Loading...
Crider & Crider, Inc/Eng/1,297,485.73/Jordan Woods Storm Water Improvements - ConstructionCrider & Crider, Inc. Engineering Department - 2018 Q 1✓ Appropriation # 2016 Storm Water Bond Fund; P.O. #: 101399 Contract Not To Exceed $1,297,485.73 JAS 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 Crider & Crider, 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 Storm Water 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 One Million Two Hundred Ninety Seven Thousand Four Hundred Eighty Five Dollars and Seventy Three Cents ($1,297,485.73) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Jordan Woods Stormwater Improvements, Project # 15-16" received by the City of Carmel Board of Public Works and Safety on or about February 7, 2018, 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. 1S:NConncts\Prol.Svcs & Goods Svcs\Enginmring12018Wrider & Crida, Inc. Good and Savices - Jadan Woods.doc:2/14/2018 12:26 PMI Crider & Crider, Inc. Engineering Department - 2018 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 101399 Contract Not To Exceed $1,297,485.73 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. 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. 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. JS:1Conaaas\Pro(.Svcs & Goods Svcs\Engincering\2018`CYider & Crida. Inc. Goods and Services - Jordan Woods doc:2/1412018 12.26 PM) Crider & Crider, Inc. Engineering Department - 2018 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 101399 Contract Not To Exceed $1,297,485.73 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 jSACantracis\Prof.Sws & Goods SvcslEngineeringU0I9\Crida & Crida. Inc. Goads and Service -Jordan Woods.doc:2/ MORA 12:26 PM) Crider & Crider, Inc. Engineering Department - 2018 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 101399 Contract Not To Exceed $1,297,485.73 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 If to Vendor: ATTENTION Crider & Crider, Inc. 4806 W 86th Street Indianapolis, IN 46268 Jeffrey Crider 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. JS:Contrects\Prol.SV &G ods Svcs\EngineaingUO18V(nder&trida.Inc. Goods and Services -Jordan Woods.dm.2/14/201812: 26 PM) Crider & Crider, Inc. Engineering Department - 2018 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 101399 Contract Not To Exceed $1,297,485.73 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, 2018 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. ISAContracisNrof.S— & C ds S—Tngincering\20 I ft'nder & (7nd- Inc. Goods and Saviccs - Jordan W kdm, 2/148018 1226 PM) Crider & Crider, Inc. Engineering Department - 2018 Appropriation # 2016 Storm Water Bond Fund; P.O. #: 101399 Contract Not To Exceed $1,297,485.73 This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: James Brainard, Presiding Officer Date: . -9, — ;! — /P . , Mary Ann �Irk Date: Lori S. Watson Date: -11-1*' //1Y r a/aI/I! ATT Christine S. Pauley Cterk- reasurer Date: �1CowxvlHd.$\i. $ fnLLs S•u+F.�jweernjl`�rl Rt'ndrr k L7wkr. In (..d. and Scnuc+ l.>,dm w,aab .1.. `JIY\�Itl 1_' .6 Y\I� 6 Crider & Crider, Inc. By: Authorized ig ure Jeffrey J. Crider Printed Name Vice President Title FID/TIN. 35-1875662 Last Four of SSN if Sole Proprietor: Date: February 14, 2018 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 and 3 of the Bidders Itemized Proposal and Declarations. Company: Crider & Crider, Inc. Project Name: Project No. 15-16 Jordan Woods Stormwater Improvements Date Submitted: February 7, 2018 Base Quote Amount: I , INT 4185 ,� 3 1 Revised 1/2312018 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: Jordan Woods Stormwater Improvements Proposal For Construction of: Construction of a system of hybrid ditches throughout the residential neighborhood of Jordan Woods to enhance drainage capacity and reduce flooding. Infrastructure improvements include approximately 10,700 linear feet of HDPE pipe, nearly all of which will be perforated and installed within an infiltration ditch section allowing for micro -detention along the edge of roadways and enhanced infiltration into the subgrade and installed network of underdrains. Approximately 135 structures, primarily Nyloplast type configurations, will be installed throughout the network. Ditch grading, utility relocations, and paving including asphalt roadways and drives, concrete drives, and gravel drives are included within the desired scope of work. Date: February 7, 2018 To: City of Carmel, Indiana, Board of Public Works and Safety Exhibit A 2o(6 - Jordan o(6 Jordan Woods Stormwater Improvements CITY OF CARMEL 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, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total ome fu ubg Twp hNn't-MA VMANo FoxguNtM 4lti`1-FWI Ao4 g!) . Dollars ($_( q85 '}� )• 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. Eiliibit_L/ -3c-)C6 Jordan Woods Stormwater Improvements _ CITY OF CARMEL. Version 2016-08-31 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] ContractEstimated Item No. Description Quantity Unit Price Total Price for Item 1 4" Pipe, Perforated HDPE, Aggregate, Backfill, and Geotextile 104 LFT 25.43 $ 2,644.72 2 8" Pipe, Perforated HDPE, Aggregate, Backfill, and Geotextile 308 LFT 40.86 $ 12,584.88 3 12" Pipe, Perforated HDPE, Aggregate, Backfill, and Geotextile 5434 LFT 44.07 $ 239,476.38 4 15" Pipe, Perforated HDPE, Aggregate, Backfill, and Geotextile 3804 LFT 44.92 $ 170,875.68 5 18" Pipe, Perforated HDPE, Aggregate, Backfill, and Geotextile 1059 LFT 48.44 $ 51,297.96 6 Washed No. 8 Stone 5100 TONH1,023.05 106,437.00 7 24" Nyoplast Inlet 133 EA 136,065.65 8 Metal Flared End Section, 8" 2 EA 367.63 $ 735.26 9 Metal Flared End Section, 12" 6 EA 373.98 $ 2,243.88 10 Metal Flared End Section, 15" 7 EA 426.82 $ 2,987.74 I 1 Metal Flared End Section, 18" 2 EA 533.20 $ 1,066.40 12 60" Flat top MH with Type 2 Casting 1 EA 3,175.40 $ 3,175.40 13 48" Doghouse Manhole with Type 2 Casting l EA 3,955.70 $ 3,955.70 14 Roadside Ditch Regrading 11200 LFT 6.17 $ 69,104.00 15 Rip Rap, Revetment 200 TON 66.01 $ 13,202.00 T16AsphaltDriveway Repair (4" HMA) 968 SYS 39.73 $ 38,458.64 17 Concrete Driveway Repair (6" Thickness) 237 SYS 81.31 $ 19,270.47 18 Gravel Driveway Repair 75 SYS 10.95 $ 821.25 19 Base Aggregate (#53 Stone) 600 TON 17.47 $ 10,482.00 20 Road Reconstruction and Replacement 350 SYS 80.97 $ 28,339.50 Jordan Woods Stormwater Improvements Exlubit-j�L_ qAb CITY OF CARMEL Version 2016-08-31 Jordan Woods Stormwater Improvements TON edge and Level 6 t odding 10, 23 Restoration and Mulched Seeding 22C 24 Tree Removal (Undistributed) 1; 25 Water Main Relocations (Undistributed) 3 26 Water Lateral Relocations (Undistributed) 1 E 27 Sanitary Lateral Relocations (Undistributed) 161 28 Concrete Saddles (Undistributed) 16 29 Erosion Control Measures and Temporary 153,810.95 $ 153,810.95 Seeding 1 30 MOT, Clearing ROW, Construction Fn (yi n Perin a 1 Jordan Woods Stormwater Improvements TON 68.09 $E4,085E.4O)0 SYS 11.63 $ 00 SYS 4.76 $ 104,720.00 EA 1361.76 , $ 20,426.40 EA ,10EA 1,917.47 $ 21,363.90 $ 34,514.46 LFT 92.69 $ 14,830.40 EA 144.43 $ 2,310.88 LS 16,568.83 $ 16,568.83 LS 153,810.95 $ 153,810.95 Total $ 1,297,485.73 Exhibit CITY OF CARMEL Version 2016-08-31 PROJECT: Jordan Woods Neighborhood P hborhood Im rovements �V1 �l VSENGINEERING, INC. -� Carmol, Indiana awawMa ti oni.,� T 2n16 C.1dud Ero~sEa Adea C.1-ci C9nfaaia. kc. Crldera Cello, K. E Inc. HIS CaWucbn Inc L VSaM Cavb Sal Inc. REM NO. OESCRp1pN ESTIMATED UNIT No UNIT BID EXTENDEDND UNIT 80 EXTENDED BD UNIT BD EXTENDED BD UNIT ND EXTENDED BID UNIT BID EXTENDED 001647 BD EXTENDED BID UNIT END EXTENDED BO UND EJnE IT BNOED fYOCE plum PABC. 1 4' NW. Pafaated HDPE, As rq.te, BK ML and G.oteatile SW LR s 20.00 f 2.080.00 f 38.00 f 3,352.00 3 105.00 f 10.90000 3 25.43 3 2.6.,72 3 43.E 3 4.472.E 9 42Wi 1388.00 3 96.E f 0640.0 f 25M S 2,800. 2 B' NW, Perforated HDPE, AWN—, WkW, atld Geote lk DS UT 3 25.00 f 7.700.00 S 55.00 $ 16,81000 f 100 3 15.400.00 $ 40.88 3 12,564 BE S 45.00 $ 13.8800 $ 47.M f 11478.00 S 95.0 8 20350200 3 3000 3 9140.00 3 12'Nw, Perf-W HOPE, y3re3ata. 1s3fdl, aM Geotex 8e 6464 L"I 3 38.00 i 2164,492.00 S 72.00 3 391.24800 S 48.00 S 20,9100 5 6407 $ 239,476.38 S 5$00 3 304.30.00 S 6000 s 325.01000 S 90.00 $ 489.05000 S 42.50 s M.W. 4 15'Pl", PWf-ed NOPE, AW%.tA eac3fdl, aM Geot 8. 380. LFT s 40.00 3 152.160.00 f 78.00 3 29571200 S 40.00 $ 152.160.00 S 64.92 s 170,875.88 $ Saw S 220,832.00 f 67.00 3 21,888.00 S 95.00 3 391,390.00 f 4500 f 171.180.00 6 18' PIP, Perforated HDPE ASBresne, B -M. aM GtRHMNe 1059 UT 3 50.00 f 52.950.00 S S) 001 i 84.720.00 f Wall 3 68.80.00 S 40A4 S 51.297 N S GOOD. s 63.510.00 $ 1 W S 57,198.00 S 10000 f 10610.00 S 50.00 3 52.950 5 WasAed 649. a Stale 5100 TON $ 25.00 3 127,50000 f 1500 S 918000 S 2100 S 107,100.01) $ 20.87 3 106A37.E S 2300 3 117.300.00 S 2400 f 1220400 OD 3 2600 $ 132.60000 3 35.M S 178.500. lNet 133 EA 3 1.00.0 f 133,0000 S 1.02.0 f 1451350 S 1.10.0 f 152.96000 f 1023.05 f 136.065.65 S 1,09.0 S 145,50200 3 1,150.0 3 152,90.0 5 1,1000 S 148.3000 S IA250 6 159.525Metal R.. EM S.ctbn 8' 2 EA s 500 f 1000 3 971.0 f 1,91.E S SE.E s 110.0 3 387.63 f 11516 3 225.0 s 45000 S 1500 s 1,9100 S 100 3 1.40.0 3 3000 S aw'001MRal El.red CM Sectnn, Il' 6 EA f 5000 f 3,600.00 3 925.00 3 5350.00 3 850.10 f 3.90.00 3 373.98 S 2.243.88 f 20.1 f 1,210.11 f 9100 3 5.46000 f 68500 f 5980.00 3 350.00 S 2,100Metal Flared End Swa , IS' 7 EA f 750.0 $ 5,250.0 S 98100 3 6,83/00 3 70.0 f 190OW f 42612 3 2.0774 S 250.0 S 1.75000 $ 96500 3 0755.0 $ 7150 f 5,00500 $ 375.0 S 2.625.001M-1 F1224'NyOpast FlNed End Sectbn IB' 2 FA $ 9000 S 180.0 S 1ASO00 $ 2.16000 $ TSO.0 f 1,5000 f 53310 3 1061540 $ 350.0 f 10.0 $ 10550 f 2110.0 3 755.0 S 1,510.0 f 4500 3 aaaOq6 AMA MH MthT 2Cast t EA 3 6,50.0 3 5,50.0 3 5.535.0 5 5.53500 S 3,10.0 $ 3,10.0 5 3,175200 f 3.17540 3 3.100.0 f 3,10.0 f 4,185.0 3 4.185.0 3 4,420.0 3 4,420.0 S 5.000 3 5,004tl' house Manhole vdLhT 2CasV 1 EA S 10.00.0 f 10,00.0 3 7.520.0 S 7,5200 S 310.0 f 3.1000 f 3,955.70 f 3,95570 $ 2,119200 f 2,12.0 3 4,71.0 S 4,190,0 5 4725.0 3 4725.0 3 615000 f 62W DalRoadside OltchP r 1120 LFT $ 12.DO S 10AE0 3 160 f 17,20000 3 100 3 112.00.0 S 6.17 f 6,10.0 3 9.0 3 10.10.0 $ 150 f 145.60.0 $ 350 S 39.200 3 5.0 s 56,00.RIP Rap RNetmenta 2W TON 3 15.0 3 15,00.0 3 41.0 S 8,10.0 s `sa f 10.0000 S 1.01 3 132MDO S Stan $ 10,20.0 f 100 3 10.100 s 380 3 7,5000 3 40.0 f a, 000A ori Dr k {'NAM 905 SYS 3 25.0 f 24200 S 47.0 f 97,1200 s 50.0 3 a8AE00 $ 3973 f 38,4181 $ 6100 S 59,01800 f 25.0 3 24,200.0 S 120.0 S 116.1100 3 36.0 S 33.81 17 Concrete Drisew a 16"T,.k ss) 237 SYS $ S0.0 $ 18.000.0 f 127.0 $ 30.009.0 f 10.0 S 24,865.0 f 8131 s 19,270.47 S 760 s 18,48800 3 500 3 11.81E 3 1500 3 158500 s 73.0 f 17775. ti 'a 10, IN- 75 SYS 3 10.0 f 75000 3 42.0 f 31100 S 400 S ],00.0 f 10.96 f 82125 3 10.0 3 71.0 S tlE f 322500 3 100 f 75000 f 10.0 { 71. 19 Mse r rte llS t e 60 TON 3 36.0 3 21.00.0 3 27.00 $ 1610.0 3 26.0 S 16.80 .0 5 t7A7 3 10.48200 s 20.0 3 12,0000RS�w f 15.0000 f 2500 f 16,0000 3 WrOO S 19.000 20 Road Rec9mVutlbn aM Regacenl�M 350 SYS 3 700 3 24.5000 3 1190 s 41,61.0 3 250.0 S 67,5000 S 197 f 28.339.50 3 9500 3 331500 f 40150.0 $ DOW f 21100.0 3 100 3 31.50. 21 We e,ndlMl 1 TON S 20.0 3 12.0000 S 148.0 3 8.9100 f 100 $ 5.400 00 $ 68.09 S 4.005.40 $ 850 S 510.00 S 4,5000 S 11.0 $ 9.00D 00 3 10.0 S AAD. 23 Soddin 100 SYS $ 60 f 8,0000 s 4.0 s 4.00.0 S 1050 3 10,5000 3 1163 S 11530.0 f 700 s 7.00.01 S 12.503 00 3 12M 3 12.000 f 5.0 f 33 Restora-and MUkhed Seedn 2200 SYS $ 2.0 $ .,000.0 3 3.85 f 1,3000 f 12.0 S 21.0000 5 4.78 $ 10.7200 f 2025 S 49,50.01 s 11.00.0 3 2.1 3 55,000 s 1.0 f 22,00. 9 Tree RM-1llndlstrllwted 15 EA 3 70.0 f 10.50.0 f 715.0 3 10,125.0 f 1,500.0 f 22.50000 3 1.361.76 s 211.26.40 $ 350.0 3 5,2'50.00 S 27.0000 S 750.0 3 1115000 S 1]50.0 f 1871. 28 Water Maln RelOcatuns UndiitrlWtedl 3 EA f 4.50 .0 f 13,5000 f ].5.10.0 3 10,590600 3 5,50000 f 16.500.0 f 7,12130 3 21383.90 f 2,8150 3 6..5.00 f 10145.0 S 4,520.0 S 13,51.0 $ 5,00.0 f 15.00. 29 Water tstaal Re Itro (u.distrs5ot d) Is FA f 2.000 S ..000 3 2.110 f 35,6800 f 40.0 $ 710.0 $ 1.91747 f 3,51448 3 7550 3 1359000DO S 28,10.0 S 1,20.0 s 21,6000 f 1,0000 3 18.00. Z? SaM. tnenl Rebcarions UMhbibWed) /1 LFT f 40.0 s 9.400.E f 155.0 3 218000 S 40.E 3 6,400.0 s 92.1 3 14,830.40 S 41.0 f 8.10 .00 a 15,390.0 S 4000 $ 6.40200 S 100 3 8,00 25 [orlsYete Sadtlks uedhVwatedl 18 EA 3 50.0 3 B,EO.E S 11.E S ?40.0 3 220E f 3.5200 S I.A3 f 2.31084 3 309.E f 1964.00 s 5.50.0 f 1110.E 3 192E.E 3 100E 3 1.. OE 20 Erosbn Connal Mexwes and Ttmpaary Sewing 1 LS S 20000.E 9 20000.E 3 27,115.E S 27.1t5o) S 1,96600 3 1.998E 3 WWII 03 3 16,su ED 3.81.E i ..595.0 353000 f 35000 f 20.9600 S 70.910 S 27,500.E f 27.500 30 MOT, Gearing ROW, Cons I.. E.,.-.. I LS S 135.758E f 13571.E S 186.2170 f 11317.0 3117.31.E 3 117.380E 2153/1006 9 153810% 56198:1.0 s 1.08300 $26411000 S 212100 f125.0E.0 3 125,000.E 32.,590.E 3 248.830. TOTAL BASE ND From Unf Prk4 1743 600.E 171.10.1 { 1 472 000E 1 L7 411] f 1 11.E 1 S3LBe t s7s.E 1 000.E TOTAL BASE BID WRITTEN IN f 1,764 s1E f 112000.E 12974851] { 1,32111E { 1 9X0 { 1564500.E s 1,387,000.E C.1dud EXHIBIT B Invoice Name of Company: Address & Zip: Telephone No.: Fax No.. Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name ( foods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Commercial General Liability: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Each Occurrence Limit: Statutory Limits $1,000,000 each employee $1,000,000 each accident $1,000,000 policy limit ',• 111 111 ', 111 111 �, 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 Rachel Wells , being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by Crider & Crider, Inc. (the "Employer") in the position of EEO Officer 1 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 14th day of February , 2018 Printed: Rachel Wells 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. ��A aso-:� Printed: Jeffrey J. Crider, Vice President C INDIANA RETAIL TAX EXEMPT ity ®f Carmel CERTIFICATE N0. 0031201550020 FEDERAL EXCISEE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 RASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. 2/14/2018 355573 Page 1 of 1 PURCHASE ORDER NUMBER 101399 THIS NUMBER MUST APPEAR ON INVOICES, AIP VOUCHER, DELIVERY MEMO, PACKING SUPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION Project 15-16; Contract Date 02.21.18 CRIDER & CRIDER INC City Engineering's Office VENDOR 4806 WEST 86TH STREET SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46268 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 23425 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 0 2016 Storm Water Bond Account: 94-650.04 1 Each Jordan Woods Storm Water Improvements - Construction 1,297,485.73 $1,297,485.73 Sub Total $1,297,485.73 Send Invoice To: Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 � Email: jnewport@crossroadengineers.com PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $1,297,485.73 SHIPPING INSTRUCTIONS ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A 'SHIP PREPAID. PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN '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. 101399 CLERK -TREASURER