Loading...
White Construction, Inc/Eng/3,572,000/Main Street and Gray Road Roundabout, Gray Road Multi-Use Path, Carey Road and Main Street Path Extension – ConstructionWhite Construction, Inc Engineering Department - 2017 e Appropriation # 2016 COIT Bond Fund; P.O. #: 100708 Contract Not To Exceed $3,572,000.00 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. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 2016 COIT Bond 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. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Three Million Five Hundred Seventy Two Thousand Dollars ($3,572,000.00) (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. 11 1111 I _::_► 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 "Main Street and Gray Road Roundabout, Gray Road Multi -Use Path, Carey Road and Main Street Path Extension, Projects # 16 -ENG -55, 16 -ENG -97, and 16 -ENG -109" received by the City of Carmel Board of Public Works and Safety on or about September 6, 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. IS.\ContrntsTrof Sccs 8 Goods S— Engineering;?u 17 White Construction. Inc. Goods and Services 9.7.17.doc V7/20I7 10:43 AMI White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund; P.O. #: 100708 Contract Not To Exceed $3,572,000.00 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. 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. 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. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property, Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. ISAConlratts\Prof.S%cs & Goods SscsTnginccring,2017\Whi1c Consimcnon. Inc. Goods and Sen ices '1 7 17.doc.9 7; 2017 10.41 ANIS White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund; P.O. #: 100708 Contract Not To Exceed $3,572,000.00 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 jS1ConuxtstProf Svcs & Goods S%,WEngineering11017W1dte Const/ ion. Inc. Goods and Sm-im 9.7.17 dac W712017 10:13 AMS White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund; P.O. #: 100708 Contract Not To Exceed $3,572,000.00 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S, certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, One Civic Square Corporation Counsel Carmel, Indiana 46032 Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: White Construction, Inc. 3900 East White Avenue P.O. Box 249 Clinton, IN 47842 ATTENTION: J.P. Roehm Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount, 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. IS:\Cont ts\Prof Secs R Goods Svcs\Engi=ring\2017\W1dte Construnion. IM. Goods and Services 9.7.17.doc:9/72017 I0:47 AMI 4 White Construction, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund; P.O. #: 100708 Contract Not To Exceed $3,572,000.00 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2017 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. IC 5-16-13. The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference. 29. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. IS,,Tontmc sTrof Sces A Goods S—TngineenngQ017TW1ute Consmtcnon. Inc. Goods and Sen ices 9 7.17.doc v 7 21117 10. 43 ANIS White Construction. Inc. Engineering Department - 2017 Appropriation h 2016 COIT Bond Fund; P.O. �": 100708 Contract Not To Exceed 53,572,000,00 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: XamesBrainard, Pre iding Officer Date: _ 1 Mary Ann u e, e r Date: Lori S. Wattuber Date: t ATTEST: Christine S. Papley, Clerk -Treasurer Date: 1, Cavae• hd Gcs a C;eaAs r n Eepam`we ? rI-Uft. C..Ww�. W Cmk ad 3•n►cs I I I?dWf•1.i41T 10V AMI WHITE CONSTRUCTION, INC. Y. Au horized Signature Printed Name ` Title FID/TIN: _55_\\"C0_5 Last Four of SSN if Sole Proprietor: Date: BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: White Construction, Inc. 3900 E. White Ave. Clinton, IN. 47842 Project Name: Project No. 16 -ENG -55, 16 -ENG -97, and 16 -ENG -109 Main Street and Gray Road Roundabout, Gray Road Multi -Use Path, and Carey Road and Main Street Pathway Extension Date Submitted: September 6, 2017 Base Quote �j rj 2 DM O C) Amount: Revised 8/11/2017 .EXHIBIT A. iOrlz 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: Main Street and Gray Road Roundabout (Project # 16 -ENG -55) Gray Road Multi -Use Path (Project # 16 -ENG -97) Proposal For Construction of : Carey Road and Main Street Pathway Extension (Project # 16 -ENG -109) Intersection improvement at Main Street and Gray Road will consist of replacing a signalized intersection with a roundabout. The proposed roundabout will provide 2 lanes of travel for east -west traffic and a single lane for north -south traffic. A multi -use path will be installed along the west side of gray road and along the north side of Main Street. Sidewalk will be replaced wherever necessary. Multi -use path improvements along Gray Road consist of replacing sidewalk along the west side of Gray Road with a new multi -use path. The shared used path will start approximately 1000 feet north of the intersection of 116th Street and Gray Road and continue to the intersection of 136th Street and Gray Road. Pathway improvements along Carey Road and Main Street consist of connecting the existing sidewalk on the east side of Carey Road from the sidewalk previously constructed as a part of the Carey Road and Hawthorne Drive Roundabout and the existing sidewalk to the north. The sidewalk will maintain a buffer between the roadway and the sidewalk location. Also, the section of pathway along Main Street from Harrowgate Drive to Cool Creek Court will be reconstructed. This section of the project will include the construction of a modular block wall on the backside of a portion of the new pathway. Date: September 6. 2017 To: City of Carmel, Indiana, Board of Public Works and Safety 'EMIBR oflL Version 2016-08-31 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, whicUnit Prices, w4en multiplied by estimated unit quantities for such Contract Items, tots IWE Mluuorsyl-Wjt4DRED 56JEt.{N=1�,to'T�1o�At-�o �F�Cp �— Dollars ($ 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. "EXHIBIT Version 2016-08-31 PART 3 CONTRACT ITEMS AND UNIT PRICES CARMEL PROJECT #16 -ENG -55, #16 -ENG -97, and # 16 -ENG -109 DESCRIPTION: Main Street and Grav Road Roundabout. Gray Road Multi -Use Path, and Carev Road and Main Street Pathwav Extension ITEMIZED PROPOSAL DATE: August 31, 2017 LETTING DATE: September 6.2017 CONTRACTOR: WHITE CONSTRUCTION, INC. ITEM NO. Description I Unit I Quantity Unit Price Total - 16 -ENG -55 (MAIN STREET AND GRAY ROAD ROUNDABOUT) I CONSTRUCTION ENGINEERING LS 1 $108,000.00 $108,000.00 2 MOBILIZATION AND DEMOBILIZATION LS 1 $150,000.00 $150,000.00 CLEARING RIGHT OF WAY LS 1 $88,804.28 $88,804.28 4 SIDEWALK CONCRETE, REMOVE SYS 890 $7.00 $6,230.00 5 CONCRETE CURB, REMOVE LFT 863 $7.00 $6,041.00 6 SIGNAL POLE FOUNDATION, REMOVE EACH 4 $250.00 $1,000.00 - FENCE, REMOVE LFT 291 $5.00 $1,455.00 EXCAVATION, COMMON CYS 5000 $35.00 $175,000.00 9 EXCAVATION, COMMON (UNDISTRIBUTED) CYS 750 $10.00 $7,500.00 10 BORROW CYS 4517 $0.01 $45.17 I I COMPACTED AGGREGATE NO. 53 BASE (UNDISTRIBUTED).00 TON 1;00$15.00 $22,500.00 12 GEOGRID(UNDISTRIBUTED) SYS 2249 $1.50 $3,373.50 13 TEMPORARY INLET PROTECTION EACH 38 $125.00 $4,750.00 14 TEMPORARY MULCH TON 2 $430.00 $860.00 15 TEMPORARY SILT FENCE LFT 3612 $1.25 $4,515.00 16 NO.2 STONE TON 200 $17.50 $3,500.00 17 TEMPORARYGEOTEXTILE SYS 470 $1.25 $587.50 1 , TEMPORARY SEED MIXTURE LBS_ n7 $0.82 $169.74 19 TEMPORARY CULVERT PROTECTION EACH 4 $250.00 $1,000.00 20 EROSION CONTROL BLANKET SYS 260 $1.43 $371.80 21 SEDIMENT REMOVE CYS 50 $25.00 $1,250.00 22 SUBGRADE TREATMENT, TYPE IB (CEMENT ONLY) SYS 12903 $7.50 $96,772.50 23 STRUCTURE BACKFILL, TYPE 1 CYS 4005 $35.00 $140,175.00 24 COMPACTED AGGREGATE NO. 53 BASE TON 584 $25.00 $14,600.00 "EXHIBIT 4Cf2 ITEM NO. Description I Unit I Quantity Unit Price Total 16 -ENG -55 (MAIN STREET AND GRAY ROAD ROUNDABOUT) 25 MILLING, ASHPALT, 1 1/2 IN. SYS 417 $7.50 $3,127.50 26 HMA TYPE C, SURFACE, 9.5 MM TON 768 $65.00 $49,920.00 27 HMA TYPE C, INTERMEDIATE, 19.00 MM TON 1221 $58.00 $70,818.00 28 HMA TYPE C, BASE, 25.00 MM TON 3242 $50.00 $162,100.00 29 JOINT ADHESIVE, SURFACE LFT 4405 $0.30 $1,321.50 30 JOINT ADHESIVE, INTERMEDIATE LFT 4405 $0.30 $1,321.50 31 LIQUID ASPHALT SEALANT LFT 4405 $0.10 $440.50 32 HMA TYPE C, INTERMEDIATE, OG 19.00 MM TON 1318 $60.00 $79,080.00 33 ASPHALT FOR TACK COAT TON 9 $500.00 $4,500.00 34 BASE SEAL TON 7 $500.00 $3,500.00 35 COLORED AND JOINTED CONCRETE, 7' SYS 241 $91.00 $21,931.00 36 HMA FOR SIDEWALK TON 216 $70.00 $15,120.00 37 SIDEWALK, CONCRETE, 4' SYS 739 $46.00 $36,294.00 38 CURB RAMP, CONCRETE SYS 339 $100.00 $33,900.00 39 DETECTABLE WARNING SURFACE SYS 40 $310.00 $12,400.00 40 HANDRAIL LFT 2n3 $191.00 $38,773.00 41 CURB, CONCRETE LFT 1 J�;7 $22.50 $32,782.50 42 CURB AND GUTTER, CONCRETE, COMBINED, TYPE I$19.50 LFT 3044 $59,358.00 43 CENTER CURB, D CONCRETE SYS 3 $185.00 $2,405.00 44 CURB, CONCRETE, DEPRESSED LFT 80 $38.50 $3,080.00 45 CURB AND GUTTER, CONCRETE DEPRESSED LFT 263 $19.00 $4,997.00 46 MODIFIED ROLL CURB, CONCRETE LFT 249 $25.50 $6,349.50 47 BARRIER CURB AT TRUCK APRON, CONCRETE LFT 186 $23.50 $4,371.00 48 PCCP FOR APPROACHES, 9 IN. SYS 394 $63.00 $24,822.00 49 EACH 30 $0.00 $0.00 50 EACH 30 $0.00 $0.00 51 MULCHING MATERIAL TON 2 $430.00 $860.00 52 FERTILIZER TON 1 $402.00 $402.00 53 SEED MIXTURE U LBS 147 $4.12 $605.64 54 WATER kGal 8 $5.00 $40.00 55 TOPSOIL CYS 750 $20.00 $15,000.00 56 SODDING, NURSERY SYS 1948 $3.49 $6,798.52 'EXHIBIT ' 6-A,( (2 ITEM NO. Description Unit Quantity Unit Price Total 16 -ENG -55 (MAIN STREET AND GRAY ROAD ROUNDABOUT) 89 TRAFFIC SIGNAL EQUIPMENT, REMOVE EACH 4 $2,700.00 $10,800.00 91) TRANSPORTATION OF SALVAGEABLE SIGNAL EQUIPMENT LS 1 $900.00 $900.00 91 CONDUIT, STEEL, GALVANIZED, 2 IN. LFT 310 $19.00 $5,890.00 92 SERVICE POINT, TYPE II EACH l $700.00 $700.00 q; LUMINAIRE, ORNAMENTAL EACH 8 $1,500.00 $12,000.00 94 LIGHT POLE, ORNAMENTAL, 15 FT EACH 8 $5,600.00 $44,800.00 95 rGHT STANDARD FOUNDATION, 18 IN X 18 IN X 72 EACH 8 $900.00 $7,200.00 96 WIRE, NOA COPPER, IN PLASTIC DUCT IN TRENCH, 4 I/C EACH 631 $13.00 $8,203.00 97 CONNECTOR KIT, UNFUSED EACH S $53.00 $424.00 9� CONNECTOR KIT, FUSED EACH 8 $53.00 $424.00 99 MULTIPLE COMPRESSION FITTING, NON- WATERPROOFED EACH 24 $40.00 $960.00 100 INSULATION LINK, NON -WATERPROOFED EACH 8 $38.00 $304.00 101 CABLE, POLE CIRCUIT, THWN, NO. 10 COPPER, STRANDED 1/C LFT 600 $0.85 $510.00 102 CONDUIT, PVC, 4 IN. LFT 707 $12.00 $8,484.00 103 CONDUIT, PVC, 4IN. WITH INNERDUCTS LFT 707 $16.00 $11,312.00 104 PULL BOX EACH 20 $350.00 $7,000.00 105 CONTROLLER CABINET FOUNDATION, P I EACH I $1,700.00 $1,700.00 106 CONTROLLER CABINET, P EACH 1 $4,100.00 $4,100.00 107 SIGNAL HANDHOLE EACH 5 $1,100.00 $5,500.00 1 i+\ TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE WHITE 24 IN. LFT 480 $6.00 $2,880.00 I ! + LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN. LFT 146 $2.10 $306.60 1 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 19 $2.00 $38.00 III LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN. LFT 1096 $1.50 $1,644.00 112 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 3440 $0.80 $2,752.00 1 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, LANE INDICATION ARROW EACH 8 $120.00 $960.00 114 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, LANE INDICATION ARROW(FISHHOOK) EACH 8 $145.00 $1,160.00 I I TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE WHITE 36IN SHARK TEETH LX 88 $13.00 $1,144.00 116 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN. LFT 208 $3.35 $696.80 117 LINE, THERMOPLASTIC, DOTTED, WHITE, 6 IN LFT 20 $2.50 $50.00 I I TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE 24" LFT 24 $6.00 $144.00 SNOLLWOWOWABLE RAISED PAVEMENT MARKERS, EACH 20 $50.00 $1,000.00 ,+ FIELD OFFICE Mos 6 $1,750.00 $10,500.00 "EXHIBIT /� V ITEM NO. Description Unit Quantity Unit Price 'Total 16 -ENG -55 (MAIN STREET AND GRAY ROAD ROUNDABOUT) 121 16" DI WATER MARY LFT 497 $125.00 $62,125.00 122 l2" DI WATER MAIN LFT 279 $105.00 $29,295.00 123 16" CONNECTION EA 1 $4,500.00 $4,500.00 124 12" CONNECTION EA 1 $3,500.00 $3,500.00 125 REMOVE, REPLACE AND ADJUST FIRE HYDRANT TO GRADE EA 1 $7,500.00 $7,500.00 126 12" GATE VALVE EA 2 $2,500.00 $5,000.00 127 12" TAPPING VALVE WITH SADDLE EA 1 $6,000.00 $6,000.00 128 VALVE ADJUST TO GRADE EA 1 $250.00 $250.00 129 VALVE RETIREMENT EA 1 $500.00 $500.00 130 8"C-900 DR18 PVC FORCE MAIN LFT 4 � 7 $50.00 $22,850.00 131 SANITARY MANHOLE RECONSTRUCT EA 1 $1,000.00 $1,000.00 132 SANITARY MANHOLE ADJUST TO GRADE EA 2 $750.00 $1,500.00 133 8" FORCE MAIN CONNECTION EA 2 $2,000.00 $4,000.00 134 SANITARY TYPE RI CLEANOUT EA 1 $600.00 $600.00 135 A f),IUSTMENT OF SECTION CORNER EA 1 $1,300.00 $1,300.00 SUBTOTAL (16 -ENG -55)= $2,396,804.05 "EXHIBIT 7 S (Z ITEM NO. Description I Unit I Quantitiy Unit Price Total 16-ENG-97(GRAY ROAD MULTIUSE PATH) 1 CONSTRUCTION ENGINEERING LS 1 $20,000.00 $20,000.00 MOBILIZATION AND DEMOBILIZATION LS 1 $75,000.00 $75,000.00 3 CLEARING RIGHT OF WAY LS 1 $50,000.00 $50,000.00 4 SIDEWALK CONCRETE, REMOVE SYS 2825 $5.00 $14,125.00 5 CONCRETE CURB & GUTTER, REMOVE LFT 6 $50.00 $300.00 6 CONCRETE CURB, REMOVE LFT 476 $12.50 $5,950.00 7 EXCAVATION, COMMON CYS 1561 $35.00 $54,635.00 8 EXCAVATION, COMMON (UNDISTRIBUTED) CYS 966 $10.00 $9,660.00 9 BORROW CYS 1008 $0.01 $10.08 10 B-BORROW(UNDISTRIBUTED) CYS 966 $20.00 $19,320.00 11 TOPSOIL CYS 450 $20.00 $9,000.00 12 SUBGRADE TREATMENT TYPE I B SYS 910 $20.00 $18,200.00 13 TEMPORARY INLET PROTECTION EACH 1; $125.00 $1,625.00 14 TEMPORARY MULCH TONS 3 $430.00 $1,290.00 15 TEMPORARY CULVERT PROTECTION EACH 4 $250.00 $1,000.00 16 TEMPORARY SILT FENCE LFT 7120 $1.25 $8,900.00 17 TEMPORARY SEED MIXTURE LBS 188 $0.82 $154.16 18 STRUCTURAL BACFKILL, TYPE 1 CYS 56 $60.00 $3,360.00 19 COMPACTED AGGREGATE NO. 53, BASE TON 2656 $25.00 $66,400.00 20 HMA PATCHING, TYPE C TON 81 $175.00 $14,175.00 21 ASPHALT FOR TACK COAT TON 3 $500.00 $1,500.00 22 HMA FOR SIDEWALK TON 1597 $75.00 $119,775.00 23 SIDEWALK, CONCRETE, 4" SYD 71 $80.00 $5,680.00 24 CURB RAMP, CONCRETE SYS 299 $145.00 $43,355.00 25 DETECTABLE WARNING SURFACE SYS 67 $350.00 $23,450.00 26 CURB, CONCRETE LFT 790 $35.00 $27,650.00 27 CURB CONCRETE,MODIFIED, ROLL CURB, MATCH EXISTING LFT 260 $44.00 $11,440.00 28 CONCRETE CURB AND GUTTER COMBINED, TYPE H LFT 72 $52.00 $3,744.00 29 CURB, CONCRETE, DEPRESSED LFT 380 $38.00 $14,440.00 30 HMA FOR APPROACHES, TYPE B TON 278 $100.00 $27,800.00 31 PCCP FOR APPROACHES, 6 IN. SYS 123 $65.00 $7,995.00 32 PCCP FOR APPROACHES, 9 IN. SYS 54 $90.00 $4,860.00 'D(HIBIT ITEM NO. Description I Unit I Quantiti� L:nit Price Total 16-ENG-97(GRAY ROAD MULTIUSE PATH) 33 MAILBOX ASSEMBLY, SINGLE EACH 1 $250.00 $250.00 34 4EI4 2 $0.00 $0.00 35 MULCHING MATERIAL TON ; $430.00 $1,290.00 36 FERTILIZER TON 1 $402.00 $402.00 37 SEED MIXTURE, U LBS 250 $4.12 $1,030.00 38 WATER KGAL to $5.00 $50.00 39 CONNECTION (TO EXISTING STRUCTURE) EACH 6 $750.00 $4,500.00 40 PIPE, TYPE 2 CIRCULAR 12 IN LFT 291 $50.00 $14,550.00 41 PIPE, TYPE 2 CIRCULAR 18 IN LFT 12 $80.00 $960.00 42 PIPE END SECTION, DIAMETER 12 IN. EACH 6 $1,750.00 $10,500.00 43 SAFETY METAL END SECTION 4:1 DIA 12 IN. EACH 2 $2,000.00 $4,000.00 44 VIDEO INSPECTION FOR PIPE LFT 303 $5.00 $1,515.00 45 CASTING, ADJUST TO GRADE ,MANHOLE EACH 2 $750.00 $1,500.00 46 CASTING, ADJUST TO GRADE ,INLET EACH 3 $750.00 $2,250.00 47 CASTING, ADJUST TO GRADE, WATER VALVE EACH 1 $250.00 $250.00 48 INLET, CAP EACH 1 $800.00 $800.00 49 INLET, F7 EACH 1 $2,500.00 $2,500.00 50 INLET, Jlo EACH 1 $2,500.00 $2,500.00 51 MH, C4 EACH 2 $3,000.00 $6,000.00 52 CONSTRUCTION SIGN, C EACH 5 $185.00 $925.00 53 CONSTRUCTION SIGN, A EACH 37 $130.00 $4,810.00 54 CONSTRUCTION SIGN, B EACH 21 $120.00 $2,520.00 55 BARRICADE, M -A LFT 105 $10.00 $1,050.00 56 MAINTAINING TRAFFIC LS 1 $35,000.00 $35,000.00 57 SSIAGSNEPOST, SQUARE TYPE I REINFORCED ANCHOR LFT 60 $21.00 $1,260.00 58 SIGN, SHEET, WITH LEGEND, 0.080 IN. SFT 25 $19.00 $475.00 59 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE WHITE 24 IN. LFT 1088 $9.00 $9,792.00 60 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE WHITE 24 IN. LFT 36 $9.00 $324.00 61 LINE THERMOPLASTIC, WHITE, 4" LFT 30 $5.00 $150.00 SUBTOTAL (16 -ENG -97)= $775,946.24 "EXHIBIT - A ITEM NO. Description Unit Quantity I Unit Price Total 16 -ENG -55 (MAIN STREET AND GRAY ROAD ROUNDABOUT) 57 PIPE, TYPE 2, CIRCULAR, 36 IN. LFT 1464 $100.00 $146,400.00 58 PIPE, TYPE 2, CIRCULAR, 15 IN. LFT 123 $40.00 $4,920.00 59 PIPE, TYPE 4, CIRCULAR, 6 IN. LFT 3152 $6.00 $18,912.00 60 PIPE, TYPE 2, CIRCULAR, 12 IN. LFT 964 $35.00 $33,740.00 61 PIPE, TYPE 2, CIRCULAR, 18 IN. LFT 271 $50.00 $13,550.00 62 VIDEO INSPECTION FOR PIPE LFT 2822 $2.00 $5,644.00 63 WATER QUALITY STRUCTURE, 3.48 CFS EACH 1 $25,000.00 $25,000.00 64 VIDEO INSPECTION FOR UNDERDRAINS LFT 31 >' $1.00 $3,152.00 65 AGGREGATE FOR UNDERDRAINS CYS 2 41) $50.00 $12,450.00 66 GEOTEXTILES FOR UNDERDRAIN SYS ''-1 $1.00 $2,189.00 67 MANHOLE, ADJUST TO GRADE EACH $1,000.00 $1,000.00 68 INLET, E7 EACH $2,000.00 $8,000.00 69 INLET, G7 EACH 1 $2,500.00 $2,500.00 70 NLET, J10 EACH 20 $3,000.00 $60,000.00 71 INLET, MIO EACH 10 $3,000.00 $30,000.00 72 DETENTION OUTLET STRUCTURE EACH 1 $6,500.00 $6,500.00 73 MANHOLE, C4 EACH $3,500.00 $21,000.00 74 MANHOLE, K4 EACH I $7,000.00 $7,000.00 75 MANHOLE, J4 EACH 11 $6,500.00 $71,500.00 76 CONSTRUCTION SIGN, C EACH 6 $227.00 $1,362.00 77 ROAD CLOSURE SIGN ASSEMBLY EACH 12 $149.00 $1,788.00 78 DETOUR ROUTE MARKER ASSEMBLY EACH 36 $106.00 $3,816.00 79 CONSTRUCTION SIGN, A EACH 20 $109.00 $2,180.00 80 CONSTRUCTION SIGN, B EACH 1 _' $58.00 $696.00 81 MAINTAINING TRAFFIC LS I $50,000.00 $50,000.00 82 BARRICADE, III -A LFT 160 $10.00 $1,600.00 83 BARRICADE, M -B LFT 192 $10.00 $1,920.00 84 SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR BASE LFT 13 1 $21.00 $2,751.00 85 SIGN POST, SQUARE TYPE 2 REINFORCED ANCHOR BASE LF. '7 5 - $21.00 $5,775.00 86 SIGN, SHEET, WITH LEGEND, 0.080 IN. SFT 146 $19.00 $2,774.00 87 SIGN, SHEET, WITH LEGEND, 0.100 IN. SFT 10 $20.00 $2,160.00 88 STREET NAME IDENTIFICATION SIGN EACH a $1,800.00 $7,200.00 "CHIBIT ITEM NO. Description I Unit I Quantitiy I Unit Price Total 16-ENG109(CAREY ROAD AND MAIN STREET PATHWAY EXTENSION) 1 CONSTRUCTION ENGINEERING LS 1 $25,000.00 $25,000.00 2 MOBIIZATION AND DEMOBILIZATION LS 1 $25,000.00 $25,000.00 3 CLEARING RIGHT OF WAY LS 1 $25,000.00 $25,000.00 4 HEADWALL, REMOVE EACH 2 $500.00 $1,000.00 PAVED SIDE DITCH, REMOVE LFT 295 $12.00 $3,540.00 6 PIPE, REmovE EACH 4 $0.00 $0.00 COMMON EXCAVATION CYS 321 $50.00 $16,050.00 BORROW CYS 978 $0.01 $9.78 SEDIMENT, REMOVE CYS 2 $100.00 $200.00 10 TEMPORARY CHECK DAM TON 60 $60.00 $3,600.00 I I TEMPORARY SILT FENCE LFT 852 $2.00 $1,704.00 12 NO.2 STONE TON -Ioo $20.00 $4,000.00 1 SUBGRADE TREATMENT, TYPE II SYS 860 $12.50 $10,750.00 14 STRUCTURAL BACKFILL, TYPE I CYS 1O6 $60.00 $6,360.00 15 STRUCTURAL BACKFILL, TYPE 3 CYS 270 $60.00 $16,200.00 16 AGGREGATE FOR DRAINAGE FILL CYS 40 $50.00 $2,000.00 17 COMPACTED AGGREGATE NO. 53 TON 384 $30.00 $11,520.00 I x HMA SURFACE, TYPE B TON - I $125.00 $8,875.00 19 HMA INTERMEDIATE, TYPE B TON 119 $95.00 $11,305.00 20 CURB RAMP, CONCRETE SYS 46 $185.00 $8,510.00 21 DETECTABLE WARNING SURFACES SYS 4 $375.00 $1,500.00 22 CURB AND GUTTER, COMBINED (TYPE U) LFT 738 $35.39 $26,117.82 23 SIDEWALK, CONCRETE (4 IN.) SYS 465 $46.00 $21,390.00 24 HANDRAIL, PEDESTRIAN LFT 245 $190.00 $46,550.00 25 PAVED SIDE DITCH, A LFT 225 $49.00 $11,025.00 26 HMA FOR APPROACHES, TYPE B TON 3 $500.00 $1,500.00 27 WATER KGAL 6 $5.00 $30.00 28 SODDING SYS 1669 $3.59 $5,991.71 29 PIPE END SECTION, DIAMETER 12 INCH EACH 4 $1,500.00 $6,000.00 30 PIPE, TYPE 1, CIRCULAR, 12 INCH LFT 64 $75.00 $4,800.00 31 PIPE EXTENSION, CIRCULAR, 12 INCH LFT 125 $75.00 $9,375.00 32 INLET, F7 EACH 1 $2,500.00 $2,500.00 "EXHIBIT ul ,t 2 ITEM NO. Description I Unit I Quantitiy I Unit Price Total 16-ENG-109(CAREY ROAD AND MAIN STREET PATHWAY EXTENSION) 33 INLET, J10 EACH 2 $2,500.00 $5,000.00 34 CASTING, ADJUST TO GRADE EACH 1 $750.00 $750.00 35 MODULAR BLOCK WALL, REINFORCED SFT 1680 $8.21 $13,792.80 36 MODULAR BLOCK WALL, ERECTION SFT 1680 $20.27 $34,053.60 37 CONSTRUCTION SIGN, A EACH 2� $130.00 $3,250.00 38 MAINTAINING TRAFFIC LS 1 $25,000.00 $25,000.00 SUBTOTAL (16-ENG-109)= $399,249.71 TOTAL= $3,572,000.00 "EXHir3IT czcc(L EXHIB IT 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 $5,000,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Injury and Property Damage: $5,000,000 each occurrence Umbrella Excess Liability If a commercial umbrella liability policy is used to satisfy the minimum limits of liability requirements, the combined limits must equal these minimum limits of liability. EXHIBIT D AFFIDAVIT 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: am over eighteen (18) years of age and am competent to testify to the facts contained herein. I ai now and all times relevant herein have been employed by (tile "Employer") in the position ofSn�tyEQp�� 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. "File Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYE•TH NOT. —Vµ EXECUTED on the ,'S day of 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 anerepresentations are true and correct. Printed: \14 INDIANA RETAIL TAX EXEMPT City ®f CarmeI CERTIFICATE NO. 003120155 002 0 — - — — - - FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 Page 1 of 1 PURCHASE ORDER NUMBER 100708 THIS NUMBER MUST APPEAR ON INVOICES, AIP VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE I DATE REQUIRED I REQUISITION NO. -T VENDOR NO. DESCRIPTION 9/7/2017 371561 WHITE CONSTRUCTION, INC. VENDOR 3900 E. WHITE AVENUE CLINTON, IN 47842 - PURCHASE ID BLANKET CONTRACT PAYMENT TERMS -18784 QUANTITY I UNIT OF MEASURE DESCRIPTION Department: 2200 Fund: 0 COIT Bond Fund Account: 94-650.04 Projects 16 -ENG -55, 16 -ENG -97, 16 -ENG -109; Contract Date 09.20.17 City Engineering's Office SHIP 1 Civic Square TO Carmel, IN 46032 - Kate Lustig 1 Each Main St. and Gray Rd. RAB, Gray Rd. Multi -Use Path, Carey Rd. and Main St. Path - Construction FREIGHT UNIT PRICE EXTENSION 3,572,000.00 $3,572,000.00 Sub Total $3,572,000.00 Send Invoice To: ' Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way 1A 1"k Brownsburg, IN 46112 2016 COIT Bond -- PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $3,572,000.00 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 UNOBLI GATED 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. 100708 CLERK -TREASURER