Loading...
White Construction, Inc/Eng/1,423,837.50/Old Town Alley Drainage Improvements - ConstructionWhite Construction, Inc. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund, P.O. #: 100406 C Contract Not To Exceed $1,423,837.50 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 White Construction, 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 2016 Storm Water Bond Fund funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. Vendor will not 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 One Million Four -Hundred Twenty Three Thousand Eight Hundred Thirty Seven Dollars and Fifty Cents ($1,423,837.50) (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 "Old Town Alley Drainage Improvement Project # 16 -SW -77" received by the City of Carmel Board of Public Works and Safety on or about April 19, 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. [SACon1mm\Prof.Svm & Goods Svcs\Eoguering\2017Whh,. Constr ion, 1— Goods and S—icesA-5/Y201711:47 AM] White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund, P.O. #: 100406 Contract Not To Exceed $1,423,837.50 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. [S:: Con=cts\Prof.Svm & Goods Svcs\Enginming\2017\W Wye C-s=u ion, Inc. Goods and S—i—d-5/22017 11:47 AM] White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund, P.O. #: 100406 Contract Not To Exceed $1,423,837.50 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 (S:1Conuaa \Prof.Sves @ Goods S—Tilginmin91201' White Constroalion, Inc Goods and Servic doe52/2017 11:57 AM) White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund, P.O. #: 100406 Contract Not To Exceed $1,423,837.50 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 If to Vendor: White Construction, Inc. 3900 East White Avenue PO Box 249 Clinton, IN 47842 ATTENTION: J.P. Roehm AND Douglas C. Haney, Corporation Counsel Department of Law One Civic Square Carmel, Indiana 46032 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. (SX..—LAP-B—&Goods S—\Engin—bg\2017\WAi1e C -n ti-,1—Goodsa W Smi—d-5/21201711:47 AM] 4 White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund, P.O. #: 100406 Contract Not To Exceed $1,423,837.50 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. 1S:'Cont—ts\Pr&S— & Goods S—\F.gi.-,i g\20171Nhi1v Cauurntion. Inc Goods and Savi«s.dm,5tM01711:47 AM) Wlute.Construction, Inc. Engineering Department - 2017 Appropriation # 2016 Storm\Vater Bond Fund, P.O. #: 100406 Contract Not To Exceed $1,423,837.50 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: times Brainard, Presiding Officer D te. _ Mary An Burke, Member . Date: 5 Lori S Date Christine S: Pauldy, Cle� Date: � �qY,:minvV4aJ.l'cu 2 ciucds 5cc+V!nFL� iSiFRo17Ut7,ilc l`.:r>vvti` .61r-Gcdriixl Smim.dx'�Ci]II7 11,47:Wl 6 WHITE CONSTRUCTION, INC. By: Authorized. Signature 011rell"d M. Me- mill • -� Pmsident. Title FID/TIN: 35-1111003' Last Four of SSN if Sole Proprietor: Date: ;;V 3, 9017. 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: White Construction, Inc. 3900 E. White Ave. Clinton, IN. 47842 Project Name: Project No. 16 -SW -77 Old Town Alley Drainage Improvement Pro'ect Date Submitted: 04/19/2017 Base Bid Amount: mmlBrr A • lof 1 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fdly and accurately filled in and completed and notarized. Project: OLD TOWNALLEYDRAINAGE IMPROVEMENT PROJECT Project #16 -SW -77 Proposal For Construction of: The project consists of the construction of several alleys in Old Town Carmel with each location including concrete drive approach installation/replacement, curb and sidewalk removal and replacement, arljtrstment of utility valves to grade, drain basin installations, perforated HDPE underdrain installation and storm sewer pipe and structure installation. The proposed alley locations are described below along with approximate alley widths, lengths, materials, and approximate underdrain lengths and size. The construction of 276 feet of 10 feet wide permeable paver alley frons the north side of 1St Street NW to the south side of 2" d Street NW between V Avenue NW and 2" d Avenue NW with approximately 282 linear feet of varying depth, 12 -inch diameter, perforated HDPE underdrain. The construction of 823 feet of 12 feet wide porous asphalt alley from the north side of 1St Street NE to the south side of 2" d Street NE and from the south side of Y'd Street NE to the south side of 5trr Street NE between Rangeline Road and I' Avenue NE with approximately 560 linear feet of varying depth, 8 -inch diameter, perforated HDPE unlerdrairr and 280 linear feet of varying depth, 12 -inch diameter, perforated HDPE underdrain. The construction of 1,128 feet of I2 feet wide porous asphalt alley from. the north side of Pt Street NE to the south side of 5trr Street NE between I" Avenue NE and 2nd Avenue NE with approximately 274 linear feet of varying depth, 6 -inch diameter, perforated HDPE underdrain, 283 linear feet of varying depth, 8 -inch diameter, perforated HDPE underdrain and 577 linear feet of varying depth, 12 -inch diameter perforated HDPE underdrain. "EXH1131T— A Version 2017-01-23 The construction of 280 feet of 12 feet wide porous asphalt alley from the north side of 2" d Street NE to the south side of 3'"d Street NE between 2" d Avenue NE and 3''d Avenue NE with approximately 285 linear feet of varying depth, 8 -inch diameter, perforated HDPE underdrain. Date: ��\ U C� 1 C .O 1 To: City of Carmel, Indiana, Board of Public Works and Safety Version 2017-01-23 °IXHIBIT__ A 3af-1 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Conti -act Items shown] Itemized Proposal Project #16 -SW -77 OLD TOWN ALLEY DRAINAGE IMPROVEMENT PROJECT Line 'A' -1st St. NW to 2nd St. NW between 1st Ave. NW and 2nd Ave. NW Item # Item Description Quantity Unit Unit Price Total Price 1 Construction Engineering 1 LS $20,000.00 $20,000.00 2 Mobilization and Demobilization 1 LS $25,000.00 $25,000.00 3 Maintenance of Traffic 1 LS $10,000.00 $10,000.00 4 Clearing Right of Way 1 LS $20,000.00 $20,000.00 5 Common Excavation 22" 228 CYS $75.00 $17,100.00 6 PCCP for Approach, 6 in. 44 SYS $75.00 $3,300.00 7 Compacted Aggregate Base, No. 53 15 TON $50.00 $750.00 8 Permeable Pavers 2757 SFT $11.00 $30,327.00 9 Aggregate for Porous Pavement, #57 Washed, Open 68 TON $75.00 $5,100.00 10 Aggregate for Porous Pavement, #2 Stone, 12 in. 231 TON $50.00 $11,550.00 11 Dense Graded Aggregate 35 CYS $75.00 $2,625.00 12 PVC Edge Restraint 552 LFT $10.00 $5,520.00 13 Nonwoven Geotextile Fabric 410 SYS $3.00 $1,230.00 14 Geogrid 306 SYS $5.00 $1,530.00 15 8 in. Double Wall Perforated HDPE Underdrain 30 LFT $40.00 $1,200.00 16 12 in. Double Wall Perforated HDPE Underdrain 282 LFT $60.00 $16,920.00 17 8 in. SDR 35 PVC 30 LFT $50.00 $1,500.00 18 Nyloplast Drainage Structure 6 EA $1,800.00 $10,800.00 19 Mechanically Core Structure 1 EA $750.00 $750.00 20 Hydrant Relocation 1 EA $7,500.00 $7,500.00 21 Nursery Sodding 148 SYS $10.00 $1,480.00 22 Topsoil (Undistributed) 25 CYS $25.00 $625.00 23 Erosion Control Measures 1 LS $5,000.00 $5,000.00 24 Concrete Sidewalk, 4 in. 29 SYS $50.00 $1,450.00 25 Concrete Curb, Remove and Replace 104 LFT $75.00 $7,800.00 26 HMA Surface, 9.5mm 1 TON $925.00 $925.00 27 12 in. RCP 49 LFT $75.00 $3,675.00 28 Inlet, Type'M' 1 EA $3,000.00 $3,000.00 29 Structural Backfill, Type 2 19 CYS $75.00 $1,425.00 30 Adjust Casting to Grade 1 EA $750.00 $750.00 31 6 in. DI Water Main 7 LFT $250.00 $1,750.00 32 6 in. Gate Valve 1 EA $1,250.00 $1,250.00 Subtotal Line 'A' = $221,832.00 version 2017-01-23 "DCHIBIT ' \ - I of -7 Line 'B'- Ist St. NE to 5th St. NE between Rangeline Rd. and 1st Ave. NE Item # Item Description Quantity Unit Unit Price Total Price 33 Construction Engineering 1 LS $25,000.00 $25,000.00 34 Mobilization and Demobilization 1 LS $25,000.00 $25,000.00 35 Maintenance of Traffic 1 LS $15,000.00 $15,000.00 36 Clearing Right of Way 1 LS $25,000.00 $25,000.00 37 Common Excavation 10F 973 CYS $75.00 $72,975.00 38 PCCP for Approach, 6 in. 9633 SYS $75.00 $2,475.00 39 PCCPfor Approach, 9 in. 67 SYS $100.00 $6,700.00 40 Compacted Aggregate Base, No. 53 50 TON $50.00 $2,500.00 41 Porous Asphalt Surface, 4 in. Depth 1008410195 SFT $3.50 $35,682.50 42 Aggregate for Porous Pavement, #8 Washed Stone �3 378 TON $50.00 $18,900.00 43 Aggregate for Porous Pavement, #2 Stone 846 856 TON $40.00 $34,240.00 44 Nonwoven Geotextile Fabric 14541464 SYS $3.00 $4,392.00 45 Geogrid 44-241133 SYS $5.00 $5,665.00 46 8 in. Double Wall Perforated HDPE Underdrain 600 LFT $35.00 $21,000.00 47 12 in. Double Wall Perforated HDPE Underdrain 280 LFT $50.00 $14,000.00 48 8 in. SDR 35 PVC 81 LFT $50.00 $4,050.00 49 Nyloplast Drainage Stricture 11 EA $1,800.00 $19,800.00 50 Manhole, Type'C', Doghouse 1 EA $4,500.00 $4,500.00 51 Mechanically Core Structure 2 EA $750.00 $1,500.00 52 Valve, Adjust to Grade 11 EA $200.00 $2,200.00 53 Remove, Replace, and Relocate Hydrant 1 EA $7,500.00 $7,500.00 54 Nursery Sodding 386 SYS $10.00 $3,860.00 55 Topsoil (Undistributed) 64 CYS $25.00 $1,600.00 56 Erosion Control Measures 1 LS $7,500.00 $7,500.00 57 Concrete Sidewalk, 4 in. -3 4 SYS $100.00 $400.00 58 Curb Ramp, Concrete 4 SYS $250.00 $1,000.00 59 Concrete Curb, Remove and Replace 22-56269 LFT $75.00 $20,175.00 60 HMA Surface, 9.5mm 4 TON $300.00 $1,200.00 61 HMA for Drive Approach 8 TON $150.00 $1,200.00 62 Flowable Fill 42 CYS $100.00 $4,200.00 63 12 in. Concrete Cap 20 SYS $125.00 $2,500.00 64 Adjust Casting to Grade 1 EA $750.00 $750.00 65 12 in. RCP 153 LFT $75.00 $11,475.00 66 Inlet, Type'M' 2 EA $3,500.00 $7,000.00 67 Structural Backfill, Type 2 46 CYS $75.00 $3,450.00 68 Water Meter Relocation 2 EA $1,250.00 $2,500.00 69 Install New Service 1 EA $2,750.00 $2,750.00 Subtotal Line 'B' _ $419,639.50 Version 2017-01-23 "D:HIBIT 5-c�7 Line 'C' -1st St. NE to 5th St. NE between 1st Ave. NE and 2nd Ave. NE Line 'C' -1st St. NE to 2nd St. NE Item # Item Description Quantity Unit Unit Price Total Price 70 Construction Engineering s 1 LS $25,000.00 $25,000.00 71 Mobilization and Demobilization 1 LS $25,000.00 $25,000.00 72 Maintenance of Traffic 1 LS $15,000.00 $15,000.00 73 Clearing Right of Way 1 LS $20,000.00 $20,000.00 74 Common Excavation 43851299 CYS $75.00 $97,425.00 75 PCCP for Approach, 6 in. 4-1-462 SYS $100.00 $6,200.00 76 PCCPforApproach, 9 in. 68 SYS $100.00 $6,800.00 77 Compacted Aggregate Base, No. 53 96 TON $50.00 $4,800.00 78 Porous Asphalt Surface, 4 in. Depth 4357813635 SFT $3.60 $49,086.00 79 Aggregate for Porous Pavement, #8 Washed Stone 384 506 TON $60.00 $30,360.00 80 A- legate for Porous Pavement, #2 Stone 11-3 1144 TON $50.00 $57,200.00 81 Nonwoven Geotextile Fabric 49641969 SYS $3.00 $5,907.00 82 Geogrid 43891515 SYS $5.00 $7,575.00 83 6 in. Double Wall Perforated HDPE Underdrain 274 LFT $40.00 $10,960.00 84 8 in. Double Wall Perforated HDPE Underdrain 333 LFT $45.00 $14,985.00 85 12 in. Double Wall Perforated HDPE Underdrain 577 LFT $50.00 $28,850.00 86 8 in. SDR 35 PVC 68 LFT $50.00 $3,400.00 87 Nyloplast Drainage Structure 12 EA $1,800.00 $21,600.00 88 Mechanically Core Structure 4 EA $750.00 $3,000.00 89 Valve, Adjust to Grade 5 EA $250.00 $1,250.00 90 Nursery Sodding 873 SYS $5.00 $4,365.00 91 Topsoil (Undistributed) 145 CYS $25.00 $3,625.00 92 Erosion Control Measures 1 LS $7,500.00 $7,500.00 93 Concrete Sidewalk, 4 in. 6870 SYS $50.00 $3,500.00 94 Curb Ramp, Concrete 12 SYS $250.00 $3,000.00 95 Concrete Curb, Remove and Replace 340 LFT $75.00 $25,500.00 96 HMA Surface, 9.5mm 4 TON $250.00 $1,000.00 97 HMA for Drive Approach 3 TON $300.00 $900.00 98 12 in. RCP 365 LFT $75.00 $27,375.00 99 Inlet, Type'M' 3 EA $3,000.00 $9,000.00 100 Manhole, Type'C' 2 EA $3,500.00 $7,000.00 101 Structural Backfill, Type 2 149 CYS $75.00 $11,175.00 102 Water Meter Relocation 3 EA $1,250.00 $3,750.00 103 Light Pole Relocation 1 EA $5,000.00 $5,000.00 Subtotal Line 'C' _ $547,088.00 "EXHIBIT Version 2017-01-23 �Of —7 Line ID' - 2nd St. NE to 3rd St. NE between 2nd Ave. NE and 3rd Ave. NE Item # Item Description Quantity Unit Unit Price Total Price 103 Construction Engineering 1 LS $20,000.00 $20,000.00 104 Mobilization and Demobilization 1 LS $25,000.00 $25,000.00 105 Maintenance of Traffic 1 LS $10,000.00 $10,000.00 106 Clearing Right of Way 1 LS $20,000.00 $20,000.00 107 Common Excavation -349374 CYS $75.00 $28,050.00 108 PCCP for Approach, 6 in. 9462 SYS $75.00 $4,650.00 109 PCCPfor,4pproach, 9 in. 23 SYS $100.00 $2,300.00 110 Compacted Aggregate Base, No. 53 45 TON $50.00 $2,250.00 111 Porous Asphalt Surface, 4 in. Depth 3360 3385 SFT $5.00 $16,925.00 112 Aggregate for Porous Pavement, #8 Washed Stone 12* 126 TON $60.00 $7,560.00 113 Aggregate for Porous Pavement, #2 Stone 282 284 TON $50.00 $14,200.00 114 Nonwoven Geotextile Fabric 488 491 SYS $3.00 $1,473.00 115 Geogrid 373 376 SYS $5.00 $1,880.00 116 8 in. Double Wall Perforated HDPE Underdrain 305 LFT $45.00 $13,725.00 117 8 in. SDR 35 PVC 20 LFT $50.00 $1,000.00 118 Nyloplast Drainage Structure 4 EA $1,800.00 $7,200.00 119 Mechanically Core Structure 1 EA $750.00 $750.00 120 Valve, Adjust to Grade 3 EA $250.00 $750.00 121 Nursery Sodding 168 SYS $10.00 $1,680.00 122 Topsoil (Undistributed) 28 CYS $25.00 $700.00 123 Erosion Control Measures 1 LS $5,000.00 $5,000.00 124 Concrete Sidewalk, 4 in. 4342 SYS $100.00 $4,200.00 125 Curb Ramp, Concrete 9 SYS $250.00 $2,250.00 126 Concrete Curb, Remove and Replace -1-89191 LFT $75.00 $14,325.00 127 HMA Surface, 9.5mm 2 TON $455.00 $910.00 128 12 in. RCP 145 LFT $75.00 $10,875.00 129 Inlet, Type IM' 1 EA $3,000.00 $3,000.00 130 Structural Backfill, Type 2 55 CYS $75.00 $4,125.00 131 Adjust Casting to Grade 1 EA $750.00 $750.00 132 Sanitary Cleanout, Type II 1 EA $1,000.00 $1,000.00 133 Light Pole Relocation I E,4 $5,000.00 $5,000.00 Subtotal Line 'D' = $231,528.00 134 Office Equipment 1 1 LS $3,750.00 $3,750.00 TOTAL = S1,423,837.50 Version 2017-01-23 "EXHIBIT 'Ed 7J-� EXHIB IT B Invoice Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Property damage, contractual liability, products -completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 $500,000 $250,000 $250,000 $ 50,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Single Limit: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: $500,000 each accident $500,000 each accident $500,000 $500,000 $ 10,000 EXHIBIT D AFFIDAVIT John Paul Roehm , being first duly sworn, deposes and says that liefshe 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 eighteen (18) 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 White Construction, Inc. (the "Employer") in the position of President _— 3. 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 and has provided documentation of such enrollment and participation to the City of Carmel, .Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. .EXECUTED on the 3rd day of ..Elim► , 20 -IL. Printed: John P. Roehrh I certify under the penalties for perjury underthe laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true..and correct. Printed: John P. Roehm v �Ca��� 0, f Cty INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER JL FEDERAL EXCISE TAX EXEMPT 100406 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A1P CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 5/2/2017 Beech Grove, IN 46107 371561 Project 16 -SW -77; Contract Date 05.17.17 WHITE CONSTRUCTION, INC. City Engineering's Office VENDOR. 3900 E. WHITE AVENUE SHIP 1 Civic Square TO Carmel, IN 46032- CLINTON, IN 47842 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENTTERMS FREIGHT 15019 QUANTITY UNIT OF MEASURE. DESCRIPTION UNIT PRICE EXTENSION Department: 2200 . Fund: 0 2016 Storm Water Bond Account: 94-650.04 1 Each Old Town Alley Drainage Improvements - Construction 1,423,837.50 $1,423,837.50 Sub Total $1,423,837.50 PLEASE INVOICE. IN- DUPLICATE DEPARTMENT ACCOUNT PROJECT F PROJECTACCOUNT AMOUNT PAYMENT $1,423,837.50 SHIPPING INSTRUCTIONS 'SHIP PREPAID. 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. '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 TITLE CONTROL NO. 100406 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 UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER Jeremy Kashman Douglas Haney Director Corporation Counsel Send Invoice To: Jill Newport ' CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 G O /Storm Water Bonds 1,423,837.50 $1,423,837.50 Sub Total $1,423,837.50 PLEASE INVOICE. IN- DUPLICATE DEPARTMENT ACCOUNT PROJECT F PROJECTACCOUNT AMOUNT PAYMENT $1,423,837.50 SHIPPING INSTRUCTIONS 'SHIP PREPAID. 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. '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 TITLE CONTROL NO. 100406 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 UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER Jeremy Kashman Douglas Haney Director Corporation Counsel