Loading...
Gridlock Traffic Systems/STREET/86,795/ThermoplasticGridlock Traffic Systems. Inc. Street Department - 2014 Appropriation #0043 - 503.00; P.O. #31877 Contract Not To Exceed $86,795.00 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 Gridlock Traffic Systems, 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. PERFORMANCE: City agrees to purchase the goods and /or services (the "Goods and Services ") from Vendor using City budget appropriation number 0043 - 503.00 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. 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 Eighty Six Thousand, Seven Hundred Ninety Five Dollars ($86,795.00) (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 sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed' the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and /or quotations regarding same as were provided to Vendor by City and /or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. IVA,haredr tnrsu+ (it Sri std Gridlock Traffic Systems, Inc. Street Department - 2014 Appropriation #0043 - 503.00; P.O. #31877 Contract Not To Exceed $86,795.00 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. (V'.khvNfikkuu.VV.VSYa l frvds S"ns\tiirtn V111JKiRJDLCCK FTIC S YkIlSMS - .S.mux Gridlock Traffic Systems, Inc. Street Department - 2014 Appropriation #0043 - 503.00: P.O. #31877 Contract Not To Exceed $86,795.00 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. 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 theft 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. Gnn6 $ Scnm. AacWl ✓dVJ LY) P. Gridlock Traffic Systems. Inc. Street Department - 2014 Appropriation #0043 - 503.00: P.O. #31877 Contract Not To Exceed $86,795.00 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. 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 One Civic Square Carmel, Indiana 46032 Attn: Dave Huffman If to Vendor: Gridlock Traffic Systems, Inc. 6400 Mass. Ave. Indianapolis, IN 46226 Telephone: 317- 541 -2727 ATTENTION: David Hesse AND Douglas C. Haney, City Attorney Department of Law One Civic Square Carmel, Indiana 46032 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. M Mm wMJtd Sm ACw6 S,, i,n1?OIJK.FII)I11CK TkAFF]CSVSIFJvIS -r�daS S¢aic 4 Gridlock Traffic Sytems, Inc. Street Department - 2014 Appropriation #0043- 503.00: P.O. #31877 Contract Not To Exceed $86.795.00 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's 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, 2014 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. IRAN CERTIFICATION: Pursuant to I.C. § 5 -22 -16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. 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. IVAshaedko.,tMl.0 St I EMS CMA:S & S PM) Gridlock Traffic Systems, Inc. Street Department - 2014 Appropriation #0043 - 503.00: P.O. 1f31877 Contract Not To Exceed $86.795.00 28. 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 by and through its Board of Public Works and Safety By: 1 , i }fa(nes Brainard, Presiding Officer ate: Ma Date Lori S. Watson, Date: ATTEST: Di Date: IV.kM1nrtdrons3o3 WdS . n k.oJ. S SU.aU0141CiRIULOCK TRAFFIC SYSrAIS • Guts ffi St,i nJo:a/&2iy4 300 P%II Gridlock Traffic Systems, Inc. By: Authorized Signature 34-1/14‘, f J tP,{'S 0u.LZ Printed Name (I( ,eta /1r Title FID/TIN: . Last Four of SSN if Sole Proprietor: Date: ?/) - / P ALL FOOTAGE IS LINEAR. FEET 2014 PAINT OVERLAY STREET FROM TO fiou0r vEVrve resww YELLOW VELLO 50u0r ®wxiTe wine carve 0000108700 600x00 sv- 00333 00055 00050 enoxex u6E 0X003 :ro7 INDICAn0R Txxew PIANO YELLOW HATCH v0 xnmxlr HATCx • ® e- wux6° 0802 00005 Paint2013 Cannel Drive Ran•eline Rd. Guilford Rd. vr.6 0 0 0 0 o xa ® 0 4 0 PRICE PER UNIT 2013 Gridlock - 50.04 0 SC s s w s an 3 103 3 zm 3 mm 60 00 1 0300 0 200 E e]]u 0 21067 E 3x10.03 s 22200 5 E E zmm 5 101001 CI Center Road Ran•eline Rd. Guilford Rtl. 0 0 0 ® 0 25904 o 0 103 s a o 0 PRICE PER UNIT 2013 Gntllock sow 3 3 m s s E 50 m s mm s mw 3 s nom s 03 03 03 3 . 0 �® Cit Center Road Guilford Rtl. Penns Ivania BLVD. 0 0 0 6 0 ?1az 0 302 115 ® e 1+ 0 PRICE PER UNIT 2013 Gntllock 0003 0 m s 0 s s 3o10 s 3 s 503 3 x03 E mm s mm s mm s 203 -- 1 5 ? ®a 1mn ®550003 3 2045 s 00303 s 10303 5 0503 3 2.x03.0 Cla Center Road Main St. 116th St. Isow 6 0 0 0 1s.vw o 0 0 0 0 0 0 PRICE PER UNIT 2013Gndlock - 0000 s s s SO 09 E oa s CO s 3 0000 s 60 00 mm 3110450 • 51055.03 0 ' 5 ® 0 - © ®E 110 2MICA Colle•e Ave. 116th St. 111501 St. 3500 em o ® 0 ]013 o 220 ® e PRICE PER UNIT 2013 Gridlock 30.04 s 63 s 50 s 0n 0 0zs 00 00 3 6u 3 103 3 x03 3 mm 0 mm 3 mm s 201 - -•5 5 s 0vm 03.03 003 o Ditch Road Main St. 135th SL. 0035 0 0 0 0 1nw 0 0 0 0 0 0 0 PRICE PER UNIT 2013 Gridlock mw s 3 s 0 00 3 0n mw s 011 3 1 03 s m m s m s 203 - 3 51158 - s azz 61 ® ® ®3 ® ®3 Ditch Road 116th SL 96th St . x15.5 sx o o O se 031 0 0 0 0 0 0 PRICE PER UNIT 2013 Gntllock 3000 5 013 5 050 s on s m 5 0 3 s 1 03 5 mw 0 mm s 00 5 CO 2 -- 3ise11s 58.013 3 ®31]uMs1aG ®$ - 0 ®31.8003 0 W ALL FOOTAGE 19 LINEAR FEET 2014 PAINT OVERLAY STREET FROM TO 00001 YELLOW YELLOW YELLOW YELLOW souol wXlre uxE CCMHPNAiO ONLY wmre _ 000419 LixE 00055 CXO55 00001 60.0X[0 LINE CXO55 5107 INDICATIOR 409000 PIAN0 YELLOW 5" NsTCN e' N<icx 12" HAKX34" ® 0" WNI(5" 00024 PRROW Paint 2013 Executive Drive Ran.eline Rd. Carmel Dr. 1190 a o 0 o a ® 3 ® o 0 0 PRICE PER UNIT 2013 Gridlock SO 09 s 0 5 5 0 50 so re s 100 0 ?50 3 mW WOO s 00 00 $ 200 a ®�® s zI 0x410 1 3 m m Guilford Road Carmel Dr. 116th S1. o -� 0 0.150 zm ® 0 ®© 120 PRICE PER UNIT 2013 Gridlock - 0009 s 50 3 005 3 010 80.09 s 3 5 1 m s 200 5 50.50 3 W W 3 W W 3 zco 3 - 3 5 3512 02020 5 10401 f 3 12000 3 0050 5 x4000 S 2.25324 Gray Road 140th Street pavement hrSt. 5 of 46th SL ® o 0 100 0 I m m © 0 o PRICE PER UNIT 2013 Gridlock 5002 s s o5o 3 o sore s s 1 m 3 200 5 5900 60 CO 0 mm za ® ®3 0x54 ®3 2051 01moo 31305] 0 4000® •3 o x4161 Gra Road Smoke Row Rd. Main 5t. 45x0 O 0 a 0 69z o 1co 3 o PRICE PER UNIT 2013 Gridlock sons, 3 s 0 so a 009 s 100 a x50 s 0050 s s 300 s zm- 4y9I SlWm s 200 s 50.09 300 ®0 1,16062 Hazel Dell Pkw 96th Street 1161h Street 5570 0 0 1x5 o x410 5550 2 110 a © a a PRICE PER UNIT 2013 Gridlock 009 5 nv s ow s Lm s oz5 /OW 04150 s ?w s 50 00 3 mm 0 mm 1 100 E 70004 3 - b - 5 80250 E 3 542.00 5 22O.W 5 40000 E IN.W 5 '%l50 4 S ]!3110 Illinois St. Cannel Dr. Main SI. 3.u2 1100 0 0 0 0 0 0 0 0 2 0 PRICE PER UNIT 2013Gndlock 00.00 3 ou s 050 s 3 so 02 s En s 1 00 s zm s 5000 0 WW 5 0 0 0 0 5 25- b 3 812Y 5 ea - • 3 - 3 1200 End End 54 • 0 lozm Ins. O a a o 0 0 PRICE PER UNIT 2013 Gridlock - SON 3 5 Ow 5 0..zs 5 015 30.09 1 015 5 100 5 5 5000 6000 S 60 OD 1 200 i 10901 ® 3 - 3 - 3 - asYOre 5221401 0 - �� ® ®• 0 10,703.]5 2014 PAINT OVERLAY' STREET FROM TO 0001 YELLOW YELLOW YELLOW YELLOW sour ® ®® OlE COM61NFT0N 19 Wnlre _ BRONEN uxe moss 08055 Cn055 BROXEx LN6 0x005 5]OP Ix0IOAn0R 669O PIANO YELLOW B" XATCN B" XATCN 1x" SA7053." ® e" WNNB" BAR 24 AR60W Paint 2013 Main Street 4110 Ave S. West Ro.er Dr . rzste o 0 0 0 0 0 0 o O o 0 0 PRICE PER UNIT 2013Gndlock SO 09 0 0 I 0 50 s s 3009 s 013 s f 50 CO 60 00 E mm 3 Main St. Gra Rd tom ■.-- vcn ■ s 066 m s 10) ® s 209 ®-�-- s 50 CO 3 mm s mm s 209 PRICE PER UNIT 2013 Gridlock 5009 3 0u s ow s 065 s ms 1400 -3 WIw f 01] $ 050 s ] 3 B)5 itd51 3 0» 31090) 5 A.W 5 w 3 0000 f 1Mm 3 x0) 5 2bt 44 Oak Ritl•e Road 146th St. 136th St. zx5 Iwl 0 ® x700 1 o53 o 0 40 0 14 509 PRICE PER UNIT 2013 Gntllock -_ 0900 s 0 3 s 0 50 a 0]s s 0]s 0909 s E 00 s z09 0 mm s 6009 3 6009 0 2w 3 x108] s 23033 0 t]6 25 3 1769.10 3 9117 9 90 CO 3 ]000) 3 f 55.10 CB 5 1.11010 5 9,YP.12 Old Meridian Guilford Rd. Penns Ivania BLVD. zro2 0 0 0 0 5,e30 o Iw ® 26 B is o PRICE PER UNIT 2013 Gndlock - 0909 1 0 50 9 30.09 s 3 .m s 209 s 50.09 5 60 CC $ mm i 695 te��. • 0 Na 70 30340) i tram 5 13COPo 3 E 104.0) E 1 se Old Meridian Penns Ivania BLVD. S. end U.S 31 1565 0 0 0 0 1 015 0 0 0 0 0 0 0 PRICE PER UNIT 2013 Gridlock SO 09 s 0 9 0 50 I. 075 s SO 09. s 0 3 5 5 200 9 5000 s 6000 s mm s 200 - 1 14112 E "���4 9i 55 E ' Ran •eline Rood Smoke Row Rd. Main St. sne 0 O 0 0 150 0 0 rze 1 0 o PRICE PER UNIT 2013Gndlock 1009 s 3 s 50 s 0 0 w 091750 09 3 z00 s 5000 s 60 .00 . 3 09 00 s 2w- 1 1 0. I. 50.60 ®E 60 00 I. 3 635 .94 Ran•eline Road Main 5t. Carmel Dr. 10]00 o 0 0 0 7,444 O 20) ®® s 2 09 3 60 09 1 S w w ��- s m 00 PRICE PER UNIT 2013 Gntllock 1409 3 o s 3 00.09 s 3 9 9 LO 311w�szww 3 09x09 s 093.0) s 60 09 5 240 00 ]244.45 ALL FOOTAGE IS LINEAR FEET 2014 PAINT OVERLAY STREET FROM TO 50001 YELLOW 00LLO YELLOW ♦ELLOW O sour ®001130 ® 4-ANE CCM61NATOx ox 060X05 UN0 Cxoss CHOSE CHass 000I0N u6E 06055 STOP INDICATOR ARROW PIANO YELLOW a NATCN 6' HATCH I3" 48TC63." ® 0' WAU e" AAR24" A R60W Paint 2013 ftan•elne Road 116th 51. Carmel Dr. 5205 o 0 0 0 1338 0 Is ® 10 O © 0 PRICE PER UNIT 2013 Gridlock 00 5 0 3 s 50 3 Oxs s 0x5 50.09 s 10 s x38 s 038 60 IX s 5038 $ u. date -5 6638 a �s - a ®516sm s 5.1..38 s 0051• $ 3038 ®s xeea Smoke Row Rtl. Ran•eline Rd . xoos lA@ o sea o 0 0 o m 5 10 PRICE PER UNIT 2013 Gridlock 50.0 $ o 3 s 0 50 s Oxs s On 00 s 5 1 m s x00 s 50.0 5 00 0 mm S•rin•mill Road 0 1 IX 5 1 0 1 1 6 ®s Wm 1 - $ BMW�s 5 SmW 5 WW E 3A3.m s 3X00 S 1181.15 116th 51. 111th 51. 4838 0 0 0 0 4010 0 0 0 0 0 0 0 PRICE PER UNIT 2013 Gntllock 0 50 s 5 s SO 09 s 0$ 20 a m -- s 44064 •�•• 1 436 50 s - 5 660.14 S•rin• mill Road Main SL Dorset Blvd 1 Wx 0 ® 0 O x505 138 O O 0 0 0 0 PRICE PER UNIT 2013 Gridlock - 30 0 s 050 0 0 0 0 ms 00 s Ov 5 10 5 s 0.00 60 OD CO IX a S•rin•mill Road 146th St. South 280' 064 O O a 0 0z 0 138 ze ® 0 ® 0 PRICE PER UNIT 2013 Gridlock 00 a 001 s Cm s s xs 30 09 5 0 $ x0 s m 60 00 s 038 s S alp E - 3 0 6 m E ]600 5 10051 ®5 1XOD 04474 Towne Road 1st pavement break South 116th street 11550 Towne Rd. .m O O O O .O5 O O O O 0 O o PRICE PER UNIT 2013Gntllock - 00 s s 0 50 s 0x5 s xs 38 0 s s s 5 0 m 5 60 0 5 200- 5 a1 40 ®� ®39054 ®� ®5 f x94 Towne Road pavement break N. of school 106th Street x]b ® 0 650 0 5x5 0 s 0 s O PRICE PER UNIT 2013 Gntllock 50.00 5 0 3 s 0 50 s ozs s O 5 009 s Ov s 10 s x0 s 50.00 s 5 00 0 200 -- 5 NI s x1838 ®5 51x38 1 ®a u3zCO $ 12038 s 50000 • s mom 0 2,2es e ALL FOOTAGE IS LINEAR FEE 2014 P4I147 OVERLAY STREET FROM TO SOL lu 11ELLOW YELLOW VELLOw YELLOW sou + ®wxiTE WXRE LAxE c0NDINATOM ONLY wwTE _ SRO xEN LIRE CXO35 CPOSS C5051 e0OxEx lME CPO55 STOP IN01CATIOR 45507 PIAN0 YELLOW e" NA T04 e" HATCXII" 44705]4" ® 5" WAS%5» BA R 31" P50OW Paint 2013 Towne Road Main Street South crosswalk 126th Street North crosswalk 0 0 0 0 193 o 0 o O o 0 0 PRICE PER UNIT 2013 Gridlock 5009 $ X 5 3 0 50 s 5050 50 00 &ICC 15011X1 s 210 5 5 59005 3rd Avenue 2nd SL Gi Center Dr_ 3009 roz o 0 o zau o 150 m 0 o PRICE PER UNIT 2013 Gridlock 30.64 3 9 3 3 ow s 3050 s 3 b 100 s ze 3 5010 s 5X00 1 50 00 -- s zldn 3 9124 • ® ® ®® CO 3 z w 3 w s 0002 ® 0 b 54433 3rd Avenue American Wa Carmel dr. 4100 o 0 0 4250 0 ® 1 PRICE PER UNIT 2013 Gridlock 50193 3 o ®s 0z0 30.50 s o 13 s 131 a x50 b 5000 b 5000 s 50.10 s 3 Ytm 3 3x440 0 Se 00 0 50.00 3 mw 0 mw s 3 1.'L'972 4th Ave N. East 1st SL Main SL 450 0 0 o 0 o 135 zs 1 0 2 0 PRICE PER UNIT 2013 Gridlock 30.50 5 0 13 s 0 513 50 10 50 00 s 3000 s 250 - 40E es 40.50 3501033 ®913510 5 5000 3 5050 ®3 o +x510 o ®s 0 96th Street Lakeshore Dr E. Hazel Dell Pkw V T91 rzo 0 0 0 11340 0 0 .m ® PRICE PER UNIT 2O13Gddlock -_ So.00 3 03 s a SI s 0.75 s 9.17 5050 s s b z10 1 50 50 b0CM3 5000 51241:9 $ 1500 ®S . s . 020107 ® ®b 9)410 5 50.50 ®s 1 6 96th Street Ke stone Pkw West field Blvd 9950 170 O 174 0 w+ 0 0 40 o PRICE PER UNIT 2013 Gridlock 30.50 3 X 3 5 3 o s s 30.64 s s 00 3 x00 s 5080 3 mw 1 5009 -5 E3)u 3 151X5 130 50 09 3 3050 5 11000 1 13000 3 003)5 0 1.159® 116th Street U.S 421 4625 W 1161h SL 1030 wze o 0 ®® o 0 33 e 0 0 0 PRICE PER UNIT 2013 Gridlock 30.64 3 o 3 s s E s 50 w s s 2.50 s 50 CO 10 SOT 00 3 CO 2 - a n.N 3 14X.14 • • • 3+0]50 1 12550 3 45010 8 5 4801911 • 3 1.353.92 or- ALL FOOTAGE IF LINEA7 FEET 2014 PAINT OVERLAY STREET FROM TO Souol YELLOW VELLow YELLOW YELLOW 50001 ® ®® LANE COMPINATON 0x450 ®_ PIANO BR d(EX LINE 00015 Cx055 CPO55 060600 u56 00005 STOP INDICATIOR ARROW YELLOW 13 4 4 3 0 0 10 0 4 7 0 4 1 2 " HATCH 3." wxliE 0" WALx e" BAR 2•' APRO0 Paint 2013 - -_ 7a = 116th Street Manta a Dr. Shelbom Rd. x042 0 0 0 0 Zoe �-_ o o o o o o PRICE PER UNIT 2013 Gridlock —_ Saw s 1 050 7 s a 5 5 1009 s s 00 5000 s $ mm 0 23950 E E 3 505959 ® ® ® ®� 0 470 10 116th Street 5 •rin•mill Rd. U. S. 31 2007 0 0 0 c 111 0® 4 0 o PRICE PER UNIT 2013 Gridlock 70.60 3 s m s 50 5 075 50.04 5 1 750 5 5050 s 50 1 mw s 202 5 1 s 11044 3 W ®� es 116th Street East sitle of US 31 pavement break W. of Colle•e Ave 112 4012 0 0 0 0 0 0 o s 12 � 02 1co 93W 0 PRICE PER UNIT 2013 Gridlock 5000 5 0 3 s m s 075 0 073 30.50 i o 13 m s 250 3 .50.50 0 60.60 E 6000 E 2.10- 3 • 5 2150 51 , 0 55143 E • 5 0 45003 5 5 Om 116th Street River Rd, Hazel Dell Pkw Bo22 0 0 o saw o �® 9 0 © o PRICE PER UNIT 2013Gddlock so o9 5 03 s ® 09 s 150 s z0) s mm eo oo 1 CO 00 5 541 b ! ® ®�2514mw�imlm 3 Swm s 450 0) 54051 ®5 -- 20734 116th St. Colle•e Ave. Ran•eline Rd. x959 1,109 360 lase ■ 4 10750 ® a 4 PRICE PER UNIT 2013 Grdlock sots s 3 5 0 5 0 5 s 075 3 075 Saw 5 0 3 s s ?m s 5c.10 1 ma) 1 mm E ]nw ®E 19330 S 5 075 E 10993 b 0 15 b 23410 3 42.50 3 mm 0 74007 3 2 W 3 116111 St. Cla Center Rd. S•rin•mill Rd, Sow ® c ® 0 9505 0 0 0 0 0 0 PRICE PER UNIT 2013Gndlock Saw 5 0.13 s ow i a 5 s 50.00 s 3 s 150 $ 7 1 sem WOO 5 BOW E 200 3 4E654 5 1803 1 - 1 11.35 ® 1 01950 ®® 1 _ • S 1 1.13018 GRAND TOTAL 5 90,09 .02 City of Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT 35- 60000972 ONE CIVIC SQUARE CARMEL, INDIANA 46032 -2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PAGE PURCHASE ORDER NUMBER 31877 THIS NUMBER MUST APPEAR ON INVOICES, M. VOUCHER. DELIVERY MEMO, PACKING SUP; SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 712212014 VENDOR Gridlock Traffic Systems 6400 Massachusetts Avenue Indianapolis, IN 46226 SHIP TO Street Department 3400 W. 131st Street Carmel, IN 46074 (317) 733-2001 CONFIRMATION BLANKET CONTRACT PAYMENT TERMS FREIGHT OUANTITY I 1UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Account 0043503.00 1 Each Thermoplastic total Send Invoice To: Street Department 3400 W. 131st Street Carmel, IN 46074- PLEASE INVOICE IN DUPLICATE $86,795.00 Sub Total: $86,795.00 $86,795.00 DEPARTMENT ACCOUNT PROJECT I PROJECT ACCOUNT AMOUNT Carmel Street Department SHIPPING INSTRUCTIONS • SHIP REPAID. • C.O.D. SHIPMENTS CANNOT BE ACCEPTED. • PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. • THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99. ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. DOCUMENT CONTROL NO. 318 7 7 ORDERED BY TITLE CLERK - TREASURER VENDOR COPY PAYMENT $86,795.00 • MP 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 P -ER SWORN AFFIDAVIT ATTACHED. • I HEREBY CERTIFY THER UNOBUGATED BALANCE IN THIS APPROPRIA ii TO PAY FOR THE E ORDER.