Loading...
Morphey Construction/eng/485,358/Small Structure Replacements of culvertsMorphey Construction, Inc. Engineering Department - 2015 Appropriation #250-4350900; P.O. #33414 Contract Not To Exceed $485,358.00 e AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") is hereby made and entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City") and as approved by its Storm Water Management Board, and Morphey Construction, Inc. (hereinafter "Vendor"). TERMS AND CONDITIONS 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 250-4350900 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 Four Hundred Eighty Five Thousand Three Hundred Fifty Eight Dollars ($485,358.00) (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. IS:1C..11=101d.Sv & G.M., lnc G.& & Scrvicc FORM -WITH E-Vcriry Lnngnngc.do I2f720I5 10:46 AMI Morphey Construction, Inc. Engineering Department - 2015 Appropriation #250-4350900; P.O. #33414 Contract Not To Exceed $485,358.00 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. 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 (1.0) 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:\CnmrncON.B,a & Goals Inc Goals &S -k. FORM- WITH E -Verify L ngongada;:12R/2015 10:46 AM] %. Morphey Construction, Inc. Engineering Department - 2015 Appropriation #250-4350900; P.O. #33414 Contract Not To Exceed $485,358.00 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 Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: Morphey Construction, Inc. 1499 North Sherman Drive Indianapolis, Indiana 46201 ATTENTION: Steven Milbourne 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. [SACon(m1sNProf.Svrs & Goods Sva\Enginccring@0154Morphcy ConsVudiw6 Inc Goods & Scrvi— FORM - N1TH E-Vcrify L ngoagc.,I-:12A2015 10:46 AMI 4 Morphey Construction, Inc. Engineering Department - 2015 Appropriation #250-4350900; P.O. #33414 Contract Not To Exceed $485,358.00 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, 2015 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. 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. IS:\CoouactsT.f.S— & Goals SvcdEnginmring\2015\MogiLcy Consintctitm, Inc G—Is & S—i— FORM - WITH E -Verify Lang. p.d.:12nPo is 10:46 API] Morphey Construction, Inc. Engineering Department - 2015 Appropriation #250-4350900; P.O. #33414 Contract Not To Exceed $485,358.00 APPROVED by the Storm Water Management Board of the City of Carmel, Indiana, this r day of Deco,y6-ev— , 2015, by a vote of S ayes and 0 nays. STORM WATER MANAGEMENT BOARD Kevin D. Rider Luci Snyder W. Eric enstic er Carol Schle Ro*rd-E_.)3arter, A Richard L. Sharp [SAContmcls\Pwf.Svcs & GoaLs Sves\Enginecring@0I5Qdorphey Consiructiat, Inc Goals & Services FORM -WITH E -Verify Languagc.1-12 /2015 10:46 AMI Nig Murphey Construcdon. Inc. Engineering Department - 2015 rlppropt•intion #250-4350900. P.O. #33414 Contract Not To Exceed .U85.358M 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; dames Brainard, Presiding Officer Date; Mary A Burke,lemb�r Bate: / 6 f�3 Lori S. Date: Morphey Construction, Inc. By - Authorized Sig I P'4116e--60j"(Z Printed dame Title FIDIT'IN: 35`7—dL-/_ 6222— Last Four of SSN if Sole Proprietor: Date: /2-1-5-45 5j1a&/.� y K.L.ein.p7�"LS.:..l• G.I. Sa..•Pn_s:¢emt:'^I�•.�Sa�e.:y C'.a.risirn. �. Gn.t..� N:v. i.:. a1i:\I.1'-'fai �i l airy L.aiwC...��.6 �: Tr, y Hr -1. 4\: BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Small Structure Replacements of Culverts 86 & 102 Project Number: 15-09 Proposal For Construction of : The replacement of the existing small structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116`h Street. And The replacement of the existing small structure 102 over U.N. T. of Blue Woods Creek on Rolling Springs Drive located 400 feet north of I I e Street. Date: To: City of Carmel, Indiana, Board of Public Works and Safety EXHIBIT /oFg :m PART 3 CONTRACT ITEMS AND UNIT PRICES Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost 1 Construction Engineering 1 LS 2 Mobilization / Demobilization 1 LS 3 Clearing Right of Way 1 LS 4 Common Excavation 140 CYS 5 Curb and Gutter, Remove 282 LFT 6 Temporary Filter Sock 460 LFT 7 Temporary Seeding 100 LBS 8 Temporary Mulch 500 LBS 9 Temporary Inlet Protection 4 EACH 10 Temporary Stone, No. 53' 40 TON 1 I Structural Backfill, Type t 255 CYS 12 Structural Backfill, Type 5 83 CYS 13 Compacted Aggregate, No. 53, Base 129 TON l 14 HMA Patching, Type B 9 TON 15 Milling, Transition 161 SYS 16 HMA Surface, Type B 39 TON 17 HMA Intermediate, Type B 42 TON 18 HMA Base, Type B 67 TON 19 Plant, Deciduous Tree, Multi -Stem, 96-120 IN I EACH 20 Handrail 124 LFT 21 Curb and Gutter, Concrete, Type II 300 LFT 22 Revetment Ri ra , Partially Grouted 133 SYS 23 Geotextiles 293 SYS 24 Articulated Concrete Mat 160 SYS 25 Mulched Seeding, U 603 SYS 26 Slope Stabilization Seed Mix 18 LBS 27 Erosion Control Blankets 603 SYS 28 Sidewalk, Concrete, 4 IN. 72 SYS 29 Structure, Coated Reinforced Concrete Box, 12'x4' 42 LFT 30 Structure, Reinforced Concrete Box, 10'x5' 66 LFT 31 Pipe, Type 2, 12" 16 LFT 32 Pipe, Type 2, 15" 5 LFT 33 Inlet, A8 2 EACH 34 Manhole, C4 1 EACH 35 Catch Basin, K10 2 EACH BID -4 EXHIBIT Addendum 1 7 �� Itemized Proposal Pro'ect 15-09 Small Structure Re lacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost 36 Utility Encasement 1 LS 37 Maintaining Traffic I LS 38 Temporary Traffic Barrier, Type 2 120 LFT 39 Temporary Pavement Marking, Removable, 4" 215 LFT 40 Temporary Transverse Pavement Marking, Removable, Stop Line, 24 IN. 24 LFT L� 41 Construction Sign, C 2 EACH 42 Construction Sign, A 12 EACH 43 Road Closure Sign Assembly 5 EACH 44 Detour Route Marker Assembly 20 EACH 45 Barricade, III -A 72 LFT 46 Barricade, III -B 120 LFT Total EXHIBIT _A 3 Or BID-5 Addendum 1 INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 'ONTRACT ID: PROJECT(S): Culverts #86 & #102 'ONTRACTOR: Morphey Construction, Inc. •------------------------------------------------------------------------------+ LINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT NO I DESCRIPTION I QUANTITY } ----------------1---------------I AND UNITS 1 DOLLARS I CTS I DOLLARS ICTS I •------------------------------------------------------------------------------+ 11Construction Engineerin 1 1.000 1 5,000.00 1 5,000.00 1 Ig ILS I I I I •------------------------------------------------------------------------------+ 21Mob/Demob 1 1.000 1 24,250.00 1 24,250.00 1 ILS .------------------------------------------------------------------------------+ 31Clearing 1 1.000 1 24,250.00 1 24,250.00 1 1 ILS I I I I ------------------------------------------------------------------------------- 41Common Excavation 1 140.000 1 100.00 1 14,000.00 i 1 ICY ------------------------------------ 51Curb & Gutter Remove 1 282.000 1 10.00 I 2,820.00 1 1 ILF I I I I ------------------------------------------------------------------------------+ GITemp Filter Sock 1 460.000 I 6.50 I 2,990.00 1 1 ILF I I I I ------------------------------------------------------------------------------- 71Temp Seeding 1 100.000 1 0.25 1 25.00 1 1 ILB I I I I -------- 81Temp Mulch 1 500.000 1 1.50 1 750.00 1 1 ILB I I I I I ----------------------------------------------------------- 91Temp Inlet Protection 1 4.000 i .100.00 1 400.00 1 IEA I I I I i ------------------------------------------------------------------------------+ 101Temp Stone #53 1 40.000 1 140.00 I 5,600.00 1 1 ITN I I I I --------------------------------------- 111Structural Backfill Typ 1 255.000 1 40.00 1 10,200.00 1 le 2 ICY I I I I ------------------------------------------------------------------------------+ INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 2 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 CONTRACT ID: PROJECT(S): Culverts #86 & #102 CONTRACTOR: Morphey Construction, Inc. +----------------------------------------------------------------------- ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT NO I DESCRIPTION I QUANTITY}---------------- i---------- -CTS - I - I AND UNITS I DOLLARS I CTS DOLLARS +------------------------------------------------------------------------------+ I 12IStructural Backfill Typ I 83.000 I 100.00 I 8,300.00 I Ie 5 ICY I I I I +------------------------------------------------------------------------------+ I 13IComp Agg #53 Base I 129.000 I 50.00 I 6,450.00 I I I ITN - I I I I +------------------------------------------------------------------------------+ I 14IHMA Patching Type B I 9.000 I 170.00 I 1,530.00 I I ITN I I I I +------------------------------------------------------------------------------ I 15IMilling Transition I 161.000 I 16.00 I 2,576.00 I I I ISY I i I I I +------------------------------------------------------------------------------+ I 16IHMA Surface Type B I 39.000 I 85.00 I 3,315.00 I I ITN I I I I +------------------------------------------------------------------------------+ I 17IHMA Intermediate Type B I 42.000 I 77.00 I 3,234.00 I I I ITN I I I I I +------------------------------------------------------------------------------ I 18IHMA Base Type B I 67.000 I 76.00 I 5,092.00 I I I ITN I - I I I +------------------------------------------------------------------------------ I 19IP1ant Deciduous Tree Mu I 1.000 I 500.00 I 500.00 I Ilti Stem 96-120" IEA I I I I - +--------------------------------------------------------------------------- I 20IHandrail I 124.000 I 180.00 I 22,320.00 I I ILF I I I I +---------------------------------------------- ---------------------------- I 21ICurb & Gutter Concrete I 300.000 I 30.00 1 9,000.00 I (Type II ILF I I I I I +------------------------------------------------------------------------------ 1 22IRevetment Riprap Partia I 133.000 I 95.00 I 12,635.00 I Illy Grouted ISY I I I I +----------------------------------------------------------------------------- HIBIT -4- 5-b O INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 3 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 "ONTRACT ID: PROJECT(S): Culverts #86 & #102 :ONTRACTOR: Morphey Construction, Inc. F----------------------------------------------------------------+ ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1 NO I DESCRIPTION I QUANTITY } --------------:-1---------------1 AND UNITS I DOLLARS I CTS I DOLLARS ICTS 1 F----------------------------------------- 231Geotextiles 1 293.000 1 5.00 1 1,465.00 1 SY ------------------------------------------------------------------------------+ 24IArticulated Concrete Ma 1 160.000 1 145.00 1 23,200.00 1 It ISY ---------------------------------------------------------------------------- j 251Mulched Seeding U 1 603.000 1 10.00 1 6,030.00 1 ISY ------------------------------------------------------------------------------+ 2GISlope Stabilization See 1 18.000 1 70.00 1 1,260.00 1 Id Mix ILB ---------------------------------------------- ---------------------------- -----+ 271Erosion Control Blanket 1 603.000 1 2.00 1 1,206.00 1 Is ISY -------------------------------------------------------------------------------+ 281Sidewalk Concrete 4" 1 72.000 1 60.00 I 4,320.00 1 1 ISY -------------------------------------------------------------------------------+ I 291Structure Coated Reinfo 1 42.000 1 3,250.00 1 136,500.00 1 Irced Concrete Box ILF I I I I -------------------------------------------------------------------------------+ I 3015tructure Reinforced Co I 1 66.000 I I I I 1 1,535.00 1 101,310.00 1 Increte Box 10' x ILF I I I I -------------------------------------------------------------------------------+ 311Pipe Type 2 12" 1 16.000 i 100.00 1 1,600.00 1 ILF i I I I -------------------------------------------------------------------------------+ 321Pipe Type 2 15" 1 5.000 I 115.00 1 575.00 1 ILF I I I I -------------------------------------------------------------------------------+ 3311nlet A8 1 2.000 1 2,350.00 1 4,700.00 1 IEA I I I I I -------------------------------------------------------------------------------+ EXHIBITA G'd INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 4 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 CONTRACT ID: PROJECT(S): Culverts #86 & #102 CONTRACTOR: Morphey Construction, Inc. +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT NO I DESCRIPTION I QUANTITY}----------------I---------------I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I I 34IManhole C4 I 1.000 I 2,450.00 I 2,450.00 I I I IEA I I I I I +------------------------------------------------ i I I I I I I I 35ICatch Basin K10 I 2.000 I 2,300.00 I 4,600.00 I I I IEA I I I I I +------------------------------------------------------------------------------ I I I I I I I I I 36IUtility Encasement I 1.000 I 4,600.00 I 4,600.00 I I I ILS I I I I I +------------------------------------------------------------------------------+ I 37IMaintaining Traffic I 1.000 I 6,000.00 I 6,000.00 I I ILS I I I I +------------------------------------------------------------------------------ I 38ITemp Traffic Barrier Ty I 120.000 I 100.00 I 12,000.00 I I IPe 2 ILF I I I I I +------------------------------------------------------------------------------+ I 39ITEmp Pavement Marking R I 215.000 I 7.00 I 1,505.00 I I Iemovable 4" ILF I I I I I +------------------------------------------------------------------------ I 40ITEmp Trans Pvmt Mark Re I 24.000 I 20.00 I 480.00 I I (movable Stop Line ILF I I I I I +----------------------------------------------------------------------------- I 41IConstruction Sign C I 2.000 I 160.00 I 320.00 I 1 I IEA I I I I I +------------------------------------------------------------------------------ I 42IConstruction Sign A I 12.000 I 140.00 I 1,680.00 I I I IEA I I I I I +------------------------------------------------------------------------------ I 43IRoad Closure Sign Assem I 5.000 I 200.00 I 1,000.00 I Ibly IEA I I I I I +------------------------------------------------------------------------------ I 44IDetour Route MArker ASs I 20.000 I 70.00 I 1,400.00 I I Iembly IEA I I I I I +------------------------------------------------------------------------------+ EX o B IT A 7 6rPY INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 5 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 CONTRACT ID: PROJECT(S): Culverts #86 & #102 CONTRACTOR: Morphey Construction, Inc. +------------------------------------------------------------ + ------------------ ILINEI ITEM APPROX. I UNIT PRICE I BID AMOUNT NO I DESCRIPTION I QUANTITY}----------------I---------------I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I 45IBarricade III -A I 72.000 I 10.00 I 720.00 I I ILF I I I I +------------------------------------------------------------------------------+ I 46IBArricade 111-13I 120.000 I 10.00 I 1,200.00 I I ILF I I I I +------------------------------------------------------------------------------+ I I I I I I ---------------------------------- _ ----------------------- I I i TOTAL I 485,358.00 I I I +------------------------------------------- EY, H1 I e, I TA EXHIBIT B Invoice Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name 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 Date/ Hours Worked Total GRAND TOTAL Signature Printed Name 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: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: $500,000 each accident $500,000 each accident $500,000 $500,000 $ 10,000 EXHIBITi D AFFIDAVIT being first duly sworn deposes -'and says that he/she is familiar with and has pers knowledge.of the facts herein and, if called:as a- witness in this matter,,could testify as follows: L I am over,ei-hieen 0 8) years of age and am competent to testify to the facts. contained. herein. 2. I am: now All at a11. 'meg. relevant herein have been employed by. (the "Employer") in the position of Y 3. I: am familiar with the employment policies, practices; and proeedures of the Employcrand have theauthorit to act on behalf of the.Employer. 4. The Employer is.enrolled and participates in the.federal E -Verify program: Documentation of tl is enrollment and participation is attached. and incorporated herein. 5: The Employer does not knowingly employ any unauthorized aliens. b. To the'bost of my -information and -belief, the Employer does not currently employtiny unauthorized aliens. 7, FURTHER AFFIANT SAYETH NOT. 1% EXECUTED on the- /� day of e ;�� , 20 I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that: the foregoing fac-tual statements and representations are -true and correct. Com/ Printed:??—�tzNtl'� tLc�oJ2�Pr.