HomeMy WebLinkAboutYardberry Landscape Company/ENG/$646,099/East 106th Street Pedestrian Path ConstructionCzTfshfzHsfdivlijobu:;62bn-Kvo33-3133
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Yardberry Landscape Company
Engineering Department - 2022
Appropriation #2200 0 44-628.71 2020 Road Bond Fund; P.O. #106617
Contract Not To Exceed $646,099.00
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\\Downloads\\Yardberry Landscape Company Goods and Services.docx:6/20/2022 10:55 AM\]
2
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Yardberry Landscape Company
Engineering Department - 2022
Appropriation #2200 0 44-628.71 2020 Road Bond Fund; P.O. #106617
Contract Not To Exceed $646,099.00
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
C:\\Users\\clivingston\\Downloads\\Yardberry Landscape Company Goods and Services.docx:6/20/2022 10:55 AM\]
3
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Yardberry Landscape Company
Engineering Department - 2022
Appropriation #2200 0 44-628.71 2020 Road Bond Fund; P.O. #106617
Contract Not To Exceed $646,099.00
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 itis 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: Yardberry Landscape Company
9940 S 1000 W
Anderson, Indiana 46017
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:\\Users\\clivingston\\Downloads\\Yardberry Landscape Company Goods and Services.docx:6/20/2022 10:55 AM\]
4
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Yardberry Landscape Company
Engineering Department - 2022
Appropriation #2200 0 44-628.71 2020 Road Bond Fund; P.O. #106617
Contract Not To Exceed $646,099.00
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:\\Users\\clivingston\\Downloads\\Yardberry Landscape Company Goods and Services.docx:6/20/2022 10:55 AM\]
5
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Not Present
7/7/2022
7/7/2022
7/7/2022
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 envelope.
The prices indicated on this sheet shall be read aloud during the
bid opening and shall match the prices indicated in Part 2 of the
Bidders Itemized Proposal and Declarations.
Company:
Project Name:
Date Submitted:
Base Quote
Amount:
Revised 5/20/2022
Project No.
E>Gcavech'As G
Pedestrian Path Construction on East 106 th
Street
Exhibit A
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Instructions To Bidders:
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
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:
Proposal For Construction of:
Date:
20-ENG-07 106th St. Pedestrian Improvements
This project is for the construction of both multi use asphalt
path and concrete sidewalk. The project involves installing
storm sewer, curbs, sidewalks, mid-block crossing, and
pavement markings.
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
Version 2018-12-19
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
1.1
1.2
1.3
Bidder Name:
BidderAddress:
PARTl
BIDDER INFORMATION
Print)
arc\W"'r LanJ-sc bGCa 'no
StreetAddress: gg O 5 100) W
City: ArJ. ffSDr\ State: fI\J Zip4'l.P0( ]
Phonell/5-37 s1 ?i:3 Fax: 7(£-37-D37(C
Bidder is a/an [ mark oneJ
Individual ___ Partnership ndiana Corporation ---
Foreign (Out of State) Corporation; State: _____ _
Joint Venture ---Other ---
1.4 [The following must be answered ifthe 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.J
l Corporation Name: Qrd kaod.5{ttp<: (&
2 Address: 44% s 'oao w I. AcdJLroYl I IN lbtt,01 /
3 Date registered with State of Indiana: _ _..J ... J ... J-)_7_._a,-------
4 Indiana Registered Agent:
Name:
Address:
BID-2
Version 2018-12-19
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
PART3
CONTRACT ITEMS AND UNIT PRICES
This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shownJ
106th Path from Pennsylvania St. to College Ave
Item Description Quantity Unit Unit Price Total Price
number
1 Construction Engineering 1 LS
IS,ooo' j{):)O
2 Mobilization and Demobilization 1 LS
Sq 7(p<.,,'3o, 7 (i,Cp
3 Clearing of Right of Way 1 LS
J.ooo·[)5";000
4 Excavation, Common 424 CYD ,5 t '
31,5
5 Storm Water Quality 12600 DOL ID$ Management Budget /J1 be:JO
6 Stormwater Management 1 LS
Implementation /0, (f)()o /ooo
7 SWQCP Preparation 1 LS '
5".o<J'( Sio"'"
8 Subgrade Treatment Type II 920 SYD
Ii (Undistributed) :l J.3,()()0
9 Subgrade Treatment Type III 2378 SYD .., 5-II, 99°
10 Structure Backfill, Type 2 2 CYD I!) fl)ytJ?O
11 Geogrid, Type IB (Undistributed) 2110 SYD ID J.1,100
12 Compacted Aggregate, No. 53 373 CYD 6 0 ': 17, >80
13 Asphalt for Tack Coat 1 TON j)OO f oo
BID-4
Version 2018-12-19
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
14 HMA for Sidewalk 465 TON /
95 B(pl 02?
15 Sidewalk, Concrete 176 SYD ;g., '321 S-(p<>
16 Curb Ramp, Concrete 139 SYD 30,c) " <ft ?Po
17 Detectable Warning Surfaces 36 SYD g §6 ,. I :Z.1 t,ov
18 HMA Surface with Concrete Cap 374 LFT ...
J_/807 ())
19 PCCP for Approaches, 6" 503 SYD /oo .S-01 '300
20 Mailbox Assembly, Single, 5 EA
Relocate ;to ,? ,,.1,-tJl::l(,I
21 Mobilization and Demobilization 1 EA .,
for Seeding 5 () '5()0
22 Mulched Seeding U 1311 SYD
Undistributed) 3 '3'1 9'3J
23 Water 10 Kgal u'
I c, ;-
Nursery Sod 2825 SYD -
81 250
24 /
rJ
25 Water Service/Meter Pit 4 EA
Replacement (Undistributed) {25<0 /ooo
26 Field Office, Type C 4 MOS 7200rflSeo'
Pipe, HDPE, Circular, 8" 29 LFT ,,, JJ,.12° -27 So
28 Pipe, RCP, Circular, 12" 14 LFT I tJO /'(oo
29 Pipe Extension, Metal, Circular, 10 LFT 5o SZJo8"
1 EA . 30 Casting, Adjust to Grade d Oo''fOt>o
31 Inlet E-7 1 EA 'fOO '-..'/OCJo :
BID-5
Version 2018-12-19
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Construction Sign, B 4 EA I :2D o I
33 LS /~·
34 Sign Post, uare 1, Reinforced 44 LFT
Anc Base
35 5 EA . :
z.. so
36 Sign, Sheet, with Legend, 0.080 41 SFT
IN. Thickness
37 Solar Powered Flashing Beacon
Assembly {o
38 Transverse Marking,
Thermoplastic, Crosswalk Line, )
0 ., White, 24 IN.
39 Transverse Marking, 106 LFT
Thermoplastic, Stop Li e, 24 IN. /()
40 105 LFT 75•
41 2 EA /G/, ;>OD ""
BID-6
Version 2018-12-19
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
32 Construction Sign, B 4 EA
33 Maintaining Traffic 1 LS
34 sign Post, Square 1, Reinforced 44 LFT
Anchor Base .
35 Sign, Sheet, Assembly Relocate 5 EA
36 Sign, Sheet, with Legend, 0.080 41 SFT
IN. Thi ckness
37 Solar Powered Flashing Beacon 2 EA
Assembly
38 Transverse Marking, 450 LFT
Thermoplastic, Crosswalk Line,
White, 24 IN.
39 Transverse Marking, 106 LFT
Thermoplastic, Stop Line, 24 IN.
40 Relocate/Reset Fence 105 LFT
41 Existing Handhole Relocation 2 EA
42 Concrete Curb and Gutter 128 LFT
Combined
43 Pipe End Section. HDPE. 2 EA
Circular. 8"
44 Pipe End Section, RCP. Circular. ') EA
12"
BID-6
Version 2018-12-19
200
v;..,. I
s: t
s; 0 ,;:-
C/o
3/;;ou -
lu
I D --
75 r
ooo' f I
60
Ji, 600>
I l.0 o
Boe
J5;t>c>v
1180
JJ.g-o
otfO
271 tJ(J()
l(5"'oo
Otpo
787
3 cvo
7&t,cJ
2.oo "'
d--fltJv -
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Instructions To Bidders:
PARTS
EXCEPTIONS
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 qual ification or variance from the terms of the Contract Documents may result in
this Bid being rejected as non-responsive.
5. 3 Exceptions:
Version 2018-12-19
A
BID-8
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Version 2018-12-19
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Instructions To Bidders:
POST BID SUB MITT AL
SEE SECTIONS ITB 6.5
SUBCONTRACTORS LIST
The Bidder shall enter the names and the type of work to be done in the Subcontractors
List which follows for each Subcontractor that the Bidder proposes to use for the Work
who will be providing work for an agreed price offive percent (5%) or greater of the
amount Bid as stated above in Part 2.
Only one Subcontractor shall be listed for each work item. Upon award of a contract, the
named Subcontractors shall be employed to perform the work, unless changes are
specifically authorized by the OWNER. Failure to furnish all information requested may
render the Bid non-responsive if it is determined that such omission is material by affording
the Bidder a substantial advantage over other Bidders.
Except as otherwise specifically stated by the Bidder in this Part, omission ofany names
of Subcontractors herein shall constitute an affirmative representation and statement that
the Bidder proposes to use his own workforces for most of the Work such that he will have
no Subcontractors providing work in the amount offive percent (5%) or greater of the
amount Bid.
Subcontractor Name
pre aQ!'-' t
ST V\;'\ L (} ,J J 1
r \l Tf4 FF•c
use additional sheets if necessary)
Version 2018-12-19
Work Price
STA t; >.--6 00 (I-
TfA'r-O 'E:. ; h} IA }.79 6 "
T/'A FP11, c..,..,,1-4-6 ( 5""(:)(?"
POSTBID-2
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Instructions To Bidders:
POST BID SUBMITTAL
SEE 1TB SECTION 6.4
MANUFACTURERS LIST
The Bidder shall enter, in the spaces provided below, the name of the manufacturer of
equipment that the Bidder proposes to furnish for each item of equipment listed in the
Manufacturers List which follows. The Bidder shall enter the name of only one
manufacturer for each listed equipment item. Failure to enter a manufacturer's name for
each listed equipment item may render the Bid non-responsive ifit is determined that such
omission is material by affording the Bidder a substantial advantage over other Bidders.
Upon award of a contract, each listed equipment item shall be furnished by the named
manufacturer, unless changes are specifically authorized. Equipment substitutions will be
permitted only with the OWNER 's prior consent.
Preliminary acceptance of equipment listed by the manufacturer's name shall not in any
way constitute a waiver of the Drawing and Specification requirements covering such
equipment. Acceptance will be based on full conformity with the Drawings and
Specifications covering the equipment.
Equipment Item (Contract Items) Manufacturer
A.s Lr
II' G /' e, -\c:;... +
t,1'f'-?· () (
l
tJ(.){'€(; f 'i fQ-
Gt"'O 1r;Ju
Version 2018-12-19
POSTBID-1
2,Li t-1 (C,k-(
A.,.-y,>.c:,r/' y r Wt 'if
z.,J\,
C, C)(Zt2.. MA-/vv
2-lv-\-J-u.X-J-'
r
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
2.1 Base Bid
BID PROPOSAL
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 forthe above described
Work and Project, including any and all addenda thereto, forthe Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities forsuch Contract Items, total s,y '1.u-xlrc/ furfy 5, Y11 .. :p{::, Niu /ktfu:1 Dollars($ &<{r,1 o'l'1 ). The Bidder
ackn6wledges 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.
BID-3
Version 2018-12-19
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Item
number
1
2
3
4
5
6
7
8
9
10
11
12
13
PART3
CONTRACT ITEMS AND UNIT PRICES
ThisPart to be used only for Bidding on
Unit Price Contracts for the Contract Items shown)
106th Path from Pennsylvania St. to College Ave
Description Quantity Unit Unit Price
Construction Engineering 1 LS
IS,oco·
Mobilization and Demobilization l LS '
3q ?(p(,
Clearing of Right of Way l LS
01)0I
Excavation, Common 424 CYD ,5 t
Storm Water Quality 12600 DOL ID$ Management Budget
Stormwater Management l LS
Implementation /, iJ)tJ0
SWQCP Preparation 1 LS ,f,Oo o
Subgrade Treatment Type II 920 SYD (
Undistributed) /i
Subgrade Treatment Type III 2378 SYD 5-
Structure Backfill, Type 2 2 CYD
I()<{) ,
Geogrid, Type IB (Undistributed) 2110 SYD 'If' ID
Compacted Aggregate, No. 53 373 CYD 6 0 t:
Asphalt for Tack Coat 1 TON /foO
BID-4
Version 2018-12-19
Total Price
CXJO
3o, ?C,c,
8,.5;ouo
s(J(>
1 bc,o
qo(lo
s;00d
d-'J,CJ()O
II, Bf 0
JtYO
JI, ((}Q
Q, >80
S-oo
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
14 HMA for Sidewalk 465 TON
15 Sidewalk, Concrete 176 SYD
16 Curb Ramp, Concrete 139 SYD
17 Detectable Warning Surfaces 36 SYD
18 HMA Surface with Concrete Cap 374 LFT
19 PCCP for Approaches, 6" 503 SYD
20 Mailbox Assembly, Single, 5 EA
Relocate
21 Mobilization and Demobilization 1 EA
for Seeding
22 Mulched Seeding U 1311 SYD
Undistributed)
23 Water 10 Kgal
24 Nursery Sod 2825 SYD
25 Water Service/Meter Pit 4 EA
Replacement (Undist ributed)
26 Field Office, Type C 4 MOS
27 Pipe, HDPE, Circular, 8" 29 LFT
28 Pipe, RCP, Circular, 12" 14 LFT
29 Pipe Extension, Metal, Circular, 10 LFT
8"
30 Casting, Adjust to Grade 1 EA
31 Inlet E-7 1 EA
BID-5
Version 2018-12-19
95
lt5 (/0'
306 ,.
3 5°
7 (j>
c.
l:J -
z._o (j
5 0
3 .;
Z-' ., /
0
0 z)
rf<1(J(;l'
80'
I Po
5o
Joo .,:
fO" --
BfR1 02?
21 S-Go'
ft7Po
21 1,ov
J_/80
S-01 '300
Ctof.J
Jo
I 7>"J
0
J.B,25o
Jo,,ooo
7200
J,26
oo
57Jo
10()0
Ooo ,
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
Construction Sign, B 4 EA I
2..D ,:;,II
33 Maintaining Traffic 1 LS /
34 Sign Post, uare 1, Reinforced 44 LFT
Anc
35 5 EA
J._$0
36 Sign, Sheet, with Legend, 0.08D 41 SFT
IN. Thickness
37 Solar Powered Flashing Beacon
Assembly ..
38 Transverse Marking, 450
Thermoplastic, Crosswalk Line,
White, 24 IN.
39 Transverse Markinv 106 LFT "
Thermoplastic, S/e, 24 IN.) '·
40 Reloca eset Fence 105 LFT 75 :-
41 / ting Handhole Relocation 2 EA /Gf, JDD c.-
BID-6
Version 201 8-12-19
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
F
Construction Sign, B 4 EA
200 got' 32
Maintaining Traffic 1 LS JS-()ve;;, J.;;t;u33
34 Sign Post, Square 1, Reinforced 44 LFT
45 :::1180AnchorBase -
35 Sign, Sheet, Assembly Relocate 5 EA :) o ;:.. /J.g-o
Sign, Sheet, with Legend, 0.080 41 SFf ((o ((pCf{)
36
IN. Thickness
37 Solar Powere d Flashing Beacon 2 EA
J71 tJo() -Assembl y (·') t;"DU. I ,
38 Transverse Marking, 450 LFT
Thermoplastic, Crosswalk Line, (
CJ -::l/5'oc> White, 24 IN.
39 Transverse Marking, 106 LFT
Thermoplastic, Stop Line, 24 IN. I o ,..,... /Otpo
105 LFT 187sRelocate/Reset Fence
75 .,,.
40
Existing Handhole Relocation 2 EA
111000 ., '3&>-"lN:>
41
Concrete Curb and Gutter 128 LFT
60
42
7; (c,f3c) Combined
Pipe End Section. HDPE. 2 EA .:,J,
43 (
JOO /{}.ooCircular, 8"
Pipe End Section, TtCP, Circular. 2 EA I :too·.
44
J_q(){} 12"
BID-6
Version 2018-12-19
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
EXHIBIT B
Invoice
Date:
Name of Company:
Address & Zip:
Telephone No.:
Fax No.:
Project Name:
Invoice No.
Purchase Order No:
Goods Services
Person Providing
Goods/Services
Date
Goods/
Service
Provided
Goods/Services Provided
Describe each good/service
separately and in detail)
Cost Per
Item
Hourly
Rate/
Hours
Worked
Total
GRAND TOTAL
Signature
Printed Name
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
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: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63
INDIANA RETAIL TAX EXEMPT Page 1 of 1Ci1tyofCarmelCERTIFICATENO. 003120155 002 0 PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT 106617
ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, NP
CARMEL, IN DIANA 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
6/16/2022 356231 20-ENG-07 -East 106th Street Pedestrian Path Construction
YARDBERRY LANDSCAPING & EXCAVATING City Engineering's Office
VENDOR 9940 SOUTH 1000 WEST SHIP 1 Civic Square
TO Carmel, IN 46032-
ANDERSON, IN 46017 -Laurie Slick
PURCHASE ID BLANKET I CONTRACT PAYMENT TERMS FREIGHT
66603
QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE I EXTENSION
Fund: O 2020 Road BondDepartment: 2200
Account: 44-628.71
1 Each 20-ENG-07 -East 106th Street Pedestrian Path Construction $646,099.00 $646,099.00
Send Invoice To:
Jill Newport
CrossRoad Engineers, PC
115 N. 17th Avenue
Beech Grove, IN 46107
Sub Total $646,099.00
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT I PROJECT I PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID
C OD SHIPMENT CANNOT BE ACCEPTED
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO ORDERED BY
CONTROL NO. 1 0661 7
TITLE
CONTROLLER
PAYMENT $646,099.00
NP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE PO NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER
Jeremy Kashman
Director
James Crider
Director of Administration
DocuSign Envelope ID: DEB0C4B9-6A0C-4A20-9F28-E54D9FA5AA63