Loading...
HomeMy WebLinkAbout01-08-20-04/Midwest Paving, LLC/US 31 Crossing, Water Transmission Main RESOLUTION NO.BPW 01-08-20-04 RESOLUTION OF THE CITY OF CARMEL BOARD OF PUBLIC WORKS AND SAFETY ACKNOWLEDGING AGREEMENT BETWEEN OWNER AND CONTRACTOR WHEREAS, pursuant to Indiana Code 36-1-4-7, the City of Carmel, Indiana ("City"), is authorized to enter into contracts;and WHEREAS,pursuant to Indiana Code 36-4-5-3,the City's mayor may enter into contracts on behalf of the City;and WHEREAS, pursuant to his authority under Indiana law, the City's mayor, the Honorable James C. Brainard,has caused to be signed the Grant Agreement attached hereto as Exhibit A(the"Contract");and WHEREAS, Mayor Brainard now wishes to present the contract to the City's Board of Public Works and Safety for it to be publicly acknowledged, filed in the Clerk's Office,and made available to the public for review. NOW, THEREFORE, BE IT RESOLVED by the City of Carmel Board of Public Works and Safety as follows: 1.The foregoing Recitals are incorporated herein by this reference. 2.The receipt of the Contract is hereby acknowledged. 3.The Contract shall be promptly filed in the office of the Clerk and thereafter made available to the public for review. ri 1-14 SO RESOLVED this day of ‘JC(00 , 2020. CITY OF CARMEL, INDIANA By and through its Board of Public Works and Safety BY: James Brainard,Presiding Officer. Date: Mary urke,ymDate: Lori S.Watson, mper Date: i p,/�-c-3 .4G ATTEST: Sue Wolf a e Date: Ot fO8 CQG c SAE Bass'My DocwnentstPWResoluGons\2(IZO`•Acknowledge Agreement Midwest Paving«C•US 31 Crossing Water Transmission htain.docx1 27/20ty 1r17 PM CARMEL UTILITIES 30 West Main, Suite 200 Carmel, Indiana 46032 PH (317) 571-2443 WATER UTILITY FAX (317) 571-2265 WASTEWATER UTILITY ADVERTISEMENT ! NOTICE TO BIDDERS CITY OF CARMEL, INDIANA US 31 Crossing Water Transmission Main Contract 66G Sealed Bids for the City of Carmel, Indiana, US 31 Crossing Water Transmission Main, will be received by the City of Carmel, Indiana, ("Owner") at the office of the Clerk Treasurer In City Hall, One Civic Square, Carmel, Indiana 46032, until 10:00 a.m., local time, on October 2, 2019. Any Bid received after the designated time will be returned to the Bidder unopened. The Bids will be publicly opened and read by the Board of Public Works and Safety at 10:00 a.m. on October 2, 2019 in Council Chambers at City Hall. The Bid should be clearly marked "BID ENCLOSED US 31 Crossing Water Transmission Main, Contract 66G" on the outside of the envelope, and as otherwise set forth in the Bid Documents. In general, the work is subdivided into Phase I (2,600 LF of 30-36-inch DIP) and Phase II (2,800 LF of 16-inch DIP) and consists of the construction of water main all as required by these Bidding Documents, the Agreement between Owner and Contractor, General Conditions, Special Conditions (the "Agreement"), Specifications and Drawings. A Pre-bid meeting (non-mandatory) will be held on September 18, 2019 in the City's Distribution office at 2:30 pm at 3562 131 st St. W. Carmel, Indiana. Copies of the Bidding Documents may be examined at the office of the Utility Director at 30 W. Main St., Suite 200, Carmel, IN. 46032, or at the office of Jones & Henry Engineers, Ltd., ("Engineer") 1980 East 116th Street Suite 260, Carmel, Indiana 46032 without charge. Copies may be obtained at cost from Eastern Engineering Supply at 9901 Allisonville Rd., Fishers, . Indiana 46038, (www.oasterllengineering.com, phone no. 317-598-0661)for each set of Bid Documents. Bids must be submitted on the forms found in the Bid package, must contain the names of every person or company Interested therein,and shall be accompanied by: (1) Revised Form No. 96 as prescribed by the Indiana Board of Accounts and as required in the Instruction to Bidders, including a financial statement, a statement of experience, a proposed plan or plans for performing the Work and the equipment the Bidder has available for the performance of the Work; (2) Bid Bond in the amount of ten percent (10%) of the total Bid amount, including alternates with a satisfactory corporate surety or by a certified check on a solvent bank in the amount of ten percent (10%)of the amount of the Bid. The Bid Bond or certified check shall be evidence of good faith that the successful Bidder will execute within fifteen (15) calendar days from the acceptance of the Bid, the Agreement as included in the Bidding Documents. The Bid Bond or certified check shall be made payable to the Owner. Any Bid may be withdrawn prior to the scheduled closing time for receipt of Bids, but no bidder shall withdraw his Bid within ninety(90) days after the actual opening of the Bids. All Bid Bonds and certified checks of unsuccessful bidders will be returned by the Owner upon selection of the successful Bidder and execution of the Agreement, and provision of the required Performance Bond and Payment Bond. C-66G Water Transmission Main/451-7222 AD-1 CITY OF CARMEL Adverilsement for Blds r Award will be made to the low, responsive, responsible bidder. The low, responsive, responsible bidder must not be debarred,suspended,or otherwise be excluded from or ineligible for participation in federally assisted programs under Executive Order 12549. The successful Contractor will be required to enroll in and verify the work eligibility status of all employees hired after the date of this Contract through the E-Verify program. The Contractor will also be required to sign an affidavit concerning employment of unauthorized aliens. A copy of the , affidavit is included in the Bid Documents. The successful Contractor will also be required to sign a certification regarding no investment activities in Iran. A Performance Bond with a good and sufficient surety, acceptable to the Owner and Engineer, shall be required of the successful Bidder in an amount equal to at least one hundred percent(100%)of the - Contract Price,conditioned upon the faithful performance of the Agreement. The Contractor shall execute a Payment Bond to the Owner,approved by Owner and Engineer and for the benefit of the Owner,in an amount equal to one hundred percent(100%)of the Contract Price. The Payment Bond is binding on the Contractor,their subcontractor,and their successors and assigns for the payment of all indebtedness to a person for labor and services performed,material furnished, or services rendered. The Payment Bond must state that it is for the benefit of the subcontractors, laborers,material suppliers,and those performing services. The surety of the Payment Bond may not be released until one(1)year after the Owner's final settlement with the Contractor. All out-of-state corporations must have a certificate of authority to do business in the State of Indiana. . Application forms may be obtained by contacting the Secretary of State,State of Indiana,Statehouse, Indianapolis,Indiana 46204. Wage rates on the project shall not be less than the federal Davis Bacon Wage scale published by the U.S. Department of Labor the Friday before the Bid Opening date. Bidders on this work shall be required to comply with the provisions of the President's Executive Order No. 11246,as amended. The Bidders shall also comply with the requirements of 41 CFR Part 60—4 entitled Construction Contractors -Affirmative Action Requirements. A copy of 41 CFR Part 60 — 4 may be found in the Supplemental General Conditions of the Contract Documents and Specifications. The Bidders attention is also called to the "Minority/Women Business Participation" requirements i contained in the Project Specifications. Contract procurement is subject to the federal regulations contained in the OMB Circular A-102, Sections B and 0 and the State of Indiana requirements contained in IC-36-1-9 and IC-36-1-12. • The Owner reserves the right to reject and/or cancel any and all Bids, solicitations and/or offers in whole or in part as specified in the solicitation when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5-22-18-2. The Owner.also reserves the right to waive irregularities in any Bid, and to accept any Bid which is deemed most favorable to the Owner. I Christine Pauley Clerk Treasurer City of Carmel,Indiana I , i I , 1. C-66G Wa:er Transmission Main/451-7272 Ari-2 CITY OF CARMEL La Advertisement for Blds L t • INSTRUCTIONS TO BIDDERS 1. Defined Terms Terms used in these Instructions to Bidders, which are defined in the General Conditions, have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below, which are applicable to both the singular and plural thereof. 1.1 Bidder - One who submits a Bid directly to Owner as distinct from a sub-bidder, who submits a bid to a Bidder. 1.2 Issuing Office - The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. 1.3 Successful Bidder-The Bidder to whom Owner(on the basis of Owner's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1 Complete sets of the Bidding Documents may be obtained as stated in the Advertisement. 2.2 Complete sets of Bidding Documents shall be used in preparing Bids;neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. Qualifications of Bidders. To demonstrate qualifications to perform the Work,each Bidder must be prepared to submit with five(5) days of Owner's request,written evidence,such as financial data,previous experience,present commitments,equipment manufacturers to be used,subcontractors and a list of key personnel proposed for the Project along with their experience. The evaluation of the Bidder's qualifications will be based on all of the written evidence presented. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. 4. Examination of Contract Documents and Site. • 4.1 It is the responsibility of each Bidder before submitting a Bid to: C-66G Water Transmission Main/451-7272 I-1 CITY OF CARMEL Instructions to Bidders 1 r 4.1.1 Examine thoroughly the Contract Documents and other related data identified in the Bidding Documents(including"technical data"referred to below); 4.1.2 Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work; 4.1.3 Consider federal, state and local Laws and Regulations that may affect cost, I progress,performance or furnishing of the Work; 4.1.4 Study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data;and 4.1.5 Promptly notify Engineer of all conflicts, errors, ambiguities or discrepancies, which Bidder has discovered in or between the Contract Documents and such other related documents. 4.2 Reference is made to the General,and Special Conditions for identification of: 4.2.1 Those reports of explorations and tests of subsurface conditions at or contiguous to the site, which have been utilized by Engineer in preparation of the Contract - Documents. Bidder may rely upon the general accuracy of the technical data contained in such reports but not upon other data, interpretations, opinions, or information contained in such reports or otherwise relating to the subsurface conditions at the site, nor upon the completeness thereof for the purposes of bidding or construction. 4.2.2 Those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by Engineer in preparation of the Contract Documents.Bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 4.2.3 Copies of such reports and drawings may be examined by any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.2 of the General Conditions have been identified and 1 , established. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.3 ' Information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities or others, I_, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the General Conditions. 4.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Contract Documents due to differing or anticipated conditions appear in Paragraphs 4.2 and 4.3 of the General Conditions. 4.5 Before submitting a Bid, each Bidder will be responsible to obtain such additional or L C-660 Water T,ansrn ssion Main/45 t-7272 I-2 City of Carmel Instructions to Bidders L supplementary examinations, investigations, explorations, tests, studies and data concerning conditions(surface,subsurface,and Under-ground Facilities)at or contiguous to the site or otherwise which may affect cost,progress,performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Bidder and safety precautions and programs incident thereto or which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. I, 4.6 On request in advance,Owner will provide each Bidder access to the site to conduct such explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former condition upon completion of such explorations, investigations,tests and studies. 4.7 Reference is made to the General and Special Conditions for the identification of the general nature of Work that is to be performed at the site by Owner or others (such as utilities and other prime contractors) that relates to the Work for which a Bid is to be submitted. On request, Owner will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such Work. 4.8 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any)that may be shown or indicated or expressly required by the Contract Documents,that Bidder has given Engineer written notice of all conflicts, errors, ambiguities and discrepancies that Bidder has discovered in the Contract Documents and the written resolutions thereof by Engineer is acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.9 The provisions of 4.1 through 4.8, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.5 of the General Conditions. 5. Availability of Lands for Work. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 6. Interpretations and Addenda + i 6.] All questions about the meaning or intent of the Bidding Documents are to be directed to Engineer. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda, mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents.Questions received less than ten (10) days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. C-66G Water Transmission Maud451-7272 I-3 CITY OF CARMEL Instructions to Bidders r 7. Bid Security 7,1 Each Bid must be accompanied by Bid security made payable to Owner in an amount stated in the Advertisement/Notice to Bidders and in the form of a certified or bank check or a Bid Bond (materially similar to the form attached) issued by a Surety meeting the requirements of Paragraph 5.1 of the General Conditions. 7.2 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement, furnished the required contract security, and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the successful , Bidder fails to execute and deliver the Agreement and furnish the required contract Isecurity within fifteen(15)days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited.The Bid security of other Bidder(s) whom Owner believes to have a reasonable chance of receiving the award-may be retained by Owner until the earlier of seven (7) day after the Effective Date of the Agreement or the time specified in the Advertisement/Notice to Bidders, whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within seven(7)days after the Bid opening, 8. Contract Time The number of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (the term "Contract Times" is defined in Paragraph 1.12 of the General Conditions) are set forth in the Agreement (or incorporated therein by reference to the attached Bid Form). 9. Liquidated Damages Provisions for liquidated damages,if any,are set forth in the Agreement. 10. Substitute and "Or-Equal"Items The Contract, if awarded, will be on the basis of material and equipment described in the Drawings or ! . specified in the Specifications without consideration of possible substitute or"or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for I such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submittal of any such application by Contractor and consideration by Engineer is set forth in paragraphs 6.7.1.,6.7.2.,and 6.7.3.of the General Conditions and may be supplemented in the General Requirements. 11. Bid Form. 11.1 The Bid Form is included with the Bidding Documents. Additional copies may be obtained from the Engineer(or Issuing Office), 11.2 All blanks on the Bid Form must be completed by printing in ink or by typewriter, The I s Bid price of each item on the form must be stated in words and numerals. In the case of a conflict,words will take precedence. I 11.3 Bids by corporations must be executed in the corporate name by the president or vice president(or other corporate office accompanied by evidence of authority to sign)and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and the state of incorporation must be shown below the signature. 11.4 Bids by partnerships must be executed in the partnership name and signed by the general f C.66G Water Transmission Main/451-7272 I-4 City of Carmel Instructions to Bidders t I partner, whose title must appear under the signature, and official address of the partnership must be shown below the signature. 11.5 All names must be typed or printed in blue ink below the signature. 11.6 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of • which must be filled in on the Bid Form). 11.7 The address and telephone number for communications regarding the Bid must be shown. 11.8 Evidence of authority to conduct business as an out-of state corporation in the State of Indiana shall be provided. State contractor license number must also be shown. 11.9 In all unit price items, the Bidder shall fill in the unit price for each item and in addition thereto make an extension based on the estimated quantities. 12. Submission of Bids. Bids shall be submitted at the time and place indicated in the Advertisement/Notice to Bidders and shall be enclosed in an opaque sealed envelope,marked with the Project title(and,if applicable,the designation portion of the Project for which the Bid is submitted)marked"Bid Enclosed"and name and address of Bidder and accompanied by the Bid Security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed opaque envelope shall be enclosed in a separate envelope with the notation"BID ENCLOSED"on the face of it. 13. Opening of Bids. Bids will be opened and(unless obviously non-responsive)read aloud at the place where Bids are to be opened. An abstract of the amounts of the base Bids and Alternates(if any)will be made available to Bidders after the opening of Bids. 14. Bids to Remain Subject to Acceptance. All Bids shall remain subject to acceptance for the time stated in the Advertisement,but Owner may,in its sole discretion,release any Bid and return the Bid Security prior to that date. 15. Award of Contract 15.1 Owner reserves the right to reject any and all Bids, including without limitation the rights to reject any and all nonconforming,non-responsive,unbalanced or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. The Owner reserves the right to waive any and all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices.Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of words. 15.2 In evaluating Bids, Owners will consider the qualifications of the Bidder, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data as may be requested in the Bid Form or prior to the Notice of Award. 15.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers, and C-66G Water Transmission Ma n/451-7272 I-5 CITY OF CARMEL Instructions to Bidders r other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors and other persons and organizations must be submitted as r provided in the General Conditions. Owner also may consider the operating costs, maintenance requirements,performance data,and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to Notice of Award. 15.4 Owner may conduct such investigations as Owner deems necessary to assist in the r, evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers, and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 15.5 If the Contract is to be awarded, it will be awarded to the lowest responsive,responsible Bidder and whose evaluation by Owner indicates to Owner that the award will be in the best, 'interests of the Project. 15.5.1 Each bidder agrees to waive any claim it has or may have against the Owner,the Engineer,and their respective employees,arising out of or in connection with the administration,evaluation,or recommendation of any Bid. 15.6 If the Contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within the time stated in the Advertisement after the day of the Bid opening. 16. Notice of Award and Award Procedure • 16.1 Prior to execution of the Agreement, the Owner will issue to the successful Bidder a Notice of Award stating that its Bid was the responsible and responsive bid and that the enclosed Agreement is submitted for execution without further negotiation. If the successful bidder finds it in accordance with the Bidding Documents,it is to be returned to the Owner by certified mail or in person within fifteen(15) calendar days after receipt for further execution and with the caution that a contract will not exist until it is signed by all signatories required. Failure to execute the proper Agreement and furnish the ancillary documents shall constitute reason for surrender of the Bid Bond or certified check. 17. Contract Security Paragraph 5.1 of the General Conditions sets forth Owner's requirements as to performance and payment 1 and other Bonds. When the Successful Bidder delivers the executed Agreement to the Owner,it must be accompanied by the performance and payment Bonds as required. 18. Signing of Agreement [-, When Owner gives a Notice of Award to the Successful Bidder,it will be accompanied by at least five(5) unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen(15) days thereafter Contractor shall sign and deliver at least three counterparts of the Agreement and attached documents to Owner with the required Bonds. Within fifteen days thereafter, Owner shall deliver one fully signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. ' 19. Retainage 1_, The Owner will retain an amount of each progress payment in accordance with the Agreement and the Laws and Regulation governing the Project, L� C-66G Water Transmission Mainl45I-7272 I-6 City of Carmel Instructions to Bidders L 20. Indiana Revised Form 96 Each Bidder shall submit State of Indiana,Revised Form 96 with and as a part of their Bid. 21. Confined Space Program The successful Bidder will be required to sign the City of Cannel's Confined Space Requirement Acknowledgement form included in the Contract Documents. 22. Project Clarifications This Project is being constructed using State Revolving Funds(SRF)and as such requires the contractor to read and complete forms listed in the SRF section. • 23. Wage Rates The Bidder to whom the Contract is awarded will be required to pay as a minimum, the Davis Bacon wage rates, current throughout the work. Wage rates received for this project are included in the Special Conditions. 24. Protest • 24.1 A protest based upon all alleged violation of the procurement requirements of 40 CFR • Part 33 may be filed against the OWNER's procurement action by a party with an adversely affected direct financial interest.The protest shall be filed with the OWNER. 24.2 A protest shall be filed as early as possible during the procurement process, but must be received by the OWNER no later than one week after the basis of the protest is known or should have been known,whichever is earlier. If the protest is mailed,the protester bears the risk of non-delivery within the required time period. 24.3 A protest must clearly present the procurement requirement being protested, the procurement regulation in alleged noncompliance, and the facts which support the protest, and any other information necessary to support the protest. 25. Subcontractors The successful contractor will need to provide a complete list of subcontractors to enable verification of non-debarment prior to Award of Contract. Any additional subcontractors must be submitted one week before they begin work on site. 26. MBE/WBE Requirements This project has a 7% MBE goal and a 5%WBE goal. The Apparent Successful Bidder on this project will be required to complete and submit prior to Award of Contract, the Good Faith Efforts Worksheet included in Supplemental Conditions. 27. Nondiscrimination and Nonsegregation Requirements The Apparent Successful Bidder on this project will need to complete and submit prior to Award of Contract, the Certifications of Nonsegregation and Nondiscrimination (Forms OEE-1 &OEE- 2)included in Supplement Conditions. 28. American Iron&Steel Requirements The Contractor,subcontractors and all suppliers shall conform with the American Iron and Steel Act. The Act states: Sec.436.(a)(1)None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act(33 U.S.C. 1381 et seq.)or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking C-66G Water Transmission Main/451-7272 I-7 CITY OF CARMEL Instructions to Bidders r Water Act(42 U.S.C.300j-12)shall be used for a project for the construction,alteration, maintenance,or repair of a public water system or treatment works unless all of the iron and steel products used in the project are produced in the United States. I (2)In this section,the term "iron and steel products"means the following products made primarily of iron or steel: lined or unlined pipes and fittings,manhole covers and other municipal castings,hydrants,tanks,flanges,pipe clamps and restraints,valves, structural steel,reinforced precast concrete,and construction materials. The Contractor will be required to provide certification from all suppliers of iron and steel goods on this project showing that they comply with the American Iron and Steel Act requirements, A r sample certificate is included in the Supplemental Conditions. 29. SRF Requirements The Apparent Low Bidder will be required to complete the appropriate forms located in Supplemental Conditions Sections;SRF Addendum; Certification of Non-Segregated Facilities &Non-Discrimination;and Federal Construction Contract Provisions. I I I ' 1. L- L C-66G Water Transmission Main/451-7272 I-B City of Carmel Instructions to Bidders L REQUEST FOR CLARIFICATION RFC # Date: Project Title: US 31 Crossing Water Transmission Main, Contract 66G Project Owner: City of Carmel, Indiana Engineer: Jones & Henry Engineers, Ltd. Contractor: Phone#: Fax#: rRef. Drawing Nos.: r Spec. Sect. Clarification Request: Response needed by: Note: All responses will be made in writing and distributed to all bidders. C-66G Water Transmission Main/451-7272 (RC-1) CITY OF CARMEL Request for ClariticaUon 1 1' 1 ‘ 1 ' 1 . 1 . This Page was Intentionally Left Blank f 1 . I . 1 . 1 . 1 . Ii L L Bid Summary And Bidder Reminder List to be Included in Bid Package for Bid Opening Complete the fpllowing 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 envelop. BIDDER: t J eS'i-- 'Pam N 1 L L G Project Name: US 31 Crossing Water Transmission Main, Contract 66g Date Submitted: October 2, 2019 Phase I Bid Amount: $ 48 _ _ Phase II Bid Amount: $ Bidding Requirement: Yes No Properly and completely executed Form No. 96 Bid Form. Included your company's Financial Statement (Part II, Section III). Non-Collusion Affidavit is part of the New Bid Form and is notarized. Enclosed a certified check or Bid Bond (Signed by Surety and Principal). > Indicated the Project Name and Description on the outside of your Bid • envelope along with the term "Sealed Bid." Complete & Enclose GPR Bid Breakdown, Attachment G in the Special Conditions. IF ANY OF THE REQUIRED BIDDING DOCUMENTS ARE NOT INCLUDED, DATED OR PROPERLY EXECUTED, THE BIDDER'S BID MAY NOT BE ACCEPTED OR REJECTED. C-66G Water Transmission Maln/451-7272 BT-1 CITY OF CARMEL Bld Summary Page BME 1645001v2 EXHIBIT A BID CONTRACT IDENTIFICATION: US 31 Crossing, Water Transmission Main, Contract 66G, Phase I & II. THIS BID IS SUBMITTED TO: City of Carmel, Indiana 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into the Agreement with OWNER in the form included in the Contract Documents to perform and furnish ail Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in the Agreement and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement / Notice to Bidders and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the required Performance and Payment Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda, receipt of all which is hereby acknowledged: (List Addenda by Addendum Number and Date.) Number Date Number Date .i I /ao19 b. BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work. c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance, or furnishing of the Work. d. BIDDER has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Special Conditions as provided in paragraph 4.2.1 of the General Conditions. BIDDER accepts the determination set forth in paragraph GC-4.2 of the General Conditions of • I C-66G Water Transmission Mair✓451-7272 CITY OF CARMEL 13-I Addendum 1 Bid 1 the extent of the "technical data" contained in such reports and drawings upon which BIDDER is entitled to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy of completeness of information and data shown or indicated in the Bidding i Documents with respect to Underground Facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, ( ' performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER and safety precautions and program incident thereto. BIDDER does not•consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with times, price and other terms and conditions of the Contract Documents. e. BIDDER is aware of the general nature of the Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has discovered in the Contract , Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuin.e and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or 1 , induced any person, firm, or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. l , 4. BIDDER will complete the Work for the unit prices shown on the following pages: l.� C-66G Water Transmission Main/451-7272 CITY OF CARMEL B-2 Addendum 1 Bid L.� CARMEL,INDIANA CONTRACT 66G The items listed herein will constitute a complete Contract. A Bid must be made on each Item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. All specific cash allowances are included in the prices set forth below and have been computed in accordance with paragraph 11.8 of the General Conditions. The Owner reserves the right to Award the Phase I Bid by itself or the Phase I & Phase II bids together as the Owner determines is in their best interest. Evaluation of bids will be based the Project Awarded, either Phase I or Phase I & II. Item Phase I Estimated Unit Unit Price in Figures Total Unit Price in Words Total Estimated Cost of No. Description Amount Item 1 Mobilization & Demobilization I LS 320,000 00 Three Hundred twenty thousand 320,000 00 2 Audio-Video Recording 1 LS 1000 00 One thousand 1000 00 280 00 Two hundred eighty 317,800 00 3b 30-Inch Class 350 DIP Water Main 1135 LF 3c 36-Inch Class 250 DIP Water Main 1450 LF 335 00 Three hundred thirty-five 485,750 00 3d Additional 36- Inch DIP 45 deg. 2 EA 10,000 00 Ten thousand 20,000 00 Fittings 3e Additional 36- Inch DIP 22.5 deg. 2 EA 9000 00 Nine thousand 18,000 00 Fittings 2000 00 Two thousand 12,000 00 3f Additional 36-Inch Joint Restraints 6 EA 3h 30- Inch Polyethylene Liner 1135 LF 3 00 Three 3405 00 4 00 Four 5800 00 3i 36-Inch Polyethylene Liner 1450 LF 3j Cathodic Protection Test Station 1 EA 1500 00 One thousand five hundred 1500 00 4a 20-Inch Connection to new 36-in.DIP I EA 50,000 00 Fifty thousand 50,000 00 atlllinois Road 5b 30-Inch Butterfly Valve 1 EA 40,000 00 Forty thousand 40,000 00 Sc 36-Inch Butterfly Valve 2 EA 45,000 00 Forty-five thousand 90,000 00 6 51-Inch Minimum,Bored Casing Pipe 300 LF 1050.00 One thousand fifty 315,000.00 CITY OF CARMEL C-66G Water Transmission Main/451-7272 B-3 Addendum I Bid CARMEL,INDIANA CONTRACT 66G The items listed herein will constitute a complete Contract. A Bid must be made on each Item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. All specific cash allowances are included in the prices set forth below and have been computed in accordance with paragraph 11.8 of the General Conditions. The Owner reserves the right to Award the Phase I Bid by itself or the Phase I & Phase II bids together as the Owner determines is in their best interest. Evaluation of bids will be based the Project Awarded, either Phase I or Phase I & II. Item Estimated Total Estimated No. Description Unit Unit Price in Figures Total Unit Price in Words Amount Cost of Item 7b Hydrant Assembly on 30-Inch Main 2 EA 11,000 00 Eleven thousand 22,000 00 7c Hydrant Assembly on 36-Inch Main 2 EA 16,000 00 Sixteen thousand 32,000 00 8a Special BackfilI 250 CY 50 00 Fifty 12,500 00 8b Controlled Density Fill 10 CY 250 00 Two hundred fifty 2500 00 9a 4-inch Concrete Sidewalk 150 SF 8 00 Eight 1200 00 9b Curb and Gutter 160 LF 60 00 Sixty 9600 00 l0a 12-Inch Aggregate Base 50 CY 50 00 Fifty 2500 00 • 10b 4-Inch Bituminous Leveling Course 30 TON 350 00 Three hundred fifty 10,500 00 lOc 1-1/2-Inch Bituminous Wearing 10 TON 700 00 Seven hundred 7000 00 Course I I Seed&Mulch(1NDOT,Type U, 4400 SY 2 50 Two dollars and fifty cents 11,000 00 Section C-02800) 12a Tree,2-Inch Diameter,Replacement 10 EA 550 00 Five hundred fifty 5500 00 12b Tree, 8- Inch Diameter& Greater 20 EA 700 00 Seven hundred 14,000 00 Removal 13 Erosion Control 1 LS 3000 00 Three thousand 3000 00 14 Record Documentation 1 LS 2000 00 Two thousand 2000 00 One million eight hundred fifteen thousand five hundred fifty- 1,815,555 00 Phase I Bid Total Estimated Construction Cost: five dollars CITY OF CARMEL C-66G Water Transmission Main/451-7272 B-4 Addendum 1 Bid CARMEL,INDIANA CONTRACT 66G The items listed herein will constitute a complete Contract A Bid must be made on each Item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. All specific cash allowances are included in the prices set forth below and have been computed in accordance with paragraph 11.8 of the General Conditions. The Owner reserves the right to Award the Phase I Bid by itself or the Phase I & Phase II bids together as the Owner determines is in their best interest. Evaluation of bids will be based the Project Awarded, either Phase I or Phase I & II. Item Phase II Estimated Unit Price in Figures Total Estimated No. Description Amount Unit Total Unit Price in Words Cost of Item 1 Mobilization & Demobilization 1 LS 269,300 00 Two hundred sixty-nine thousand 269,300 00 three hundred 2 Audio-Video Recording 1 LS 1000 00 One thousand 1000 00 3a 16-Inch Class 350 DIP Water Main 2100 LF 170 00 One hundred seventy 357,000 00 3g 16- Inch Polyethylene Liner 2100 LF 2 00 Two 4200 00 4b Connection at Station 0+50 1 EA 8000 00 . Eight thousand 8000 00 4b Connection at College Drive 1 EA 12,000 00 Twelve thousand 12,000 00 4c Connection at Congressional 1 EA 12,000 00 Twelve thousand 12,000 00 Parkway 4d Connection at 116th Street 1 EA 13,000 00 Thirteen thousand 13,000 00 4e Service Connection(2-inch) 5 EA 8000 00 Eight thousand 40,000 00 4f Service for Fire Protection (6-inch) 5 EA 10,000 00 Ten thousand 50,000 00 5a 16-Inch Butterfly Valve 6 EA 5000 00 Five thousand — 30,000 00 7a Hydrant Assembly on 16-Inch Main 3 EA 7000 00 Seven thousand 21,000 00 7d Hydrant Assembly Removal 3 EA 1000 00 One thousand 3000 00 8a Special Backfill 2500 CY 1 00 One 2500 00 CITY OF CARMEL C-66G Water Transmission Main/451-7272 B-5 Addendum I Bid • CARMEL,INDIANA CONTRACT 66G The items listed herein will constitute a complete Contract. A Bid must be made on each Item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. All specific cash allowances are included in the prices set forth below and have been computed in accordance with paragraph 11.8 of the General Conditions. The Owner reserves the tight to Award the Phase I Bid by itself or the Phase 1 & Phase II bids together as the Owner determines is in their best interest. Evaluation of bids will be based the Project Awarded, either Phase I or Phase I & II. Item Estimated Unit Price in Figures Total Estimated No. Phase II Description Amount Unit Total Unit Price in Words Cost of Item 9a 4-inch Concrete Sidewalk 300 SF 8 00 Eight 2400 00 9b Straight Curb 2000 LF 35 00 Thirty-five 70,000 00 10a 12-Inch Aggregate Base 500 CY SO 00 Fifty 25,000 00 10b 4-Inch Bituminous Leveling Course 330 TON 65 00 Sixty-five 21,450 00 10c 1-1/2-Inch Bituminous Wearing 160 TON 80 00 Eighty 12,800 00 Course 00 10d Pavement Markings 2500 LF 1 One 2500 00 11 Seed&Mulch(INDOT,Type U, 160 SY 15 00 Fifteen 2400 00 Section C-02800) 12a Tree,2-Inch Diameter,Replacement 2 EA 550 00 Five hundred fifty 1100 00 13 Erosion Control 1 LS 2000 00 Two thousand 2000 00 14 Record Documentation 1 LS 2000 00 Two thousand 2000 00 12-Inch Storm Sewer,PVC,SDR-35 80 00 Eighty 11,200 00 15 or PE Profile Wall Pipe 140 LF 16 Inlet 5 EA 2500 00 Two thousand five hundred 12,500 00 Nine hundred eighty-eight thousand three hundred fifty 988,350 00 Phase II Bid Total Estimated Construction Cost: CITY OF CARMEL C- 6G Water Transmission Main/451-7272 B-6 Addendum 1 Bid { All specific cash allowances are included in the price set forth above and have been computed in accordance with paragraph 11.2 of the General Conditions. 4A. LISTED "OR-EQUAL" OR SUBSTITUTIONS a. The name or make of any piece of equipment or material of construction specified in Part C of the Contract Documents or indicated on the Drawings shall be used in determining the Base (and Alternate) Bid(s). Where two or more Equipment or Product Manufacturers are named, Bidders may use any of the named. Bidder may offer "Or-Equal" or substitutions for specified Equipment or Product Manufacturer, provided they name on the Bid Substitution List the "Or-Equal" or substitute offered together with the total amount to be added to, or deducted from the amount of their Base (and Alternate) Bid(s) for the corresponding Project item. b. All provisions for review and acceptance of an offered substitute shall comply with the Contract Documents. Owner reserves the right to accept or reject any offered substitute. c. If the Bidder names no substitute on his "Bid Substitution List" the specified Equipment or Product Manufacttrers shall be used. No additional substitutes may be offered for items on the "Bid Substitution List" subsequent to the award of the Contract. BASE BID SUBSTITUTION LIST Specified Equipment Section/ of Product Substitute Total Total Subsection Manufacturer Offered Addition Deduction 4B. Contract award shall be without regard for Substitute Equipment or Manufacturers. Evaluation of bids and Award will be based on the Phase I Bid or the Phase I & Phase II Bids at the discretion of the Owner. The Phase II Bid will not be Awarded without the Phase I Bid. The Owner reserves the right to award or not award the Phase II Bid. The Base Bid and Alternative Bid Items shall include the specified equipment or manufactures and not in clued the Substitute Equipment or Manufacturers. 5. BIDDER agrees that the Work will be substantially complete and completed and ready for final payment in accordance with paragraph 14.7.2 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. CITY OF CARMEL C-66G Water Transmission Main/451-7272 B-7 Addendum 1 Bid 1 I 6. The following documents are attached to and made a condition of this Bid: �l a. Required Bid Security in the form of Surety Bond or Certified Check. b. Indiana Revised Form 96. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated below Bidder's signature or to the following address: 1 ` 8. The terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General Conditions or ] ' Instructions. I 1.0 Submitted on , 20 IC? ` If BIDDER is: • An Individual By (Individual's Signature) Doing business as Business Address: I l Phone No.: A Partnership L, By (Firm Name) (General Partner's Signature) L (Title) Business Address: L CITY OF CARMEL C-66G Water Transmission Main/451-7272 9 - 8 Addendum I Bid Phone No.: A Corporation By MtaLae.S* ?Qvirx LL (Corporation-game) (State of I I r: (P in d Name and Signature of erson A razed to Sign) (Title) (Corporate Seal) Attest C , r) (Secretary) Corporate Address: 16/05 -R►t1.k.rZ. ►�C tea a}Sv i IL_ T'r4 '/ c Phone No.: 3 776- 8.? Date of Qualification to do Business is: /90 ! 3 A Joint Venture By (Signature) (Address) By (Signature) (Address) Phone Number and Address for Receipt of Official Communications CITY OF CARMEL C-66G Water Transmission Main/451-7272 B-9 Addendum 1 Bid r (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). I I , I , I . I . L 1 . CITY OF CARMEL L C-66G Water Transmission Main/451-7272 B-10 Addendum 1 Bid ' f EJ CDC= PENAL SUM FORM Ek01REER0 101M CONTRACT DOCUMENTS COMMITTEE Bid Bond Any singular reference to Bidder,Surety,Owner or other party shall be consideredplural where applicable. BIDDER(Name and Address): Midwest Paving, LLC. 16105 River Road,Noblesville, IN 46062 SURETY(Name, and Address of Principal Place of Business): Fidelity and Deposit Company of Maryland 1299 Zurich Way,5th Floor,Schaumburg,IL 60196-1056 OWNER(Name andAr'dress): Carmel Utilities 30 W.Main St., Carmel, IN 46032 BID Bid Due Date: October 2,2019 Description Project Name—include.Zocation);City of Carmel Utilities US 31 Crossing Water Transmission Main Contract 66G BOND Bond Number: Bid Bond Date: October 2, 2019 Penal sum Ten Percent of Amount Bid $ 10% (Words) (Figures) Surety and Bidder,intending to be legally bound hereby,subject to the terms set forth below,do each cause this Bid Bond to be duly executed by an authorized officer,agent,or representative. BIDDER SURETY Midwest Paving, LLC (Seal) Fideli and De•osit Com•an of Ma land.. Bidder's Na orate Seal Surety's Name and Corporate Seal v* ; s,• •• .- it, S By: By: /i I! ± *"..' Si aatiii Signature(Attach Power of A` •,r )1890 , f"t0, 1R�-LQ.�-( Lisa M.Becker ` � `0 PrintName —J Print Name V M i Attorney-in-Fact Title Title -- Attest: 4.13S61A ) Attest: azure Signature David M.Oliger A0 '" Y�J. XJ�-- Surety A oun presentative Tie Title Note:Addresses are to be used for giving any required notice. Provide execution by any additional parties,such as joint venturers, if necessary. • L.1CDCO CA30,Did Bond(Penal Sum Form),Published 2013. (SA 07115) Prepared by t1Te Engineers Joint Contract Documents Committee. 00430-1 s 1' EJCDC PENAL SUM FORM ENamt1EEP9 JOINT CONTIUCT DOCUMENTS COMMUTE( 1. Bidder and Surety,jointly and severally,bind themselves,their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payi'nent of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Doeuinents 3. This obligation shalt he null and void ift 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.2 A31 Bids are rejected by Owner,or 3,3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents(or any • extension thereof agreed to in writing by Bidder and,if applicable,consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner,which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. S. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice ofAward agreed to in writing by Owner and Bidder, provided That the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of defhuitrequired I • in Paragraph 4 above is received by Bidder and Surety and in no case later Than one year after the Bid due date. 7. My suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the I , state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States I I • Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9, Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer,agent,or representative who executed this Bond on behalf of Surety to execute,seal,and deliver such Bond and bind the Surety thereby. 10, This Bond is intended to conform to all applicable statutory requirements, Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included heroin as if set forth at length.If any provision of this Bond conflicts with any applicable statute,then the provision of said statute shall govern and the I remainder ofthis Bond that is not in conflict therewith shall continue in full force and effect 11. The term"Bid"as used herein inoludes a Bid,offer,or proposal as applicable. EJCDC'C430,laid ItonU(Penal Sum Form).Published 2013. (EA 07115) Prepared by the Engineers Joint Contract Documents Committee. 004301 L Bond Number Bid Bond Obligee Carmel Utilities ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint Lisa M. Becker its true and lawful agent and Attorney-in-Fact,to make,execute, seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes,as if they had been duty executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York, the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and • FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 19th day of June,A.D.2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND BAt. By: Robert D.Murray r3•� Vice President '"' J��uoNr e � , v r �x ,fir i o*4 A it By: Dawn B.Brown 3 a C ,� Secretary State of Maryland County of Baltimore On this 19th day of June, A.D.2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,,tttttun/p/ t:f t a4 >) ,`Uut��y Constance A.Dunn,Notary Public a),t .y���,,+ My Commission Expires:)uly 9,2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recoguizances, stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 2nd day of October ,2019 . 14F,LnikeN— SEAL a14• 13# prig* Brian M.Hodges,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reportsfclaims@zurichna.com 800-626-4577 I I STATE OF INDIANA ) , ) SS: COUNTY OF kilimkJ42a) Before me, the undersigned nota public, ap eared /�Q.7' /5 _//e �—and being duly sworn, on his oath says th.'1she is tQsIcL.tU'LF of M, ,.r/eS n`l,LC_ on IUS-31 Crossing, Water Transmission Main Contract 66G and affirmed that: 1. This Bid Proposal is submitted in good faith in the amount stated therein and will be fulfilled according to the Bidding Documents (Agreement, Specification(s), General and Special Conditions, Plans and Addendums thereto), if the Bid Proposal is accepted; 2. The statements contained in the Non-Collusion Affidavit are true; 3. The statements contained in the Non-Discrimination Affidavit are true; 4. The information contained in Part it of the Bid Proposal experience questionnaire, the plan and equipment questionnaire, the financial statement, and the affidavit, all of which are commonly referred to as the Form No. 96A, when required, is true, correct, and current. • *nature) W �l/.� (Printed or typed nam f Company) (Must be signed by principal of organization) STATE OF h CL _ ) I SS: COUNTY OF �tOnt.fdr) V) ) f )1J 4 y personally appeared before e, a Notary Public, in and for said County and S1 te, this P2�- day of OGfd,J/2 , 20/ after being duly sworn upon his oath, says that the facts alleged in the foregoing affidavit are true. \\``�tt,,,,,,,,r��1// My Corn is ion Expires: �`��,.• son�vy co�.so '%. CM%)O,)a p1A�YPU6(1c ' Nota '/Public- Si�.na ure My County of Residence: _ Comm.�i655240 ,�� P2A k. (- t SaA/ ivoiARYSfo�j.Csryry Notary Public— Printed Name ( SEAL) %J��•'ason bri•.•• � %glFOF INO.,"\\\�` C-66G Water Transmission Main/451-7272 (SA-1) CITY OF ARMEL Signature Affidavit BME 1658865v1 t ' df • °- CONTRACTOR'S BID FOR PUBLIC WORK — FORM 96 AIlii State Form 52414(R2/2-13)/Form 96(Revised 2013) /� Prescribed by State Board of Accounts PARTI (To be completed for all bids. Please type or print) Date (month, day, year): October 2, 2019 1. Governmental Unit(Owner): City of Carmel Utilities 2. County: Hamilton 3. Bidder(Firm): Midwest Paving LLC 46-1269427 Address: 16105 River Road City/State/ZIPcode: Noblesville, In 46062 4. Telephone Number: 317-776-8925 5. Agent of Bidder(if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of US 31 Crossing Water Transmission Main Contract 66G (Governmental Unit)in accordance with plans and specifications prepared by Jones& Henry Engineers, LTD 1980 East 116th Street, Suite 260 Carmel, IN 46032 // and dated October 2, 2019 for the sum of M1I(rar dn Er�l4lul/ ril0wsa 11r'mkutii�cc�Titr4C- $ 2� g03, ?oS . 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) 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. 1 r ACCEPTANCE The above bid is accepted this day of , subject to the r following conditions: Contracting Authority Members: I , PART II (For projects of$150,000 or more—IC 36-1-12-4) Governmental Unit: City of Carmel Utilities Bidder(Firm) Midwest Paving LLC 46-1269427 FIEN I ' Date (month, day,year): October 2, 2019 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 I . 1. What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid? I Completion Contract Amount Class of Work Date Name and Address of Owner 1,071,579.68 Road Rehabilitation November,2018 Zionsville 2018 GCMG I , 1,947,316.25 Resurfacing November,2018 Westfield 2018 Resurfacing 1,743,308.00 Site December,2018 Village at the Fort Ph.3-Fort Harrison Reuse Authority I i 320,000.00 Road Rehabilitation July, 2018 Town of Cumberland Street Improvements 2. What public works projects are now In process of construction by your organization? I Expected Contract Amount Class of Work Completion Name and Address of Owner Date Li 234,675.70 Road Construction Sept, 2019 Vandalia Overlook Sec 2 2,970,798.45 Resurfacing Nov, 2019 Westfield 2019 L 440,554.00 Resurfacing Oct, 2019 Towns of Avalon North 609,629,24 Resurfacing Sept, 2019 Westfield Midland Trace Trail Ph 3 3. Have you ever failed to complete any work awarded to you? no If so,where and why? 4. List references from private firms for which you have performed work. Valenti Held Developers Allan Valenti 317-769-6922 • Detroit Salt Company John Shook 313-841-5144 Pulte Homes of Indiana Joe Marx 847-489-8816 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, complete the project, number of workers, etc. and any other information which you believe would enable the govemmental unit to consider your bid.) Per Plans and Specifications all equipment as needed to perform said work. 2. 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. Indiana Signs and Barricades, Gridlock, Highway Safety Services Javelina Milling, Mamco, Specialties Milling, McCrite Milling,CE Hughes-Milling Calumet Civil Contractors, OLCO-Concrete Pendleton Trucking • Otto's Parking Marking, Indiana Traffic Systems-Pavement Markings r 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, I ' 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 r. 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. A list will be provided 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. All as necessary to perform work. 1 , r 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 Ii SECTION III CONTRACTOR'S FINANCIAL STATEMENT 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 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. L L 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. r + 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. Dated at Noblesville this 2nd day of October , 2019 Midwe t Pavi g LLC (Name of Organization) By Matt Kelley - sident (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana )ss COUNTY OF Hamilton Before me, a Notary Public,personally appeared the above-named Matt Kelley and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this 2nd day of October 2019 ofary Public \\\\\tN I I I I!/!{// • My Commission Expires: 07/06/2022 �\\�cNDA /� � 8tson 6. ds�': County of Residence: Madison NOrggy �!•:O ;72 „< 0(11 ,//OF/N Dt PCB`\\\`\ I I Part of State Form 52414(R2/2-13)/Form 96(Revised 2013) BID OF Midwest Paving LLC (Contractor) 16105 River Road (Address) Noblesville,iN 46062 FOR PUBLIC WORKS PROJECTS OF City of Carmel Utilities • US 31 Crossing Water Transmission Main Contract 66 G Filed October 2nd 2019 Action taken { AFFIDAVIT OF NON-COLLUSION The Bidder, by its officers and its agents or representatives present at the time of filing the Bid Proposal, first duly sworn, on their oath say that neither they nor any of them have in any way, directly or indirectly, entered Into any arrangement or agreement with any other Bidder, or with any agent or representative of the Owner whereby such affiant or affiants or either of them, has paid or is to pay to such other Bidder anything of value whatever or such affiant or affiants or either of them have not, directly or indirectly, entered Into any arrangement or agreement with any other Bidder or Bidders which tends to or does lessen or destroy free competition in the letting of the Agreement sought for by the attached bid(s); but no inducement of any form or character other than that which appears upon the face of the Bid Proposal will be suggested, offered, paid or delivered to any person whatsoever to influence the acceptance of the Bid Proposal or awarding of the Agreement, nor has this Bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the Agreement sought by this Bid Proposal. LdtA}&5 - �avt. 10 LLC. (Name of Contrar) Subscribed and sworn to this r day of , 20 1 9 . Printed: /"'a-TT (661.�y J [Must be signed by principal of organization or person executing Signature Affidavit] DA "/ (SEAL) eco .oolSo,;�•.. :' COmm Ue`/L:Z My Commission Expires: O710r) , 20 as - :% °1A�6AS2 o Resident of 1 t.Sp�l County. �'�Lt <<s P• Q6'� [Note: The form must be signed by the same person(s)who sign(s) the Bid Proposal.] C-66G Water Transmission Main/451.7272 NC-1 (Form LPW-0.24) AFFIDAVIT OF NON-DISCRIMINATION Pursuant to Ind. Code § 5-16-6, this "Affidavit of Non-Discrimination" is hereby incorporated in and made a part of the Agreement dated between the City of Carmel and the undersigned /' 1idt tP s PoW I not La, , (herein called the "Contractor"). During the performance of this Agreement, the Contractor agrees as follows: 1. That in the hiring of employees for the performance of work under the contract or any subcontract hereunder, neither the contractor nor subcontractor, nor any person acting on behalf of the contractor or subcontractor, shall, by reason of race, religion, color, sex, national origin or ancestry, discriminate against any citizen of the State of Indiana, who is qualified and available to perform the work to which the employment relates; 2. That neither the contractor, subcontractor, nor any person on his behalf shall in any manner discriminate against or intimidate any employee hired for the performance of work under the contract on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to the contractor by the owner, under the contract, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract; and 4. That the contract may be canceled or terminated by.Owner, and all money due or to become due-hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the contract, tcUes-f- Pm! not , LLc-- (Name of Contractor) By: Title: [Must be signed by principal of organization or person executing Signature Affidavit]. Subscribed and sworn to this day of aL.. , 20 1 ! • (SEAL) A K ) \�� 0 , odls •.G/ cP • My Commission Expires: L '7 LO(Q1 CVO8 a = ° sus o z Resident of M Soni County. = Pao qc o •. P C-66G Water Transmission Maln/451.7272 ND-1 (Form LPW-0.25) I l CONTRACTOR'S AFFIDAVIT OF SUBCONTRACTORS EMPLOYED The following sub-contractors will perform work on 36" WATER TRANSMISSION MAIN, Contract 66G, in fulfilling the Agreement with the City of Carmel, Indiana. List only one subcontractor per category. Listing of more than one subcontractor per category may be cause for rejection of the Bid Proposal. NAME TRADE AMOUNT PRE-QUALIFIED (nearest $1,000) (Yes or No) t--oWe- Cloks+rVc lam 'gOr'e Z Dy 000 2 11 I 3. • I ri 964e Foee, r Ct t,rt 4c oDo 4• WA ✓t3) 40 o 1 t a xta�a� n,s`� l(A °A OD 5. I , r 6. 7. 8. 9. 10. • i I 11. 12. - i 13. 14. 15. I j C-66G Water Transmission Main/451.7272 SE-1 Subcontractor's Affidavit of Subcontractors Employed r Affidavit of Subcontractors Employed r Page No.2 [{ l G He/'' being duly sworn upon oath,deposes and says that he is PAListAid-- 1' of the firm fr1,eittJeS f /?w&r and is familiar with the affidavit herewith and that the statements are complete and true. Firm Na re' we &Alt L L d— ( 1 By: t " � i ' Title: Alt d.-id.0 Date: o Cho ix2R_ O� M Do 19 [Must be signed by principal of organization or person executing Signature Affidavit(Form LPW 0.22)). I 1 . STATE OF ) SS: COUNTY OF Oar^ ) I Ad_. /CEA 4 personally appeared before me,a Notary Public, in and for said County and State, this J L M. day of 0c•idLAA. , 20) 9, after being duly sworn upon his oath,says that the facts alleged in the foregoing affidavit are true. My Corri miss'on Expires: ++v++t't""'riu�/ l f�. . ifs,w OZ/o(a�2ot 9 \��.```0(tEND 4/c// ,�� ry Public-Signature \,: •. odiso,..0, �i:- My County of�Residence: •:`�Notoa o•.J' = U trJ6 l a.SON o,d�l�t3Yl - ;m tio•SAN jD�'90K:4z = Notary Public-Printed Name 6 0• E-..-- (S E A L) %7.,•'A�°'nmissworti, F..91 Off crel I . I . Ii I I I_, L C-66G Water Transmission Maln/451-7272 SE-2 Subcontractor's Affidavit of Subcontractors Employed L NOTICE OF AWARD TO: Midwest Paving 16105 River Road Noblesville, Indiana46062 (Contractor) Project Description: US-31 Crossing Water Transmission Main, Contract No.66G The Owner has considered the Bid submitted by you for the above described Project in response to its Advertisement/Notice to Bidders dated and Instructions to Bidders. The Owner has accepted your Bid for the Phase I portion of this project, pending financing with SRF funds for this project. . You are hereby notified that your Bid Proposal for Phase I has been accepted for items in the amount of $1,815,555.00. The Phase II Bid will not be awarded. You are required by the Advertisement/ Notice to Bidders and Instructions to Bidders to execute the Agreement and furnish the Performance Bond, Payment Bond and Certificates of Insurance required by the Specifications when the funds for this project are in place. We will notify you when the funds for this project are in place. Dated this 1 g day of 061 6{a_. 201 By. John Duffy Y Title: Utilities Director ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this _ gliik day of Zs c L e rA•e r- 2019. (NA-1) CITY OF CARMEL Notice of Award r r r I � This Page was Intentionally Left Blank I : I I . I ii 1 . L L L AGREEMENT BETWEEN OWNER AND CONTRACTOR This Agreement is made this day of Le r , 2019 , by and between City of Carmel, Indiana, Board of Public Works and Safety, One Civic Square, Carmel, Indiana 46032 ("Owner") and Midwest Paving, LLC ("Contractor"), for the project known as US 31 Crossing Water Transmission Main, Contract 66G, Carmel, Indiana (the "Project"). To be constructed on the site located In Carmel, Indiana. Owner: City of Carmel, Indiana Board of Public Works and Safety One Civic Square Carmel, IN 46032 Contractor: Midwest Paving , LLC 16105 River Rd Noblesville, IN 46062 Project: US 31 Crossing Water Transmission Main, (Phase 1 only) Contract 66G Engineer: Jones & Henry Engineers, Ltd. 1980 E116th St, Suite 260 Carmel, Indiana 46032 The Owner and Contractor agree as follows: Article 1. Contract Documents. The Contract Documents consist of this Agreement, the Drawings and the Specifications identified herein, and written modifications issued after execution of this Agreement. The Contract Documents form the Contract for Construction and represent the entire and integrated agreement between the parties hereto and supersede any and all prior negotiations, representations or agreements, either written or oral. The Contract Documents shall not be construed to create a contractual relationship of any kind (1) between Owner and any subcontractor or (2) between any persons or entities other than Owner and Contractor. A. Conflicts/Order of Precedent. Contractor shall promptly call to the attention of Owner any discrepancy or conflict in the Drawings or Specifications that affect its Work. In the event of conflict or discrepancies between and among the Contract Documents, figure dimensions shall take precedence over scale measurements, large scale details shall take precedence over small scale plans or C-66G Water Transmission Main/451-7272 A-1 City of Carmel, Indiana Agreement Between Owner and Contractor r an earlier date and Part 4 of the technical specifications title 'Special Provisions" shall take precedence over Parts 1, 2 or 3. Any part of the Work shown on the Drawings but not specifically mentioned in the Specifications, or vice versa, shall be considered as part of the Work as though included in both. In the event of an 11 inconsistency or conflict between the Drawings and Specifications, or within either document not clarified by addendum, the better quality or greater quantity of Work shall be provided. Likewise, the Work to be undertaken by Contractor shall include ( r all incidental work necessary as customarily done for the completion of the Project even though it may not be specifically described in the Specifications or Drawings. B. Contractor's Review of Contract Documents. Contractor has carefully studied and compared the Contract Documents with each other and with information furnished by Owner and has reported to Owner all errors, inconsistencies or omissions. Contractor shall have no rights against Owner for errors, inconsistencies ' or omissions in the Contract Documents unless Contractor recognized such error, inconsistency or omission and reported it prior to the date of this Agreement. Contractor shall perform no construction activity knowing it involves a recognized error, inconsistency or omission in the Contract Documents: Contractor warrants and represents to Owner that the Drawings and Specifications for the Work are suitable and adapted for said Work and guarantees the sufficiency of said Drawings and Specifications for their intended purpose and agrees that it will perform the Work and complete the same to the satisfaction of Owner, C. Enumeration of Contract Documents. An enumeration of the Contract Documents, other than Modifications, is: 1.1 This Agreement (pages A-1 to A-27, inclusive). 1.2 Contractor's Bid (pages B-1 to B-9, inclusive) - Exhibit A. 1.3 Performance Bond - Exhibit B, 1,4 Payment Bond - Exhibit C. . 1.5 Contractor's Affidavit and Waiver— Exhibit D 1.6 Contractor's Affidavit and Waiver— Exhibit E I 1.7 Change Order- Exhibit F 1.8 Confined Space Acknowledgement— Exhibit G. 1.9 Verification of Work— Exhibit H 1.10 General Conditions (pages GC-1 to GC-46, inclusive). 1.11 Special Conditions, if any (page SC-1 to SC-2 inclusive. 1.12 Specifications, consisting of all sections listed in Table of Contents thereof with the general title: US 31 Crossing Water Transmission Main, Contract 66G (The Specification are attached to this Agreement.) I.1 1.13 Drawings, consisting of a cover sheet and sheets numbered 1 through I 10, inclusive with each sheet bearing the following general title: US 31 Crossinq Water Transmission Main, Contract 66G L C-66G Water Transmission Main/451-7272 A-2 City of Carmel,Indiana Agreement Between Owner and Contractor L (The Drawings are Not attached to this Agreement.) 1.14 Addenda numbers 1 to 1 inclusive. 1.15 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.4 of the General Conditions. There are no Contract Documents other than those listed above in this Article 1. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.4 of the General Conditions. Article 2. The Work. The intent of the Agreement is to provide for the construction and completion in every detail of the work described. Contractor shall provide all materials, labor, tools, equipment, supplies, safety equipment, transportation and supervision necessary to perform, and shall perform, the work in a good and workmanlike manner and in accordance with the Contract Documents (as hereinafter defined) or reasonably inferable by Contractor as necessary to produce the results intended by the Contract Documents and generally described as US 31 Crossing Water Transmission Main, Contract 66G (all hereinafter called the "Work"): A. Supervision and Construction Procedures. Contractor shall supervise and direct the Work using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work. Contractor shall be responsible to Owner for the acts and omissions of Contractor's employees, subcontractors, material suppliers, laborers, equipment lessors and all other persons performing portions of the Work. Contractor shall be responsible for the inspection of Work performed under the Contract Documents to determine that the Work is in proper condition to receive subsequent Work. B. Subcontractors. Before construction commences, Contractor shall furnish in writing to Owner the names of all persons or entities proposed for each principal portion of the Work and their respective contract sums. Contractor shall not contract with a proposed person or entity to whom Owner has made a reasonable objection. Contractor shall not change a subcontractor, person or entity previously selected if Owner makes reasonable objection to such change. 1. By appropriate agreement, Contractor shall require each subcontractor, to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of the Contract Documents, and to assume toward Contractor all the obligations and responsibilities which Contractor, by the Contract Documents, assumes toward Owner. Each subcontract shall preserve and protect the rights of Owner under the Contract Documents with respect to the Work to be performed by the subcontractor so that subcontracting thereof will not prejudice such rights. Contractor shall make available to each proposed subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the subcontractor will be bound. Each subcontract for a portion of the Work is contingently assigned by Contractor to Owner, however, such assignment is effective only after termination of this Agreement by Owner for cause pursuant to Article 15 of the General Conditions and only for those subcontracts which Owner accepts by notifying the subcontractor in writing. C-66G Water Transmission Main/451-7272 A-3 City of Carmel,Indiana Agreement Between Owner and Contractor 2. Contractor along with its Subcontractors shall assure harmonious labor relations at and adjacent to the Project and site so as to prevent any delays, disruptions or interference to the Work. Contractor shall prevent strikes, sympathy F' strikes, slowdowns, work interruptions, jurisdictional disputes or other labor disputes resulting for any reason whatsoever from the acts or failure to act of the employees of Contractor or any of its subcontractors, material suppliers, or other such persons or r' entities. Contractor agrees that it will bind and require all of its subcontractors, material suppliers and other such persons or entities to agree to all of the provisions of this paragraph. If Contractor or any of its subcontractors, material suppliers or other such persons or entities fail to fulfill any of the covenants set forth in this paragraph, Contractor will be deemed to be in default and substantial violation of the Contract Documents. r C. Contractor's Representations. Contractor represents and warrants the following to Owner as a material inducement to Owner to execute this Agreement, which representations and warranties shall survive the execution and I , delivery of this Agreement, any termination of this Agreement, and the final completion of the Work: 1. Contractor is able to furnish the tools, materials, supplies, equipment and labor required to complete the Work and perform its obligations hereunder and has sufficient experience and competence to do so; 2. Contractor has examined and carefully studied the Contract Documents (including the Addenda enumerated herein) and the other related data identified in I - the Bidding Documents including "technical data." 1 . 3. Contractor has visited the site of the Project and is familiar with the local conditions under which the Work is to be performed and has correlated . observations with the requirements of the Contract Documents; and 4. Contractor is familiar with and is satisfied as to all federal, state and 1 local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. I . 5. Contractor possesses a high level of experience and expertise in the business administration, construction and superintendence of projects of the size, complexity and nature of the Project involving, among other things, the Work to be performed hereunder, and will perform the Work with the care, skill and diligence of such a contractor. S. Contractor represents and warrants and the Owner awards this Agreement upon the express warranty of the Contractor that he has not, nor has any other member, representative, agent, or officer of the firm, company, corporation or partnership represented by the Contractor: a. employed or retained any company or person, to solicit or secure this Agreement; L C-66G Water Transmisslon Maln1451-7272 A-4 City of Carmel,Indiana Agreement Between Owner and Contractor l.� b. entered into or offered to enter into any combination, collusion, or agreement to receive or pay and that the Contractor has not received or paid, any fee, commission, percentage, or any other consideration, contingent upon or resulting from the award of and the execution of this Agreement, excepting such consideration and subject to the terms and conditions expressed upon the face of the within Agreement. 7. Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Special Conditions as provided in paragraph 4.2.1 of the General Conditions. Contractor accepts the determination set forth in paragraph 4.2 of the General Conditions of the extent of the "technical data" contained in such reports and drawings upon which Contractor is entitled to rely as provided in paragraph 4.2 of the General Conditions. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect • cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing • of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. For a breach or violation of this representation, the Owner shall have the right to cancel this Agreement without liability and to recover, at the election of the Owner, any and all monies or other consideration paid hereunder. 8. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 9. Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing of the Work. Article 3. Engineer. The Project has been designed by Jones & Henry Engineers, Ltd., who is hereinafter referred to as Engineer and who is to act as the Owner's 1 I . C-66G Water Transmission Main/451-7272 A-5 City of Carmel,Indiana Agreement Between Owner and Contractor r representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work all in accordance with the Contract Documents. Article 4. Date of Commencement and Completion. Contractor shall commence its Work promptly upon receipt of written notice from Owner to proceed with the Work, and Contractor shall achieve Substantial Completion within 100 calendar days for Phase I plus 40 additional calendar days for Phase 11 after the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, subject to adjustments authorized by Owner ("Contract Time"). The Work shall be completed and ready for final payment in accordance with paragraph 14.7.2 of the General Conditions within 120 calendar days for Phase I plus 60 additional calendar days for Phase II after the date when the Contract Time commences to run. Record Documentation, as defined in Section C-01010 paragraph 14, shall be submitted in I an acceptable format within 20 days following Substantial Completion. The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. Time limits stated in the Contract Documents are of the essence of this Agreement. By executing this Agreement, Contractor confirms that the Contract Time is a reasonable period for performing the Work. Contractor shall not knowingly, except by agreement or instruction of Owner in writing, prematurely commence operations on the site or elsewhere prior to the effective date of insurance required by Article 5 of the General Conditions. A. Commencement. It is not incumbent upon Owner to notify Contractor when to begin (other than the notice to proceed), cease or resume Work, to give early notice of the rejection of faulty Work, nor in any way to superintend so as to relieve Contractor of responsibility or of any consequence of neglect or carelessness by Contractor or its subordinates, All materials and labor shall be furnished at such time as shall be for the best interest of all trades concerned, to the end that the combined Work of all may be properly and fully completed in accordance with the progress schedule. B. Overtime. Owner, if it deems it reasonably necessary, may direct Contractor to work overtime, in addition to any overtime required to meet the progress schedule and, if so directed, Contractor shall Work said overtime. Provided that Contractor is not in default under any of the terms or provisions of the Contract Documents, Contractor will be reimbursed for such actual additional wages paid, if I , any, at rates which have been approved by Owner plus taxes imposed by law on such additional wages, worker's compensation insurance and levies on such additional wages if required to be paid by Contractor. If, however, the progress of the Work or of the Project be delayed by any fault or neglect or act or failure to act of Contractor or any of its officers, agents, servants or employees, then Contractor shall, in addition to all of the other obligations imposed by this Agreement upon Contractor in such cases, and at its own cost and expense, work such overtime as may be necessary to make up for all time lost and to avoid delay in the completion of the Work and of the Project. If, after written notice is given, Contractor refuses to work overtime required to make up lost time or to avoid delay in the completion of the Work and of the Project, Owner may hire others to perform the Work and deduct the cost from Contractor's Contract Sum. C. Delay. Should the progress of the Work or of the Project be delayed by any fault or neglect or act or failure to act of Contractor or any of its officers, agents, Li C-66G Water Transmission Main/451-7272 A-6 City of Carmel,Indiana Agreement Between Owner and Contractor L 1 servants or employees so as to cause any additional cost, expense, liability or damage to Owner, or any damages or additional costs or expenses for which Owner may or shall become liable, Contractor shall and does hereby agree to compensate Owner for and indemnify them against all such costs, expenses, damages and liability. D. Excusable Delay. If Contractor is delayed, suspended, accelerated, interfered with, or otherwise hindered (collectively referred to as "hindrance" or "hindrances") at any time in the progress, performance or completion of any portion or portions of the whole of the Work contemplated by the Contract Documents as a result of flood, cyclone, hurricane, tornado, earthquake or other similar catastrophe, or as the result of acts of God, the public enemy, acts of the Government, or fires, epidemics, quarantine restrictions, strikes or labor disputes, freight embargoes or unusual delay in transportation, unavoidable casualties, or abnormal weather or on account of any acts or omissions of Owner or others engaged by it (except as herein provided), or by their employees, agents or representatives, or by changes ordered in the Work by Owner which are not required to correct problems or discrepancies in Contractor's Work, or by any other causes which Contractor could not reasonably control or circumvent, and which are not due to any fault, neglect, act or omission on Contractor's part, and the risks of which are not otherwise assumed by Contractor pursuant to the provisions of the Contract Documents, then the Contract Time for completion of the portion or portions of the Work directly affected by such hindrance shall, upon timely written request of Contractor, be extended by a period equivalent to the time lost by reason of the aforesaid causes by Change Order approved and signed by Owner. All claims for an extension of the Contract Time shall be based on written notice delivered to Owner and Engineer within twenty-one (21) days of the commencement of the event or occurrence giving rise to the claim. Such notice must set forth (a) the cause of the hindrance, (b) a description of the portion or portions of the Work affected thereby, and (c) all details pertinent thereto, including supporting data and the specific number of days requested. It.is a condition precedent to the consideration or validity of all claims for an extension of the Contract Time that such claims be made in writing and delivered in strict accordance with all applicable time limits provided above. Otherwise, such claims shall be waived, invalid and unenforceable as against Owner. E. No Damages for Delay. Contractor agrees that, whether or not any hindrances shall be the basis for an extension of the Contract Time, it shall have no claim against Owner for an increase in the Contract Sum, nor a claim against Owner for a payment or allowance of any kind for damage, loss or expense resulting from hindrances, except for acts constituting intentional and unjustified or unreasonable interference, disruption or delay by Owner with Contractor's performance of its Work when such acts continue after Contractor's written notice to Owner of such interference, disruption or delay. Owner's exercise of its rights under the Contract Documents, including but not limited to, its rights regarding changes in the Work, regardless of the extent or number of such changes, performance of separate work or carrying out Contractor's Work by Owner, directing overtime or changes in the sequence of the Work, withholding payment or otherwise exercising its rights under C-66G Water TransmIsslon Main/451-7272 A-7 City of Carmel,Indiana Agreement Between Owner and Contractor r the provisions of this Agreement shall not be construed as intentional or unjustified interference with Contractor's performance of the Work. F. Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is , not completed within the times specified in Article 4, plus any extensions allowed in accordance with Article 12 of the General Conditions, They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by Owner r , if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner ONE THOUSAND DOLLARS ($1,000.00) for each day that expires after the time specified in Article 4 for Substantial Completion until the Work is otherwise substantially complete. After Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining Work within the time specified in Article 4 for completion and readiness for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner ONE THOUSAND DOLLARS ($1,000.00) for each day that expires after the time specified in Article 4 for completion and readiness for final payment. 1 Article 5. Contract Sum. Owner agrees to pay Contractor for the timely and proper , performance of the Work, subject to additions and deductions provided therein and in accordance with the Contract Documents in current funds based on the bid prices as set forth in the conformed copy of the Contractor's Bid attached hereto as Exhibit A, the sum of One Million Eight hundred fifteen thousand, five hundred fifty five dollars ($1,815,555.00) . The Contract Sum, including authorized adjustments, is the total amount payable by Owner to Contractor for performance of the Work under the Contract I Documents. In determining the Contract Sum, Contractor has taken into account the level of completeness of the Contract Documents and has exercised its best skill and efforts to make (1) appropriate judgments and inferences in connection with the requirements of the Contract Documents, and (2) all inquiries to clarify the Contract Documents as necessary to calculate and establish the Contract Sum. The Contract Sum may be changed only by Change Order. 1 Article 6. Contract Payments. All payments provided herein are subject to funds as provided by Owner and the laws of the State of Indiana. Contractor shall submit I Applications for Payment in accordance with Article 14 of the General Conditions. Based on Applications for Payment properly submitted to Engineer by Contractor, the Applications for Payment will be processed by Engineer as provided in the General Conditions. A. Progress Payments; Retainage: Owner shall make monthly progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, no more often than monthly during construction as provided below. Each Application for Payment shall be based on the schedule of values established in paragraph 2.7 of the General Conditions (and in the case of Unit Price Work based on the number of units properly completed) or, in the event there is no schedule of values, as provided in the General Requirements. Such Application for Payment shall be supported by such data substantiating Contractor's right to payment as Owner may require, such as copies of requisitions from subcontractors and material suppliers. L C-66G Water Transmission Main/451.7272 A-8 City of Carmel,Indiana Agreement Between Owner and Contractor 1. Owner reserves the right to inspect the Project and approve the progress of Work completed to the date of the Application for Payment. If requested by Owner prior to making said payment, Contractor shall submit to Owner an Affidavit and partial Waiver of Lien, and/or partial waivers from subcontractors and material suppliers, in form and content satisfactory to Owner, stipulating that all costs for labor and materials incurred in the previous month have been paid to subcontractors, material suppliers, laborers and equipment lessors. An Application for Payment shall not include requests for payment of amounts Contractor does not intend to pay to a • subcontractor or material supplier. a. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or OWNER may withhold, in accordance with paragraph 14.2.2.5 of the General Conditions. b. Progress payment will be made for ninety percent (90%) of Work completed (with the balance being held as retainage). If Work is fifty percent (50%) complete as determined by Engineer, and if the character and progress of the Work has been satisfactory to Owner and Engineer, Owner, at its sole discretion and without obligation, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to one hundred percent (100%) of the Work properly completed. c. Progress payment will be made for ninety percent (90%) of invoice price for materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in paragraph 14.4 of the General Conditions). B. Payment of Subcontractors. The Contractor agrees to assume and does assume full and exclusive responsibility for the payment of subcontractors in compliance with Ind. Code § 36-1-12-13. The Agreement is expressly made an obligation covered by the Contractor's Payment Bond and Performance Bond obligation. The obligation of the surety shall not in any way be affected by the bankruptcy, insolvency, or breach of contract of the Contractor. 1. The making of an incorrect certification by the Contractor shall be considered a substantial breach of contract on the part of the Contractor. Based on a breach of contract, the Owner may, in addition to all other remedies, withhold all payments not yet made and recover all payments previously made less that amount which has actually been paid to subcontractors by the Contractor. The obligation is hereby created on the part of the Contractor to return all such payments previously made in such case. C-66G Water Transmission Main/451-7272 A-9 City of Carmel,Indiana Agreement Between Owner and Contractor I, 2. Upon receipt of a progress payment, Contractor shall pay promptly all (' valid bills and charges for materials, equipment, labor and other costs in connection with or arising out of the Work and will hold Owner free and harmless from and against all liens and claims of liens for such materials, equipment, labor and other (' costs, or any of them, filed against the Project or the site, or any part thereof, and from and against all expenses and liability in connection therewith including, but not limited to, court costs and attorneys' fees. Should any lien or claim of lien be filed of I record against the Project or the site, or should Owner receive notice of any claim or of any unpaid bill in connection with the Work, Contractor shall forthwith either pay or discharge the same and cause the same to be released of record or shall furnish Owner with appropriate indemnity in form and amount satisfactory to Owner. C. Withholding of Payment. If any claim or lien is made or filed with or against Owner, the Project, the real estate, or contract proceeds by any person claiming that Contractor or any subcontractor or any person for whom Contractor is liable has failed to make payment for labor, services, materials, equipment, taxes or other items or obligations furnished or incurred for or in connection with the Work, or if at any time there shall be evidence of such non-payment or of any claim or lien which is chargeable to Contractor, or if Contractor or any subcontractor or other person for whom Contractor is liable causes damages to the Work, or if Contractor fails to perform or is otherwise in default under any of the terms or provisions of the Contract Documents, Owner shall have the right to retain from any payment then due or thereafter to become due an amount which it deems sufficient to (1) satisfy, discharge and/or defend against such claim or lien or any action which may be brought or judgment which may be recovered thereon, (2) make good any such non- payment, damage, failure or default, and (3) compensate Owner for and indemnify him against any and all losses, liability, damages, costs, and expenses, including attorneys' fees and disbursements which may be sustained or incurred in connection therewith. Owner shall have the right to apply and charge against Contractor so much of the amount retained as may be required for the foregoing purposes. If the amount retained is insufficient therefore, Contractor shall be liable for the difference. 1. If Owner withholds any payment, partial or final, from Contractor, Owner i . may, but shall not be obligated or required to, make direct or joint payment on behalf of Contractor for any part or all of such sums due and owing to said subcontractors, material suppliers, equipment lessors and/or laborers for their labor, materials or equipment furnished to the Project, not to exceed the Contract Sum remaining due and owing to Contractor, and charge all such direct payments against the Contract Sum; provided, however, that nothing contained in this paragraph shall create any I personal liability on the part of Owner to any subcontractor, material supplier, equipment lessor or laborer, or any direct contractual relationship between Owner and them. D. Substantial Completion. Upon Substantial Completion of the Work in accordance with Article 14 of the General Conditions, the Owner shall pay the I Contractor an amount sufficient to increase total payments to Contractor to ninety- eight percent (98%)of the Contract Sum (with the balance being retainage), less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.4 of the General Conditions. L, C-66G Water Transmission Mainl451-7272 A-10 City of Carmel,Indiana Agreement Between Owner and Contractor L { E. Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.7.2 of the General Conditions, Owner shall pay the remainder of the Contract Sum as recommended by Engineer as provided in said paragraph 14.7.2. 1. When the Contractor completes the work in accordance with the Contract Documents and in an acceptable matter as determined by the Engineer, the Contractor will prepare a final estimate for the work performed and will furnish the Engineer with a copy of the final estimate. Final payment shall not become due until Contractor submits (a) an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which Owner or Owner's property might be responsible or encumbered (less amounts withheld by Owner) have been paid or otherwise satisfied, (2) a certificate evidencing that insurance required by the Contract Documents will remain in force after final payment is currently in effect and will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to Owner, (3) a written statement that Contractor knows of no substantial reason that the insurance will not be renewable to cover the period required by the Contract Documents, (4) consent of surety, if any, to final payment, and (5) if required by Owner, other data establishing payment or satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests or encumbrances. • 2. The Engineer, acting on behalf of the Owner, will then certify to the Owner's duly appointed representative the balance due the Contractor and the certificate will be deemed evidence of final acceptance of the completed Agreement by the Owner. Owner shall make final payment to the Contractor within one hundred twenty (120) days after final acceptance and completion of the Agreement. However, final payment may not be made on any amount that is in dispute, but final payment may be made on the part of the Contract Sum or those amounts not in dispute. For each day after one hundred twenty (120) days, the Owner will pay to the Contractor interest for late payment of money due to the Contractor. However, interest will not be paid for those days that the delay in payment is not directly attributable to the Owner. The annual percentage rate of interest that the Owner shall pay on the unpaid balance is eight percent (8%). 3. Acceptance of final payment by Contractor shall constitute a waiver of claims by Contractor except those previously made in writing and identified by Contractor as unsettled at the time of final payment. Article 7. Termination and Suspension. The Agreement may be terminated by the Owner or the Contractor as provided in Article 15 of the General Conditions. The Work may be suspended by the Owner as provided in Article 15 of the General Conditions. Article 8. Interest. Unless otherwise expressly provided in the Contract Documents, payments due to Contractor under the terms of the Contract Documents and unpaid shall bear no interest and Contractor shall be entitled to no interest, statutory or otherwise. If the right to interest is expressly provided in the Contract Documents, then such interest shall apply only with respect to liquidated and non-disputed payments, and shall accrue from and after the thirtieth (30th) day following Owner's receipt of a statement of account by Contractor demanding such C-66G Water Transmission Main/451-7272 A-11 City of Carmel,Indiana Agreement Between Owner and Contractor payment and containing an express statement by Contractor of its intention to assess such interest. In the event Owner is entitled to withhold payment under the Contract Documents, or in the event of a good faith dispute between Owner and Contractor, no interest shall accrue. Article 9. Owner's, Contractor's and Engineer's Representations. 9.1 The Owner's Representative is: Mr. John Duffy, Utility Director 30 West Main Street, Suite 200 Carmel, Indiana 46032 9.2 The Contractor's Representative is: CN DU4aS ,benney tb I Q,S t'yr r r� _C)ip`p'rsc?I 11t ..I i,04.Q Article 10. Miscellaneous. A. GOVERNING LAW. This Agreement shall be governed by the laws of the State of Indiana. B. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. C. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the prior written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. D. SUCCESSORS AND ASSIGNS. Owner and Contractor respectively bind themselves, their successors, assigns and legal representatives to the other party hereto in respect to covenants, agreements and obligations contained in the Contract Documents. Neither party to this Agreement shall assign this Agreement without the written consent of the other. If either party attempts to make such an assignment without such consent, that party shall nevertheless remain legally responsible for all obligations under this Agreement. E. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken'provision. C-66G Water Transmission Main/451-7272 A-12 City of Carmel,Indiana Agreement Between Owner and Contractor 1 . F. WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in person to the individual or to an officer of the corporation for which it was intended, or if delivered at or sent by registered or certified mail to the last business address known to the party giving notice. G. RIGHTS AND REMEDIES. Duties and obligations imposed by the Contract . Documents and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law. No act or failure to act by Owner or Contractor shall constitute a waiver of a right or duty afforded them under this Agreement, nor shall such action or failure to act constitute approval of or acquiescence in a thereunder. Article 11. Dispute Resolution. A. Mediation. The parties shall endeavor to resolve their claims by mediation which, if the parties mutually agree, shall be administered by the American Arbitration Association in accordance with its Construction Industry Mediation Procedures in effect on the date of the Agreement. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. B. Litigation. In the event of any litigation between the Owner and Contractor that arises out of or relates to this Agreement or the Project, the "prevailing party" in such litigation shall be entitled to recover its attorneys' fees incurred in the litigation. For the purposes of this paragraph, the term "prevailing party" shall mean the party that recovers all or substantially of the relief requested in its pleadings, and includes attorneys' fees incurred in the collection or enforcement of any judgment. The parties agree that the exclusive and sole venue for any claim arising out of or relating to the Contract shall be any court of competent jurisdiction located in Hamilton County, Indiana. IN WITNESS WHEREOF, Owner and Contractor have signed five (5) copies of this Agreement. One counterpart each has been delivered to Owner, Contractor and Engineer. All portions of the Contract Documents have been signed or identified by Owner and Contractor or identified by Engineer on their behalf. C-66G Water Transmission Main/451-7272 A-13 City of Carmel, Indiana Agreement Between Owner and Contractor This Agreement will be effective ona E'h r 19 , 2019 (which is the Effective Date of this Agreement as defined in the General Conditions). City of Carmel, Indiana Midwest Paving, LLC Owner Contractor By Board of Works & Public Safety By /ildit_Ku � t y [CORPORATE SEAL] Mayor and Member Member Member Attest Attest ,f1:7 Christine Pauley, Clerk-Treasurer Address for giving notices Address for giving notices City Hall One Civic Square f(p(oS Ri VP.17 a2 oc cl Carmel, IN 46032 No141Svi I IF, 1 iJ 4(9O&02 License No. Agent for service of process: C-66G Water Transmission Main/451-7272 A-14 City of Carmel,Indiana Agreement Between Owner and Contractor 1 INSTRUCTIONS FOR EXECUTING AGREEMENT If the Contractor is a corporation, the following certificate should be executed by an officer of the firm other than the Agreement slgnee: I, Na}j K{t}y certify that I am the 6((LA-I of the corporation named as Contractor hereinabove; that 1 1c1 c Kt 117 who signed the foregoing Agreement on behalf of the Contractor was then rs drner of said Corporation; that said Agreement was duly signed for and in behalf of said Corporation by authority of its governing body, and is within the scope of its corporate powers. • (Corporate Seal) If the Agreement is signed by the secretary of the corporation, the above certificate should be executed by some other officer of the corporation, under the corporate seal. In lieu of the foregoing certificate there may be attached to the Agreement copies so much of records of the corporation as will show the official character and authority of the officers signing, duly certified by the secretary or assistant secretary under the corporate seal to be true copies. The full name and business address of the Contractor should be inserted and the Agreement should be signed with his official signature. The name of the signing party or parties should be typewritten or printed under all signatures to the Agreement. If the Contractor should be operating as a partnership, each partner should sign the Agreement. If the Agreement be not signed by each partner, there should be attached to the Agreement a duly authenticated power of attorney evidencing the signer's (signers') authority to sign such contract for and in behalf of the partnership. If the Contractor be an individual, the trade name (if the Contractor be operating under a trade name) should be indicated in the Agreement and the Agreement should be signed by such individual. If signed by one other than the Contractor, there should be attached to the Agreement a duly authenticated power of attorney evidencing the signer's authority to execute such Agreement for and in behalf of the Contractor. C-66G Water Transmission Main/451-7272 A-15 City of Carmel,Indiana Agreement Between Owner and Contractor r If the Contractor be an individual, the trade name (if the Contractor be operating (� under a trade name) should be indicated in the Agreement and the Agreement should be signed by such individual. If signed by one other than the Contractor, there should be attached to the Agreement a duly authenticated power of attorney evidencing the signer's authority to execute such Agreement for and in behalf of the Contractor. The remaining part of this page is intentional blank. I • I . I , 1 , 1 , L 1_J C-66G Water Transmission Maln/451-7272 A-16 City of Carmel,Indiana Agreement Between Owner and Contractor L�