Loading...
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