Loading...
Yardberry Landscape/Eng/1,373,532/Emerson Road Storm Sewer ReconstructionYardberry Landscape Company Engineering Department - 2016 Appropriation #2016 Storm Water Bond; P.O. #33683e Contract Not To Exceed $1,373,532.00 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 Yardberry Landscape Contract an entity duly authorized to do business in the State of Indiana ("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 2016 Storm Water Bond funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. Vendor will not deliver any of the Goods or Services detailed in Exhibit A prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Vendor shall deliver only those Goods or Services specifically detailed in the Notice. If the Vendor desires clarification of the scope of any Notice to Proceed, the Vendor shall obtain such clarification from the City in writing, prior to delivering the Good or Service set forth in the Notice to Proceed. Any Goods or Services delivered without the City's prior express written authorization will not be compensated. 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 One Million Three Hundred Seventy Three Thousand Five Hundred Thirty Two ($1,373,532.00) (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 pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Emerson Road Storm Sewer Reconstruction Project #16-02" received by the City of Carmel Board of Public Works and Safety on or about April 6, 2016, 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 Yardberry Landscape Company Engineering Department - 2016 Appropriation #2016 Storm Water Bond; P.O. #33683 Contract Not To Exceed $1,373,532.00 selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. 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. 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. Yardberry Landscape Company Engineering Department - 2016 Appropriation #2016 Storm Water Bond; P.O. #33683 Contract Not To Exceed $1,373,532.00 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 Yardberry Landscape Company Engineering Department - 2016 Appropriation #2016 Storm Water Bond; P.O. #33683 Contract Not To Exceed $1,373,532.00 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 If to Vendor: Yardberry Landscape Company 9940 South 1000 West Anderson, Indiana 46017 ATTENTION: Tim Yardberry AND Douglas C. Haney, Corporation Counsel 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. 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. 4 Yardberry Landscape Company Engineering Department - 2016 Appropriation 92016 Storm Water Bond; P.O. #33683 Contract Not To Exceed $1,373,532.00 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, 2016 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. Yardbeny Landscape Company Engineering Dppairtiijent - 2016 A.1ior(spriation 92.016 Ston -n Water Bond: PA 1133693 �ontrac-(,Nati t, Expeed $1,373,532.00 2.00 IN WITNESS WHEREOF, the parties hereto,have made and executed.this Agreement as follows: PITY QF.CARMEL, INDIANA -b:Y and'throogh its Board of Public :ftksand Safety pir ATTEP S. Date: Trea'smer Yardbeqy Lanclsoape.cbmpany By, - �,ure Printed Nate Title FIDMN:,�- 12)--757� Last:Four of SSN if Sole Proprietor. 12 2-q -D6td'.-. 6 BIDDER'S -ITEMIZED PROPOSAL AND DECLARATIONS City'of Carmel Instructions To Bidders: This form shall, be utilized by all Bidders. Except as otherwise speciflcally provided, all Parts shall be fully and u ac gwO4IyfilWln and completed and .notarized Project. Emerson Road Storer: Server Reconstruction C* onstrUction Project #16-02 Proposal For Construction of The construction of .2 6,04 feet of York . `proposed. storm sewer, along Emerson Road, York.Drive, ,and Park Lane, including asphalt sphalt and concrete drive: approach -replacement, and street. ,patching* for storm. crossings, removal and.rep'lacement of existing curb, sidewalk, and curb rAmps.,. removalof existing pipe and storm structures, and existing pipe capping and filling.. Also; the, installation of a:, mechanical stor'mwater treatment unit and underground detention system at the downstream trearn - outlet. of the proposed stone sewer 'reconstruction. Also micludedwithin the project will be 419 LFT of 15inch rani 'dtary sewer relocation wthiA 3. Ave. W. b Date. a Q' A Tw City ity of Cihftel, Indiana, Board of Public Works,and Safety EXHIBIT PART I .-BIDDERINFORMATION (Print) 1.1 LIdderNaiue. 1.2 '13.id.der Address.: StreetAddress: CICHo S 1Dz)o:\PJ qitY:1Av2J-(?Q�1 8tafe.:,INY Zip -7 Fax:W�-'-�-?2 -D3-7b Phonel WT 6'� 2 1.3 Biddera/ arkonel is -an m. Individual PartnershiD Indiana Corporation. , Foreign. (Out,of Stat6) Coiporation; State:, Joint Venture Other 1.4 [The following must be� answered if the. Bidder or any of its partners :or joint venture. parties is aforeign :corporation. Note: 'To do business in or with the City of Carmel, Indiana, Joreign, corporations must register with the Secretaty.,of the.State of ind4and as required by the Indiana General Corporation Act as stated therein, and ,iaxpeess d v an the, Aftmey. General's Opinion92 dated January 23, 1958.] A Corporation Name: �p burr L .2 Address-- AJ D/7 .3 Date registered with State of Indiana: .4 Indiana Reg 'stered, Agent. 1 Nariief Address: X I E IlBg'T F 2-,f ........... BID. PROPOSAL SUMMARY PAGE Complete, the in. following information and place a's the -cover page to g your bid packet Insert ail :documents into an envelope Withp rojqc't .name and. your company name. clearly marked on the outside. SLMO I the envelope. PART 3 CONTRACT ITEMS AND UNIT PRICES [This. Part to be wed only for Bidding on. Unit Price. Contracts for the Contract Items shown] Base_ Bid Itemized Pro osal 16-02 Emerson Road Storm. Sewer Reconstruction STORMSEWER item # Item Quantity Unit Unit.Cost Total Cost Mobilization / Demobilization, Storm 1 Sewer. 1 LS: 4; C)6, 1-0' OCU, GD 2 Maintenance:.of Trak, Storm Sewer 1 LSZ 7 "O" — poo, o .7 o 3 Clearing Right of Way, Storm Sewer 1 LS poo; CO Curb Removal and Replacement, 4 Storm Sewer 250 LFT pa O . , too Sidewalk Remove and Replace, Storm 5 Sewer 35 Sys 4-r q a5;OD Curb Ramp Remove and,Replace, 6 Storm Sewer 21 SYS 2$`a 5 a5D w 7 Si i,Removeand.Reset 4 EA Zoo 8 Fence,.Remove.andReset 72 LFT ZQ o°v 96..OD Remove and Reset, T' Caliper Tree 9 437 Emerson Rd: 1 EA 3 5"Q 3 cx) 10 PCCP°for Drive Patching -:6" 170 SYS 600.0 no, QD Concrete Cap .for Street Cut Repair - 11 12"., Storm Sewer 320 SYS 77 00 a 6610, CO Flowable: Fill for Street Cut. Repair, 12 Storm Sewer 325 CYS. IOD o 0 HMA Surface, 9.5.,i -n L:5", Storm 13 Sewer 50 TON OW.Oa HMA Intei nediate, 19:0 mm, 2.5", 14 . Storm Sewer 10 TON /00 15 Com "acted Aggregate, No. 53 Stone 147 TON 2 " t) 16 Compacted Agg.rtgate for Driveways'. 20 TON: 30 CO, DO 17 8"PVC 26 LFT $ 4 18 12" :RCP 939 LFT ? p' 65_73t>. ob 19. S' RCP 414 LFT a , _oa. 20 24" RCP 22=1 LFT hs 1 -7 2:1 30" RCP 523 LFT qb 22 36" RCP EXHIBIT :8ID-4 f6 23 Inlet, T e 'J'A'M' 14 EA ,: �° 3 w, CO 24 Inlet, Typo .'E 2 -A Z, ao .• Co, 60. 25 Inlet, T e'B./'C' 2 EA If 10o 26 Manhole; Type ICI 16 EA boa "' 60,ap 27 Manhole, TypeT 1.1 EA Z1,$ oa ° ° oo, 28 Manhole, T e'K' 4 EA (p yo p y aiJ 29 Manhole, Type IK!, ;Do house 1 EA C4,-o o 30 - Stormwater: uali Unit 1 EA S8 6"'Os 3 &biob :31 Underground Detention. S` stem 1 LS 2-9 -A,1.4 yam 32. Mdchanically:Core Existing Structure, Storm 2 EAvo� , 33 Structure Backfill for Storm Sewer 3544 CYS Z 34 To` sail (undistributed)762 CYS`" .35 Mulched Seeding; Storm Sewer 4571 .SYS. 7-1 aD 36 EC Measures I LS t4 B.00' �• lDW, o 37 Flowable fill for Existing Storm Sewer: 40 CYS 00 '38 Ca Existin Pi e; Storm Sewer l4' EA 3 0 0 ° ° 0.' 39 36" Red Valve ClieckMate'Slip-In I Tideflex Inline Check Valve. 1 EA °o o00 ) 3 COD, u) 40 Existing Building Demolition 1 LS 00i),Cx-) Storm Sewer Subtotal SANITARY SEWER 41 Mobili2atioh / Demobilization, , Sanitary Sewer 1 LS IQ C7 - D p 'COC) 42 Maintenance of Traffic, Sanitary Sewer 1 LS �s avo 43 Clearing Right of Way, Sanitary Sewer 1 LSb, W, OD 44 Curb Removal andReplacement SdhitOY Sewer: 80. LFT d a 1-/0 3 ;�m Oto 45 Sidewalk Reinoveand Replace, Sanif 'Sewer 4 SYS ° a ro , O 46 Curb Ramp Remove and Replace;. Sanitary Sewer, 14 -SYS:CL p m 47 Concrete Cap for Street Cut Repair 1.2", Santa Sewer 35.0 SYS . .7 48 Flowable Fill .for'Street Cut. Repair, -Sanitary Sewer 752. CYS; e0 Ila EI HITT A B10-5. �0-�6 49 HMA. Surface, .9.5 mm, 1.5", Sanitary Sewer 30 TON 00 5.0 SaEita; :': Manhole, Type I I EA D 51 Sanitary Manhole, Do house 1 EA. 52 1511 SDR 26 Sanitary (12- including'backfill) 419 LFT % 2,/ 410,S 1 q 51.p.OD 53. 54 Mechanically Cord Existing "Structure, Sanitary Cali Existing -Pipe I EA S:izlititry.Sevver Subtotal Q bb Totalliemized Proposal A �7 D, .5 �;j co� EXF1 I MIT -A .BID -6. nj 6 A6 EXHIB IT 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 Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Property damage, contractual liability, products -completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 $500,000 $250,000 $250,000 $ 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 A•ITT.I.DAVIT being first duly sworn, deposes all s<ryrs- that h%sFie i;5 tttmiliv with and has:Ters�io i�lecige.af tlie:i'ticfs }tereiii anei, if called.as a witness -ill this xtYattei, �oulcl testa j as,f�llu.Ws. I -un over t iglttccn (18) years of age and ilii -conipetentto testify to the facts contained herein. 2. la i now 1}1. tines •cl vast "'Cin ave Neon- employed by -1_-�.tate "Employer") in the position of.. �. I am i`aniiliar with the employinei'it policies, pi'acti es, acid procedures of'rhe Employer and .have the aud�ori.ty to tact on behalf of the Eniplgyer: 4'. The Employer is enrolled and participate s.in the:.federal E -Verify program, Documentation of this enrollment and participation is attached and Incorporated herein. 5. The Employer does :not knowingly employ any unauthorized aliens. (i. TO the best of my information. -tad belief, the Ftitployer does not currently enploy any unatttlimized aliens. FURTHER AFFIANT SAYE.TH NOT. EXECUTED on th.e. __,_ I day. of , ?Ub Prime& ��f�Var,(` I certify under the penalties for. paijury under the laws of the- United States of America. and the State of Indiana that the.foregoiltg factual statcrnients Mid represenhttuiias.are tiae.7t> ort t t. Prih ted: ®jr (� Carmel City INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER �j FEDERAL EXCISE TAX EXEMPT 33683 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A(P CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL — 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 4/15/2016 356231 Project 16 -SW -02; Contract 04.15.16.01 YARDBERRY LANDSCAPING & EXCAVATING Engineering VENDOR 9940 SOUTH 100 WEST SHIP 1 Civic Square TO Carmel, IN 46032 - ANDERSON, IN 46017 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 4068 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Account: 94-650.04 Fund: 0 2016 Storm Water Bond 1 Each Emerson Road Storm Sewer Reconstruction 1,373,532.00 Sub Total Send Invoice To: Engineering Kate Lustig 1 Civic Square Carmel, IN 46032 - PLEASE INVOICE IN DUPLICATE $1,373,532.00 $1,373,532.00 DEPARTMENT B ACCOUNT d PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $1,373,532.00 SHIPPING INSTRUCTIONS `AIP 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 `SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN `C.O.D. SHIPMENT CANNOT BE ACCEPTED. THISAPPROPRIATIONSUFFICIENT TO PAY FOR THE ABOVE ORDER. `PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL L 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 / AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL No. 33683 CLERK -TREASURER JAMES BRAINARD, MAYOR L LETTER OF TRANSMITTAL Date: April 15, 2016 To: Doug Haney Department of Law From: Jeremy Kashman Department of Engineering RE: Yardberry Landscape Company Contract Received 04-18-16P03:23 RCVD City of Carmel Department of Law 6=015 �- Sc A. ontract is needed for Yardberry Landscape Company for the May 4th BPW meeting, please. Attached please find bid documents and purchase order. Note: Contract is subject to the availability of funds from the 2016 Storm Water Bond. Contract Information: Project Name: Emerson Road Storm Sewer Reconstruction Vendor: Yardberry Landscape Company Amount: $1,373,532.00 Appropriation: P.O. 33683; 2016 Storm Water Bond Signature: Tim Yardberry Address: 9940 S. 1000 W Anderson, IN 46017 Phone: 765/378-5783 Email: tyarb(cDaol.com DEPARTMENT OF ENGINEERING ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439 EMAIL engineering®carmel.in.gov PART 2 BID PROPOSAL 2.1- Base Bid The undersigned Bidder proposes to.. furnish all -necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary: supplies, and to :perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work.and Project, including any.and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof (Itemized Proposal), which Unit Prices, when multiplied by estimated unit quantities for such Coritract,Ttems, total Dollars 2.3 The Bidder acknowledges that evaluation of the lowest Bid shall be based on 'such price and further acknowledges that the unit `quantities listed .in Part 3 of this Proposal are estimates solely for the_purpose of -Bid evaluation and Contract award, and; are-rot.to be. construed as exact or binding. The Bidder also understands' that all Woik: which may result .on the Contract shall be coriipensated .for on :a Unit Price 'basis and that the OWNER and ENGINEER. cannot and do not .guarantee the amount or quantity of any item ofWork to be performed 'or furnished under the Contract. The Bidder ofurther understands . that a Contract will be awarded by evaluating the Base Bid 'if the Owner 'wishes. to, 'execute.