Loading...
Gradex, Inc/Eng/4,979,000/Roundabout Improvement Range Line Road and Executive Drive (Project #16-ENG-38)Gradex, Inc. _ Engineering Department - 2017 QRO Appropriation # 2016 General Obligation Bond Fund, 2016 COIT Bond Fund; P.O. #: 100665, 1006664 Contract Not To Exceed $4,979,000.00 JAD 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 Gradex, Inc., an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 2016 General Obligation Bond and 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 Four Million Nine Hundred Seventy Nine Thousand Dollars ($4,979,000.00) (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 "Roundabout Improvements Rangeline Road & Executive Drive, Project # 16 -ENG -38" 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, ]S:VC-nactsTrof S— & Goods S-a1E.ginccring\2017\Gradcx, Inc. Goods and S—icm 2.dm:8212017 12:17 PM] Gradex, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bond Fund, 2016 COLT Bond Fund; P.O. #: 100665, 100666 Contract Not To Exceed $4,979,000.00 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. 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: ConinctsTrof.Svcs R Goods Svcs\Engin=ing\2017\G.dm 1- Goods and Services 2.d-:8212017 12:17 PMj Gradex, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bond Fund, 2016 COIT Bond Fund; P.O. #: 100665, 100666 Contract Not To Exceed $4,979,000.00 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 jSACon1 a M\Prof.Sv R Goods Sr.\Enginarin$\201TGndex. Lac. Goods snd Service 2.docW2112017 12.17 PMI Gradex, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bond Fund, 2016 COIT Bond Fund; P.O. #: 100665, 100666 Contract Not To Exceed $4,979,000.00 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 One Civic Square Carmel, Indiana 46032 If to Vendor: ATTENTION Gradex, Inc. 12900 North Meridian Street Suite 120 Carmel, IN 46032 Scott Sweeney AND Douglas C. Haney, Corporation Counsel Department of Law One Civic Square Carmel, Indiana 46032 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. [SAC-tracts\Prof.Sves R Goods Svcs\Enginesringt2017`fradex, Inc. Goods and Services 2.do W I/2017 12:17 PMJ Gradex, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bond Fund, 2016 COIT Bond Fund; RO. #: 100665, 100666 Contract Not To Exceed $4,979,000.00 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. [SAC.,,—s P,.f.S— @ G-& S,.\EngineeringV017TGad- Inc. G,W, and .Sevier 2.dx. 9/210M 1. 17 PMI Gradex, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bond Fund, 2016 CO1T Bond Fund; P.O. #: 100665, 100666 Contract Not To Exceed $4,979,000.00 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: aures Brainard, PresidinOfficer Date: // " -2 � — /_' MaryAn�(Burke, � b� 3 _' 7 Date: // Lori S. W tson, ber Date: ATTE T: hristine S. Pauley, CI r t -Tread r Date: I5.^cwvacuuSS.S\'pk Godt 5.'a1Eo,wtcmpUUl7Cradr.�. Is. GM4 ad MIT BVI 6 Gradex, Inc. By: Authorized ignature Jason Dapp Printed Name President Title FIDITIN: 35-1698047 Last Four of SSN if Sole Proprietor: Date: __ August 21, 2017 GpAPORAPIP P 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: Gradex, Inc. Project Name: Project No. 16 -ENG -38 Roundabout Improvements Range Line Road & Executive Drive Date Submitted: August 16, 2017 Base Quote Amount: $ 4,979,000.00 'EXHIBIT Revised 8/11/2017 BIDDE,R'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: 16 -ENG -38 — Roundabout Improvements Range Line Road & Executive Drive Proposal For Construction of : Roundabout construction at Range Line Road and Executive Drive and corridor improvements along Range Line Road from Executive Drive to City Center Drive including mill and resurfacing, storm sewer installation, shared -use path and sidewalk construction, lighting, and landscaping. Date: August 16, 2017 To: City of Carmel, Indiana, Board of Public Works and Safety Version 2016-08-31 r �pMlBfi- _ 2b � 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 Four Million Nine Hundred Seventy -Nine Thousand and 00/100--- Dollars ($ 4,979,000.00 ). 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. A'EXHIBIT 3 of_ Version 2016-08-31 PART 3 CONTRACT ITEMS AND UNIT PRICES Contract Item No. Description Estimated uantity Unit Unit Price Item Total 0001 CONSTRUCTION ENGINEERING 1 LS S 75,000.00 $ 75,000.00 0002 INSPECTION HOLE, GREATER THAN 3 FT (UNDISTRIBUTED) MO EACH S 900.00 $ 9,000.00 0003 INSPECTION HOLE, 3 FT DEPTH OR LESS (UNDISTRIBUTED) 10.0 EACH $ 600.00 $ 6,000.00 0004 MOBILIZATION AND DEMOBILIZATION 1 LS S 248,000.00 $ 248,000.00 0005 CLEARING RIGHT OF WAY I LS S 45,000.00 S 45,000,00 0006 RELOCATE DECORATIVE SIGN AND FOUNDATION 1.0 EACH S 11,300.00 S 11,300.00 0007 PAVEMENT REMOVAL 830.0 SYS S 13.00 $ 10,790.00 0008 CURB, CONCRETE, REMOVE 1640.0 LFT $ 5.00 S 8,20400 0009 CURB AND GUTTER, REMOVE 3582.0 LFT $ 5.00 $ 17,910.00 0010 SIDEWALK, CONCRETE, REMOVE 2382.0 SYS $ 11.00 S 26,202.00 0011 CONCRETE, REMOVE 206.0 SYS $ 48.00 S 9,888.00 0012 SIGNAL POLE FOUNDATION, REMOVE 6.01 EACH $ 510,00 $ 3,060.00 0013 SIGNAL POLE, REMOVE 6.0 EACH S 500.00 $ 3,000.00 0014 EXCAVATION, COMMON 4290.0 CYS $ 28.00 $ 120,120.00 0015 BORROW 6770.0 CYS S 0.01 $ 67.70 0016 TEMPORARY INLET PROTECTION 50.0 EACH S 75.00 S 3,750.00 0017 TEMPORARY MULCH 7.0 TON $ 420.00 $ 2,940.00 0018 TEMPORARY SILT FENCE 1238.0 LFT S 1.69 $ 2,092.22 0019 NO 2 STONE 250.01 TON S 21.00 S 5,250.00 0020 TEMPORARY GEOTEXTILE 588.0 SYS $ 3.00 $ 1,764.00 0021 TEMPORARY SEED MIXTURE 318,0 LBS S 2.50 S 795.00 0022 SUBGRADE TREATMENT, TYPE 11 1122.0 SYS S 19.00 S 21,318.00 0023 SUBGRADE TREATMENT, TYPE 1C 7407.0 SYS $ 2L00 S 155,547.00 0024 B BORROW 168.0 CYS $ 30.00 S 5,040.00 0025 STRUCTURAL BACKFILL, TYPE 1 309.0 CYS $ 17.00 S 5,253.00 0026 STRUCTURAL BACKFILL, TYPE 3 357.01 CYS S 67.27 $ 24,015.39 0027 COMPACTED AGGREGATE, NO. 53 795.0 TON S 22,00 S 17,490,00 0028 WIDENING WITH HMA, TYPE C 82.0 TON S 86.26 $ 7,073.32 0029 WIDENING WITH PCC BASE, 6 IN 649.0 SYS S 44.94 S 29,166.06 0030 MILLING, ASPHALT, 1 121N 9475,0 SYS $ 0.63 $ 5,969.25 0031 MILLING ASPHALT, VARIABLE DEPTH 623.0 SYS $ 0.63 $ 392.49 0032 HMA, SURFACE, TYPE C, 9.5 MM 1219,0 TON $ 89.08 S 111,260,92 0033 HMA, INTERMEDIATE, TYPE C, 19.0 MM 636.01 TON S 75.17 S 47,808.12 0034 HMA, BASE, TYPE C, 25.0 mm 1519.0 TON S 65.83 $ 99,995.77 0035 HMA, INTERMEDIATE, TYPE C, OG 19.0 MM 786,0 TON $ 67.66 S 53,180.76 0036 JOINT ADHESIVE, SURFACE 5912.0 LFT S 0.51 $ 3,015.12 0037 JOINT ADHESIVE, INTERMEDIATE 1748.0 LFT S 0.58 $ 1,013,84 0038 LIQUID ASPHALT SEALANT 5912.0 LFT S 0.25 S 1,478.00 0039 ASPHALT FOR TACK COAT 8.0 TON $ 0.01 S 0.08 0040 BASE SEAL 5.01 TON S 0.01 $ 0.05 0041 RAISED PEDESTRIAN CROSSING 664.0 SYS $ 155.52 S 103,265.28 0042 DECORATIVE CONCRETE PAVEMENT, TRUCK APRON, 7 IN 202.0 SYS S 129.04 $ 26,066.08 0043 SHARED -USE PATH 1545.0 SYS $ 99,00 S 152,955.00 0044 SIDEWALK, CONCRETE, 4 IN 576.0 SYS S 52.49 S 30,234.24 0045 SIDEWALK, CONCRETE, (UNDISTRIBUTED) 24.0 SYS $ 7436 S 1,78234 0046 CURB RAMP, CONCRETE 193.0 SYS $ 182.72 $ 35,264.96 0046-A CURB RANIP, PAVERS 379.01 SYS S 162.00 $ 61,398.00 0047 DETECTABLE WARNING SURFACES 83.0 SYS $ 24.59 S 2,040.97 0048 HAND RAIL, DECORATIVE 178.0 LFT S 273.00 S 48,594.00 0049 DETECTABLE WARNING SURFACES, RETROFIT 3,0 SYS $ 309,60 S 2,476.80 0050 STRAIGHT CONCRETE CURB 2379.0 LFT S 24.75 $ 58,880,25 0051 CENTER CURB, D, CONCRETE 54.0 SYS S 146.71 S 7,922.34 0052 CURB AND GUTTER CONCRETE TYPE It 3518.01 LFT S 22.42 S 78,873.56 0053 CURB AND GUTTER, CONCRETE TYPE 11, (UNDISTRIBUTED) 263.0 LFT S 48.71 $ 13,054.28 0054 ROLL CURB FOR TRUCK APRON 3032.0 LFT S 22.56 S 68,401,92 ITEM RLINI HIED S 0055 CURB AND GUTTER, SLOPING 170.0 LFT S 46.59 S 7,920,30 0056 INLET FILTER 50.0 EACH S 785.00 S 39,250.00 0057 PCCP FOR APPROACHES, 61N 224,0 SYS $ 72.32 $ 16,199.68 0058 PCCP FOR APPROACHES, 9 I 898.0 SYS $ 78.82 S 70;780.36 0059 MONUMENT, SECTION CORNER 2.0 EACH S 881.00 S 1,762.00 0060 ITEM REMOVED $ - 0061 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 2.0 EACH $ 50.00 S 100.00 "EXHIBIT _ q0F 1 0062 TOPSOIL 467.0 CYS $ 40.00 $ 18,680.00 0063 SODDING, NURSERY ;418M SYS $ 3.00 $ 16,254.00 0064 ITEINI RF ROVED $ 0065 FIELD OFFICE, B 12.0 MOS S 2,492.02 S 29,904,24 0066 PIPE, TYPE 4 CIRCULAR 6 IN 1893.0 LFT $ 10.00 S 18,930.00 0067 PIPE, CLASS Ill RCP, CIRCULAR 12 IN 706.0 LFT S 40.00 S 28,240.00 0068 PIPE, CLASS Ill RCP, CIRCULAR 15 IN 68.01 LFT S 45.00 S 3,060.00 0069 HMA FOR STRUCTURE INSTALLATION, TYPE C 34.0 TON S 210.73 S 7,164,82 0070 AGGREGATE FOR UNDERDRAINS 171.0 CYS S 38.00 S 6,498.00 0071 GEOTEXTILES FOR UNDERDRAIN 1797.0 SYS S 2.25 S 4,043.25 0072 CASTING, ADJUST TO GRADE 8.0 EACH S 650.00 S 5,200.00 0073 FLAT CASTING FURNISH & ADJUST TO GRADE 5.0 EACH S 1,000.00 S 5,000.00 0074 CASTING, 13, FURNISH AND ADJUST TO GRADE 1.0 EACH $ 1,100.00 $ 1,100.00 0075 INLET, E7 1.0 EACH S 1,900.00 $ 1,900.00 0076 INLET, J 10 14.01 EACH S 1,900.00 S 26,600.00 0077 INLET, MIO 4.01 EACH S 1,900.00 S 7,600.00 0078 MANHOLE, C4 2.0 EACH $ 2,000.00 $ 4,000.00 0079 STRUCTURE, MANHOLE, RECONSTRUCTED 6.0 LFT S 500.00 S 3,000.00 0080 MANHOLE, C2 3.0 EACH S 2,000.00 S 6,000.00 0081 MANHOLE, CIO 4.0 EACH S 2,000.00 $ 8,000.00 0082 AGGREGATE FOR DRAINAGE FILL 56.0 CYS S 68.58 S 3,840.48 0083 MODULAR BLOCK WALL 225.0 SFT S 10.59 $ 2,382.75 0084 MODULAR BLOCK WALL ERECTION 1484.01 SFT S 9.55 $ 14,172.20 0085 MODULAR BLOCK WALL WITH GROUND REINFORCEMENT 1259.0 SFT $ 10.59 $ 13,332.81 0086 CONSTRUCTION SIGN, C 3.0 EACH $ 397.00 S 1,191.00 0087 ROAD CLOSURE SIGN ASSEMBLY 6.0 EACH $ 275.00 S 1,650.00 0088 TEMPORARY PAVEMENT MARKING, 4 IN 13308.0 LFT $ 0.45 S 5,988.60 0089 DETOUR ROUTE MARKER ASSEMBLY 22.0 EACH S 136.00 S 2,992.00 0090 CONSTRUCTION SIGN, A 6,0 EACH S 357,00 S 2,142.00 0091 CONSTRUCTION SIGN, B 12.0 EACH S 119.00 $ 1,428.00 0092 MAINTAINING TRAFFIC I LS $ 317,123.56 S 317,123.56 0093 BARRICADE, III -A 122.0 LFT S 12.00 $ 1,464.00 0094 BARRICADE, III -B 132.0 LFT S 13.00 S 1,716.00 0074-A RAISED PEDESTRIAN CROSSING: WARNING uGIfF S}'STF1t1 6.0 EACH S 35,000.00 $ 210,000.00 0094-B RAISED PEDESTRIAN CROSSING WARNING LIGICI'sN's'rE:Nl - RETROFIT 4.0 FACII $ 4,600.00 S 18,400.00 0095 DECORATIVE STREET SIGN ASSEMBLY, INSTALLED 5.0 EACH $ 1,800.00 S 9,000.00 0096 SIGN POST, SQUARE, TYPE 1, REINFORCED ANCHOR BASE 533.0 LFT S 22.00 S 11,726.00 0097 SIGN, SHEET, WITH LEGEND 0.080 IN 130.0 SFT S 21.00 S 2,730.00 0097-A SIGN SIIE'El-, WITH LEGEND, WITII LED 0.080 IN 75.0 S111' $ 600.00 S 45,000.00 0098 SIGN, SHEET, WITH LEGEND 0.100 IN 117.0 SFT S 22.00 S 2,574.00 0099 SIGN, SHEET, WITH LEGEND 0.125 IN THICKNESS 22.0 SFT $ 25.00 $ 550.00 0100 TRAFFIC SIGNAL EQUIPMENT, REMOVE 2.0 EACH S 2,300.00 $ 4,600.00 0101 CONDUIT, PVC, 2 IN, SCHEDULE 80 1250.0 LFT $ 16.00 $ 20,000.00 0102 CONTROLLER CABINET FOUNDATION, PI 1.0 EACH S 1,900.00 $ 1,900.00 0103 CONTROLLER CABINET, P 1.0 EACH S 4,200.00 $ 4,200.00 0104 CONDUIT, PVC, 4 IN., SCHEDULE 80 3392.0 LFT $ 11.00 S 37,312.00 0105 CONDUIT, PVC, 4 IN., SCHEDULE 80 WITH 4-1 IN. INNERDUCTS 3392.0 LFT $ 15.00 S 50,880.00 0106 HANDHOLE, COMMUNICATION 18.0 EACH S 1,200.00 S 21,600.00 0107 HANDHOLE, LIGHTING 5.0 EACH 5 800.00 S 4,000.00 0108 lTE 41 REMOVED S 0109 ITEM REMOVED $ 0110 LUMINAIRE, ORNAMENTAL 13.0 EACH S 3,500.00 S 45,500.00 0111 ITENI REMOVED $ 0112 LIGHT POLE, ORNAMENTAL 13.01 EACH S 3,900.00 $ 50,700.00 0113 ITEM REMOVED S 0114 WIRE, NO 4 COPPER, IN PLASTIC DUCT. IN TRENCH 4 1/C 2057.0 LFT $ 10.50 S 21,598.50 0115 WIRE, NO 6 COPPER IN PLASTIC DUCT, 4 I/C 625.0 LFT S 6.00 $ 3,750.00 0116 WIRE, NO COPPER IN PLASTIC DUCT, IN TRENCH, 4 1/C 2057.0 LFT $ 10.00 $ 20,570.00 0117 LIGHTING FOUNDATION, CONCRETE, WITH GROUNDING, 30 IN X 96 IN 13.0 EACH S 1,500.00 $ 19,500.00 0118 ITEM RESIOVEJ) S 0119 SERVICE POINT, II 1.0 EACH 5 900.00 S 900.00 0120 CABLE, POLE CIRCUIT THWN, NO 10 COPPER STRANDED, UC 1820.0 LFT $ 1.00 $ 1,820.00 0121 CONNECTOR KIT, UNFUSED 13.0 EACH S 55.00 $ 715.00 0122 CONNECTOR KIT, FUSED 13.0 EACH S 55.00 $ 715.00 0123 MULTIPLE COMPRESSION FITTING, NON -WATERPROOFED 24.0 EACH S 41.00 S 984.00 0124 MULTIPLE COMPRESSION FITTING, WATERPROOFED 16.0 EACH S 42.00 S 672.00' 0125 INSULATION LINK, NON -WATERPROOFED 26.0 EACH S 40.00 S 1,040.00 0126 INSULATION LINK, WATERPROOFED 20.01 EACH S 41.00 $ jgo.00 "E BIT A 0127 ITEM REAlOVED S 0128 WIRE, NO 4 COPPER, IN PLASTIC DUCT, 4 I/C 625.0 LFT $ 7.00 S 4,375.00 0129 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, BIKE SYMBOL 12.0 EACH S 285.00 S 3,420,00 0130 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN 1091.0 LFT $ 1.20 $ 1,309.20 0131 LINE, THERMOPLASTIC, SOLID, WHITE, 8 IN 198,0 LFT $ 3.15 S 623.70 0132 LINE, REMOVE 2841.0 LFT S 1.25 S 3,551.25 0133 TRANSVERSE MARKINGS, THERMOPLASTIC, PEDESTRIAN CROSSING 12.0 EACH S 195.00 S 2,340.00 0134 TRANSVERSE MARKING, THERMOPLASTIC, YIELD, WHITE, 24 IN (SHARKS TEETH) 85.0 LFT S 22.00 S 1,870.00 0135 LINE, THERMOPLASTIC, DOTTED, WHITE, 6 IN. (2 FT LINE, 4 FT GAP) 66.0 LFT S 4.05 $ 267.30 0136 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN (2 FT LINE, 2 FT GAP) 100.0 LFT S 5.40 S 540.00 0137 LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN 1819.0 LFT S 2.35 S 4,274.65 0138 LINE, THERMOPLASTIC, BROKEN, YELLOW, 4 IN (3' LINE, 9' GAP) 530.0 LFT S 3.45 S 1,828.50 0139 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN 2102.0 LFT 5 1.20 S 2,522.40 0140 TRANSVERSE MARKING, THERMOPLASTIC, CROSSHATCH LINE, WHITE, 12" 123.0 LFT $ 4.70 S 578.10 0141 TRANSVERSE MARKING, THERMOPLASTIC, CROSSHATCH LINE, YELLOW, 12" 35.0 LFT S 4.70 S 164.50 0142 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24 IN 21.0 LFT S 9,35 $ 196.35 0143 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, 6" 261.0 LFT S 2.35 S 613.35 0144 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, LANE INDICATION ARROW 24,0 EACH S 190.00 S 4,560.00 0144-A PAVEMENT MESSAGE,NIARKIVG,'I'IIERAIOPLAS'i'IC, LANE INDICATION ARROW, "FISH I TOOK", Wlll'FE 8.0 EACII S 410.00 $ 3,280.00 0145 SNOWPLOWABLE RAISED PAVEMENT MARKER 32.0 EACH $ 50.00 $ 1,600.00 0146 LINE, THERMOPLASTIC, SOLID, YELLOW, 8" 200.0 LFT S 3.15 S 630.00 0147 GREEN CYCLE: TRACT: MARKING 1076.0 SYS $ 10.00 $ 10.760.00 0148 WATER MAIN, DUCTILE IRON, 12 IN. 2180.0 LFT $ 85.00 S 185,300.00 0149 WATER MAIN. DUCTILE IRON, 8 IN, 260.0 LFT $ 95.00 $ 24,700.00 0150 WATER MAIN, DUCTILE IRON, 6 IN. 30.0 LFT $ 160.00 S 4,800.00 0151 STRUCTURE BACKFILL 2470.0 LFT $ 32.00 S 79,040.00 0152I';i�'L11EiNTRES FORA 110N 2470.0 LFT S 31.81 $ 78,570.70 0153 GATE VALVE, 12 IN. I1.0 EACH S 2,500.00 $ 27,500.00 0154 GATE VALVE, 8 IN. 2.0 EACH $ 11500.00 S 3,000.00 0155 GATE VALVE, 6 IN. 2.0 EACH S 1,000.00 S 2,000.00 0156 COMPLETE HYDRANT ASSEMBLY 6.0 EACH $ 5,500.00 $ 33,000.00 0157 CONNECTION, 6 IN. 2.0 EACH S 2,250.00 S 4,500.00 0158 CONNECTION, 8 IN. 1.0 EACH S 2.500.00 S 2,500.00 0159 CONNECTION, 10 IN. 1.0 EACH S 3,000.00 $ 3,000.00 0160 CONNECTION, 12 IN, 2.0 EACH S 5,000.00 $ 10,000.00 0161 ITEM RE3IOVED S - 0162 SHORT SIDE SERVICE 9.0 EACH S 1,750.00 $ 15,750.00 0163 METER PIT, REPLACE 1.0 EACH $ 1,500.00 S 1,500.00 0164 LINE, STOP, 12 IN. UNDISTURBED 2.01 EACH $ 7,700.00 S 15,400.00 0165 LINE, STOP, 8 IN. UNDISTURBED 2.0 EACH S 5,200.00 S 10,400.00 0166 LINE, STOP 6 IN. UNDISTURBED 2.0 EACH S 4,900.00 $ 9,800.00 0167 VALVE RETIREMENT 6.0 EACH S 700.00 S 4,200.00 0168 HYDRANT RETIREMENT 5.0 EACH S 1,000.00 S 5,000.00 0169 CONCRETE, INTERGRAL COLOR 4550.0 LFT $ 20.00 S 91,000.00 0170 DECORA'T'IVE ASPHALT IILOCK PAVER' I'1'I'E'A' 1260.0 SYS $ 135.001 $ 170,100.00 0171 DECORATIVE ASPHALT BLOCK PAN'ER TYPE'B' lRo.01 SYS S 121.50 S 21,870.00 0171-A CONCRETE PAVER 75.0 SFS $ 108.00 S 8,100.00 0171-B CONCRETE PAN'EiNIENT, 4 IN. 150.0 SFS S 99.00 $ 14,850.00 0172 DRIVEABLE GRASS 355m.o SFT S 16.00 S 57,440.00 0173 STEEL PLANTER, REMOVABLE, 24 IN X 60 IN 40.0 EACH S 3,550.00 S 142,000.00 0174 ITEM REMOVED $ - 0175 ITEM REMOVED $ 0176 DECORATIVE SEATWALL 36.0 LFT $ 750.00 $ 27,000.00 0176-A DECORATIVE: SEAT WALL AT FOUNTAIN 50.0 LFT S 780.00 S 39.000.00 0177 IT'E41 REMOVED $ - 0178 DECORATIVE FOUNTAIN I LS S 197,180.00 S 197,180.00 0179 PLANTING SOIL 2.70.() CYS S 45.00 S 115,650.00 0180 SI IREDDED HARDWOOD MULCH 275.0 CYS S 100.00 $ 27,500.00 0181 IRRIGATION 1 LS $ 70,000.00 S 70,000.00 0182 SEED 2590.(1 SFT S 0.20 S 518.00 0183 DECIDUOUS SHADE TREE, 6 IN CALIPER 18.0 EACH $ 1,370.00 S 24,660.00 0194 DECIDUOUS SHADE TREE, 4 IN CALIPER 17.01 EACH S 710.00 S 12,070.00 "EXHIBIT A 6 0� - 0185 DECIDUOUS SHADE TREE, 2 IN CALIPER 5,0 EACH $ 355.00 S 1,775.00 0185-A DECORA'rlVE BENCIIFS 4.0 EACH S 2,049.66 S 8,198.64 0186 ORNAMENTAL TREE, 6 ET HEIGHT 8.0 EACH S 325.00 S 2,600.00 0187 EVERGREEN SHRUB, NO 3 CONTAINER 249.0 EACH S 42.00 S 10,458.00 0188 DECIDUOUS SHRUB, NO 3 CONTAINER 195.0 EACH S 43.00 $ 8.385.00 0189 ORNAMENTAL GRASS, NO I CONTAINER 681.0 EACH 5 12.00 S 8,172.00 0190 PERRENIAL, NO I CONTAINER 1642.01 EACH I S 12.00 S 20,184.00 0191 IGROUNDCOVER, 4 IN POT 2552.0 EACH S 3.50 S 8,932.00 0192 IDECIDOUSSHADETREEF.J IN CALIPER 29.0 EACIi I S 465.00 S 13,485.00 0193 ISHII ('TI'RAL SOIL 676.01 CVS I S 144.80 $ 97,884.80 $4,979,000.00 Su ' ed By: t Sweeney Signature: r� GpRPOgg2F L IANP "EXHbiT 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. I0:4a : r AFFIDAVIT Jason Dapp , 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 relevant herein have been employed by Gradex, Inc. (the `Employer") in the position of President 3 I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E -Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. S. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the 21 St day of August , 2017. ooRPo�r� SQL Printed: /ason Dapp, President tAt`�, , 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 tru and correct. Printed: Jas n Dapp, President City INDIANA RETAIL TAX EXEMPT Page 1 of 1 ®fir Carmel CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER JL FEDERAL EXCISE TAX EXEMPT 100665 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 8/18/2017 00352393 Project 16 -ENG -38; Contract Date 09.06.17 GRADEX, INC. VENDOR 12900 N MERIDIAN ST SUITE 120 CARMEL, IN 46032 - PURCHASEID BLANKET CONTRACT 18242 QUANTITY UNIT OF MEASURE Department., 2200 Fund:0 Account: 94-650.04 PAYMENTTERMS I DESCRIPTION General Obligation Bond City Engineering's Office SHIP 1 Civic Square TO Carmel, IN 46032 - Kate Lustig 1 Each Range Line Road and Executive Drive Roundabout - Construction Send Invoice To Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 G.O./Storm DEPARTMENT FREIGHT 1 UNIT PRICE EXTENSION 1,263,882.42 $1,263,882.42 Sub Total $1,263,882.42 "*'� �Ivol _PLEASE INVOICE IN DUPLICATE ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT SHIPPING INSTRUCTIONS 'SHIP PREPAID. 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. *PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL NO. 100665 CLERK -TREASURER PAYMENT $1,263,882.42 ' 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 AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. Jeremy Kashman James Crider Director Administration City INDIANA RETAIL TAX EXEMPT Page 1 of 1 CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100666 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE I DATE REQUIRED REQUISITION NO. 8/18/2017 - I - GRADEX, INC. L VENDOR 12900 N MERIDIAN ST SUITE 120 CARMEL, IN 46032 - PURCHASEID BLANKET CONTRACT VENDOR NO. DESCRIPTION 00352393 Project 16 -ENG -38; Contract Date 09.06.17 PAYMENT TERMS 18243 QUANTITY UNIT OF MEASURE DESCRIPTION Department: 2200 Fund: 0 COIT Bond Fund Account: 94-650.04 City Engineering's Office SHIP 1 Civic Square TO Carmel, IN 46032 - Kate Lustig 1 Each Range Line Road and Executive Drive Roundabout - Construction Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 2016 COIT Bond PLEASE INVOICE IN DUPLICATE FREIGHT UNIT PRICE EXTENSION - 3,715,117.58 Sub Total $3,715,117.58 $3,715,117.58 DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $3,715,117.58 SHIPPING INSTRUCTIONS ' AQP 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. 100666 CLERK -TREASURER