Loading...
HomeMy WebLinkAboutUnited Construction ServicesBID 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: United Construction Services, LLC Project Name: Project #16 -SW -08(2) Small Structure Replacement: Culvert 43 — Hoover Road over Clay Creek Culvert 85-11lt" Street over U.N.T. of Carmel Creek Date Submitted: 08/16/2017 Base Bid Amount: $951,400.00 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This formm shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be ftdly and accurately filled in and completed and notarized. Project: Small Structure Replacements of Culverts 43 & 85 Project Number: 16 -SW -08(02) Proposal For Construction of : The replacement of the existing small structure 43 over Clay Creek on Hoover Road located 455 feet north of Braeburn Drive. And The replacement of the existing small structure 85 over U.N.T. of Carmel Creek on HIt" Street located 100 feet west of Echo Crest Drive W. Date: 08/16/2017 To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION Print 1.1 Bidder Name: United Construction Services, LLC 1.2 Bidder Address: Street Address: 3200 East County Rd 350 North City: Muncie Phone: 765-587-4503 State: IN Zip: 47303 Fax: 765-288-3344 1.3 Bidder is a/an [mark one] Individual Partnership x Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958) .1 Corporation Name: Q/ N .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 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: Base Bid: Nine Hundred Fifty One Thousand Four Hundred Dollars and No Cents Dollars ($ 951,400.00 )• 2.2 General The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base and selected Alternate Bids if applicable. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable The Bidder 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 Itemized Proposal Project 16 -SW -08(02) Small Structure Replacements of Culverts 43 & 85 Item # Item Quantity Unit Unit Cost Total Cost 1 Construction Engineering 1 LS $ 9,700.00 $ 9,700.00 2 Mobilization / Demobilization 1 LS $ 38,700.00 $ 38,700.00 3 Clearing Right of Way 1 LS $ 34,100.00 $ 34,100.00 4 Common Excavation 510 CYS $ 67.95 $ 34,654.50 5 B Borrow 64 CYS $ 29.42 $ 1,882.88 6 Temporary Seeding 232 LBS $ 1.55 $ 359.60 7 Temporary Mulch 2 TON $ 330.00 $ 660.00 8 Temporary Inlet Protection 4 EACH $ 165.00 $ 660.00 9 Temporary Check Dam 10 TON $ 63.00 $ 630.00 10 Silt Fence 780 LFT $ 2.75 $ 2,145.00 11 Dewatering 1 LS $ 15,800.00 $ 15,800.00 12 Structural Backfill, Type 2 1509 CYS $ 51.30 $ 77,411.70 13 Compacted Aggregate, No. 53, Base 606 TON $ 30.30 $ 18,361.80 14 HMA Widening, Type B 17 TON $ 270.62 $ 4,600.54 15 Milling, Transition 322 SYS $ 18.90 $ 6,085.80 16 HMA Surface, Type B 163 TON $ 154.88 $ 25,245.44 17 HMA Intermediate, Type B 210 TON $ 113.30 $ 23,793.00 18 HMA Base, Type B 296 TON $ 96.80 $ 28,652.80 19 Asphalt for Tack Coat 2980 SYS $ 0.14 $ 417.20 20 Curb and Gutter, Concrete, Type II 525 LFT $ 49.27 $ 25,866.75 21 HMA For Approaches, Type B 44 TON $ 144.66 $ 6,365.04 22 Handrail 132 LFT $ 197.00 $ 26,004.00 23 Guardrail Transition, TGB 2 EACH $ 2,950.00 $ 5,900.00 24 Guardrail End Treatment, Type OS 1 EACH $ 2,917.00 $ 2,917.00 25 Guardrail Terminal End Section 4 EACH $ 156.00 $ 624.00 26 W -Beam Guardrail 263 LFT $ 21.50 $ 5,654.50 27 Guardrail, Remove 185 LFT $ 8.80 $ 1,628.00 28 Revetment Riprap 281 TON $ 56.56 $ 15,893.36 29 Uniform Riprap 83 TON $ 55.48 $ 4,604.84 30 Geotextiles 603 SYS $ 2.70 $ 1,628.10 31 Sodding 281 SYS $ 9.44 $ 2,652.64 32 Mulched Seeding, U 2050 SYS $ 1.70 $ 3,485.00 33 Erosion Control Blankets 2050 SYS $ 1.10 $ 2,255.00 34 Structure, Reinforced Concrete Box, 13'x5' 43 LFT $ 3,846.00 $ 165,378.00 35 Structure, Reinforced Concrete Box, 18'x6' 47 LFT $ 6,122.00 $ 287,734.00 36 Pipe, RCP, 12" 121 LFT $ 53.70 $ 6,497.70 Itemized Proposal Project 16 -SW -08(02) Small Structure Replacements of Culverts 43 & 85 Item # Item Quantity Unit Unit Cost Total Cost 37 Pipe, RCP, 15" 160 LFT $ 58.50 $ 9,360.00 38 Pipe, RCP, 18" 22 LFT $ 92.20 $ 2,028.40 39 Pipe, RCP, 24" 106 LFT $ 103.90 $ 11,013.40 40 Inlet, E7 2 EACH $ 2,690.00 $ 5,380.00 41 Inlet, J10 1 EACH $ 2,945.00 $ 2,945.00 42 Manhole, J8 1 EACH $ 5,025.00 $ 5,025.00 43 Pipe end section, Diameter 12" 2 EACH $ 580.00 $ 1,160.00 44 Pipe end section, Diameter 18" 1 EACH $ 738.00 $ 738.00 45 Pipe end section, Diameter 24" 1 EACH $ 1,043.00 $ 1,043.00 46 Adjust Casting to Grade 1 EACH $ 349.00 $ 349.00 47 Adjust Water Valve to Grade 2 EACH $ 296.00 $ 592.00 48 Maintaining Traffic 1 LS $ 4,891.51 $ 4,891.51 49 Construction Sign, A 6 EACH $ 165.00 $ 990.00 50 Construction Sign, B 4 EACH $ 110.00 $ 440.00 51 Construction Sign, C 6 EACH $ 220.00 $ 1,320.00 52 Road Closure Sign Assembly 10 EACH $ 275.00 $ 2,750.00 53 Detour Route Marker Assembly 26 EACH $ 77.00 $ 2,002.00 54 Barricade, III -A 120 LFT $ 22.00 $ 2,640.00 55 Barricade, III -B 84 LFT $ 22.00 $ 1,848.00 56 Sign post, square, type 1, reinforced anchor base 23 LFT $ 11.00 $ 253.00 57 Sign, sheet, relocate 2 EACH $ 496.00 $ 992.00 58 Line, Paint, Solid, White, 4" 435 LFT $ 3.30 $ 1,435.50 59 Line, Paint, Solid, Yellow, 4" 960 LFT $ 3.30 $ 3,168.00 60 Transverse Marking, Paint, Stop Line, White, 24" 16 LFT $ 5.50 $ 88.00 Total $ 951,400.00 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terns and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 2 07/31/2017 1: 1 08/14/2017 PART 5 EXCEPTIONS Instructions To Bidders.- 5.1 idders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from. the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: None I NDION PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the Work/Project if awarded. Information on Bidder's company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms #96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders". Balance Sheet 08/14/17 tJ United Construction Services Balance Sheet Period 7 At July 2017 Assets Current Assets 10004 FM General Checking (167,038.70) 10005 FM Payroll Checking (106,385.58) 10006 FM Field Checking 2,523.36 11200 Accounts Receivables 1,530,383.58 11500 Service Receivables 31,253.89 Total Current Assets: $1,290,736.55 Long Term Assets 18100 Vehicles 147,474.87 18200 Heavy Duty Trucks 38,772.35 18300 Trailers 65,524.49 18400 Equipment 914,693.97 Total Long Term Assets: 1,166,465.68 Accumulated Depreciation 19100 Accum Dep'n Vehicles (3,910.48) 19200 Accum Dep'n Heavy Trucks (725.00) 19300 Accum Dep'n Trailers (184.44) 19400 Accum Dep'n Equipment (14,290.33) Total Accumulated Depreciation: (19,110.25) Net Long Term Assets: 1,147,355.43 Total Assets: $2,438,091.98 Report 2-2-0-21 08/14/17 JGROVE Page 1 01:22 PM Balance Sheet Continued... Liabilities Current Liabilities 20000 Accounts Payable 306,457.02 23025 Liability Insurance Payable 17,395.45 23030 FUTA Payable (971.96) 23035 SUTA Payable 1,272.29 23041 Laborers Union Benefits 0.59 23042 Operators Union Benefits 1.58 23046 Laborers Initiation Fee 30.00 23060 IRA Payable 2,945.17 23065 IRA ER Match 578.87 23070 Garnishment Payable 656.04 23080 Child Support Payable 60.00 25000 Capital One 74.90 26000 Current Portion of L/T Debt 40,086.17 Total Current Liabilities: Long Term Liabilities 29500 L/T Debt Less Current Portion (41,970.05) 29501 1201: 2016 CAT D5K2 (0594) FM 135,813.69 29502 102: 2015 FORD F-350 (1499) FM 38,050.31 29503 802: 2013 CAT 321 D (0657) WF 128,698.86 29504 2001/2002:16 GPS/BASE WF 50,633.70 29505 2003/2004:GPS CAT D5K2/TRIMBLE 50,790.52 29507 104:17 FORD F350 UTILITY (5805) 58,817.62 Total Long Term Liabilities: Total Liabilities: Equity Equity/Capital 31000 Equity - Case 60,000.00 31500 Equity - Buck 35,000.00 31600 Equity - JCase 5,000.00 32000 Retained Earnings 1,161,417.88 33000 Distributions - Case (314,041.00) 33500 Distributions - Buck (90,706.00) Subtotal Equity/Capital: 856,670.88 368,586.12 420,834.65 789,420.77 08/14/17 Report 2-2-0-21 08/14/17 JGROVE Page 2 01:22 PM Balance Sheet Continued... Current Profit (Loss): Total Equity/Capital: Total Liabilities + Equity: 792,000.33 1,648,671.21 $2,438,091.98 08/14/17 Report 2-2-0-21 08/14/17 JGROVE Page 3 of 3 01:22 PM PART 7 ADDITIONAL DECLARATIONS 7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated against. 7.2 The Bidder certifies that he/she has thoroughly examined the site of the Project/Work and informed himself/herself fully regarding all conditions under which he/she will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing conditions. The Bidder further certifies that he/she has thoroughly reviewed the Contract Documents, including all Addenda, and has had the opportunity to ask questions and obtain interpretations or clarifications concerning Contract Documents. PART 8 NON -COLLUSION AFFIDAVIT The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and state(s) that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be Bid by another person, or (ii) to prevent any person from Bidding, or (iii) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other Bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such Bidding in any way or manner whatsoever. PART 9 SIGNATURES [Signature by or on behalf of the Bidder in the spaces provided below shall constitute execattion of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE MUST BE PROPERL Y NOTARIZED.] Bidders Name: United Construction Services, LLC Written Signature: Printed Name: Title: Member Important - Notary Signature and Seal Required in the Space Below STATE OF Indiana SS: COUNTY OF Delaware Subscribed and sworn to before me this 16 20 17. My commission expires: 05/13/2020 Residing in Delaware (Signed). Printed: County, State of Form No. 96 United Construction Services LLC (Contractor) 3200 East County Rd 350 North — Muncie, IN 47303 (Address) FOR PUBLIC WORKS PROJECTS OF City of Cannel, IN Small Structure Replacement Culvert 43 — Hoover Rd over Clay Creek Culvert 85: 111t1 Street over U.N.T of Carmel Creek Filed Action taken 'Prescribed by State board of Accounts Form No. 96 CONTRACTORS BID FOR PUBLIC WORKS - FORM 96 PART 1 (To be completed for all bids. Please type or print) Date: 08/16/17 1. Governmental Unit (Owner): City of Carmel, IN 2. County: 3. Bidder (Firm): Address: City/State: 4. Telephone Number: 5. Agent of Bidder (if applicable): Hamilton United Construction Services LLC 3200 East CR 350 North Muncie, IN 47303 765-587-4503 N/A Pursuant to notices given, the undersigned offers to furnish labor and/or materials necessary to complete the public works project of Small Structure Replacement: Culvert 43 — Hoover Rd over Clay Creeld Culvert 85: 111 "' Street over U.N.T of Carmel Creels (Governmental Unit) in accordance with plans and specifications and prepared by HWC Engineering 135 North Pennsylvania Street, Indianapolis, IN 46204 and dated April 28, 2017 for the sum of Nine hundred fifty one thousand four hundred and 00/100 ---------------------------------------------dollars $ 951,400.00 The undersigned further agrees to furnish and bond a certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (if applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I.C. 5-16-8-2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of following conditions: Contracting Authority Members: PART II (For projects of $100,000 or more - IC 36-1-12-4) Governmental Unit: City of Carmel, IN Bidder (Firm): United Construction Services LLC Date: 08/16/17 subject to the These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION 1 - EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner $1,639,215 Geothermal Piping Installation 8/2016 Ball State University $1,067,201 Pre -Engineered bulding/Sitework Package 8/2016 IUOE Local 112 Operating Engineers 2716 S Rangeline Road Anderson, IN 46017 $109,003 Emens Utility Extension Project 10/2016 Ball State Universit $580,635 Sitework/Pedestrian Walkway 11/2016 Citv of Muncie $619,554 Clearing/Earthwork/Site Utilities 12/2016 Town of Daleville $120,720 Foundations/Building Pad 3/2017 Carmel Redevelopment Commission $517,626 Erosion Control/Earthwork/Site Utilities 6/2017 Real America, LLC 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner $1,199,878 Reconstruction of Drainage Area 9/2017 Madison Co. Drainage Board $172,878 Site Demo, Grading, Utilities, Landscape 10/2017 Ball State University - Lafollette $368,800 Demo, Utilty, Excavation 10/2017 Ball State Univerist - Shondell 3. Have you ever failed to complete any work awarded to you? No If so, where and why? 3. List references from private firms for which you have,performed work. IUOE Local 112 — Randall Hughes (765) 643-5112 US Architects — Keith Gary (765) 405-1220 Ball State University — Jim Lowe (765) 285-2805 SECTION II - PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit consider your bid.) Work will be performed in a professional like manner in the required time frame per drawings and specifications. 2. Please list the names and address of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. If required included in bid documents or will be available upon request. 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please understand, a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. If required included in bid documents or will be available upon request. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. Dozer, Excavator, Backhoe, Dump Trucks, Rollers, Etc. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes SECTION III - CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. SECTION IV — CONTRACTOR'S NON — COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. SECTION V - OATH AND AFFIRMATION I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for Public Works are true and correct. Dated at 10:00 am STATE OF INDIANA ) SS: COUNTY OF DELAWARE ) this 16th day of August 2017 United Construction Services LLC Name of ran' atio ) By Donald G Case Manager (Title of Person Signing) ACKNOWLEDGEMENT Before me, a Notary Public, personally appeared the above-named Donald G Case and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this 16th day of August statements contained in the foregoing bid, certification and affidavit My Commission Expires: 05/13/2020 County of Residence: Delaware 2017 POST BID SUBMITTAL SEE ITB SECTION 6.4 MANUFACTURERS LIST Instructions To Bidders: The Bidder shall enter, in the spaces provided below, the name of the manufacturer of equipment that the Bidder proposes to finrnish for each item of equipment listed in the Manufacturers List which follows. The Bidder shall enter the name of only one manufacturer for each listed equipment item. Failure to enter a manufacturer's name for each listed equipment item may render the Bid non-responsive if it is determined that such omission is material by affording the Bidder a substantial advantage over other Bidders. Upon award of a contract, each listed equipment item shall be fisrnished by the named manufacturer, unless changes are specifically authorized. Equipment substitutions will be permitted only with the OWNER'Sprior consent. Preliminary acceptance of equipment listed by the manufacturer's name shall not in any way constitute a waiver of the Drawing and Specification requirements covering such equipment. Acceptance will be based on full conformity with the Drawings and Specifications covering the equipment. Equipment Item (Contract Items) Manufacturer Concrete Box Structure Sanders Precast Concrete Systems PosTBID-1 POST BID SUBAUTTAL SEE SECTIONS ITB 6.5 SUBCONTRACTORS LIST Instructions To Bidders.- The idders: The Bidder shall enter the names and the type of work to be done in the Subcontractors List which follows for each Subcontractor that the Bidder proposes to use for the Work who will be providing work for an agreed price of five percent (S%) or greater of the amount Bid as stated above in Part 2. Only one Subcontractor shall be listed for each work item. Upon award of a contract, the named Subcontractors shall be employed to performm the work, unless changes are specifically authorized by the OWNER. Failure to furnish all information requested may render the Bid non-responsive if it is determined that such omission is material by affording the Bidder a substantial advantage over other Bidders. Except as otherwise specifically stated by the Bidder in this Part, omission of any names of Subcontractors herein shall constitute an affirmative representation and statement that the Bidder proposes to use his own workforces for most of the Work such that he will have no Subcontractors providing work in the amount of five percent (S%) or greater of the amount Bid. Subcontractor Name Work Price •h.It Payong $109,000.00 Drew Corporation Handrail $24,000.00 Indiana Traffic Services Traffic Signs $17.000.00 (use additional sheets if necessary) Meld"'. C MERCHANTS� BONDING COMPANY, MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. 2100 FLEUR DRIVE , DES MOINES, IOWA 50321-1158 - (800) 678-8171 , (515) 243-3854 FAX Bid Bond Bond Number: Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place United Construction Services, LLC of business) 3200 E County Road 350 N Merchants National Bonding, Inc. Muncie, IN 47303-9263 A Corporation 2100 Fleur Drive, Des Moines, IA 50321-1158 OWNER: (Name, legal status and address) City of Carmel Engineering Department One Civic Square Carmel, IN 46032-2584 This document has important legal consequences. Consultation with an attorney is encouraged with BOND AMOUNT: ***Ten Percent (10%) of the Accompanying Bid*** respect to its completion or modification. PROJECT: Any singular reference to (Name, location or address, and Project number, if any) Contractor, Surety, Owner or Small Structure Replacement: Culvert 43 - Hoover Rd over Clay Creek; Culvert 85 - 111th St over other parry shall be considered UNT of Carmel Creek plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Simed and sealed this 16th day of August , 2017 (Witness) ; Unite nstruction hrvims, W (Title) "or n Cd case Ii�(1 annn � CON 0657 (6/12) Printed in cooperation with American Institute of conforms exactly to the language used in Inc. (Seal) IA). The language in this document A310 -Bid Bond -2010 edition. MERCHANT BONDING COMPANY., POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Carolyn J Waggoner; David A Linthicum; Michael K Corcoran; Stella M Milli; Tiffany Williams; Vickie L Wolcott their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 '► ION '' .•- __. .••'pt A�''% .•;ANG.Cp-. ;'� �• pQ ��'•, : �? RPO A� Rqi' 99J;.ti� MERCHANTS BONDING COMPANY (MUTUAL) ri Sys : A1: e4 MERCHANT NATIONAL BONDING, INC. _o_ 2003 1933 o: c By • �ti• ':'d, ate;• . .........rJ :.Q \1 : President STATE OF IOWA •��'"•��•••►•'�' •�•'•�•• ,, •. COUNTY OF DALLAS ss. On this this 6th day of April 2017 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ALICIA K,GRAM Commission Number 767430 E10' My Commission Expires April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 16th day of August 2017. ........, �o ,o �. VL as _o_ p 0% ►— ? -o- 2003 ,Q' 1933 i c ` Secretary •y : ':'d, ate;• °''�........••.� • POA 0018 (3/17) ,, •. 3200 East County Road 350 N Muncie, IN 47303 Phone: 765-587-4503 Fax: 765-288-3344 www.unitedconsvc.com EQUAL EMPLOYMENT OPPORTUNITY POLICY Jennifer Grove has been appointed the Equal Employment Opportunity Officer of our Company. It will be her responsibility to all employees to ensure equal opportunity in all aspects of their employment with our Company. She will handle all complaints with alleged discrimination because of race, color, religion, sex, age, national origin or disability. Our company is committed to providing Equal Employment Opportunity with respect to hiring, termination, advancement, upgrading and promotion and transfer. It is the policy of this Company to comply with the provisions of the Civil Rights Act of 1964 and all current executive orders relating to Equal Employment Opportunity including the Federal Highway Administration Special Training Provisions regarding on the job training programs to assure that applicants are employed, and that employees are treated during employment without regard to race, religion, sex, color, national origin, age, sexual orientation, gender identity, ancestry, United States military service veteran status or disability. Such action shall include: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other compensation, and selection for training; including apprenticeship, pre -apprenticeship, and/or on-the-job training. Our company is committed to leadership within the community, and to put forth -maximum efforts to achieve full employment and utilization of capabilities and productivity of all qualified individuals. This company further recognizes that the effective application of a policy of Equal Employment Opportunity involves more than just a policy statement, and is committed to the promotion of Affirmative Action. Anyone who believes that he or she has been subject to discrimination should report this fact promptly to Ms. Grove. She may be contacted at the Muncie Office at 765-587-4503 at 3200 East CR 350 North — Muncie, IN 47303. Jennifer Grove EEO Officer 765-587-4503 EEO Policy Page 1 of 1 �1 3200 East County Road 350 N Muncie, IN 47303 UC/ Phone: 765-587-4503 Fax: 765-288-3344 www.unitedconsvc.com AFFIRMATIVE ACTION PLAN United Construction Services, LLC is committed to its Equal Employment Opportunity Policy. This includes a commitment to following the guidelines established in Executive Order #11246, as amended; Section 402 of the Vietnam Veterans Readjustment Assistance Act of 1994; and Section 503 of the Rehabilitation Act of 1973. The company has an Equal Employment Opportunity Officer who is responsible to implement the company's EEO programs. This officer will coordinate the programs, advise and assist management and other key officials of the company; and will prepare and present periodic reports and shall snake appropriate recommendations along these lines. The person in the company who has been assigned these responsibilities is Jennifer Grove, 3200 East CR 350 North, Muncie, IN 47303, (765) 587-4503. Her name, address, and telephone number will be posted on the bulletin boards at all the area offices and job site offices so that she may be reached concerning Equal Employment Opportunity matters. The company will take appropriate steps to assure that all employees and applicants are advised of this policy of nondiscrimination and of the company's interest in actively, and affirmatively providing Equal Employment Opportunity through the following actions: ♦ Notices & posters setting forth the company's Equal Employment Opportunity Policy will be placed in areas readily accessible to the employees, applicants for employment, and potential employees; ♦ All management & key personnel in a position to implement this policy, including those involved in training, recruitment, & other personnel activities, will be fully advised through the company's EEO Officer of the company's EEO policy & of their responsibility with respect to it; ♦ The company will make periodic checks to assure total application of the EEO policy. Hiring, promotion, & transfer will be done without regard to race, age, color, religion, National Origin, sex, ancestry, disability, qualified disabled Veterans, or veterans. Affirmative Action Plan Page 1 of 2 By the company's supervisory & the EEO Officer personally & in writing, notifying sources of potential employees, such as employment agencies (private & governmental), unions, schools, & minority group organizations; ♦ By using company minority group personnel in recruitment when there is a need for additional personnel; ♦ By continued efforts to negotiate for Equal Employment Opportunity clauses in the company's labor contracts. The company will continue its support of apprenticeship programs as follows: ♦ By notifying all of our employees of available programs without regard to race, age, color, religion, National Origin, sex, ancestry, disability, qualified disabled veterans, or veterans of Vietnam era; By notifying aforementioned potential sources of employees of available programs & providing assistance to interested persons in gaining admission; ♦ By using apprentices on projects where the company deems feasible. The company will continue it's on the job training programs on an Equal Employment Opportunity basis & will continue to upgrade its employees without regard to race, age, color, religion, National Origin, sex, ancestry, disability, qualified disabled veterans, or veterans of the Vietnam era. Subcontractors will be advised that the company is an Equal Opportunity Employer & that the company will encourage them to follow as an Equal Opportunity Employer. All subcontracts shall contain an Equal Opportunity Clause. Through continuous intra -company training, we will instruct all supervisory personnel to request all referrals for employment without regard to race, age, color, religion, National Origin, sex, ancestry, disability, qualified disabled veterans, or veterans of the Vietnam era. Specific grievance procedures are spelled out in the respective union contracts. Access to these documents by our employees is open. Copies can be obtained from the office of United Construction Services, LLC. In any case, all employees are free to contact the EEO Officer, without fear of any retaliation, regarding any complaints alleging discrimination of any type. Affirmative Action Plan Page 2 of 2 UCS HARASSMENT POLICY 3200 East County Road 350 N Muncie, IN 47303 Phone: 765-587-4503 Fax: 765-288-3344 www.unitedconsvc.com Employees have a right to work in an environment free of harassment. The Company attempts to provide all employee's with a workplace free from any form of harassment because of the employee's race, age, color, religion, National Origin, citizenship status, or disability. Included in this policy is a commitment to provide a workplace free of job-related sex discrimination including sexual harassment. Sexual harassment includes, but is not limited to: ♦ Unwelcome verbal comments or jokes, physical gestures or actions of a sexual nature toward another employee, ♦ Unwelcome demands or requests for sexual favors (explicit & implicit), ♦ The promise of special treatment with regard to an individual's employment in exchange for sexual favors or sexual activity, and/or If you believe you are being subject to conduct or comments that violate this policy, you are encouraged to & have responsibility to immediately report these matters to Jennifer Grove, EEO Officer. Such reports will be treated confidentially to the extent possible, and no action will be taken against any employee because he or she reports discrimination or harassment. All employees are assured that action will be taken to investigate & resolve complaints and that the Company is firm in its commitment to eliminate such conduct from the workplace. The Company will not tolerate harassment or any other discriminatory conduct. Such conduct will result in disciplinary action up to & including discharge. Harassment Policy Page 1 of 1 3200 East County Road 350 N Muncie, IN 47303 Phone: 765-587-4503 Fax: 765-288-3344 www.unitedconsvc.com CERTIFICATION OF NONSEGREGATED FACILITIES United Construction Services, LLC certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, & that it do not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. It certifies further, that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any restaurants and other eating areas, time clocks, locker rooms, and other storage or dressing rooms, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom or otherwise. The company will maintain comparable restrooms or changing facilities to assure privacy between the sexes. EMPLOYEE DRUG TESTING PLAN In accordance with Indiana Code 4-13-18 as amended, Section 4-13-18-5, United Construction Services, LLC states they are signatory with the Operators Union Local 103 and Laborers Union Local 1112. Our drug testing plan is part of our written collective bargaining agreement with each union as added by P.L. 160-2006, Section 2. Certification of Non -Segregated Facilities/Drug Testing Plan Page 1 of 1 United Construction Services LLC Drug -Free Workplace Policy INTRODUCTION In response to federal requirements for drug-free workplaces, and in keeping with United Construction Services LLC concern for the health and safety of its workforce, the following Drug -Free Workplace Policy has been instituted. This policy certifies the company's intent to maintain a drug-free workplace. The first section describes the prohibitions of this policy such as the manufacture, distribution, sale, possession or use of a controlled substance in the workplace. In addition, this policy creates a Drug Awareness Program that provides information on the dangers of workplace drug use to all employees as well as information about available private and community treatment facilities. The last section of this policy lists the disciplinary actions that employees will face for any violation of United Construction Services LLC Drug -Free Workplace Policy. Finally, an employee acknowledgement must be signed and dated by each employee who receives a copy of this policy. The Drug -Free Workplace Act specifically requires United Construction Services LLC to notify each employee that, as a condition of employment, each employee must: • Comply with the company's Drug -Free Workplace Policy; and • Notify United Construction Services LLC of any conviction for a drug-related offense committed in the workplace within five (5) days of the conviction. Any employee who violates this company policy will be subject to disciplinary action up to and including termination of employment. PROHIBITIONS United Construction Services LLC Drug -Free Workplace Policy prohibits employees from engaging in any of the following activities: 1. Use, possession, manufacture, distribution, dispensation or sale of illegal drugs on company premises or company business, in company supplied vehicles, or during working hours. 2. Unauthorized use or possession, or any manufacture, distribution, dispensation or sale of a controlled substance on company premises or while on company business or while in company supplied vehicles. 3. Storing in a locker, desk, automobile or other repository on company premises any controlled substance whose use is unauthorized. 4. Being under the influence of a controlled substance on company premises or while on company business, or while in company supplied vehicles. 5. Any possession, use, manufacture, distribution, dispensation or sale of illegal drugs off company premises that adversely affects the individual's work performance, their Drug -Free Workplace Policy for Employees of (United Construction Services LLC) own or the safety of others at work, or the company's regard or reputation in the community. 6. Failure to adhere to the requirements of any drug treatment or counseling program in which the employee is enrolled. 7. Failure to notify United Construction Services LLC of any conviction under criminal drug statutes for a workplace offense within five (5) days of the conviction. 8. Refusal to sign a statement to abide by United Construction Services LLC Drug -Free Workplace Policy. AUTHORIZED USE OF PRESCRIPTION MEDICINE An employee undergoing prescribed medical treatment with any drug which may alter their physical or mental ability must report this treatment to Jennifer Grove who will determine whether a temporary change in the employee's job assignment is warranted during the period of treatment. DRUG AWARENESS PROGRAM To assist employees and their families to understand and avoid the perils of drug abuse, United Construction Services LLC has developed a comprehensive Drug Awareness Program. The company uses this program in an educational effort to prevent and eliminate drug abuse that may affect the workplace. The Drug Awareness Program will inform employees about: • dangers of drug abuse in the workplace, • United Construction Services LLC Drug -Free Workplace Policy, • availability of treatment and counseling for employees who voluntarily seek such assistance, and • disciplinary actions for violations of United Construction Services LLC Drug -Free Workplace Policy. Employees of United Construction Services LLC are our most valuable resource and, for that reason, their health and safety is our number one concern. Any drug use which imperils the health and well being of our employees or threatens our business will not be tolerated. The use of illegal drugs and abuse of other controlled substances on or off duty is inconsistent with the law abiding behavior expected of citizens. Employees who use illegal drugs or abuse other controlled substances on or off duty tend to be less productive, less reliable, and prone to greater absenteeism. This, in turn, can result in increased costs, delays and risks to United Construction Services LLC business. Drug use in the workplace puts the health and safety of the abuser and all other workers around them at increased risk. Employees have the right to work in a drug-free environment. In addition, drug abuse inflicts a terrible toll on the nation's productive resources and the health and well-being of American workers. Drug -Free Workplace Policy for Employees of (United Construction Services LLC) Early recognition and treatment of drug abuse is important for successful rehabilitation. Whenever feasible, United Construction Services LLC will assist employees in overcoming drug abuse by providing information on treatment opportunities and programs. However, the decision to seek diagnosis and accept treatment for drug abuse is primarily the individual employee's responsibility. Employees with drug abuse problems should request assistance from management. United Construction Services LLC will heat all such requests confidentially and will refer the employee to the appropriate treatment and counseling services. Employees who voluntarily request United Construction Services LLC assistance in dealing with a drug abuse problem may do so without jeopardizing their continued employment, provided they strictly adhere to the terms of their treatment and counseling program. At a minimum, these terms include the immediate cessation of any use of drugs, and participation, where required by a program, in periodic unannounced testing for a twenty-four (24) month period following enrollment in the program. Voluntary requests for assistance from employees will not, however, prevent disciplinary action for violation of United Construction Services LLC Drug -Free Workplace Policy. United Construction Services LLC has instituted a zero tolerance level program. United Construction Services LLC is committed to maintaining a safe workplace free from the influence of drugs. All employees are hereby notified that United Construction Services LLC will comply with the requirements of the Drug -Free Workplace Act of 1988, and all applicable regulations issued thereunder, as well as, when applicable, any more stringent rules created by other federal agencies. United Construction Services LLC Drug Awareness Program does not create an employment contract between the employer and employee. Furthermore, United Construction Services LLC has the sole right to modify the policy and program at any time. DISCIPLINARY ACTIONS 1. A violation of United Construction Services LLC Drug -Free Workplace Policy is subject to disciplinary action, up to and including termination of employment, at the company's sole discretion. 2. In addition to any disciplinary action, the company may, in its sole discretion, refer the employee to a treatment and counseling program for drug abuse. Employees referred to such a program by the company must immediately cease any drug use, may be subject to periodic unannounced testing for a period of twenty-four (24) months, and must comply with all other conditions of the treatment and counseling program. United Construction Services LLC shall determine whether an employee it has referred for drug treatment and counseling should be temporarily reassigned to another position for safety reasons. 3. United Construction Services LLC will promptly terminate any employee who tests positive for drugs while undergoing treatment and counseling for drug abuse. Drug -Free Workplace Policy for Employees of (United Construction Services LLC) 3 NOTICE TO ALL PERSONNEL OF DISCIPLINARY POLICY This is a formal notice of United Construction Services LLC intent to take disciplinary action, up to and including termination of employment, against any employee who violates United Construction Services LLC Drug -Free Workplace Policy. United Construction Services LLC Drug -Free Workplace Policy prohibits the use, sale, distribution, manufacture or possession of all controlled substances as listed in Schedules I through V of Section 202 of the Controlled Substance Act (21 U.S.C. 812). Company policy also prohibits the performance of work or presence at any company building, facility, equipment or work area/site while under the influence of a controlled substance. DISCIPLINARY ACTION 1st Offense Suspension for 3 working days without pay to immediate termination 2nd Offense Immediate termination Drug -Free Workplace Policy for Employees of (United Construction Services LLC) 4 United Construction Services LLC Drug -Free Workplace Policy Employee Acknowledgement Read and Sign Immediately I acknowledge, understand, and/or agree that: • I have received a copy of the Drug -Free Workplace Policy for Employees of United Construction Services LLC. • I have carefully and thoroughly read the Drug -Free Workplace Policy for Employees of United Construction Services LLC. • I understand the requirements of the Drug -Free Workplace Policy for Employees of United Construction Services LLC and agree, without reservation, to follow this policy. Employee's Name Printed Location/Department Employee's Signature Date Signed Authorized Witness: Drug -Free Workplace Policy for Employees of (United Construction Services LLC) 5 MY CHOICE! A SUBSTANCE -FREE WORKPLACE INDIANA UNION CONSTRUCTION RESOURCE CENTER, INC. INDEX Introduction PAGE I Established Drug Levels 2 Initial Testing 7 Payment for Testing g Diluted and Adulterated Samples g Random Testing 9 Probable Cause Testing 10 Post Accident/incident Testing 12 Consequences for a Positive Test 12 Disputed Positive Results 14 Craft Personnel Work Assignment 15 Status Confirmation 16 Card Manager 17 Contractor Compliance 16 Amendments to the Policy 19 Owner Mandated Programs 19 Guidelines for Speciman Collection 20 Attachment I: 21 IUCRC Drug Test Instruction Sheet Attachment H: 22 IUCRC Authorization, Consent and Release Form INDIANA UNION CONSTRUCTION RESOURCE CENTER SUBSTANCE ABUSE POLICY The labor and management representatives of the Indiana Union Construction Industry Substance Abuse Trust have formed an alliance to address the problems caused- by drug and alcohol abuse. The alliance. representing both Labor and Management, has created the Indiana Union Construction Industry Resource Center (IUCRC). an industry wide program affecting the union construction industry in Central Indiana. The purpose of this program is to provide a vehicle to help establish and maintain a workplace free of the destructive effects caused by the use of drugs and alcohol. The activities of the program are not intended to interfere with normal practices of the unions or management. The IUCRC recognizes its responsibility to communicate with r and educate its participants relative to this policy and the harmful effects of drugs and alcohol in our society and workplace. The t IUCRC also recognizes the need to provide a program of assistance to those persons for whom drugs or alcohol may be r causing problems. Finally, while not wishing to violate the rights or invade the privacy of any participant, the IUCRC will work to detect those participants who are unable or unwilling to conform to the guidelines outlined in the IUCRC Substance Abuse e Program. This program has been established in accordance with federal guidelines for urine collection and confidentiality. In an q effort to address the day -today operations of the IUCRC Substance Abuse Program, the trustees have contracted with the i BCRC Adminsitrators Inc. (hereafter "BCRC'I, an independent not-for-profit corporation with a history of managing drug testing r programs. to serve as the program's Third Party Administrator (hereafter "TW). It is the intent of the Indiana Union °i u E 5 u ° 7 C`'E u m m u O t w Q d u Q W O u 0. N L C Oo y N O w :u°o cW ' L> am 4 a • I yu u W?°moau eo °> 3tn R t x u to V 0 c w u C E °D > u E ?• m a' a 3 Eu o ' O uu v .m. .omO y m ro Nq m w U g . C Q ,V > •p o o e 3 d u N ` u$¢ w o c r .e c go o$ c a '� u c `w° c= W 0 c L _ E W ' W . C m Q p 7 a C O ma ° ON ayv o-uC 19 p '•• a ba V m ro` W bwC m u v ya C �CC u ° O C M G t p w F" O: m .0 C U. ` R DO m C A u u c g c .a •° CO u u 0. 0 2> F u q A F H u •3 •o ° vu, •� V �', � °o. 00 °1z:a o L C A e o ue E scc ..Cc Om. ur.b O -OE C W c o r u E ° y 8 w •� Q, 7 0. p E W 0. m E W _ tu�,ucuau"�sc- C m w r vo .. ' B � o c E u u y w u t G U> C w w v u a u 3 D o �' r o E 4. v,C, y O a L y aro c 3 c° m u gros�=u e o W C y •� .� d F C G k 3 u o A w u o o u a u o = U 01 3 L R� m Cl) N u oE C w S 12 _ y 3 "e ro ° W r y v gypp^ A 2 c .. _> .c a L u= 0 c. O y 0 w 2 m 6. O 'Ff y o Q ° ° uu 2 'a ' ro F >,D � s � c•o � u E u u iu E u R C ,m � o � a E Qm a y c s 'ia w fl m 5, Eao�u 3 o C m ° ,cb, ca o°. e u Copal cmi °t ro A A 'E0 0. �. O •v O .0 E O •d Q. o C� ti p I.. E y •p C ��,, V23m .y G V V •,C• 3 E° 8 6 0 a u 3 u u y C.: u u° ` V pp 3 v w u° G C 0 v R E �" C U 9 'u. C U E y ;y u u $ a �"' (� O D O O Y U O CS •� w O N 9 U v°f y 0. v°, a 3 m a .. o n R 5 = .° 00 °1z:a o L C A e o ue E scc ..Cc Om. ur.b O -OE C W c o r u E ° y 8 w •� Q, 7 0. p E W 0. m E W _ tu�,ucuau"�sc- C m w r vo .. ' B � o c E u u y w u t G U> C w w v u a u 3 D o �' r o E 4. v,C, y O a L y aro c 3 c° m u gros�=u e o W C y •� .� d F C G k 3 u o A w u o o u a u o = U 01 3 L R� m Cl) N T c A a w e c u a r d o mo co c u a, fi v u Cl)y d h by F-�FF o y d O U T •G -°� U 4) C! y y u y U °p C r E Yi a'u y t^ o T .. u0 •^ '� y 'o '� u � � � c 3 '3` '�' � •° 3 m •o o 'b ;b° a32i � 'O c,, u b u2 ba q Eur°? 3A ooa:-''m°���Ga �wuc E 0 3 0 E u b ba O w� .5 O Ca O u y a a 5 >> 'e E Q x o o= Y a w S u 3 3 g s o 3 in u L' a "J S o m a u " C .5 � H r a �" =0 80U m'� Q y R 8 cC 0oE- 8 a y 0.3 by C,: tI� w C C v1 " p T pup V° '3 w '7 a C N 'O 'y A b 7 N qo K u 5 0 + C O w <j m ,� pp :7 n' . •gyp 'L+ V u O •� a O m c u u m A 5 " 5 tT $ a b u S u p a 3 ca 4w vA,q� '-+ N M et V•� �O e � � a>° c m E 3 q .$ m U u vi uc o .0 a m u a 0 z a H u. my 0 g r u o Fcc e o$W of $�=$ cc!�3:: a =-XI 9 A b 2 u w u � 6 =' u r p 0 o c m a c u¢ 3 c C 6 v o' a;, ° F °9° 2i .0 wo Uov u eoUa u y �t a 0 _� 3QQ7 'c" c u M .4°° m •- 6� E pp .S E x a o 3 �' u c t •c o c E a A aU s n o u O ' c y a c •a •3 ate, w c 2 ,c � � A 0. iu7 :; ' y a u C v � G °�00 r�°cE=F S �rsse IS .00 y r CL A 3u'Sw��o$ o,y�^ cHwouaxNwm > c t3 o. O a, A^ o .a H .5 ^ c m .S .. c w v a� > C a` c m Z b a `o ° n pp e° v 3 2 E a Fgg u e u a e° a, u pR,,� �i, . y wu�1° o. ,yo Q 6 0 u` c c� u v U 3 ° F° H .E 6� d Q raa i s A m v", A vJ N o (-c v et '0 0 t w° Y b Y �' a V R Y s d o o 0 E. vE = `° O rC °c U@ ,cY, E'i @ u C Y C i T 4 p O w '= 7 u >' O= 0 p ^ 0.00 = En rH A c u ° E'o° mbo o u 3 C p •o '� 'o � •� � `o N.o t � > ro^y S .°e � � Y y2y � u v 8 �' Y G N 'p d•D a Y C ^ C 'Y •` `Nm � '� p k Y V �. 4 C p1 � p �O 0 0> wp c •i^y is = tl w o o •p y o u p a C in a t3 Zo- Duu•. OY H A w... FA. . o OY'C8 uH •wou DO am uY o o ==S Y ictl 'Oo v %mm �sE ep p $ tC N Y M 6;E on R- CL nt = E>ro,uO ed 8y • m pa0 _Nr sd8YyNbm TO L i C 4 N >.• F C Ou �� lit :� � CD q O � ct O u t e p, ai .0 ea u s@gg tCL 0 � a E i:. U C O c`, U 3 u is v et '0 0 t w° Y b Y �' a V R Y s d o o 0 E. vE = `° O rC °c U@ ,cY, E'i @ u C Y C i T 4 p O w '= 7 u >' O= 0 p ^ 0.00 = En rH A c u ° E'o° mbo o u 3 C p •o '� 'o � •� � `o N.o t � > ro^y S .°e � � Y y2y � u v 8 �' Y G N 'p d•D a Y C ^ C 'Y •` `Nm � '� p k Y V �. 4 C p1 � p �O 0 0> wp c •i^y is = tl w o o •p y o u p a C in a t3 Zo- Duu•. OY H A w... FA. . o OY'C8 uH •wou DO am uY o o ==S Y ictl 'Oo v %mm �sE ep p $ tC N Y M 6;E on R- CL nt = E>ro,uO ed 8y • m pa0 _Nr sd8YyNbm TO Y m� m C 4 N >.• F C t - p lu N �° •� :� � CD q O � ct O u t e p, ai .0 ea u 0 3 u t m�n w 0 � i:. U C O c`, U 3 u is v et '0 0 t w° Y b Y �' a V R Y s d o o 0 E. vE = `° O rC °c U@ ,cY, E'i @ u C Y C i T 4 p O w '= 7 u >' O= 0 p ^ 0.00 = En rH A c u ° E'o° mbo o u 3 C p •o '� 'o � •� � `o N.o t � > ro^y S .°e � � Y y2y � u v 8 �' Y G N 'p d•D a Y C ^ C 'Y •` `Nm � '� p k Y V �. 4 C p1 � p �O 0 0> wp c •i^y is = tl w o o •p y o u p a C in a t3 Zo- Duu•. OY H A w... FA. . o OY'C8 uH •wou DO am uY o o ==S Y ictl 'Oo v %mm �sE ep p $ tC N Y M 6;E on R- CL nt = E>ro,uO ed 8y • m pa0 _Nr sd8YyNbm TO N c¢ u ro ro 2 y n. u 3 p r 61 3 E > A o d ro° r y m o o a yy o u o 3 0 m o x r_ to aC u __ N eo u p, c s 3 a g E y eo as > c c° IrL ed a E u e > K '0 u .. o ° E ° C U U pE 41 U 0.' 1a w u ^u' O y f .� O 1a V° �'xu. 0 Cl w s ro E 8° c .S 'a• �� c E '3 S I!, �3ra b A O d ° V O u N W _ w as N 1114. :rl e u A w E E _o u 7 N a h' Cd x N N> r m $ 2 -E N o v ,� L R u A 3 :� 3 '� V •O m 3 r0. V u 0 G '° O .. T tii� � Tye u'fl sero �� E a'd E N owa� co u d E `� V as > c c° L a E m° '^ m o r e u A w E E +� 21 e c w 'v^, ro o •N u N 3 c " C w E ii •c N a v u 1a q c° {�11 y e Q `! 7 c d C =O'�8 1a� a � O .D o ti H�.Sa0 ro e. ^g c0 A s a ON u.L° a gO x-� m N �N ro o > 1a u$ E c o $ ab a ^ C o�.c o f m ;�'O v G m.E c -- h u E > w _`.� cv m E $ $ u Q g a ro O. vco3ao .^ ro u_ o > u > b a a-�'a E QFC a1.N W.. O o GFi9 00 co u 0 y u Y n a ^ p •= a ', g E o yo t) .0 ;,yo in e eC° a o r o E E oo 3 y 8 E¢ L o` u N ra. E N fl 3 G g m a, y u 'E ° e o u u o o 0 3 u y U u ,o '> c o �' o. �' m o n- Err e u m boo u 2 c u E `N ^- `o Z$ p n u c E- o u a L u a >, A a M t 7 a� •E C .fl y r .0 .0 O N > N a . O N E -0 O o u b° u u w^ ,0 V E �- 3 iv w V N 0 o a . L s UE $ 3 E E V c'� 'n ° o c 0 N u o w o A a tSa a •N r r e o .2Pfn a r E 0 E o f 00 E! c •- a °o ^ c o N a c o. o 0 o c o .. 0 0 .0 E� o" a u 2 C � a E a a c. � r c a e c 2 o w N a u 2 N g E E E^ E p A t y u w0 -0 o .o e a -a U e °c u U E v E= E W y' a uai u V C � U e •p u iy u d 0�A '3 � a 0 0 E G O^ L N r .0 a� 'C ^ f r u Cl C° .� ii A c A u^ w E7 u Cd 20 u V 'y J •p '� 7 CL O .G O N C . � � O> ~ >. �„ •p t .0 o .E o E u n O. N 04 -0 a? .E L f' a 0. �° E .o u a O. Mr > u° utio - n e o 'c r 'E u u . c d a r u u 0 o s E u u 8 u 0 E > U u a u Qw N C u 3 O 3 L E u> E E O O •v a .� � u q^ u C •0 a sL n E v N O u O Z a a �c 6 m, eCa L^ T C be E C C O a 8 b eo u N V A n - E o ^ E 3 •u '� 0..w G t}uOuJ� t w°- O a y 9 C N L Q E N u E o a a E to E E .w.rLa1. T w d oi, E>? E> O• A L A u u G o a v^i 00 7 N v O N a C' V a .E.. O T ori u 'r E •� r E .ui b �, r0 o v° r co 'u o. t c E r °�' 'E c C t 00 °' ,`u .o o `� G 7 O o E m o 10, c E u vi •` N` a 0 .y ,� O a X E E b U E t 0 u o & v N u ro b> o u u on E w �+ a"i s 0. u w u a u 'H u° a °r > c u .o° u Ur.- o H c° .� a. .0 o E E E a •E > o o o o c _°c d N U G^ C ° a Q I N •°�• t L N G E a {.. •fl' U C .? e n Q E o o> n S o 'u E C° T° o u .ro Q u `o o p" E v u a u 9 0.? '� x u 2- Z = D '^ u° o u u u N `o E b a v o E? uwoaa.so.°�o..0s d'aau iHau`oma'A QE.0AV y 0 0 1t4 0 e u a o u c w v °c o Q O' 3 Q W '4 Y a u E u .y y c y Ag.^ a u G s o -ya- �° A—° r -_ E o a w 3 3� a o CA ccul O 00 �n 3 a r c F c 0. a �> ° r O C3> c= = v ,� a yh C e `. y y> .N .� c -.?, o E u N M> `° E c'o — m 2 a $ .uc o � °c $ '� $ u o. $ c< c A o n o. 0 0 u v y a y>,w > E > ° `y 6:y Ica o E o° ya ° Q ;n ° E r o u 'fn ""•° w V.0 r y'� /� a E ao n.b o.o >o � E CC 40„.Cw E r c > m y t- e 0$ :p w w p u H «. is a w u.8 ”' € y u c 1C -02 V o r> y d ;C BmCU so;,EO� E 9 u m eca 3° N E e > u E u u S o u '� u '0 3 $ $ c ° $ w cis° v E c O E E $a c •V Q.�'x3aa.8�c� p.u83.Yl� a�ua�ro� Q..3'v8 f V er1 YI b w m C u ..0. W 2 s > O _ y >, C Go O y u O. E .a G .° O E s O 0 .� U �. II o..= V .D 'V' c :y V C- > o a y c o s & E.0 O O V r n Ci •Cel v w d Z N V z uu U �• w c Eg td ,w s c 3 cd 0 0 ° - y u u o o y 00 .0 .r C m E u �' oN u co u !9 'b o ° eo > a Q c 3° Qo °r ° E E o u S a e '� °> E z a= C u V E C V E U ;e t c a a vJ v E e 1i V a w u >`'0 C N C O=[ E 'Q 0.0 0 8 q °�>° o o o y a >, c L b u 0 E A u e E a O .D 8 y v ai 0 ca a e o tz E u •C a u o °° L u 'E' ca o. a' u °° E o` b o-ao a o o u o C ,C .0 y 8 7 N E j $ v e c>' w° •O a °D °' ° c u v o a u g o v a 0 0 u •fl .^ ;v, O y C G N O e :o U .a a >' O. U '� u O. A t U u t t O u U 0 Oo ." C. U .a V E y t 7 o L^ d bo O> >> V U w = a s ^ 't7 W O L u $ E U fA a a u a -5 -5 N T A s bo On14 u u O�p 40. .00 V U— a U c' •U° • Vl a w V 0 A .�T. U a lu .. b O. y F N M p 0.y O w ,L, •> k y u r c :? p � -0 e u$ u 9 , a 3 U Cci u U F. w 5 7 c n u A O u o� 40, o E- c O .Oa. t;V., U u In 6-.0 v 3 r o •ci `� 2 E° 3 g° k a a r O iv ., s a �'�' i0 a co o r E U c 'ti u u Q 'ap1 o A E U. 'aL>a 'OU O 5 C c a A FE aU 7p tv3� Xa A Urov uEa �UrOa. 'Ai•tNtC°Ji 6tU 2U Vv �EE U 3 : >c U° CA 3° CL a Acx ° c c r e w u a N � y u $ > a u 3$ a .cu. `8 � u y .� u -° u 3 u 7 = a c •pe`0 k .c $ c w CL u eCa ' A t t > r a p k q ° u o h v E 2; c >. u c 3 Awtn�y o'uA S As P u u y c d o 3- a u 3 e a ..v a uo E r T $ p 'E Aa K c E u c o •° . A c F 4 E u? E _o n'o beu E o o c E - ° �' $ L4 $ o W 2 A eo 3 c 0=0 o A c k' U L ,_� y 1. 'G J E cE aopE.. o ceay�aaa 6o.0o.yU. au U k W '�'7i y DD N T > U �D U E a U A U q C •� Q E a 1 a v .°o G an u 3 - ? k 9 Q ° ,,� 0 -ue aye 2 w 8 �_ .° o° o o °' u u U a n b u `� U p ,, CL 9 0.a y u .n A k •o = o0. a s o 41 w L y '0 E 'H m 0 U C O U O C$ U C3 a U 9 'd C y 7 C a 0 rz a It. Lt. $ 8 A v v) u y o p C .Ui O .c W •� _k E E :O U V Q 3 y O V N U; y �Q V •� 3° o V ,E @ a a c d a A y a~ o° a o= ro c b k CL r E kc c= r Uc u. 2 4. v a U u a= u u CL 43 00C .>'. 'in eTU (A0�1 6 .G 2 O i" N p• O. a .,V., E - •C U ° W 10 C N l0 s E$ a t u $ o E E .fl •p U U 'o t2 >� ^ y C W o C 3 T is C N W C 9 C O C>„ U A V y a C ..C. T U L u 0 0 p b C _A u "' •a u •s d O. C N N N€ C U �, O u E ti U u p w oCo C r a' s u 40. (� .. e u o a Y O E c e ,N� ._� Q o �. u 0. T- u •9� dU Oz on C o 7 'u a 8 1,m $ V E e Es u .CLQ' O 9 C ,3 Va UG O Q• 7. y l: y .a0 C E 0 r 3 a o u o 0 0o ° u E° Z Z ro u a$ s 5n g a 3 p E U u E a w 'C E E a o o^ o o Q a U u w 2 m s e0. y o m� o o o, a E o $ u a 0.o N$ u Eo8 u50 Q u Q L'P ul3 H «� tn' .44 ral N a t U `° N c a 8 E E �i u a •° u D u a 3 3 a E u ;a cd 44 0 ac r r -, .N, o° o a' 0.? 6 E E a o ,c 0 3 :a N v 5 a u E G o Q 'E a 444 '—� o u t a u o E u in r; y '= o R b Z) in o Qr u 00 E a+ c0 E '^ u o$= s `u .= m e v ° 'E E^ o Z w n u? u u_ v e$ N u c > E o n o N > .> N u E a E a o a A r `� ° w°• n. •y � .e U •v o � $ N .:.9c E 32 .o Q $ u o .o a o 'e o u .�+ U o 0 3° z e au_ _ e b Y u u U> a o ° Ill c p C v a o - — a d u o u o y o u z K oq c fi c c c o roE u r a y x u .D :7 O U C w v 8 a O � Ea a c, u y c E o a `u e u E °1 `° Q '� o n u u G 9 a E 8-9 SI !e N ° (~ .> o a 2 0 .. E n a N° 0.O �' u c w u O E -2 E :° u H$ E u o U u S A 'G •� a U y > u F a U U vi a amu co r C u W V E N u o o WE `o u u U ow E o U c o F 3 0` u n° v' ° 3 m °w'o a u ° Ex u tC7 u M 2 L 3 �• 0° Ebb dL 7 0 C^" rn 3 1y u a C y 0 ag w a .E 'o U0.' p �• ¢ a _ Ec � ao � 3° c� u N u ,$ b L° e '� U E° y u 3 a �' c u z•S�xcE.°� u roL O V g E > p u 'C44 O (� t1� V o ,� .Ca. C or - U0 U p b O n• 73 -ij m_ bo itl _ °ab ti 2 R .�3 .'�.w U E a g V c u y> o ° u E >,c id� > 'E o o E o u` Tu Z'Uw B 0 U 42 mc . •� G c y$ b p� .. 3 3 N 3 a p y �. u o �> c gay pia O tCl3 ° a U N o E s �, ITO V •O O'v N (~ S ."EE •w. Y Y p V L' w '«. 3 s b a u` C n B is E S W a Cu Y � Y 4. ° °YP cd ..GS ET up° 'fl FY oC . o 0 o E b E E E' EN EW° Y o o Id e c 6 u c c w O 3¢ 6 � O a 0.� `Yu o° � b >, �^ O. p p oao 9 y� E� E g G u u p > •y ED > y co:Nqo o. rn �o u a '� F• U 'r w N N rn ¢ .C. �.1 '� .a° (n co r z O a Ery z W t7 a O M w 42 q 'O p 0 A" Koo„ O5ngu.r Aoi. L� 7C q rh G u.- p_Y ?� 0.1 Q, � y, u o � 3 '� 9 � a °o � Pi'•c O U o � G C m c d �Za S a t G'a °9 a u 6 y eU r •' L u U w C Q. V .0 U1 A c o 0 34 $ n rog On 9'0="ofl $ tS o 0 8 $" o 6 4 to U o.e i�,a,10 = EO $`� $ q m � 3 oE o o f ° o.0 o w Ar, in u uv1 u '$ p— o 'o a °$ o a 0 O 'o u $ o Lt u Im o LD o a. 4 aE; �E�H^Eau eJ s u vJ o u a V FA Ll u tc u s 46 is 5 E• u.o ° o u r [ �.O U O ` U U 7 C U y o u V C C C L U ,� iU' p, C Com! •G H O y .0 ro o u ° u p$p u b u o s C,.T u t o r p .0 $ c 3= u E$ H O E u u o e E .. Lt: m y4 3 .0 F5 $A ao > ° E-• t5 o c3 a v 6 U S a« w L.0'o a o>> u v oo ty u CL U o o u a� C u a •C m $ w aaq a U E Q E w° m a E c$ uc`i u Huc .•+ cV cr1 er V'1 0 N �r gaud Ia §§ (■3�� f ®> J2 �Ia�$/ &]d ~2 $ 2J§ E.8 0§7 §�7£k7E -8£ M \k /I\ \V dZ 2 k) ®k $]k a- /\} ��\\ k2� r. L6 -v 4) f // \ \\$ -�■ ƒ/f§=� �)k �(��I� I ww §■J= »$m2$ ( z} §$ #)kuG� -■ t-®o]co �2" ƒ§ ■c $�aq■] §(� ��kJ�/ iEE e{ 2a _)}\}kms \/k\//� a777k}/ W= $ � k