White Construction, Inc/Eng/6,996,000/Monon Boulevard – Phase I and Monon and Main Plaza – ConstructionWhite Construction. Inc.
Engineering Department - 2017
Appropriation # 2016 COIT Bond. 2016 General Obligation Bond Fund: P.O. #: 100686. 100687 e
Contract Not To Exceed $6,996,000.00 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
White Construction, Inc., an entity duly authorized to do business in the State of Indiana ("Vendor").
TERMS AND CONDITIONS
ACKNOWLEDGMENT, ACCEPTANCE:
Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of
same constitutes its acceptance of all of the Agreement's terms and conditions.
PERFORMANCE:
City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City
budget appropriation number 2016 COIT Bond Fund and 2016 General Obligation Bond Fund funds. Vendor
agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by
applying at all times the highest technical and industry standards. Vendor will not perform any of the Services
detailed in Exhibit A prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to
Proceed, the Vendor shall perform only those Services specifically detailed in the Notice. If the Vendor
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 Six Million Nine Hundred Ninety Six Thousand Dollars ($6,996,000.00) (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.
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 "Monon Boulevard — Phase I, Monon and Main Plaza, Project # 16 -
ENG -22/16 -ENG -32" received by the City of Carmel Board of Public Works and Safety on or about August
23, 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.
,, , "a,", I4,I ,.%. N 1 i-0, A, I nyma nne "'I %% "', I lrntni.wri lu, I - 1,-,M I, n, "_ -.J, I" `�iI' I • +: I'\ I!
White Construction. Inc.
Engineering Department - 2017
Appropriation # 2016 COLT Bond. 2016 General Obligation Bond Fund: P.O. #: 100686. 100687
Contract Not To Exceed $6.996,000.00
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.
„11"n"',,I4 ,,..k(' -1,x...1 l_I11unn_"0,%%In" ( —1.n -, In, I". d , , ht 1,I R<. tl -,I J,. I,, .i_ n,] i i i - I.LiP?iI
White Construction. Inc.
Engineering Department - 2017
Appropriation # 2016 COLT Bond, 2016 General Obligation Bond Fund: P.O. #: 100686. 100687
Contract Not To Exceed $6.996,000.00
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
IS 'I". Ak.4 Sir+&(k.dsSaj egL,Qn 1 RWhn.11n—u.-..,(A.I,and Sane. n -2x-1' d, 9,2lU01' 12 111 p%q
White Construction, Inc.
Engineering Department - 2017
Appropriation # 2016 COIT Bond, 2016 General Ohligation Bund Fund: P.O. #: 100686. 100687
Contract Not To Exceed $6,996,000.00
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: White Construction, Inc.
3900 East White Avenue
P.O. Box 249
Clinton, IN 47842
ATTENTION: J.P. Roehm
AND Douglas C. Haney,
Corporation Counsel
Department of Law
One Civic Square
Carmel, Indiana 46032
Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given
orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from
the date of such oral notice.
19. TERMINATION:
19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to
Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by
Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and
Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to
receive only payment for the undisputed invoice amount representing conforming Goods and
Services delivered as of the date of termination, except that such payment amount shall not exceed
the Estimate amount in effect at the time of termination, unless the parties have previously agreed in
writing to a greater amount.
19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the
event of such termination, Vendor shall be entitled to receive only payment for the undisputed
invoice amount of conforming Goods and Services delivered as of the date of termination, except
that such payment amount shall not exceed the Estimate amount in effect at the time of termination,
unless the parties have previously agreed in writing to a greater amount.
19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate.
IN S... \...SG -d, ti ... Vneu--l"1I''W'h,i. 1'in,vu.u.n. In. 0-1, -d S--, r -'x I' d- S'N'W' I' uI INS
White Construction. Inc.
En_ineering Department - 2017
Appropriation # 2016 COIT Bond, 2016 General Obligation Bond Fund: P.O. #: 100686. 100687
Contract Not To Exceed $6.996,000.00
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.
JS --o",,,,
White Construction, Inc.
Engineering Depar(inent - 2017
Appropriation # 2016 COLT Bond, 2016 General Obligation Bond Fund; P.Q. #: IQ()086, 1(x)687
Contract Not To Exceed $6,996,000.00
This Agreement may only be modified by written amendment executed by both parties hereto, or their
successors in interest.
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows:
CITY OF CARMEL, INDIANA
by and through its Board of Public
Works and Safety
James Brainard, Presid
Date:, 9= 6 —
Mary �1'n Burke,mber/
Date:
Lori S< Watso ,g er
Date: Cp r
ATT T:
hristine S. P Iey,q -Treas
Date:
JN W' mb%pl'F.%""kK-.Onhmj Ser'.." X-29-1 I'A'-w;WVV 1-,')a M11
WHITE CONSTRUCTION, INC,
Printed NameU�6�� - `
�`'�w�f-fL-
Title ^'
FID/TIN: -:515- \ '\r(D-S
Last Four of SSN if Sole Proprietor:
Date:�2-` 1�
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with
project name and your company name clearly marked on the
outside. Seal the envelope.
The prices indicated on this sheet shall be read aloud during the
bid opening and shall match the prices indicated in Part 2 of the
Bidders Itemized Proposal and Declarations.
Company:
\t "vy �p1� \2LoC.-11bti1 � t-A(L
Project Name:
Project No. 16 -ENG -22 & 16 -ENG -32
Monon Boulevard — Phase 1
Monon and Main Plaza
Date Submitted:
Base Bid Amount:
r (�C�("n OW Oo
Revised 7/23/2017
'DCHIB(f
10-ri 1
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total %, %L %Unt-j klwe My"Na1=D
9wt n� �titi 11\ f , Za k co/i c o Dollars ($ (61Rg6+00,00). The Bidder
acknowledges that evaluation of the lowest Bid shall be based on such price and fiuther
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.
`EXHIBIT A I
Z Of �I
Version 2016-08-31
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall
be fully and accurately filled in and completed and notarized.
Project: Prj. No. 16 -ENG -22 116 -ENG -32
Monon Boulevard — Phase 1
Monon and Main Plaza
Proposal For Construction of : The construction of a new boulevard roadway and on -street
parking along the existing Monon Trail from 0 Street SW
to Main Street. The streets and on street parking areas will
include both permeable and non permeable pavers, curbs,
sidewalks, soil cells and landscaping, and other utilities A
permeable paver system with underground stone storage and
underdrains will be installed to handle storatwater collection
and treat for water quantity and quality. Water main,
sanitary lines, communications conduits, and Duke Energy
Distribution duct bank will be installed as a part of the
contract. In addition, the Monon and Main Plaza on the
west side of Monon Boulevard from Main Street to 1s, Street
SW will be constructed as apart of the contract. This work
will include the installation of pavers, soil cells and
landscaping, underground detention with a storm sewer
system and water quality device, and other items
2
Date: Auaust 1H. 2017
To: City of Carmel, Indiana, Board of Public Works and Safety
'EXHIBIT
3o,
Version 2016-08-31
PART 3
CONTRACT ITEMS AND UNIT PRICES
Itemized Proposal
MONON BOULEVARD - PHASE I
Contract Item
No.
Item
Quantity
Unit
Unit Cost
Total Price
I
Construction Engineering
1.00
LS
5350,000.00.
$350,000.00
2
Mobilization and Demobilization
1.00
LS
5350,000.00
$350,000.00
3
1 Clearing of Right of Way
1.00
LS
$250,000.00
$250,000.00
4
Excavation, Common
6,560.00
CYD
535.00
5229,600.00
5
SWQCP Preparation and Implementation,
Level 1
1.00
LS
S5,000.00
55,000.00
6
Storm Water Quality Management Budget
17,542.00
DOL
$1.00
$17,542.00
7
Subgrade Treatment, Type IC
220.00
SYS
535.00
57,700.00
8
Subgrade Treatment, Type 11 (Undistributed)
1,753.00
SYS
$12.50
521,912.50
9
Structural Backfill, Type 1
542.40
CYD
$55.00
529,832.00
10
Non -Woven Geotextile
916.00
SYS
S2.00
51,832.00
11
Compacted Aggregate, No. 53
2,147.00
TON
$40.00
585,880.00
12
Geogrid, Non -Permeable
2,093.00
SYS
54.00
58,372.00
13
HMA Surface, Type'B', 9.5 mm
18.00
TON
$150.00
S2,700.00
14
HMA Intermediate, Type'B', 19.0 mm
20.00
TON
$140.00
52,800.00
15
HMA Base, Type'B', 25.0 mm
39.00
TON
5130.00
55,070.00
16
Asphalt for Tack Coat
1.00
TON
5500.00
$500.00
17
PCCP, 12 in., Band
17.00
SYS
5350.00
55,950.00
18
PCCP, 9 in.
2,093.00
SYS
5130.00
5272,090.00
19
PCCP, 6 in.
552.00
SYS
590.00
$49,680.00
20
DELETED
21
Pavers, Type I
22,166.00
SFT
$22.00
$487,652.00
22
Pavers, Type 2
15,801.00
SFT
$21.00
5331,821.00
23
Pavers, Type 3
4,282.00
SFT
$35.00
$149,870.00
24
Pavers, Type 4
388.00
SFT
$28.00
$10,864.00
25
Pavers, Type 5
303.00
SFT
534.00
510,302.00
26
Pavers, Type 6
1,592.00
SFT
S28.00
$44,576.00
27
Pavers, Type 7
51.00
SF I,
S24.00
$1,224.00
28
Pavers, Type 8
120.00
EA
533.00
53,960.00
29
Pavers, Type 9
5,600.00
SFT
$18.99
$106,344.00
30
Pavers, Type 10
238.00
SFT
$19.00
54,522.00
31
Pavers, Type 8. Attic Stock
12.00
EA
545.00
5540.00
"EXHIBIT
Version 2016-08.31
32
Paver, Edge Restraint
1,036.00
LFT
510.00
510,360.00
33
Sidewalk, Concrete
1.739.00
SYS
$110.00
$191,290.00
34
Curb Ramp, Concrete
20.00
SYS
$20000
$4,000.00
35
Curb, Granite, 12" Wide, Type 1
1,243.00
LFT
$125.00
S155,375-00
36
Curb, Granite, 12" Wide, Type 2
582.00
LFT
5100.00
$58,200.00
37
Curb, Granite, 6" Wide, Type 1
1,285.00
LFT
$100.00
5128,500.00
38
Curb, Granite, 6" Wide, Type 2
25.00
LFT
$75.00
$1,875.00
39
Curb, Concrete
144.00
LFT
540.00
55,760.00
40
Curb & Gutter, Concrete, Type II
98.00
LFT
S45.00
$4,410.00
41
Mobilization & Demobilization for Seeding
1.00
EA
51,000.00
$1,000.00
42
Topsoil, Amended - Planting Soil Type A
815.00
CYD
575.00
S61,t25.00
43
Topsoil, Amended - Planting Soil Type B
983.00
CYD
580.00
578,640.00
44
B -Borrow
188.00
CYD
550.00
59,400.00
45
Topsoil, Suspended Pavement Assembly
6,8110.00
SFT
530.00
S206,400.00
46
Topsoil, Structural
72.00
CYD
$90.00
56,480.00
47
Sodding, Nursery
1,210.00
SYS
$5.00
56,050.00
48
Mulch Hardwood Shredded Bark
45.00
CYD
580.00
53,600.00
49
Mulch, Stone
575.00
SFT
510.00
55,750.00
50
Tree Grate, Type 1
21.00
EA
$2,500.00
$52,500.00
51
Tree Grate, Type 2
2.00
EA
52,500.00
$5,000.00
52
Plant, Deciduous Shrub, 5 Gallon
61.00
EA
$65.00
53,965.00
53
Plant, Deciduous Tree, Single Stem, 3" Cal.
39.00
EA
5540.00
521,060.00
54
Plant, Deciduous Tree, Single Stem, 2.5" Cal.
17.00
EA
5525.00
58,925.00
55
Plant, Deciduous Tree, Multi -Stem, G HT
5.00
EA
5250.00
$1,250.00
56
Plant, Perennial, Gallon
2,058.00
EA
515.00
530,870.00
57
Irrigation System
1.00
LS
S85,000.00
585,000.00
58
Field Office
10.00
MO
51,500.00
515,000.00
59
Field Office Equipment
10.00
MO
$200.00
$2,000.00
60
Pipe, Type 4, Circular, 4 in, HDPE
891.00
LFT
$10.00
58,910.00
61
Pipe, Type 2, Circular, 4 in, HDPE
73.00
LFT
S10.00
5730.00
62
Pipe, Type 4, Circular, 6 in, HDPE
484.00
LFT
515.00
57,260.00
63
Pipe, Type 2, Circular, 6 in, HDPE
209.00
LFT
515.00
53,135.00
64
Pipe, Type 4, Circular, 8 in, HDPE
246.00
LFT
520.00
S4,920.00
65
Pipe, Type 4, Circular, 10 in, HDPE
177.00
LFT
S25.00
54,425.00
66
Pipe, Type 2, Circular, 10 in, HDPE
53.00
LFT
525.00
51,325.00
67
Pipe, Type 2, Circular, 12 in, RCP
303.00
LFT
560.00
518,180.00
"EXHIBIT
Version 2016-08-31
68
Pipe, Type 2, Circular, 15 in, RCP
49.00 LFT
570.00
S3,430.00
69
Pipe, Type 2, Circular, 18 in, RCP
207.00 LFT
585.00
SI7,595M
70
Pipe, Type 2, Circular, 24 in, RCP
140.00 LFT
595.00
$13,300.00
71
Pipe, Type 2, Circular, 30 in, RCP
84.00 LFT
$125.00
510,500.00
72
Manhole, C-2
2.00 EA
54,000.00
58,000.00
73
Manhole, C-4
8.00 EA
$3,500.00
528,000.00
74
Manhole, J-4
1.00 EA
55,000.00
55,000.00
75
Manhole, K-4
1.00 EA
$6,500.00
56,500.00
76
Inlet, E-7
5.00 EA
52,250.00
$11,250.00
77
Inlet, G-7
1.00 EA
$3,250.00
$3,250.00
78
Inlet, J-10
3.00 EA
$2,750.00
58,250.00
79
Nyloplast Drain Basin, 18"
3.00 EA
$1,800.00
55,400.00
80
Nyloplast Drain Basin, 24"
2.00 EA
$2,000.00
$4,000.00
81
Overflow Cleanout
5.00 EA
$400.00
$2,000.00
82
Underdrain Cleanout
8.00 EA
5600.00
54,800.00
83
Existing Structure Connection
4.00 FA
51,250.00
$5,000.00
84
Geotextiles for Permeable Paver Trench
747.00 SYS
52.00
51,494.00
85
Aggregate for Permeable Paver Trench, No.
2, Washed
367.70 CYD
$65.00
S23,900.50
86
Geotextiles for 4" Silva Cell Underdrain
397.00 SYS
$2.00
5794.00
87
Aggregate for 4" Silva Cell Underdrain,
Washed
98.00 CYD
575.00
$7,350.00
88
Stormsewer Casting, Adjust To Grade
1.00 EA
5750.00
5750.00
89
Structure Hood
12.00 EA
5950.00
$11,400.00
90
12" Ductile Iron Water Main
1,200.00 LFT
$75.00
590,000.00
91
Structure Backfill, Water Main
600.00 CYS
560.00
536,000.00
92
12" Gate Valve
8.00 EA
$2,900.00
523,200.00
9;
Complete Hydrant Assembly
5.00 EA
$5,600.00
528,000.00
94
8" Connection
2.00 EA
$4,500.00
59,000.00
95
12" Connection
3.00 EA
$4,250.00.
512,750.00
96
Long Side Service
1.00 EA
$3,250.00
$3,250.00
97
Water Valve, Adjust to Grade
6.00 EA
S250.00
51,500.00
98
Meter Pit, Adjust to Grade
1.00 EA
5450.00
5450.00
99
Meter Pit, Replace (Undistributed)
2.00 EA
51,750.00
$3,500.00
100
Line Stop 12" (Undistributed)
2.00 EA
56,000.00
$12,000.00
101
Line Stop 8" (Undistributed)
2.00 EA
34,000.00
58,000.00
102
Line Stop 6" (Undistributed)
2.00 EA
53,500.00
57,000.00
103
EZ Valve 12" (Undistributed)
2.00 EA
$10,000.00
520,000.00
104
EZ Valve 8" (Undistributed)
2.00 EA
38,000.00
516,000.00
105
EZ Valve 6" (Undistributed)
2.00 EA
56,000.00
S12,000.00
"EXHIBIT /I
version ?016-03-31
106
Valve Retirement
5.00
EA
5750.00
S3,750.00
107
Hydrant Retirement
4.00
EA
$1,000.00
54,000.00
108
Road Closure Sign Assembly
4.00
EA
5500.00
$2,000.00
109
Detour Route Marker Assembly
19.00
EA
$300.00
S5,700.00
110
Construction Sign A
3.00
EA
$400.00
$1,200.00
111
Construction Sign B
2.00
EA
SI15.00
5230.00
112
Barricade III -B
96.00
LFT
$40.00
53,840.00
113
Maintenance of Traffic
1.00
LS
S 150,000.00
$150,000.00
114
Monon Trail Construction Signage
(Undistributed)
18.00
EA
$500.00
59,000.00
115
Sign Post, Square, Type 1, Reinf. Anc. Base
438.00
LFT
517.50
57,665.00
116
Decorative Street Sign Assembly
20.00
EA
S1,750.00
S35,000.00
117
Sign, Sheet, with legend 0.080"
155.50
SFT
$18.00
$2,799.00
118
Sign, Sheet, with legend 0.100"
57.50
SFT
SI8.00
$1,035.00
119
Utility Manhole, 3' Diameter
19.00
EA
$2,000.00
538,000.00
120
Utility Box, 4'x4'x4', Split Box
5.00
EA
$4,750.00
523,750.00
121
Conduit, PVC 4", Schedule 40
2,055.00
LFT
SI 1.00
522,605.00
122
Conduit, 4" Innerduct w/ 4 x V Innerducts
1,422.00
LFT
$16.00
522,752.00
123
Utility Structure, Adjust to Grade
2.00
EA
$800.00
51,600.00
124
Sanitary Sewer Manhole, Type 1
1.00
EA
55,500.00
$5,500.00
125
8" PVC - SDR -35 Sanitary Main
55.00
LFT
S75.00
54,125.00
126
Structure Backfill, Sanitary Main
55.00
LFT
575.00
54,125.00
127
6" PVC Sanitary Lateral
10.00
LFT
$60.00
5600.00
128
Structure Backfill, Sanitary Lateral
10.00
LFT
$60.00
5600.00
129
Sanitary Manhole, Adjust Casting to Grade
1.00
EA
5950.00
5950.00
130
Mechanically Core Existing Structure,
Sanitary
1.00
EA
51,250.00
S1,250.00
131
Transverse Marking, Thermoplastic, Stop
Bar, 24"
36.00
LFT
$35.00
$1,260.00
132
Pvmt Msg Mkg, Thermoplastic, "X- ING
PED", Replace
1.00
EA
$1,400.00
51,400.00
133
Construction Fence w/ Screening, 8 ft.
2,664.00
LFT
525.00
566,600.00
134
Tree Preservation Fence
14.00
EA
5100.00
S1,400.00
135
Partial Building Demolition, Historic Society
1.00
LS
S2,500.00
S2,500.00
136
Bub's Cafe Parking
1.00
LS
537,500.00
537,500.00
137
6" Connection
1.00
EA
$4,000.00
54,000.00
1 38
Relocate deter Pit . Sen ice Linc
1.00
EA
S2,000.00
52,000.00
139
Pavers, Bike Symbol
7.00
EA
51,500.00
510,500.00
140
Sidewalk, Concrete, 61\
840.00
SYS
S105.00
S88,200.00
141
Curb, Granite, 6" Nide, Type 3
28.00
I..F-I
5200.00
55,600.00
"EXHIBT
7J(/
Vcricn 1016-03-31
142
Plant, Perennial, 3 Gallon
7.00
EA
S35.00
$245.00
143
Irrigation Repair
1.00
LS
$5,000.00
$5,000.00
144
Luminaire, Type Sl
15.00
EA
S6,900.00
$103,500.00
145
Luminaire, Type S2
3.00
EA
S16,800.00
$50,400.00
146
Luminaire, Type S3
4.00
EA
SI2,000.00
$48,000.00
147
Luminaire, Type S4
1.00
EA
S16,800.00
$16,800.00
148
Electrical Service Point
2.00
EA
$8,200.00
$16,400.00
149
Receptacle, Ground Box, GFI
62.00
EA
$860.00
$53,320.00
150
Handhole, Lighting, Polymer Concrete
6.00
EA
$800.00
54,800.00
151
Wire, No. 6 Copper, in Sch. 40 PVC Conduit,
In Trench, 3/C
1,464.00
LFT
53.50
$5,124.00
152
Wire, No. 8 Copper, in Sch. 40 PVC Conduit,
In Trench, 31C
186.00
LFT
$3.25
S604.50
153
Communication Cabinet
2.00
EA
SI0,000.00
S20,000.00
154
DELETED
--
155
Modified Electrical Service Point
1.00
EA
S5,000.00
55,000.00
156
Wire, No. 10 Copper, in Sch. 40 PVC
Conduit, In Trench, 3.0
12,564.00
LFT
52.50
S31,410.00
157
Wire. No. 12 Copper, in Sch. 40 PVC
Conduit, In Trench, NC
100.00
LFT
$2.50
$250.00
158
Conduit, PVC V
2,993.00
LFT
$10.00
529,930.00
159
Conduit, PVC 2"
765.00
LFT
510.50
S8,032.50
160
Conduit, PVC 3"
387.00
LFT
512.00
54,644.00
161
Conduit, PVC 4"
530.00
LFT
S12.50
56,625.00
162
Concrete Remove (Undistributed)
1,000.00 1
SYS
$12.50
512,500.00
Total Itemized Proposal (MONON BOULEVARD - PHASE I)
S5,521,040.00
Itemized Proposal
MONON AND MAIN PLAZA PROJECT
Contract Item Item Quantity Unit Unit Cost Total Price
No.
MM -1 Construction Engineering 1.00 LS $100,000.00 S100,000.00
MM -2 Mobilization and Demobilization 1.00 LS 5100,000.00 $100,000.00
MM -3 Clearing of Right of Way 1.00 LS 5501000.00 S50,000.00
MM -4 Excavation, Common 3,034.00 CYD S35.00 $106,190.00
MM -5 DELETED _
MM -6 Compacted Aggregate, No. 53, Base 206.00 TON $45.00 S9,270.00
MM -7 Aggregate, Pea Stone 2.18 TON $100.00 $218.00
MM -8 DELETED __
MM -9 Pavers - Granite 1,041.00 SFT 545.00 $46,845.00
MM -10 Pavers - Brick, Sidewalk Band 921.00 1 SFT 1 $27.00 Sz4,867.00
Y A
Fil-i181T
Version 2016-08.31
MM -11
Pavers - Brick, Field
5,148.00
SFT
$27.00
$138,996.00
MM -12
Pavers - Brick, Tree Grate Banding
218.00
SFT
$28.00
S6,104.00
MM -13
Structural Backfill Silva Soil System
2,316.00
SFT
531.00
571,796.00
MM -14
Curb, Concrete, Flush
394.00
LFT
$50.00
519,700.00
MM -15
Fountain
1.00
LS
5170,000.00
5170,000.00
MM -16
Bench
25.00
EA
S1,850.00
546,250.00
MM -17
Bench - Chill Chair
8.00
EA
S1,050.00
S8,400.00
MM -18
Table - Caf6
15.00
EA
5950.00
514,250.00
MM -19
Chairs - Caf6
46.00
EA
$375.00
S17,250.00
MM -20
Table - Side
6.00
EA
51,250.00
$7,500.00
MM -21
Tree Grate
11.00
EA
52,000.00
S22,000.00
MM -22
Light - Acorn Fixture and Post
12.00
EA
55,850.00
$70,200.00
MM -23
Light Standard Foundation
12.00
EA
$1,500.00
$18,000.00
MM -24
Light - In Grade Accent Light
22.00
EA
51,000.00
$22,000.00
MM -25
DELETED
MM -26
Soil - Horticultural
88.00
CYD
595.00
S8,360.00
MM -27
Mulch hardwood Shredded Bark
2.25
CYD
585.00
5191.25
MM -28
Plant Deciduous Tree, Single Stem, Over 3.5
IN
11.00
EA
S750.00
$8,250.00
MM -29
Plant Ornamental Grass
99.00
EA
$15.00
S1,485.00
MM -30
Plant Perennial
269.00
EA
59.00
$2,421.00
MM -31
SOD Lawn
432.00
SYS
55.00
$2,160.00
MM -32
Temporary Inlet Protection
8.00
EA
S100.00
5800.00
MM -33
Concrete Washout
1.00
EA
S250.00
5250.00
MM -34
Temporary Construction Entrance
1.00
EA
S1,250.00
S1,250.00
MM -35
Structural Backfill, Type 1
285.00
CYD
$60.00
$17,100.00
MM -36
Subgrade Treatment, Type 11
55.00
SYS
$15.00
5825.00
MM -37
Pipe, Type 2, Circular, 12 in, RCP
212.00
LFT
$50.00
$10,600.00
MM -38
Pipe, Type 2, Circular, 15 in, RCP
138.00
LFT
S65.00
$8,970.00
MM -39
Pipe, Type 2, Circular, 18 in, RCP
78.00
LFT
575.00
$5,850.00
MM -40
Pipe, Type 2, Circular, 12 in, PVC SDR -26
45.00
LFT
550.00
52,250.00
� I �d -•I I
Slonnwater Connection to Existing
Pipes!Structures
2.00
EA
S1,000.00
52,000.00
MM -42
Water Quality Structure, ADS -DD 4'dia.
1.00
EA
517,500.00
517,500.00
MM -43
Manhole, Diversion for Water Quality
Structure
1.00
EA
56,500.00
S6,500.00
MM -44
Contech, Underground Detention Pipes
1.00
LS
599,322.75
S99,322.75
MM -45
Detention Basin Outlet Structure
1.00
EA
$5,000.00
S5,000.00
MM -46
Detention Basin 30" Access Riser
2.00
EA
S1,000.00
S2,000.00
'EXHIBITA
70f (/
Version 2016-08-31
MM -47
Granular Structural Fill over Underground
Detention Basin
275.00
CYD
$50.00
513,750.00
MM -48
Manhole, C-4
6.00
EA
53,000.00
518,000.00
MM -49
Inlet, A-2 and Casting
1.00
EA
$2,000.00
52,000.00
MM -50
Vault - Standard Fountain
1.00
EA
515,000.00
$15,000.00
MM -51
Conduit. 1-1/4" In Trench With Wiring (1750)
350.00
LFT
515.00
$5,250.00
MM -52
Receptacle - In Grade Pedestal Receptacle
11.00
EA
$875.00
59,625.00
MM -53
Transformer - In Grade Accent Light
1.00
EA
$1,000.00
$1,000.00
MM -54
Low Voltage Wiring - In Grade Accent Light
500.00
LFT
$12.50
56,250.00
MM -55
Conduit, V In Trench With Wiring
2,255.00
LFT
515.00
533,825.00
MM -56
Conduit, 1-1/2" In Trench With Wiring
(F100)
240.00
LFT
516.80
$4,032.00
MM -57
Conduit, V In Trench With Telecom Wiring
540.00
LFT
$17.50
59,450.00
MM -58
Pavers, Fountain
624.00
SFT
528.00
S17,472.00
MM -59
Maintenance of Traffic
1.00
LS
525,000.00
$40,250.00
MM -60
Inlet, Remove
1.00
EA
S500.00
5500.00
Mill -61
Pipe, Remove
325.00
LFT
525.00
$8,125.00
MM -62
Pavers, Brick, ADA Tactile
28.00
SFT
$95.00
52,660.00
MM -63
Trench Drain
99.00
LFT
5150 0 0
$14,850.00
Total Itemized Proposal (MONON AND MAIN PLAZA)
$1,474,960.00
Total NIONON BOULEVARD - PHASE 1
$5,521,040.00
Total NIONON AND MAIN PLAZA
$6,996,000.00
Total Contract (16 -ENG -22/32)
$6,996,000.00
`E?;HItsiT
1
Version 2016-08-31
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall filly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result in
this Bid being rejected as non-responsive.
5.3 Exceptions:
IN VY I M Mv C 9 W%71 OT ILI
Version 2016-08-31
EXHIBIT B
Invoice
Name of Company:
Address & Zip:
Telephone No.:
Fax No.:
Project Name:
Invoice No.
Purchase Order No:
Date:
Signature
Printed Name
Goods
Services
Person Providing
Goods/Services
Date
Goods/
Service
Provided
Goods/Services Provided
(Describe each good/service
separately and in detail)
Cost Per
Item
Hourly
Rate/
Hours
Worked
Total
GRAND TOTAL
Signature
Printed Name
EXHIBIT C
INSURANCE COVERAGES
Worker's Compensation & Disability
Employer's Liability:
Bodily Injury by Accident/Disease:
Bodily Injury by Accident/Disease:
Bodily Injury by Accident/Disease:
Commercial General Liability:
General Aggregate Limit (other than
Products/Completed Operations):
Products/Completed Operations:
Personal & Advertising Injury
Each Occurrence Limit:
Statutory Limits
$1,000,000 each employee
$1,000,000 each accident
$ 1,000,000 policy limit
$6,000,000
$5,000,000
k. 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
AFFIDAVIT
\Dalt I LUN.�-& t& • V�V. , 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: .
1, I am over eighteen (18) years of age and am competent to testify to the facts contained
herein.
2. 1 a now ant all times relevant rein have been employed by
]t]�— (the "Employer")
in the position of
3. I am familiar with the employment policies, practices, and procedures of the Employer and
have the authority to act on behalf of the Employer.
4. The Employer is enrolled and participates in the federal E -Verify program and has
provided documentation of such enrollment and participation to the City of Carmel,
Indiana.
5, The Company does not knowingly employ any unauthorized aliens.
FURTHER AFFIANT SAYETH NOT.
EXECUTED on the _day of Nl�x20_��.
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.
Printed:
JL INDIANA RETAIL TAX EXEMPT Page 1 of 1
City
o Carmel CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT 100686
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 DATE DATE REQUIRED REQUISITION NO.
8/28/2017
WHITE CONSTRUCTION, INC.
VENDOR 3900 E. WHITE AVENUE
CLINTON, IN 47842 -
PURCHASE ID BLANKET CONTRACT
18477
QUANTITY UNIT OF MEASURE
Department., 2200 Fund: 0 COIT Bond Fund
Account: 94-650.04
VENDOR NO. DESCRIPTION
371561 Project 16 -ENG -22 and 16 -ENG -32; Contract Date 09.06.17
City Engineering's Office
SHIP 1 Civic Square
TO Carmel, IN 46032 -
Kate Lustig
PAYMENT TERMS FREIGHT
DESCRIPTION
UNIT PRICE EXTENSION
1 Each Monon Boulevard - Phase 1 and Monon Plaza - Construction 5,746,000.00 $5,746,000.00
Sub Total $5,746,000.00
G�OFCgRF
Send Invoice To:
City Engineering's Office
Kate Lustig
1 Civic Square
Carmel, IN 46032-
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $5,746,000.00
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. 100686 CLERK -TREASURER
INDIANA RETAIL TAX EXEMPT Page 1 of 1
City ®f C armedCERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT 100687
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 DATE' DATE REQUIRED REQUISITION NO VENDOR NO.
8/28/2017 371561
WHITE CONSTRUCTION, INC.
VENDOR 3900 E. WHITE AVENUE
CLINTON, IN 47842 -
PURCHASEID BLANKET CONTRACT
18480
QUANTITY UNIT OF MEASURE
Department: 2200 Fund: 0
Account. 94-650.04
PAYMENT TERMS
DESCRIPTION
General Obligation Bond
DESCRIPTION
Project 16 -ENG -32 and 16 -ENG -22; Contract Date 09.06.17
City Engineering's Office
SHIP 1 Civic Square
TO Carmel, IN 46032 -
Kate Lustig
1 Each Monon Boulevard - Phase I and Monon and Main Plaza -
Construction
FREIGHT
UNIT PRICE EXTENSION
1,250,000.00 $1,250,000.00
Sub Total $1,250,000.00
Send Invoice To:
City Engineering's Office
Kate Lustig
1 Civic Square
Carmel, IN 46032-
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $1,250,000.00
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 L?"`•"'''
'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. 100687 CLERK -TREASURER