HomeMy WebLinkAbout3D Company, Inc. Goods and Services/ENG/$3,660,000/106th Street and College Avenue RAB – Construction DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
3D Company,Inc.
Engineering Department-2022
Appropriation#2200 0 44-628.71 2020 Road Bond Fund; P.O. # 106259oD
all 4mryNV Grce[tu(c@IrK f"):}61 am,bmki(IJ,2(122
Contract Not To Exceed$3,660,000.00
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 3D
Company, 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 0 44-628.71 2020 Road Bond funds. Vendor agrees to provide the Goods
and Services and to otherwise perform the requirements of this Agreement by applying at all times the
highest technical and industry standards. Vendor will not perform any of the Services detailed in Exhibit A
and any attachments, references and/or addendums thereto prior to obtaining a written Notice to Proceed
from the City. Upon receiving a Notice to Proceed, the Vendor shall perform only those Services specifically
detailed in the Notice. If the Vendor desires clarification of the scope of any Notice to Proceed, the Vendor
shall obtain such clarification from the City in writing, prior to performing the service set forth in the Notice to
Proceed. Any services performed without the City's prior express written authorization will not be
compensated.
3. PRICE AND PAYMENT TERMS:
3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder
shall be no more than Three Million Six Hundred Sixty Thousand Dollars ($3,660,000.00) (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 and any attachments, references and/or
addendums thereto, 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 "106th Street and College Avenue Roundabout, Project#20-ENG-02"
received by the City of Carmel Board of Public Works and Safety on or about February 2, 2022, 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
[C:AUsers\clivingstonVAppDataALocal\Microsoft\WindowsVINetCacheAContent Outlook\562V7G6G\3D Company Inc.Goods and Secs ices.doc:2/S/2022 1:51 PM]
1
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
3D Company,Inc.
Engineering Department-2022
Appropriation#2200 0 44-628.71 2020 Road Bond Fund; P.O. # 106259
Contract Not To Exceed$3,660,000.00
Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their
particular purpose.
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,
[C:AUsers\clp mgstonVAppDataALocal\Microsoft\Wmdoss MINetCacheAContentOutlook1562V7G6G13D Company Inc.Goods and Seas mos.doc:2/8/2022 1:51 PM]
2
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
3D Company,Inc.
Engineering Department-2022
Appropriation#2200 0 44-628.71 2020 Road Bond Fund; P.O. # 106259
Contract Not To Exceed$3,660,000.00
officers, employees, contractors or subcontractors in the performance of this Agreement. These
indemnification obligations shall survive the termination of this Agreement.
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
[C:AUsers\clp mgstonVAppDataALocal\Microsoft\Wmdoss MINetCacheAContentOutlook1562V7G6G13D Company Inc.Goods and Seas mos.doc:2/8/2022 1:51 PM]
3
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
3D Company,Inc.
Engineering Department-2022
Appropriation#2200 0 44-628.71 2020 Road Bond Fund; P.O. # 106259
Contract Not To Exceed$3,660,000.00
16. GOVERNING LAW; LAWSUITS:
This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana,
except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they
waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County,
Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same.
17. SEVERABILITY:
If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive
order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to
comply with same, and the remaining provisions of this Agreement shall remain in full force and effect.
18. NOTICE:
Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage
prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified
herein:
If to City: City of Carmel AND City of Carmel
Engineering Department Office of Corporation Counsel
One Civic Square One Civic Square
Carmel, Indiana 46032 Carmel, Indiana 46032
If to Vendor: 3D Company, Inc.
7240 N State Road 3
Muncie, Indiana 47303
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.
[C:AUsers\clivingstonVAppDataALocal\Microsoft\WindowsVINetCacheAContent Outlook1562V7G6G13D Company Inc.Goods and Services.doc:2/8/2022 1:51 PM]
4
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
3D Company,Inc.
Engineering Department-2022
Appropriation#2200 0 44-628.71 2020 Road Bond Fund; P.O. # 106259
Contract Not To Exceed$3,660,000.00
20. REPRESENTATIONS AND WARRANTIES
The parties represent and warrant that they are authorized to enter into this Agreement and that the persons
executing this Agreement have the authority to bind the party which they represent.
21. ADDITIONAL GOODS AND SERVICES
Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods
and services to City. When City desires additional goods and services from Vendor, the City shall notify
Vendor of such additional goods and services desired, as well as the time frame in which same are to be
provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional
goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in
writing, to provide such additional goods and services, shall such goods and services be provided by Vendor
to City. A copy of the City's authorization documents for the purchase of additional goods and services shall
be numbered and attached hereto in the order in which they are approved by City.
22. TERM
Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19
hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2022 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.
[C:AUsers\clivingstonVAppDataALocal\Microsoft\WindowsVINetCacheAContent Outlook1562V7G6G13D Company Inc.Goods and Services.doc:2/8/2022 1:51 PM]
5
DocuSign Envelope ID:B6B15DF3-9C41-4654-A312-7ECD21F192F5
3D Company, Inc.
Engineering Department -2022
Appropriation 4 2200 U 44-628,71 2020 Road Bond Fund. P.O. # 106259
Contract Not To Exceed S3,660,000.00
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. RAN 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.
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 3D Company, Inc.
by and through its Board of Public
Works and Safety
BYel—DocuSi ned by: By:
nJames g Officer
ral itsUoA3b d,
Piti2E Authorized Signature
Date:
,.--DocuSigned by: .c\ -
.
tkAn, Printed Name
...o-Ameurke,Member
Date: 2/16/2022
/.--DocuSigned by: Title
[mri
_ ghp6i8hoson, Member FID/TIN: cLc1\0--Nio-53\hchc
- - -
Date: 2/16/2022
ATTEST: Date:
c—DocuSigned by:
(04cro
gue •vlifgeng, Clerk
Date: 2/16/2022
6
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
Exhibit A
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. S 111 th envelllo 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:
3D Company, Inc.
Project Name: Project No. 20-ENG-02
106th Street and College Avenue
Roundabout
Date Submitted:
February 2, 2022
Base Quote Amount:
$3,660,000.00
Revised 12/21/2021
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
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/idly and accurately filled in and completed and notarized.
100 Street and College Avenue Roundabout
Project:
Project#20-ENG-02
Proposal For Construction of:
Intersection improvements at 106th Street and College
Avenue will consist of replacing a signalized intersection
with a roundabout. The reconstruction of the intersection
will include new full-depth pavement, curb and gutter,
enclosed storm water network, lighting, and shared-use
paths with new curb ramps and raised crosswalks.
Date: February 2, 2022
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
Version 2018-12-19
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: 3D Company, Inc.
1.2 Bidder Address: Street Address: 7240 N State Road 3
City: Muncie State: IN Zip: AL303
Phone: (765) 288-3326 Fax: (765) 288-3344
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 fireign corporation. Note: To do business in or with the City of Carmel, Indiana,
foreign corporations must register with the Secretary of the Stale 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, 19581
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2
Version 2018-12-19
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
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 Three million six hundred
sixty thousand and 00/100 Dollars($3,660,000.00 ). 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 3 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.
B I D-3
Version 2018-12-19
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
PART 3
CONTRACT ITEMS AND UNIT PRICES
106th Street and College Avenue(Project#20-ENG-20)
Contract
- Item No. Description Unit Quantity Unit Price Total
— —
1 CONSTRUCTION ENGINEERING LS 1 $22,235.00 $22,235.00
2 MOBILIZATION AND DEMOBILIZATION LS 1 $97,163.89 $97,163.89
3 CLEARING RIGH I OF WAY LS 1 $13,165.00 $13,165,00
INSPECTION HOLE,DEEPER TIIAN 3 FT
4 (UNDISTRIBUTED) EACH 5 $1,470.00 $7,350.00
INSPECTION HOLE,3 FT DEEP OR LESS
5 (UNDISTRIBUTED) EACH 5 $915..00 $4,575.00
6 CURB,CONCRE FE,REMOVE LFT 1434 $5.52 $7,915.68 .
7 CURB AND GUTTER,REMOVE LFT 3035 $5.81 $17,633.35
_ 8 SIDEWALK CONCRETE,REMOVE SYS 1916 $9.76 $18,700.16
—
9 CONCRETE,REMOVE SYS 18 $31.80 $572.40
10 SIGNAL POLE FOUNDATION,REMOVE EACH 4 $1,458.00 $5,832.00
11 TRANSPORTATION OF SALVAGEABLE ITEMS LS 1 $3,110.00 $3,110.00
12 EXCAVATION,COMMON CYS 5239 $35.86 $187,870.54
13 BORROW CYS 899 $1.00 $899.00
14 STORMWATER MANAGEMENT BUDGE I DOL 31190 $1.00 $31,190.00
15 STORMWATER MANAGEMEN E IMPLLMENTATION LS 1 $9,735.00 $9,735.00
16 SWQCP PREPARATION LS 1 $4,180.00 $4,180.00
17 SUBGRADE TREATMEN E,TYPE II SYS 3033 $13.81 $41,885.73
18 SUBGRADE TREATMENT,TYPE III SYS 3757 $1.88 $7,063.16
19 SUIJGRADE TREATMENT,TYPE IC SYS 240 $25.06 $6,014.40
20 SUBGRADE TREATMEN E, EYPE IBC SYS 10365 $10.44 $108,210.60 ,
21 SUBGRADE TREATMEN r(UNDISTRIBUTED) CYS 915 _ $80.77 $73,904.55
22 STRUCTURE BACKFILL,TYPE I CYS 2981 $50.27 $149,854.87
23 COMPAC EED AGGREGATE NO 53 CYS 651 $58.56 $38,122.56
_ 24 HMA PATCHING FULL DEPTH TYPE C TON 169 $205.96 $34,807.24
25 MILLING,ASPHALT, I 5 IN SYS 1399 $6.02 $8,421.98
_ 26 QC/QA-HMA,3,70,SURFACE,9 5 MM TON 717 $99.00 $70,983.00
27 QC/QA-HMA,3,64,INTERMLDIAI L, 19 0 MM TON 988 $84.70 $83,683.60
28 QC/QA-IIMA,3,64,BASE,25 0 MM TON 2876 $82.50 $237,270.00
29 JOINT ADI IESIVE,SURFACE LFT 1978 $0.44 $870.32
30 JOINT ADHESIVE,INTERMEDIATE — LFT 1778 $0.44 $782.32
31 LIQUID ASPHALE SEALANT LFT 1978 $0.39 $771.42
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
-Contract - 1
1
Item No. Description Unit Quantity Unit Price Total
32 QA/QA-HMA,3,76,INTERMEDIATE,OG 19 0 MM TON 1241 $77.00 $95,557.00
33 ASPHALT FOR TACK COAT TON 5 $1,650.00 $8,250.00
34 BASE SEAL TON 7 $847.00 $5,929.00
35 RAISED PEDESTRIAN CROSSING SYS 430 $197.83 $85,066.90
.,..._
36 COLORED AND JOINTED CONCRETE,7 IN SYS 229 $99.00 $22,671.00
,.. ....__._
37 D-I CONTRACTION JOINT LFT 176 $11.00 $1,936.00
38 HMA FOR SIDEWALK TON 711 $99.00 $70,389.00
39 SIDEWALK,CONCRETE,4" SYS 41 $82.50 $3,382.50
40 !CURB RAMP,CONCRETE SYS 574 $110.00 $63,140.00
41 DETECTABLE WARNING SURFACES SYS 61 $336.25 $20,511,25
42 CURB CONCRETE, LFT 471 528.60 $13,470.60
43 BARRIER CURB AT TRUCK APRON,CONCRETE LFT 230 $33,00 $7,590.00
CURB AND GU'l l'ER,CONCRETE,COMBINED,TYPE
44 II LFT 2554 $24.20 $61,806.80
45 CURB AND GUTTER,CONCRETE,TYPE III LFT 1195 $30,80 $36,806.00
46 CENTER CURB,D CONCRETE SYS 17 $143.00 $2,431.00
47 CURB AND GUTTER,CONCRETE DEPRESSED LFT 141 $38.50 $5,428.50
48 ROLL CURB FOR TRUCK APRON LFT 283 $30.80 $8,716.40
_
I
49 BMA FOR APPROACHES,'I YPE C TON 138 $132.00 $18,216.00
1 .
50 PCCP FOR APPROACIIES,9 IN SYS 2681 $77.00 $206,437.00
51 MAILBOX ASSEMBLY,SINGLE' EACH 11 $396.00 $4,356.00
52 MONUMENT,B EACH 16 $853.00 $13,648.00
53 MONUMENT,C EACH 9 $495.00 $4,455.00
54 MONUMENT,D EACH 2 $193.00 $386.00
55 MONUMENT,SECTION CORNER EACH 1 $798.00 $798,00
MOBILIZATION AND DEMOBILIZATION FOR
56 SEEDING EACH 1 $550.00 $550.00_
57 FERTILIZER TON 1 $550.00 $550.00
58 SEED MIXTURE U LBS 70 $24.20 $1,694.00
59 MULCHING MATERIAL TON 1 $468.00 $468.00
60 WATER MG 12 $1.10 $13.20
61 TOPSOIL CYS 680 $35.31 $24,010,80
62 SODDING,NURSERY SYS 2959 $3.30 $9,764.70
_.......a....
63 FIELD OFFICE MOS ' 6 $3,025.00 $18,150,00
64 OFFICE EQUIPMENT EACH I $1,320.00 $1,320.00
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
Contract
Item No.. _ Description Unit Quantity Unit Price Total
SANITARY SEWER.SERVICE ADJUSTMENT
65 .(UNDISTRIBUTED) LFT 1470 S119,71 $175,973,70
66 PIPE,TYPE 2,CIRCULAR,15 IN. LFT 189 $82.92 $15,671.88
67 PIPE,TYPE 4,CIRCULAR,6 IN. LFT 4559 $14.25 $64,965.75
68 PIPE,TYPE 2,CIRCULAR,12 IN. LET 2368 $71.99 $170,472.32
69 PIPE,TYPE 2,CIRCULAR,18 IN. LET 334 $82.92 $27,695.28
70 PIPE,TYPE 2,CIRCULAR,24 IN. LFT 320 $104.51 $33,443,20
71 PIPE,TYPE 2,CIRCULAR,30 IN. LFT 195 $129.33 $25,219.35
72 VIDEO INSPECTION FOR PIPE LFT 3406 $1.47 $5,006.82
73 VIDEO INSPECTION FOR UNDERDRAINS LET 3000 $1.25 $3,750.00
74 GEOTEXTILE FOR UNDERDRAINS SYS 5021 $0.74 $3,715.54
75 AGGREGATE FOR UNDERDRAINS CYS 487 $50.27 $24,481.49
76 MANHOLE,CIOMODIFIED EACH 2 $7,025.00 $14,050.00
77 CASTING,ADJUST TO GRADE,MANHOLE EACH 10 $608.00 $6,080.00
78 INLET,E7 EACH 4 $2,645,00 $10,580.00
79 INLET,JI9 EACH 15 $3,385.00 $50,775.00
80 INLET,MIO EACH 12 $3,370.00 $40,440.00
81 INLET,R13 EACH 16 $3,590.00 $57,440.00
82 INLET,J 10 MODIFIED EACH I $4,425.00 $4,425.00
83 INLET,M IO MODIFIED EACH 5 $4,480.00 $22,400.00
84 MANHOLE,C4 EACH 11 $5,525.00 $60,775.00
85 STRUCTURE,MANHOLE,RECONSTRUCTED LFT 2 $1,910.00 $3,820.00
86 INLET,R13 MODIFIED EACH 6 $4,388.00 $26,328.00
87 MANIIOLE,J4 EACH 3 $8,287.00 $24,861.00
88 ROAD CLOSURE SIGN ASSEMBLY EACH 10 $275.00 $2,750.00
89 DETOUR ROUTE MARKER ASSEMBLY EACH 32 $77.00 $2,464,00
90 CONSTRUCTION SIGN,A EACI➢ 26 $110.00 $2,860.00 ,
91 CONSTRUCTION SIGN,B EACH 7 $55.00 $385.00
92 MAINTAINING TRAFFIC LS I $19,030.00 $19,030.00
93 BARRICADE,III-A LFT 144 $17.60 $2,534.40
94 BARRICADE,III-B LFT 120 $17.60 $2,112.00
SIGN POST,SQUARE TYPE I REINFORCED ANCHOR
95 BASE LET 237 $43.01 $10,193.37
,
SIGN POST,SQUARE TYPE 2 REINFORCED ANCHOR
96 BASE LFT i 152 $39.49 $6,002.48
97 SIGN„SIIEET,WITH LEGEND 0.080 IN SET , 147 $25.96 $3,816.12
DocuSign Envelope ID: B61315DE3-9C41-4654-A312-7ECD21E192E5
Contract
Item No. Description Unit Quantity Unit Price Total
98 SIGN,SIIEET,WITII LEGEND 0 100 IN SET 55 $29.48 $1,621,40
99 SIGN GROUND MOUNTED RESET EACH 2 $672.00 $1,344.00
_
100 STREET NAME IDENTIFICATION SIGN EACH 4 $3,072.00 $12,288.00
........
101 TRAFFIC SIGNAL EQUIPMENT,REMOVE EACH 1 $7,415.00 $7,415.00
-",-
CONTROLLER CABINET FOUNDATION,PI
102 MODIFIED EACH 1 $2,164.00 $2,164.00
103 CONTROLLER AND CABINET,PI MODIFIED EACH 1 $11,950.00 $11,950.00
104 HANDHOLE EACH 3 $933.00 $2,799.00
105 1.A1N+11NAIRE ORNAMENTAL EACH 8 $5,725.00 $45,800.00
106 LIGHT POLE ORNAMENTAL EACH 8 $5,615.00 $44,920.00
107 CONDUIT,STEEL,GALVANIZED,2 IN LFT 245 $36.85 $9,028.25
WIRE,NO.4 COPPER,IN PLASTIC DUCT,IN
108 'FRENCH,4 I/C LFT 785 $17.27 $13,556.95
LIGHTING FOUNDATION CONCRETE WITH
109 GROUNDING 30 IN DIA X 96 IN EACH 8 $1,922.00 $15,376.00
CABLE,POLE CIRCUIT,THWN,NO. 10 COPPER,
110 STRANDED I/C LFT 608 $1.43 $869.44
1H CONNECTOR KIT,UNFUSED EACH 8 $45.00 $360.00
112 CONNECTOR KIT,FUSED EACH 8 $47.00 $376.00
MULTIPLE COMPRESSION FITTING,NON- ,
113 WATERPROOFED EACH 28 $15.00 $420.00 I
I
MULTIPLE COMPRESSION FITTING,
114 WATERPROOFED EACH 4 $16.65 $66.60
115 INSULATION LINK,NON-WATERPROOFED 1 EACH 8 $12.10 $96.80
116 INSULATION LINK,WATERPROOFED EACH 12 $15.20 $182,40
TRANSVERSE MARKING,THERMOPLASTIC,
117 CROSSWALK LINE,wHrrE,24 IN LFT 320 $9.90 $3,168,00
118 LINE,THERMOPLASTIC,BROKEN,WHITE,4 IN LFT 39 $0.77 $30.03
119 LINE,TIIERMOPLASTIC,SOLID,WHITE,8 IN LFT 22 $1.54 $33.88
120 LINE,THERMOPLASTIC,Deyr rED,WHITE,8 IN LFT 63 $1.54 $97.02
TRANSVERSE MARKING,THERMOPLASTIC,YIELD
121 LINE,WHITE,36 IN(SHARK TEETH) LFT 67 $16.50 $1,105.50
122 LINE,THERMOPLASTIC,SOLID,WHITE,6 IN LFT 213 , $1.16 $247.08
123 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN LFT 3179 $0.77 $2,447.83
TRANSVERSE MARKING,THERMOPLASTIC,STOP
124 LINE,WHITE,24 IN LFT 40 $9.90 $396.00
PAVEMENT MESSAGE MARKING,THERMOPLASTIC
125 LANE INDICATION ARROW EACH 2_ $165.00 $330.00
PAVEMENT MESSAGE MARKING,THERMOPLASTIC
126 LANE INDICATION ARROW,"FISH HOOK",WHITE EACH 2 $330.00 $660.00
_
PAVEMENT MESSAGE MARKING,THERMOPLASTIC-
127 ONLY EACH 1 , $220.00 $220.00
SNOWPLOWABLE RAISED PAVEMENT MARKER
128 (YELLOW) EACH , 20 $55.00 $1,100.00
129 WATER MAIN,DUCTILE IRON, 16" LFT 1200 $166.74 $200,088.00
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5 i
r
!
i
Contract
Item No, Description Unit Quantity Unit Price Total
130 WATER MAIN,DUCTILE IRON, 12" LET 60 $347.74 $20,864.40
131 BUTTERFLY VALVE, 16" EACH 4 $7,195.00 $28,780.00_....,
132 COMPLETE HYDRANT ASSEMBLY EACH 4 $8,025.00 $32,100.00
133 CONNECTION, 16" EACH 2 $3,475.00 $6,950.00
134 CONNECTION,12" EACH 2 $3,380.00 $6,760.00
135 SHORT SIDE SERVICE(S2) EACH 8 $3,454.00 $27,632.00
136 LONG SIDE SERVICE(S1) EACH 6 $5,205.00 $31,230.00
137 EXISTING 20"WATER MAIN TESTING LS 1 $3,702.00 $3,702.00
138 ADJUST VALVE"10 GRADE EACH 5 $436.00 $2,180.00
ADJ tin.VALVE TO GRADE&REPLACE VALVE
139 BOX(UNDISTRIBUTED) EACH 4 $1,370.00 $5,480.00
140 ADJUST METER PIT TO GRADE EACH 1 $1,155.00 $1,155.00
141 RETIRE VALVE BOX EACH 6 $289.00 $1,734.00
142 RETIRE HYDRANT AND BRANCH VALVE EACH 5 $1,199.00 $5,995.00
143 RETIRE SERVICE LINE EACH 1 $1,316.00 $1,316.00
144 RETIRE METER PIT EACH 1 $805.00 $805.00
145 20"HDPE WATER MAIN REPAIR(UNDISTRIBUTED) LFT 20 $700.94 $14,018.80
146 20"LOWERING(UNDISTRIBUTED) EACH 1 $29,675.00 $29,675.00
147 6"LOWERING EACH 1 $7,502.00 $7,502.00
148 HANDHOLE,ADJUST TO GRADE EACH 2 $1,320.00 $2,640.00
149 UTILITY PROTECTION 11,S 1 $6,901.00 $6,901.00
150 CONDUIT,PVC,1 25 IN. LFT 150 $32.23 $4,834.50
Total---- 53,660,000.00
1
1
1
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
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
1 January 28, 2022
BID-9
Version 2018-12-19
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
PART 5
EXCEPTIONS
Instructions lb Bidders.'
5.1 The Bidder shall fully slate 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:
No Exceptions
BID-I 0
Version 2018-12-19
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
PART 6
FINANCIAL STATEMENT
6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said
financial statement as required by statute shall thereby be rendered invalid. The financial
statement provided hereunder to OWNER must be specific enough in detail so that
OWNER can make a proper determination of the Bidder's capability for completing the
Work/Project if awarded. Information on Bidder's company and financial statement shall
be consistent with the information requested on the State Board of Accounts Forms #96a
and #102, entitled "Standard Questionnaires and Financial Statement for Bidders".
BID-11
Version 2018-12-19
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
PART 7
ADDITIONAL DECLARATIONS
7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of the
United States and the State of Indiana prohibiting the discrimination against any employee
or applicant for employment or subcontract work in the performance of the Work
contemplated by the Agreement with respect to hire,tenure, terms,conditions,or privileges
of employment or any matter directly or indirectly related to employment or subcontracting
because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled
veteran status or Vietnam era veteran status. The City of Carmel reserves the right to
collect a penalty as provided in IC 5-16-6-1 for any person discriminated against.
7.2 The Bidder certifies that he/she has thoroughly examined the site of the Project/Work and
informed himself/herself fully regarding all conditions under which he/she will be
obligated to operate and that in any way affect the Work, and knows, understands and
accepts the existing conditions. The Bidder further certifies that he/she has thoroughly
reviewed the Contract Documents, including all Addenda, and has had the opportunity to
ask questions and obtain interpretations or clarifications concerning Contract Documents.
BID-12
W510112018-12-19
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
PART 8
NON-COLLUSION AFFIDAVIT
The individual person(s)executing this Bid Proposal,being first duly sworn,depose(s)and state(s)
that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or
agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid
by another person, or(ii) to prevent any person from bidding, or(iii) to induce a person to refrain
from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any
other bids and without agreement, understanding or combination, either directly or indirectly, with
any persons with reference to such bidding in any way or manner whatsoever.
PART 9
SIGNATURES
[Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution
of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE MUST
BE PROPERLY NOTARIZED.]
Bidders Name: 3 Company, Inc.
Written Signature:
Printed Name: Deanna D Case
Title: President
Important-Notary Signature and Seal Required in the Space Below
STATE OF Indiana
SS:
COUNTY OF Delaware
Subscribed and sworn to before me this 2nd day of February
20 22 .
My commission expires: July 31, 2024 (Signed) /le
Printed: Teresa L. Smith
Residing in Delaware County, State of Indiana
TERESA LYNN SMI FH
04 Notary Puhlte State of Indiana
:SEAL DolJware Co+no(
* Corttrots,ton stAG9.15
tvly Cornell ssoon Expiie
July31, 2024
B1D-13
Version2018-12-19
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
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: B6B15DF3-9C41-4654-A312-7ECD21F192F5
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: B6B15DF3-9C41-4654-A312-7ECD21F192F5
EXHIBIT D
AFFIDAVIT
, being first duly sworn, deposes and says that
he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this
matter, could testify as follows:
1. I am over eighteen (18)years of age and am competent to testify to the facts contained
herein.
2. I am now and at all times relevant herein have been employed by
(the"Employer")
in the position ofR.Kt-- Ts,
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 AFF1ANT SAYETH NOT.
EXECUTED on the day of S ----17-)C ,
Printecc
I certify under the penalties for perjury under the laws of the United States of America and the State of
Indiana that the foregoing factual statements and representations are true and correct.
Printed:
DocuSign Envelope ID: B6B15DF3-9C41-4654-A312-7ECD21F192F5
INDIANA RETAIL TAX EXEMPT Page 1 of I
arme ! CERTIFICATE NO, 003120155 002 0
lt 0
PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT 106259
ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON N\,1010ES,Al
CARMEL INDIANA 46032-2584 VOUCHER,DEL VERY MEMO,PACKING SLIPS,
, I
SHIPPING LABELS AND ANY CORRESPONDENCE
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL- 1997 I
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO VENDOR NO DESCRIPTION
2/3/2022 376320 20-ENG-02-106th St and College Ave RAB-Construction
3D COMPANY INC City Engineering's Office
VENDOR 7240 N SR 3 SHIP 1 Civic Square
TO
Carmel, IN 46032-
MUNCIE, IN 47303 - Laurie Slick
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
63191 1
QUANTITY UNIT OF MEASURE I DESCRIPTION UNIT PRICE EXTENSION
Department: 2200 Fund: 0 2020 Road Bond
Account: 44-628.71
1 Each 20-ENG-02 -106th St and College Ave RAB -Construction 3,660,000.00 $3,660,000.00
Sub Total $3,660,000.00
00
t H t W
i t't1 w
/ wttwtwwwwwwwwwty;'trwmtit TN", t
t 11
t ' twOlttOtttOnettlOgttWww t/twAtttot, I
t
wi, 1 wttettlAt wit4444W/AtAtAWIttttattqtttttt
l' ettiOtt't1 tOttArett/rt pl '0) '', r
t.",
fetligqiggryitrt#44011
Send Invoice To:
.t. ',:',,thilalgaeleo-ekelfigkek,:":oe i
Jill Newport
CrossRoad Engineers, PC
r ,
115 N. 17Th Avenue
Beech Grove, IN 46107
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT 1 PROJECT I PROJECT ACCOUNT I AMOUNT
PAYMENT $3,660,000.00
'SHIPPING INSTRUCTIONS AP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P 0 N9JMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
*SHIP PREPAID AMDAVIT AtrACHED I HEREBY CERTIFY THAT THERE S AN UNOBLIGATED BALANCE IN
CO D SHIPMENT CANNOT BE ACCEPTED 1 HI.S APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER
*PURCHASE ORDER NUMBER MUST APPEAR ON ALd SH8PPINCT,LABE
"THIS ORDER ISSUED IN COMPLIANCE MTH CHAPTER 99„ACTS 194
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERE TO ORDERED BY
Jeremy Kashman James Crider
TITLE Director Director of Administration
CONTROL Na 1062,59 CONTROLLER