Loading...
Schutt-Lookabill Co., Inc/Eng/1,775,981.08/136th Street Path – Range Line Road to Keystone Parkway (Stadium Drive) - Construction Schutt-Lookabill Co.,Inc. Engineering Department-2019 Appropriation#2017 LOIT Bond Fund;P.O.#: 102757 1�tt0(� Contract Not To Exceed$1,775,981.08 ^� Y`' � 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 Schutt-Lookabill Co., 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 2017 COIT Bond Fund funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than One Million Seven Hundred Seventy Five Thousand Nine Hundred Eighty One Dollars and Eight Cents ($1,775,981.08) (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 "Multi-Use Path Along 136th St. from Rangeline Rd. to Stadium Dr., Project# 18-ENG-08 received by the City of Carmel Board of Public Works and Safety on or about March 20, 2019, 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. [S^Cootracts\Prof.Svo&C.+ndc SvcstEnginarmgl2019\Schutt-Lookabill Co.,Inc.Goods and Scvica.doc:3R8/2019 I1:11 AM] 1 Schutt-Lookabill Co.,Inc. Engineering Department- 2019 Appropriation#2017 LOIT Bond Fund;P.O.#: 102757 Contract Not To Exceed$1,775,981.08 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:VCmtr toProLSvco& Inc-Goods and Scvicco.doc:3282019 11:11 AM] 2 Schutt-Lookabill Co.,Inc. Engineering Department-2019 Appropriation#2017 LOIT Bond Fund;P.O.#: 102757 Contract Not To Exceed$1,775,981.08 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 [S'Cootracts\Prot.Sva& Co.,Inc.Goods and Sor ices.doc:3282019 II I I AM] 3 Schutt-Lookabill Co.,Inc. Engineering Department- 2019 Appropriation#2017 LOIT Bond Fund;P.O.#: 102757 Contract Not To Exceed$1,775,981.08 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: Schutt-Lookabill Co., Inc. 4050 Rockville Road Indianapolis, IN 46222 ATTENTION: Edward H. Kennedy, IV 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. [SAContracts Trof.Svcs&rya Svcs\Engineering\2019\Schott-Lookabill Co..Inc.C.,.vks and Savicm.doc:3/282019 II 11 AM] 4 Schutt-Lookabill Co.,Inc. Engineering Department-2019 Appropriation#2017 LOIT Bond Fund;P.O.#: 102757 Contract Not To Exceed$1,775,981.08 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, 2019 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. DEBARMENT AND SUSPENSION 24.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term "principal" for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Vendor. 24.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City's request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. 25. 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. 26. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. [S:ICwtracts\ProL.Svcs&Goods Svcs\Engmeenng\2019ISchott-Lookabill Co.,Inc.Goods and Services.doc:3282019 11:11 AM] 5 Schutt-Lookabill Co.,Inc. Engineering Department-2019 Appropriation#2017 LOIT Bond Fund;P.O.#: 102757 Contract Not To Exceed$1,775,981.08 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. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. [S:`CwhxtslProLSva On ri,Svc Eogineering\2019\Schw1-Lookebill Co.,lac.Goods and Secviccn.doc:3282019 II:l I AM] 6 Schutt-Lookabill Co.,Inc. Engineering Department-2019 Appropriation#2017 LOIT Bond Fund;P.O.#: 102757 Contract Not To Exceed$1,775,981.08 IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Schutt-Lookabill Co., INc. by and through its Board of Public Works and Safety By: By: Pe5-91-1 James Brainard, Presiding Officer Authorized Signature Date: Edward H. Kennedy, IV Printed Name Mary A Burke, Mem er Date: President Title Lori S. Wa , eler FID/TIN: 35-1609544 Date: r 7 // 7 ` /ATTEST173 Last Four of SSN if Sole Proprietor: N/A Date: April 8, 2019 1!'/ ; Uhristine S. Pautey,Clerk-Treasurer Date: (s:VCaua uWasres&Goats Soo Eogi,, 0ot9'Scbou-LooNaMu Co..too.Goats and smicoe.d x;J/flt2O 9 II.II AM) 7 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: Schutt-Lookabill Co., Inc. 4050 Rockville Road Indianapolis, IN 46222 Project Name: MULTI-USE PATH ALONG 136"'ST. FROM RANGELINE RD.TO STADIUM DR. (18- ENG-08) Date Submitted: March 20, 2019 Base Bid $1,775,981 .08 Exhibit_g____ /0-F7 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall he fully and accurately filled in and completed and notarized. Project: °BID—Multi-Use Path Along 136th St. from Rangeline Rd. to Stadium Dr. (18-ENG-08)" Proposal For Construction of: Construction of a new 10' wide multi-use path on the south side of 136th St. between Rangeline Rd. and Stadium Dr. A new Pedestrian Bridge will also be constructed over Cool Creek as part of the MU-Path. A Pedestrian crossing with Rectangular Rapid Flashing Beacons (RRFB) protection will be installed at Stadium Drive crossing 136th St. New storm sewers, curb and gutter, and retaining walls will be constructed at various locations in the project. Date: March 20, 2019 To: City of Carmel, Indiana, Board of Public Works and Safety Exhibit A Version 2017-01-23 2Of/ PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,total One million seven hundred seventy five thousand nine hundred eighty one dollars and eight cents***Dollars($ 1.775.981.08 ).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. Version 2017-01-23 Exhibit r3 Or?' PART 3 CONTRACT ITEMS AND UNIT PRICES Prices in Figures Contract Description/ Estimated Total Price Item No. Unit Price[in Words] Quantity for Item 1 CONSTRUCTION ENGINEERING 1 LS $ 14,595.00 $ 14,595.00 2 INSPECTION HOLE,DEEPER THAN 3 FT 3 EACH $ 1,246.50 $ 3,739.50 3 INSPECTION HOLE,3 FT DEEP OR LESS 3 EACH $ 500.63 $ 1,501.89 4 MOBILIZATION AND DEMOBILIZATION I LS $ 88,799.00 $ 88,799.00 5 CLEARING RIGHT OF WAY 1 LS $ 144,399.69 $ 144,399.69 6 PAVEMENT REMOVAL 210 SYS $ 23.36 $ 4,905.60 7 CENTER CURB,CONCRETE,REMOVE 63 SYS $ 43.92 $ 2,766.96 8 CURB AND GUTTER, REMOVE 250 LFT $ 11.81 $ 2,952.50 9 SIDEWALK,CONCRETE,REMOVE 531 SYS $ 12.77 $ 6,780.87 10 SIGN,REMOVE 2 EACH $ 262.50 $ 525.00 11 FIRE HYDRANT ASSEMBLY,REMOVE 2 EACH $ 1,312.15 $ 2,624.30 12 EXCAVATION,COMMON 1630 CYS $ 62.94 $ 102,592.20 13 STORM WATER MANAGEMENT BUDGET $21,400 $ 1.00 $ 21,400.00 14 SWQCP PREPARATION AND 1 LS $ 13,117.50 $ 13,117.50 IMPLEMENTATION,LEVEL 1 15 TEMPORARY SHEET PILING 3190 SFT $ 10.00 $ 31,900.00 16 SUBGRADE TREATMENT(UDISTRIBUTED) 500 CYS $ 47.90 $ 23,950.00 17 SUBGRADE TREATMENT,TYPE II 498 SYS $ 18.13 $ 9,028.74 18 SUBGRADE TREATEMENT,TYPE III 1788 SYS $ 2.55 $ 4,559.40 19 SUBGRADE TREATMENT,TYPE IC 1802 SYS $ 29.12 $ 52,474.24 Exhibit__A_____ Verion 2017-01-23 20 B BORROW 1198 CYS $ 50.37 $ 60,343.26 1161 21 AGGREGATE FOR END BENT BACKFILL 19 CYS $ 66.35 $ 1,260.65 22 STRUCTURE BACKFILL,TYPE 1 218 CYS $ 49.29 $ 10,745.22 23 STRUCTURE BACKFILL,TYPE 3 924 CYS $ 62.99 $ 58,202.76 24 COMPACTED AGGREGATE,NO. 53 448 CYS $ 53.83 $ 24,115.84 25 COMPACTED AGGREGATE,NO. 53 80 TON $ 42.35 $ 3,388.00 TEMPORARY FOR DRIVEWAYS 26 WIDENING WITH HMA,TYPE C 16 TON $ 319.99 $ 5,119.84 27 JOINT ADHESIVE, SURFACE 775 LFT $ 0.53 $ 410.75 28 LIQUID ASPHALT SEALANT 775 LFT $ 0.53 $ 410.75 29 ASPHALT FOR TACK COAT 1 TON $ 787.50 $ 787.50 30 PCCP {CONCRETE CAP FOR CURB 191 SYS $ 27.93 $ 5,334.63 INSTALLED ADJACENT TO EX. PAVEMENT} 31 FENCE,WOOD,RESET 152 LFT $ 47.25 $ 7,182.00 32 568 TON $ 92.40 $ 52,483.20 33 CURB RAMP,CONCRETE 121 SYS $ 93.71 $ 11,338.91 34 DETECTABLE WARNING SURFACES 21 SYS $ 224.48 $ 4,714.08 35 HAND RAIL,PEDESTRIAN 431 LFT $ 184.80 $ 79,648.80 36 CURB,CONCRETE 373 LFT $ 35.13 $ 13,103.49 37 CURB AND GUTTER,CONCRETE,MODIFIED 625 LFT $ 36.26 $ 22,662.50 38 PCCP FOR APPROACHES,8 IN. 152 SYS $ 59.70 $ 9,074.40 39 PCCP FOR APPORACHES,6 IN. 327 SYS $ 54.30 $ 17,756.10 40 MAILBOX ASSEMBLY, SINGLE 6 EACH $ 184.80 $ 1,108.80 41 RIPRAP,REVETMENT 220 TON $ 41.51 $ 9,132.20 Exhibit Verion 2017-01-23 - -- - O /Coq 42 RIPRAP,UNIFORM 26 TON $ 47.64 $ 1,238.64 43 GEOTEXTILE FOR RIPRAP,TYPE IA 49 SYS $ 2.89 $ 141.61 44 GEOTEXTILE FOR RIPRAP TYPE 3 366 SYS $ 4.03 $ 1,474.98 45 MOBILIZATION AND DEMOBILIZATION FOR 1 EACH $ 262.50 $ 262.50 SEEDING 46 SEED MIXTURE 1742 SYS $ 2.10 $ 3,658.20 47 WATER 13 kGAL $ 1.05 $ 13.65 48 TOPSOIL 257 CYS $ 62.33 $ 16,018.81 49 SODDING,NURSERY 3,089 SYS $ 3.15 $ 9,730.35 50 PLANT,DECIDUOUS TREE, SINGLE STEM, 22 EACH $ 241.50 $ 5,313.00 1.25 IN.TO 2 IN. 51 PLANT,DECIDUOUS TREE,SINGLE STEM, 49 EACH $ 294.00 $ 14,406.00 1.25 IN.TO 2 IN. 52 FIELD OFFICE,B 6 MOS $ 2,967.94 $ 17,807.64 53 TEST PILE,INDICATOR PRODUCTION 58 LFT $ 97.04 $ 5,628.32 54 TEST PILE,INDICATOR,RESTRIKE 2 EACH $ 516.75 $ 1,033.50 55 PILE,STEEL PIPE,0.312 IN., 14. 76 LFT $ 102.79 $ 7,812.04 56 CONCRETE,A,SUBSTRUCTURE 18 CYS $ 1,024.99 $ 18,449.82 57 REINFORCING BARS,EPDXY COATED 3,046 LBS $ 11.60 $ 35,333.60 58 SURFACE SEAL 1 LS $ 1,386.00 $ 1,386.00 59 PEDESTRIAN BRIDGE 1 LS $ 163,668.17 $ 163,668.17 60 PIPE,TYPE 2,CIRCULAR, 12 IN. 538 LFT $ 55.01 $ 29,595.38 61 PIPE,TYPE 2,CIRCULAR, 18 IN. 339 LFT $ 74.06 $ 25,106.34 62 PIPE END BENT DRAIN,6 IN. 72 LFT $ 8.65 $ 622.80 63 HMA FOR STRUCTURE INSTALLATION, 9 TON $ 341.25 $ 3,071.25 TYPE C Exhibit Verion 2017-01-23 (�jp . 64 VIDEO INSPECTION FOR PIPE 877 LFT $ 3.05 $ 2,674.85 65 PIPE END SECTION,DIAMETER 18 IN. 1 EACH $ 1,072.79 $ 1,072.79 66 WATER METER,RELOCATE 1 EACH $ 5,097.38 $ 5,097.38 67 ADJUST WATER VALVE TO GRADE 4 EACH $ 234.29 $ 937.16 68 CASTING ADJUST TO GRADE 4- EACH $ $ - 69 INLET,J10 3 EACH $ 2,569.34 $ 7,708.02 70 INLET,M 10 5 EACH $ 2,683.74 $ 13,418.70 71 CATCH BASIN,E7 2 EACH $ 2,843.59 $ 5,687.18 72 PIPE CATCH BASIN, 15 IN. 1 EACH $ 1,522.75 $ 1,522.75 73 MANHOLE,C4 2 EACH $ 3,633.07 $ 7,266.14 74 FIRE HYDRANT ASSEMBLY 2 EACH $ 11,511.00 $ 23,022.00 75 AGGREGATE FOR DRINAGE FILL 243 CYS $ 60.94 $ 14,808.42 76 MODULAR BLOCK WALL 884 SFT $ 26.58 $ 23,496.72 77 MODULAR BLOCK WALL ERECTION 3,625 SFT $ 19.41 $ 70,361.25 78 MODULAR BLOCK WALL WITH GROUND 2,741 SFT $ 22.93 $ 62,851.13 REINFORCEMENT 79 TEMPORARY PAVEMENT MESSAGE 3 EACH $ 73.50 $ 220.50 MARKING,LANE INDICATION ARROW 80 ROAD CLOSURE SIGN ASSEMBLY 3 EACH $ 315.00 $ 945.00 81 TEMPORARY PAVEMENT MARKING, 1,490 LFT $ 1.58 $ 2,354.20 REMOVABLE,4 IN. 82 DETOUR ROUTE MARKER ASSEMBLY 25 EACH $ 73.50 $ 1,837.50 83 CONSTRUCTION SIGN,A 27 EACH $ 178.50 $ 4,819.50 84 CONSTRUCTION SIGN, B 18 EACH $ 105.00 $ 1,890.00 85 MAINTAINING TRAFFIC 1 LS $ 53,550.60 $ 53,550.60 Exhibit Verion 2017-01-23 ?of?' 86 BARRICADE,III-B 360 LFT $ 10.50 $ 3,780.00 87 SIGN POST, SQUARE,TYPE 1 REINFORCED 58 LFT $ 31.50 $ 1,827.00 ANCHOR BASE 88 SIGN SHEET,WITH LEGEND,0.080 IN. 22 SFT $ 26.25 $ 577.50 89 SIGN SHEET,WITH LEGEND,0.100 IN. 36 SFT $ 27.30 $ 982.80 90 SIGNAL POLE FOUNDATION, 3 EACH $ 2,205.00 $ 6,615.00 24 IN.X 24 IN.X 36 IN. 91 CONDUIT,PVC, 1.25 IN. 5,570 LFT $ 15.75 $ 87,727.50 92 SIGNAL POLE,PEDESTAL, 16 FT 3 EACH $ 3,780.00 $ 11,340.00 93 RECTANGULAR RAPID FLASHING BEACON 3 EACH $ 7,875.00 $ 23,625.00 94 PEDESTRIAN PUSH BUTTON,APS 3 EACH $ 840.00 $ 2,520.00 95 SIGNAL CABLE,COPPER,2C/8GA 60 LFT $ 3.15 $ 189.00 96 SIGNAL CABLE,COPPER,5C/14GA 410 LFT $ 2.42 $ 992.20 97 LIGHT STANDARD RELOCATE 2 EACH $ 5,145.00 $ 10,290.00 98 CONDUIT,STEEL,GALVANIZED,2 IN. 100 LFT $ 23.10 $ 2,310.00 99 HANDHOLE [COMMUNICATIONS] 8 EACH $ 1,785.00 $ 14,280.00 100 LINE,PAINT,SOLID,YELLOW,8 IN. 280 LFT $ 3.68 $ 1,030.40 101 LINE,PAINT,BROKEN,WHITE,4 IN. 70 LFT $ 2.10 $ 147.00 102 LINE, PAINT,SOLID,WHITE,4 IN. 234 LFT $ 2.10 $ 491.40 103 LINE,PAINT, SOLID,YELLOW,4 IN. 340 LFT $ 2.10 $ 714.00 104 LINE,REMOVE 190 LFT $ 2.10 $ 399.00 105 TRANSVERSE MARKING,PAINT, 380 LFT $ 7.35 $ 2,793.00 CROSSWALK LINE,WHITE,24 IN. 106 TRANSVERSE MARKING,PAINT, 116 LFT $ 5.25 $ 609.00 CROSSHATCH LINE,YELLOW, 12 IN. 107 BORROW 113 CYS $ 29.79 $ 3,366.27 Exhibit Verion 2017-01-23 �J 108 STRUCTURE,MANHOLE,RECONSTRUCT 1.8 LFT $ 624.75 $ 1,124.55 TOTAL= $ 1,775,981.08 Exhibit 4 , Verion 2017-01-23 q5f7 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: $1,000,000 each employee Bodily Injury by Accident/Disease: $1,000,000 each accident Bodily Injury by Accident/Disease: $1,000,000 policy limit Commercial General Liability: General Aggregate Limit(other than Products/Completed Operations): $6,000,000 Products/Completed Operations: $5,000,000 Personal &Advertising Injury Each Occurrence Limit: $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 Edward H. Kennedy,IV ,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: 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 herein have been employed by Schutt-Lookabill Co.,Inc. (the"Employer") in the position of President 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 8th day of Aprl , 20 19 Printed:Edward H. Kennedy, IV, President I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. • Printed: Edward H.Kennedy,IV,President INDIANA RETAIL TAX EXEMPT Page 1 of 1 City of Carmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 102757 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AY 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 3/27/2019 353460 Project 18-ENG-08; Contract Date 04.17.19 SCHUTT-LOOKABILL CO INC City Engineering's Office VENDOR 4050 ROCKVILLE ROAD SHIP 1 Civic Square TO Carmel, IN 46032- INDIANAPOLIS, IN 46222- Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 34935 QUANTITY UNIT OF MEASURE I DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 0 2017 LOIT Bond Fund Account: 44-628.71 1 Each Multi-Use Path-136th Street from Range Line Road to 1,775,981.08 $1,775,981.08 Stadium Drive-Construction Sub Total $1,775,981.08 770 OF Ciiii \\ .z 31 ` 1 ,` U 1 za : , . i Send Invoice To: .. Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 Jr,ewpO�4-e Cr ossroader, ir+ee.- ls.corr ND J ' PLEASE INVOICE IN DUPLICATE DEPARTMENT .1 ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $1,775,981.08 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 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 LABE 'THIS ORDER ISSUED IN COMPUANCE WITH CHAPTER 99,ACTS 194 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman James Crider TITLE Director Administration CONTROL NO. 1 02757 CLERK-TREASURER