $ 6,050.00
21 Roundabout Arrows EA. 6 $ 666.70 $ 4,000.20
22 "School" EA. 0 $ -
23 White"letters" PED-XING EA. 0 $ -
24 8" Solid White Line L.F. 0 $ -
25 6" Solid White Line L.F. 0 $ -
26 8"Yellow Crosshatch L F. 25 $ 3.25 $ 81.25
27 24"Yellow Crosshatch L.F. 0 $ -
28 8" White Crosshatch L F. 0 $ -
29 12"White Crosshatch L.F 0 $ -
30 Combination Arrow EA. 2 $ 333.30 $ 666.60
31 4"x2'White Dash L.F. 42 $ 2.25 $ 94.50
32 6"x2'White Dash L.F. 0 $ -
33 8"x 24"White Dash LF 20 $ 3.25 $ 65.00
34 4"White Parking "T" L.F. 20 $ 5.50 $ 110.00
35 Bike Path Arrow EA. 0 $ -
36 Bike Path Symbol EA. 0 $ -
37 PCCP Patching, Full Depth, Minimum 10", Modified SYS 0 EXHIBIT $ -
38 Decorative Concrete Border, 18"Width LFT 0 $ -
A2of4
39 PCCP Decorative Paver Base w/Multi-colored Pavers SYS 0 $ -
40 Compacted Aggregate Base, #53, 6"Street Panel Base TON 325 $ 55.50 $ 18,037.50
41 Loops EA. $ -
42 Maintenance of Traffic LS 0 $ -
43 Section Corner or Monuments. Undistributed EA. 0 $ -
44 Concrete Curb Replacement (Roll Curb) L.F. 5,000 S 61.00 S 305,000.00
45 Chairback Curb L.F. 500 $ 66.50 $ 33,250.00
46 Street Panels Sq. Yd. 2,500 $ 72.00 $ 180,000.00
47 Calcium 1% per Cu. Yd. $ 8.00 $ 8.00
48 High Early 1% Cu. Yd. $ 8.00 $ 8.00
49 ADA Ramp EA. 35 $ 1,444.50 $ 50,557.50
50 4'Wide Sidewalk LFT 500 $ 36.50 $ 18.250.00
51 Greater than 4'Wide Sidewalk Sq. Yd. 100 $ 72.00 $ 7,200.00
52 S -
53 $ _
54 $ -
TOTALS $ 3,313,554.51
EXHIBIT
A3of4
PART 2
BID PROPOSAL
2.1 Project 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 project, including any and all addenda thereto, for the total sum of
Three million three hundred thirteen thousand five hundred fifty four dollars and 51 cents
Dollars ($ 3,313,554.51 ). The Bidder acknowledges that evaluation of
the lowest Bid shall be based on such price. The Bidder further understands that all
work which may result on the Contract shall be compensated for on a lump sum basis
and that the OWNER cannot and does not guarantee the amount or quantity of any
item of work to be performed or furnished under the Agreement.
EXHIBIT
A4of4
EXHIBIT B
Invoice
Date:
Name of Company:
Address &Zip:
Telephone No.:
Fax No.:
Project Name:
Invoice No.
Purchase Order No:
Goods Services
Person Providing Date Goods/Services Provided Cost Per Hourly Total
Goods/Services Goods/ (Describe each good/service Item Rate/
Service separately and in detail) Hours
Provided Worked
GRAND TOTAL
Signature
Printed Name
EXHIBIT C
INSURANCE COVERAGES
Worker's Compensation&Disability Statutory Limits
Employer's Liability:
Bodily Injury by Accident/Disease: $1,000,000 each employee
Bodily Injury by Accident/Disease: $1,000,000 each accident
Bodily Injury by Accident/Disease: $1,000,000 policy limit
Commercial General Liability:
General Aggregate Limit(other than
Products/Completed Operations): $6,000,000
Products/Completed Operations: $5,000,000
Personal &Advertising Injury
Each Occurrence Limit: $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
, 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:
1. 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
(the"Employer")
in the position of
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 Cannel,
Indiana.
5. The Company does not knowingly employ any unauthorized aliens.
FURTHER AFFIANT SAYETH NOT.
EXECUTED on the day of , 20_•
Printed:
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.
Printed:
EXHIBIT D
A F1'I DAVIT
\ 0tYlnOr\ CGtXY1 e_, 11 ,being first duly sworn,deposes and says that
he/she is familiar with and has persol knowledge of the facts herein and, if called as a witness in this
matter,could testify as follows:
1. 1 am over eighteen(18)years of age and am competent to testify to the facts contained
herein.
2. I an t ow an at all times elevant herein have been employed by
C��n co f (the"Employer")
in the position of , c\O.\ K'<DUCC o LICK)
C
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.Documentation
of this enrollment and participation is attached and incorporated herein.
5. The Employer does not knowingly employ any unauthorized aliens.
6. To the best of my information and belief,the Employer does not currently employ any
unauthorized aliens.
7. FURTHER AFFIANT SAYETH NOT.
EXECUTED on the l O day of 1r.9 ,20 \�
Printed: ` `t1AX-V\.U'(\ `f. 11
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.
Printed:
a INDIANA RETAIL TAX EXEMPT Page 1 of 1
City ®f C rmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER
(mil Jl FEDERAL EXCISE TAX EXEMPT 103883
ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A/P
CARMEL,INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO DESCRIPTION
3/20/2020 372681 Project 20-04;Contract Date 04.01.20
HARDING GROUP,INC City Engineering's Office
VENDOR 2916 KENTUCKY AVE SHIP 1 Civic Square
TO Carmel, IN 46032-
INDIANAPOLIS, IN 46221 - Kate Lustig
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
45382
QUANTITY UNIT OF MEASURE DESCRIPTION i UNIT PRICE I EXTENSION
Department: 2200 Fund: 202 Local Road & Street Fund
Account: 43-502.00
1 Each 2020 Paving Program -Street Department 1,911,431.50 $1,911,431.50
Sub Total $1,911,431.50
7e/..c---..{ oF CAR44,
If
g 3 a - _
K ■ a a1, I1111IL ;
Send Invoice To. ,;r"
City Engineering's Office
Kate Lustig
1 Civic Square N
i � �7Carmel, IN 46032- N,.„, ju'�
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT 1 PROJECT 1 PROJECT ACCOUNT I AMOUNT
PAYMENT $1,911,431.50
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 194' `
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY
Jeremy Kashman James Crider
TITLE Director Director of Administration
CONTROL NO. 103883 CONTROLLER
INDIANA RETAIL TAX EXEMPT Page 1 of 1
j1 )T ®f Carmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER
Jl FEDERAL EXCISE TAX EXEMPT 103885
ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A/P
CARMEL,INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL- 1997
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO DESCRIPTION
3/20/2020 372681
HARDING GROUP, INC Street Department
VENDOR 2916 KENTUCKY AVE SHIP 3400 W. 131st Street
TO Carmel, IN 46074-
INDIANAPOLIS, IN 46221 - (317)733-2001
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
45387
QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE I EXTENSION
Department: 2201 Fund: 2201 Motor Vehicle Highway FND
Account: 43-502.00
1 Each Resurfacing 1,402,123.01 $1,402,123.01
Sub Total $1,402,123.01
OF CAq
1 11
ION I I INS
Send Invoice To
Street Department
3400 W. 131st Street '�`[r,'ll
Carmel, IN 46074- _
(317)733-2001 PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT L PROJECT I PROJECT ACCOUNT I AMOUNT
PAYMENT $1,402,123.01
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 COMPUANCE WITH CHAPTER 99,ACTS 1945 d j AfK..4 r�-mo
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY ---- lf%-
Dave Huffman James Crider
TITLE Director Director of Administration
CONTROL NO. 103885 CONTROLLER