Loading...
White Construction, Inc/Eng/1,279,000/Cedar Point/Concord Village/Greentree/Ironwood/ Drainage Improvement - ConstructionWhite Construction, Inc. Engineering Department - 2017 QFtO(i Appropriation # 2016 Storm Water Bond Fund; P.O. #: 100630 Contract Not To Exceed $1,279,000.00 ✓A� 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 Two Hundred Seventy Nine Thousand Dollars ($1,279,000.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within 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 "Cedar Point/Concord Village/Greentree/Ironwood Drainage Improvement, Project # 16 -SW -59/16 -SW -60/16 -SW -61/16 -SW -63" received by the City of Carmel Board of Public Works and Safety on or about August 2, 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. [SACm ncts\Pro(.Svcs & Goods SvcslEngi—sing\2017%rhile Constnaicn, Inc. Goods end Services 8-7-17.d-.8172017 11.15 AMS White Construction. Inc. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 100630 Contract Not To Exceed $1,279,000.00 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. IS:tCmtracts\Prot.Svcs & Goods Svcs\Enginasing\2017\White Cmstroctim. Inc. Goods and Sa im g-7ATdoc:V 2017 11:15 AMI 2 White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 100630 Contract Not To Exceed $1,279,000.00 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E -VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E -Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly -hired employees using the E -Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E -verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E -Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E -Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E -Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E -Verify Law. The requirements of this paragraph shall not apply should the E - Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON -ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement �S:`CailncaNra(.Svcs &Goods SvcslEnginening�2017\Whi�e Conslronion. Inc. Goods and S—i— g-7-I7.docM 2017 11:15 AM] White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 100630 Contract Not To Exceed $1,279,000.00 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: White Construction, Inc. 3900 East White Avenue P.O. Box 249 Clinton, IN 47842 ATTENTION: J.P. Roehm 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. ]S:Cmn cM\Prot.S— & Goods SvcslEngin=ing\201TKTi,r C—t..iao, Inc. Goods and S—i— 8-7.17.d-.8nrZ017 11:15 AM] 4 White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 100630 Contract Not To Exceed $1,279,000.00 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 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. IS: Vm1osc)s\Pr f Svcs A Goads Svcs\Enginmingl'.017\5♦'h,o, Consuuct'ion. Inc. Goods and Services 8-7-17.dac: 8!7/2117 11:15 AMS White Construction, lite. Engineering Department - 2017 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 100630 Contract Not To Exceed 51,279,000.00 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: ©-� � i James Brainard, Presiding Officer Mary Ann Date: Lon S. Watso �Membee Date: ATTE�T�, �Chnstine S. Pauley, C Ic-Tr surer Date: G' IS-X.W'tLMd.SvaR 4.*& SridBry wflft' 017%Whhu C.."Aw. hie Q kand S-i-47-17.dur.B/7r10n 11.13 A69 WHITE CONSTRUCTION, INC. Authorized Signature Printed Name Title F1D/TIN: '51' „" b Last Four of SSN if Sole Proprietor:r� Date: J-S�\XZA� C\ j O\ l 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. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: White Construction, Inc. 3900 E. White Ave. Clinton, IN. 47842 Project Name: Project No. 16 -SW -59 Project No. 16 -SW -60 Project No. 16 -SW -61 Project No. 16 -SW -63 Cedar Point/Concord Village/Greentree/Ironwood Drainage Improvements Date Submitted: August 2, 2017 Base Quote Amount: Revised 7/17/2017 "EXHIBIT A- /,rV 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 fully and accurately filled in and completed and notarized. Project: CEDAR POINT/CONCORD VILLA GEIGREENTREFARONWOOD DRAINAGE IMPROVEMENT PROJECT NO. 16 -SW -59116 -SW -60116 -SW -61116 -STV -63 Proposal For Construction of The project consists of miscellaneous drainage solutions at several locations within the City of Carmeh The locations of these drainage fries are divided into five subdivisions, Cedar Point, Greentree, Ironwood, Concord Village, and Crooked Stick subdivisions Version 2016-08-31 Work to be performed within the Cedar Point subdivision is as follows: Cedar Ridge — The installation of eight (8) inlets, two (2) manholes, approximately 484 IF storm sewer, curb and drive removal and replacement, removable flowable fill installation, concrete cap installation, and HMA surface installation. Mill Run — The installation of five (5) inlets, two (2) manholes, upsizing four (4) existing castings, approximately 295 IF storm sewer, 87 IF underdrain installation, curb and drive removal and replacement, removable flowable fill installation, concrete cap installation, and HMA surface installation. Cedar Point Drive Cul -de -Sac — The capsizing of two (2) existing castings, removal of existing concrete roll curb and installation of concrete Curb and Gutter, Type II. Cedar Point Drive Bridge — Mill and overlay of approximately 818 SYS to allow better flow within the gutter and the reconstruction of the SE curb turnout "EXHIBfT ' 2 6�'Z Version 2016-08-31 It is also proposed to upsize thirteen (13) existing castings and adjust to grade throughout the Cedar Point subdivision. Work to be performed within the Greentree subdivision is as follows. Sycamore Road — Approximately 496 SYS surface milling of existing pavement, installation of variable depth HMA wedge and level and 1.5" HMA sui face, removal and replacement of concrete roll curb and drive. Club House Drive — Re grade 654 IF existing swale with underdrain and clean/jet approximately 312 LF existing storm sewer pipe. Greentree Drive between Detention Ponds — Upsize two (2) existing castings and removal and replacement concrete roll curb. Greentree Drive between Redbud Lane and Inverness Blvd. — Installation of approximately 3549 SFT permeable clay pavers, 1629 SYS mill and overlay of variable depth, removal of 1419 LF concrete roll curb and installation of straight concrete curb, 1419 LF concrete ribbon curb, eight (8) inlets, upsizing four (4) existing castings, 1424 LF 12" HDPE perforated underdrain, and drive removal and replacement. Work to be performed within the Ironwood subdivision is as follows: Hawthorne Drive —Installation often (10) inlets, 133 LF store: sewer, 43 SYS sidewalk/ramp removal and replacement, concrete curb removal and replacement, removable Plowable fill installation, concrete cap installation, and HMA surface installation. Ironwood Ct. — Installation of eleven (11) inlets, 235 LF storm sewer, 501 LF ditch grading, and concrete curb and fence removal and replacement. Dallas Drive — Removal of existing willow tree, removal and replacement of existing 15" RCP and installation of 365 LF 6" HDPE perforated underdrain. Work to be performed within the Concord Village subdivision is as follows: Installation of two (2) inlets, approximately 125 LF 12" HDPE pipe, 49 LF 12" RC , one (1) •oct-tiBR mechanically core existing structure, sidewalk and curb removal and replacement; To: City of Carmel, Indiana, Board of Public Works and Safety "EXHIBIT _ --.— Version 2016-08-31 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Itemized Proposal Project #16 -SW -59/16 -SW -60/16 -SW -61/16 -SW- 63 CEDAR POINT/CONCORD VILLAGE/GREENTREEARONWOOD DRAINAGE IMPROVEMENTS Cedar Point Item Item Description Quantity Unit Unit Price Total Price 1 Construction Engineering I LS $12,500.00 $12,500.00 2 Mobilization and Demobilization 1 LS $25,000.00 $25,000.00 3 Maintenance of Traffic 1 LS $20,000.00 $20,000.00 4 Clearing Right of Way 1 LS $27,500.00 $27,500.00 5 Concrete Roll Curb and Gutter 654 LFT $75.00 $49,050.00 6 Curb and Gutter, Type 11 53 LFT $100.00 $5,300.00 7 PCCP for Approach, 6 in. 66 SYS $150.00 $9,900.00 8 Compacted Aggregate Base, No. 53 22 TON $60.00 $1,320.00 9 Concrete Cap for Street Cut Repair, 12 in. 267 SYS $75.00 $20,025.00 10 HMA Surface, 9.5mm 93 TON $200.00 $18,600.00 11 Milling 818 SYS $10.00 $8,180.00 12 12 in. RCP 616 LFT $50.00 $30,800.00 13 15 in. RCP 273 LFT $75.00 $20,475.00 14 24 in. RCP 24 LFT $100.00 $2,400.00 15 6 in. HDPE Perforated Underdrain 87 LFT $12.50 $1,087.50 16 Flowable Fill for Street Cut Repair 247 CYS $125.00 $30,875.00 17 Structural Backfill 65 CYS $75.00 $4,875.00 18 Inlet, Type 'J/M' 15 EA $2,500.00 $37,500.00 19 Manhole, Type 'C' 4 EA $3,250.00 $13,000.00 20 Mechanically Core Structure 3 EA $750.00 $2,250.00 21 Reconstruct Curb Turnout 1 EA $1,750.00 $1,750.00 22 Mulched Seeding 1,111 SYS $3.50 $3,888.50 23 Topsoil (Undistributed) 185 CYS $20.00 $3,700.00 24 Erosion Control Measures 1 LS $7,500.00 $7,500.00 25 Replace Casting, Adjust to Grade 19 EA $1,250.00 $23,750.00 26 Mailbox, Remove and Reset 6 1 EA $200.00 $1,200.00 Total Cedar Point = $382,426.00 "EXHIBIT A Version 2016-08-31 5�� Greentree Item # Item Description p Quantity Unit Unit Price Total Price 27 Construction Engineering 1 LS $10,000.00 $10,000.00 28 Mobilization and Demobilization 1 LS $25,000.00 $25,000.00 29 Maintenance of Traffic 1 LS $20,000.00 $20,000.00 30 Clearing Right of Way 1 LS $27,500.00 $27,500.00 31 Concrete Roll Curb and Gutter 395 LFT $85.00 $33,575.00 32 Curb and Gutter, Type H 33 LFT $ 125.00 $4,125.00 33 Straight Concrete Curb 1,419 LFT $50.00 $70,950.00 34 6 in. Ribbon Curb 1,419 LFT $20.00 $28,380.00 35 PCCP for Approach, 6 in. 166 SYS $150.00 $24,900.00 36 Compacted Aggregate Base, No. 53 55 TON $75.00 $4,125.00 37 HMA Surface, 9.5mm 183 TON $150.00 $27,450.00 38 HMA Wedge and Level 273 TON $125.00 $34,125.00 39 Milling 2,202 SYS $6.00 $13,212.00 40 Permeable Clay Pavers 3,763 SFT $20.00 $75,260.00 41 Aggregate for Porous Pavement, #8 Washed, Open Graded Stone, 4 in. 94 TON $50.00 $4,700.00 42 Aggregate for Porous Pavement, #2 Washed, Open Graded Stone, 30 in. 703 TON $40.00 $28,120.00 43 Nonwoven Geotextile Fabric 1,116 SYS $2.50 $2,790.00 44 Geogrid 1,062 SYS $2.50 $2,655.00 45 6 in. HDPE Perforated Underdrain 649 LFT $17.50 $11,357.50 46 12 in. Double Wall Perforated HDPE Underdrain 1,424 LFT $35.00 $49,840.00 47 Inlet, Type 'J/M' 6 EA $2,500.00 $15,000.00 48 Mechanically Core Structure 2 EA $750.00 $1,500.00 49 SSD Risers 7 EA $350.00 $2,450.00 50 Linear Ditch Grading 649 LFT $7.50 $4,867.50 51 Aggregate for Swale Underdrain 733 CYS $1.00 $733.00 52 Geotextile for Swale Underdrain 3,673 SYS $0.10 $367.30 53 Clean Existing Pipe 312 LFT $20.00 $6,240.00 54 Riprap Revetment, 6 in. 41 TON $75.00 $3,075.00 55 Mulched Seeding 1,198 SYS $3.90 $4,672.20 56 Topsoil (Undistributed) 200 CYS $20.00 $4,000.00 57 Erosion Control Measures 1 LS $7,500.00 $7,500.00 58 Erosion Control Blanket 1,579 SYS $5.00 $7,895.00 59 Replace Casting, Adjust to Grade 8 1 EA $1,000.00 $8,000.00 60 Mailbox, Remove and Reset 6 EA $200.00 $1,200.00 61 Office Equipment 1 EA $2,500.00 $2,500.00 Total Greentree= $568,064.50 Version 2016-08-31 lronNNood Ct. Item # Item Description QuantitN Unit Unit Price Total Price 62 Construction Engineering 1 LS $10,000.00 $10,000.00 63 Mobilization and Demobilization 1 LS $25,000.00 $25,000.00 64 Maintenance of Traffic 1 LS $20,000.00 $20,000.00 65 Clearing Right of Way 1 LS $25,000.00 $25,000.00 66 Concrete Roll Curb and Gutter 162 LFT $125.00 $20,250.00 67 Curb and Gutter, Type II 10 LFT $200.00 $2,000.00 68 Concrete Sidewalk, 4 in. 36 SYS $125.00 $4,500.00 69 Concrete Curb Ramp 7 SYS $300.00 $2,100.00 70 Concrete Cap for Street Cut Repair, 12 in. 87 SYS $100.00 $8,700.00 71 HMA Surface, 9.5mm 8 TON $625.00 $5,000.00 72 12 in. RCP 137 LFT $50.00 $6,850.00 73 12 in. HDPE 48 LFT $50.00 $2,400.00 74 15 in. RCP 26 LFT $80.00 $2,080.00 75 18 in. RCP 183 LFT $90.00 $16,470.00 76 6 in. HDPE Perforated Underdrain 501 LFT $15.00 $7,515.00 77 Flowable Fill for Street Cut Repair 17 CYS $125.00 $2,125.00 78 Structural Backfill 96 CYS $75.00 $450.00 79 Inlet, Type'J/M' 14 EA $2,500.00 $35,000.00 80 Inlet, Type S/C' 2 EA $2,750.00 $5,500.00 81 Inlet, Type'E/F' 3 EA $2,500.00 $7,500.00 82 24 in. Nvloplast Drain Basin 2 EA $1,750.00 $3,500.00 83 Mechanically Core Structure 2 EA $750.00 $1,500.00 84 Linear Ditch Grading 551 LFT $5.00 $2,755.00 85 Aggregate for Swale Underdrain 566 CYS $1.00 $566.00 86 Geotextile for Swale Underdrain 2,836 Si S $0.10 $283.60 87 Clean Existing Pipe 556 LFT $15.00 $8,340.00 88 Mulched Seeding 445 SYS $7.50 $3,337.50 89 Topsoil (Undistributed) 74 CYS $20.00 $1,480.00 90 Erosion Control Measures 1 LS $7,500.00 $7,500.00 91 Erosion Control Blanket 1,589 SYS $4.50 $7,150.50 92 Remove and Reset Fence 80 LFT $35.00 $2,800.00 Total Ironwood = $247,652.60 "EXHIBIT Version 2016.08-31 Concord Village 93 Construction Engineering 1 LS $5,000.00 $5,000.00 94 Mobilization and Demobilization 1 LS $9,466.90 $9,466.90 95 Maintenance of Traffic 1 LS $5,000.00 $5,000.00 96 Clearing Right of Way 1 LS $5,000.00 $5,000.00 97 Concrete Roll Curb and Gutter 56 LFT $150.00 $8,400.00 98 PCCP for Approach, 6 in. 9 SYS $250.00 $2,250.00 99 Concrete Sidewalk, 4 in. 84 SYS $125.00 $10,500.00 100 Concrete Curb Ramp 3 SYS $500.00 $1,500.00 101 Compacted Aggregate Base, No. 53 3 TON $100.00 $300.00 102 Concrete Cap for Street Cut Repair, 12 in. 22 SYS $125.00 $2,750.00 103 HMA Surface, 9.5mm 2 TON $1,250.00 $2,500.00 104 12 in. RCP 47 LFT $75.00 $3,525.00 105 12 in. HDPE 131 LFT $70.00 $9,170.00 106 8 in. HDPE 20 LFT $50.00 $1,000.00 107 Flowable Fill for Street Cut Repair 17 CYS $125.00 $2,125.00 108 Structural Backfill 31 CYS $60.00 $1,860.00 109 Inlet, Type 'J/M' 1 EA $2,500.00 $2,500.00 110 24 in. Nyloplast Drain Basin 1 EA $1,750.00 $1,750.00 111 Mechanically Core Structure 1 EA $750.00 $750.00 112 Mulched Seeding 156 SYS $10.00 $1,560.00 113 Topsoil (Undistributed) 26 CYS $50.00 $1,300.00 114 Erosion Control Measures 1 LS $2,500.00 $2,500.00 115 Mailbox, Remove and Reset 1 EA $150.00 $150.00 Total Concord Village = $80,856.90 TOTAL = $1,279,000.00 Version 2016-08-31 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 • 111 111 111 111 $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 �kL-k-kktA, k' k kW, , , being 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 eighteen (18) years of age and am competent to testify to the facts contained herein. 2. 1 am now and at all times relevant herein have been employed by \1 VkryE- Coge-auA mn-t-k `, (the "Employer") in the position of l� ►E�.t.. KD � - \1e& ,-t L 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. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. I1,� EXECUTED on the day of , 2011-. �JRM m KIM, 1 ,1 _ � `►� ids. I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. 14;W�\L Printed: "�\ Cit y ®� Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. 1 VENDOR NO. 8/4/2017 WHITE CONSTRUCTION, INC. VENDOR 3900 E. WHITE AVENUE CLINTON, IN 47842 - PURCHASEID BLANKET CONTRACT 17845 QUANTITY UNIT OF MEASURE Department: 2200 Fund:0 Account: 94-650.04 371561 PAYMENT TERMS Page 1 of 1 PURCHASE ORDER NUMBER 100630 - THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION Projects 16 -SW -591 60, 61, 63; Contract Date 08.16.17 City Engineering's Office SHIP 1 Civic Square TO Carmel, IN 46032 - Kate Lustig FREIGHT DESCRIPTION 1 UNIT PRICE 2016 Storm Water Bond 1 Each Cedar Point/Concord Village/Greentree/Ironwood Drainage - 1,279,000.00 Construction Send Invoice To Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 G.O./Storm Water Bonds DEPARTMENT Sub Total EXTENSION $1,279,000.00 $1,279,000.00 PLEASE INVOICE IN DUPLICATE ACCOUNT PROJECT PROJECTACCOUNT AMOUNT PAYMENT $1,279,000.00 SHIPPING INSTRUCTIONS -AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. 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. 100630 CLERK -TREASURER