Loading...
HomeMy WebLinkAboutCalumet Civil Contractors, Inc./ENG/$5,439,000/16-ENG-37 - RAB Improv - 116th St & Range4line Rd - Streetscape Portion; COIT Bond Fund DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E Calumet Civil Contractors,Inc. Engineering Department-2021 Appropriation#2200 202 43-509.00,2200 203 43-509.00,2200 211 43-509.00,2200 0 44-628.71,2200 44-628.71 COIT Bond Fund;P.O.#s 105384, 105385, 105386 Contract Not To Exceed$5,439,000.00 [APPROVED By Jon Ober!ander at 9:2I am,Jul 14,2021 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 Calumet Civil Contractors, 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 43-509.00, 2200 203 43-509.00, 2200 211 43-509.00, 2200 44-628.71 and 2200 44-628.71 COIT Bond Fund 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 Five Million Four Hundred Thirty Nine Thousand Dollars ($5,439,000.00) (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 "Project 16-ENG-37, Roundabout Improvements 116th Street and Range Line Road Projects" received by the City of Carmel Board of Public Works and Safety on or about June 16, 2021, 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. [C:\UsersIclivingston/AppData/I.ocal4MicrosofeVemdowsIINetCacheI Content Outlook1562V7G6G\Calumet Civil Contractors Inc Goods and Services Revised.doc:7/13/2021 I1:49 AM] 1 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E Calumet Civil Contractors,Inc. Engineering Department-2021 Appropriation#2200 202 43-509.00,2200 203 43-509.00,2200 211 43-509.00,2200 0 44-628.71,2200 44-628.71 COIT Bond Fund;P.O.#s 105384, 105385, 105386 Contract Not To Exceed$5,439,000.00 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. 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. [C:\Users\clivingston\AppData\Local\Microsoft\Windows\INetCache\Content Outlook\562V7G6G\Calumet Civil Contractors Inc Goods and Services Revised.doc:7/13/2021 I1:49 AM] 2 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E Calumet Civil Contractors,Inc. Engineering Department-2021 Appropriation#2200 202 43-509.00,2200 203 43-509.00,2200 211 43-509.00,2200 0 44-628.71,2200 44-628.71 COIT Bond Fund;P.O.#s 105384, 105385, 105386 Contract Not To Exceed$5,439,000.00 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 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. [C:\Users\clivingston\AppData\Local\Microsoft\Windows\INetCache\Content Outlook\562V7G6G\Calumet Civil Contractors Inc Goods and Services Revised.doc:7/13/2021 I1:49 AM] 3 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E Calumet Civil Contractors,Inc. Engineering Department-2021 Appropriation#2200 202 43-509.00,2200 203 43-509.00,2200 211 43-509.00,2200 0 44-628.71,2200 44-628.71 COIT Bond Fund;P.O.#s 105384, 105385, 105386 Contract Not To Exceed$5,439,000.00 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 City of Carmel One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: Calumet Civil Contractors, Inc. 4898 Fieldstone Drive Whitestown, Indiana 46075 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. 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 [C:\UsersIclivingston/AppData/I.ocal4MicrosofeVemdowsIINetCacheI Content Outlook1562V7G6G\Calumet Civil Contractors Inc Goods and Services Revised.doc:7/13/2021 I1:49 AM] 4 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E Calumet Civil Contractors,Inc. Engineering Department-2021 Appropriation#2200 202 43-509.00,2200 203 43-509.00,2200 211 43-509.00,2200 0 44-628.71,2200 44-628.71 COIT Bond Fund;P.O.#s 105384, 105385, 105386 Contract Not To Exceed$5,439,000.00 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, 2021 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. 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. [C:\Users\clivingston\AppData\Local\Microsoft\Windows\INetCache\Contentoutlook\562V7G6G\Calumet Civil Contractors Inc Goods and Services Revised.doc:7/13/2021 11:49 AM] 5 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E Calumet Civil Contractors,Inc. Engineering Department-2021 Appropriation#2200 202 43-509.00,2200 203 43-509.00,2200 211 43-509.00,2200 0 44-628.71,2200 44-628.71 CO1T Bond Fund;P.O.#s 105384, 105385, 105386 Contract Not To Exceed$5,439,000.00 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. 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 Calumet Civil Contractors,Inc. by and through its Board of Public Works and Safety By: By: c—DocuSigned by: ((9 211 James t ral8nard,'Presiding Officer Autho gnaturr Date: 7/21/2021 3�DocuSignetl by: rm atelf, har'1 it , btAt. Printed Name NraWAfifillurke,Member Date: 7/21/2021 Pets;it �DocuSignetl by: Title (ovi (Ua{SMA, LOTS'.'Wilkn,Member FID/TIN: 3r-itS/ 771 Date: 7/21/2021 Last Four of SSN if Sole Proprietor: ATTEST: Date: 7// / 2eo2_I DocuSigned by:Wu1F3-0 Sue V1Wolfgang,Clerk Date: 7/21/2021 (CI"sen`<hsnpstaeAppDaltlacal\IIemsolFll"ndouv^IVetCache aulentOullod+e6!V*C6(DCahuna Ca d Common Inc Goods and Semca Rectsed.dac 2021 I1 I9A?II 6 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E 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 envelo:s e. 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: Calumet Civil Contractors, Inc. Project Name: Project No. 16-ENG-37 Roundabout Improvements: 116' Street and Range Line Road Date Submitted: June 16, 2021 Base Quote Amount: $5,439,000.00 Alternate Bid 1 $634,55ts.uu Bid Amount: EXHIBIT Revised 5/21/2021 A 1 OF 9 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E BIDDER'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-37—Roundabout Improvements 116th Street and Range Line Road Proposal For Construction of: Roundabout construction at Range Line Road and 116th Street, roundabout construction at Range Line Road and Medical Drive, and corridor improvements along Range Line Road from 116th Street to Carmel Drive including mill and resurfacing, storm sewer installation, shared-use path and sidewalk construction,driveway construction, lighting,and landscaping. Date: June 16, 2021 To: City of Carmel, Indiana,Board of Public Works and Safety EXHIBIT A Version2018-12-19 2 OF 9 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Calumet Civil Contractors, Inc. 1.2 Bidder Address: Street Address: 4898 Fieldstone Drive City:Whitestown State: IN Zip: 46075 Phone: 317-769-1900 Fax: 317-769-7424 1.3 Bidder is a/an[mark one] Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: EXHIBIT A Version 2018-12-19 3 OF 9 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E 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 as Part 3A—Base Bid See Below Dollars ($ 5,439,000.00 ). 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 3A — Base Bid 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. 2.2 Alternate Bid 1 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 as Part 3B—Alternate Bid I See Below Dollars ($ 63A,558.00 )• 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 3B —Alternate Bid 1 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. ** Base Bid - Five Million, Four Hundred and Thirty-Nine Thousand Dollars and Zero Cents ** ** Alt 1 - Six Hundred and / r / JB F:f f) f EXHIBIT A Version 2018-12-19 4 OF 9 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E PART 3A•BASE BID CONTRACT ITEMS AND UNIT PRICES Contract Item I Estimated Unit Unit Price Item Total No. Description Quantity 0001 CONSTRUCTION ENGINEERING 1 LS $ 90,000.00 $90,000.00 0002 MOBILIZATION AND DEMOBILIZATION 1 LS $ 275,000.00 $275,000.00 0003 CLEARING RIGHT OF WAY 1 LS $ 150,000.00 $150,000.00 0004 PAVEMENT REMOVAL 2,083 SYS $ 17.90 $35,41 LDO 0005 EXCAVATION,COMMON 4,640 GYS $ 50.00 $232,000.00 0006 BORROW 3,250 CYS $ 0.01 $32.50 0007 PRIVATE IRRIGATION 1 DOL $.... 1.00 $1.00 0008 TEMPORARY INLET PROTECTION 65 EACH $ 100.00 $6,500.00 0009 TEMPORARY MULCH 8 TON $ 425.00 $3,400.00 0010 TEMPORARY SILT FENCE 404 LFT $ 2.00 $808.00 0011 NO2STONE 1500._.. SYS $ 53,54 3.54 $8,031.00, 0012 TEMPORARYGEOTEXTILE 0013 TEMPORARYSEED MIXTURE 362 LBS $ 3,00 $1,086.00 0014 SUBGRADE TREATMENT,TYPE II 2,183 SYS $ 16.00 $34,928.00 0015 SUBGRADE TREATMENT,TYPE IC 9,462 SYS $ 26.00 $246,012.00 0016 STRUCTURAL BACKFILL,TYPE 2 389 CYS $ 120,00 $46,680.00 0017 STRUCTURAL BACKFILL,TYPE 3 14 CYS $ 150.00 $2,100.00 0018 COMPACTED AGGREGATE,NO.53 983 TON $ 25,00 $24,575.00 0019 COMPACTED AGGREGATE,NO.53,TEMPORARY FOR DRIVEWAYS 90 TON $ 30.00 $2,700.00 0020 WIDENING WITH HMA,TYPE C 33 TON $ 200.00 $6,600.00 0021 ',WIDENING WITH PCC BASE,6 IN 1,047 SYS $ 58.00 $60,726.00 0022 MILLING,ASPHALT„1 1/2 IN 6,835 SYS $ 2.25 $15,378.75 0023 MILLING ASPHALT,VARIABLE DEPTH(1"Min) 706 SYS $ 6.50 $4,589.00 0024 HMA,SURFACE,TYPE C,9.5 mm 1,183 TON $ 90.00 $106,470,00 0025 HMA,INTERMEDIATE,TYPE C,19.0mm 900 TON $ 80.00 $72.,000.00 9026 HMA„EASE,TYPE C,25.0 mm 1,999 TON $ 78.00 $155,922 00'I 0027 HMA,INTERMEDIATE,TYPE C,OG,19.0 mm __.. 799 TON $ 70,00 $55,930,00 0028 JOINT ADHESIVE,SURFACE 5,912 ILFT $ 0.40 $2,364,80 0029 JOINT ADHESIVE,INTERMEDIATE 2,641 LFT $ 0.40 $1,056,40 0030 LIQUID ASPHALT SEALANT 5,912 LFT $ 0.20 $1,182.40 0031 HMA FOR TEMPORARY PAVEMENT,C 225 TON $ 120.00 $27,000,00 _.. 0032 ASPHALT FOR TACK COAT 9 TON $ 1,200.00 $10,800.00 0033 BASE SEAL 7 TON___I___$ 900.00 $6,300 00!: 0034 RAISED PEDESTRIAN CROSSING 383 SYS $ 225,00 $86,175..00'' 0035 DECORATIVE CONCRETE PAVEMENT,TRUCK APRON,7 IN 352 SYS $ 120.00 $42,240.00 0036 HMA FOR SIDEWALK 483 TON $ 80.00 $38,640.00 0037 SIDEWALK,CONCRETE,4 IN 1,053 SYS $ 56,00 $58,968.00 0038 CURB RAMP,CONCRETE 330 SYS $ 120.00 $39,600.00 ... 59SYS $ 320.60 ,_... ... $18,880.00 0039 DETECTABLE WARNING SURFACES 0040 HAND RAIL,DECORATIVE 84 LFT $ 331.00 $27,804.00 0041 STRAIGHT CONCRETE CURB 4,685 LFT $ 24.00 $112,440.00 0042 STRAIGHT CONCRETE CURB,MODIFIED 418 LFT i$ 35.00 $14,630.00 0043 CENTER CURB,0,CONCRETE 124 SYS $ 120.00 $14,880.00 0044 CURB AND GUTTER CONCRETE TYPE II 5,021 LFT $ 22.00 $110,462.00 0045 CURB AND GUTTER CONCRETE TYPE III 108 LFT $ 33.00 $3,564.00 0046 ROLL CURB FOR,TRUCK APRON __ 483 LET _$ 33.00 .$15,939.00 0047 PCCP FOR APPROACHES,9 IN 2,183 SYS $ 60.00 $130,980.00 0048 MONUMENT SECTION CORNER. 1 EACH $ 830.40 $830,40, .. 0049 INLET FILTER 48 EACH $ 980.00 $47,040,00 0050 MOBILIZATION AND DEMOBILIZATION FOR SEEDING * 4 EACH $ 50.00 $200.00 0051 TOPSOIL 490 CYS $ 60.00 _ $29,400.00 0052 SODDING,NURSERY 5,800-.. SYS $ 3.00 $17,400.00 0053 FIELD OFFICE,816 MOS $.. 2,000.00 $32,000.00 0054 PIPE,CLASS III.RCP,CIRCULAR 36 IN 12 LFT $ 275.00 $3,300.00 0055 PIPE,TYPE 4 CIRCULAR 6 IN 4,865 LFT $ 14.00 $68,110.00 0056 PIPE,CLASS III RCP,CIRCULAR 12 IN 9 $44,544.00 L 0057 PIPE,CLASS III RCP, 4,650.00 0058 PIPE,CLASS III RCP,CIRCULARLA99R 15 IN 18 IN LFT LFT $ 50.00 $100,00 $700,001 0059 PIPE,CLASS III RCP,CIRCULAR 21 IN $1,290.00 6 LFT $ 215:001 0060 PIPE,CLASS III RCP,CIRCULAR 42 IN 4 LFT $ 500.00 $2,000.00 0061 HMA.FOR STRUCTURE INSTALLATION,TYPE C 92 TON $ 130.00 $11,960.00 0062 AGGREGATE FOR UNDERDRAINS 441 CYS $ 45.00 $19,845.00 0063 GEOTEXTILES FOR UNDERDRAIN 4,380 SYS $ 1.00 $4,380.00. EXHIBIT A 5 OF 9 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E 0064 FLAT CASTING,FURNISH AND ADJUST TO GRADE 9 EACH $ 700.00 $6,300.00 0065 CASTING,13,FURNISH ANOADJUST TO GRADE EACH $ 1,200.00 $1,20000 0066 MANHOLE,J10 EACH $ 5,000.00 $10,000.00 0067 CASTING,ADJUST TO GRADE ' EACH $ 700.00 $11,200.00 0466 INLET,E7 1 EACH $ 2,000.00 $2,000.00 0069 INLET,J10 13 EACH $ 2,500.00 $32,500.00 0070 INLET,MID 12 EACH $ 2,500.00 $30,000.00 0071 INLET,R13 5 EACH $ 2,700.00 $13,500.00 0072 MANHOLE,C4 2 EACH $ 4,000.00 $8,000.00 0073 STRUCTURE,MANHOLE,RECONSTRUCTED 1 10` LFT $ 380.00 $3,800.00 0074 MANHOLE,C10 3 EACH $ 4,000.00 $12,000,00 0075 MANHOLE,K4 2 EACH $ 8,000.00 $16,000.00 0076 MANHOLE,J4 _. 3 EACH $ 4,800.00 $14,400.00 0077 AGGREGATE.FOR.DRAINAGE FILL 23 CY5 $ 45.00 $1,035.00 0078 MODULAR BLOCK WALL 599: SET $ 11.00 $6,589.00 0079 MODULAR BLOCK WALL ERECTION I 599 OFT $ 20.00 $11,980.00 0080 CONSTRUCTION SIGN,C 1 ` $2,596.00 0081 ROAD CLOSURE SIGN ASSEMBLY 5 EACH $ 162.00 $810.00 0082 TEMPORARY PAVEMENT MARKING,REMOVABLE,4 IN 17,555 LET $ 0.95 $16,677.25 0083 TEMPORARY PAVEMENT MARKING,REMOVABLE,24 IN 14 LET $ 9.64 $134.96 0084 DETOUR ROUTE MARKER ASSEMBLY r EACH $ 91,00 $8,372.00 0085 CONSTRUCTION SIGN,A EACH $ 140.00 $2,940 00 0086 CONSTRUCTION SIGN,B 40 EACH ,$ 52,00 $2,080.00. 0087 FLASHING ARROW SIGN 150 DAY $ 19.00 ' $2,850.00'' 0088 MAINTAINING TRAFFIC 1 LS $ 439,496,15 $439,496.15 0089 BARRICADE,Ill-A 228 LFT $ 8,00 $1,824.00 0090 BARRICADE,II!-6 36,1 LFT $ 18.00 $648.00 0091 DETECTABLE PEDESTRIAN BARRICADES 66 LFT $ 50.00 $3,300.00 0092 DECORATIVE STREET SIGN ASSEMBLY,DIRECTIONAL,INSTALLED 5 EACH $ 2,000.00 S10,000.00 0093 SIGN POST,SQUARE,TYPE 1,REINFORCED ANCHOR BASE 568 LFT $ 19.00 $10,792.00 0094 SIGN,SHEET,RELOCATE 11 EACH $ 70.00 I: $770.00 0095 SIGN,SHEET,WITH LEGEND 0,080 IN 256 OFT $ 26,00 $6,656.00' 0096 SIGN,SHEET,WITH LEGEND 0.100 IN 94 SET $ 27,00 $2,538.00 i 0097 CONDUIT,PVC,3 IN,SCHEDULE 80 2,508 LFT $ 30.00 $75,240.00 0098 CONTROLLER CABINET FOUNDATION,P1 2 EACH $ 2,150,00 $4,300.00 0099 CONTROLLER CABINET,P1 2 EA $ 7.,550.00 $15,100.00 0100 CONDUIT,PVC,4 IN.,SCHEDULE 80 1,543 LFT $ 34.00 $52,462.00 0101 CONDUIT,PVC,4 IN.,SCHEDULE 80 WITH 4-1 IN.INNERDUCTS 1,147 LET $ 46.00 0102 CONDUIT,PVC,4 IN.,SCHEDULE 40 1,765 LFT $ 25.00 $44,125.00 0103 CONDUIT,PVC,4 IN.,SCHEDULE 40,WITH 4.1 IN.INNERDUCTS 1,7651,. LET $ 43.00 $75,885.40 0104 HANDHOLE,COMMUNICATION 22 EACH $ 2,000.00 $44,000.00 0105 HANDHOLE,LIGHTING 5 EA $ 1,200.00 $6,000.00 107 LIGHT 0 LUMINA/RE,ORNAMENTAL, L, - i 0106 PRIVATE LIGHT,RELOCATEEACH $ 5200.00 $10,400.00 RELOCATE EACH $ 3,200.00 $3,200.00 0108MEN7AL,70 WATT LED EACH $ 4,400.00 $70,400.00 ) 0109 LUMINAIRE,ORNAMENTAL 152 WATT LED 19 EACH $ 5,000.00 $95,000.00 0110 LIGHT POLE,ORNAMENTAL,15 FT 16 EACH $ 4,600.00 $73,600.00 0111 LIGHT POLE,ORNAMENTAL(30FT WITH 8 FT ARM) 19 EACH $ 5,300.00 $100,700.00 0112 PRIVATE LIGHTING 1 DOL $ 1.00 $1.00 0113 WIRE,NO 4 COPPER,.IN PLASTIC DUCT,IN TRENCH 4 1/C 8,114 LFT $ 26.00 $210,964.00 0114 LIGHTING FOUNDATION,CONCRETE,WITH GROUNDING,30 IN DIA X 96 IN 19 EACH $ 1,900.00 iIl $36,100.00 0115 LIGHTING FOUNDATION,CONCRETE,WITH GROUNDING,18 IN DIA X 72 IN 16 EACH $ 1,700.00 $27,200..00 0116 SERVICE POINT,II 2 EACH $ 500.00 $1,000,00I. 0117 CABLE,POLE CIRCUIT THWN,NO 10 COPPER,STRANDED,1/C 7,284 LFT $ 1.00 $7,284.00 0118 CONNECTOR KIT,UNFUSE❑ 35 EACH $ 42.00 $1,470.00 0119 CONNECTOR KIT,FUSED 35 EACH 1$ 42.00 $1,470.00 0120 MULTIPLE COMPRESSION FITTING,NON-WATERPROOFED 168 EACH $ 13.00 $2,184.00 0121 MULTIPLE COMPRESSION FITTING,WATERPROOFED 20 EACH $ 15.50 $310.00 0122 INSULATION LINK,NON-WATERPROOFED 176 EACH $ 14:00 $2,464.00 0123 INSULATION LINK,WATERPROOFED 40 EACH $ 16.00 $640.00. 0124 TRANSVERSE MARKING THERMOPLASTIC CROSSWALK,WHITE 24" 1 416 LFT $ 4.70 $1,955.20'' 0125 LINE,THERMOPLASTIC,DOTTED,WHITE,4 IN(3 FT LINE,9 FT GAP) 561 LFT $ 1.67 $936,87 0126 LINE,REMOVE 3,342�, $ 0.86 $2,205.72 0127 LINE,MULTI-COMPONENT,BROKEN,WHITE,6 IN(2 FT LINE,4 FT GAP) 65 LFT $ 16.05 $1.043.25 0128 'SHARKS TEETH",YIELD LINE,WHITE 189 LFT $ 10.29 $1,944.81 I 1 , I EXHIBIT A 6 OF 9 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E 0129 LINE,THERMOPLASTIC,DOTTED,WHITE,6 IN.(2 FT LINE,4 FT GAP) 124 LET $ 2.50 $310.00 0130 _LINE,THERMOPLASTIC,DOTTED,WHITE,8 IN(2 FT LINE,2 FT GAP) 191, LFT $ 3,34 $637.94 0131 LINE,THERMOPLASTIC,SOLID,WHITE,6 IN 2,478 LET $ 0.80 $1,982.40 0132 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN 3,676 LFT $ 0.54 $1,985.04 — 0133 TRANSVERSE MARKING,THERMOPLASTIC,CROSSHATCH LINE,YELLOW,12" 309 LFT $ 2.39 $738.51 _ 0134 PAVEMENT MESSAGE MARKING,THERMOPLASTIC,LANE INDICATION ARROW 19 EACH $ 92.00 $1,748.00 0135 PAVEMENT MESSAGE MARKING,THERMOPLASTIC,LANE INDICATION ARROW,"FISHHO) 24 EACH $ 138.00_ $3,312.00 0136 SNOWPLDWABLE RAISED PAVEMENT MARKER 15 EACH_i.$ 300.00 $4,500.00 0137 LINE,THERMOPLASTIC,SOLID,YELLOW,8" 907 LFT $ 1.20 $1,088.40 0138 TRANSVERSE MARKING,MULTI-COMPONENT,PEDESTRIAN CROSSING 12 EACH $ 740.00 $8,880.00 0139 PLANTING SOIL 3,110 CYS $ 125.00 ' $388,750.00 0140 SHREDDED HARDWOOD MULCH 140 CYS $ 75 00 $10,500.00 ... 0141 IRRIGATION SYSTEM 1 LS $ 100,000.00 $100,000.00 0142 DECIDUOUS SHADE TREE,6 IN CALIPER 13 EACH $ 1,870.64 $24.318.32, 0143 DECIDUOUS SHADE TREE,3 IN CALIPER 27 EACH $ 731,43 $19,748.61 0144 _DECIDUOUS SHADE TREE,2.5 IN CALIPER 4 EACH $ 987.11 $3.948,44 0145 DECIDUOUS SHADE TREE,2 IN CALIPER 5 EACH $ 607.60 $3,038.00 _ 0146 EVERGREEN SHRUB,NO 3 CONTAINER 135 EACH $ 47.12 $6,361,20 _ 0147—DECIDUOUS SHRUB,NO 3 CONTAINER 86 EACH $ 45.45 $3,908.70 0148 ORNAMENTAL.GRASS,NO 1 CONTAINER 183 EACH $ 17.08 $3,125,64 ._._ 0149 PERRENIAL,NO 1 CONTAINER 400 EACH $ 16.81 $6,724.00 0150 GROUNDCOVER,4 IN POT 1,123, EACH $ 6.58 $7,389.341 0151 12"HOPE SOR11 Via HOD 1,856 LFT $ 150.00— $278,400.00 0152 12"Ductile Iron Pipe 150 LET $ 170.00 , $25,500.00 0153 '6"Ductile Iron Pipe 83 LFT $ 120.00 $9,960.00 0154 6"Gate Valve 1 EACH $ 2,000.00 _ $2,000.00 0155 12'.Gale Valve ' 7 EACH $ 4,0,00.00 $28,000.00 0156 12" 12"Tapping Saddle and 12"Tap Valve 1 EACH $ 6,000.00 $6,000.00 0157 New Hydrant Assembly 6 EACH $ 7,000.00 $42,000.00 0158 6"Eleclro Fusion Saddle 3 EACH $ 3,000.00 $9,000.00, i .. 0159 6"Connection 1 EACH $ 1,800.00 $1,800.00 _ 0160 12"Connection 3 EACH $ 2,000.00 $6,000.00 0161 Adjust Valve to Grade 3 EACH $ 700,00 $2,100.00 0162 Service Line 1 EACH $ 2,000.00 $2,000.00 0163 Retire Fire Hydrant 5 EACH $ 2,500.00 $12,500.00 0164 Retire Valve 6 EACH $ 700.00 $4,200.00 0165 Retire Meter RI 1 EACH $ 700.00 $700.00 Base Bid Total:£5,439,000.00 Submitted By: Calumet Civil Contractors Signature._ EXHIBIT A 7 OF 9 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE One June 11, 2021 EXHIBIT A 8 OF 9 Version 2018-12-19 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: None EXHIBIT A 90F9 Version 20I8-12-19 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E 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 DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E 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. DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E EXHIBIT D AFFIDAVIT he/she is familad iar and has personal being first duly sworn,deposes and says that he/she .. _ familiar with 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. iff 2. I am now and at all times relevant herein have been employed by Calumet Civil Contractors, Inc. (the"Employer") in the position of Vice 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. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the t 3th day of July , 20 21 . 7::c7l 71 Print Brad Rader 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. Print : Brad Rader DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E Page 1 of 1 INDIANA RETAIL TAX EXEMPT 1 A 4 ,f -1 Lity of Larmei CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 1105384 ONE CIVIC SQUARE 35.6000972 TIIIS NUMBER MUST APPEAR ON INVOICES,AIP 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 16-ENG-37-RAB Improv-116th St&Range Line Rd-Street 7/12/2021 034249 Scape Portion CALUMET CIVIL CONTRACTORS City Engineering's Office VENDOR 4898 FIELDSTONE DRIVE SHIP 1 Civic Square TO Carmel, IN 46032- WHITESTOWN, IN 46075- Laurie Slick PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 57852 QUANTITY F UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department' 2200 Fund: 202 Local Road & Street Fund Account: 43-509.00 1 Each 16-ENG-37 -RAB Improv-116th St&Range Line Rd - 1,105,921.79 $1,105,921.79 Streetscape Sub Total $1,105,921.79 Department.' 2200 Fund: 203 CUM Cap Improvement Fund Account: 43-509.00 1 Each 16-ENG-37 -RAB Improv-116th St& Range Line Rd - $162,596.00 $162,596.00 Streetscape Sub Total $162,596.00 Department: 2200 Fund: 211 CUM Cap Development Account: 43-509.00 1 Each 16-ENG-37 -RAB lern,,groV't i h ,1 .,:Range Line Rd - $363,760.00 $363,760.00 Streetscape Sub Total $363,760.00 11 r N 1,, ',, '„1,1111111 1,''11,111'ilji1A114:141A14111 ' „c 'Ilit13/1111111111,1 ill.111 104 11'11;.0 0 11, ,,04, .,14,J11.1111001H)111!'1,1,111,111111111,11,,,1 1:11111 11L 11:111 1 111,1,„ 1111,ii, :4„,,,i Send Invoice To: ',',"-' 1111 1111,111 1 1;Ill ilh"i'r '11111111111 1,1111 11,,111 Illy1 4,1 City Engineering's Office / Laurie Slick 00 ,,,,,, 1 Civic Square \„ 11,:44'--------- '''' Carmel, IN 46032- 1 PLEASE INVOICE IN DUPLICATE DEPARTMENT 1 ACCOUNT PROJECT 1---- PROJECT ACCOUNT i AMOUNT PAYMENT $1,632,277.79 SHIPPING INSTRUCTIONS *A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P 0 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 0 D SHIPMENT CANNOT BE ACCEPTED THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER *PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABE THIS ORDER ISSUED IN COMPLIANC.WITH CHAPTER 99 ACTS 194 .0.0 . AND ACTS AMENDAfl)RY THEREOF AND SUPPLEMENT THERETO ORDERED BY Jeremy Kashman James Crider TITLE Director Director of Administration , CONTROL NO, 105384 CONTROLLER DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E INDIANA RETAIL TAX EXEMPT Page 1 of 1 Clity of Carmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 105385 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AR 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 F VENDOR NO DESCRIPTION 711212021 034249 16-ENG-37-RAB Improv-116th St&Range Line Rd-RAB Construction CALUMET CIVIL CONTRACTORS City Engineering's Office VENDOR 4898 FIELDSTONE DRIVE SHIP 1 Civic Square TO Carmel, IN 46032- WHITESTOWN, IN 46075- Laurie Slick , PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 57854 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE I EXTENSION Department: 2200 Fund: 0 General Obligation Bond Account: 44-628.71 1 Each 16-ENG-37-RAB Improv-116th St&Range Line Rd-RAB 1,759,925.80 $1,759,925.80 Construction Sub Total $1,759,925.80 - Nia 111 111,4'111I'll'illl'I't,1.11'fill'il„L'11, 4(01A1011414114 ' , 1 , ,,, II,IIII01,1FFIIII 1„101(,I; ',ci ;1011,10110,1;h,C 1 1 , 1,11,111 III„II llit171 IHY,1 ,1111 ;1 iv ), , Send Invoice To: '4, 11,111111'1,11.11111 11110,01 111' ,,Imih 11111111111„1111 111 rs', City Engineering's Office / Laurie Slick do, d 1 Civic Square ,,,,,,,,„ to Carmel, IN 46032- PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT i PROJECT I PROJECT ACCOUNT I AMOUNT PAYMENT $1,759,925.80 SHIPPING INSTRUCTIONS 'A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE PC NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID AFFIDAVIT AT fACHED I HEREBY CERTIFY THAT THERE IS All IDNOBLIGATED BALANCE IN 'C LID SHIPMENT CANNOT BE ACCEPTED THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABE 'T HIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 194 ...... 4 ,„ ,-,,....- 1-44.-e.C.:,,-0 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO ORDERED BY Jeremy Kashman James Crider TITLE Director Director of Administration CONTROL NO. 1 05385 CONTROLLER DocuSign Envelope ID:468012D0-1851-4FC4-9DFB-29985066822E INDIANA RETAIL TAX EXEMPT Pagel of1 1 City of C arme CERTIFICATE NO,003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 105386 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AIR 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 7/12/2021 034249 16-ENG-37 RAB Improv-116th St&Range Line Rd- Streetscape Portion CALUMET CIVIL CONTRACTORS City Engineering's Office VENDOR 4898 FIELDSTONE DRIVE SHIP I Civic Square TO Carmel, IN 46032- WHITESTOWN, IN 46075- Laurie Slick PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 57855 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE 1' EXTENSION Department: 2200 Fund: 0 COIT Bond Fund Account: 44-628.71 1 Each 16-ENG-37 -RAB Improv-116th St&Range Line Rd - 2,046,796,41 $2,046,796.41 Streetscape Portion Sub Total $2,046,796.41 , IN, otooLL LTAL IL111;1111,,,, n1,1111 Send Invoice To: '14414,„:,1,11411,1-,011,111,11,1111111 11116:„:111::„,„11110,1'hInioll„,„,11,„.„,,,t5, City Engineering's Office 00/Laurie Slick 1 Civic Square Carmel, IN 46032- PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT I PROJECT ACCOUNT I AMOUNT PAYMENT $2,046,796.41 ALP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P 0 NUMBER IS MADE A SHIPPING INSTRUCTIONS 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 0 D SHIPMENT CANNOT BE ACCEPTED THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER *PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABE '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 1 05386 CONTROLLER