Loading...
HomeMy WebLinkAboutOmni Electric, LLC/STREET/$26,975/96th St & Gray Rd Electrical InstallBySergeyGrechukhinat11:18am,Aug16,2023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D Omni Electric, LLC Street Department - 2023 Appropriation #1801 0 43-419.99 2021 TIF Bonds Fund; P.O. #109912 Contract Not To Exceed $26,975.00 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City’s property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor’s sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor’s warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers’ compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor’s agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor’s provision of Goods and Services pursuant to or under this Agreement or Vendor’s use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor’s agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. S:\\Contracts\\Departments\\Street\\2023\\Omni Electric, LLC Goods and Services.docx:8/1/2023 10:12 AM\] 2 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D Omni Electric, LLC Street Department - 2023 Appropriation #1801 0 43-419.99 2021 TIF Bonds Fund; P.O. #109912 Contract Not To Exceed $26,975.00 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. S:\\Contracts\\Departments\\Street\\2023\\Omni Electric, LLC Goods and Services.docx:8/1/2023 10:12 AM\] 3 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D Omni Electric, LLC Street Department - 2023 Appropriation #1801 0 43-419.99 2021 TIF Bonds Fund; P.O. #109912 Contract Not To Exceed $26,975.00 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 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 Street Department Office of Corporation Counsel st3400W131Street One Civic Square Carmel, Indiana 46074 Carmel, Indiana 46032 If to Vendor: Omni Electric, LLC 2697 South 300 West Tipton, Indiana 46072 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 S:\\Contracts\\Departments\\Street\\2023\\Omni Electric, LLC Goods and Services.docx:8/1/2023 10:12 AM\] 4 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D Omni Electric, LLC Street Department - 2023 Appropriation #1801 0 43-419.99 2021 TIF Bonds Fund; P.O. #109912 Contract Not To Exceed $26,975.00 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, 2023 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. DEBARMENT AND SUSPENSION 26.1 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. 26.2 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. 27. 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. 28. 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. S:\\Contracts\\Departments\\Street\\2023\\Omni Electric, LLC Goods and Services.docx:8/1/2023 10:12 AM\] 5 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D 9/6/2023 9/6/2023 9/6/2023 9/6/2023 750.005,500.002,250.001,475.00Amount17,000.00 25,500.00 x Exempt07/21/23 Ta 26,975.00 OtherProposal est 131 Street Proposal to: CityofCarmel3400 WCarmel, IN 46074 Equipment Labor 17,000.001,475.00 17,000.00otals: ax for Material: e will either do this via one bore from next to P1 cabinet to Sales TGrand T Material 8,500.005,500.00750.002,250.00 otal: Sub T est ThisisaproposalfortheCityofCarmelfortheinstallationofconduitandelectricalfromanexistingelectricalP1cabinettotheadjuacentroundaboutof96thStreetandGrayRoad.Estimateddistanceistobenomorethan200feetintotallength.- Bore (1) - 4" conduittoconnecttheexistingelectricalP1cabinettheroundabout. Ifatthistime4" conduitisnotavailable, customerwillallowustouse (2) - 2" conduits. WroundaboutorwewillborefromP1cabinettothesplinterandthentotheroundabout.- Installupto (3) quaziteboxes; onetobeplacedoutsideoftheP1cabinet, onetobeplacedasaconnectionpointinthesplinter (ifwehavetogothispath), andonetobeplacedwithintheroundaboutwheretheconduitwillstop.- 13" x24" x12" QuazitetobeplacedadjacenttoP1cabinet- 12" x12" x12" Quazitetobeplacedwithinthesplinter- 13" x24" x12" Quazitetobeplacedattheendoftheconduitwithintheroundabout- Installthequazitewithintheroundaboutatleast8feetfromthecurb (FinallocationtobeconfirmedbyCarmelStreetDepartment)- Pull 2) runs of #10 THHN from the existing electrical P1 cabinet to the roundabout quazite, termiante the wiring in Notes: ax: 7.00 % Job:230723 96TH & Gray Road(bore) 2697 South 300 WTipton, IN46072765-675-4443Description Sales TOMNIElectricLLCMisc. SuppliesSand(backfilling)Asphalt PatchingLabor/BoringPrivate Locates DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D 07/21/23 07/21/202309:27 AM Amount water Other Equipment Labor Material rktobecompletedduringnormalbusinesshours.rk to be completed within 60 days of project approval. completedinfullbyothers.ExistingP1cabinettohaveanexisting4" sleeveforustoconnectontothatwewilldirecttothequaziteweinstalljustoutsideoftheP1cabinet.CustomertoprovidelocationinsideofCarmelforustodump, cleanout, andrefillthewaterforthevactrailermetertobeprovidedbyCityofCarmel)Omniisnotresponsibleforanyunmarkedundergroundutilities, landscape, finalgrading, grassseeding, ect.Nopermitsareaccountedfortogetlaneclosuresasneededtocompletethisscopeofwork.WoWo DescriptionOmniProposalContinued... DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D City of Carmel Street Department 96th St and Gray Rd Electrical Install Specifications The City of Carmel Street Department is requesting quotes for the installation of conduit and electrical lines from an existing electrical P1 cabinet to the adjacent roundabout of 96th St and Gray Rd. The estimated distance for this conduit is approximately 200 ft. See the attached aerial for the depiction of the preferred conduit path. Any deviation must be approved by City of Carmel Street Department. Contractor must: Bore one 4” conduit to connect the existing electric P1 cabinet, located at the NW area of the roundabout, to terminate within the roundabout Contractor may substitute two 2” conduits for this project Install three quazite boxes (sized below) at a junction outside the P1 cabinet, a connection point in the North divider island, and within the center of the roundabout termination point 13” x 24” x 12”: Adjacent to P1 Cabinet 12” x 12” x 12”: Within median (North divider island) 13” x 24” x 12”: Conduit termination point within the roundabout Install the quazite box within roundabout at least 8’ from the curb (final location to be confirmed by Carmel Street Department) Pull two dedicated 120V circuits from inside the electrical P1 cabinet to the inside of the roundabout quazite box, leaving 10’ of wire coiled inside the P1 cabinet and 10’ of wire coiled at the termination quazite box The attached utility map locations are preliminary, and these locations have not been verified by the Carmel Street Department. The contractor is responsible for line locates before work may begin. Please price to have work completed 60 days of project approval. Any questions regarding this quote may be directed to Ryan Murt at 317-733-2014 and Rmurt@carmel.in.gov. All quotes must be sent by email to cedmondson@carmel.in.gov by noon EST Friday July 21st, 2023. mailto:cedmondson@c armel.in.gov mailto:Rmurt@car mel.in.gov DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D MAG PZZZ PZZZ PZZZ PZZZ LD WV WV H H G MON H WV LD LD LD PZZZPZZZPZZZ WV H T T CC-TR H PZZZ LD PZZZ PZZZ PZZZ R/WRB-0 MON MON 16-ENG-34 1" = 20' ELM TPH SJS ELM N/AMATCHLINE STA. 66+00 "A"MATCHLINE STA. 71+ 00 "A"MATCHLINE STA. 15+80 "S- 2-A" MATCHLINE STA. 12+60 "S-2- A"82CONSTRUCTION DETAILS RIVER RIDGE CROSSING WEST, L. P. TRUSTEE'S DEED INST #2002-0056031 MARION COUNTY BOARD OF COMM DEDICATION OF R/ W INST #2001-0151062 96th STREET - LINE "A"1 2 5/ 16/ 2017 01 06/ 26/ 2018 - Updated Storm Sewer 01 01 38 98 1516 15. 00' Lt. 68+65. 00 "A"Center of Roundabout INDIANA MEMBERS CREDIT UNION DEED OF BARGAIN AND SALE INST # 200500046125 HAMILTON CO.CLAY TWP.SEC. 8, T17N, R4E LOT 2 INST #A201600002308 BANKING ASSOC. A NATIONAL OLD NATIONAL BANK CITY OF INDIANAPOLIS,DEPT. OF TRANSPORTATIONGRANT OF RIGHT OF WAY INST # 1997-0145287RIVER RIDGE DRIVERIGHT OF WAY DEDICATION CITY OF INDIANAPOLIS INST # 97-0098826 RRW OUTLOTS, LP QUITCLAIM DEED INST #2002- 0158683 OUTLOT # 3 MARION CO.WASHINGTON TWP.SEC. 17, T17N, R4E GPB REALTY, LPQUITCLAIM DEED INST # 2003-0214988AMERICAN AGGREGATES CORPORATION WARRANTY DEED D.R. 150, PAGE 552 HAMILTON CO.CLAY TWP.SEC. 9, T17N, R4E MARION CO.WASHINGTON TWP.SEC. 16, T17N, R4E LINE "A"P. O.T. 14+00. 00 "S-2- A"P.O.T. 68+76.55 "A"= P.I. 68+76. 55 "A"LINE " S-2-A" 96th STREETGRAYROAD70+ 00App. Exist. R/WApp. Exist. R/ WApp. P.L. App. P. L.App. Exist. R/WApp. P. L.App. Exist. R/ W App. Exist. R/ W App. P. L. App. P. L. App. P. L. App. P. L. App. Exist. R/ W App. P. L. App. Sec. Line App. Exist. R/ W App. Exist. R/ W App. Exist. R/ WApp. P. L. 1 8 rcp 36" rcp12" rcp12" rcp 15" rcp to 12" rcp12" rcp30" rcp27" rcp 12" rcp 15 15 15 15 15 15 15 16 16 15 15 15 15 1616 16 16 16 16 27 K K K K K K K K K K K K K K K 15 27 27 27 14 14 TA TA 13 13 27 27 F1 F1 K 10'Match Existing2727 75' Lt. 65 "S- 2-A"105' Lt. 05 "S-2-A"Ex. R/ W Lt. 95.00 "A"Ex. R/ W Rt. 62. 00 " A" 60' Rt. 20 "S-2-A"Ex. R/W Lt. 15. 00 " A" 27 27 27 27 27 27 27 15 15 23 90' Rt. 90 " S-2-A"Const. Limits Const. Li mits Const. Limits Const. LimitsConst. LimitsConst. Limits Unless Otherwise Indicated 1. All Stationing from Line "A"Notes:Roadway Dimensions 2. See Roundabout Geometrics for Future 6' Sidewalk Crosswalk Future 100' RP.O. T. 70+80.05 " A" Future 6' Sidewalk Crosswalk Future Crosswalk Future Crosswalk Future Future 10' Multi- Use Path27 to Str. No. 211 Connect existing 27" Pipe Ex. Inlet to be removed 73, Str. No. EX502 to Str. No. 224 Connect existing 36" Pipe Ex. MH to be removed 87, Str. No. EX505 13 Curb Construction Temp. R/W for 105' Lt. 65 "S-2- A"1 2 F3 27 27 F3 EASEMENT 2' NON- ACCESS U.E. EASEMENT 15' L. M.E & D. &Storm Sewer Installation Temp. R/W for 36" rcp 60' Rt. 35 "S-2-A"Ex. P.L. Lt. 10.76 "S-2-A"Ex. P.L. Lt. 84.55 P.L. " S-2-A" to be removed Ex. Inlet & 13' of 12" Pipe 91 "S-2-A", Str. No. EX707A to be removed 97' of 18" Ex. Pipe NW 23, Str. No. EX504 tobe removedEx. Inlet & 10' of 12" Pipe 06 "S- 2-A", Str. No. EX708to be removed Ex. Inlet & 30' of 12" Pipe 20 "S-2-A", Str. No. EX710 to be romoved Ex. Inlet & 72' of 15" Pipe 91 "S-2- A", Str. No. EX707 to be removed Ex. MH & 82' of 36" Pipe 07 " S-2-A", Str. No. EX709R/WR/W R/W R/WR/Wof 12" Pipe Req' d Mod. CB Type K-10 & 17'20, Str. No. 205 on existing18" RCP Doghouse MH Type C-4 22, 46' Str. No. 206 on existing 18" RCP Doghouse MH Type C-4 06, 45' Str. No. 214 on existing 18" RCP Doghouse MH Type C-4 71, 45' Str. No. 210 of 12" Pipe Req'd Mod. CB Type K-10 & 26'10, Str. No. 215 of 12" Pipe Req'd Mod. CB Type K-10 & 24'67, Str. No. 209 of 12" Pipe Req'd Mod. CB Type K-10 & 5'00, Str. No. 213 of 15" Pipe Req'd MH Type C- 4 & 22'99, 62' Str. No. 212 of 15" Pipe Req'd MH Type C-4 & 56' 55, 83' Str. No. 217 of 12" Pipe Req'd MH Type C-4 & 31' 82, 104' Str. No. 220 of 12" Pipe Req'd Mod. CB Type K-10 & 9'60, Str. No. 218 of 12" Pipe Req'd Mod. CB Type K-10 & 2'85, Str. No. 223 36" RCP MH Type K-4 on existing 87, 57' Str. No. 224 of 12" Pipe Req'd MH Type C-4 & 25'47, 40' Str. No. 232 of 30" Pipe Req'd MH Type J-4 & 79'17, 50' "S-2-A" Str. No. 417 of 12" Pipe Req'd MH Type C-4 & 39'89, 41' Str. No. 233 of 12" Pipe Req'd Mod. CB Type K-10 & 9'90, Str. No. 234 of 12" Pipe Req'd Mod. CB Type K-10 & 9'45, Str. No. 231 of 12" Pipe Req'd Mod. CB Type K-10 & 9'15, Str. No. 227 of 15" Pipe Req'd MH Type C-4 & 29' 19, 47' Str. No. 228 of 12" Pipe Req'd MH Type C- 4 & 4'27, 55' Str. No. 230 of 12" Pipe Req'd MH Type C-4 & 39'68, 72' Str. No. 222 of 12" Pipe Req'd MH Type C-4 & 38'74, 41' "S-2-A" Str. No. 413 of 12" Pipe Req'd MH Type C- 4 & 61'74, 54' "S-2- A" Str. No. 414 of 12" Pipe Req' d Mod. CB Type K-10 & 5'76 "S- 2-A", Str. No. 415 of 12" Pipe Req'd Mod. MH Type C-10 & 21' 53, Str. No. 208 of 12" Pipe Req'd Mod. MH Type C-10 & 77' 26, Str. No. 229 of 12" Pipe Req'd Mod. CB Type R-13 & 33'Str. No. 416 04, 25' " S-2-A" 27" RCP Mod. MH Type J- 7 on existing 73, 60' Str. No. 211 88'R90'R150'R& 10' of 12" Pipe Req' d Mod. CB Type K-10 08, Str. No. 225 of 12" Pipe Req'd Mod. MH Type C-7 & 15'10, 63' Str. No. 226 of 12" Pipe Req'd Mod. CB Type R-13 & 25'61, Str. No. 221 Fill 138' of 27" Pipe to be removed & Flowable Ex. Inlet & 41' of 27" Pipe 63 "S-2- A", Str. No. EX711 to Str. No. 216 Connect existing 18" Pipe to be removed Ex. MH & 70' of 18" pipe 29, Str. No. EX503 of 12" Pipe Req'd Mod. CB Type K-10 & 8'60, Str. No. 219 on existing 18" RCP Doghouse MH Type C-4 55, 45' Str. No. 216 BMP Structure 75, 58' Str. No. 224A LimitsConst. Gas Line Do Not Disturb of 12" Pipe Req'd Mod. MHType C- 7 & 62'64, 67' " S-2-A" Str. No. 419 of 12" Pipe Req'd Mod. MH Type C-10 & 19'Str. No. 418 47 " S-2-A",of 12" Pipe Req'd Inlet Type J-10 & 29'Str. No. 419A 78 "S-2-A",NO CURVE RUN PI Sta. = 68+ 76. 55 "A"CURVE DATA LEGEND K 13 15 16 14 27 Mulched Seeding, UF1 C See Typical Cross Sections HMA for Sidewalk,D 22See TypicalCrossSectionsFull Depth HMA Pavement, Subgrade Treatment Type II PCCP for Approaches, 9", on Subgrade Treatment Type II HMA For Approaches, on R Curb & Gutter, Combined, Type III Curb & Gutter, Combined, Type II MH = Manhole CB = Catch Basin 23TAF3 Type D, Modified Concrete Center Curb, Type B, ModifiedConcrete Center Curb, 165 lb/yd HMA Type C, 4, 76, Surface, 9. 5 mm with2 1Milling, Asphalt, 1 2 F2 SeeTypicalCross Sections Concrete Sidewalk,4" PCCP, DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D 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: DA9405C4-9096-4B13-9820-7F661D54709D EXHIBIT C INSURANCE COVERAGES Worker’s Compensation & Disability Statutory Limits Employer’s Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal & Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage (any one fire): $250,000 Medical Expense Limit (any one person): $ 50,000 Comprehensive Auto Liability (owned, hired and non-owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D 7/25/2023 OMNI ELECTRIC LLC TIPTON, IN 46072 - 109912 2697 SOUTH 300 WEST City of Carmel ONE CIVIC SQUARE CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT 35-6000972 PURCHASE ORDER NUMBER THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION VENDOR SHIP TO PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT EXTENSION City of Carmel 3400 W 131st St Carmel, IN 46074- 317) 733-2001 375598 UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY Page 1 of 1 Crystal Edmundson 79426 1801Department:0Fund:2021 TIF Bonds 43-419.99Account: ElectricalInstallation1 $26,975.00 $26,975.00Each 26,975.00SubTotal 26,975.00 Send Invoice To: PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT SHIPPING INSTRUCTIONS SHIP PREPAID. C.O.D. SHIPMENT CANNOT BE ACCEPTED. PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 PAYMENT A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. CONTROL NO. 109912 ORDERED BY TITLE CONTROLLER City of Carmel 3400 W 131st St Crystal Edmundson Carmel, IN 46074- Henry Mestetsky Henry Mestetsky 317) 733-2001 Director Director DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D