Loading...
White Construction/Eng/13,998,000/Monon Boulevard – Phase 2 ConstructionWhite Construction, Inc. Engineering Department - 2018 Appropriation # 2017 LOIT Bond Fund; P.O. #: 101689 i�.Z�V Contract Not To Exceed $13,998,000.00 l AGREEMENT FOR PURCHASE OF GOODS AND SERVICES t 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 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. 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 Thirteen Million Nine Hundred Ninety Eight Thousand Dollars ($13,998,000.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 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 "Monon Boulevard — Phase 2, Project # 16 -ENG -22" received by the City of Carmel Board of Public Works and Safety on or about May 22, 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. 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. [SAContraMTrof.Sv s & Good Svcs\Engineeriog\2018\White Construction, Inc. Monon Phase 2 Goods and Serviors.doc:5l3012018 2:23 PMj White Construction, Inc. Engineering Department - 2018 Appropriation # 2017 LOIT Bond Fund; P.O. #: 101689 Contract Not To Exceed $13,998,000.00 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:\Ccntncn\Prof.S— & Good. Sva\Engln—ingt2018\White Construction, Inc. Monet Phew 2 Good ®d Servic-doc:5/30/2018 2:23 PK White Construction, Inc. Engineering Department - 2018 Appropriation # 2017 LOIT Bond Fund; P.O. #: 101689 Contract Not To Exceed $13,998,000.00 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E -VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E -Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly -hired employees using the E -Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E -verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E -Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E -Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E -Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E -Verify Law. The requirements of this paragraph shall not apply should the E - Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON -ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement [SXonft tsWrof.Sv & Goods Svcs Enginariog\2018\White C=Uwim, Inc. Maom Phase 2 Goods and Saviasdoc:51302018 2:23 PK White Construction, Inc. Engineering Department - 2018 Appropriation # 2017 LOTT Bond Fund; P.O. #: 101689 Contract Not To Exceed $13,998,000.00 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 If to Vendor: White Construction, Inc. 3900 East White Avenue PO Box 249 Clinton, IN 47842 ATTENTION: J.P. Roehm AND Douglas C. Haney, Corporation Counsel Department of Law One Civic Square Carmel, Indiana 46032 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. [S.^\CmtrsasTrof.Sva & Goods SVCS\Engmmmg\2018\White Cmsuructim, Inc. Mmm Phan 2 Goods and Savi—d-5502018 2:23 P&n 4 White Construction, Inc. Engineering Department - 2018 Appropriation # 2017 LOIT Bond Fund; P.O. #: 101689 Contract Not To Exceed $13,998,000.00 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2018 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. IC 5-16-13. The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference. 29. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. [S:\Cootrec\s\Pmf.Svcs & Goods Svcs\Engineen g\2018\White Conswa- Inc. Mwm Phase 2 Gods and S--d-5/30/20N 2:23 PSfl White Construction, Inc. Engineering Department - 2018 Appropriation # 2017 LOIT Bond Fund; P.O. #: 101689 Contract Not To Exceed $13,998,000.00 This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By- 'b James Brainard, Presiding Officer Date: , Mary Ann Date: Lori S.'`Watso aber Date: i (0 G � i S _ ATTE Christine S. Pauley, Clerk-re;llj- JSACWk-U Date: White Construction, Inc. By. Berthelsen, David 2018.05.30 _ 15:01:41 -04'00' Authorized Signature David Berthelson Printed Name President Title FID/TIN: 35-1111003 Last Four of SSN if Sole Proprietor: Date: May 30, 2018 ftd.Sm &C—d, S—W.g.e S 2018iwhiie cons�rn -, E_ j&_ Pyne 2 Go h =d Smi—da-5/30✓ I S 2:23 PK 6 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. Sea! 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 -22 Monon Boulevard — Phase 2 Date Submitted: May 22, 2018 Base Bid Amount: 12 o �C5CD OO Add/Alternate 41 Bid Amount. i Add/Alternate 92 � .� o.d0 Bid Amount: 1 Add/Alternate 43 (2) DUD D C) Bid Amount: Add/Alternate 94 Amount: 1 Bid ► gxlnbit� Revised 4/27/2018 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This fort shall be utilized by all Bidders. Except as othenvise specifically provided all Parts shall be fully and accurately filled in and connpleted and notarized. Project: Prj. No. 16 -ENG -22 Monon Boulevard — Phase 2 Proposal For Construction of : The construction of a new boulevard roadway, on -street parking areas, and cycle tracks along the e-risting Monon Trail from 611' Street SFV to Elm Street. The streets and on - street parking areas will include both permeable and non - permeable pavers, curbs, sidewalks, soil cells, landscaping, and other utilities. A permeable paver system with undergrou nd stone storage and underdrains will be installed to handle stormwater collection and treat for water quantity and quality. Water main, communications conduits, and miscellaneous utilities will be installed as a part of the contract. In addition, the Monon Trail median area from Main Street to 6"' Street SFV will be constructed as a part of the contract. The Monon Trail median area includes the construction of the Monon Trail and separate Walk Path, and multiple specialty programmed areas. This work will include the installation of pavers, trail signage, soil cells, landscaping and decomposed granite areas, a water feature, playground equipment, art sculptures and other items. Date: May 22, 2018 To: Cih, of Carmel, Indiana, Board of Public Works and Safety Version 2016-08-31 Exhibit C 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, whichynit Prices, when multiplied by estimated unit uantities for such Contract Items, total kyaf-W E. MWOI,1 J-bWQ 1�t17/�a�Dollars($12,USUrbpD.bp ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. 2.2 Add/Alternate Bid #1 The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Alternate Bid Items as stated in Part 3 hereof, which,Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total 1140 Ata D C'O/1 O 0 Dollars ($ Cj L1O, OOc� , OQ. 2.3 Add/Alternate Bid #2 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 Alternate Bid Items as stated in Part 3 hereof, which} Unit Prices, when multiplied by mated unit qa tities for such Contract Items, total t 1XV1( �Jkpy-kms 1 V�irr�.�T�l 1 N-\WSJM- ate � b0 10 D Dollars ($ 2.4 Add/Alternate Bid #3 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 Alternate Bid Items as stated in Part 3 hereof, which Unit Prices, when multiplied by A- Versim Exhibit 3 S (3 2016-03-31 estimated� unit quantities for such Contract Items, total Y\to CI)A O 0 Dollars ($ 2.5 Add/Alternate Bid #4 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 Alternate Bid Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total 0'%,\� i1�)t�11�2�J 1r\Cot 'q 7 0\3GAta\D E) Dollars ($ 2.6 The Bidder understands that a Contract may be awarded by either evaluating the Base Bid alone or any combination of the Base Bid and Alternate Bid(s) combined. Exhibit �uG 13 Version 2016-03-31 PART 3 CONTRACT ITEMS AND UNIT PRICES Bid Proposal MONON BOULEVARD - PHASE 2 Contract Item No. Item Quantity Unit Unit Cost Total Price 1 Construction Engineering 1 LS $950,000.00 $950,000.00 2 Mobilization and Demobilization 1 LS $950,000.00 $950,000.00 3 Clearine of RiAt of Wav 1 1 1.4; S734.730.RR f7id 7in AR 4 Excavation, Common 6,764 CYD $50.00 $338,200.00 S Borrow 6,550 CYD $0.01 1 $65.50 6 SWQCP Preparation and Implementation, Level 1 1 LS $5,000.00 $5,000.00 7 Storm Water Quality Management Budget 27,417 D0I_ $1.00 $27,417.00 8 Subgrade Treatment, Type II (Undistributed) 900 SYS $12.50 $11,250.00 9 Structural Backfill, Type 1 625 CYD $75.00 $46,875.00 10 Non -Woven Geotextile 1,142 SYS $2.50 $2,855.00 11 Compacted Aggregate, No. 53 2,465 TON $50.00 $123,250.00 12 Geogrid, Non -Permeable 900 SYS $3.00 $2,700.00 13 Curb Ramp, Concrete 10 SYS $275.00 $2,750.00 14 Curb, Concrete 216 LFT $55.00 $11,880.00 15 PCCP, 6 in. 1,655 SYS $98.00 $162,190.00 16 PCCP, 9 in. 1,050 SYS $120.00 $126,000.00 17 PCCP, 12 in., Band 6 SYS $750.00 $4,500.00 18 Sidewalk, Concrete 6,500 SYS $38.00 $572,000.00 19 Sidewalk, Concrete, 6 in. 775 SYS $107.00 $82,925.00 20 Pavers, Type 1 24,000 SFT $17.00 $408,000.00 21 Pavers, Type 2 9,850 SFT $22.00 $216,700.00 22 Pavers, Type 3 10,028 SFT $32.00 $320,896.00 23 Pavers, Type 4 451 SFT $31.00 $13,981.00 24 Pavers, Type 5 409 SFT $64.00 $26,176.00 25 Pavers, Type 6 1,436 SFT $34.00 $48,824.00 26 Pavers, Type 7 305 SFT $23.00 $7,015.00 27 Pavers, Type 8 75 SFT $24.00 $1,800.00 28 Pavers, Type 8, Attic Stock 16 EA $40.00 $640.00 29 Pavers, Type 9 43,400 SFT $21.00 $911,400.00 30 Pavers, Type 10 185 SFT $21.00 $3,885.00 31 Pavers, Bike Symbol 25 EA $1,750.00 $43,750.00 Version 2016-03-31 Exhibit 7CTr_13 32 Pavement, Stabilized Decomposed Granite 6,900 SFT $15.00 $103,500.00 33 Paver, Edge Restraint, Type 1 7,810 LFT $8.00 $62,480.00 34 Paver, Edge Restraint, Type 2 1,400 LFT $9.50 $13,300.00 35 Trench Drain, Type 1 17 LFT $500.00 $8,500.00 36 Curb, Granite, 12" Wide, Type 1 1,621 LFT $125.00 $202,625.00 37 Curb, Granite, 12" Wide, Type 2 6 LFT $250.00 $1,500.00 38 Curb, Granite, 6" Wide, Type 1 2,164 LFT $115.00 $248,860.00 39 Curb, Granite, 6" Wide, Type 2 5 LFT $250.00 $1,250.00 40 Curb, Granite, 6" Wide, Type 3 21 LFT $190.00 $3,990.00 41 Architectural Concrete Wall 93 CYD $950.00 $88,350.00 42 Screen Fence 110 LFT $1,125.00 $123,750.00 43 Seatwall 60 LFT $980.00 $58,800.00 44 Art Piece #1, Foundation 1 EA $12,500.00 $12,500.00 45 Art Piece #2, Foundation 1 EA $10,000.00 $10,000.00 46 Art Piece #3, Foundation 1 EA $5,000.00 $5,000.00 47 Tree Grate, Type 1 34 EA $2,500.00 $85,000.00 48 Tree Grate, Type 2 1 EA $3,000.00 $3,000.00 49 Tree Grate, Type 3 4 EA $6,000.00 $24,000.00 50 Water Bollard 2 EA 57,500.00 $15,000.00 51 Water Fountain 4 EA $7,500.00 $30,000.00 52 Bike Rack, Type 1 71 EA $500.00 $35,500.00 53 Bike Rack, Type 2 32 EA $600.00 $19,200.00 54 Bike Rack, Type 3 2 EA $7,500.00 $15,000.00 55 Bike Fix Station 1 EA $2,500.00 $2,500.00 56 Relocate Trike Rental Station 1 LS $10,000.00 $10,000.00 57 Bike / Pedestrian Counter 1 LS $50,000.00 $50,000.00 58 Bench, Type 1 20 EA $2,000.00 $40,000.00 59 Bench, Type 2 7 EA $3,000.00 $21,000.00 60 Bench, Type 3 2 EA $2,500.00 $5,000.00 61 Bench, Type 4 6 EA $7,500.00 $45,000.00 62 Bench, Type 5 (Limestone Block) 410 CFT $150.00 $61,500.00 63 Bench, Type 6 1 LS $45,000.00 $45,000.00 64 Litter / Recycle Receptacle 40 EA j $2,600.00 $104,000.00 65 Table, Type 1, 32" Round 20 EA $400.00 $8,000.00 66 Chair, Type 1, Metal Chair 40 EA $300.00 $12,000.00 67 Chair, Type 2, Metal Chair 32 EA $300.00 $9,600.00 68 Umbrella, 9' Octagon 3 EA $5,000.00 $15,000.00 69 Planter, Type 1 2 EA $1,500.00 $3,000.00 70 Planter, Type 2 2 EA $1,100.00 $2,200.00 71 Planter, Type 3 Z EA $750.00 $1,500.00 72 Table Game, Ping Pong l EA $12,500.00 $12,500.00 Version 2016-08-31 Exhibit _A �,f (3 73 Bocce Ball Court 1 EA $125,000.00 $125,000.00 74 Shuffleboard Court 1 EA $45,000.00 $45,000.00 75 Topsoil, Amended - Planting Soil 4,920 CYD $100.00 $492,000.00 76 Topsoil, Structural 1,060 CYD $100.00 $106,000.00 77 Topsoil, Suspended Pavement Assembly 10,280 SFT $50.00 $514,000.00 78 B-Borrow 390 CYD $50.00 $19,500.00 79 Plant, Deciduous Tree, Single Stem, 3" Cal. 169 EA $600.00 $101,400.00 so Plant, Deciduous Tree, Single Stem, 2.5" Cal. 26 EA $480.00 $12,480.00 81 Plant, Deciduous Tree, Multi- Stem, 12' HT 10 FA S460.00 $4,600.00 82 Plant, Deciduous Tree, Multi- Stein, 8' HT 15 FIA S-1 10.00 $6,150.00 83 HTnt, Deciduous Tree, Multi- Stem, 6' 2 EA $320.00 $640.00 84 Plant, Evergreen Tree, 8' HT 35 EA $520.00 $18,200.00 85 Plant, Deciduous Shrub, 30" B&B 7 Galle 88 EA 560.00 $5,280.00 86 Plant, Deciduous Shrub, 5 Gallon 348 EA $45.00 $15,660.00 87 Plant, Deciduous Shrub, 3 Gallon 79 EA 537.00 $2,923.00 88 Plant, Evergreen Shrub, 5 Gallon 70 EA $50.00 $3,500.00 89 Plant, Perennial, 3 Gallon ^ ine 186 EA $8.00 $1,488.00 90 Plant, Perennial, 1 Gallon 9,853 EA $13.00 $128,089.00 91 Plant, Ornamental Grass, 1 Gallon 1,858 EA $13.00 $24,154.00 92 Plant, Annual, 12" Containter 40 EA $15.00 $600.00 93 Plant, Perennial, Bulb 34,703 EA $2.00 $69,406.00 94 Sodding, Nursery 2,324 SYS $7.88 $18,313.12 95 Mobilization & Demobilization for Seeding 1 EA $100.00 $100.00 96 Mulch, Hardwood Shredded Bark 190 CYD $35.00 $16,150.00 97 Mulch, Stone 1,080 SFT $10.00 $10,800.00 98 Irrigation System 1 LS $150,000.00 $150,000.00 99 Field Office 15 MO $500.00 $7,500.00 100 Field Office Equipment 15 MO $500.00 $7,500.00 101 Pipe, Type 4, Circular, 4 in, HDPE 1,753 LFT 518.00 $31,554.00 102 Pipe, Type 4, Circular, 6 in, HDPE 984 LFT 519.00 $18,696.00 103 Pipe, Type 2, Circular, 6 in, HDPE 369 LFT 519.00 $7,011.00 104 DELETED -- -- $0.00 $0.00 105 Pipe, Type 2, Circular, 18 in, RCP 231 LFT 560.00 $13,860.00 106 Pipe, Type 2, Circular, 24 in, RCP 249 LFT 575.00 $18,675.00 107 Pipe, Type 2, Circular, 30 in, RCP 54 LFT 595.00 $5,130.00 Version 2016-08-31 Exhibit -A- -7S _A--7p7 3 108 Pipe, Type 2, Circular, 36 in, RCP 89 LFT $110.00 $9,790.00 109 Manhole, HA I EA $5,000.00 $5,000.00 110 Manhole, C4 I EA $4,000.00 $4,000.00 III Manhole, J-4 1 EA $6,000.00 $6,000.00 1 12 Manhole, K-4 2 EA $6,000.00 $12,000.00 113 Manhole, C-7 1 EA $3,600.00 $3,600.00 114 Manhole, L-4 2 EA $8,000.00 $16,000.00 115 Inlet, E-7 3 EA $2,250.00 $6,750.00 116 Inlet, F-7 1 EA $2,300.00 $2,300.00 117 Concrete End Section, 15 in. I EA $1,500.00 $1,500.00 118 Nyloplast Drain Basin, 18" 3 EA $1,500.00 $4,500.00 119 Overflow Cleanout I EA $500.00 $500.00 120 Underdrain Cleanout 9 EA $500.00 $4,500.00 121 Existing Structure Connection 12 EA $1,000.00 $12,000.00 122 Geotextiles for Permeable Paver Trench 1,134 SYS $2.00 $2,263.00 123 Aggregate for Permeable Paver Trench, No. 2, Washed 971 CYD $75.00 $72,825.00 124 Geotextiles for 4" Silva Cell Underdrain 1,150 SYS $1.50 $1,725.00 125 Aggregate for 4" Silva Cell Underdrain, Washed 95 CYD $100.00 $9,500.00 126 Stonmsewer Casting, Adjust To Grade 10 EA $750.00 $7,500.00 127 Structure Hood 25 EA $500.00 $12,500.00 128 12" Ductile Iron Water Main 771 LFT $100.00 $77,100.00 129 8" Ductile Iron Water Main 18 LFT $90.00 $1,620.00 130 Structure Backfill, Water Main 548 CYD $75.00 $41,100.00 131 12" Gate Valve 2 EA $3,000.00 $6,000.00 132 Complete Hydrant Assembly 1 EA $5,250.00 $5,250.00 133 8" Connection 1 EA $1,750.00 $1,750.00 134 12" Connection I EA $2,500.00 $2,500.00 135 Water Valve, Adjust to Grade 3 EA $250.00 $750.00 136 Road Closure Sign Assembly 5 EA $200.00 $1,000.00 137 Construction Sign A 8 EA $150.00 $1,200.00 138 Barricade III -B 24 LFT $15.00 $360.00 139 Maintenance of Traffic 1 LS $900,000.00 $900,000.00 140 Monon Trail Construction Signage 10 EA $150.00 $1,500.00 141 Sign Post, Square, Type 1, Reinf. Anc. Base 207.5 LFT $21.00 $4,357.50 142 Decorative Street Sign Assembly 3 EA $2,000.00 $6,000.00 143 Sign, Sheet, with legend 0.080" 7S SFT $23.00 $1,794.00 144 Sign, Sheet, with legend 0.100" 25 SFT $24.00 $600.00 145 Utility Manhole, 3' Diameter 7 EA $3,000.00 $21,000.00 Version 2016-03-31 Exhibit— 146 Conduit, PVC 4", Schedule 40 1,812 LFT $18.00 $32,616.00 147 Conduit, 4" Innerduct w/ 4 x 1" Innerducts 796 LFT $20.00 $15,920.00 144 Utility Structure, Adjust to Grade 1 EA $750.00 $750.00 149 Sanitary Manhole, Adjust Casting to Grade 2 EA $1,000.00 $2,000.00 150 Greywater Dump Station 1 EA $5,000.00 $5,000.00 151 Mechanically Core Existing Structure, Sanitary 1 EA $750.00 $750.00 152 Construction Fence w/ Screening, 8 ft. 3,400 LFT $10.00 $34,000.00 153 Tree Preservation Fence 4 EA $500.00 $2,000.00 154 Audio, Speakers 1 LS $75,000.00 $75,000.00 155 Handhole, Lighting, Polymer Concrete 10 EA $850.00 $8,500.00 156 Handhole 1 EA $2,500.00 $2,500.00 157 Luminaire, Type S1 22 EA $7,700.00 $169,400.00 158 Luminaire, Type S2 7 EA $16,400.00 $114,800.00 159 Luminaire, Type S3 7 EA $13,500.00 $94,500.00 160 Luminaire, Type S4 2 EA $15,600.00 $31,200.00 161 Luminaire, Type S5 14 EA $5,500.00 $77,000.00 162 Luminaire, Type S6 2 EA $7,750.00 $15,500.00 163 Luminaire, Type S7 29 EA $3,400.00 $93,600.00 164 Luminaire, • Type S8 56 EA $1,700.00 $95,200.00 165 Luminaire, Type S9 6 EA $1,100.00 $6,600.00 166 Luminaire, Type S10 50 LFT $990.00 $49,500.00 167 Charging Station 4 EA $1,500.00 $6,000.00 168 Receptacle, Pedestal GFCI, Type 1 42 EA $625.00 $26,250.00 169 Receptacle, Pedestal GFCI, Type 2 35 EA $625.00 $21,875.00 170 Receptacle, Ground Box GFCI 4 EA $925.00 $3,700.00 171 Wire, No. 6 Copper, 3/C in Conduit 2,600 LFT $2.60 $6,760.00 172 Wire, No. 8 Copper, 3/C in Conduit 3,000 LFT $2.20 $6,600.00 173 Wire, No. 10 Copper, 3/C in Conduit 15,945 LFT $1.80 $28,701.00 174 Conduit, PVC 1" 1,660 LFT $5.00 $8,300.00 175 Conduit, PVC 1.25" 510 LFT $6.00 $3,060.00 176 Conduit, PVC 2" 300 LFT $8.00 $2,400.00 177 Service Point, Type II 2 EA $11,000.00 $22,000.00 178 Modified Electrical Service Point 2 EA $2,500.00 $5,000.00 179 DELETED $0.00 $0.00 180 Lighting Control System 3 EA $8,000.00 $24,000.00 181 Sign Type 10, Kiosk 3 EA $10,000.00 $30,000.00 182 Sign Type 20, Pillar 10 EA $4,750.00 $47,500.00 183 Sign Type 21, Pillar 3 EA $4,750.00 $14,250.00 184 Sign Type 40, Regulatory (Round) 19 EA $1,500.00 1 $28,500.00 Version 2016-08-31 Exhibit 1 of (3 185 Sign Type 40, Regulatory (Round), Double Sided 17 EA $1,500.00 $25,500.00 186 Sign Type 41, Regulatory (Rectangle) 5 EA $1,000.00 $5,000.00 187 Sign Type 41, Regulatory (Rectangle), Double Sided 6 EA $1,000.00 $6,000.00 188 Sign Type 50, Art Installation 3 EA $1,000.00 $3,000.00 189 Sign Type 60, Etiquette 10 EA $1,250.00 $12,500.00 190 Sign, Relocate Mileage Marker 1 EA $1,250.00 $1,250.00 191 Curb, Granite, 6" Nide, Type 4 15 LFT $190.00 $2,850.00 192 Irrigation Repair 1 LS $1,500.00 $1,500.00 193 Pipe, Type 2, Circular, 8 in, HDPE 13 LFT $40.00 $520.00 194 Pipe, Type 2, Circular, 15 in, RCP 53 LFT $65.00 $3,445.00 195 Utility Box, 4'x4'x4', Split Box I EA $7,500.00 $7,500.00 196 Pavers, Type 3b 85 SFT $32.00 $2,720.00 197 Pavers, Type 6 Modified 793 SFT $13.00 $10,309.00 198 Conduit, Steel, Galvanized, 2 inch 800 LFI' $16.00 $12,800.00 199 Water Line, 3/4 inch 300 LFT $27.00 $8,100.00 200 Nater Line, 1 inch 397 LFT $30.00 $11,910.00 201 DELETED $0.00 $0.00 202 DELETED $0.00 $0.00 203 Water Back Flow Preventer, 3/4 inch 2 EA $1,250.00 $2,500.00 204 Water Back Flow Preventer, 1 inch 1 EA $1,350.00 $1,350.00 205 Pipe, Type 2, Circular, 4 in, HDPE 251 LFT $30.00 $7,530.00 206 HMA Base, 25.0 mm (Undistributed) 171 TON $92.00 $15,732.00 207 Subgrade Treatment, Type IV (Undistributed) 1,033 SYS $20.00 $20,660.00 208 Pavers, Type 3 Modified 1,397 SFT $13.00 $18,161.00 209 Pavers, Type 4 Modified 129 SFT $12.00 $1,548.00 210 Pavers, Type 5 Modified 171 SFC $14.00 $2,394.00 211 Pavers, Type 3b Modified 15 SFT $12.00 $180.00 212 Nater Service 3 EA $750.00 $2,250.00 Total Bid Proposal (MONON BOULEVARD - PHASE 2) $12,450,000.00 Bid Proposal ADD/ALTERNATE #1- PLAY AREA Contract Item No. Item Quantity Unit Unit Cost Total Price Al -1 Poured -in -Place Rubber Surfacing 655 SFT $20.00 $13,100.00 Al -2 Artificial Turf, Standard 550 SFC $22.00 $12,100.00 Al -3 Artificial Turf, with Concrete Base 175 SFT $445.00 $77,875.00 Version 2016-08-31 Exhibit sok A1-4 Artificial Turf, Fall Rated 25 SFT $25.00 $625.00 Al -5 Concrete Header 241 LFT $70.00 $16,870.00 Al -6 Limestone Block 4 CFT $350.00 $1,400.00 Al -7 Luckev Climber t i S t799 FIR 7; eIoo (.,4 7; Al -8 Slide 1 LS $17,500.00 $17,500.00 Al -9 Playground Grotto I LS $28,000.00 $28,000.00 Al -10 Climbing Holds 1 LS $4,500.00 $4,500.00 Al -11 Decorative Wall Panel 1 LS $67,500.00 $67,500.00 AI -12 Topsoil, Amended - Planting Soil -100 CYD $100.00 -$10,000.00 Al -13 Plant, Deciduous Tree, Single Stem, 3„ 5�; I EA $1.000.00 $1,000.00 AI -14 Sodding, Nursery -200 SYS $5.00 -$1,000.00 Al -15 Mulch, Hardwood Shredded Bark 0.25 CYD $85.00 $21.25 Al -16 Irrigation System -1 LS $250.00 -$250.00 Al -17 Nyloplast Drain Basin, 8" Slotted 3 EA $1,250.00 $3,750.00 Al -18 Nyloplast Drain Basin, 8" Solid 4 EA $1,250.00 $5,000.00 Al -19 Pipe, Type 4, Circular, -4 in., HDPE 218 LFT $10.00 $2,180.00 Al -20 Plant, Perennial, I Gallon 10 EA $13.00 $130.00 Al -21 Plant, Perennial, Bulb 40 EA $2.00 $80.00 Total Bid Proposal (ADD/ALTERNATE#1) $540,000.00 Itemized Proposal ADD/ALTERNATE #2 - SPRAY PLAZA Contract Item No. Item Quantity Unit Unit Cost Total Price A2-1 Sidewalk, Concrete -110 SYS $80.00 -$8,800.00 A2-2 PCCP, 6 in. 280 SYS $95.00 $26,600.00 A2-3 Pavers, Type 2 -975 SFT 520.00 -$19,500.00 A2-4 Pavers, Type 11 2470 SFT $39.00 $96,330.00 A2-5 Pavers, Type 12 140 SFT $39.00 $5,460.00 A2-6 Pavers, Type 13 40 SFT $39.00 $1,560.00 A2-7 Trench Drain, Type 2 68 LFT $450.00 $30,600.00 A2-8 Water Feature 1 LS $441,239.00 5=141,239.00 A2-9 Limestone Block 716 CFT $145.00 $103,820.00 A2-10 Limestone Block with Bubbler 103 CFF $165.00 $16,995.00 A2-11 Table, Type 1, 32" Round 9 EA $400.00 $3,600.00 A2-12 Chair, Type 1, Metal Chair 20 EA $300.00 $6,000.00 A2-13 Chair, Type 2, Metal Chair 12 EA 5300.00 53,600.00 A2-14 Umbrella, 9' Octagon 4 EA $4,900.00 $19,600.00 A2-15 Plant, Deciduous Tree, Single Stem, 3" Cal. l EA $700.00 $700.00 Version 2016-08-31 Exhibit IA3 I A2-16 Plant, Deciduous Shrub, 3, nI� Mini 8" 10 Gallepllea,n l8 EA $61.00 $1.170.00 A2-17 DELETED $0.00 $0.00 A2-18 Plant, Perennial, 1 Gallon 466 EA $13.50 $6,291.00 A2-19 Plant, Ornamental Grass, 1 Gallon 78 EA $13.00 $1,014.00 A2-20 Plant, Perennial, Bulb 3,989 EA $2.00 $7,978.00 A2-21 Sodding, Nursery -350 SYS $5.00 -$1,750.00 A2-22 Mulch, Hardwood Shredded Bark 7 CYD $85.00 $595.00 A2-23 Mulch, Stone 80 SFT $6.00 $480.00 A2-24 Irrigation System -1 LS $1,000.00 -$1,000.00 A2-25 Luminaire, Type S7 2 EA $3,400.00 $6,800.00 A2-26 Luminaire, Type S8 8 EA $1,700.00 $13,600.00 A2-27 Wire, No. 1 10 Eep^per, air is Cefid.,:, 440 LFT $18.00 $7,920.00 A2-28 Sign Type 60, Etiquette 2 EA $1,250.00 $2,500.00 A2-29 2" Sanitary Forcemain 204 LFT $15.00 $3,060.00 A2-30 Backfill for Sanitary Forcemain 142 LFT $10.00 $1,420.00 A2-31 Sanitary Forcemain Connection 1 EA $500.00 $500.00 A2-32 6" Sanitary Lateral 46 LFT $25.00 $1,150.00 A2-33 Backfill for Sanitary Lateral 47 LFT $25.00 $1,175.00 A2-34 6" Sanitary Cleanout, Type I 2 EA $750.00 $1,500.00 A2-35 6" Sanitary Cleanout, Type lI 1 EA $750.00 $750.00 A2-36 Trench Drain, Type 1 32 LFT $400.00 $12,800.00 A2-37 Nyloplast Drain Basin, 12" 1 EA $1,250.00 $1,250.00 A2-38 Pipe, Type 2, Circular, 6 in., HDPE 139 LFT $12.00 $1,668.00 A2-39 DELETED $0.00 $0.00 A240 Wire, No. 3 Copper, 3/C in Conduit 340 LFT $52.00 $17,680.00 A241 Existing Structure Connection 1 EA $1,250.00 $1,250.00 A242 Pipe, Type 2, Circular, 3 in, HDPE 14 LFT $15.00 $210.00 A2-43 Pipe, Type 2, Circular, 4 in, HDPE -35 LFT $16.00 -$560.00 A244 Water Line, 1 inch 62 LFT $25.00 $1,550.00 A245 DELETED $0.00 $0.00 A246 Water Back Flow Preventer, l inch 1 EA $1,250.00 $1,250.00 A247 Pipe, Type 4, Circular, 4 in, fIDPE -87 LFT $15.00 -$1,305.00 A248 Water Ser-Oce l EA $1,250.00 $1,250.00 Total Bid Proposal (ADD/ALTERNATE #2) $820,000.00 Version 2016-08-31 Exhibit / \ I Z C05 Version 2016-08-31 Exhibit (3 OTO Bid Proposal ADD/ALTERNATE #3 - NVEST SCREEN Contract Item No. Item Quantity Unit Unit Cost Total Price A3-1 Tension Cable Trellis 1 LS $5,790.00 $5,790.00 A3-2 Plant, Vine, 5 Gallon 38 EA $45.00 $1,710.00 A3-3 Irrigation System 1 I LS $500.00 $500.00 Total Bid Proposal (ADD/ALTERNATE #3)--1 $8,000.00 Version 2016-08-31 Exhibit (3 OTO Bid Proposal ADD/ALTERNATE #4 - EAST SCREE` Contract Item No. Item Quantiq, Unit Unit Cost Total Price A4-1 Screen Fence 169 LIT $1,000.00 $168,470.00 A4-2 Tension Cable Trellis 1 LS $8,740.00 $8,740.00 A4-3 Plant, Vine, 5 Gallon 62 EA $45.00 $2,790.00 Total Bid Proposal (ADD/ALTERNATE #4) $180,000.00 Version 2016-08-31 Exhibit (3 OTO 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: $5,000,000 each occurrence Umbrella Excess Liability If a commercial umbrella liability policy is used to satisfy the minimum limits of liability requirements, the combined limits must equal these minimum limits of liability. EXHIBIT D AFFIDAVIT William A. Lang , being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by White Construction, Inc. (the "Employer") in the position of _ General Manager - Civil I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E -Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the 30th day of ___May , 201$. Printed: . William A Tang 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 EWe true and correct. Printed: Willi City of Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 Page 1 of 1 PURCHASE ORDER NUMBER 101689 THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SUPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 5/30/2018 371561 Project 16 -ENG -22; Contract Date 06.06.18 WHITE CONSTRUCTION, INC. VENDOR 3900 E. WHITE AVENUE CLINTON, IN 47842 - PURCHASE ID BLANKET I CONTRACT 26263 QUANTITY UNIT OF MEASURE Department: 2200 Fund:0 Account: 44-628.71 City Engineering's Office SHIP 1 Civic Square TO Carmel, IN 46032 - Kate Lustig PAYMENT TERMS FREIGHT I DESCRIPTION 2017 LOIT Bond Fund 1 Each Monon Boulevard - Phase 2 - Construction Send Invoice To - Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 UNIT PRICE EXTENSION 3,998,000.00 $13,998,000.00 Sub Total $13,998,000.00 Email: jnewport@crossroadengineers.com - PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $13,998,000.00 SHIPPING INSTRUCTIONS A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBU GATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY ------- -- ---- Jeremy Kashman James Crider TITLE Director Administration CONTROL NO. 101689 CLERK -TREASURER