Loading...
Hunt Paving/ENG/Auman Newark/$595,898.80Hunt. Paving Company, Inc. Engineering -.2011 Appropriation #203-446220; 206 -509; 206 4462838 P.O. #25820 Contract Not To Exceed S595,898.80 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES TERMS AND CONDITIONS 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 Hunt Paving Company, Inc., an entity duly authorized to do business in the State of Indiana ("Vendor"). 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 numbers 203446220; 206 -509; and 206-4462838 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`Five Hundred Ninety Five Thousand Eight Hundred Ninety Eight Dollars and Eighty Cents ($595,898.80) (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 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 ca use the total cost of the Goods and Services' provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain :specifications, descriptions :and /or quotations regarding same as were provided to Vendor by City and /,or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and; free: from: defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient; for their particular purpose. NQrmapp.•Piicv data dniisA A' hw(i11Pof.Ssr..E Goods SvnlEnguiwing\2111 IV1 PAVING CO Goody S.Str ca PORM.doc:9 /l6/2DI 1.2 47 PSQ Hunt Paving: Company, Inc. Engineering .2011 Appropriation' #203 446220; 206 -509; 206 4462838 P.O. #25820. Contract Not To`Exceed $595,898.80 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, apart 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 rightto; pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor (a) repudiates, •breathes 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 assignmentfor•the benefit of creditors or dissolves, each, such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability' to Vendor; and (2) exercise all other rights and remedies available to City at law and /or in equity. INSURANCE AND,INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such:insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and /or unemployment compensation act; for bodily injuries including, but not limited to, personal injury sickness, disease or 'death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property; including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all.such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City, from and against any and all liabilities, 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: (1V.s,41zOuw ilya- adminV:AWtdosedVYuCS,rs Goods Sva\E,gnia, gV'011',HURT PAWNG CO •Good. Svr FORM .doc9 /16/ 201 1 2:47 PM) Hunt Pairing Company, Inc. Engineering 2011 Appropriation #203 446220; 206- 509;206- 4462838 P.Q. #25820 Contract Not To Exceed $595,898.80 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 haws 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. Okl .wappilWxv dam adminsl:A VA,haredlriof.Sxrs Good: Sw 1Eagm:wm,{12011 ■H1JNi PAYING CO Goods Salts FORAtdi..WI W2011 2:47 Phil Hunt Paving Company, Inc. Engineering 2011 Appropriation #203- 446220; 206 509; 206- 4462838 P.O. #25820 Contract Not To Exceed $595,898.80 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 ATTENTION: AND Douglas C. Haney, City Attorney, Department of Law One Civic Square, Carmel, Indiana 46032 If to Vendor: Hunt Paving Company, Inc. 2450 S. Tibbs Avenue Indianapolis, IN 46241 Telephone: 317 -241 -8313 Fax:. 317 -487 -5779 ATTENTION: Edward D Hunt 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 of termination, unless the.parties have previously agreed in writing to a greater amount. ['N.Ncvropp11ssw data :WminLLAW \4haruNhoCSvcs& Goods S12411 gwann0201 I'\HUNT PAVFNG CO -C de b:. S,?v xv FORM.doc:9!162011147 PM] Hunt Paving Company, Inc. Engineering 2011 Appropriation #203-446220; 206- 509; 206 4462838 P.O. #25820 Contract Not To Exceed $595,898.80 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 theparties have previously agreed in writing to a greater amount. 19. REPRESENTATIQNS.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. City desires additional goods and services from Vendor, the City shalt 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 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, 2011 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. NIsvrapps!lu.0 dna- admmILlW'sha ARProCSvc, Gstpd SsuSEngunotimg12011U HUNT PAVING CO.• Goods &Sc»5d+ -FORM doc91162UI 1247 PM] HuntPaving Company, Inc. Engineering 2011 Appropriation #203- 446220; 206= 509;:206- 4462838 P.O. #25820 Contract Not To Exceed $595 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 shalt 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 by and through its Board of Public Works and Safety By: Pre James Brainard, Presiding Officer Date: Mary An Date: LoriS Date: ATTEST: I I `Aro.7. daa. aatuALAW,.hFallProPSut.& Goods Svcc\Enpin.vw4\20I1WUNI PAVING CO Goods SoTa FOPMdoc9 ±IW201 I2 d7 PMj HUNT PAVING COMPANY, INC. By: G=el Authorized Signature Printed. Name �i7ce sex_ 4_ i i�rk�tG e� Title FID/TIN: Last Four of SSSN' if Sole Proprietor: Date: 9 A2. 0 /2 0 1 To the City of Carmel, Indiana: TOTAL BID AMOUNT PROPOSAL AUMAN NEWARK NEIGHBORHOOD IMPROVEMENTS PHASE 2: Nappanee‘Drive Sidewalk and Drainage; Improvements The undersigned. Bidder declares that it has read the Specifications and other Contract Documents, has examined and understands the plans, has examined the Site of the Work and has determined for itself the conditions affecting the Work, and proposes and agrees that if this Proposal is accepted, to provide, at Bidder's own expense, all labor, insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances and means of construction, and all materials and supplies, needed to complete, for its intended purpose, the entire Work and all parts thereof described as included' under the Contract herein bid upon, in the manner and items prescribed, including all Work incidental thereto, according to the Plans, Contract Documents and Specifications, Indiana Department of Transportation (INDOT) Standard Specifications (2010 issue) and INDOT Standard Drawings and such instructions as the ENGINEER may give. And hereby tenders this Bid to construct said Project in accordance with the Contract Documents now on file with the City of Carmel, Indiana, and pursuant to the payment bond and performance bond to be filed herewith, each in the amount of 100 of the Contract price of Five Hundred Ninety -Five Thousand Eight Hundred Ninety -Eight and. 80/100 Dollars (Words) $595,898..80 Dollars (Figures) This price is the sum of the quoted unit prices times the quantities for each item as shown on the attached Itemized Proposal. Whereas a mathematical computation error exists on the Itemized Proposal, thus causing the above stated Bid Amounts to be stated incorrectly, the Bidder acknowledges that the unit prices, as stated on the .Itemized Proposal, shall; govern. The "undersigned further. agrees to complete the furnishing and construction of this Project and have it substantially completed and ready for use on or before 90 Calendar Days from receipt of a Notice to Proceed'in accordance with the Instructions to Bidders. P -1 Exhibit ALTERNATES. Alternate #1: Replace Circular Reinforced Concrete Pipes with HDPE 'Pipes For overall pricing comparison, the Owner wishes to consider the substitution of circular reinforced concrete pipes with circular I1DPE.pipes. This Alternate applies to Items 6 through 9 in the Itemized Proposal. Material in the Alternate shall be: High Density Polyethylene Pipe (HDPE) AASHTO Designation M252 Type S, M294 Type S, smooth interior /annular exterior. Pipe shall be installed in accordance with pipe manufacturer's installation Guidelines for Culvert Storm Drainage Applications. Connections to structures shall be in accordance with manufacturer's recommendations. Acceptable manufacturers: Advanced Drainage Systems, Inc. "ADS N 12 or approved equal with manufacturer approval through INDOT Manufacturer Requirements. The Owner, at its sole discretion, may:accept this Alternate to substitute circular HDPE pipes for circular Reinforced Concrete pipes. The Alternate shall be bid using the same assumptions as those of the Base Bid including required „backfill. If accepted by OWNER, Alternate 1 will be an adjustment to the Base Bid price. This adjustment to the Base Bid price is to be presented by the BIDDER as a LumpSum adjustnient'for all the pipes under the noted Items: Add or Deduct `f 8 ti Ito. S O Z e 1` t) a l\t'S$ 0 0 (Circle One) (written- amount): (numerals) Alternate #1 Replace Circular, Reinforced Concrete Pipes with PVC Pipes For overall pricing comparison, the Owner wishes to consider. the substitution of all circular reinforced concrete pipes with circular PVC pipes. This Alternate applies to Items 6: through 9 in the Itemized Proposal. Material in the Alternate shall be Profile Wall Polyvinyl Chloride Pipe (PVC)` AASHTO Designation M304 or ASTM F949, smooth interior /annular exterior: Pipe shall be installed, in accordance with pipe manufacturer's installation Guidelines for Storm Drainage Applications. Connections to structures shall be in accordance with manufacturer's recommendations. Acceptable manufacturers: Contech.Construction cceptab Products, Inc "A:2000 or approved equal with manufacturer approval through INDOT Manufacturer Requirements. The Owner, at its sole discretion, may accept this Alternate to substitute circular: PVC pipes for circular. Reinforced Concrete pipes. The Alternate shall be bid using the same assumptions as those of the Base Bid including required back :fill. If accepted by OWNER; Alternate ..1 will be an adjustment to the .Base Bid price. This adjustment to the Base Bid price is to be presented by the BIDDER as a LumpSum adjustment for all the applicable: pipes under the noted Items: dm Add or Deduct Zer t) I Li- 5 o. r k 'Z e,c e +5 0. on (Circle One) (written`ariiount) (numerals) P -2. Enclosed is a. certified check to the City of Carmel, or a.bid bond binding the undersigned and surety to the City of Carmel, Indiana, in the amount of: c i -C41 ni,),e "l" heck yc:w c C dt ect n t'rte elo I Lb( etAA r: h ce n+ Dollars (Words) 59, 591 g Dollars (Figures) which amount is not Tess than 10 of the total Bid amount, guaranteeing the undersigned will enter into the Contract for the performance of the work if this Proposal is accepted. As required by the Instructions to Bidders, Questionnaire Form 96 (revised 2005), of the Indiana State Board of Accounts is properly executed and attached hereto. It is hereby agreed that this Proposal shall remain in full force and effect, and may not be withdrawn for a period of 30 days from and after the date of bid openingby the City Council, Carrnel,Indiana. Respectfully submitted, The Hunt Paving Company, Inc. Dated: 9/7/ 11 Address: By: CONTRACTOR. (Individual) (Partnership) or (Corporation) 2450-S Tibbs Ave Indianapolis, IN 46241, leeward it Hunt beneral Manger (sst. Secretary 1 The above Bidder acknowledges receipt of Addenda Nos. Note: The legal status of the Bidder, whether as an individual, partnership, company or corporation must be indicated ,as above, and all pertinent: information as required by the Specifications must be furnished: Item Item Description Quantity Unit Unit Cost Total Amount Mobilization /Demobilization 1 LSUM 29,640.00 29,640.00 2 Construction Engineering 1 LSUM 3,600.00 3,600.00 3 Clearing Right of Way 1 LSUM 15,400.00 15,400.00 4 B- Borrow`for Structure:Backfill 1763 CYD 72.00 126;936.00 5 Plowable Backfill for Pipes 142 CYD 81.00 11,502.00 6 Storm Sewer Pipe, 12" Class II RCP 41 LFT 42.00 1,722.00 7 Storm Sewer Pipe, 15" Class II RCP 6 LFT .63.00 378.00 8 Storm Sewer Pipe, 24" Class 1I, RCP 71 LFT 70.00 4,970.00 9 Storm Sewer Pipe, 30" Class II RCP 1355 LFT 83.00 112,465.00. 10 Storm Sewer Pipe, Elliptical 24 "x36" Class II RCP :70 LFT 270.00 18,900.00 11 Draintile, PVC, Undistributed 60 LFT 25.00 1,500.00 12. Manhole D`7 9 EA 3,100.00. 27,900.00 13 Manhole E7 1 EA. 3,300.00 3,300.00 14 Manhole D -10 3 EA 3,500.00 10,500.00. 15 Manhole. D.4 4 EA 3,250.00 13,000.00 16 SQTU STRUCTURE 1 EA 15,900 .00 15,900.00 17 Inlet E -7 3 EA 1,325.00 3,975.00; 18 Inlet J -10 1' EA 1,675.00 1,675.00 19 Flowable FiII ;(Class A Concrete for Patching) 39 CYD 100.00 3,900.00 20 Class ;A Concrete forStructures 4 CYD 390.00 1,560.00. 21 Curb Ramps' -incl truncated domes 41 SYD 16500 6,765.00 22 4" Concrete Sidewalk 789 SYD 39.00`: 30,771.00 23 Concrete Curb 266 LFT 13.50 3,591.00 24 24" Combined Concrete Curb Gutter 228 LFT 32.00 7,296.00 25 Concrete Pavement for Drive, 6" 147 SYD 42.00 6,174.00 26 Concrete Pavement for Commercial Drive, 9" 219 SYD 48.00 10,512.00, 27 Linear Grading. 1520 LFT 18.50 28,120.00 2 8 Unsuitable Materials Remove /Replace (Undistributed). 50 CYD 55.00 2,750.00 29 Compacted 'Agg:-For Base, 53 257 TON 37.00 9,509.00 30 HMA Surface, A, for Road Patching 10 TON .265.00 2,650.00 31 Tack Coat 118 SYS 5.30 625.40 32 Water Service Line Replacement 184 LFT' 42.00. 7,728.00 _33 Relocate Water Meter 3 EA 525.00 1,575.00 34 Maintenance of Traffic 1 LSUM 28,000.00 28,000.00 35 Construction Fencing, Undistributed 100 LFT 3.50 350:00 36 Ditch Inlet Protection 18 EA 105.00 1,890:00 37 Existing Tree. Protection Trimming 1 LSUM 1,300,00 1,300.00 38 Protection of Utilities 1 LSUM 16,000.00 '16,000;00 39. Nursery Sodding for Lawns 1:428 SYD 5.30 7,568.40 0 0 1) 0 0 a 7 i 0 i c ITEMIZED .PROPOSAL. Auman Newark: Neighborhood Improvements Phase 2 L1 Item Item Description Quantity Unit Unit Cost Total Amount 40 Water 1 LSUM 1.00 1.00. 41 Reset Relocate Fence 247 LFT 20.00 4,940.00 42 Signs, Reset Relocate 2 EA 260.00 520.00 43 Mailbox, Reset' Relocate 6 EA 190.00 1,140.00 44 QC Testing Videotaping 1LSUM 7,400.00 7,400.00 f y ,,,,7i�N g� 3'�•� �S�Gyz .,3 .,II_�:. v ...1.c 4 �,.f s _f nor y 'A ..✓�?z9z z '2�4Ar /j rxd 5?4:; A �?'S''� .'F 4 f4... 4l' R T` �T r �w�' TOTAL: 595,898.80 C)-5 Pursuant to Indiana Code 22- 5- 1.7 -11, the Vendor is required to enroll in and verify the work eligibility status of all newly hired employees through the E -Verify program. The individual person(s) executing this Agreement, being first duly sworn, depose(s), state(s) and affirm(s) the. following: 1. The Vendor does not knowingly employ an unauthorized alien. 2. The Vendor, prior to entering into this Agreement, has enrolled and is participating in the E- Verify program. The. Vendor shall, upon request, provide all documentation to the administratorr of the Hamilton County Community Development: Block Grant Program and the City that is necessary to establish that the Vendor has properly enrolled and is participating in the E- Verify program. Vendor: Hunt Paving Company. I Written Signature: 1 4 4,gatogi/ Printed Name: F 73:5-Di 1-\o Ym i Title: 0-1Fr■c9-4-1-- YYY,1C-gEIZ Important Notary Signature and Seal Must Be Provided Below STATE OF 11.1b \Kl OR SS: COUNTY OF YYAQ u.0 EXHIBIT D E- VERIFY PROGRAM Subscribed and sworn to before me this ZO day of ,20 ))1 My commission expires: '-1 iZ (Signed) '(V\ it .1 eta La dd( Printed: )'Y• Residing in y'(' 0,v\_ County State of