Loading...
Gradex, Inc./Engr Gradex, Inc. orN t rac i. c6.02.,10,0/ APPROVED c 11 Engineering Department 2010 FORM By^ I4 Appropriation #2006 Road Bond; P.O. #21781 I/ Contract Not To Exceed $4,622,932.60 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 Gradex, 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 2006 Road Bond 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 Four Million Six Hundred Twenty Two Thousand Nine Hundred Thirty Two Dollars and Sixty Cents ($4,622,932.60) (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 sixty (60) 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 accordance 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 "Shelborne Road from 116th Street to 131St Street" received by the City of Carmel Board of Public Works and Safety on or about February 17, 2010, 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. Z E Bass\My Documrn,sWro(essional Son vices\ENG!NEERING\20 10,GRADEX INC Goods Ser. ices .doc:3 /102010 S:31AM] Gradex, Inc. Engineering Department 2010 Appropriation #2006 Road Bond; P.O. #21781 Contract Not To Exceed $4,622,932.60 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. 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. (Z:\E Bass\My Documents\Profasional Song= \ENGINEERING\2010 \GRADEX INC Goods Scrviccs.do, 3 /1/2010 1 :04 f1 Gradex, Inc. Engineering Department 2010 Appropriation #2006 Road Bond; P.O. #21781 Contract Not To Exceed $4,622,932.60 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. 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. 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. 13. 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. 14. 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. 15. 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. [Z:\E Bass\My Documents \Rof sional Service ss\ENGINEERING\2010 \GRADEX INC Goods S SarnsAts .doc:3 /I /2010 1 :04 MI Gradex, Inc. Engineering Department 2010 Appropriation #2006 Road Bond; P.O. #21781 Contract Not To Exceed $4,622,932.60 16. 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. 17. 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 ATTN: Michael McBride AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Gradex, Inc. 3685 Priority Way S. Drive, Suite 140 Indianapolis, Indiana 46240 Telephone: 317- 573 -3970 E -Mail: ssweeney @gradex.com ATTENTION: Scott Sweeny Notwithstanding the above, notice of termination under paragraph 18 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. 18. TERMINATION: 18.1 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. [Z:\E Bass\My Documans\Prof sional Services \ENGINEERING \2010\GRADEX INC Goods Savice..dot 3 /1/2010 1:(144M] Gradex, Inc. Engineering Department 2010 Appropriation #2006 Road Bond; P.O. #21781 Contract Not To Exceed $4,622,932.60 18.2 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. 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. 20. 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. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2010, 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. 22. 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. 23. 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. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. 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. jZ: \E Bass \1 y Documents ProfessIonal Services \ENGINEERING\2010 \GRADEX MC Goods Servicr,.dna 1 /1/2010 1 01M) Gradex, Inc. Engineering Department 2010 Appropriation #2006 Road Bond; P.O. #21781 Contract Not To Exceed $4,622,932.60 26. 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. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA GRADEX, INC. by and through its Board of Public Works and Safety By: By: mes Brainard, P es'iing Officer Author ed Signature Date: 0 Jq sop D Printed Name ary n Burke Date: 6—�—/e/ r rsIDc�.1T Title 1i. Lori S. Watso ember FID/TIN: Date: Co /al SSN if Sole Proprietor: ATTEST: Date: S g Diana Cordray, IAMC, Cler reasurer Date: [Z: \E Bass \My Docummts\Profasional Savic s\ENGINEERING\2010 \GRADEX MC Goods Sa ,c,, doc /1/21110 1:O46Mj 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 Four Million Six Hundred Twenty -Two Thousand Nine Hundred Thirty -Two and 60/100- Dollars 4,622,932.60 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. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES (This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown) Contract Description Estimated Unit Unit Price Total Price Item No. Quantity for Item 1 CONSTRUCTION ENGINEERING 1 LS 35,000.00 35,000.00 2 MOBILIZATION AND DEMOBILIZATION 1 LS 230,000.00 230,000.00 3 CLEARING RIGHT -OF -WAY 1 LS 75,000.00 75,000.00 4 OFFICE EQUIPMENT 1 LS 25,000.00 25,000.00 5 SURFACE MILLING, ASPHALT, 1.5 IN. 386 SYS 2.00 772.00 6 TRANSITION MILLING, ASPHALT, 1.5" 1,730 SYS 2.00 3,460.00 7 EXCAVATION, COMMON 5,584 CYS 18.00 100,512.00 8 BORROW (PLACE) 43,895 CYS 3.50 153,632.50 9 TEMPORARY DITCH INLET PROTECTION 22 EA 85.00 1,870.00 TEMPORARY EROSION SEDIMENT CONTROL, CURB 10 INLET PROTECTION 101 EA 65.00 6,565.00 14 TEMPORARY CULVERT PROTECTION 6 €A 12 TEMPORARY SEDIMENT TRAP, MODIFIED 42 TON 4.40 184.80 13 TEMPORARY SEDIMENT BASIN 1 EA 1,650.00 1,650.00 14 TEMPORARY SILT FENCE 11,789 LFT 1.15 13,557.35 15 TEMPORARY CHECK DAM, UNIFORM RIPRAP 9.3 TON 65.00 604.50 16 REVETMENT, RIPRAP 6.5 TON 65.00 422.50 17 GEOTEXTILES 15 SYS 20.00 300.00 18 EROSION CONTROL BLANKET 209 SYS 1.35 282.15 19 SUBGRADE TREATMENT, TYPE IA 40,081 SYS 3.75 150,303.75 20 SUBGRADE TREATMENT (UNDISTRIBUTED) 500 CYS 35.00 17,500.00 21 STRUCTURE BACKFILL, TYPE 1 12,598 CYS 18.00 226,764.00 FLOWABLE BACKFILL, REMOVABLE 22 (UNDISTRIBUTED) 1,066 CYS 55.00 58,630.00 23 COMPACTED AGGREGATE, NO. 53, BASE 2,937 TON 22.00 64,614.00 g' 1T YQ 99 BID -4 24 SUBGRADE TREATMENT TYPE III 722 SYS 8.50 6,137.00 25 COLORED AND JOINTED CONCRETE, 7" 961.3 SYS 60.00 57,678.00 26 COLORED AND JOINTED CONCRETE, 4" 59 SYS 73.00 4,307.00 27 HMA SURFACE, TYPE C, 9.5MM 2,603.6 TON 69.00 179,648.40 28 HMA INTERMEDIATE, TYPE C, 19.0MM 4,341.8 TON 50.00 217,090.00 29 HMA BASE, TYPE C, 25.OMM 11,585.2 TON 47.00 544,504.40 30 HMA INTERMEDIATE, TYPE C, OG 19MM 6,076.8 TON 47.00 285,609.60 31 ASPHALT FOR TACK COAT 53.1 TON 100.00 5,310.00 32 HMA SURFACE, TYPE B 510 TON 88.00 44,880.00 33 HMA INTERMEDIATE, TYPE B 1,592 TON 55.00 87,560.00 34 CURB RAMP, CONCRETE (ALL TYPES) 532 SYS 83.00 44,156.00 SIDEWALK, CONCRETE, RECONSTRUCTION 4 IN. 35 (UNDISTRIBUTED) 100 SYS 40.00 4,000.00 36 COMBINED CURB AND GUTTER TYPE II 12,959 LFT 11.00 142,549.00 37 COMBINED CURB AND GUTTER TYPE III 9,626 LFT 11.00 105,886.00 38 COMBINED CURB AND GUTTER, ROLL, MODIFIED 1,075 LFT 15.00 16,125.00 39 STRAIGHT CONCRETE CURB 962 LFT 16.00 15,392.00 40 PCCP FOR APPROACHES, 6 IN. 828 SYS 40.00 33,120.00 41 HMA FOR DRIVE APPROACHES 122.3 TON 69.00 8,438.70 42 COARSE AGG, 73 84 TON 50.00 4,200.00 43 MAILBOX ASSEMBLY, SINGLE 14 EA 166.00 2,324.00 44 MONUMENT, SECTION CORNER 3 EA 510.00 1,530.00 45 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 3 EA 500.00 1,500.00 46 MULCHED SEEDING, TYPE U 5,296 SYS 0.41 2,171.36 47 SEED MIXTURE, TYPE D 1 LBS 1,125.00 1,125.00 48 WATER 161 kGAL 1.00 161.00 49 TOPSOIL 7,971 CYS 4.00 31,884.00 50 SODDING, NURSERY 41,100 SYS 2.65 108,915.00 51 DRAINAGE TILES (UNDISTRIBUTED) 100 LFT 10.00 1,000.00 21 BID -5 F l-l 1 i 99 52 MODULAR BLOCK WALL 31.3 SYS 135.00 4,225.50 53 MODULAR BLOCK WALL, ERECTION 31.3 SYS 270.00 8,451.00 54 STRUCTURE BACKFILL, TYPE 3 9 CYS 125.00 1,125.00 PIPE, TYPE 4, CIRCULAR, 6 IN. DOUBLE WALL, 55 SMOOTH INTERIOR 9,157 LFT 6.75 61,809.75 56 VIDEO INSPECTION FOR UNDERDRAINS 9,157 LFT 1.35 12,361.95 57 PIPE, TYPE 2, CIRCULAR, 12 IN. 3,535 LFT 25.00 88,375.00 58 PIPE, TYPE 2, CIRCULAR, 15 IN. 655 LFT 28.00 18,340.00 59 PIPE, TYPE 2, CIRCULAR, 18 IN. 767 LFT 32.00 24,544.00 60 PIPE, TYPE 2, CIRCULAR, 24 IN. 576 LFT 46.00 26,496.00 61 PIPE, TYPE 2, CIRCULAR, 36 IN. 3,575 LFT 65.00 232,375.00 62 PIPE END SECTION, PRECAST CONCRETE, 12 IN. 2 EA 585.00 1,170.00 63 PIPE END SECTION, PRECAST CONCRETE, 15 IN. 2 EA 615.00 1,230.00 64 PIPE END SECTION, PRECAST CONCRETE, 36 IN. 1 EA 1,800.00 1,800.00 65 AGGREGATE FOR UNDERDRAIN 934 CYS 30.00 28,020.00 66 GEOTEXTILES FOR UNDERDRAIN 10,217 SYS 0.90 9,195.30 67 CATCH BASIN, E -7 8 EA 1,400.00 11,200.00 68 MANHOLE, C -4 27 EA 1,800.00 48,600.00 69 INLET, J -10 27 EA 1,300.00 35,100.00 70 INLET, K -10 12 EA 1,700.00 20,400.00 71 CATCH BASIN, K10 17 EA 1,800.00 30,600.00 72 CASTING, ADJUST TO GRADE 6 EA 700.00 4,200.00 73 CASTING, 4, FURNISH AND ADJUST TO GRADE 2 EA 1,100.00 2,200.00 74 MANHOLE, D4 28 EA 4,000.00 112,000.00 75 INLET, B -15 10 EA 2,000.00 20,000.00 76 INLET, C -15 3 EA 2,100.00 6,300.00 77 CATCH BASIN, C15 1 EA 2,200.00 2,200.00 78 INLET, REMOVE 8 EA 500.00 4,000.00 79 FENCE, CHAIN LINK, REMOVE 350 LFT 5.00 1,750.00 80 FENCE, CHAIN LINK, 48 IN. 350 LFT 17.00 5,950.00 81 FENCE, FARM FIELDS, REMOVE 1535 LFT 1.60 2,456.00 82 FENCE, FARM FIELD, 47 IN. 1535 LFT 6.00 9,210.00 83 ROAD CLOSURE SIGN ASSEMBLY 4 EA 626.00 2,504.00 Li �j) 9 9 BID-6 aI lY 84 DETOUR ROUTE MARKER ASSEMBLY 55 EA 88.00 4,840.00 85 CONSTRUCTION SIGN, A 21 EA 144.00 3,024.00 86 MAINTAINING TRAFFIC 1 LS 128,000.00 128,000.00 87 BARRICADE, III -A 440 LFT 6.75 2,970.00 88 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE 835 LFT 13.50 11,272.50 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 89 0.08 IN. 147.3 SFT 15.00 2,209.50 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 90 0.10 IN. 238.7 SFT 16.00 3,819.20 91 DECORATIVE STREET SIGN ASSEMBLY 10 EA 1,450.00 14,500.00 92 SIGN, SHEET RELOCATION (UNDISTRIBUTED) 10 EA 40.00 400.00 CONCRETE FOUNDATION WITH GROUNDING, 30 IN. 93 DIAMETER X 96 IN. 10 EA 1,100.00 11,000.00 94 LIGHT POLE ASSEMBLY, RAB 10 EA 7,400.00 74,000.00 95 HANDHOLE, IRRIGATION 10 EA 800.00 8,000.00 WIRE, NO. 4, COPPER, IN PLASTIC DUCT, IN TRENCH, 96 4 1/C 1178 LFT 10.00 11,780.00 97 SCHOOL FLASHER ASSEMBLY, RELOCATE 2 EA 2,100.00 4,200.00 98 SERVICE POINT, it 3 EA 5,525.00 16,575.00 99 CONDUIT, PVC, 4" 1857 LFT 7.00 12,999.00 100 CONDUIT, PVC, 3/4" 70 LFT 1.00 70.00 LINE, THERMOPLASTIC, DOTTED WHITE, 8 IN. 2' 101 LINE, 2' GAP 192 LFT 1.44 276.48 102 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 475 LFT 0.57 270.75 103 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. 1988 LFT 0.57 1,133.16 SNOWPLOWABLE RAISED PAVEMENT MARKER 104 (YELLOW) 34 EA 80.00 2,720.00 SNOWPLOWABLE RAISED PAVEMENT MARKER 105 (BLUE) 13 EA 93.00 1,209.00 TRANSVERSE MARKING, THERMOPLASTIC, 106 CROSSHATCH, YELLOW, 12 IN. 1471 LFT 2.00 2,942.00 TRANSVERSE MARKING, THERMOPLASTIC, STOP 107 BAR, 24 IN. 129 LFT 4.00 516.00 BID -7 iTh, tf cp 99 TRANSVERSE MARKING, THERMOPLASTIC, 108 CROSSWALK LINE, 6 IN. 1100 LFT 1.23 1,353.00 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, 109 LANE INDICATION ARROW 5 EA 100.00 500.00 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, 110 WORD (ONLY) 5 EA 100.00 500.00 TRANSVERSE MARKINGS, THERMOPLASTIC, 111 CROSSWALK LINE, 24 IN. 800 LFT 4.00 3,200.00 TRANSVERSE MARKINGS, THERMOPLASTIC, WHITE 112 YIELD LINE, 27 IN. 99 EA 22.00 2,178.00 113 PLANTING SOIL 746 CYS 36.00 26,856.00 114 LIMESTONE, ENDCAP 6 EA 3,100.00 18,600.00 115 LIMESTONE, BLOCK 1242 CF 78.00 96,876.00 116 MULCH, HARDWOOD SHREDDED BARK 119 CYS 56.00 6,664.00 117 PLANT, DECIDUOUS SHRUB, 15 -18" 224 EA 28.00 6,272.00 118 PLANT, DECIDUOUS SHRUB, 18 -24" HEIGHT 108 EA 33.00 3,564.00 119 PLANT, DECIDUOUS TREE, 2.5 3" 129 EA 268.00 34,572.00 120 PLANT, DECIDUOUS TREE, 2.0 2.5" 189 EA 181.00 34,209.00 121 PLANT, ORNAMENTAL GRASS, 2 GAL. 250 EA 12.00 3,000.00 122 PLANT, PERENNIAL, 1 GAL. 4223 EA 8.50 35,895.50 123 SPADE EDGE 777 LFT 1.00 777.00 124 IRRIGATION, LANDSCAPE 1 LS 38,000.00 38,000.00 125 LANDSCAPE LIGHTING 1 LS 15,000.00 15,000.00 126 2" GALVANIZED STEEL CONDUIT 1107 LFT 11.00 12,177.00 127 MODIFIED CURB, TYPE D 33.3 SYS 60.00 1,998.00 'TOTAL BID 4,622,932.60 b 7 HI I9 u BID -8 EXHIBIT B Invoice Date: Name of Company: Address Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods /Services Provided Cost Per Hourly Total Goods /Services Goods/ (Describe each good /service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation Disability Statutory Limits Employer's Liability: Bodily Injury by Accident /Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident /Disease: $500,000 policy limit Property damage, contractual liability, products completed operations: General Aggregate Limit (other than Products /Completed Operations): $500,000 Products /Completed Operations: $500,000 Personal Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage (any one fire): $250,000 Medical Expense Limit (any one person): 50,000 Comprehensive Auto Liability (owned, hired and non owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: 10,000 L 1 t y o f L lei r I 1 i CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 2��-S� 35- 60000972 ONE CIVIC SQUARE THIS NUMBER MUST APPEAR ON INVOICES, A/F CARMEL, INDIANA 46032 -2584 VOUCHER, DELIVERY MEMO, PACKING SLIPS SHIPPING LABELS AND ANY CORRESPONDENCE. 'ORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL 1997 3CHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 7 o 'ENDOR S ?f\0�(� WO/ c 1�Y�V� TO O�c 1 Y1vn fie., VA° 1-.067\S. I 4Lo 2.4 O NFIRMATION BLANKET CONTRACT PAYMENT TERMS FREIGHT QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION dCQ -2k SIne 'Dc r vim- ..©o,.. i. i 1 A V V `V' 4' i 4 Wb��` 1 ��F''Y A t G V Send Invoice To: 4 y' \A e 2oO �oc�„a. (o4 1 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE PO. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. SHIPPING INSTRUCTIONS I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN SHIP REPAID. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. C.O.D. SHIPMENTS CANNOT BE ACCEPTED. PURCHASE ORDER NUMBER MUST APPEAR ON ALL ORDERED BY SHIPPING LABELS. THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 TITLE AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. 7 CLERK TREASURER )OCUMENT CONTROL NO. VENDOR COPY