Loading...
Allen Irrigation Company, Inc/Street/96,700/Olivia on Main Irrigation Allen Irrigation Company, Inc. Street Department- 2018 Appropriation#43-509.00;P.O. #101410 Contract Not To Exceed$96,700.00 (\ jAGREEMENT 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 Allen Irrigation Company, Inc., an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 1. 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 43-509.00 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. 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 Ninety Six Thousand Seven Hundred Dollars ($96,700.00 (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, 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. 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. IS:VCo., t'Prot.Svcs&Good,Svcs\Stree112018W1w Impation Company.Inc.God and Sauk doc:3/14201 1 2 301 P\1I 1 Allen Irrigation Company, Inc. Street Department- 2018 Appropriation#43-509.00;P.O.#101410 Contract Not To Exceed$96,700.00 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c)fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 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. [S:'Contracts\Prot.Svc &Goods Svcs\Stred\2018 slc,Irrigation Company,Inc.Gsraas and Services.doo:3/14/2018 2:30 PM] 2 Allen Irrigation Company, Inc. Street Department- 2018 Appropriation#43-509.00;P.O. #101410 Contract Not To Exceed$96,700.00 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:AContracts\Prof.Svcs&Goods Sy.�Street2018VAllen Imgs loo Company Inc.Goods and Servc<ec.do,3/112018 230 P11] 3 Allen Irrigation Company, Inc. Street Department-2018 Appropriation#43-509.00;P.O.#101410 Contract Not To Exceed$96,700.00 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, Street Department Corporation Counsel 3400 W 131 St Street Department of Law Carmel, IN 46074 One Civic Square Attention: Dave Huffman Carmel, Indiana 46032 If to Vendor: Allen Irrigation Company, Inc. 390 North Monroe St Mooresville, IN 46158 Attention: Nicholas Allen 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:1ContractsWo(.Svc&C. 1.Sv.41Strtx112018W1rn Irrigation Company.Inc.Caa,ds and Strvn«a.do4,3/142018 2:30 PM] 4 Allen Irrigation Company, Inc. Street Department- 2018 Appropriation#43-509.00;P.O. #101410 Contract Not To Exceed$96,700.00 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, 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. 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. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. ISAContracts\Pro(.Sva&Goads Svcs Stra1\2018WIW Imps=Company.Inc.Goads and Savoos.doc:3/142018 2:30 PM! 5 Allen Irrigation Company, Inc. Street Department-2018 Appropriation#43-509.00;P.O. #101410 Contract Not To Exceed$96,700.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Allen Irrigation Company, Inc. by and through its Board of Public Works and Safety By: By: James Brainard, Presiding Officer Authorized Signature Date: Printed Name Mary Ann Burke, Member Date: Title Lori S. Watson, Member FID/TIN: Date: Last Four of SSN if Sole Proprietor: ATTEST: Date: Christine S. Pauley, Clerk-Treasurer Date: IS:Commas'Prof.Svcs&C...k Svcs\Strc t\20I8W11W Imgation Company.Inc.Gods and S,rvi«s.doc:3/16R018 2:30 PMI 6 Allen Irrigation Company,Inc. Street Department-2018 Appropriation#43-509.00;P.O. #101410 Contract Not To Exceed$96,700.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Allen Irrigation Company, Inc. by and through its Board of Public Works and Safety By: 47.7ii By: l:� t James Brainard, Presiding Officer Authorized Signature Date: ! Printed Name M ry Ann urke, Mem r Date: (`r,s l eto Title Lori S. Wa on, mbej FID/TIN: L�' - C.) f t 7 LI Date: z3 Last Four of SSN if Sole Proprietor: ATTEST: Date: 3 ' L - 1 8 Christine . Paule , Clerk-T as Date: S:1CmtraIc n.S,as k Cad.StiN,StramP2OlthAncn 4nawu.o company.In.-.Gush and S, ,,.Jo.:3,11INN%2:10 PM 6 QUOTE TOTAL FOR OLIVIA ON THE MAIN NEW IRRIGATION PROJECT 2018 TOTAL Olivia on the Main Irrigation 2018 BOO 0c) COMPANY NAME AND ADDRESS IQ I (cvk. lrra)64;C� ( P 1 390 fJ. tIA‘Krtt. St, S :k 6 THIS IS TO BE THE FIRST PAGE OF ENTIRE QUOTE. Exhibit td lG Proposal 390 N. St., MooresvilleMonroe, IN 46Suite 158 B Date Proposal # Alir (317) 831-8700 IRRIGATION www.allenirrigcationcompany.com 2/6/2018 2749 To: City of Carmel Attn:Mike Kalogeros 1 Civic Square Carmel,IN.46032 Project Description Quantity Price Each Total -Irrigation proposal for"Olivia on the Main"as follows: -Install Weathermatic Smartline controller in PI cabinet,power to be supplied by City of Carmel -Install Weathermatic weather station -Install Smartlink air card -Install Weathermatic 2-wire system with decoders and grounds -Install Rainbird 4"SAM/PRS sprays -Install Rainbird 12"SAM/PRS -Install Rainbird 5004PC -Install MP rotator nozzles -Install 1"tee flow sensor -Install 1"SDR21 pipe -Install 1 1/4"SDR21 pipe -Install 1 1/2"SDR40 -Install 1"PVB -Install tee at water source for future irrigation for roundabout -11 directional bores needed under roadways/walk ways/drives -21 bores under side walks -Replace any damaged bed planting materials -Replace any damaged turf material All labor and material in the above described 1 96,700.00 96,700.00 Tax 7.00% 0.00 We propose hereby to furnish material and labor--complete in accordance with the above specifications for the sum of: $ � Dollars with payments to be made as follows: $96,700.00 Any alteration or deviation from above specifications involving extra costs will Respectfully be executed only upon written order,and will become an extra charge over submitted and above the estimate.All agreements contingent upon strikes,accidents, or delays beyond our control. Note--this proposal may be withdrawn by us if not accepted within days. lu w..iu.legal a..iuii Lu irlllLrl...u.nua AMA'Iu lgatluu Cbriipauy,Iui..-shall be entitled to a judgement award of all costs and exspenses,including reasonable attorney fees,for any such $96,700.00 suit or collection effort. 10%per month will be added to the balance of any and all unpaid portions of Total contract. Exhibit 2 c „c /� Current Carmel Irrigation Two Wire Specifications Effective 2018: DESCRIPTION This work shall consist of furnishing and installing an underground irrigation system that shall provide 100% coverage and uniformly irrigate all areas in accordance with 105.03 of the Indiana Department of Transportation Standard Specifications. (a) RELATED DOCUMENTS: The site plan, plan and profiles, drainage plan, grading plan, utility plan and landscaping plan will affect the installation of the irrigation system. The contractor shall coordinate to avoid conflicts. (b) INSPECTION OF SITE All prospective Bidders are urged to visit the project site to examine existing conditions and make note of any conditions which may pertain to his class of work. Failure to do so shall not relieve bidder of responsibility in connection with his work. (c) CONTRACTOR REPSONSIBILITIES 1. The contractor shall be responsible for the following items. i. Automatic irrigation system including piping, fittings, drip irrigation tubing and accessories, control wire, quick coupler valves, controllers, and accessories. ii. Excavating and backfilling irrigation system work. iii. Testing and adjusting of system. iv. "As-Built" drawings. v. Winterization - shutdown - spring start-up. 2. All work required by the plans and specifications shall be accomplished by the Contractor even though minor items required may not be specifically mentioned in the above listing. 3. Drawings: The system layout is diagrammatic. Exact locations of piping, sprinkler heads, valves, and other components may need to be modified by the Contractor in the field at time of installation to allow for actual on site conditions. Proper spacing of sprinkler heads will be required to obtained satisfactory coverage. Minor adjustments in the system layout will be permitted to clear fixed obstructions. Any major revisions to the irrigation system shall be submitted in writing to the Owner for approval. The final system layout must be acceptable to the owner. 4. Verification of Plans and Specifications: It shall be the responsibility of the Contractor to carefully examine the plans and specifications relating to this work for completeness, accuracy, and clarity. It is the Contractor's responsibility to obtain the most current site survey, utility plans, landscape plans and any other document necessary to complete the installation of the irrigation system in cooperation with the site improvements. These documents may be obtained through contact with the owner's authorized representative. Any conflict, errors or clarifications request shall be immediately brought to the attention of the Architect or Owner for written interpretation or instructions. No claim for increased compensation for additions, changes, or alterations will be considered unless written authorization is granted by Owner's representative. Otherwise any additional materials and/or labor due to existing conditions shall be furnished under this contract. 5. The Contractor shall be responsible for obtaining all permits required for installation of this work. (d) QUALITY ASSURANCE 1. Manufacturing Qualifications: Provide the landscape irrigation system as a complete unit produced by acceptable manufacturers for all portions of the working equipment which includes heads, valves, controls and accessories. All irrigation products shall be purchased from a local authorized irrigation supply company. 2. Work and materials shall be in accordance with the latest rules, and other applicable state or ■ DCHBIT _-- 1 3of `l) �� local laws. Nothing in the Contract Documents is to be construed to permit work not conforming to these codes. 3. Contractors Qualifications: Bidding Contractors shall have a minimum of three years of experience in the construction of a job of similar size and complexity. Provide the General Contractor a list of five equivalent irrigation system installations, performed in the last five years, incorporating the following information: 1. Name and address of project. 2. Name and address of Owner. a. Contact person 3. Name and address of person whom contract was with. a. Contact person 4. Requirements of regulatory agencies and utilities: System shall comply with the latest requirements of all state and local codes and ordinances. ii. System shall comply with the latest rules and requirements by all utility companies involved. iii. Nothing in the contract documents is to be constructed to permit work not conforming to these rules, codes and ordinances. 5. Electrical devices shall carry Underwriter's Laboratory labels. 6. Required pressure testing shall be the responsibility of the Contractor. 7. Materials, equipment, and methods of installation shall comply with the following codes and standards: National Fire Protection Association (NFPA) ii. National Electric Code (NEC) iii. American Society for Testing and Materials(ASTM) iv. The Irrigation Association (IA) v. American Water Works Association (AWWA) (e) SUBMITTALS 1. Manufacturer's Data: Submit copies of manufacturer's specifications and instructions for all manufactured materials and products if other than those specified herein. 2. Record Drawings: i. After completion of the work and before final acceptance, a set of scaled, reproducible record drawings, and two sets of prints showing the location of the complete work shall be submitted to the Owner. Final payment and any retainage will not be released until these drawings are submitted and accepted by the Owner. 3. Submit a weekly irrigation schedule based on an annual evapotranspiration rates, average rainfall etc. amounts or as directed by the Owner. 4. Construction Schedule: Submit a construction schedule to be approved by the Owner. (f) WARRANTY 1. The Contractor shall furnish a manufacturer's written warranty to the effect that all heads, valves, and controllers will be warranted for a period of one year (or as determined to be more than one year by the manufacturer), to be free from defects and faulty workmanship, and that any defective heads, valves, or controllers shall be promptly repaired or replaced without additional cost to the Owner in accordance with that warranty. 2. All materials other than those referred to in Paragraph A above shall be warranted for a period of one full year from the date of final acceptance by the Owner. 3. All installation labor used on this project will be warranted for one full year from date of final acceptance by the Owner. °EXHIBIT .._ P 2 u o� \ � MATERIALS PRODUCTS 1. General: The materials chosen for the design of the irrigation system have been specifically referred to by manufacturer so as to enable the Owner to establish the level of quality and performance required by the system design. After award of contract and prior to beginning work, the Contractor shall submit for approval three (3) copies of the complete list of materials which he proposes to install. No deviations from the specifications will be allowed. ii. Standard of Quality Acceptable Manufacturers: Rain Bird Sales, Inc. - Glendora, CA (Matched Precipitation Spray Heads, Master Valves, Control Valves, Valve Boxes, Quick Couplers, Rain Sensor) Hunter Industries — San Marcos, CA (Matched Precipitation Nozzles & Spray Heads, Control Valves, Quick Couplers, Rain Sensor) Weathermatic — Garland, TX (Controller, Flow Bundle, Flow Sensor Tee) Wilkins - (Backflow Preventer) Watts - (Backflow Preventer) Febco - (Backflow Preventer) Crestline - (PVC Pipe) Lasco - (Fittings) Nibco - (Isolation Valves) Paige - (Wire & Cable) Regency- (Wire & Cable) Strong Box- (Enclosure) 2. Substitutions i. Any substitution of manufacturers beyond those listed above may be rejected by the Architect or Owner. ii. No substitution shall be made unless authorized in writing by the Engineer, Owner or Architect. Should a substitution be accepted, and should the substitute material prove defective or otherwise unsatisfactory for the service intended, and within the guarantee period, the Contractor shall replace this material or equipment with material or equipment specified, at his own expense, and to the satisfaction of the Engineer, Owner or Architect. iii. Contractors submitting bids on substitute materials and equipment shall also provide a written performance guarantee certifying that the substitute materials and equipment will provide the specified irrigation requirements. After review of the submittal, Engineer, Owner or Architect may opt to reject the product(s) based upon quality and/or performance. °Da-IIBn _-- 3 5 0-c- W 3. Backflow Preventer The backflow preventer shall be a Reduced Pressure Assembly and shall meet or exceed specifications and standards set by the State and USC Foundation for Cross-Connection Control and Hydraulic Research. The Contractor shall check with local authorities for code compliance. The backflow shall be sized as shown on drawings. All exposed standpipe and fittings shall be copper or Schedule 80 PVC to 18" below grade. All standpipe fittings need to be sleeved. Provide a 6 inch concrete base foundation around the backflow preventer and or booster pump (when applicable) on which the enclosure can be mounted. The enclosure for the backflow preventer shall be a lockable, stainless steel, or Marine grade aluminum enclosure on a pre-formed concrete base at grade. (V.I.T.; Strongbox #SBBC-30AL; or approved equal. 4. Booster Pump (pressure unknown) The existing water pressure was not available at the time of design development. The Contractor shall determine the existing pressure at the irrigation point of connection prior to installation of the system. The contractor shall report any deviation between the existing pressure and the required pressure in writing to the owners authorized representative. If the required 65 psi minimum is not available at the point of connection, then a booster pump, protective cover, and pump start relay shall be required and submitted as a change order to the Owner's authorized representative. The irrigation consultant shall determine the appropriate manufacturers and models. The booster pump shall be installed per manufacturer's specifications on a concrete pad with lockable enclosure. The Owner will extend power to the booster pump. The Contractor shall have the exact power and voltage verified for coordination with the pump prior to installation. A pump start relay shall activate and control the pump. The booster pump shall be winterized and stored in an indoor facility during the off-season. Submit a change order to the owner for approval if it is determined that a booster pump is required. 5. Main Line Piping All main line piping shall be Class 200 PVC SDR 21 standard weight. All mainline 1" - 2 1/2" shall be solvent weld. Pipe shall carry the N.S.F. seal of approval and meet the following specifications: ASTM 1120/1220, C.S. 256-63, or latest revisions. Size as indicated on drawings. 6. Lateral Line Piping Lateral lines downstream of the valves shall be Class 200 PVC SDR 21 for 1" pipe, Class 160 PVC SDR 26 for 1 1/4" and larger pipe, standard weight. Pipe shall carry the N.S.F. seal of approval and meet the following specifications: ASTM 1120/1220, C.S. 256-63, SDR 26 or latest revision. Size as indicated on drawings. Lateral lines 1" and 1 1/4" downstream of the valves may be 100 psi polyethylene NSF pipe. The pipe shall carry the N.S.F. seal of approval and meet the following specifications: ASTM 1120/1220, C.S. 256-63, SDR 26 or latest revisions. Lateral lines 1 1/2" and larger shall be CI 160 PVC SDR 26 for 1 1/4". Pipe shall carry the N.S.F. seal of approval and meet the following specifications: ASTM 1120/1220, C.S. 256-63, SDR 26 or latest revision. Size as indicated on drawings. ° 4 °p HIBIT --- 0 7. Pipe Fittings All PVC fittings 1" —2.5" shall be solvent weld schedule 40 standard weight. Attachment shall be made with both a primer and solvent cement as approved by the manufacturer. Glue type saddles may be used so long as they are 3/4 round type units which grip the pipe. Saddles are to be bored or cut with appropriate equipment and holes are not to be burned into the pipe. Install per manufactures recommendations. All Poly fittings shall be plastic type insert fittings ASTM D-2609. All joints 1-1/4" or larger shall be double clamped with stainless steel screw driven clamps. 8. Automatic Valves The valves shall be normally closed, 24 VAC 50/60 cycle solenoid actuated globe design capable of having a flow rate of the gallons per minute (GPM) indicated on the drawings. The valve pressure rating shall not be less than 150 psi. All remote control valves shall be electric actuated, globe-style valves on pre-assembled drip- zone valve-kits. Acceptable manufacturers are: Rain Bird PGA (Turf) Rainbird #XCZ-LF-100- PRF (Drip) (for low-flow zones 0.2-5 GPM), or Hunter PGV (Turf) Hunter #XCZ-100-PRF (Drip) (flows of 5-15 GPM). Refer to the irrigation plan for specific valve size and installation detail. Install per manufactures specifications in a commercial-grade 12 inch standard (or10" round) valve box with black locking cover from the selected valve box manufacture. 9. Master Valve Master Valve shall be: Rain Bird #200-PEB (with #SLDEC1 decoder). Installed as close to water source as possible per drawings. 10. Flow Tee #SLFSI-T (with Weathermatic sensor decoder). Tee to be installed at the point of connection. Place the appropriate size Flow Tee in the approximate area as shown on the drawings, any changes in final location to be determined by the owner. Install per manufactures specifications including the shielded communication cable ran and wired independently to the controller. 11. Valve — Communication /Control Wire 1. Communication between controller and the decoder/valves shall be accomplished by a twisted pair decoder cables for direct burial within an HDPE outer jacket. The communications cable shall be manufactured by: Weathermatic or Rainbird or Paige (14- 2UF doubled jacketed). Decoders shall be 1 or 2 station configuration (Weathermatic #SLDEC1), and install surge arrestors (#SLGDT), as recommended by manufacture. 2. All field connections and splices shall be made in accordance with National Electrical Code Articles 300.5(underground Installation) and 110.14 (Electrical Connections) using only 3M DBR-6 connectors, which are "UL listed under 486D-Direct Burial", for wet or damp locations, 600 Volts. Grounded and surge protection is the responsibility of the contractor, and must be done in according to controllers manufacturer's recommendations. "EXHIBIT 5 Ot I � 12. Valve Enclosures All single automatic valves shall be enclosed in a `standard' sized, commercial grade, fiberglass valve box with locking cover. All valve boxes (Carson 'Spec Grade' or Rain Bird `VB' Series) are to be filled with a minimum of 6" of washed pea gravel below pipe level to ensure adequate drainage. Controller station numbers shall be marked on the valve box cover in a permanent manner. 13. Automatic Controller (Two Wire System Installation) The automatic controller shall be Weathermatic SL1600 Smartlink unlimited Flow Bundle Package. (16 station base model), expandable with Weathermatic's two-wire module (#SLM24DM) The Unlimited Flow Bundle shall include the SLW5 Weather Sensor and Smartlink Air card with Flow the cabinet shall be a heavy-duty key-locking cabinet (NEMA 3R rated) with internal junction box. Flexible programming shall include cycle/soak, programmable valve delay, sensor override by station, master valve by station, calendar day off and total program and valve run times. Other options shall include Contractor programming default, seasonal adjust and battery back-up protection. Lightning protection devices are to be installed as required by the manufacturer. Place controller in the approximate area as shown on the drawings, with final location to be determined by the Owner at time of installation. Use pedestal-mount for model selected if a P1 cabinet is unavailable (confirmed and approved by owner). All 120 VAC power to the controllers will be extended by the Owner. Confirm a ground of 15 OHMS or less. Subject to compliance with requirements, the automatic controller shall be the model listed: NO SUBSTITUTIONS WILL BE ACCEPTED FOR THIS PROJECT. 1. Weathermatic SL1600 Unlimited Flow Bundle (#SL1600-Unlimited Flow Bundle) 2. Weathermatic SL1600 with Two-Wire module #SLM24DM 14. Rain Sensor #SLW5 A wireless rain-sensor shall be provided and installed. The rain sensor shall send a signal to the receiver and controller during/after a rain event, allowing it to stop zones from operating. This Weather Sensor is included in the Weathermatic Flow Bundle. Install per manufacturer's instructions. 15. Quick Couple Valve Quick coupling valves (QCV) shall be 1"all brass construction with rubber cover. All quick coupling valves are to be enclosed in a 10" round fiberglass valve box with locking cover at specification grade. Secure quick coupler by mounting on a 1" brass insert snapping swing joint with stabilizer elbow. Provide one (1) matching valve key and swivel adapter for every ten QCV. The quick couplers are to be set at such height that the valve box will not interfere with the operation of the valve key. 16. Multi-Stream Rotating Sprinkler The multi-stream rotating sprinkler shall be a Rain Bird Model 1804-SAM & 1812-SAM Series or Hunter Pros-04 Series, body with a MP Rotator Nozzle. The sprinkler shall cover the radius (4'- 30') and pattern as shown on the drawing at a minimum base pressure of 30 psi. The MP Rotator shall provide matched precipitation with an adjustable arc and radius in a single nozzle. The overall pop-up height shall be 4, 6 or 12 inches as noted on the plans. 6 °pCH rr g btl � 17. Drip Irrigation Combination distribution/emission dripline shall be Rain Bird #XFCV-06-18 dripline, with rows spaced at 18". All connection fittings shall be made with approved Rain Bird. Refer to the irrigation legend on the plans for specific flow and spacing requirements. All buried dripline application shall utilize air relief valves, unless the product contains emitters with individual check valves. Installation of the air relief valve in a 6" valve box is to occur at all highpoints of individual zones (there may be more than one depending upon layout and topography) to avoid siphoning of particulate matter into emitters. Flush caps (manual) should be installed at ends of all drip zones for the initial clearing/flushing of the zone, and for periodic maintenance/winterization or flushing if upstream breaks occur. Use a 6" valve box with gravel at the bottom for each flush valve. Planting Beds: Install tubing under a 2"-3" mulch bed and stake every 18" with galvanized tie down stakes. Individual plant material requiring more water may be supplemented using additional emitters with 1/4" distribution tubing. Refer to the Landscape Dripline detail for specific installation procedures and additional components. Install a manual drain valve at the end points of the drip zone in a valve box. 18. Isolation Valves All isolation valves shall be brass, threaded gate valves (Matco-Norcaor Nibco) of a size equivalent to the line size. Isolation valves shall be enclosed in a 10 inch diameter round, commercial grade, fiberglass valve box with locking black cover from the selected valve box manufacture. CONSTRUCTION REQUIRMENTS/ RESPONSIBLITIES 1. The contractor shall be responsible for the following items. The irrigation contractor will be responsible for installing the meter pit (approved by Indiana American Water Company) and everything up to it. IAWC will install the meter and tap. See High-Lighted section below ON page 9 WATER SUPPLY ii. Automatic irrigation system including piping, fittings, sprinkler heads, control wire, quick coupler valves, controllers, and accessories. iii. Excavating and backfilling irrigation system work. iv. Testing and adjusting of system. v. As-Built" drawings. vi. Winterization - shutdown - spring start-up. 2. All work required by the plans and specifications shall be accomplished by the Contractor even though minor items required may not be specifically mentioned in the above listing. 3. Drawings: The system layout is diagrammatic. Exact locations of piping, sprinkler heads, valves, and other components may need to be modified by the Contractor in the field at time of installation to allow for actual on site conditions. Proper spacing of sprinkler heads will be required to obtained satisfactory coverage. Minor adjustments in the system layout will be permitted to clear fixed obstructions. Any major revisions to the irrigation system shall be submitted in writing to the Owner for approval. The final system layout must be acceptable to the owner. u (HIBrr 4. Verification of Plans and Specifications: It shall be the responsibility of the Contractor to carefully examine the plans and specifications relating to this work for completeness, accuracy, and clarity. It is the Contractor's responsibility to obtain the most current site survey, utility plans, landscape plans and any other document necessary to complete the installation of the irrigation system in cooperation with the site improvements. These documents may be obtained through contact with the owner's authorized representative. Any conflict, errors or clarifications request shall be immediately brought to the attention of the Architect for written interpretation or instructions. No claim for increased compensation for additions, changes, or alterations will be considered unless written authorization is granted by Owner's representative. Otherwise any additional materials and/or labor due to existing conditions shall be furnished under this contract. 5. The Contractor shall be responsible for obtaining all permits required for installation of this work. INSPECTION OF SITE All prospective Bidders are urged to visit the project site to examine existing conditions, and make note of any conditions which may pertain to his class of work. Failure to do so shall not relieve bidder of responsibility in connection with his work. WATER SUPPLY P.O.C. #1 water supply shall be from an existing service line. The taps and meters shall be the responsibility of the Contractor. Install per local code and in accordance with the water purveyors requirements. Approximate locations shown on plan, verify in the field with owners authorized representative. Additional Information Reference P.O.C. #1 the tap for this project has already been established. The Tap, Meter Pit, and 1 Inch Copper stubbed out of the pit for your connections. However, it will be the contractor's responsibility to secure meter and permits from Carmel Utilities when applicable. SYSTEM DESIGN 1. The contractor shall lay out work as accurately as possible to the drawings. The drawings are generally diagrammatic to the extent that all offsets, fittings, and finished site conditions may not be shown. 2. The Contractor shall be responsible for full and complete coverage of all irrigated areas as to spacing and precipitation rates being matched and shall make any necessary adjustments to the system at no additional charge to the Owner. Head spacing as shown on the drawings is predicated on the water supply being a minimum of 45 static psi at the point of connection. Contractor shall verify said pressure before beginning the installation. Report any deviation between the said pressure and the specified pressure to the owners authorized representative. Head spacing shall not exceed 55% of manufacturer's stated diameter. 3. Any major revisions to the irrigation system shall be submitted to the Owner and will answer in written form, along with any change in the contract price. 8 °EXHIBIT ,. TRENCHING AND BACKFILLING 1. General: i. Pulling, Excavating, and Trenching: A. The contractor shall perform all excavations as required for the installation of the work included under this section, including shoring of earth banks to prevent cave-ins. B. All lateral pipe (2" and smaller) shall be pulled with a vibratory plow. C. If trenching, trenches shall be wide enough to allow a minimum of 6" between parallel pipe lines. If pulling, the same lateral distance shall be observed. ii. Underground Obstructions: A. Any unforeseen underground obstructions which might be encountered during the installation shall be brought to the attention of the owner immediately and work on that portion of the installation shall be suspended. B. Any additional expense involved in removing those obstructions or the re-routing of lines shall be submitted to the Owner in writing and approved prior to continuing the installation. iii. Underground Utilities: A. It shall be the responsibility of the Contractor to locate or have located all existing public underground utilities on that portion of the site which is affected by his work. All private underground utilities shall be located and marked by the Owner. The Contractor shall contact the Owner for verification that all private utilities have been located prior to construction. The Contractor will be responsible for the repair of any cuts, which are made by him in these utilities. 2. Minimum Cover i. A minimum of 18" cover shall be held over all main lines and control lines. A minimum of 12" of cover shall be maintained over all lateral lines. 3. Backfill i. All irrigation trenches shall be back-filled and compacted by mechanical means in 6" lifts to a minimum of 90% of the original density. Backfill material shall be of the same soil mix as excavated and free of any rocks or debris larger than 3/4" in diameter. It shall be the Contractor's responsibility to remove all larger debris from the premises and to furnish any additional soil which may be necessary to level the trenches. All disturbed areas are to be re-sodded, any plant or shrub damage will need to be replaced as per Streetscape provided in specifications packet. ii. Contractor shall be responsible for repair of any irrigation trench settling which occurs during the first year after final acceptance by the Owner. iii. Where pipe is pulled into the ground, all domes shall be compacted to original grade "EXHIBIT t u I 1 l,E ) l� after pulling. 4. Sleeves for Pavements, Walks, Etc. i. All mainline and lateral piping under any pavement (walks, roads etc.) and structures shall be installed in separate sleeves unless noted otherwise. Sleeves shall be a minimum of twice (2x) the diameter of the pipe to be sleeved unless otherwise noted. Mainline sleeves shall be a minimum of 24" below subgrade and lateral sleeves shall be a minimum of 18" below subgrade. Extend sleeves into landscape area 12" minimum. Backfill material shall be free of rubbish, plant matter, frozen materials and stones larger than 3/8" in maximum dimensions. The contractor shall provide less than 6" of clearance between each lateral line and greater than 18" of clearance between lateral lines and mainlines. ii. All piping under existing pavement and walkways shall be bored with appropriate equipment unless otherwise noted. Where roadway cuts are required, the asphalt is to be saw cut, the sleeve installed, and surface restored to original by professionals engaged in this business. iii. All communication wire shall be placed in separate sleeves under all pavement, walks, etc. in excess of 10' in width. iv. All sleeves called for in the drawings shall be sized according to the drawings and/or general notes. If sleeves are necessary in areas other than shown on the drawings, then install sleeves two sizes larger than the pipe being sleeved. Sleeves shall be of Schedule 40 PVC material. v. If sleeves are not immediately used, then the contractor shall securely cap the ends with duct tape and mark with wooden stakes for future designation. vi. Any damage to sidewalks or hardscape areas will need to be repaired as a result to boring or construction damage. INSTALLATION 1. General Unless otherwise indicated, the contractor shall comply with requirements of the Local Plumbing Code. 2. Circuit Valves a. The contractor shall install in valve box, arranged for easy adjustment and removal. b. The contractor shall adjust automatic control valves to provide flow at rated operating pressure required for each sprinkler circuit. If an over pressure condition exists, Contractor shall install, at his expense, such pressure compensation devices as are necessary to bring the circuit or heads into proper operating range. 3. Piping Y up(HIBR . 10 I q The contractor shall lay pipe on solid sub-base, uniformly sloped without humps or depressions. ii. When pipe is pulled into the ground, all PVC pipe shall be solvent welded at least 24 hours before pulling. iii. All trenches shall be snaked, or the pipe snaked within the trench to allow for expansion and contraction. iv. A single strand of 14-1 wire, yellow in color, shall be run with all main line from the point of connection to the end of the main line. This single strand of wire shall be available for main line tracking. v. The contractor shall install thrust blocks behind elbows/tees and gate valves along 3" or larger mainlines. 4. Dielectric Protection The contractor shall use dielectric fittings at connection where pipes of dissimilar metal are joined. 5. Closing of Pipe and Flushing Lines The contractor shall cap or plug all openings as soon as lines have been installed to prevent the entrance of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of the installation. ii. The contractor shall thoroughly flush out all main water lines before installing valves. iii. The contractor shall thoroughly flush out all lateral lines after installation and before attaching heads. 6. Communication Circuitry All communication circuitry shall be run, wherever possible, with the main pipe line. ii. All splices shall be made at a valve box for easy access. iii. A minimum of 24" of either control wire shall be coiled at each valve. TESTING AND TRAINING 1. Operational Testing i. The contractor shall perform operational testing after backfill is completed and sprinkler heads are adjusted to final position. ii. The contractor shall demonstrate to the owner that the system meets coverage requirements and that automatic controls function properly. iii. Coverage requirements shall be based on operation of one circuit at a time � • r 11 °EXHIBI EXHIBIT r 1 J ft demonstrated from the controller. 2. Personnel Training Contractor shall be responsible for the training of as many personnel as the Owner shall deem necessary. ii. Contractor shall be responsible for one starting and one winterizing of the system during the appropriate times of the year after final acceptance by the Owner as part of the training of the Owner's personnel. iii. Contractor shall include general troubleshooting and operation of the system with reference to head, valve, and controller operation during warranty period. iv. Contractor shall furnish a complete operation and maintenance manual to the Owner. This manual shall include repair parts lists, assembly instructions, trouble-shooting guides, programming instructions, and recommended precipitation rates. ADJUSTMENT 1. After completion of grading, or sodding, if applicable, Contractor shall return to the job site to perform any final adjustments to the system which might be deemed necessary. 2. The Contractor shall be responsible for any pressure testing and start up of the system when construction is complete. METHOD OF MEASUREMENT The irrigation system will be measured by the complete system installed in place. BASIS OF PAYMENT The contractor will be paid per a lump sum price for the entire irrigation system. The price and payment will full compensation for furnishing and placing all materials. Payment will be made under: Pay Item Pay Unit Symbol Irrigation System Lump Sum The cost of all piping, fittings, sprinkler heads, control wire, quick coupler valves, controllers, waterline service and connections, meters, electrical service, wire and conduit, accessories, excavating, backfill, any turf damage is replaced or concrete damages repaired shall be included with the cost of the pay item. 12 "EXHIBIT GENERAL LANDSCAPE&PLANTING NOTES I. Refer to Protect Manual ter Planting Specifications and Toped requirements.Refer ID Place SchaNde art Planing Delays for addlional lnbrmalon. 2. All materals are sw ect to the approval of the Landscape Archcecl and Owner at arty lame.Landscape Architect to inspect all platy locations and plant bed conditions error to insfafalan.OnAee adustms.. SSmay be required. Tii- i 3. RoolbaEs shall meet or exceed eve standards as set forth n'AmerIwn Standards la Nursery Stool( -1 1 ___-__ MAIN LEADERS OF ALL TREES SHALL REMAIN INTACT, _ I ) 4 Remove from the sre arty platy material that turns brawn or defNates within No(S)days after planting. Replace immedaley wan approved specified meloridl. i 3 Platy counts indcaled on drawings are for Landscape Architect's use ony.Contractor shall make own -.-' p qua Y using rgs,spec) plant sche&lerequremeNs(Le.,spacing). CI J- I idol NA takeoffs lei dawi specifications. -t I + unless othervese directed by landscape Architect.Contractor m venb bed measurements and install I �a,_-- I approyrate grandee es governed by plant spacing per schedule.Platy material quanbtres shown on I I plan are minmum ganldres.Addlronal material may be needed Ie meet spacing requirements and field I cordtwns. r t -y" f ` m B planting bed,or sod tr all areas �eatmenl by rel anrer actnAres that are not othenrise noted to receive pavement, ! JL -©1)Ame 7 prior to b11tao�n.Refer to featbna fa do shall The Contractor Install and/or amend lapsed In proposed bed areas to meet SpeciDth etto. 'i ' dints quanby and plaument of topsoil.Landscaper shall veriy depth of topsoil 1 speci fa topsoiltolsowceandeview entand reqapproval by s) th All Mae s be marked wOh h2'stakes prior to pitying for review and approval by the y �� C. / Lank Architect.Any plant material Installed In an incurred location,by the IWgnenl of the ` �.. c-.-- !'! J•..- O: Landscape arm lad shall be re tiledNlheContactors excense () ]LI 9 All plant beds shall receive 3'm INdried hardymd bark mulch(unless olhenvse roles. (1 nth)/ I (lT g ID. Very all utlty locators n the field y t booming work.Repa all damaged Nlaes to Owners ��' I rOD'OOCOCy00'OTi 41"c • satisfaction et no...nal cost . L J .�p � ` ro -- r,g• 1• 11 The Contactor shall maNan all plant material and lawns uNl the propels July accepted by the .. , 4!1 Landscape Arch Iecl unless otherwise noted. _• i+ 12. AD workmanship andmaleralsshall be guaraNeed by the Contractor tor a period of one calendar year /���w\ m.. .�'� n. na . I awe Frill Acceptance t� mow'", w I 13. Install all platy materialn accordance with all local codes and adnarces.Coddralewtll the Owner lc �' (1)Nys-s ! s,rw :' Z 11 Cunt edq ch`apap rl`edd permits necessary to complete work. al beds wale for more man zit nouns shall rip '� I nee pis fd damage.Any tree pain I \ _ .._ I I be installed using tree pit drainage. till. 1,.R1)Cerc r I �`V� s :. R'-•. G I 'LANDSCAPING MUST BE PLANTED e � _ �����®�, ` ��� 1 ACCORDING TO THE DETAILS ON SHEET ° 11-SEE PLANTING DETAILS g I '' 1 i 1 — — — — 4 I �` - i----1 I _ -----------r' Ti ter- --- _'T___ t�S=l IT _ -I 1 11 -e • - -_--- ,die`-_� .e u-,,,°11' L - t - - _ I _1_--___—_____ g _1y.. _ ! + � � -- •O Vim.. o • • • •O ik- '� __r __. .-_ - g---'r f `�, r° - ' 1 I��f... ,• •,• •lo` ..<,., S L=_1=I I 1 1 1 1 , I I , — p T F 0 ,, ---t—' 7.r�.r O`—i .'as'r — © .. ,:1 �'- Oa.a: O�p 7 O anew , `a '''•"'ter y: y ,O ‘"�r.s4.rr.� O°'� O r' O R_lso�c o�4�i ?K/ O r ..r ne eopp �y re ,..,.. 2 - /,/l O ci o O io;c �0i0 • • •i• op000 F .00<7.,o no - -g o i. o 0 .. \Sa i ! crmx \ pot ' '.a' ry s. „ _ ,�. �,, \mot iNV „ kr J I 1 •(14)Cha•I 7NOTE: CONTRACTOR SHALL ceceeroeep ALL S1REE15CAPE e0NOO NIIN �' ADJACENT RUeDloo PROLECT. O O�^Na.Q.R j g . w ,_ MAIN STREET RECONSTRUCTION NORfi K�.•.r RRIMEPof �j T RFWNNEx 11 FOR ARrRDVAI bF51GN Be., eaWl[t6 OLIVIA ON MAIN STREETSCAPE veR U SCALE WA DESIGNATION Rg. man care,SordNs-w,pmAa n j` x c R O � ;i,"y Aey• si': INSIGNE. I*s oRAwN: IN SURVEY eoDR sit SNEETs E or 1 R a1 d see PLANTING PLAN mxnua ae«®: atRate: Of saes Q\ -44 PO ei dolSLO1N 1]aLNO «Y m°30 mY ago „ Irl „ SlIV130 ONV SNYld 9NLWtlld „�(" sari OPa 0 ¢ SONS mo.OAPS WI worm su �m.ms3e .+,.:1i1B_1 1 a 6 ..� LOON YM MO Y33x19N3 O4 ( Dl.-e.t', pa]O O .on APIESolso ITOS T alen 3dVJS1332LIS NIVW NO YIAI10 N.vane -._A.� ,, e�.0 'v.o.o 000 ,,y ? 0 arena,ae-e.�Knott p 3faY"lO.. .,nL°„LL�.4a NOLL�f121LSNO3 113311S NIVW m6la.,m9. , Lv�xe,.a .O �..,.,O g' a .f.. ... ........y. ....... lo3foad Oooilne 1N3]W'94 /� 310H a i3mis 8010Vwraa :RON ii/ I (Z)III(LL) >c • oa • tts 133HS SIHL NO SlIV130 ; ,,`3k'1 //y 7 u] ,1 3H101 ONIO>JO73V 031NV1d I 5 391SI1W 9NIdV S0NV1 i ` NaM1 n 11(tr) 1 e�ua(LL) x ° ,. x-9I0O i �L' rt �y /'' [ © ,. x-ewy(L) DD b anus :JALS11011Ot�34 /[ S iN-' x od (E9) l h°.awe.., # /i/ \/ ' o-Jpd(J. 4 f`; o" 1IV130 afe35 0 'e'o2L O weds and LS eue6u0Meaew.% AI°eie aiao ,.,"� p,/E o-R4d(E) o>>�j ° m•%.wnpoxPww,um4 4.N 01 �• n-031(S) •:� °- .�j l� 1 ar. ri (3HIM)3A331S 00 HOS OAd..Z ....m o sad• Lod IS gedaN,exleM,slunf ,oildwenoN,Iusysey.Ded.N %-d3N pi. 0 ��I(1'S) ',`O•016 �LI �1 �•210.P.d. Lea L. Ynw116.idasrl w>fd..a.Pn san Le /Ob-PRH(£) N oe e..nifi P se sip wed. Led N s1•B luoO aPelau 011 epgwweW.uWoneH %T3H 00 [ F. 9 ee a.l D.aed. ied Is ANMO w0 P el es AO a.a.s x elco,eweH %-W3H OS [ [ / 00 a.*),r 14 �) r.-... NMd Wad 3ZIS / 3A3313 ONIdid OM Pawl / ',' *0 �': (3NIINIVW13A331S 00'H3S OM_. A0 d0101.00 'o•°•°•od a M4.i wd L1 Ir14el003 H•4•,a,w1 H03H / // '✓ 'O` ' l - w.uwmewwlw.nnld_ SOL / / ( o Load(48) 1 1 l ro-SLaaaede ad N lemeps 003 N6P9moP•Wl*Old ,NM.Vnnpe w d aaeuryo3 dYl33 ZL / 0f n-011(9Z) b"sga L 3avaO aced', w u .Neaae grind •aa..,na ne a uaaae d a30 oe , } °t. (E) 1 'I° E P sL Vo.d9 Im L. way.ee eaH.n4aseBBW aaua:nwaa4.v R9atl we i '' I-Old(S9) Y On , z %u5 a eery Wrenn a°,IAVtlele°Iv ///��� fJNIlNVId IVINN3113d O •YesL®aP.d• Lod IN mou.A..ua•d .o4d•d wn.,°Pnweaa4av w-Hov[e 1l I •,�(,,©'t `. rn SMNN3a3d Itet I s-inx-Q41(S) Y•az•.J.d. rod L. ...PPG*Pod •Id0O,sla4m,a90,eds Hods19 / I 5) - (94) 0 Q a...•NL.ro.—� / ,s♦ load(99) Ii b-pAH(£) ' 1 vo az>p wools wa u es.,e4aPms 4.ow.4ys NCWesa4s wnreanwnaNed x-nvd ar / 0ea.s®aped• Lod Z. eaue411..slelwr Me.H 1g0W Ane0H wn1e64n wn1N.d A-NOd L[ I (1 :��`2 `a Sill(9p) >0 Q ..: �^ I..edD / `. .•. \ vo az 0 souls rod II WO•sS wWY°N uw0m4e1..11,0ws0VO 7VH0 @ 1 tD y 0 0 R 11.4 Te •..0 Jalueoj 1 l2$$,, ,f � ►t"`ao' ...pp az®wads La Z. psap,aVleaj,musoj Pe% Iw%,ueplge..quu6awgq lf`ltl0[Z 1 ....`=.`..` r� OOT . vnw..ws S3SSVVDlV1N3NVNa0 L '•5•.; y i _ ,,,• •..oaO D cods,auRlu°o ...Ps,,Lo eeumS luu6uj moo mpg Mo}o,0ellewae my, VTN0 ZZ 1 .•�.1` �L ii • 'rt.. nIII -, -,o.o• a.me,wad roads su.INea pa.,d•,rZ ,ad 4nrolw°e ,mews.«,19••w4•dxM• eKlnft 1\ 11 '=' �' : v,vkwN�P....r.m YOVE•sa•da,clelu.a VI.BL e4dWaamSleweO sNwH icOOaJtivaH..eF96gd..p h3L eL ` ,�.�y+}�A. \ ` -_'_-_ oo��1O2O° - f.._ ao az9cede,.unlu.a l4,pL /wa9,a. m4d9 Psa ,.WdS P•tl.oeloM.d asp Rill St Z� © - • ore az8 c... V1 AL sy,wad / O k..._}} ,wnew.a es6uupAH leq.•0e ,•aAr,wad.golvmeve6uupAH OQAN SC I / 1 \ O_O/y tY. ... . '. s•ea80ceed.Ouol4.a 'N.SL eHans.01H Js•m5 u.64a0ueaum•Sru00 1-310 1 I i 1 �-- 0- '-© ^° .s1 0 ©r f PPS O loN O 4mww°PN Iaan5 ueb4mW zl I / 1 _��.• -�.......,,- sso _ ° . O L. C+ SO P o'b '>ea.0 lB wads,wuuc 71JL Paan6.0..1Paa nlNle9 .moH A'enl,e9lemwo0 *SOO SS 1/� 1 �.• --'-ti- - it-. so 30033OVdS ....0-.0 9..ed•,wew.. lln paoh,oewm°,ppmA woo,alum..7A4dualw.mme x-xne eL I1 1I -- IT / ., 0 , - ro as 6 seed•,e4,.wee 14.12 40.e..e40.a.,M a160W 4aallfy,m0ry1 LosW V.sd,.ol4gaw erya0 Lwav s / \`/,('� 1331 5 N I .0 I .a,e senaae I [..}y - Ibry 1S I .-1 3T•6. Pd..moral 011n Z ( F: '.'-------------- III- �� AL 4alnwYie9PP. Vaxae 1: -- Or ,w,e .e:,v TTeiel "*. ., ,, esel l••�I ,y34°w°Pal .°ma,,, I I t;ti { _ 1 F.r'd__ RIIRfi'gLa S33111 _y1_L----------------- If-Iaxe ape66,eaad // 9310N I'1NOO I 3MS I 3YYVN NONWOO I 3WVN1VOINV103 110SL1AS I'A1N0 "'"(r I -�--_ ff 1 �•o 1LIVH0INVld 1 1 I ''---_ ��0 1 EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation& Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit(other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal &Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage (any one fire): $250,000 Medical Expense Limit(any one person): $ 50,000 Comprehensive Auto Liability(owned, hired and non-owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000 „:44440:ZARga4,,:4;iktrAt":,, ' •”! Th'ifr° 1 tj z) 01111..1d .130.1.100 pw7011.11 oat: suopriupso.adal pun siii3uniris lnrjnfu!oilai.oj mppiji pur!put jo owls atp pun n;)!Jotuv Jo sairis ULUflV.I1 JO SMV13t14 Japun IUULLX1 JoJ soiiiruQd.otii Jopun.SJ11.1;:y3i d : lupdi - o-y , k OZ ' CI •••r'P'NI a-z-4 Jo,CuP itti uainmxa ._t - LLON III3A VS INVILEIV EEtizand -suD!in pozpoturtrun K1113 odiuA:fluo.uno ouswop JoiSoiduig otp 'J,-c.1423q pun uolivuuojul: W JO isaq otu 0j 9 wur pozyomarun,cue icoidura XI2u!mou..11ou sop io1dw qj "C poirlottiam pun patpeir st uoprd!apInd pun itiautup.im-sup Jo uoptniounipou inJapz:J zp un soludIpp,ted pun io[io:itia st JoiCaidard ..micoidura am J9 Augaq up in oi.k.i!Jotpur oqiAvg pun.to,coldwig oirt joszs,irlp000,1d put> `sa3por.ici lu,attlicoldti.0 mp twit\JRIII(LEI3J wuI: 5,41 I tiop!sod 4! ' .7)1.11) CLNA-acJ-vutzvo -,40,-4=-0‘so%J.)T I tf poicoiditia 1,t,w(1 oAull tipipq iurANQJ saltup fir lc pun mou .u.!=q p:r..uniuop sionj otp o ijnoi o iuoixieuoz) tun pun o2rJOS..1.1,30.4.(8 )1.1034 !O JOAO t1113 I I :SMOII0j SO XjpSni pItMD‘.101,1MIt si.tp.LIt ss..?1,111:m t; sr pown p 'pun u!onti sia:j'at!'Jo ogp;..11m9u...4 inuosiod suti pun ip!A\Jr!pUrej si sicus pun sosocbp 'UJOANS Xpip sutun \-Ahl I IAVULIJ U. ,Llat.HXR v INDIANA RETAIL TAX EXEMPT Page 1 of 1 City of Carinnie1 CERTIFICATE NO.0031201550020 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 101410 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AR CARMEL, INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 2/19/2018 372256 Olivia On Main Irrigation ALLEN IRRIGATION COMPANY. INC. Street Department VENDOR 390 NORTH MONROE ST. SHIP 3400 W. 131st Street TO Carmel, IN 46074- MOORESVILLE, IN 46158- (317)733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 23579 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2201 Fund: 2201 Motor Vehicle Highway FND Account: 43-509.00 1 Each Olivia on Main Irrigation $96,700.00 $96,700.00 Sub Total $96,700.00 7,, 1` II MI I I . yMMI -:-.; In -. a It a w -1.'', Send Invoice To: I Street Department ' ■D I AO 3400 W. 131st Street Carmel, IN 46074- (317)733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT I PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $96,700.00 SHIPPING INSTRUCTIONS 'AIP 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 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 Oes4.- -P411 s AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Dave Huffman James Crider TITLE Director Administration CONTROL NO. 101410 CLERK-TREASURER