Loading...
Rieth-Riley Construction/Eng/2,296,229.68/Towne Road and 106th Street and Towne Road and 116th Street Roundabout Improvements - ConstructionRieth-Riley Construction Co, Inc. Engineering Department - 2017�� Appropriation # 2016 COIT Bond Fund, General Obligation Bond Fund; P.O. #: 100178, 100179 A00 Contract Not To Exceed $2,296,229.68 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 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 2016 COIT Bond Fund, General Obligation Bond Fund funds. Vendor agrees to provide the Goods and Services and to otherwise perform therequirements of this Agreement by applying at all times the highest technical and industry standards. Vendor will not perform any of the Services detailed in Exhibit A prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Vender shall perform only, those Services specifically detailed in the Notice. If the Vender desires clarification of the scope of any Notice to Proceed, the Vendor shall obtain such clarification from the City in writing, prior to performing the service set forth in the Notice to Proceed. Any services performed without the City's prior express written authorization will not be compensated. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Two Million Two Hundred Ninety Six Thousand Two Hundred Twenty Nine Dollars and Sixty Eight Cents ($2,296,229.68) (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 thirty-five (35) 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 "Towne Road Roundabouts at 106th and 116th Street, Project # 16 - ENG -39 and 16 -ENG -53" received by the City of Carmel Board of Public Works and Safety on or about February 15, 2017, 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. jXAContmcts\Prof.Svcs @ Goods SwAlingineeringt2017kRielh Riley Construction Co., Inc. Goods and Senim.doc:2/20/2017 3:39 PMj Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund, General Obligation Bond Fund; P.O. #: 100178, 100179 Contract Not To Exceed $2,296,229.68 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to; any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. 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. [X:\Contracts\Prof.Svcs & Goods Svcs\Engineering\20170iieth Riley Construction Co., Inc. Goods and Services.doc:2/20/2017 3:39 PMJ Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund, General Obligation Bond Fund; P.O. #: 100178, 100179 Contract Not To Exceed $2,296,229.68 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 [XAContmcts1Prof.Svcs & Goods SvcslEnginccring@OlNiieth Riley ConswcGon Co., Inc. Goods and Senices.doc:220/2017 3:39 PM] Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund, General Obligation Bond Fund; P.O. #: 100178, 100179 Contract Not To Exceed $2,296,229.68 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17, SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18, NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 AND Douglas C. Haney, Corporation Counsel Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Rieth-Riley Construction Co., Inc. 1751 West Minnesota Street Indianapolis, IN 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. JXAContcacts\Pro1Svcs & Goods Svcs\Enginccring\20l7\Riclh Riley Construction Co., Inc. Goods and Scniccs.doc:2/20/2017 3:39 PM] 4 Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund, General Obligation Bond Fund; P.O. #: 100178, 100179 Contract Not To Exceed $2,296,229.68 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, 2017 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. IC 5-16-13. The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference. 29. 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. 1XACon0ac1sTrof.Sea & Goods Sves\Enginccdn0017\Rielh Riley Consuuclion Co., Inc. Goods and Seniccs.doc:2/20/2017 3:39 PM] Rieth-Riley Construction Co, Inc. Engineering Department -20`17 Appropriation # 2016 COTT Bond Fund, General Obligation Bond Fund; P.O. #: 100178, 100179 Contract Not To Exceed.$2,296,229.68 This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest, IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: James Brainard, Presiding Officer Date: Mary An Burke, Meper Date: // �/_ —7 Lori S. __Date: _ ATTEST: "7 Ch-" ' , Clerk reasurer Date: RIETH-RILEY CONSTRUCTION CO.; INC. �S.'Comntt.3YcCSskCoats Sc2iEopnsringl'o1 Rich Ril:c Ca�suoaioa l'o_U:.f+pls aml Smimoo-:a_oi>.or 3?v Pltl Regional VP Central Indiana Title FID/TIN: 351G918597 Last Four of SSN if Sole Proprietor: Date: February 21, 2017 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 company name clearly marked on the outside. Seal the envelope. Company: Rieth-Riley Construction Co., Inc. Project Name: ROUNDABOUT IMPROVEMENTS ATTOWNE ROAD AND 106TH ST. (16 -ENG -39) AND 116TH ST. (16 -ENG -53) Date Submitted: February 15, 2017 Base Bid $2,296,229.68 E`HIBT BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as othetivise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Towne Road Roundabouts at 106"' and 116"' Street Proposal For Construction of : The existing signalized intersections of Towne Road with 106"' and 116'x' Street will be reconstructed as two-lane roundabouts. The Project includes new paventent, curb and gutter; ligliting, sidewalks, multi -use paths, and storm sewers. Date: February 15, 2017 To: City of Carmel, Indiana, Board of Public Works and Safety E X 1H I LB -119T BID -1 Version 2016-03-31 PART 3 CONTRACT ITEMS AND UNIT PRICES ITEMS FOR THE 106TH STREET & TOWNE ROAD ROUNDABOUT Contract Item No. Description/ Unit Price [in Words] Estimated Quantity Unit of Measure Prices In Figures Unit Price Total Price for Item 1 CONSTRUCTION ENGINEERING 1 LS $15,000.00 $15,000.00 2 MOBILIZATION AND DEMOBILIZATION I LS $22,000.00 $22,000.00 3 CLEARING RIGHT OF WAY 1 LS $67,510.37 $67,510.37 4 EXCAVATION, COMMON 4075 CYS $17.20 $70,090.00 5 BORROW 1925 CYS $1.00 $1,925.00 6 SEDIMENT, REMOVE 4 CYS $96.25 $385.00 7 TEMPORARY CONSTRUCTION ENTRANCE/EXIT I LS $1,475.00 $1,475.00 8 TEMPORARY RIPRAP DITCH CHECK 4 TON $131.50 $526.00 9 TEMPORARY INLET PROTECTION, CURB 42 EACH $80.00 $3,360.00 12 TEMPORARY SILT FENCE 2282 LFT $1.80 $4,107.60 13 TEMPORARY SEED MIXTURE 509 LBS $0.25 $127.25 14 SUBGRADE TREATMENT, TYPE III 2002 SYS $3.34 $6,686.68 Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit Price [in Words] Quantity Measure Price Item 15 SUBGRADE TREATMENT, TYPE IB 7966 SYS $6.40 $50,982.40 16 B BORROW 81 CYS $28.10 $2,276.10 17 STRUCTURE BACKFILL, TYPE 1 481 CYS $28.05 $13,492.05 FLOWABLE BACKFILL, NON - 18 REMOVABLE 3 TON $500.00 $1,500.00 19 COMPACTED AGGREGATE NO. 53 BASE 580 TON $31.80 $18,444.00 21 MILLING, ASPHALT, 1 1/2 IN. 1195 TON $5.09 $6,082.55 22 HMA PATCHING, TYPE C 44 TON $120.00 $5,280.00 23 HMA SURFACE, TYPE B, 9.5 MM 90 TON $120.00 $10,800.00 24 HMA SURFACE, TYPE C, 9.5 MM 597 TON $77.00 $45,969.00 25 HM INTERMEDIATE, TYPE B, 19.0 MM 150 TON $100.00 $15,000.00 26 HM INTERMEDIATE, TYPE C, 19.0 913 TON $60.00 $54,780.00 27 HMA BASE, TYPE C, 25.0 MM 2158 TON $57.00 $123,006.00 HMA INTERMEDIATE, TYPE C, OG 28 19.0 830 TON $60.00 $49,800.00 31 CURB RAMP, CONCRETE 199 SYS $195.00 $38,805.00 E°CICT A Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit PriceWords in [� ] Quantity Measure price Item 32 DETECTABLE WARNING SURFACES 39 SYS $40.00 $1,560.00 33 BARRIER CURB AT RAB TURN APRON 252 LFT $24.00 $6,048.00 CURB AND GUTTER, CONCRETE, 34 TYPE II 2511 LFT $22.00 $55,242.00 CURB AND GUTTER, CONCRETE, 35 TYPE III 1058 LFT $23.50 $24,863.00 36 CENTER CURB, A CONCRETE 18 SYS $130.00 $2,340.00 38 CURB AND GUTTER, COMBINED 437 LFT $14.00 $6,118.00 39 MODIFIED ROLL CURB 382 LFT $21.00 $8,022.00 41 RIGHT-OF-WAY MARKER 2 EACH $160.00 $320.00 42 MONUMENT, SECTION CORNER 1 EACH $600.00 $600.00 44 GEOTEXTILES 50 SYS $10.27 $513.50 45 RIPRAP, CLASS 2 41 TON $53.75 $2,203.75 MOBILIZATION AND 47 DEMOBILIZATION FOR SEEDING 3 EACH $50.00 $150.00 48 FERTILIZER 1 TON $500.00 $500.00 COLORED AND JOINTED 52 CONCRETE, 7 246 SYS $101.04 $24,855.84 EXF'O f f Contract Item No. Description/ Unit Pricein Words [ ] Estimated Quantity Unit of Measure Prices In Figures Unit price Total Price for Item 53 PIPE, TYPE 2, CIRCULAR, 36 IN. 8 LFT $368.00 $2,944.00 54 PIPE, TYPE 4, CIRCULAR, 6 IN. 1997 LFT $6.75 $13,479.75 55 PIPE, UNDERDRAIN, OUTLET 6 IN. 132 LFT $12.00 $1,584.00 56 PIPE, TYPE 2, CIRCULAR, 12 IN. 849 LFT $62.50 $53,062.50 57 PIPE, TYPE 2, CIRCULAR, 15 IN. 11 LFT $141.00 $1,551.00 58 PIPE, TYPE 2, CIRCULAR, 21 IN. 36 LFT $52.90 $1,904.40 59 PIPE, TYPE 2, CIRCULAR, 24 IN. 37 LFT $63.20 $2,338.40 60 VIDEO INSPECTION FOR PIPE 2593 LFT $1.26 $3,267.18 61 PIPIN. END SECTION, DIAMETER 12 1 EACH $467.00 $467.00 62 ADJUST TO GRADE, VALVE BOX 6 EACH $473.33 $2,839.98 64 AGGREGATE FOR UNDERDRAINS 153 CYS $55.00 $8,415.00 65 GEOTEXTILES FOR UNDERDRAIN 1434 SYS $1.65 $2,366.10 66 MANHOLE, COMMUNICATION AND LIGHTING, 4'X 4'X 4', WITH 1 EACH $8,000.00 $8,000.00 68 CASTING, ADJUST TO GRADE, TYPE 4 13 EACH $636.80 $8,278.40 Contract Item No. Description/ Unit Pricein Words [ ] Estimated Quantity Unit of Measure Prices In Figures Unit price Total Price for Item 69 INLET, J10 4 EACH $2,148.00 $8,592.00 71 INLET, J 10 MODIFIED 8 EACH $2,135.00 $17,080.00 72 INLET, M10 MODIFIED 1 EACH $2,230.00 $2,230.00 73 CATCH BASIN, E7 1 EACH $3,130.00 $3,130.00 74 CATCH BASIN, KI0 5 EACH $3,346.00 $16,730.00 75 CATCH BASIN, K10 MODIFIED 18 EACH $3,720.00 $66,960.00 77 CATCH BASIN, E7 MODIFIED 2 EACH $2,848.00 $5,696.00 78 MANHOLE, C4 7 EACH $4,537.70 $31,763.90 79 STRUCTURE, MANHOLE, RECONSTRUCTED 23 LFT $260.00 $5,980.00 82 MANHOLE, K4 1 EACH $5,291.00 $5,291.00 83 HYDRANT ASSEMBLY REMOVE/REPLACE & ADJUST TO 2 EACH $2,821.00 $5,642.00. 85 CONSTRUCTION SIGN, D 8 EACH $100.00 $800.00 86 ROAD CLOSURE SIGN ASSEMBLY 9 EACH $200.00 $1,800.00 87 DETOUR ROUTE MARKER ASSEMBLY, MULTIPLE ROUTES 14 EACH $120.00 $1,680.00 7o -f r� Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit Pricein Words [ ] Quantity Measure price Item 88 DETOUR ROUTE MARKER ASSEMBLY 43 EACH $62.00 $2,666.00 89 CONSTRUCTION SIGN, A 20 EACH $150.00 $3,000.00 90 CONSTRUCTION SIGN, B 5 EACH $40.00 $200.00 91 MAINTAINING TRAFFIC 1 LS $11,000.00 $11,000.00 92 BARRICADE, III -A 260 LFT $6.00 $1,560.00 93 BARRICADE, III -B 60 LFT $6.00 $360.00 SIGN POST, SQUARE TYPE 1 94 REINFORCED ANCHOR BASE 372 LFT $13.00 $4,836.00 SIGN POST, SQUARE TYPE 2 95 REINFORCED ANCHOR BASE 91 LFT $15.00 $1,365.00 96 SIGINN, SHEET, WITH LEGEND, 0.080 158 SFT $13.00 $2,054.00 97 SIIIGN, SHEET, WITH LEGEND, 0.100 119 SFT $15.00 $1,785.00 98 SIGN, SHEET, WITH LEGEND, 0.125 17 SFT $17.00 $289.00 100 TRAFFIC SIGNAL EQUIPMENT, REMOVE I EACH $1,000.00 $1,000.00 101 CONDUIT, PVC, 2 IN. 400 LFT $16.00 $6,400.00 102 CONDUIT, STEEL, GALVANIZED, 0.75 IN. 0 LFT $0.00 $0.00 103 CONDUIT, PVC, 4 IN. 410 LFT $12.00 $4,920.00 Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit Price [in Words] Quantity Measure Price Item CONDUIT, PVC; 4 IN. WITH 3-1.25" 104 1NNERDUCTS 55 LFT $15.00 $825.00 CONDUIT, PVC, 4 IN. WITH 4-1" 105 1NNERDUCTS 285 LFT $16.00 $4,560.00 106 HANDHOLE, LIGHTING 6 EACH $775.00 $4,650.00 WIRE, XHHW, NO.4 COPPER, IN 107 PLASTIC DUCT, 4 1/C. 1435 LFT $11.00 $15,785.00 LUMINAIRE, ORNAMENTAL, LED, 109 152 8 EACH $3,645.00 $29,160.00 LIGHT POLE ORNAMENTAL, WITH 110 8 FT MAST ARM 8 EACH $3,645.00 $29,160.00 111 LIGHT STANDARD FOUNDATION 8 EACH $1,050.00 $8,400.00 CABLE, POLE CIRCUIT, THWN, NO. 112 10 960 LFT $0.55 $528.00 113 CONNECTOR KIT, UNFUSED 8 EACH $30.00 $240.00 114 CONNECTOR KIT, FUSED 8 EACH $30.00 $240.00 MULTIPLE COMPRESSION FITTING, 115 WATERPROOFED 20 EACH $5.00 $100.00 INSULATION LINK, NON - 116 WATERPROOFED 16 EACH $30.00 $480.00 INSULATION LINK, 117 WATERPROOFED 28 EACH $30.00 $840.00 TRANSVERSE MARKING, 118 THERMOPLASTIC, CROSSWALK 480 LFT $4.50 $2,160:00 Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit PriceWords in [� ] Quantity Measure price Item LINE, THERMOPLASTIC, BROKEN, 119 WHITE, 4 IN. 129 LFT $0.50 $64.50 LINE, THERMOPLASTIC, DOTTED, 121 WHITE, 8 IN. 100 LFT $2.00 $200.00 LINE, THERMOPLASTIC, DOTTED, 122 WHITE, 6 IN. 78 LFT $1.50 $117.00 TRANSVERSE MARKING, 123 THERMOPLASTIC, YIELD LINE 107 LFT $10.00 $1,070.00 LINE, THERMOPLASTIC, SOLID, 124 WHITE, 731 LFT $1.00 $731.00 LINE, THERMOPLASTIC, SOLID, 125 YELLOW, 4 IN. 170 LFT $0.50 $85.00 TRANSVERSE MARKING, 126 THERMOPLASTIC, CROSSHATCH 276 LFT $2.50 $690.00 PAVEMENT MESSAGE MARKING, 127 THERMOPLASTIC LANE 8 EACH $110.00 $880.00 INDICATION ARROW, "FISHHOOK" PAVEMENT MESSAGE MARKING, 128 THERMOPLASTIC LANE 8 EACH $80.00 $640.00 INDICATION ARROW SNOWPLOWABLE RAISED 129 PAVEMENT MARKER 19 EACH $70.00 $1,330.00 LINE, THERMOPLASTIC, SOLID, 130 YELLOW, 8 IN. 891 LFT $1.00 $891.00 131 UTILITY EXPLORATION HOLE 1 EACH $1,444.00 $1,444.00 SIDEWALK, CONCRETE, 4 IN. 132 58 SYS $47.24 $2,739.92 133 CONDUIT, PVC, 1 IN. 60 LFT $9.00 $540.00 $1,196,604.12 TOTAL: E XI LE3,il l' A- (0,�(g PART 3 (CONTINUED) CONTRACT ITEMS AND UNIT PRICES ITEMS FOR THE 116TH STREET & TOWNE ROAD ROUNDABOUT Contract Item No. Description/ Unit Pricein Words [ ] Estimated Quantity Unit of Measure Prices In Figures Unit price Total Price for Item 1 CONSTRUCTION ENGINEERING 1 LS $14,000.00 $14,000.00 2 MOBILIZATION AND DEMOBILIZATION 1 LS $27,000.00 $27,000.00 3 CLEARING RIGHT OF WAY 1 LS $38,792.11 $38,792.11 4 EXCAVATION, COMMON 3857 CYS $22.85 $88,132.45 5 BORROW 2343 CYS $1.00 $2,343.00 7 TEMPORARY CONSTRUCTION ENTRANCE/EXIT I LS $1,475.00 $1,475.00 9 TEMPORARY INLET PROTECTION CURB 30 EACH $80.00 $2,400.00 10 TEMPORARY INLET PROTECTION, DITCH 10 EACH $80.00 $800.00 11 TEMPORARY MULCH 9 TON $390.00 $3,510.00 12 TEMPORARY SILT FENCE 4142 LFT $1.80 $7,455.60 13 TEMPORARY SEED MIXTURE 372 LBS $0.25 $93.00 14 SUBGRADE TREATMENT, TYPE III 1794 SYS $3.72 $6,673.68 PrElIT -A I (of (" Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit Pricein Words [ ] Quantity Measure price Item 15 SUBGRADE TREATMENT, TYPE IB 7027 SYS $6.51 $45,745.77 16 B BORROW 105 CYS $28.05 $2,945.25 17 STRUCTURE BACKFILL, TYPE 1 467 CYS $28.05 $13,099.35 COMPACTED AGGREGATE NO. 53 19 BASE 533 TON $29.43 $15,686.19 20 WIDENING WITH HMA, TYPE C 93 TON $130.00 $12,090.00 21 MILLING, ASPHALT, 1 1/2 IN. 3818 SYS $2.09 $7,979.62 23 HMA SURFACE, TYPE B, 9.5 MM 98 TON $115.00 $11,270.00 24 HMA SURFACE, TYPE C, 9.5 MM 750 TON $76.00 $57,000.00 HM INTERMEDIATE, TYPE B, 19.0 25 MM 164 TON $81.00 $13,284.00 26 HM INTERMEDIATE, TYPE C, 19.0 MM 715 TON $63.00 $45,045.00 27 HMA BASE, TYPE C, 25.0 MM 2035 TON $57.00 $115,995.00 HMA INTERMEDIATE, TYPE C, OG 28 19.0 841 TON $61.00 $51,301.00 TIMBER GUARDRAIL END 29 SECTION 4 EACH $2,500.00 $10,000.00 30 TIMBER GUARDRAIL 354 LFT $66.50 $23,541.00 y A. . (Z ty Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit Pricein Words [ ] Quantity Measure price Item 31 CURB RAMP, CONCRETE 215 SYS $195.00 $41,925.00 32 DETECTABLE WARNING SURFACES 36 SYS $30.00 $1,080.00 33 BARRIER CURB AT RAB TURN APRON 249 LFT $25.00 $6,225.00 CURB AND GUTTER, CONCRETE, 34 TYPE II 1741 LFT $20.00 $34,820.00 CURB AND GUTTER, CONCRETE, 35 TYPE III 1379 LFT $21.00 $28,959.00 36 CENTER CURB, A CONCRETE 17 SYS $140.00 $2,380.00 39 MODIFIED ROLL CURB 302 LFT $24.00 $7,248.00 40 HMA FOR APPROACHES, TYPE C 2 TON $566.55 $1,133.10 42 MONUMENT, SECTION CORNER 1 EACH $600.00 $600.00 43 BENCH MARK POST 2 EACH $675.00 $1,350.00 44 GEOTEXTILES 8 SYS $64.15 $513.20 46 RIPRAP, REVETMENT 10 TON $51.00 $510.00 MOBILIZATION AND 47 DEMOBILIZATION FOR SEEDING 2 EACH $50.00 $100.00 48 FERTILIZER 1 TON $500.00 $500.00 1' B � T A '13& Contract Item No. Description/ Unit Price [in Words] Estimated Quantity Unit of Measure Prices In Figures Unit Price Total Price for Item 49 TOPSOIL 1005 CYS $24.32 $24,441.60 50 SODDING, NURSERY 5470 SYS $3.50 $19,145.00 51 FIELD OFFICE 9 MOS $2,848.54 $25,636.86 52 COLORED AND JOINTED CONCRETE, 7 246 SYS $101.04 $24,855.84 54 PIPE, TYPE 4, CIRCULAR, 6 IN. 2066 LFT $6.75 $13,945.50 55 PIPE, UNDERDRAIN, OUTLET 6 IN. 188 LFT $12.00 $2,256.00 56 PIPE, TYPE 2, CIRCULAR, 12 IN. 758 LFT $56.23 $42,622.34 60 VIDEO INSPECTION FOR PIPE 758 LFT $2.19 $1,660.02 62 ADJUST TO GRADE, VALVE BOX 1 EACH $513.47 $513.47 63 OUTLET PROTECTOR, 3 0 EACH $0.00 $0.00 64 AGGREGATE FOR UNDERDRAINS 167 CYS $59.00 $9,853.00 65 GEOTEXTILES FOR UNDERDRAIN 1651 SYS $1.65 $2,724.15 66 MANHOLE, COMMUNICATION AND LIGHTING, 4'X 4'X 4', WITH 1 EACH $8,000.00 $8,000.00 67 TRENCH DRAIN 10 LFT $362.78 $3,627.80. 68 CASTING, ADJUST TO GRADE, TYPE 4 8 EACH $642.00 $5,136.00 Contract Item No. Description/ Unit Price [in Words] Estimated Quantity Unit of Measure Prices In Figures Unit Price Total Price for Item 69 INLET, J10 5 EACH $2,074.00 $10,370.00 70 INLET, M10 1 EACH $2,291.00 $2,291.00 71 INLET, J10 MODIFIED 1 EACH $2,060.70 $2,060.70 72 INLET, M10 MODIFIED 3 EACH $2,156.48 $6,469.44 76 PIPE CATCH BASIN, 15 IN. 1 EACH $1,536.91 $1,536.91 78 MANHOLE, C4 1 EACH $2,581.41 $2,581.41 79 STRUCTURE, MANHOLE, RECONSTRUCTED 8 LF $442.75 $3,542.00 80 INLET, B15 MODIFIED 2 EACH $2,366.80 $4,733.60 81 INLET, C 15 MODIFIED 3 EACH $2,417.40 $7,252.20 84 INLET, B15 3 EACH $2,366.80 $7,100.40, 86 ROAD CLOSURE SIGN ASSEMBLY 8 EACH $200.00 $1,600.00 87 DETOUR ROUTE MARKER ASSEMBLY, MULTIPLE ROUTES 8 EACH $120.00 $960.00 88 DETOUR ROUTE MARKER ASSEMBLY 41 EACH $62.00 $2,542.00 89 CONSTRUCTION SIGN, A 24 EACH $150.00 $3,600.00 IE -17f !' 11W(q' Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit Pricein Words [ ] Quantity Measure price Item 91 MAINTAINING TRAFFIC 1 LS $11,000.00 $11,000.00 92 BARRICADE, III -A 156 LFT $6.00 $936.00 93 BARRICADE, III -B 96 LFT $6.00 $576.00 SIGN POST, SQUARE TYPE 1 94 REINFORCED ANCHOR BASE 501 LFT $13.00 $6,513.00 SIGN, SHEET, WITH LEGEND, 0.080 96 192 SFT $13.00 $2,496.00 97 SIGN, SHEET, WITH LEGEND, 0.100 119 SFT $15.00 $1,785.00 98 SIIIGN, SHEET, WITH LEGEND, 0.125 17 SFT $17.00 $289.00 99 SIGN GROUND MOUNTED RESET 1 EACH $200.00 $200.00 100 TRAFFIC SIGNAL EQUIPMENT, REMOVE I EACH $1,000.00 $1,000.00 101 CONDUIT, PVC, 2 IN. 425 LFT $21.00 $8,925.00 102 CONDUIT, STEEL, GALVANIZED, 0.75 IN. 0 LFT $0.00 $0.00 103 CONDUIT, PVC, 4 IN. 425 LFT $12.00 $5,100.00 CONDUIT, PVC, 4 IN. WITH 3-1.25" 104 INNERDUCTS 60 LFT $15.00 $900.00 CONDUIT, PVC, 4 IN. WITH 4-1" 105 INNERDUCTS 280 LFT $16.00 $4,480.00 106 HANDHOLE, LIGHTING 6 EACH $775.00 $4,650.00 Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit Price [in Words] Quantity Measure Price Item WIRE, XHHW, NO.4 COPPER, IN 107 PLASTIC DUCT, 4 1/C. 1470 LFT $11.00 $16,170.00 108 RELOCATE EXISTING LIGHT 4 EACH $300.00 $1,200.00 LUMINAIRE, ORNAMENTAL, LED, 109 152 4 EACH $3,645.00 $14,580.00 LIGHT POLE ORNAMENTAL, WITH 110 8 FT MAST ARM 4 EACH $3,645.00 $14,580.00 111 LIGHT STANDARD FOUNDATION 8 EACH $1,050.00 $8,400.00 CABLE, POLE CIRCUIT, THWN, NO. 112 10 960 LFT $0.55 $528.00 113 CONNECTOR KIT, UNFUSED 8 EACH $30.00 $240.00 114 CONNECTOR KIT, FUSED 8 EACH $30.00 $240.00 MULTIPLE COMPRESSION FITTING, 115 WATERPROOFED 20 EACH $5.00 $100.00 INSULATION LINK, NON- 116 WATERPROOFED 16 EACH $30.00 $480.00 INSULATION LINK, 117 WATERPROOFED 24 EACH $30.00 $720.00 TRANSVERSE MARKING, 118 THERMOPLASTIC, CROSSWALK 400 LFT $4.50 $1,800.00 LINE, THERMOPLASTIC, BROKEN, 119 WHITE, 4 IN. 209 LFT $0.50 $104.50 LINE, THERMOPLASTIC, SOLID, 120 WHITE, 566 LFT $0.50 $283.00 Contract Description/ Estimated Unit of Prices In Figures Unit Total Price for Item No. Unit Price [in Words] Quantity Measure price Item LINE, THERMOPLASTIC, DOTTED 121 WHITE, 8 IN. 60 LFT $2.00 $120.00 LINE, THERMOPLASTIC, DOTTED, 122 WHITE, 6 IN. 64 LFT $1.50 $96.00 TRANSVERSE MARKING, 123 THERMOPLASTIC, YIELD LINE 96 LFT $10.00 $960.00 LINE, THERMOPLASTIC, SOLID, 124 WHITE, 965 LFT $1.00 $965.00 LINE, THERMOPLASTIC, SOLID, 125 YELLOW, 4 IN. 92 LFT $0.50 $46.00 TRANSVERSE MARKING, 126 THERMOPLASTIC, CROSSHATCH 826 LFT $0.25 $206.50 PAVEMENT MESSAGE MARKING, 127 THERMOPLASTIC LANE 32 EACH $20.00 $640.00 PAVEMENT MESSAGE MARKING, 128 THERMOPLASTIC LANE 12 EACH $80.00 $960.00 SNOWPLOWABLE RAISED 129 PAVEMENT MARKER 54 EACH $1.00 $54.00 LINE, THERMOPLASTIC, SOLID, 130 YELLOW, 8 IN. 410 LFT $1.00 $410.00 CONDUIT, PVC, 1 IN. 133 50 LFT $9.00 $450.00 MILLING, SCARIFICATION 134 77 SYS $5.00 $385.00 $1,099,625.56 TOTAL: 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: 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 AVFIbAVIT ..Tom., Partdn being first dulysworn, deposes and says that he/she is &rniliar with and has personal knowledge -of the facts herb.In'and, if called as tit witness -in this matter,cotild testify As follows-, 1. 1 am ever eighteen :(18) years of age and ani competent to testify to the- facts c6riuji e�d n herein. I am now and at -all times relevant t I ' iorein have been tmployed.by RWth-Riley.Qonstruction Inc. (the'Sp in the.,position of - Sales -Manager 3. .1 am familiar. with .the ernployment-pdIldies, practices, arid -e.. proc du kes of theEMpIpygr and hhve the t0tho.rky to 4.6t on bOhOf of the Employer. 4., The: Employer is enrolled and pard-dipates in the federal &Verir-y-program. Docunientadon -of this enrollment and participation is attached and incorporated hefein. 5. The Emolover.,does not'knowiti_91 y employ oy any nauthodzed-dijent. 6. To the best of -my information arid. 6016f, the Employer do. es currently employany unauthorized aliens. 7. FURTHER AFFLANT SAYETFT NOT, EXECUTED on the -1 3th day of April 20 16. Printed: Tom Parten 'I certify undet the penalties Por perjurywo. nder,kh'e IaW.�. of the U ni ted. Suifes.of America and -*flie- $tate: of Indiana that the foregoinct faqua . I.-Staterneiits and . repromitations ale. Vu. d "and correct. Printed! Tom Parten Co�� Carel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100178 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AM CARMEL, INDIANA 46032-2584 PROJECT PROJECTACCOUNT AMOUNT 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 2/16/2017 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 00350596 Project 16 -ENG -53; Contract Date 03.01.17 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 CONTRACT PAYMENT TERMS FREIGHT 12859 QUANTITY UNIT OF MEASURE. DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund.0 Account. 94-650.04 1 Each Send Invoice To: Skip Tennancour American Structurepoint, Inc. COIT Bond Fund 1.16th Street and Towne Road Roundabout Construction t., 1,099,625.56 $1,099,625.56 Sub Total $1,099,625.56 8425 Wicklow Way Brownsburg, IN 46112` 2016 COIT Bond r -x - PLEASE INVOICE, IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT PAYMENT $1,099,625.56 SHIPPING INSTRUCTIONS ' A/P 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 UNOBUGATED 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 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman Douglas Haney TITLE Director Corporation Counsel CONTROL NO. 100178 CLERK -TREASURER oar Carmel City INDIANA RETAIL TAX EXEMPT CERTIFICATE NO.003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER JL FEDERAL EXCISE TAX EXEMPT 100179 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 2/16/2017 00350596 Project 16 -ENG -39; Contract Date 03.01.17 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 CONTRACT PAYMENT TERMS FREIGHT 12860 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: Fund: Account: Each Department., 2200 Fund.0 Account: 94-650.04 1 Each Send Invoice To: General Obligation Bond 106th Street and Towne Road Roundabout Construction Sub Total 1,196,604.12 Sub Total $1,196,604.12 $1,196,604.12 Jill Newport w CrossRoad Engineers, P.C. 3417 Sherman Drive P t, Beech Grove, IN 46107 G.O./storm water Bonds PLEASE INVOICE. IN DUPLICATE DEPARTMENT ACCOUNT T PROJECT PROJECTACCOUNT AMOUNT PAYMENT $1,196,604.12 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 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman Douglas Haney TITLE Director Corporation Counsel CONTROL NO. 100179 CLERK -TREASURER -