Loading...
Rieth Riley Construction/Eng/308,396.65/106th Street over Keystone Pkwy Bridge Beam ReplacementRieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #900; P.O. #33681 Contract Not To Exceed $308,396.65 Q AGREEMENT FOR PURCHASE OF GOODS AND SERVICES u�o 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 Rieth-Riley Construction Co., Inc. 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 900 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. 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 Three Hundred Eight Thousand Three Hundred Ninety Six Dollars and Six Five Cents ($308,396.65) (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. [SAConlra mTroLS— & Goals SvcslEnginceringN2016\Riclh-Riley Cooslmaion Co., Inc. Goods & S—ic. FORM - WITH E -Verify Ungoogc.d.:4/122016 10:51 AM] Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #900; P.O. #33681 Contract Not To Exceed $308,396.65 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 (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. [SACanracls\Prof.Svcs & Goals Svm\EnginccringU016\Ricth-Riley Constmclion Co., Inc. Goods & Scrviccs FORM - WITH E -Verify L ngunge.doc:4/122016 10:51 AMS i. Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #900; P.O. #33681 Contract Not To Exceed $308,396.65 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. [SAContrncls\ProLSva & Goods Svcs\Enginccring\2016\tial,-Rilcy Construction Co., Inc. Goals & S—iccs FORM - NYPH E-Vcrify Langunge.doc:4/122016 10:54 AM] Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #900; P.O. #33681 Contract Not To Exceed $308,396.65 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, One Civic Square Corporation Counsel Carmel, Indiana 46032 Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Rieth-Riley Construction Co., Inc. 1751 West Minnesota Street Indianapolis, Indiana 46221 ATTENTION: Paul J. Tate 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. [SAContracts\Prof.Svcs & Goods Svcs\Enginccringt2016\Ricth-Rilcy Cutrstmction Co.. Inc. G-1.% & Scrviccs FORM -WITH ENcrify I- nguagc.d-4/122016 10:54 AMI 4 Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #900; P.O. #33681 Contract Not To Exceed $308,396.65 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. [SAConnncls\Prof.Svcs & Goals Svcs\Enginccring@0166tidh-Riley Consimclion Co., Inc. Goals & Scrvi— FORM - WITH E -Verify Lnng.,,pA c:4/122016 10:54 AMI Rie(li-Riley Construction Co., Inc. Engineerino Department -..2016 Appropriation.#900; P.O. #33631 Contract Not To Exceed $308,3.96.65 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by.and through its Board of Public Works and Safety By: , James Brainard,, Presiding Officer Date:. MA Ann urke, Member Date: �/ — �D �G Lori S. Watson erper �. Date: T Rieth-Riley Construction Co., Inc. By: Authorl2ed Signature .Tom Partes Printed Name FID/TIN: 35-0918397 Last Four of S.SN if Sole Proprietor: Date: , ,.April 13, 2016 �$'.Yrc.aA'.ilJynf.5ll :G�wtN Scs�Luf•nc�- ;:Ltl7bLW;in:R�.tej•CmUn inn, C... Ln::Gni,j�R$:rri:;+it)RSI.��'ITlIE-Vc:d,•L�.E:u;r..4t:Jtl J�tilRfil:sd:A�ii BID PROPOSAL SUMMARY PAGE Complete the following. information and place as the 'cover page to your bid packet. Insert all documents into an: envelope with project name and. your Icompany name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the bid opening and. shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company- Rieth-Riley Construct..on Co., Inc. Project Name: Project No. 16-1NS-01 106th Street over Keystone Parkway :Bridge Beam Replacement and Various Repairs Date Submitted: April 6, 2016 Base Quote $308,396:65 Amount: Revised 37.10/2010' w.d`b� /X3 ESTIMATE City of Carmel Project No. 16 -INS -01 Base.Bid 106th Street Bridge over Keystone Parkway ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 CONSTRUCTION ENGINEERING LSUM 1.0 2,000.00 2,000.00 2 FIELD OFFICE. C MOS. 5,0 1,600,00 .$,000.00 3 MOBILIZATION AND DEMOBILIZATION LSUM 1.0 15,419.83 15;419.83 4 PRESENT STRUCTURE REMOVE, PORTIONS LSUM 1.0 109,834:2 109,534.23 5 SIDEWALK, CONCRETE, REMOVE. SYS 17.0 57,97 1,155.49 6 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 2.0 189.23 378.46 7 EXCAVATION; DRY CYS 3:0 149.03 447.09 8 AGGREGATE FOR END BENT BACKFILL CYS 4.6 108.58 434.32 9 CONCRETE SIDEWALK, 4 IN. SYS 17.0 127.27 2,163.59 .10 GEOTEXTILES SYS 10.0 11.49 114.90 11 SODDING, NURSERY SYS 19.0 230.3:1 2;533.4.1 12 REINFORCING BARS. EPDXY COATED LBS 6,011.0 1,47 11.,776.17 13 CONCRETE, C; SUPERSTRUCTURE CYS azs 857.33 36,693:72 14 CONCRETE: C, RAILING CY.S 11.4 742.09 $,459.83 15 STRUCTURAL MEMBERS, CONCRETE 1 -BEAM, II, 36 IN. X 121N. LFT 53.0 538.96 .28,564.58 16 SURFACE SEAL LSUM 1.0 1,$00.00 1,$00.00 17 MASONRY COATING LSUM 1.0 13;980.00 13,980.00 18 CONCRETEIMPRINTING SFT 574:0 2,94 1,687.56 19 CONCRETE STAINING SFT 117.0 25.00 2,925.00 20 STREET NAME SIGN, BRIDGE, MOUNTED, DECORATIVE, REMOVE AND RESET LSUM 1.0 2,381.57 2,384.57 21 BRIDGE RAIL MOCKUP LSUM 1.0 52715 527.15 22 FLAT -WORK MOCK UP-LSUM 1. 213:91 213.91 23 ORNAMENTAL RAILING, REMOVE AND RESET LFT 61,0 77.28 4,714.08 24 FORMLINER, SPECIALTY; CITY SEAL LSUM 1.0 374.55 374:55 25 FORMLINER, BRIDGE RAIL, REAR FACE LSUM 1.0 749:14. 749.14 26 FORMLINER BRIDGE RAIL, FRONT FACE LSUM 1.0 749.14 749.14 27 FIBER WRAP, 106TH STREET BRIDGE LSUM 1.0 71.50.00 7„150:00 28 FIBER WRAP, 136TH STREET BRIDGE LSUM 1.0 .5,450.00 5,450,00 29 DETOUR ROUTE MARKER ASSEMBLY' EACH. 4.0 130.,00 520.00 30 CONSTRUCTI.ON'SIGN, A EACH 22:0 1.60.00 3,520.00 31 CONSTRUCTIONSIGN, B EACH 3.0 75.00 225.00 32 FLASHING ARROW SIGN DAY 120.0 15,00 1.,$00.00 33 MAINTAINING TRAFFIC, 106TH STREET BRIDGE LSUM 1.0 9,124.7$ 9;124.78 34MAINTAINING TRAFFIC, 136TH STREET BRIDGE LSUM 1'.0 14,000.00 4,0 0.00 I EXIH S1 I A *� P36qTEMPORARY BARRICADE, III -A LFT 36.0 20.00 720.00 TRAFFIC BARRIER, TYPE 2 LFT 230.0 36;78 8,459.40 37 CONDUIT, PVC, 2 IN. LFT 65.0 38.33 2,491.45 38 LIGHT POLE AND LUMINAIRE, REMOVE AND RESET EACH 1h,0 3,358.00 .3,358.00 39 PORTABLE CHANGEABLE MESSAGE SIGN EACH 1.0 3,500.00 3,500.00 TOTAL: $308,396.65 SUBMITTED BY; Rieth-Riley Construction .Co., Inc. SIGNATURE TITLE: Tom Parten, Sales Manager ADDRESS: 1751 W. Minnesota Street, Inpls IN 46221 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 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 Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 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 EXHIBIT D ArFIDAVIT Tom, Parten , being first duly sworn, deposes and says that he/she is familiar with and has personal knowledgeof the facts herein and, if called as a witness in this. matter, could testify as follows; i. I am over eighteen (l 8) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by Rieth-Riley Construction .Co.. Inc: (the "Employer") in the.position of Sales Manager 3. lam familiar with the employment policies, practices, and procedures of the Employer and have rhe duthority to act on behalf of the Employer. 4. The: Ennpl.oyer is enrolled and participates in the federal E-Uerifyprogram. Documentation of this enrollment and participation is attached and incorporated herein. 5. The Employer_does not knowingly employ any unautho6zed.aliens. 6. To the best of my information and belief, the Employer does not currently employ any unauthorized aliens. 7. FURTHER AFFIANT SAYETH NOT.. EXECUTED on the 13th day of April 2O 16. Printed: Tom Parten I certify under the penalties for perjury tinder the law:4 of the United States.of America and tiie State of Indiana that the foregoing factual, statements and representations axe true and correct. Printed: Tom Pa -{._ten . . lrais'�g;r 4 LY ({ Company ID Number; 426485 To be accepted as a participant in E -Verify, you should only sign the Employer's Section of the signature page. if you have any questions, contact E -Verify at 888-464-42'18. Employer Rieth-Riley Construction Co., Inc. (Indianapolis) ristine I�ochsfet'Ier ame (Please Type or Print) Jtle Electronicall Si ned 6127/2011 ignature ate Department of Homeland Security— Verification Division SC11S. V'erif!cation Disrisio arri'e (Please Type dt Pant)itle Electronically Si ned- 6/27'12011 ignature Date Information Required for the E -Verify Program Ii1formatian re'Iatfn• .to our'Com an• : Company Namjftieth-Rlley Construction Co., Inc. (Indianapolis) Company Facili' Address;1751 W. Minnesota Indianapolis, IN .46221 Company Alternate Address: P. Q. Box 276 Indiana olis, JN 46206 CountV or Palish: ARION Employer Identification Number_ 50918397 Page )2 of 13 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify Company Ib Number: 4264.85 North American Industry Classification systems Cade: �37 Administrator; jRieth-Riley Construction Co., Inc, Number of Em to ees: 100 to 499 Number of Sites Verified fo r: 1 e you verifying for more than 1 site? If yes, please pro)1de the number of sites verified for n each State: INDIANA 1 site(s) information reiating to the Program Administrator(s) foryour Company on policy q.westioiis or operatiorlal'pro-blems: Name: Keyin A Tussey Telephone Number: (317) 634 - 5561 Fax Number: (317) 631- 6423 E-mail Address: KATUSSE,Y@rieth-riley,com Page 13 of 13 1 E -Ve'r'ily MOU for Employer I Revision Date 09/01/09 w.Ww,dhs.gov/E-Verify C JAMES BRAINARD, MAYOR LETTER OF TRANSMITTAL Date: April 12, 2016 To: Doug Haney Department of Law From: Jeremy Kashman Department of Engineering RE: Rieth-Riley Construction Co., Inc. Received 04-12-16A09:54 RCVD City of Carmel Department of Law A Professional Services contract is needed for Rieth-Riley Construction Co., Inc. for the April 20th BPW meeting, please. Attached please find Rieth-Riley's scope of work and purchase order. Contract Information: Project Name #16 -INS -01; 106th Street over Keystone Parkway Bridge Beam Replacement and Various Repairs Vendor: Rieth-Riley Construction Co., Inc. Amount: $308,396.65 Appropriation: P.O. 33681; Fund 900 Signature: Paul J. Tate Address: 1751 West Minnesota Street Indianapolis, IN 46221 Phone: 317/634-5561 Email: otateCa-D-riethriley.com DEPARTMENT OF ENGINEERING ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439 EMAIL engineering@carmel.in.gov O ®� Carmel INDIANA RETAIL TAX EXEMPT - Page 1 of 1 ��1( CERTIFICATE NO. 003120155 002 0 � PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 - — ���� — ---- __ THIS NUMBER MUST APPEAR ON INVOICES, A1P CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SUPS, 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 4/12/2016 00350596 Project 16 -INS -01; Contract 04.12.16.01 RIETH-RILEY CONSTRUCTION CO INC Engineering VENDOR PO BOX 276 SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46206 - Kate Lustig ED, --iLANKET CONTRACT --- --- ---- PAYMENT TERMS FREIGHT 3916 _ QUANTITY - UNIT OF MEASURE DESCRIPTION ^ UNIT PRICE r EXTENSION --- - --- --------------- -- ---- --- —_-L - _ Department. 2200 Account: 44-628.69 Fund: 900 Grant Fund 1 Each 106th Street over Keystone Parkway Bridge Beam $308,396.65 Replacement and Repairs $308,396.65 Sub Total $308,396.65 Send Invoice To: Engineering Kate Lustig 1 Civic Square Carmel, IN 46032- _ PLEASE INVOICE IN DUPLICATE �— _ DEPARTMENT --� ACCOUNT — -T PROJECT PROJECT ACCOUNT - -T --AMOUNT PAYMENT $308,396.65 SHIPPING INSTRUCTIONS ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A "SHIP PREPAID. 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 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 c AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY _ TITLE CONTROL NO. 33681 CLERK -TREASURER