Loading...
HomeMy WebLinkAboutRieth-RileyBID 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: Rieth-Riley Construction Co., Inc. Project Name: Project #16 -SW -08(2) Small Structure Replacement: Culvert 43 — Hoover Road over Clay Creek Culvert 85 -111th Street over U.N.T. of Carmel Creek Date Submitted: August 16, 2017 Base Bid Amount: $820,953.15 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be filly 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 111 "' Street located 100 feet west of Echo Crest Drive W. Date: August 16, 2017 To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 PART 1 BIDDER INFORMATION Print 1.1 Bidder Name: Rieth-Riley Construction Co., Inc. 1.2 Bidder Address: Street Address: 1751 W. Minnesota Street City: Indianapolis State: IN Zip: 46221 Phone: 317-634-5561 Fax: 317-631-6423 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, 19581 .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: is � 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: Eight Hundred Twenty Thousand Nine Hundred Fifty Three and 15/100 Dollars ($ 820,953.15 )• 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 $5,500.00 $5,500.00 2 Mobilization / Demobilization 1 LS $91,020.87 $91,020.87 3 Clearing Right of Way 1 LS $48,044.29 $48,044.29 4 Common Excavation 510 CYS $50.58 $25,795.80 5 B Borrow 64 CYS $46.42 $2,970.88 6 Temporary Seeding 232 LBS $1.94 $450.08 7 Temporary Mulch 2 TON $430.00 $860.00 8 Temporary Inlet Protection 4 EACH $142.00 $568.00 9 Temporary Check Dam 10 TON $104.15 $1,041.50 10 Silt Fence 780 LFT $2.58 $2,012.40 11 Dewatering 1 LS $11,391.12 $11,391.12 12 Structural Backfill, Type 2 1509 CYS $43.41 $65,505.69 13 Compacted Aggregate, No. 53, Base 606 TON $29.72 $18,010.32 14 HMA Widening, Type B 17 TON $207.98 $3,535.66 15 Milling, Transition 322 SYS $21.34 $6,871.48 16 HMA Surface, Type B 163 TON $144.07 $23,483.41 17 HMA Intermediate, Type B 210 TON $104.80 $22,008.00 18 HMA Base, Type B 296 TON $89.43 $26,471.28 19 Asphalt for Tack Coat 2980 SYS $0.14 $417.20 20 Curb and Gutter, Concrete, Type II 525 LFT $44.47 $23,346.75 21 HMA For Approaches, Type B 44 TON $134.42 $5,914.48 22 Handrail 132 LFT $210.00 $27,720.00 23 Guardrail Transition, TGB 2 EACH $2,100.00 $4,200.00 24 Guardrail End Treatment, Type OS 1 EACH $2,000.00 $200.00 25 Guardrail Terminal End Section 4 EACH $50.00 $200.00 26 W -Beam Guardrail 263 LFT $19.00 $4,997.00 27 Guardrail, Remove 185 LFT $6.11 $1,130.35 28 Revetment Riprap 281 TON $67.15 $18,869.15 29 Uniform Riprap 83 TON $68.07 $5,649.81 30 Geotextiles 603 SYS $4.34 $2,617.02 31 Sodding 281 SYS $13.20 $3,709.20 32 Mulched Seeding, U 2050 SYS $0.59 $1,209.50 33 Erosion Control Blankets 2050 SYS $1.14 $2,337.00 34 Structure, Reinforced Concrete Box, 13'x5' 43 LFT $2,094.43 $90,060.49 35 Structure, Reinforced Concrete Box, 18'x6' 47 LFT $4,512.74 $212,098.78 36 JPipe, RCP, 12" 121 LFT $38.34 $4,639.14 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 $41.27 $6,603.20 38 Pipe, RCP, 18" 22 LFT $45.67 $1,004.74 39 Pipe, RCP, 24" 106 LFT $77.28 $8,191.68 40 Inlet, E7 2 EACH $1,696.01 $3,392.02 41 Inlet, J10 1 EACH $2,266.05 $2,266.05 42 Manhole, J8 1 EACH $5,077.59 $5,077.59 43 Pipe end section, Diameter 12" 2 EACH $992.29 $1,984.58 44 Pipe end section, Diameter 18" 1 EACH $1,156.05 $1,156.05 45 Pipe end section, Diameter 24" 1 EACH $1,683.48 $1,683.48 46 Adjust Casting to Grade 1 EACH $522.30 $522.30 47 Adjust Water Valve to Grade 2 EACH $652.94 $1,305.88 48 Maintaining Traffic 1 LS $5,351.93 $5,351.93 49 Construction Sign, A 6 EACH $150.00 $900.00 50 Construction Sign, B 4 EACH $100.00 $400.00 51 Construction Sign, C 6 EACH $200.00 $1,200.00 52 Road Closure Sign Assembly 10 EACH $250.00 $2,500.00 53 Detour Route Marker Assembly 26 EACH $70.00 $1,820.00 54 Barricade, III -A 120 LFT $20.00 $2,400.00 55 Barricade, III -B 84 LFT $20.00 $1,680.00 56 Sign post, square, type 1, reinforced anchor base 23 LFT $14.00 $322.00 57 Sign, sheet, relocate 2 EACH $135.00 $270.00 58 Line, Paint, Solid, White, 4" 435 LFT $3.00 $1,305.00 59 Line, Paint, Solid, Yellow, 4" 960 LFT $3.00 $2,880.00 60 Transverse Marking, Paint, Stop Line, White, 24" 16 LFT $5.00 $80.00 Total $820,953.15 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms 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 7/31/17 8/11/17 8/14/17 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall filly 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: BID -7 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". is � 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 constitttte execution of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE MUST BE PROPERLYNOTARIZED.J Bidders Name: Rieth-Riley Construction Co., Inc. Written Signature: Printed Name: Thomas W. Parten Title: Sales Manager Important - Notary Signature and Seal Required in the Space Below STATE OF Indiana SS: COUNTY OF Marion Subscribed and sworn to before me this 16th day of August 20 17. My commission expires: 6-17-25 Residing in Hamillori ewlin otary a is SEAL. Hamilton County State of Indiana (Signed) &' �d� Printed: Erin B. Newlin County, State of Indiana My Commission Expires June 17, 2025 BID -10 :f 11 KNOW ALL MEN BY THESE PRESENTS, No. 2043 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 That we, )iieth—Riley Construction Co., Inc. , as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Carmel , as Obligee, hereinafter called the Obligee, in the sum of Ten percent of bid dollars Dollars ($10% bid dol. , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 16—SW-08(2) Small Structure Replacement: Culvert 43 — Hoover Road over Clay Creek Culvert 85 — 111th Street over U.N.T. of Carmel Creek NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee 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_ Signed and sealed this 16th day of August 2017 Kevin A. Tussey---' (Witness) Assistant Secretary Witness Nick Pantazis Rieth—Riley Construction Co,, Inc. (Principal) (Seal) i_ (Name & Title) Thomas W. Parten, Sales Manager TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Sandra M. Nowak, Attorney -in -Fact ACKNOWLEDGEMENT BY SURETY STATE OF ILLINOIS COUNTY OF COOK On this!l�of C�-t , ��/� , before me, Diane M. O'Leary, a Notary Public, within and for said County and State, personally appeared Sandra M. Nowak to me personally known to be the Attorney -in -Fact of and for Travelers Casualty and Surety Company of America and acknowledged that she executed the said instrument as the free act and deed of said Company. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. Notary Public in the Sta e of Illinois OFFICIAL SEAL DIANE M O'LEARY County of Cook [NOTARY PUBLIC, STATE OF ILLINOIS Y COMMISSION EXPIRES 011104/2021 ATTORNEY IS INVALID POWER OF ATTORNEY TRAVELERS J� Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In Fact No. 230983 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 007209007 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Debra J. Doyle, Diane M. O'Leary, James B. McTaggart, Jennifer L. Jakaitis, Judith A. Lucky-Eftimov, Sandra M. Winsted, Sandra M. Nowak, Susan A. Welsh, Christina L. Sandoval, Linh Eck, and Jessica B. Dempsey of the City of Chicago , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of Apr' -1 2017 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 27th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company pA6t:,� TY YplRE4'q, ,p�iY ANpB Nip SVq�!• OEVlY�/(D O .. 4+_ 42t` f fCORPOflA)Fh �W lcoaPORAT 'P`; 0 9a �1 � �I- a� + x3 ' i ' > 1951 a ,� '•SEAL/o. 1S".SEAL ;r3F a. o' moi''• •p a •• e a r 'k• � d ,{�< State of Connecticut City of Hartford ss. By: Robert L. Raney, Senior Vice President On this the 27th day of April 2017 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. •T In Witness Whereof, I hereunto set my hand and official seal. �OLT My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID `('( Iwrn h C . Marie C. Tetreault, Notary Public THE RED BORDER V U C 0 U C: 0 U 2 i c c 0 W, Z L II U) U W O ry a_ Y ry O U J m D a_ LL O oQ `L CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013) Prescribed by State Board of Accounts +aie PART I (To be completed for all bids. Please type or print) Date (month, day, year): August 16, 2017 1. Governmental Unit (Owner): City of Carmel 2. County: Hamilton 3. Bidder (Firm): Rieth-Riley Construction Co., Inc. Address: 1751 W. Minnesota Street City/State/ZlPcode: Indianapolis, IN 46221 4. Telephone Number: 317-634-5561 5. Agent of Bidder (if applicable): N/A Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of 16 -SW -08 (02); Small Structure Replacement Culvert 43 & 85 (Governmental Unit) in accordance with plans and specifications prepared by and dated for the sum of see proposal forms $ The undersigned further agrees to furnish a bond or 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) 1, 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). 1 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 , subject to the following conditions: Contracting Authority Members: PART II (For projects of $150,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel Bidder (Firm) Rieth-Riley Construction Co., Inc. Date (month, day, year): August 16, 2017 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 I EXPERIENCE QUESTIONNAIRE 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 3,329,468.00 Heavy, Highway 2016 Town of Plainfield, IN 60,018,971.00 Heavy, Highway 2016 INDOT, Indianapolis, IN 63,549,839.00 Heavy, Highway 2016 INDOT, Indianapolis, IN 28,951,014.00 Heavy, Highway 2016 INDOT, Indianapolis, IN 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 2,764,321.00 Heavy, Highway 2017 City of Noblesville, IN 5,567,000.00 Heavy, Highway 2017 City of Indianapolis, IN 10,580,351.00 Heavy, Highway 2017 INDOT, Indianapolis, IN 47,881,229.00 Heavy, Highway 2018 Plenary Roads State Street LLC 3. 4. 1 2. Have you ever failed to complete any work awarded to you? No If so, where and why? List references from private firms for which you have performed work. Beazer Homes Duke Construction, LP, Indianapolis, IN Pepper Construction Company of Indiana, Indianapolis, IN Browning Construction, LLC Prologis, Indianapolis, IN SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) As per plans and specifications Please list the names and addresses 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. See attached Exhibit A EXHIBIT "A" Striping and Signage Otto's Parking Marking Co., Inc. Gridlock Traffic Systems, Inc. 2449 East Main Street 6400 Massachusetts Ave. Greenwood, IN 46143 Indianapolis, IN 46226 RoadSafe Traffic Systems, Inc. Highway Safety Services, Inc. 3519 Harding Street 3215 Imperial Parkway Indianapolis, IN 46217 Lafayette, IN 47909 Seed / Sod / Erosion Control Earth Images, Inc. Shisser's Green Thumb, Inc. 3471 W. County Line Road, Ste. B. 125 Montgomery Street Greenwood, IN 46142 Logansport, IN 46947-0033 Guardrail C -Tech Corporation James H. Drew Corporation 5300 West 100 North 8701 Zionsville Road Boggstown, IN 46110 Indianapolis, IN 46268 Specialties Company, LLC 9350 East 30"' Street Indianapolis, IN 46229 Electrical James H. Drew Corporation The Hoosier Company 8701 Zionsville Road 5421 West 86`h Street Indianapolis, IN 46268 Indianapolis, IN 46268 Signal Construction, Inc. T.C. Electric, Inc. 5639 West US 40 2817 W 100 S Greenfield, IN 46140 Franklin, IN 46131 Milling Javelina Construction, Inc. Mid-America Milling Co., Inc. 13476 Britton Park Drive 2227-A Koetter Drive Fishers, IN 46038 Clarksville, IN 47129 McCrite Milling & Construction Co., Inc. Specialties Company, LLC 209 Quality Court, Ste. 8 9350 East 30t" Street New Albany, IN 47150 Indianapolis, IN 46229 Grading Denger Grading, Inc. Gradex, Inc 3266 East 100 North 12900 N. Meridian St Lebanon, IN 46052 Carmel, IN 46032 Engineering USI Consultants, Inc. Certified Engineering, Inc. 8415 East 56"' Street 3933 Millersville Road Indianapolis, IN 46216 Indianapolis, IN 46205-3850 SurveyTech P.C. 7172 N. Keystone Ave, Unit J Indianapolis, IN 46240 Roudebush Grading Inc. 17155 Harger Ct Noblesville, IN 46060 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 will 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. 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. As required for specified items of work. 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. No. 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. Contractor's Financial Statement Submitted by Rieth-Riley Construction Co., Inc. ® A Corporation 0 A Co -partnership with principal office at 3626 Elkhart Road, P.O. Box 477, Goshen, IN 46527-0477 0 An Individual To City of Carmel Condition at close of business June 30, 2017 ASSETSTI Dollars Cts. 1. Cash: (a) On hand 0 (b) In bank 0- (c) Elsewhere 0. 2. Notes receivable (a) Due within 90 days ----- .. --------- ------- --------------------- 0 (b) Due after 90 days ........................ --------------------- --------------------- _ ...... 0 (c) Past due 0 3, Accounts receivable from completed contracts, exclusive of claims not approved for payment ............ 3 7 2 -4. -61 -5 9 4, Sums earned on uncompleted contracts as shown by engineer's or architect's estimate (a) Amount receivable after deducting retainage --------------------------_- 8 6 1 8 9 2- 1 1 (b) Retainage to date; due upon completion of contracts 0 ........ _ ....... 1-1-1-- .3- 2. 4 �0. 11. 5, Accounts receivable from sources other than construction contracts0 ............. .......... ____ ....... 6. Deposits for bids or other guarantees: (a) Recoverable within 90 days .............. ....... _ ...... ..... _ --------- ......... 0- (b) Recoverable after 90 days ---------------- ------------------ ------- ---------------- ------- _ - - - ---- -- -- -- -- ------ - 0 7. Interest accrued on loans, securities, etc. OTHER CURRENT ASSETS -------------------- --------------- I-- ...... ------------- --- - ---------- ------------- 4 2 ------ 2 ------ 8 -... 9 - -_ 3 ------ 0 4 8. Real estate: (a) Used for business purposes _ .......... ___ ...... 3 6 0 0 .8 �O 7 (b) Not used for business purposes ... _ ---------- ---------------------_ 9. Stocks and bonds: (a) Listed -present market value - ------- ­­­­ -------------------­-- 0. (b) Unlisted -present value ----------------------_--- - ---- ......... -0 -- -- -- ---- 10. Materials in stock not included in Item 4 (a) For uncompleted contract (present value) 1 4 0 4 6 3 (b) Other materials (present value) .......... ----------- - 6 2 2. 11. Equipment, book value ----------------------------------------------------------- - ---- - -------- ----------- * ------ ----------- ---- ­* -------------------------------------------- 5 0 2 9 8 2 0 9 - 12. Furniture and fixtures, book value ---------- --------------- 4 0 8 1 0 - ------ 13. Other assets ....... ---------------------------------------------................................................... 5 1 -7, -8- .,2-- -.5-9 9 --------- Total assets -------------- �39 �.2- 7 1 1 ..6 _6 LIABILITIES 1. Notes payable: (a) To banks regular .....•........___--- ----------- ---.................. ........ ....... _ 2 7 5 3 2 5 5 7 (b) To banks for certified checks0 ------ ------------- ------------------------------- (c) To others for equipment obligations ------------------------ - ----- * -------------- ------ - --- - 0- : (d) To others exclusive of equipment obligations ----------- ­­­ .......... -0 2. Accounts payable-, (a) Not past due_ -- ----------------------------------------------------------------------------------------- 9 4 9 9 �5 8 (b) Past due 3. Real estate encumbrances0 ------------------------------------------- -------------------------------- - ............ 4. Other liabilities ------------------------ ------- - --------------- - ---------------­- ­­_­ 5 0 4 5 8 ------ 8 2 2 --- --- 5. Reserves --- -------- ........... -------------------------- --------------- - -------------------------- * ----------------------------------------------------------- ..............- 0 6. Capital stock paid up: (a) Common ...... .... .................. _ ..... --- _ --- ..... _ ................ ---------- �2 P 5 0 (b) Common.......................... ...... _T P as ry ---------------- ---- Y!� --- (7 4 8 9 0 2 �O 1 4) (c) Preferred 0 (d) Preferred Accumulated Wier Com ehensive Loss - ----- ------------ PF -------------------------------- (5 3 2 4 3 4) 7. Surplus (net worth) ............ ----------- ......... _ ...... -------------------------------- --------------------------------------- 33 0 8 7 2 9 7 7 Total liabilities 39 2 7 1 8 1 6 6 CONTINGENT LIABILITIES 1. Liability on notes receivable, discounted or sold ........ - ------------------- ........ ­_ I ...... ----- --------------------- 0.. 2. Liability on accounts receivable, pledged, assigned or sold ....... ................ ......... 0 3. Liability as bondsman .......... __ ..... ___ ...... __ ____ ------- ----------------------------- ------------------- ------- ........... --------------------- 4. Liability as guarantor on contracts or on accounts of others ..... ­­­ .................. ­­ ............ ­­­ ­­ 0 5. Other contingent liabilities ... Letters of credit an self-insured liabi insurance, involvement in Dint venture, -an vadouslocal_goyernT� ----------------------•---------------1 01 ----------- ne- ___q 6 5 2 7 6 .2 81 Total contingent liabilities .... 6 1 5 1 2 1 7 1 6 1 2 1 8 Brian A. Inniger, as Vice -President of Finance/Administration of Rieth Riley Construction Co., Inc. hereby declares that the foregoing "Contractors Financial Statement" is a true and accurate statement of the financial condition of said Corpor tion as of the date thereof. C>, Brian A. Inniger, V.P. Finance/Administration 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 include 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 FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Datedat Indianapolis this 16th day of August 2017 Rieth-Riley Construction Co., Inc. (Name of Organization) gy � Thomas W. Parten, Sales Manager (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana ) ) ss COUNTY OF Marion Before me, a Notary Public, personally appeared the above-named Thomas W. Parten 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 2017 Erin B. Newlin Notary Public Notary Public My Commission Expires: June 17, 2025 County of Residence: Hamilton Hamilton County State of Indiana My Commission Expires June 17, 2025 CONSTRUCTION CO., INC. 100% Quality • 100% Employee Owned CERTIFICATE OF AUTHORITY Over 100 Years KNOW ALL MEN BY THESE PRESENTS, that the undersigned President of Rieth-Riley Construction Co., Inc., a corporation duly organized and existing under the laws of the State of Indiana, hereby represents and confirms that Thomas W. Parten, Sales Manager, has full power and authority to make, execute, seal, if required by law, and deliver for and on its behalf, and as its act and deed any and all bids, proposals or contracts, said bids, proposals or contracts not to exceed $3,000,000.00 which bids, proposals or contracts call for work, services, or materials to be furnished by Rieth-Riley Construction Co., Inc., whether such bids, proposals or contracts are being submitted to an individual or entity, public or private, and to bind Rieth-Riley Construction Co., Inc. thereby as fully and to the same extent as if such bids, proposals or contracts were signed by an Executive Officer of Rieth-Riley Construction Co., Inc., and sealed, if required by law, and attested by one of such officers, and hereby ratifies and confirms all that the above named designee may do in pursuance hereof. The authority granted to the above named designee is pursuant to Section 6.03 of the Restated By -Laws of Rieth-Riley Construction Co., Inc., as amended, which Restated By -Laws were effective February 9, 2010, and which Restated By -Laws, as amended, and the authority granted to the above named designee continue in full force and effect. This Certificate of Authority is issued, signed and sealed, if required by law, by facsimile under and by authority of the following standing resolutions adopted by the Board of Directors of Rieth-Riley Construction Co., Inc., at a meeting held on the 16th day of February, 1996, at which a quorum was present, and which resolutions have not been amended or repealed and continue in full force and effect: "Resolved that for purposes of clarification and in furtherance of the intent of Section 6.03 of the By -Laws of the Company the authority granted in Section 6.03 shall extend to the making, execution, sealing, if required by law, and delivery on behalf of the Company of all documents required as part of any bid, proposal or contract, which is for work, services or materials to be furnished by Company and which is being submitted to an individual or entity, public or private." "Resolved that in carrying out the provisions of Section 6.03 of the By -Laws of the Company the signatures of such directors and officers and, if required by law, the seal of the Company may be affixed to any such Certificate of Authority or any certificate relating thereto by facsimile, and any such Certificate of Authority or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Certificate of Authority so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company, with respect to any bid, proposal or contract to which it is attached." IN WITNESS WHEREOF, Rieth-Riley Construction Co., Inc., has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 25th day of April, 2016. 0 RIETH-RILEY CONSTRUCTION CO., INC. u�TM4�y�� SEAL A. Keith Rose, President STATE OF INDIANA ) )SS: COUNTY OF ELKHART ) On this 25th day of April, 2016, before me personally came A. Keith Rose, to me known, who, being by me sworn, did depose and say: that he is President of Rieth-Riley Construction Co., Inc., the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; and that he executed the said instrument on behalf of the corporation by authority of his office pursuant to corporation's Restated By -Laws and standing resolutions. My Commission Expires: March 16, 2024 P SETU IABP Ronya Phillips, Notary Public Residing in Elkhart County, Indiana I, Robert L. Konopinski, do hereby certify that I am the duly appointed and acting Secretary of Rieth-Riley Construction Co., Inc., a corporation duly organized, validly existing and in good standing under the laws of the State of Indiana; that the foregoing Certificate of Authority has neither been amended or rescinded and remains in full force and effect; and furthermore, that the Restated By -Laws and standing resolutions of the corporation, as referred to and set forth in this Certificate of Authority, continue in full force and effect. Sign and Sealed t Corporate Office of Rieth-Riley Construction Co., Inc., in the City of Goshen, State of Indiana. Dated this —ZL day of SEAL A Robert L. Konopinski, Secretary P.O. Box 477.3626 Elkhart Rd. • Goshen, IN 46527 Phone: (574) 875-5183 • www.rieth-riley.com 1ETHJ' XEY CONSTRUCTION CO., INC. 100% Qualify • 100% Employee Owned • Over 100 Years Memorandum To: Distribution List From: A. Keith Rose, Presiden Date: August 23, 2016 Subject: Appointment of Assistant Secretaries For Attestation Purposes Only In accordance with the power granted to me by Rieth-Riley Construction Co., Inc.'s By -Laws and Board of Directors, I hereby appoint each of the persons listed on the attached List of Assistant Secretaries to serve in the capacity as Assistant Secretary for Attestation Purposes Only effective as of August 23, 2016. As an Assistant Secretary, you are authorized to attest to signatures of authorized employees who are signing documents on behalf of Rieth-Riley Construction Co., Inc. You will hold this position until the 2017 Annual Board meeting or until such earlier time that you resign, your employment with Rieth-Riley is terminated, or your appointment is rescinded by the Board or me. AKR/dIs Attachment Distribution List: K. Rensberger R. Phillips B. Inniger K. Rose G. Yarkie M. Jaskela P. Tate K. Tussey T. Parten J. Yadon G. Pyclik J. McCormick B. Garrett C. Weinkauf T. Gosc S. Bragg A. Seiner J. Lee J. Mulhern D. Foreman C. Waldo A. Teceno C. Loney R. Lauretti K. Breukink L. Bushong R. Trout R. Haney J. Jonatzke T. Colberg M. Southwood T. Harris D. Larson IETHIRILEY CoNsmucnw Co., INC. Corporate Indianapolis Lafayette South Bend/Elkhart LaPorte Cal -Region 100% Qualify • 100% Employee Owned • Over 100 Years LIST OF ASSISTANT SECRETARIES (for attestation purposes only) Effective as of August 23, 2016 Karmen Rensberger Ronya Phillips Michael Jaskela Kevin Tussey Thomas Parten Benton Harbor/Kalamazoo Big Rapids/Ludington Grand Rapids Lansing Houghton Lake Petoskey/Traverse City Brian Garrett Chris Weinkauf John Yadon Joshua McCormick Gary Pyclik Samantha Bragg Todd Gosc Daniel Foreman James Lee Joan Mulhern Richard Haney Janice Jonatzke Chad Waldo Amy Teceno Chad Loney Kirk Breukink Rosann Lauretti Thomas Harris Daniel Larson Larry Bushong Raychelle Trout Todd Colberg Mary Southwood