Loading...
Rieth-Riley Construction Co., Inc./Eng/982,006.18/Adl Serv #1/Pennsylvania Street and City Center Drive Roundabout – ConstructionRieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04, 2016 General Obligation Bond; P.O. #34336 J Contract Not To Exceed $982,006.18 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 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. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 94-650.04, 2016 General Obligation 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. 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 Nine Hundred Eighty Two Thousand Six Dollars- and Eighteen Cents ($982,006.18j (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. 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 "Roundabout Improvements North Pennsylvania Street and City Center Drive" received by the City of Carmel Board of Public Works and Safety on or about August 17, 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 selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose [X:1ContmctslPmf.Svcs & Goods SvcslEngincering120161Rieth-Riley Constmcdon Co., Inc. Goods .@ Smices FORM Roundabout.doc:8/19/2016 2:27 PMj Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04, 2016 General Obligation Bond; P.O. #34336 Contract Not To Exceed $982,006.18 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. 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. JXAContraclslProf.Svcs & Goods SmMigineering@0161Rieth-Riley Construction Co., Inc. Goods & Senices FORM Roundabout.doc:8/19/2016 2:24 PM] Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04, 2016 General Obligation Bond; P.O. #34336 Contract Not To Exceed $982,006.18 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. ' [X:1Conuacts\Prof.Svcs & Goods SvcstEngincering12016\Rieth-Riley Construction Co., Inc. Goods & Smices FORM Roundiboul.doc:kl 9/2016 2:24 PMJ Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04, 2016 General Obligation Bond; P.O. #34336 Contract Not To Exceed $982,006.18 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. [XAContraclstProf.Svcs & Goods SN,cs\Engineeringt2016\Rieth-Riley Construction Co., Inc. Goods & Senices FORM Roundahout.doc:8/19/2016 2:23 PMS 4 Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04, 2016 General Obligation Bond; P.O. #34336 Contract Not To Exceed $982,006.18 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. [XAContractslPro[Svcs @. Goods SvcslEngineering\2016\Rieth-Riley Constmaion Co., Inc. Goods & Services FORM Roundahout.docW19/2016 2:24 PM] - Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04, 2016 General Obligation Bond; P.O.34336 Contract Not To Exceed S982,006. 18 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 W. orks and. Safety M James Brainard, Presiding Officer DaterUr!� �7�' zo�& 4, Mary An/ -Burke, Me -� y /� Date: Lori S. Date: ATTEST: Clu=is ' e S. Yauley, Cle Date: Rieth-Riley Construction Co., Inc. u nz Si ture Paul "J. Tate Printed Name Regional. W .Central Indiana Title FID/TIN: 35-0916397 Last Four of SSN if Sole Proprietor: Date: August 22, 2016 IS.'lomnne`P+of.S+cs+EGgo-7s5+csB116irr rinR::u1G�Riclh•Rilc)NnamaWnCO..InaGCWiRSChl.6bromlIto 7*24P!.q BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To..Bidders. This.forin shall be utilized by all Bidders. ,Except as otherivise specifcally.prouided; all Parts shall. b.e.f rely and accurately filled in and_completed.and notarized Project: Roundaboutlmprovemenis N. PennsylvaniaS4 and City Center Dr. Proposal. For Construction of The existing T4ntersection will be fully reconstructe l to n. multi -lane roundabout. The reconstruction will include new full -depth pavement, curb and gutter, an enclosed storm water system, sharer- use path, and sidew alk with new curb ramps.. Date: August 17:; 2016 To: City of Carmel, Indiana, Board of..Public Works andSafety ,EX"' I O d BID- Ip:\201AM.2101\e.. reports_specs\bid docummnts\08 - pennsylvan a st,& city center dr\004.6b.ront end specs 0902.doe PART'3 CONTRACT ITEMS AND UNI.T PRICES Part ]a.. Pennsvlvania Streetand-Cit►, Center Raundahout Race R;d Contract Item No: Description Estimated Quantity Unit Unit Pride Item Total 0001 CONSTRUCTION ENGINEERING 1.00 LS $ 11,200.00 S61,200.00 0002 INSPECTION HOLE,- GREATER THAN 3 FT (UNDISTRIBUTED) 5:00 EACH- $ 850.00 $ 4,250.00 .0003 INSPECTION HOLE, .3 FT.DEPTH.OR LESS: (UNDISTRIBUTED) 5.00 EACH $850.00 $ 4,250.00 ;0004 MOBILIZATION AND DEMOBILIZATION 1.00 LS $ 15,542.81 $ 15,54:2:81 0005 CLEARING RIGHT OF WAY 1,00; LS $ 22,800.00 $` 22;800.00.. .0.006 CASTING,,REIv[OVE: 1.00 EACH $ 405.00 S. 405.00 0007 RELOCATE DECORATIVE SIGN AND FOUNDATION 1.00 LS $ 13,000.00 S 13,000.00. 0008 EXCAVATION; COMMON 2,805.00 CYS $ 21:00. . $ 58;905.00 0009 BORROW 80.00 CYS$ 0.01 $ 0 80. 0010 TEMPQRARY INLET PROTECTION 12.00 EACH $ 85.00 S" 1",020:00 0011 TEMPORARY MULCH 4.00 TON$ 650.00 S 2,600.00 0012 ITEMPORARY SILT FENCE 727.00 LFT $ 3.40 S 2,471;.80 0013: NO 2.STONE 100.00 TON $ 29:00 $ 2,900.00 0014 TEMPORARY GEOTEXTILE 235.00 SYS $ 3:25 S 763.75 0015 TEMPORARY SEED MIXTURE 300.00 LBS $` 1.00. S ,. 300.00 0.016 SUBGRAD..E`TREATMENT,_TY°PEIC 5,438.00 SYS $. 19.50 $ (06;041`.00 0017 STRUCTURAL BACKFILL, TYPE.1 97.00 CYS $. 25.77 $ 1;499.69- 0018 COivIPACTED AGGREGATE;"NO.53 26.0.00 TON $ 32:10 $ 8,346.00 0019 WIDENING WITH PCC BASE, 6 IN 166.00 SYS $ 78:00' S (2;9.48.00 0020 NULLING, ASPHALT, 1 1/2 IN 1,3 [5.00 SYS $ 6,00 $ 7,890:00. 0021 HMA SURFACE, TYPES 9.5' mm 144.00 TON $' 86.50 . S 12,456.00 0022. HIMA, SURFACE, TYPE C;.9.5 min .414.00 TON $ 77.00 .$ 31,878;00 0023 HMA, INTERMEDIATE; TYPE B, 19.0 101,00. TON $ 71:50 . $ 7;221:5.0 0024 HMA 1NTERIVIEDIATE; TYPE C,A 9.0 1,188.00 TON $ 59.50 5 70,686:00 0025 HNIA, BASE, TYPE B,.25.0 mm 124.00 TON $ 72.50. ,S 8;990:00 0026 HMA, BASE; TYPE 0,;25:0 mm- 1,543:Q0. TON $ 55`.00 $ _ 84,865;00 .0027 JOINT ADHESIVE; SURFACE 2,917.00" LFT $ 060 'S 1;458.50 00281 JOINT ADHESIVE, INTERMEDIATE 2,574.00 LFT $ 0.55 $ 1,415.70 0029 LIQUID ASPHALTSEALANT 2;917.00 LFT $ 0:15 $ 437:55 0030 ASPHALT.FOR TACK COAT 8.00 TON$ 1,00 5 8.00 0031 DECORATIVE.CONCRETE PAVEMENT, TRUCK APRON, 327.00... SYS $ 60.00 $ 19;620.00 0032 SIDEWALK; CONCRETE, 4 IN 9.0.00: SYS $ 42..00 $ 3;780.00 0033 CURB RAMP, CONCRETE 266.00. SYS $ 170,.00 $. 45,220 00 0034 DETECTABLE WARNINGSURFACES 38.00 SYS $ 280.00 S, 1064Q.00. 0035, STRAIGHT CONCRETE CURB. 1,861.00 LFT $ 21.68 .5 40,346.48 \191 i 2® � 0036 CURB AND GUTTER TURNOUT CONCRETE 16.00 -LFT $ 175.00. .$ 2,800.00 0037 CURB AND GUTTER CONCRETE TYPE II I;S28..00 LFT $ 19.00 $ 25,232:00 •0038 MODIFIED ROLL CURB 296.00 LFT $ 25.75 $ 7;622.00 0039. MOBILIZATION. AND. DEMOBILIZATION FOR SEEDING: 2;00 EACH $ 250.00 S 500.00 0040 TOPSOIL 208:00 M $ 65.00 ,S 13;520.00 0011 SODDING, NURSERY 2,438.00' SYS: $ 3.25 S 8,086:00 0042 IRRIGATION CONTROLLER BOX 1.00 EACH $ 1,000.00 S 1,000c(10 0043 PRIVATE IRRIGATION 1:00 'LS $ 9,750.00 $ 9,750,.00 0044 FIELD OFFICE, B 4.00 MOS $ 2;600.00 $ 10;400.00 0045 UiNDERDRAIN REMOVE, 1,035:00 LFT $ 13.80 S; 14,283:00 0046. PIPE,. CLASS III RCP, CIRCULAR 36 IN 12:00 LFT$ 270.00 S 3;240.00 .0047 PIPE, CLASS:..IH RCP, .CIRCULAR.I.2 IN 204.00 LFT $ 70.00 S 14;280:00 0048 PIPE, CLASS. III.: RCP,CIRCULAR 24 IN. 36.00 LFT $ 180.00 S 6;480:00 0049 CASTING, ADJUST TO GRADE 6:00 EACH $ 650.00 S 3;900:00. 0,650 CASTING, 4, FURNISH ANDADJUST TO GRADE 1.00. EACH $ 1,000.00 :S 1,000.00 0051 INLET, J I0 5,00 ,EACH $ 2,700.00 S 13,500.00 0052 INLET, MIO 1.00 EACH $ 2;600,00 S 2,600.00 0053 MANHOLE, C4 L.00 EACH $ 3,100.00 $ 3,100:00 0054 STRUCTURE, MANHOLE, RECONSTRUCTED 2:00. LFT $ .636.60 S 1,260:00 0.055 MANHOLE, C10 1.00. EACH $ 4,700.00 S 4,700.00 .0.056 MANFIOLE,J4 1.00 EACH $ 5,700:00 S 5,700.00 0,057 CONSTRUCTION SIGN, C 4.00 EACH $ 275.00 'S 1,100.00. .00)-8 ROAD CLOSURE:SIGN ASSEMBLY 6.00 EACH $ 175.00 S 1.,050.00. 0059 DETOUR ROUTE MARKER ASSEMBLY 30:00 EACH $ 130.00 S 3,900,00 0060 CONSTRUCTION SIGN, A :8.06 EACH $ 250:00 `S 2,000:00 006'1 CONSTRUCTION SIGN,B 6.00 EACH $ 90.00 S 540.00 0062 1VIAINTAINING TRAFFIC: 1.00 LS $ 9,20.0.00 S 9,200.00 0063 BARRICADE, III -A 144.00 LFT $ 10.00 ,S. 1,440.06 0064 BARRICADE, III -B 72.00 LFT $ 11.00 ,$ 792.00 0065 DECOf ATIVESTREET SIGN ASSEMBLY, DIRECTIONAL:, INSTALLED 3:00 EACH ;$ 2,350.00 ;S; 7,050.00: 0066 SIGN POST,. SQUARE,TYPE 2, REINFORCED.ANCHOR 273:00 LFT $ 19:00 S 5,187.00 0067 SIGN,'SHEET, WITH LEGEND.0.080' 128.00 SFT$ 18,0.0 S 2,304.00 0068. _ SIGN, -SHEET, WITH LEGEND 0:100 IN 62.00 SFT $; .19.00 $ 1,178'.00: 0069 SIGN,. GROUND MOUNTED;'RESET 1.00 EACH $ 200.00 S. 200.00 0070 CONDUIT; PVC, 4 IN,.SCHEDULE 80 :194.00 LFT $ .20:00 .S 3,880i00- 0071 CONDUIT, PVC 4IN:,.SCHEDULE 80 WITH 3-135 IN INNERDUCTS" 194:00 :LFT $ 35:00 $ 6;790.00 XH1 1T 0072 HANDHOLE,.LIGHTING 3.00 EACH $ 745.00 S 2.235.00 0073 LUIV4INAIRE; LED, 152 WATT 7.00 EACH $ 3,595.00 S 25,165.00 0074 LIGHTING.FOUNDATION, CONCRETE, WITH GROUNDING, 30IN X 96 IN 7.00 EACH $ 1,058.00 $. 7,406.00 0015 LIGHT POLE, 30 FT E:M.H., 8 FT MAST ARM, DECO 7.00 1 EACH. $ 4;108.00 .S 28,756.00 0076 SERVICE.POINT,11 1.00 .EACH $ 7,016.00. S 7;046:00 0077 CABLE; POLE CIRCUIT THWN, NO 10 COPPER, 1,020.00 LFT $ 0.65 $ 663:O.0 0078. CONNECTOR KIT; UNFUSED 7.00 EACH $ 37.0.0 .S 259.00 007,9 CONNECTOR KIT, FUSED 7.00 EACH $ 40.00 S 230;00 0080_ MULTIPLE COMPRESSION FITTING, NON- 16.00 EACH 9.00 S 144:00 0081 INSULATION LINK; NON- WATERPROOFED 17:00 'EACH $ 11:50 S 195.50 0082 INSULATION.L[NK; WATERPROOFED 12:0.0. EACH $ 11.50 $ 138:00 0083 CABLE .DUCT MARKER 4.00 EACH $ 201.00 S 804:00 0084 WIRE, NO I O COPPER, I/C 5,720.00' LFT $ 0.70 $ 4,004_:00 0035 PAVEMENT MESSAGE MARKING, RE4IOVE 4;00 EACH $ :105.00 $ 426.00 0085 TRANSVERSE NIARK.ING THERMOPLASTIC CROSS WALK; WHITE 24 IN 500.00 LFT $ 7.50; $ 3,75,0:00 0087 LINE, THERMOPLASTIC, SOLID; WHITE,,4 1N 1,729.00 LFT $ 1.00 S 4,729:00 0088 TRANSVERSE MARKING, THERMOPLASTIC, YIELD, WHITE; 24 IN (SHARKS TEETH) 76.00 LFT $ 22.50 $ 1,710:00 0089 LIME', THERMOPLASTIC; DOTTED.; WHITE,.6, IN. 62.00 LFT $. 3.10 S .192.20. 0090 LINE, THERMOPLASTIC, DOTTED, WHITE; 8 IN (2 FC 76.00 LFT $ 4.10 $ 311;60 0091 LINE, THERMOPLASTIC, -SOLID, YELLOW,A IN 1.,224.00, LFT ; $ 1.00 ,5 1,224.00 0092 PAVEMENT iviESSAGE;MARKING, THERMOPLASTIC,. LANE INDICATION ARROW 1.00 EACH 150.00. `S 1.50:00 0093 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, LANE INDICATION ARROW, "FISHHOOK", WHITE. 12.00. EACH 3 285.00 5 3,420.00 0094 CONDUIT. STEEL, GALVANIZED, 211 259.00 LFT. $ 18.20 .`$ 4;713:30 Part la Total = $ $ 911:,406.68 Submitted By: Thomas W: Parten VEXHOT Pint 1b: Lcind.Fccipin-aat Perinsvlvania Street and ON Center Drive Rromilnhnid Contract Item No. Description Estimated Quantity Uriit Unif Price [tc►u Total 1006 DECIDIOUS SHADE TREE,.7.51N. CAL. 5:00 EACH $ 415.00 S 2,075<00 1001 EVERGREEN SHRUB, N. 0.3 CONTAINER 24.00 EACH $ 42.0.0 S 1,003`.00 1002 DECIDIOUS.SHRUB, :NO. 3.CONTAINER, 60.00 EACH $ 47.00 S 2,820.00. 10.03 IORNAMENITAL.GRASS, NO, I .CONTAINER 219.OU EACH $ 17.50 S 3,832:50 1004 PERENNIAL NO.1 CONTAINER 1272:00 EACH $ 14.75 ;S 18,762.00 1005 IRRIGATION SYSTEM 1.00 LS. $ 6,750.00 5 6,750.00 1006: DECORATIVE. LIMESTONE MONUMENTS 66.00 LFT $ 375.00. S 24,750.00, 1007 SODDING, NURSERY ,600:00 SYS. $ 3:25 :S (1,950:00) 1008 DECIDIOUS SHRUB, NO. I CONTAINER, 58.00 EACH $ 24.00. 5 1,392;00.. 1009 HARDWOOD Mt l 'CH 48..00 CYS $ 75.60 S 31600.00 1010 TREE AND.SOIL PLANTING MIX 189.00 CYS $ 40.001 S 7,560:0.0 Part 1b Total - $ $` 70,599.50 Submitted.By: Thomas W. Parten Signature:.. r` \ 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 slate/ 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: Commercial General Liability: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Each Occurrence Limit: Statutory Limits $1,000,000 each employee $1,000,000 each accident $1,000,000 policy limit $6,000,000 $5,000,000 $5,000,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Injury and Property Damage: $5,000,000 each occurrence Umbrella Excess Liability If a commercial umbrella liability policy is used to satisfy the minimum limits of liability requirements, the combined limits must equal these minimum limits of liability. EXHIBIT D .AFFIDAVIT Paul J. Tate beim first duly sworn., deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as'follows: I am over ei;hteen (1 S) years of ague and am competent to testify to the facts contained herein. �. I ani now rind at all times relevant herein have, been. employed by Rieth-Riley Construdtion Co., Inc. (the "Employer") in the position of Regional VP Central' Indiana I am familiar with the employment policies, practices, and procedures of the Employer, and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates 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. 6. To the best of thv information and belief, the Employer does .not currently employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the 22nd day of I certify under the penalties for per jury under the laws of (lie United States of America and the State of In that.the foregoing factual statements and representations a re..triie-and�� E -VERIFY PROGRAM Pursuant to Indiana Code 22-5-I:7-11, the Vendor is required to, enroll in, and verify the work eligibility status of all newly hired employees through. the E -Verify program. The Vendor is not required to verify the work eligibility status of all newly hired employees through the E -Verify program,;if the E=Verify program no longer exists. The individual person(s) executing this Agreement, being first duly sworn; depose(s), states) and affirms the following: L The Vendor does not knowinglyemploy an unauthorized alien. 2.. The Vendor, prior to entering into this Agreementhas enrolled and is participating in the E -Verify program. The Vendor.shall provide docucilentation to the administrator of the Hamilton County Community Development Block Grant Program and the City that. the Vendor has enrolled and is participating.in the E -Verify program. Vendor: Rieth-Riley .Construction Co, , Inc Written Signature: Printed Name- Nene: Thomas W. Part Title. Sales Manager lmgbriant- Notary Signature and Seal:Requiked in the Space Below STATE OF Indian Erin B. Newlin SSa Notary Public COLJNTI'.OF Marion Sell State o Indiana. Subscr bed.arid sivorn to, before. me this.. 7th . day o 20 _16. M' Camnb. xp OG -:17 2 17 y ommssion expires: 6-17-17 (Signed Printed: Erin B. :Newlin Residing in Hamilton_ County, State of Indiana 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. andiauapolis) ristine Idochstel-Ier ame (Please Type or Print) itle Elecfronicall 5i ned 6i27/2D1 ignature ate Department of Homeland Security — Verification ]Division SCIS Sz.erl. c., ori a'me (Please Type & Print)tie Electronica(I.y S•J ned-- ,/27/20'11 ignature ate Information Required for the E-Verify Program Illtormatlo-n relaffnp .to your -Company: : Com an Name:RJeth-Riley -0onstruction Co., Inc. (Indianapolis) Com an Facili' A•ddress:1751 W. Minnesota Indianapolis, IN 46221 r Company Alternate Address: P. o. Box 279 Indiana olis, JN 46206 County or Palish: ARJON Employer Identification Number_ - 50918397 Page 12 of 131 E-Verify MOU for Employer I Revision Date belo1/03 www.dhs.gov/F-Verify py a Company lb Number: 4264.85 North American Industry Classification Systems Code: 1237 Administrator; Rieth-Riley Construction Co., Inc. Number of Employees:' 1100 to 499 Number of Sites Verified for: 1 e you wri�ing for more than 1 site? If yes, please pro)dde the number of sites verified for n each State; INDIANA 1 site(s) Information relating to the program Administrator(s) foryour Company on policy questions or operational-pro-blems: FT c: Keyin A Tussey phoneNumber.- (317) 634 - 5561 Fax Number: (317) 631- 6423 E-mail Address: KATUSSE,Y@rieth-riley.com page 13 of 131 E-Ve-rify MOU for Employer I Revision Date 09/01/D9 www.dhs.goWE-Verify August 19, 2016 Mr. Paul J. Tate Rieth-Riley Construction Co., Inc. 1751 West Minnesota Street Indianapolis, IN 46221 JAMES BRAINARD, MAYOR RE: Additional Service Amendment #1, PO #34336 Dear Mr. Tate: L As we discussed, the City of Carmel has a need for additional professional services and pursuant to our current contract with Rieth-Riley Construction Co., Inc. dated August 3, 2016 I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Service Amendment #1— Pennsylvania Street and City Center Drive Roundabout Construction Not to Exceed: $982,006.18 Per our contract procedural requirements, I hereby approve these Additional Professional Services estimates, and request that the Board of Public Works ratify the above referenced Contract Amendment. PLEASE NOTE Please be advised that "Additional Services" performed on City contracts must be billed separately from the original contract and other additional services. More importantly, the invoice must reference the appropriate Additional Service # and P.O. # shown above. Invoices received without the Additional Service # referenced will be returned for proper identification. Thank you for your continued assistance in providing the City of Carmel with your professional, quality services. If you should have any questions, please give me a call. Sincerely, Jere has an, P.E. City Engineer Reviewed and approved by: James C. Brainard Mayor DEPARTMENT OF ENGINEERING ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439 EMAIL engineering@carmel.in.gov City ofCarm l INDIANA RETAIL TAX EXEMPT CERTIFICATEO Page 1 of 1 PURCHASE NUMBER FEDERAL EXCISE TAX EXEMPT 4O��c ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP 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 I REQUISITION NO. VENDOR NO. DESCRIPTION 8/19/2016 00350596 Project 16-ENG-27; Contract Date 08.03.16 RIETH-RILEY CONSTRUCTION CO INC City Engineering's Office VENDOR PO BOX 276 SHIP 1 Civic Square TO Carmel, IN 46032- INDIANAPOLIS, IN 46206 - Kate Lustig PURCHASE ID BLANKET I CONTRACT PAYMENT TERMS FREIGHT 7687 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund. 0 General Obligation Bond Account: 94-650.04 1 Each ASA 1 - Pennsylvania Street and City Center Drive $982,006.18 $982,006.18 Roundabout Construction Sub Total $982,006.18 Send Invoice To: Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 G.O./Storm water Bonds PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT PAYMENT $982,006.18 SHIPPING INSTRUCTIONS 'SHIP PREPAID. 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. *PURCHASE ORDER NUMBER MUSTAPPEAR ON ALL SHIPPING LABEL *THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL No. 34336 CLERK -TREASURER 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 AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBU GATED BALANCE IN THIS APPROPRIATION SUF ICIENTTO PAYFOR HE ABOVE ORDER.