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