Loading...
White Construction/Eng/3,288,270/3rd Avenue and City Center Drive Roundabout – ConstructionWhite Construction, Inc. Engineering Department - 20184n� Appropriation #44-628.70, 2017 LOIT Bond Fund; P.O. #: 101429, 101438 Contract Not To Exceed $3,288,270.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and White Construction, Inc., an entity duly authorized to do business in the State of Indiana ("Vendor'). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 44-628.70 and 2017 LOIT 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 Three Million Two Hundred Eighty Eight Thousand Two Hundred Seventy Dollars ($3,288,270.00) (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 pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Roundabout Improvements City Center Drive and 3rd Avenue SW, Project # 16 -ENG -108" received by the City of Carmel Board of Public Works and Safety on or about February 21, 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. [C:\Us\klustig\AppDawd-ocal\Miaosoft',Windows,Tetnpomry Internet Fil¢ Cont—Out1ookURONF879\White Construction 1—d-2/27/2018 9:36 AM] White Construction, Inc. Engineering Department - 2018 Appropriation #44-628.70,2017 LOIT Bond Fund; P.O. #: 101429, 101438 Contract Not To Exceed $3,288,270.00 TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 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. 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. [Ci\Users\UwtigAppDat'L3 l\Miaowfk,Windows\Tenpomry Internet Fila. Contenl.0u11ook\IR0NF879`.White Con etion 1—doc:2'27-10189:36 AM] White Construction, Inc. Engineering Department - 2018 Appropriation #44-628.70,2017 LOIT Bond Fund; P.O. #: 101429, 101438 Contract Not To Exceed $3,288,270.00 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 [C:\Ure Alustig`,AppDaMAL ca]\Miaowft\Wmdows\Tempomry Intemet Files`Contau.Outlwlc IRONF879\WWte Con ction Inc..doc:1?7/0189:36 AM] White Construction, Inc. Engineering Department - 2018 Appropriation #44-628.70, 2017 LOIT Bond Fund; P.O. #: 101429, 101438 Contract Not To Exceed $3,288,270.00 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect, 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, One Civic Square Corporation Counsel Carmel, Indiana 46032 Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: White Construction, Inc. 3900 East White Avenue PO Box 249 Clinton, IN 47842 ATTENTION: J.P. Roehm Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. [C:\OsersUdustig''AppDaU Local',Microsoft Wi do—Temponny Internet Files Content Outlook`.IRONF879.White Construction 1nc..doc:2272018 9:36 AM] 4 White Construction, Inc. Engineering Department - 2018 Appropriation #44-628.70,2017 LOIT Bond Fund; P.O. #: 101429, 101438 Contract Not To Exceed $3,288,270.00 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. 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. (C:\Uses`klustig`AppDaw'Locai\Miaosoft,Wudoas\Temponry Interne Film Contes.0utlook'IR0NF979.Wl ile Consvuclion [-A-2 27 2018 9:36 W White Construction, Inc. Engineering Department - 2018 Appropriation #44-628.70,2017 LOIT Bond Fund; P.O. #: 101429, 101438 Contract Not To Exceed $3,288,270.00 This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest, IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety in N o+ Pv-,c Jar t James Brainard, Presiding Officer Date: .. Mary Ann Bdrke, Me4b Date: J Lori S. tson mer Date: L3 i /1 ATT T: tine S. Pau y( CJ,eyk,Tra r Date White Construction, Inc, B' Auth6rized Signature Printed Name Title ` FIDITIN: Last Four of SSN if Sole Proprietor iN k Date: (CALkaAkWgUppD&tA uL (%Ik wit\WudousChnporuybAmm PlatCmtatl.0utlwkuz0\'f'$791WMteCon"ion Lac Ax..=/10199:36 AN] BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: White Construction, Inc. Project Name: Project No. 16 -ENG -108 Roundabout Improvements City Center Drive and 3" Avenue SW Date Submitted: February 21, 2018 Base + Alt. 1 OD Quote Amount: Base + Alt. 2 2\(D\ J co�' C oc) Quote Amount: Revised 2/2/2018 10 rd 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 accuratelyfilled in and completed and notarized. Project: 16 -ENG -108 - Roundabout Improvements City Center Drive and 3rd Avenue SW Proposal For Construction of: Intersection Improvements at City Center Drive and 3' Avenue SW and Streetscape improvements along 3"d Avenue SW. Date: February 21, 2018 To: City of Carmel, Indiana, Board of Public Works and Safety Version 2016-08-31 Exhibit Z0 -RU PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total l p+1tWDA 01.1- W7►.tnQEp 4 ml ►lawbe��o A pI, mo Dollars ($ MhCX) ). 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 — Base Bid 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. 2.2 Alternate 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 3a and Part 3b hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total as MEA,-tFqq// 11 Part 3�t y,��1�,Soaot,�va�n� l Dollars ($ � ,-:) t1C) .00 ) and hrrt 5rv- -rttr�os�i>., � o Part 3b "vt4 i(a rg7y °D D o Dollars ($ S(41 .00 ). 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 3a or Part 3b of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Exhibit A Version 2016-08-31 3offo PART 3 - BASE BID CONTRACT ITEMS AND UNIT PRICES Contract Item No. Description Estimated Quantity Unit Unit Price Item Total 0001 CONSTRUCTION ENGINEERING 1.0 LS 5150,000.00 $150,000.00 0002 MOBILIZATION AND DEMOBILIZATION 1.0 LS $100,000.00 $100,000.00 0003 CLEARING RIGHT OF WAY 1.0 LS S 100,000.00 $100,000.00 0004 CENTER CURB, CONCRETE, REMOVE 154.0 SYS $25.00 $3,850.00 0005 CURB, CONCRETE, REMOVE 133.0 LFT $10.00 $1,330.00 0006 CURB AND GUTTER, REMOVE 2616.0 LFT $10.00 $26,160.00 0007 SIDEWALK CONCRETE, REMOVE 1243.0 SYS 57.50 59,322.50 0008 HANDHOLE, REMOVE 1.0 EACH $250.00 5250.00 0009 LIGHT STANDARD AND FOUNDATION, REMOVE 12.0 EACH 5875.00 $10,500.00 0010 SIGNAL POLE FOUNDATION, REMOVE 4.0 EACH $900.00 53,600.00 0011 SIGNAL POLE, REMOVE 4.0 EACH 5700.00 $2,800.00 0012 EXCAVATION, COMMON 2235.0 CYS 525.00 $55,875.00 OOW RORROW 9" C" ITEM REMOVED 0014 TEMPORARY INLET PROTECTION 30.0 EACH 5100.00 $3,000.00 0015 TEMPORARY MULCH 2.0 TON 5400.00 5800.00 0016 TEMPORARY SILT FENCE 37.0 LFT $5.00 $185.00 0017 NO.2 STONE 100.0 TON 520.00 $2,000.00 0018 TEMPORARY GEOTEXTILE 235.0 SYS $3.00 5705.00 0019 TEMPORARY SEED MIXTURE 86.0 LBS $2.50 5215.00 0020 SUBGRADE TREATMENT, TYPE 11 969.0 SYS S15.00 $14,535.00 0021 SUBGRADE TREATMENT, TYPE IC 3681.0 SYS $25.00 $92,025.00 0022 STRUCTURE BACKFILL, TYPE 2 185.0 CYS 550.00 59,250.00 0023 COMPACTED AGGREGATE NO. 53 231.0 TON 530.00 56,930.00 0024 HMA PATCHING, TYPE C 11.0 TON 5300.00 53,300.00 0025 WIDENING WITH PCC BASE, 6 IN. 316.0 SYS $75.00 $23,700.00 0026 MILLING, ASPHALT, l 1/2 IN. 4665.0 SYS $2.50 $11,662.50 0027 MILLING, ASPHALT, VARIABLE DEPTH 775.0 SYS $5.00 53,875.00 0028 HMA, SURFACE, TYPE C, 9.5 mm 578.0 TON $93.00 $53,754.00 0029 HMA, INTERMEDIATE, TYPE C, 19.0 rmn 122.0 TON $90.00 $10,980.00 0030 HMA, BASE, TYPE C, 25.0 mm 310.0 TON 580.00 $24,800.00 0031 HMA, INTERMEDIATE, TYPE C, OG 19.0 mm 115.0 TON 585.00 59,775.00 0032 JOINT ADHESIVE, SURFACE 2492.0 LFT 50.50 $1,246.00 0033 JOINT ADHESIVE, INTERMEDIATE 8t9.0 LFT 50.50 $409.50 0034 LIQUID ASPHALT SEALANT 2492.0 LFT 50.50 51,246.00 0035 HMA (WEDGE AND LEVEL, TYPE C 117.0 TON 580.00 S9,360.00 0036 ASPHALT FOR TACK COAT 3.0 TON 5465.00 S1,395.00 0037 BASE SEAL 1.0 TON $700.00 5700.00 0038 DECORATIVE CONCRETE PAVEMENT, TRUCK APRON, 7 IN. 416.0 SYS 5100.00 $41,600.00 0039 SIDEWALK, CONCRETE, 4 IN. 211.0 SYS 575.00 S15,825.00 0040 RAISED PEDESTRIAN CROSSING 603.0 SYS 5138.00 $83,214.00 0041 CURB RAMP, PAVERS 207.0 SYS $205.00 $42,435.00 0042 CURB RAMP, CONCRETE 67.0 SYS $160.00 510,720.00 0043 DETECTABLE WARNING SURFACES 62.0 SYS $310.00 519,220.00 0044 DETECTABLE WARNING SURFACES, RETROFIT 3.0 SYS 5725.00 52,175.00 0045 STRAIGHT CONCRETE CURB 1496.0 LFT $38.00 $56,848.00 0046 CENTER CURB, D 3.0 SYS 5500.00 S 1,500.00 Exhibit --A-- dor to PART 3 - BASE BID CONTRACT ITEMS AND UNIT PRICES Contract Item No. Description Estimated Quantic Unit Unit Price Item Total 0047 CURB AND GUTTER, TYPE lI 2124.0 LFT 533.00 $70,092.00 0048 ROLL CURB, CONCRETE 348.0 LFT 547.00 $16,356.00 0049 PCCP FOR APPROACHES, 61N. 473.0 SYS $65.00 530,745.00 0050 PCCP FOR APPROACHES, 9 IN. 496.0 SYS S107.00 $53,072.00 0051 INLET FILTER 24.0 EACH S500.00 512,000.00 0052 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 2.0 EACH S50.00 $100.00 0053 TOPSOIL 120.0 CYS 550.00 $6,000.00 0054 SODDING, NURSERY 1380.0 SYS $2.00 $2,760.00 0055 FIELD OFFICE, B 3.0 MOS $1,500.00 54,500.00 0056 PIPE, TYPE 4, CIRCULAR, 6 IN. 2512.0 LFT $8.00 $20,096.00 0057 PIPE, CLASS III RCP, CIRCULAR, 121N. 445.0 LFT $60.00 526,700.00 0058 PIPE, CLASS III RCP, CIRCULAR, 15 IN. 88.0 LFT $75.00 $6,600.00 0059 PIPE, CLASS III RCP, CIRCULAR, 24 IN. 8.0 LFT 5125.00 $1,000.00 0060 HMA FOR STRUCTURE INSTALLATION, TYPE C 192.0 TON $100.00 $19,200.00 0061 AGGREGATE FOR UNDERDRAINS 228.0 CYS $65.00 S14,820.00 0062 GEOTEXTILES FOR UNDERDRAIN 2013.0 SYS $1.50 53,019.50 0063 FLAT CASTING, FURNISH AND ADJUST TO GRADE 2.0 EACH 51,250.00 52,500.00 0064 CASTING, ADJUST TO GRADE 8.0 EACH $1,000.00 S8,000.00 0065 CASTING, 5, FURNISH AND ADJUST TO GRADE 1.0 EACH 51,500.00 51,500.00 0066 CASTING, 10, FURNISH AND ADJUST TO GRADE 1.0 EACH 51,600.00 51,600.00 0067 INLET, 110 7.0 EACH 53,000.00 $21,000.00 0068 INLET, M10 3.0 EACH $3,000.00 59,000.00 0069 INLET, R 13 6.0 EACH 53,000.00 $18,000.00 0070 MANHOLE, C4 2.0 EACH 53,500.00 $7,000.00 0071 MANHOLE, C 10 6.0 EACH 54,000.00 524,000.00 0072 MANHOLE, J 13 1.0 EACH 55,000.00 55,000.00 0073 CONSTRUCTION SIGN,C 4.0 EACH $140.00 $560.00 0074 ROAD CLOSURE SIGN ASSEMBLY 9.0 EACH 5125.00 $1,125.00 0075 DETOUR ROUTE MARKER ASSEMBLY 35.0 EACH 560.00 52,100.00 0076 CONSTRUCTION SIGN, A 8.0 EACH 5100.00 $800.00 0077 CONSTRUCTION SIGN, B 8.0 EACH $40.00 $320.00 0078 MAINTAINING TRAFFIC 1.0 LS $150,000.00 S 150,000.00 0079 BARRICADE, III -A 240.0 LFT $10.00 $2,400.00 0080 BARRICADE, III -B 72.0 LFT $10.00 5720.00 0081 SIGN, SHEET, REMOVE 1.0 EACH $100.00 5100.00 0082 DECORATIVE STREET SIGN ASSEMBLY, INSTALLED 4.0 EACH S 1,700.00 $6,800.00 0083 SIGN POST, SQUARE TYPE I REINFORCED ANCHOR BASE 289.0 LFT S18.00 55,202.00 0084 SIGN, SHEET, RELOCATE 2.0 EACH $250.00 5500.00 0085 SIGN, SHEET, WITH LEGEND, 0.080 IN. 160.0 SFT S19.00 S3,040.00 0086 SIGN, SHEET, WITH LEGEND, 0.100 IN. 63.0 SFT $20.00 $1,260.00 0087 TRAFFIC SIGNAL EQUIPMENT, REMOVE 1.0 EACH S1,400.00 51,400.00 0088 SPLICE KIT LO EACH $1,500.00 $1,500.00 0089 CONTROLLER AND CABINET, P1 1.0 EACH 52,200.00 S2,200.00 0090 CONDUIT, PVC, 2 IN., SCHEDULE 80 838.0 LFT $13.00 $10,894.00 0091 CONTROLLER CABINET FOUNDATION, PI 1.0 EACH 51,700.00 51,700.00 Exhibit & __ PART 3 - BASE BID CONTRACT ITEMS AND UNIT PRICES Contract Description Estimated Unit Unit Price Item Total Item No. Quantity 0092 CONDUIT, PVC, 4 IN., SCHEDULE 80 127.0 LFT S15.00 S1,905.00 0093 CONDUIT, PVC, 4 IN., SCHEDULE 80, WITH 4-1 IN. INNERDUCTS 127.0 LFT $17.00 52,159.00 0094 REMOVE AND RESET PEDCOR SQUARE CARMEL CITY CENTER SIGN LIGHTING 1.0 LS 57,000.00 57,000.00 0095 HANDHOLE LIGHTING 8.0 EACH $600.00 $4,800.00 0096 HANDHOLE, COMMUNICATION 1.0 EACH 51,400.00 51,400.00 0097 LIGHT STANDARD RELOCATE 3.0 EACH 5400.00 S1,200.00 0098 LUMINAIRE ORNAMENTAL, 152 WATTLED 8.0 EACH 54,200.00 $33,600.00 0099 LUMINAIRE, ORNAMENTAL 70 WATT LED 1.0 EACH 52,700.00 $2,700.00 0100 LIGHT POLE ORNAMENTAL, 30 FT, WITH 8FT MAST ARM 8.0 EACH 54,400.00 S35,200,00 0101 LIGHT POLE, ORNAMENTAL, 15 FT 1.0 EACH 53,400.00 53,400.00 0102 WIRE, NO.4 COPPER, IN PLASTIC DUCT, IN TRENCH, 4 1/C 2426.0 LFT 512.00 $29,112.00 LIGHTING FOUNDATION, CONCRETE WITH GROUNDING 18 0103 4.0 EACH $1,000.00 54,000.00 IN. X 72 IN. LIGHTING FOUNDATION, CONCRETE WITH GROUNDING 30 0104 8,0 EACH S1,400.00 511,200.00 1N, DIA X 961N. 0105 SERVICE POINT, 11 1.0 EACH $2,000.00 52,000.00 0106 i ABLE, POLE CIRCUIT, THWN, NO. 10 COPPER, STRANDED 2172.0 LFT 51.00 $2,172.00 0107 CONNECTOR KIT, UNFUSED 9.0 EACH $50.00 $450.00 0108 CONNECTOR KIT, FUSED 9.0 EACH $50.00 $450.00 0109 MULTIPLE COMPRESSION FITTING, NON -WATERPROOFED 62.0 EACH $40.00 $2,480.00 0110 MULTIPLE COMPRESSION FITTING, WATERPROOFED 32.0 EACH 540.00 $1,280.00 0111 INSULATION LINK, NON -WATERPROOFED 54.0 EACH 540.00 52,160.00 0112 INSULATION LINK, WATERPROOFED 72.0 EACH 540.00 $2,880.00 0113 LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN. 138.0 LFT 50.75 $103.50 0114 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 282.0 LFT 52.00 $564.00 0115 LINE, MULTI-COMPONENT, SOLID, WHITE, 4 IN. 200.0 LFT $3.00 5600.00 TRANSVERSE MARKING, MULTI-COMPONENT, PEDESTRIAN 0116 17,0 EACH 5100.00 $1,700.00 CROSSING 0117 LINE, MULTI-COMPONENT, BROKEN, WHITE, 6 IN 28.0 LFT 54.00 $112.00 0118 TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, 113.0 LFT 510.00 $1,130.00 WHITE, 24 IN (SHARKS TEETH) 0119 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN (2 FT LINE, 2 FT 107.0 LFT S2.50 S267.50 GAP) 0120 LINE, THERMOPLASTIC, DOTTED, YELLOW, 8 IN (2 FT LINE, 2 22.0 LFT 52.50 $55.00 FT GAP) 0121 Gam), THERMOPLASTIC, DOTTED, WFIiTE, 6 IN (2 FT LINE, 4 FT 64.0 LFT S1.50 596.00 0122 LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN. 1236.0 LFT S1.00 $1,236.00 0123 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. 1944.0 LFT $0.75 $1,458.00 Exhibit _ � PART 3 - BASE BID CONTRACT ITENIS AND UNIT PRICES Contract Item No. Description Estimated Quantity Unit Unit Price Item Total 0124 TRANSVERSE MARKING, THERMOPLASTIC, CROSSHATCH LINE, YELLOW, 12 IN. 102.0 LFT 53.50 $357.00 0125 PAVEMENT MESSAGE MARKING, THERMOPLASTIC LANE INDICATION ARROW 16.0 EACH $60.00 5960.00 0126 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, LANE INDICATION ARROW, "FISHHOOK", WHITE 15.0 EACH $90.00 51,350.00 0127 SNOWPLOWABLE RAISED PAVEMENT MARKER 16.0 EACH $50.00 5800.00 0128 LINE, THERMOPLASTIC, SOLID, YELLOW, 8 IN. 396.0 LFT S I.50 $594.00 0129 PRIVATE IRRIGATION 1.0 DOL 51.00 51.00 0130 BOLLARD, REMOVE 1.0 LS 5250.00 5250.00 0131 12" WIDE CONCRETE BAND 1350.0 LFT 530.00 $40,500.00 0132 9" WIDE CONCRETE BAND 400.0 LFT $20.00 S8,000.00 0133 24" WIDE CONCRETE BAND 400.0 LFT 535.00 $14,000.00 0134 PAVER, TYPE "A" 2925.0 SFT $25.00 $73,125.00 0135 PAVER, TYPE "B" 190.0 SFT $23.00 54,370.00 0136 PAVER, TYPE "C" 1850.0 SFT $16.00 $29,600.00 0137 PAVER, TYPE "D" 450.0 SFT $17.00 57,650.00 0138 PAVER, TYPE "E" 3675.0 SFT $16.00 $58,800.00 0139 PAVER, TYPE "F" 1600.0 SFT $17.00 527,200.00 0140 PAVER, TYPE "G" 360.0 SFT 517.00 56,120.00 0141 PAVER CROSSWALK 2400.0 SFT $19.00 $45,600.00 0142 DECORATIVE SEATWALL 175.0 LFT S935.00 $163,625.00 0143 DECORATIVE BENCHES 10.0 EACH $2,500.00 525,000.00 0144 DECORATIVE BOLLARDS 8.0 EACH 51,500.00 512,000.00 0145 24" WIDE SCORED CONCRETE BAND 20.0 LFT 550.00 S1,000.00 0146 PAVER, TYPE "H" 2400.0 SFT $16.00 538,400.00 0147 PAVER, TYPE "I" 4500.0 SFT 516.00 $72,000.00 0148 ATTIC STOCK DECORATIVE PAVER 900.0 SFT 58.00 $7,200.00 0149 AUTOMATIC BOLLARD ARM PACKAGE 1.0 LS 567,000.00 $67,000.00 0150 BARRIER ARM 4.0 EACH 536,000.00 $144,000.00 0151 DRIVEABLE GRASS PAVEMENT 847.0 SFT $10.00 S8,470.00 0152 PLANTING SOIL 610.0 CYS S75.00 545,750.00 0153 MULCH 65.0 CYS $75.00 54,875.00 0154 SEED (DRIVEABLE GRASS) 847.0 SFT 50.50 5423.50 0155 DECIDIOUS SHADE TREE, 2.5" CALIPER 10.0 EACH 5390.00 $3,900.00 0156 DECIDIOUS SHADE TREE, 2" CALIPER 8.0 EACH $315.00 S2,520.00 0157 EVERGREEN SHRUB, NO.3 CONTAINER 63.0 EACH $41.00 52,583.00 0158 ORNAMENTAL GRASS, NO. l CONTAINER 265.0 EACH 513.00 53,445.00 0159 PERENNIAL, NO. 1 CONTAINER 1782.0 EACH S11.00 S19,602.00 0160 PERENNIAL, 4" POT 1954.0 EACH 57.50 514,655.00 0161 TREE PROTECTION 25.0 EACH $200.00 55,000.00 0162 DECIDIOUS SHRUB, NO.3 CONTAINER 107.0 EACH 540.00 54,280.00 0163 12" DUCTILE IRON WATER MAIN 1505.0 LFT $90.00 $135,450.00 0164 8" DUCTILE IRON WATER MAW 273.0 LFT 565.00 517,745.00 0165 STRUCTURE BACKFILL 1778.0 LFT 550.00 588,900.00 0166 HNIA PATCHING, TYPE C 1495.0 LEI 525.00 537,375.00 0167 12" GATE VALVE 7.0 EACH I S2,500.00 517,500.00 xMbit E __-- 7of"CO PART 3 - BASE BID CONTRACT ITEMS AND UNIT PRICES Contract Item No. Description Estimated Quantity Unit Unit Price Item Total 0168 8" GATE VALVE 4.0 EACH 51,500.00 $6,000.00 0169 12 X 12 STAINLESS TAPPING SADDLE & 12" TAPPING VALVE 1.0 EACH 57,500.00 57,500.00 0170 8" CONNECTION 4.0 EACH 52,000.00 58,000.00 0171 10" CONNECTION 2.0 EACH 52,500.00 $5,000.00 0172 12" CONNECTION 5.0 EACH $3,000.00 S15,000.00 0173 HYDRANT RETIREMENT 3.0 EACH $750.00 $2,250.00 0174 VALVE RETIREMENT 9.0 EACH 5250.00 $2,250.00 0175 LINE STOP 12" (UNDISTRIBUTED) 2.0 EACH $5,000.00 $10,000.00 0176 LINE STOP 10" (UNDISTRIBUTED) 2.0 EACH 54,000.00 $8,000.00 0177 LINE STOP 8" (UNDISTRIBUTED) 2.0 EACH 52,000.00 54,000.00 0178 12" CUT & CAP 1.0 EACH S1,250.00 $1,250.00 0179 CONCRETE SIDEWALK REPLACEMENT 63.0 SYS 570.00 54,410.00 0180 REMOVE, REPLACE FIRE HYDRANT 2.0 EACH 52,500.00 55,000.00 0181 ADJUST VALVE TO GRADE 2.0 EACH $250.00 $500.00 0182 ADJUST HYDRANT TO GRADE 1.0 EACH $750.00 5750.00 0183 1 COMPLETE HYDRANT ASSEMBLY 2.0 EACH $5,000.00 S10,000.00 0184 1IRRIGATION SYSTEM 1.0 LS 551,890.50 551,890.50 Base Bid Total = $ b,\ V'J, COC) •Ob Submitted Exhibit PART 3a - GRANITE CURBING CONTRACT ITEMS AND UNIT PRICES Contract Description Estimated Unit Unit Price Item Total Item No. uanti 1000 STRAIGHT GRANITE CURB 942.0 LFT S112.50 5105,975.00 1001 ROLL CURB FOR TRUCK APRON, GRANITE 227.0 LFT $85.00 $19,295.00 Part 3a Total = $ I Z 2.1 C).00 Submitted By, h.V'Ntl7-m Exhibit —fi- 10flo PART 3b - CONCRETE CURBING CONTRACT ITEMS AND UNIT PRICES Contract Description Estimated Unit unit Price Item Total Item No. Quantity 2000 STRAIGHT, CONCRETE CURB 942.0 LFT 550.00 $47,100.00 2001 ROLL CURB FOR TRUCK APRON, CONCRETE 227.0 LFT 540.00 59,080.00 Part 3b EXHIBIT B Invoice Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Commercial General Liability: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Each Occurrence Limit: Statutory Limits $1,000,000 each employee $1,000,000 each accident $1,000,000 policy limit $6,000,000 $5,000,000 $5,000,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Injury and Property Damage: $5,000,000 each occurrence Umbrella Excess Liability If a commercial umbrella liability policy is used to satisfy the minimum limits of liability requirements, the combined limits must equal these minimum limits of liability. IWO --' lot] AFFIDAVIT :10 l%o P. Rr,,)ekty\, being first duly swom, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant her in have been emploved by i -A.) 6 < 4o= r - c> tz�.�k -t- b�) (ihe "Employer") in the position of _Io 3. I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E -Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana, 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT, EXECUTED on the _day of t, n t, aM _20 Printed.,. 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 Printed�")� h 1.� �� Kt) e- k it INDIANA RETAIL TAX EXEMPT Page 1 of 1 y CERTIFICATE NO, 003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 1014_38 _ ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SUPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 i SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE I DATE REQUIRED I REQUISITION NO. VENDOR NO 2/26/2018 WHITE CONSTRUCTION, INC. VENDOR 3900 E. WHITE AVENUE CLINTON, IN 47842 - PURCHASE ID BLANKET CONTRACT 23704 QUANTITY UNIT OF MEASURE Department., 2200 Fund: 900 Grant Fund Account: 44-628.70 371561 DESCRIPTION Project 16 -ENG -108; Contract Date 03.07.18 City Engineering's Office SHIP 1 Civic Square TO Carmel, IN 46032 - Kate Lustig PAYMENT TERMS DESCRIPTION UNIT PRICE FREIGHT EXTENSION 1 Each 3rd Avenue SW and City Center Drive Roundabout $670,000.00 $670,000.00 Construction Sub Total $670,000.00 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 PROJECTACCOUNT AMOUNT _ 1 PAYMENT $670,000.00 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 UNOBLIGATED BALANCE IN T.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 1945Cj AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY -- -- — - Jeremy Kashman James Crider TITLE Director Administration CONTROL NO. 101438 CLERK -TREASURER City INDIANA RETAIL TAX EXEMPT Page 1 Of 1 ®jr Carmel CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER JL FEDERAL EXCISE TAX EXEMPT 101429 ONE CIVIC SQUARE 35-6000972 _ THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SUPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE I DATE REQUIRED I REQUISITION NO. VENDOR NO. 2/22/2018 WHITE CONSTRUCTION, INC. VENDOR 3900 E. WHITE AVENUE CLINTON, IN 47842 - PURCHASEID BLANKET CONTRACT 23671 371561 PAYMENT TERMS DESCRIPTION Project 16 -ENG -108; Contract Date 03.07.18 City Engineering's Office SHIP 1 Civic Square TO Carmel, IN 46032 - Kate Lustig QUANTITY UNIT OF MEASURE DESCRIPTION Department: 2200 Fund: 0 2017 LOIT Bond Fund Account: 94-650.04 1 Each 3rd Avenue SW and City Center Drive Roundabout - Construction UNIT PRICE FREIGHT EXTENSION 2,618,270.00 Sub Total $2,618,270.00 $2,618,270.00 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 r AMOUNT PAYMENT $2,618,270.00 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 �s '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. 101429 CLERK -TREASURER