Loading...
Morphey Construction, Inc/Eng/3,652,000/96th Street to 106th Street and 96th Street Trail, Michigan Road to Ditch Road (Project #16-ENG-73)Morphey Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund; P.O. #: 100667 C Contract Not To Exceed $3,652,000.00 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 Morphey Construction, 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 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 Three Million Six Hundred Fifty Two Thousand Dollars ($3,652,000.00) (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. 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 "Shelborne Road Trail from 96th Street to 106th Street and 96th Street Trail from Michigan Road to Ditch Road, Project # 16 -ENG -73" received by the City of Carmel Board of Public Works and Safety on or about August 16, 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. [SX-(—tAProf.S— & Goods Sves\Enginecring\2017\tMorphcy Co-truction, Inc. Goods and Services 2.dm.&t2 V2017 12:25 PMI Morphey Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund; P.O. #: 100667 Contract Not To Exceed $3,652,000.00 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. 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. 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: Con1nctslProf.Svcs & Goals Svcs\Engin=ing12017Vvlorphey Construction, Inc. Goals and S—i— 2.doc.821R017 12:25 PM] 2 Morphey Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund; P.O. #: 100667 Contract Not To Exceed $3,652,000.00 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 jS:VCon1nc1s\Pro(.SvcsR Goods SvcslEnginming12017'M phey Consuoclion.Inc. Goods and Services 2.d...8121!201712:25PM) Morphey Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund; P.O. #: 100667 Contract Not To Exceed $3,652,000.00 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: Morphey Construction, Inc. 1499 N. Sherman Drive Indianapolis, IN 46201 ATTENTION: Steven P. Milbourne 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. IS:Comrac&s Prof.Svcs & Goods SveslEnginming\2017VMorphey Coinvnctim, Inc. Goals and Services 2.doc:82 V2017 12:25 PM] 4 Morphey Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund; P.O. #: 100667 Contract Not To Exceed $3,652,000.00 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:\Cotnracts\Prof.S.cs & Goods Svcs\Fnginecring\2017\M rphey Constroctiar.Inc. Goals and Services 2.doc. 8/21/2017 12:25 PMI Moiphey Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COLT Bond Fund; P.O. #: 100667 Contract Not To Exceed $3,652,000.00 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. �mesainard Presiding Officer., Date: Wry An urke, Date: o� Lori S. Date: A7 �s zaal Christine S. Pauley, Clerk -Tr rer Date: � ��r:..wua�or ti.., h c:.oJ. 1.u14n�va,��17�1 ✓V4vppry i m,w.�,u, 6c WIMP G H Pt1I Morphey Construction, Inc. By: Authorized Signal re�O � U�� {' - G O J•�'�% Pi Printed Name Title Last Four of SSN if Sole Proprietor. Date: 9 -Z1 -t? 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 envelove. 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: Morphey Construction, Inc. Project Name: Project No. 16 -ENG -73 Shelborne Road Trail from 96th Street to 106" Street & 96th Street Trail from Michigan Road to Ditch Road Date Submitted: nuW-esz Nk,;T,-I, Ut-1 Base Quote Amount: oc-Ao, °d Revised 7/14/2017 'DCHIBIr L11 �bfz� BIDDER'S ITENUZED 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: l6 -ENG- 73 Proposal For Construction of : AU6 , %to . ?-Q 1-1 Date: Shelborne Road Trail from 96th Street to 106th Street and 96th Street Trail from: Michigan Road to Ditch Road To: City of Carmel, Indiana, hoard of Public Works and Safety Version 2016-08-31 • "EXHIBIT n l L 26 1.1 Bidder Name: 1.2 Bidder Address: PART 1 BUDDER INFORMATION (Print) Street Address: 1499 N. Sherman Drive City: Indpls. State: Indiana Zip: 46201 Phone: 317-356-9250 Fax: 317-356-9253 1.3 Bidder is a/an [mark one] Individual Partnership Foreign (Out of State) Corporation; State: Joint Venture Other X Indiana Corporation 1.4 (The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion 42, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: Vesian 2016-08-31 "EXHIBIT 3iz-0 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Tye" .A=gr %3 Sax gu&*m fyri-two ngouU'z &-M OMW Dollars UZZ , cm, oa ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Version 2016-08-31 "i:XFi�3TA-. q Ao PART 3 CONTRACT ITEMS AND UNIT PRICES 1 CONSTRUCTION ENGINEERING 1 LS 2 MOBILIZATION AND DEMOBILIZATION 1 LS 3 CLEARING RIGHT OF WAY 1 LS 4 EXCAVATION, COMMON 3,865 CYS 5 BORROW 332 CYS 6 UNDERCUT SUBGRADE TREATMENT (UNDISTRIBUTED) 1,312 CYS 7 STORM WATER MANAGEMENT BUDGET 16,300 DOL 8 PAVEMENT REMOVAL 743 SYS 9 COMPACTED AGGREGATE NO. 53, BASE 6,395 TON 10 SUBGRADE TREATMENT, TYPE III 21,709 SYS 11 SUBGRADE TREATMENT, TYPE II 3,083 SYS 12 HMA MILLING, 1.5' 1,135 SYS 13 HMA FOR MULTI -USE PATH 3,496 TON 14 ASPHALT FOR TACK COAT 11.1 TON 15 HMA FOR APPROACHES, TYPE B 94 TON 16 PCCP FOR APPROACHES. 6" 989 SYS 17 PCCP FOR APPROACHES, 8" 653 SYS 18 CONCRETE ROLL CURB AND GUTTER 180 LFT 19 CURB AND GUTTER, CONCRETE, TYPE it 3,455 LFT 20 CENTER CURB, TYPE D, CONCRETE 31 SYS 21 STRAIGHT CONCRETE CURB, 12" 750 LFT 22 STRAIGHT CONCRETE CURB, 6" 667 LFT 23 CURB TURNOUT 1 EACH 24 SIDEWALK CONCRETE, 4" 301 SYS 25 CURB RAMP, CONCRETE 548 SYS 26 DETECTABLE WARNING ELEMENT 391 LFT 27 BRICK COLUMN RECONSTRUCT 2 EACH 26 REMOVE AND REPLACE MAILBOX 5 EACH 29 STRUCTURE BACKFILL TYPE 1 3,071 CYS 30 STRUCTURE BACKFILL, TYPE 5 518 CYS 31 HMA FOR STRUCTURE INSTALLATION 738 TON 32 AGGREGATE FOR UNDERDRAIN 105 CYS 33 GEOTEXTILE FOR UNDERDRAIN 212 SYS 34 REVETMENT RIPRAP 10 TON 35 GEOTEXTILES 16 SYS 36 PIPE, 12" 1,324 LFT 'EXHIBIT 0N N O i C 2 Z U -Di m �1 D r M O 3 -I m C m -_i r N m z O W F Z D Z O m ?U) m p z M CD A m 0 O m A m In m -i Z m 3 O m 7D m (n m -� 0 m >D < m � m m O Z n m m y O p m D Z =1 A m5 rt x r A m D r p c fn {TOM O Z frfl O n D T C7 m m w � (� -i O m D m ➢ C7 M r `< ;U m < m z O < m z D Z_ O m 3 D Z O m 3 D z O m z r m O _ Z Z m Z � j -i o Z r' m Z p cn m z1 O Z m 2 O cn m p_i O Z m Z O cn m O_I O Z m 2 O U m 1 O Z m 2 cn m -m_I O Z C7 M C1 r D _ D ;1 C7 O n -a O D 2 m Tl m m D -I D c. W - G2j -y U O D m ? = O r R1 Y G2j -i O n�1 D m z m -{ m m nz u O O D m D 2 m m o x m m M x A m m . m m m x 7n = OFO m 1�1 m m p D m .p O Z A -mi m a7 x n C G Z m x m z O z m m o - m m A m m m - m m c - 1 M m M o r � = K A z cl � A Ql (3] Ol _. W 61 Q) W -+ A — Ql W W W 1 .� N cn W W .j Q1 � Cf1 N O Q) N v O co N W W CP W O V N Ul W (a (VL` Q) Q) W W V O z m cn O z D n D n D n n n n A � D n A n D n D � D n _ D n TL= D n D n z D n D n n n D n D n D n D n n -� r �' n q n D n r �' r „� r i r -n 1 r „ i r �, i r -T,m-n i r r r r T/ FIELD OFFICE, A 12 MOS 78 CONSTRUCTION SIGN, A 60 EACH 79 CONSTRUCTION SIGN, B 25 EACH 80 CONSTRUCTION SIGN, C 18 EACH 81 DETOUR ROUTE MARKER ASSEMBLY 12 EACH 82 ROAD CLOSURE SIGN ASSEMBLY 6 EACH 83 BARRICADE TYPE III-A 170 LFT 84 BARRICADE TYPE III-8 72 LFT 85 FLASHING ARROW BOARD 60 DAYS 86 MAINTAINING TRAFFIC 1 LS 87 LINE, REMOVE 440 LFT 88 PAVEMENT MESSAGE MARKING, REMOVE 7 EACH 89 LINE, THERMOPLASTIC, SOLID. WHITE, 4 IN. 3,650 LFT 90 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN 1,200 LFT 91 PAVEMENT MESSAGE MARKING, LANE INDICATION ARROW 4 EACH 92 PAVEMENT MESSAGE MARKING, WORD (ONLY) 3 EACH 93 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK, WHITE, 6- 110 LFT 94 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, WHITE, 241N 1,222 LFT 95 TRANSVERSE MARKING, MULTI-COMPONENT, CROSSWALK LINE WHITE 24 IN 1,356 LFT 96 TRANSVERSE MARKING, THERMOPLASTIC, STOP BAR, WHITE, 24 IN 263 LFT 97 TRANSVERSE MARKING, MULTI-COMPONENT, STOP BAR, WHITE, 24 IN 28 LFT 98 SIGNAL PEDESTAL, 10' 12 EACH 99 TYPE A PEDESTAL FOUNDATION 12 EACH 100 PEDESTRIAN PUSHBUTTON 16 EACH 101 PEDESTRIAN SIGNAL HEAD, COUNTDOWN, 18 IN. 16 EACH 102 SAWCUT FOR ROADWAY LOOP DETECTOR AND SEALANT 580 LFT 103 CONDUIT, 2" PVC 146 LFT 104 CONDUIT, TRENCHLESS, PVC SCHEDULE 80 84 LFT 105 SIGNAL CABLE, 2C/16 277 LFT 106 SIGNAL CABLE, 1 C/14 1,180 LFT 107 SIGNAL CABLE, 5C/14 3,982 LFT 108 SIGNAL CABLE. 3CI14 3,982 LFT 109 TRAFFIC HANDHOLE 1 EACH 110 ADJUST HANDHOLE TO GRADE 1 EACH 111 OPTICOM PRE-EMPTION SYSTEM 2 LSUM 112 16" Ductile Iron Water Main 2,560 LFT 113 Temporary Asphalt Repair 110 LFT 114 16" Butterfy Valve 4 EACH 115 8" Gate Valve I EACH 116 6' Gate Valve I EACH "EXHIBIT ' 76-F2-0 117 Complete Hydrant Assembly 2 EACH 118 6" Connection I EACH 119 8" Connection I EACH 120 16" Connection 2 EACH 121 Short Side Service (SS) 2 EACH 122 Line Stop 16" (undistributed) 2 EACH 123 Line Stop 8" (undistributed) I EACH 124 Line Stop 6" (undistributed) I EACH 125 Adjust Valve to Grade 15 EACH 126 Remove/Replace/Relocate Valve 8 EACH 127 Valve Retirement 6 EACH 128 6"Water Main Lowering I EACH 129 8" Water Main Lowering t EACH 130 16" Water Main Lowering i L-ACH PROJECT TOTAL S, G5Z, caoo. Co INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -ENG -73 CONTRACTOR: Morphey Construction Inc. +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } ---------------- I --------------- I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I I 11CONSTRUCTION ENGINEERIN 1 1.000 1 35,000.00 1 35,000.00 I IG ILS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 21MOBILIZATION AND DEMOBI 1 1.000 1 182,600.00 1 182,600.00 1 1 ILIZATION ILS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 31CLEARING RIGHT OF WAY 1 1.000 1 61,501.04 1 61,501.04 1 1 1 ILS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 4IEXCAVATION, COMMON 1 3,865.000 1 40.00 1 154,600.00 1 1 1 ICYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I i I 51BORROW 1 332.000 I 1.00 1 332.00 I 1 1 ICYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 61UNDERCUT SUBGRADE TREAT 1 1,312.000 I 40.00 1 52,480.00 1 1 IMENT (UNDISTRIBUT ICYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 71STORM WATER MANAGEMENT 1 16,300.000 I 1.00 1 16,300.00 1 1 IBUDGET IDOL I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 81PAVEMENT REMOVAL 1 743.000 1 20.00 1 14,860.00 1 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 91COMPACTED AGGREGATE NO. 1 6,395.000 1 28.00 1 179,060.00 1 1 1 53, BASE ITON I I I I I +------------------------------------------------------------------------------+ I I I I I I l I I 101SUBGRADE TREATMENT, TYP 1 21,709.000 1 4.50 1 97,690.50 1 1 lE III ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 111SUBGRADE TREATMENT, TYP 1 3,083.000 1 16.00 1 49,328.00 1 1 IE II ISYS I I I I I +-------------------------------------------------------------------------------+ 6f Z -C) . CONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION SCHEDULE OF PAY PROJECT(S): ITEMS REVISED: LETTING DATE:08-16-17 16 -ENG -73 PAGE: 2 CONTRACTOR: Morphey Construction Inc. +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. 1 UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY I ---------------- I --------------- I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I I 121HMA MILLING, 1.5" 1 1,135.000 1 11.00 1 12,485.00 I 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 131HMA FOR MULTI -USE PATH 1 3,496.000 1 90.00 1 314,640.00 1 1 1 ITON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 141ASPHALT FOR TACK COAT 1 11.100 1 960.00 1 10,656.00 1 1 ITON I I I I 1 +------------------------------------------------------------------------------+ I I I I I I I I I 151HMA FOR APPROACHES, TYP 1 94.000 1 162.00 1 15,228.00 1 1 IE B ITON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 161PCCP FOR APPROACHES, 6" 1 989.000 1 61.00 1 60,329.00 1 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 171PCCP FOR APPROACHES, 8" 1 653.000 1 65.00 1 42,445.00 1 1 I ISYS I I I I I +------------------------------------------------------------------------------+ l I I I I I I I I 181CONCRETE ROLL CURB AND 1 180.000 I 47.00 1 8,460.00 1 1 [GUTTER ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 19ICURB AND GUTTER, CONCRE 1 3,455.000 1 44.00 1 152,020.00 1 1 ITE, TYPE II ILFT I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 2010ENTER CURB, TYPE D, CO 1 31.000 1 189.00 1 5,859.00 1 1 INCRETE ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 211STRAIGHT CONCRETE CURB, 1 750.000 1 44.00 1 33,000.00 1 I 1 12" ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 221STRAIGHT CONCRETE CURB, 1 667.000 1 35.00 1 23,345.00 1 1 1 6" ILFT I I I I I +------------------------------------------------------------------------------+ 'EXHIBIT ( v ZC) INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 3 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -ENG -73 CONTRACTOR: Morphey Construction Inc. +-------------------------------------------------------------- ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1 NO I DESCRIPTION I QUANTITY }---------------- I ---------------I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I I 231CURB TURNOUT 1 1.000 I 2,300.00 1 2,300.00 1 1 1 (EACH I I I I I +------------------------------------------------------ I I I I I I I I 241SIDEWALK CONCRETE, 4" 1 301.000 1 49.00 1 14,749.00 I 1 1 ISYS I I I I I +----------------------------------------------------- + ------------------------- I I I I I I I I I 251CURB RAMP, CONCRETE 1 548.000 1 113.00 1 61,924.00 I 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 261DETECTABLE WARNING ELEM 1 391.000 1 74.00 1 28,934.00 1 1 TENT 1LFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 271BRICK COLUMN RECONSTRUC 1 2.000 I 7,500.00 1 15,000.00 1 1 IT (EACH I I I I I +------------------------------------------------------------------ I I I I I I I I I 281REMOVE AND REPLACE MAIL 1 5.000 1 300.00 1 1,500.00 I 1 IBOX (EACH I I I I I +------------------------------------------------------------- I I I I I I I I I 291STRUCTURE BACKFILL TYPE 1 3,071.000 1 37.00 1 113,627.00 1 1 1 1 ICYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 301STRUCTURE BACKFILL, TYP 1 518.000 i 137.00 1 70,966.00 1 IE 5 ICYS i I I I +------------------------------------------------------------------------------+ I I I I I I I I I 311HMA FOR STRUCTURE INSTA 1 738.000 1 120.00 i 88,560.00 1 1 ILLATION 1TON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 321AGGREGATE FOR UNDERDRAI 1 105.000 I 50.00 I 5,250.00 1 1 IN ICYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 331GEOTEXTILE FOR UNDERDRA 1 212.000 i 2.00 1 424.00 1 1 IIN ISYS i I I I I +----------------------------------------------------------------------------+ 'EXHIBIT rlofZO INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 4 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECTS): 16 -ENG -73 CONTRACTOR: Morphey Construction Inc. +---------------------------------------------------------------- ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1 NO 1 DESCRIPTION I QUANTITY}----------------I---------------I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +---------------------------------------------------------------- I I I I I I I I I 341REVETMENT RIPRAP 1 10.000 1 140.00 I 1,400.00 1 1 1 ITON I I I I I +---------------------------------------------------------------------- I I I I I I I I I 351GEOTEXTILES 1 16.000 1 2.00 1 32.00 i 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 361PIPE, 12" 1 1,324.000 I 53.00 I 70,172.00 1 1 1 ILFT I I I I I +--------------------------------------------------- I I I I I I I I I 371PIPE, 15" 1 367.000 i 68.00 1 24,956.00 I 1 1 ILFT I I I I 1 +------------------------------------------------------------------------------+ I I I I I I I I I 381PIPE, 18" 1 673.000 1 74.00 I 49,802.00 I 1 1 ►LFT I I I I I +---------------------------------------------------- + -------------------------- I I I I I I I I I 39IPIPE, 24" 1 796.000 1 85.00 I 67,660.00 1 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 401PIPE, 30" 1 589.000 I 112.00 1 65,968.00 I 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 411CONCRETE BOX CULVERT EX 1 5.000 1 7,500.00 1 37,500.00 1 1 1TENSION, 8' x 4' ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 421PIPE, DRAIN TILE, 4"-6" 1 372.000 1 10.00 1 3,720.00 1 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 431PIPE, PERF. HDPE, 6" 1 130.000 I 32.00 ( 4,160.00 I 1 1 ILFT i I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 441PIPE, 6" 1 185.000 1 21.00 1 3,885.00 1 1 1 ILFT I I I I I +------------------------------------------------------------ ------------------ "EXHIBIT --------------+"EXHIBIT (Z426 CONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION SCHEDULE OF PAY PROJECT(S): ITEMS REVISED: LETTING DATE:08-16-17 16 -ENG -73 PAGE: 5 CONTRACTOR: Morphey Construction Inc. +------------------------------------------------------------------------------+ ILINEI ITEM ( APPROX. 1 UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY }---------------- I --------------- I I I I AND UNITS ( DOLLARS I CTS I DOLLARS ICTS I +----------------------------------------------------------- + ------------------- I I I I I I I I I 451PIPE, 36" X 24" 1 28.000 1 136.00 1 3,808.00 1 1 1 ILFT I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 461PIPE, 30" X 19" 1 408.000 I 124.00 1 50,592.00 1 1 1 (LFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 471PIPE, 12" SLOTTED VANE 1 217.000 1 174.00 1 37,758.00 1 1 IDRAIN ILFT I I 1 I I +------------------------------------------------------------------ I I I I I I I I I 481ADJ. CASTING TO GRADE, 1 6.000 1 550.00 I 3,300.00 1 1 (INLET (EACH I I I 1 I +------------------------------------------------------------------------------+ I I I I I I I I I 491ADJ. CASTING TO GRADE, 1 20.000 1 550.00 1 11,000.00 1 I IMANHOLE (EACH I I I I 1 +------------------------------------------------------------------------------+ I I 1 1 I I I i I 501REPLACE CASTING 1 15.000 1 1,000.00 1 15,000.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 511RECONSTRUCTION MANHOLE 1 15.000 1 650.00 1 9,750.00 1 1 ILFT I I I I I +------------------------------------ I I I I I I I I I 521CONCRETE, CLASS "A" 1 3.300 1 900.00 1 2,970.00 1 1 1 ICYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 53112" END SECTION 1 1.000 1 1,800.00 1 11800.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 54115" END SECTION 1 5.000 I 1,900.00 1 9,500.00 1 I I (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 55118" END SECTION 1 2.000 1 2,000.00 1 4,000.00 I 1 1 (EACH I I I I I ------------------------------------------------------------ -----------------+ "EXHIBIT r (30fZC) CONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION SCHEDULE OF PAY PROJECT(S): ITEMS REVISED: LETTING DATE:08-16-17 16-EN(33-73 PAGE: 6 CONTRACTOR: Morphey Construction Inc. +---------------------------------------- ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY }---------------- I --------------- I I I I AND UNITS 1 DOLLARS I CTS I DOLLARS ICTS I +--------------------------- -------------------------------- ------------------- I I I I I I I I 1 56124" END SECTION 1 1.000 1 2,200.00 1 2,200.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I 1 I I 1 57136" END SECTION 1 1.000 1 3,200.00 1 3,200.00 1 1 1 (EACH I I I I I +------------------------------------------- I I I 1 I I I I 1 581J-10 INLET 1 11.000 1 2,500.00 1 27,500.00 1 1 1 (EACH I I I I I +----------------------------------------- I I I I I I I I 1 591G-7 INLET 1 10.000 1 2,700.00 1 27,000.00 1 1 1 (EACH I I I I I +--------------------------------------------------- I I I I I I I I 601E-7 INLET 1 8.000 1 2,300.00 1 18,400.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 611M-10 INLET 1 8.000 1 2,600.00 1 20,800.00 1 1 1 ►EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 62124" INLET 1 3.000 1 2,900.00 1 8,700.00 1 l 1 (EACH I I I I I +--------------------------------------------- + --------------------------------- I I I I I I I I 1 631C-4 MANHOLE 1 5.000 1 3,200.00 1 16,000.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 641K-4 MANHOLE 1 1.000 1 4,400.00 1 4,400.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 651J-4 MANHOLE 1 4.000 1 4,200.00 1 16,800.00 1 1 1 (EACH I I I I l +------------------------------------------------------------------------------+ I I I I I I I I I 661BACKFLOW PREVENTION VAL 1 1.000 1 5,800.00 1 5,800.00 1 1 IVE (EACH I I I I I +----------------------------------------------------------------------------+ "IXHIBIT ! i /o-rzc) INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 7 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -ENG -73 CONTRACTOR: Morphey Construction Inc. +----------------------------------------------------------- + ------------------- ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I NO I DESCRIPTION I QUANTITY } ---------------- I --------------- I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I I 671ORIFICE RESTRICTOR PLAT 1 3.000 1 2,500.00 1 7,500.00 1 1 IE (EACH I I I I I +------------------------------------------------ I I I I I I I I I 681HYDRANT, RELOCATE 1 6.000 1 9,000.00 1 54,000.00 1 1 1 (EACH I I I I I +---------------------------------------------------- I I I I I I I I I 691SANITARY SEWER LATERAL 1 6.000 1 2,200.00 1 13,200.00 1 1 (ADJUST 1EACH I I I I I +-------------------------------------------------- I I I I I I I I I 701CONCRETE SADDLE 1 3.000 1 900.00 1 2,700.00 1 1 l (EACH I I I I I +------------------------------------ I I I I I I I I I 711REMOVE AND RESET DECORA 1 1.000 1 2,200.00 1 2,200.00 1 l ITIVE STREET LIGHT (EACH I i I I I +----------------------------------------- I I I I I I I I I 721REMOVE AND RESET SIGN 1 6.000 1 400.00 1 2,400.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 731MOBILIZATION AND DEMOBI 1 6.000 1 300.00 1 1,800.00 I 1 ILIZATION FOR SEED (EACH 1 I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 741FERTILIZER 1 5.000 1 680.00 1 3,400.00 1 1 1 ITON I I I I I +------------------------------------------------------ + I I I I I I I I I 75ISEED MIXTURE, U 1 1,614.000 1 2.69 1 4,341.66 1 1 1 ILBS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 761MULCHING MATERIAL 1 16.000 1 430.00 1 6,880.00 1 1 ITON I I I I I +----------------------------------------------------------- I I I I I I I I I 771FIELD OFFICE, A 1 12.000 1 1,700.00 1 20,400.00 I 1 1 (Mos I I I I I +----------------------------------------------------------------------------+ "EXHIBIT_ • 1o-FZa INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 8 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -ENG -73 CONTRACTOR: Morphey Construction Inc. +----------------------------------------- --------------------------- ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } ---------------- I --------------- I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I I 781CONSTRUCTION SIGN, A 1 60.000 1 150.00 1 9,000.00 1 I I (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 791CONSTRUCTION SIGN, B 1 25.000 1 40.00 1 1,000.00 I I I (EACH I I I I I +----------------------------------------- I I I I I I I I I 801CONSTRUCTION SIGN, C 1 18.000 1 175.00 1 3,150.00 I 1 1 (EACH I I I I I +-------------------------------------------------------------------- I I I I I I I I I 811DETOUR ROUTE MARKER ASS 1 12.000 1 70.00 1 840.00 1 1 IEMBLY TEACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 82IROAD CLOSURE SIGN ASSEM 1 6.000 1 150.00 1 900.00 1 I IBLY (EACH I I I I I +----------------------------------------------------- I I I I I I I I I 831BARRICADE TYPE III -A 1 170.000 1 20.00 I 3,400.00 1 1 1 I LFT I I i I I +--------------------------------------- I I I I I I I I I 841BARRICADE TYPE III -B 1 72.000 I 20.00 1 1,440.00 1 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 851FLASHING ARROW BOARD 1 60.000 1 5.00 1 300.00 1 1 1 (DAYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 861MAINTAINING TRAFFIC 1 1.000 1 285,000.00 1 285,000.00 1 1 1 ILS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 871LINE, REMOVE 1 440.000 1 4.00 1 1,760.00 1 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 881PAVEMENT MESSAGE MARKIN 1 7.000 1 100.00 I 700.00 1 1 IG, REMOVE (EACH I ! I l +----------------------------------- ------- -----------+ o zS �� f INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 9 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -ENG -73 CONTRACTOR: Morphey Construction Inc. +------------------------------------------ {LINE{ ITEM { APPROX. I UNIT PRICE I BID AMOUNT { { NO I DESCRIPTION { QUANTITY } ----------------I---------------1 I I { AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +--------------------------------- ------------------------------------------ I I I I I I I I 891LINE, THERMOPLASTIC, SO 1 3,650.000 1 1.50 1 5,475.00 1 1 ILID, WHITE, 4 IN. ILFT I I I I i +---------------------------------------------------- -f- -------------------------- I I I I { I I I I 901LINE, THERMOPLASTIC, SO { 1,200.000 ( 1.50 i 1,800.00 1 1 ILID, YELLOW, 4 IN ILFT ( I I I I +-------------------------------------------------- I I I I I I I I I 911PAVEMENT MESSAGE MARKIN 1 4.000 1 250.00 ( 1,000.00 { IG, LANE INDICATIO (EACH I I I I I +------------------------------------ I I I I I I I I I 921PAVEMENT MESSAGE MARKIN 1 3.000 1 300.00 1 900.00 1 1 IG, WORD (ONLY) (EACH I I I I i +---------------------------------------------------------- I I I I I I I I I 931TRANSVERSE MARKING, THE I 110.000 I 3.00 1 330.00 I 1 IRMOPLASTIC, CROSS ILFT I I I I 1 +------------------------------------------------------------------------------+ I I I I I I I I { 941TRANSVERSE MARKING, THE 1 1,222.000 1 10.00 1 12,220.00 I 1 IRMOPLASTIC, CROSS ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 951TRANSVERSE MARKING, MUL 1 1,356.000 I 20.25 { 27,459.00 1 1 ITI-COMPONENT, CRO ILFT I I { I I +----------------------------------------------------- I I I I I I I I I 961TRANSVERSE MARKING, THE 1 263.000 1 10.00 1 2,630.00 1 IRMOPLASTIC, STOP ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 971TRANSVERSE MARKING, MUL 1 28.000 1 35.65 1 998.20 1 ITI-COMPONENT, STO ILFT I I I I I +---------------------------------------------------------- I I I I I I I I I 981SIGNAL PEDESTAL, 10' { 12.000 1 800.00 1 9,600.00 1 1 1 (EACH I l I I I +----------------------------------------------------------------- I I I I I I I I 1 991TYPE A PEDESTAL FOUNDAT 1 12.000 I 1,200.00 I 14,400.00 i 1 11ON (EACH ► I I I I +------------------------------------------------------------------------------+ .17J 2,6 CONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION SCHEDULE OF PAY PROJECT(S): ITEMS REVISED: LETTING DATE:08-16-17 16 -ENG -73 PAGE: 10 CONTRACTOR: Morphey Construction Inc. +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1 I NO I DESCRIPTION I QUANTITY } ----------------I---------------1 I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I 11001PEDESTRIAN PUSHBUTTON 1 16.000 1 550.00 1 8,800.00 1 1 1 (EACH I I I I I +------------------------------------------ ------------------------------ I I I I I I I I 1011PEDESTRIAN SIGNAL HEAD, 1 16.000 1 700.00 1 11,200.00 1 1 1 COUNTDOWN, 18 IN (EACH I I I I +---------------------------------- I I I I I I I I 11021SAWCUT FOR ROADWAY LOOP 1 580.000 1 8.00 1 4,640.00 1 I 1 DETECTOR AND SEA ILFT I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 1031CONDUIT, 2" PVC 1 146.000 1 29.00 I 4,234.00 1 1 1 ILFT I I I I I +------------------------------------------------------- I I I I I I I I 11041CONDUIT, TRENCHLESS, PV 1 84.000 1 31.00 I 2,604.00 I 1 IC SCHEDULE 80 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 11051SIGNAL CABLE, 2C/16 1 277.000 1 1.80 1 498.60 1 1 1 ILFT I I I I I +---------------------------------------- I I I I I I I I 11061SIGNAL CABLE, 1C/14 1 1,180.000 I 0.20 I 236.00 1 1 ILFT I i I I I +------------------------------------------------------------------ I I I I I I I I 11071SIGNAL CABLE, 5C/14 1 3,982.000 1 2.10 1 8,362.20 1 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ 1 I I I I I I I 11081SIGNAL CABLE, 3C/14 1 3,982.000 1 1.90 1 7,565.80 I 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 11091TRAFFIC HANDHOLE 1 1.000 I 1,200.00 1 1,200.00 I 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 11101ADJUST HANDHOLE TO GRAD 1 1.000 1 400.00 I 400.00 1 1 IE (EACH I I I I I +-------------------------------------------------------A--------------------+ /gof2a INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 11 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -ENG -73 CONTRACTOR: Morphey Construction Inc. +---------------------------------------------------------------------- ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY }---------------- I-----------__--1 I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +---------------------------------------------------------- I I I I I I I I 11111OPTICOM PRE-EMPTION SYS 1 2.000 1 9,200.00 1 18,400.00 1 1 ITEM ILS I I I I I +------------------------------------------------ I I I I I I I I 1 112116" DUCTILE IRON WATER 1 2,560.000 I 124.00 1 317,440.00 1 1 (MAIN ILFT I I I I I +---------------------------------------------- ---------------------------- I I I I I I I I 1131TEMPORARY ASPHALT REPAI 1 110.000 I 56.00 1 6,160.00 1 1 IR ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 11141BUTTERFLY VALVE 1 4.000 1 6,700.00 1 26,800.00 1 1 1 LEACH I I I I I +---------------------------------------- ---------------------------------- I I I I I I I I 1 11518" GATE VALVE 1 1.000 1 4,300.00 1 4,300.00 1 1 1 (EACH I I I I I +-------------------------------------- I I I I I I I I 1 11616" GATE VALVE 1 1.000 1 3,700.00 1 3,700.00 1 1 1 (EACH I I I I I +-------------------------------------------------- I I I I I I I I 11171COMPLETE HYDRANT ASSEMB 1 2.000 1 11,700.00 1 23,400.00 1 1 ILY (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 11816" CONNECTION 1 1.000 1 7,600.00 ( 7,600.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 11918" CONNECTION 1 1.000 1 8,100.00 1 8,100.00 1 1 1 (EACH I I 1 I I +------------------------------------------------------------------------------+ I I I I I I I I 1 120116" CONNECTION 1 2.000 I 8,700.00 1 17,400.00 1 1 1 (EACH I I i I I +---------------------------------------------- + -------------------------------- I I I I I I 1 I 11211SHORTSIDE SERVICE 1 2.000 1 1,800.00 1 3,600.00 1 1 1 (EACH I i I I I +----------------------------------------------------------------------------+ "EXHIBIT /k 4 Ick rz l(O CONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION SCHEDULE OF PAY PROJECT(S): ITEMS REVISED: LETTING DATE:08-16-17 16 -ENG -73 PAGE: 12 CONTRACTOR: Morphey Construction Inc. +---------------------------------- ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1 I NO I DESCRIPTION I QUANTITY } ----------------1---------------I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I i I I I I 11221LINE STOP 16" (UNDISTRI 1 2.000 1 11,600.00 1 23,200.00 I 1 IBUTED) (EACH I I I I I +---------------------------------------------------------------------- I I I I I I I I 1231LINE STOP 8" (UNDISTRIB 1 1.000 ► 6,300.00 1 6,300.00 1 IUTED) (EACH I I I I I +-------------------------------------------------------------------- I I I I I I I I 11241LINE STOP 6" (UNDISTRIB 1 1.000 1 6,000.00 i 6,000.00 1 IUTED) (EACH I I I I I +------------------------------------------------------------------------------ I I I I I I I I 11251ADJUST VALVE TO GRADE 1 15.000 I 550.00 1 8,250.00 I 1 1 ►EACH I I I I I +---------------------------------------------------------- + -------------------- I I I I I I I I 11261REMOVE/REPLACE/RELOCATE 1 8.000 1 1,500.00 1 12,000.00 I 1 I VALVE (EACH I I I I I +-------------------------------------------------------------------- I I I I I I I I 11271VALVE RETIREMENT 1 6.000 1 1,000.00 I 6,000.00 1 1 (EACH I I I I I +------------------------------------ I I I I I I I I 1 12816" WATERMAIN LOWERING 1 1.000 1 10,500.00 I 10,500.00 I 1 1 (EACH I I I 1 I +------------------------------------------- I I I I I I I I 112918" WATER MAIN LOWERING 1 1.000 1 12,500.00 1 12,500.00 I I 1 (EACH I I I I I +-------------------------------------------- I I I I I i I I 1 130116" WATER MAIN LOWERING 1 1.000 I 22,500.00 I 22,500.00 1 1 I (EACH I I I I I +--------------------------------------------------------------------- I I I I I I I I I I I +---------------------------------------------------- + -------------------------- I I I TOTAL 1 3,652,000.00 1 I I I I I I +----------------------------------------------------- + ------------------------- 'EXHIBIT A 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 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 AFFMA VIT Src- 0T-' Z"/ 6 a>JZ - , 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. I am now and at all times r levap herein have been employed by (the "Employer") in the position of -DI 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. s� EXECUTED on the Z/ day of ���'°-r , 20 l7 Printed: _ SS 7?� 1- /-(!�- ✓3��ne 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. Z Printed: INDIANA RETAIL TAX EXEMPT Page 1 of 1 City ®�(' ��}�'�'j� �� CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER / � Jl J� FEDERAL EXCISE TAX EXEMPT 100667 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A/P 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 DATET DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 8/18/2017 00351732 Project 16 -ENG -73; Contract Date 09.06.17 MORPHEY CONSTRUCTION INC City Engineering's Office VENDOR 1499 N SHERMAN DRIVE SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46201--1515 Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 18244 - - --._..------------- QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 0 COIT Bond Fund Account: 94-650.04 1 Each Shelborne Rd. Trail - 96th St. to 106th St. / 96th St. Trail - 3,652,000.00 $3,652,000.00 Michigan Rd. to Ditch - Construction Sub Total $3,652,000.00 Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 2016 COIT Bond PLEASE INVOICE IN DUPLICATE - -- — -- DEPARTMENT d ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $3,652,000.00 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 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 James Crider TITLE Director Administration CONTROL NO. 100667 CLERK -TREASURER