Loading...
HomeMy WebLinkAboutCalumet Civil Contractors, Inc./ENG/$833,129/Sewer and Storm Water Improvements DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 V,a1U111V1 A-1 V11 V—V1111(1,WI a,111V. Engineering Department-2020 Appropriation#206 43-509.00,250 43-509.00 Fund;P.O. #104332 Contract Not To Exceed$833,129.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Calumet Civil Contractors, Inc., an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT,ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 206 43-509.00 CUM Cap Sewer Fund and 250 43-509.00 Storm Water Fund funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. Vendor will not perform any of the Services detailed in Exhibit A prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Vendor shall perform only those Services specifically detailed in the Notice. If the Vendor desires clarification of the scope of any Notice to Proceed, the Vendor shall obtain such clarification from the City in writing, prior to performing the service set forth in the Notice to Proceed. Any services performed without the City's prior express written authorization will not be compensated. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Eight Hundred Thirty Three Thousand One Hundred Twenty Nine Dollars ($833,129.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Project 18-23; Auman Neighborhood Drainage Improvements Oswego Road and Shoshone Drive" received by the City of Carmel Board of Public Works and Safety on or about September 16, 2020, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. [S:\Contracts\Prof.Svcs&Goods Svcs\Engreering\2020\Calmuet Civil Contractors.Inc.Goods and Services.doc:10/6/2020 1:09 PM] 1 DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 V,a1U111V1 A-1V11 V—V1111(1,WI a,111V. Engineering Department-2020 Appropriation#206 43-509.00,250 43-509.00 Fund;P.O. #104332 Contract Not To Exceed$833,129.00 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c)fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request,with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. [S:\Contracts\Prof.Svcs&Goods Svcs\Engreering\2020\Calmuet Civil Contractors,Inc.Goods and Sold ices.doc:10/6/2020 1:09 PM] 2 DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 V.0.1U111V1 A-1V11 V—V1111(1,WI a,111V. Engineering Department-2020 Appropriation#206 43-509.00,250 43-509.00 Fund;P.O. #104332 Contract Not To Exceed$833,129.00 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E-Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E- Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement [S:\Contracts\Prof.Svcs&Goods Svcs\Engreering\2020\Calmuet Civil Contractors.Inc.Goods and Services.doc:10/6/2020 1:09 PM] 3 DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 V,a1U111V1 A-1 V11 V—V1111(1,WI a,111V. Engineering Department-2020 Appropriation#206 43-509.00,250 43-509.00 Fund;P.O. #104332 Contract Not To Exceed$833,129.00 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, One Civic Square Corporation Counsel Carmel, Indiana 46032 Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Calumet Civil Contractors, Inc. 4898 Fieldstone Drive Whitestown, Indiana 46075 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. [S:\Contracts\Prof.Svcs&Goods Svcs\Engreering\2020\Calmuet Civil Contractors.Inc.Goods and Services.doc:10/6/2020 1:09 PM] 4 DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 V,a1U111V1 A-1V11 V—V1111(1,WI a,111V. Engineering Department-2020 Appropriation#206 43-509.00,250 43-509.00 Fund;P.O. #104332 Contract Not To Exceed$833,129.00 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2020 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 27. IC 5-16-13. The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference. 28. DEBARMENT AND SUSPENSION 28.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term "principal" for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Vendor. [S:\Contracts\Prof.Svcs&Goods Svcs\Engreering\2020\Calmuet Civil Contractors.Inc.Goods and Services.doc:10/6/2020 1:09 PM] 5 DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 Calumet Civil Contractors,Inc. Engineering Department-2020 Appropriation#206 43-509.00,250 43-509.00 Fund;P.O. n104332 Contract Not To Exceed 5833,129.00 28.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City's request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. 29. IRAN CERTIFICATION. Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. 29. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Calumet Civil Contractors, Inc. by and through its Board of Public Works and Safety • .4 By: By: Not Present James Brainard, Presiding Officer Aut, rrize`d Signature Date: D sg ebv: • Kevin S. Green rilun a`^" Printed Name Mary Ann Burke, Member Date: 11/4/2020 President D sy eer Title Fjovi Glaholn, Lori S.nWatson,Member FID/TIN: 35-1151771 Date: 11/4/2020 Last Four of SSN if Sole Proprietor: ATTEST: Date: October 12, 2020 �DocoS:gned by: Su/. (PoLf b Sue Wolfgang,Clerk Date: 11/4/2020 �S.4-.0.Pmf .S.r.k finnf.Si c.F.pamrinp:02y'fialunn C1.il Cmnaary Cmt..,d Sen iu.dnr I6,6'!B24,I fig PM 6 DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: Calumet Civil Contractors, Inc. Project Name: Project No. 18-23 Auman Neighborhood Drainage Improvements Oswego Road and Shoshone Drive Date Submitted: September 16, 2020 Base Quote $472,455.00 Amount: EXHIBIT Revised 8/26t2020 A (1 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Calumet Civil Contractors, Inc. 1,2 Bidder Address: Street Address: 4898 Fieldstone Drive City: Whitestown State: IN Zip: 46075 Phone: 317-769-1900 Fax: 317-769-7424 1,3 Bidder is a/an [mark one] Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered lithe Bidder or any of its partners orjoint venture parties is a foreign comoration. Note: To do business in or with the City of Cannel, hidiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General Opinion 12, dated January 23, 1958,1 .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-3 EXHIBIT Version 2016-08-31 A (2 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 PART 2 BID PROPOSAL 2.1 Base Bid - Shoshone Drive east to and including Oswego Road The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 Base Bid hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Four Hundred and Seventy Two Thousand, Four Hundred and Fifty-Five Dollars ($ 472,455.00 ).The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. 2.2 Mandatory Alternate Bid#1 Shoshone Drive from Oswego Road east to West Auman Drive Mandatory Alternate Bid #1 shall include the Bidder to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3, Alternate Bid #1 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total One Hundred and Thirty-Four Thousand, Eight Hundred and Ten Dollars ($ 134,810.00 2.3 Mandatory Alternate Bid#2 Shoshone Drive from West Auman Drive to East Altman Drive Mandatory Alternate Bid #2 shall include the Bidder to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3, Alternate Bid #2 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Two Hundred and Twenty-Five Thousand, Eight Hundred and Sixty-Four Dollars ($ 2.25,864.00 BID-4 EXHIBIT Vrrsion2016M-31 A (3 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 PART 3 CONTRACT ITEMS AND UNIT PRICES 3.1 BASE BID SHOSHONE DRIVE EAST TO AND INCLUDING OSWEGO ROAD Prices In Figures Contract Description/ Estimated Unit Total Price 1 U Item No. Unit Price [in Wor nitds} Quantity Price for Item 1 Right-of-Way Clearing 1 LS $40,000.00 $40,000.00 2 Common Excavation 85 CYS $200,00 $17,000.00 3 Compacted Aggregate, No. 53,Base 465 TON $30.00 $13,950.00 4 HMA Surface,Type B 33 TON $125.00 $4,125.00 r 5 ,HMA Intemediate,Type B 35 TON * $115.00 $4,025.00 6 HMA Base,Type B 128 'ION —$90.00 $1152000 7 Milling(1.5") 120 SYS $35.00 $4,200.00 .._ ' 8 Sidewalk, Concrete,4" 550 SYS $67.00 $36,850.00 ... 9 16" Concrete Curb and Gutter with 825 LET $40.00 $33,000.00 Subdrain 10 ADA Intel section Ramps with Detectable Warning Surface with Oswego Road— 2 EACH $3,500.00 $7,000.00 Shoshone Drive Intersection Crosswalk Linework - — 11 Subsurface Drain in Swales 750 LET $20.00 $15,000.00 12 Pipe, RCP, 12",Type 2, Granular Backfill 222 LET $90.00 $19,980,00 13 Pipe, RCP, 15",Type 2, Granular Backfill 215 LFT $100.00 $21,500.00 14 Pipe, RCP, 18",Type 2, Granular Backfill 220 LFT $115.00 $25,300.00 15 Pipe, RCP, 24", Type 2, Granular Backfill ' 267 * LET $120.00 $32,040.00 16 Manhole, 4' Dia, Standard, with casting 8 EACH $5,000.00 $40,000.00 17 Manhole, 4' Dia, Doghouse, with casting 1 EACH $5,000.00 $5,000.00 18 Manhole, 5' Dia, Standard, 3' Sump, with 1 EACI1 $5,000.00 $5,000.00 casting 19 BMP1, Manhole, 4'Dia, Standard, with 1 EACH . $5,000.00 $5,000.00 casting 1 20 BMP3, 6'Downstream Defender WQU 1 EACH $30,000.00 $30,000.00 21 2'X2'Concrete Box Inlet, with casting 6 , EACH $2,500.00 $15,000.00 22 2'X3' Concrete Box Inlet,, Doghouse, with 1 EACH $3,000.00 $3,000.00 casting 23 Sewer Saddle 3 EACH $500.00 $1,500.00 24 Diversion Structures 1 EACH 1 $4,500.00 $4,500.00 25 1PCCP„ 6" 197 SYS $85.00 $16,745.00 131D-5 EXHIBIT A (4 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 Base Bid continued Contract Description/ Estimated Unit Total Price Item No, Unit Price[in Words] Quantity 1 Unit Price for Item 26 Adjust Existing Sanitary Manhole to Grade 1 EACH $400.00 $400.00 27 Mailbox Assembly, Single Reset 6 EACH $400.00 $2,400.06 28 Topsoil — — - 1 10 CYS $72.00 $7,920.06" 29 Permanent Seeding with Blanket 470 SYS $5.00 $2,350.00 30 Temporary Inlet Protection-curb 7 EACI I $250.00 $1,750.00 31 Temporary Inlet Protection - yard 14 EACH SI50.00 $2,100.00 32 Maintenance of Traffic 1 ES $10,700.00 $10,700.00 33 Construction Staking/Layout 1 LS $10,000.00 $10,000.00 _ 34 Mobilization/Demobilization 1 LS $23,600.00 $23,600.00 Total Base Bid $472,455.00 3.2 MANDATORY ALTERNATE #1 SHALL BE OFFERED FOR THE PROJECT SHOSHONE DRIVE FROM OSWEGO ROAD EAST TO WEST AUMAN DRIVE 1 Contract Description/ Estimated Unit Total Price Item No. Unit Price[in Words] Quantity Unit Price for Item I Right-of-Way Clearing 1 LS S10,000.001 S10,000.00 ... 2 Common Excavation 10 CYS $700.00 $7,000.00 3 Compacted Aggregate, No, 53, Base 160 TON $30,00 $4,800.00 4 HMA Surface,Type B 10 TON $135.00 $1,350.00 5 HMA Intermediate, Type B 10 TON $130.06 $1,300.00 6 HMA Base, Type B 37 TON $90.00 $3,330.00 7 Milling(1.5") 35 SYS $40.00 $1,400,00 8 Sidewalk, Concrete, 4" 206 SYS $65.00 $13,390.00 9 6" Concrete Curb and Gutter with 330 1ST $43.00 $14,190.00 Suhdrain 10 ADA Intersection Ramps with Detectable 1 EACH $2,700.00 $2,700.00 Warning Surface I 1 Subsurface Drain in Swales 195 LFT $27,00 $5,265.00 _ 12 Pipe, RCP, 12", Type 2, Granular Backfill 330 LET $55.00 $18,150.00 _ _ 13 Pipe, RCP, 15", Type 2, Granular Backfill 57 LFT $76.00 $4,332.00 14 Manhole, 4' Dia, Standard, with casting 2 EACII $5,000.00 $10,000.00 15 21.X2'Concrete Box Inlet, with casting - 4 EACH $2,800.00 $11,200.00 BID-6 EXHIBIT A (5 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 Mandatory Alternate#1 continued ContractDescription/ Estimated Unit Price Total Price Item No, Unit Price [in Words] Quantity Unit for Item 16 PCCP, 6" 76 SYS $84,00 $6,384.00" _ I 7 Mailbox Assembly, Single Reset I EACH $400.00 $400.00 I 8 Topsoil 55 CYS $70.00 $3,850,00 19 Permanent Seeding with Blanket 225 SYS $5,00 $1,125,00 20 Temporary Inlet Protection -curb 3 CACTI $250.00 $750.00 21 Temporary Inlet Protection - yard 3 EACH $150.00 $450.00 22 Maintenance of Traffic I LS $12,444.00 $12,444.00 23 Construction Staking/Layout I LS $1,000,00 $1,000.00 Total Mandatory Alternate#1 Bid $134,810.00 3.3 MANDATORY ALTERNATE#2 SHALL BE OFFERED FOR THE PROJECT SHOSHONE DRIVE FROM WEST AUMAN DRIVE TO EAST AUMAN DRIVE Contract Description/ Estimated Unit Price Total Price t Item No. lUnit Price [in Words] Quantity Uni for Item 1 Right-of-Way Clearing I LS $6,000.00 $6,000.00 2 Common Excavation 50 CYS $138,00 $6,900.00 3 Compacted Aggregate,No, 53,Base 95 TON $53.00 $5,035,00 4 HMA Surface,Type B 17 TON $145.00 $2,465,00 _ 5 HMA Intermediate, Type B 15 l'ON $130.00 $1,950.00 6 HMA Base,Type B 65 TON $100.00 $6,500.00 7 Milling (1.5") 60 SYS $44,00 $2,640,00 8 Sidewalk, Concrete,4" 244 SYS $66,00 $16,104 00 9 6" Concrete Curb and Gutter with 405 LET $50.00 $20,250.00 Subdrain ..__ I 0 ADA Intersection Ramps with Detectable Warning Surface with West Auman Drive I LACH $3,000,00 S3,000,00 Crosswalk Linework 11 Subsurface Drain in Swales 365 LH $20.00 $7,300.00 12 Pipe, RCP, 12",Type 2, Granular Backfill 239 LET $62.00 $14,818.00 13 Pipe, RCP, 18",Type 2, Granular Backfill 42 LET $86.00 $3,612,00 14 Manhole,4' Dia, Standard, with casting 1 EACH $6,500.00 $6,500.00 BID-7 EXHIBIT A (6 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 _Mandatory Alternate#2 continued Contract Description/ Estimated Unit Price Total Price Item No. Unit Price[in Words] Quantity Unit for Item . _ 15 Manhole, 5' Dia, Standard, 3' Sump, with I EACH $7,000,00 $7,000.00 casting . _ I 6 BMP2, 10' Downstream Defender WQU I EACH $75,000.00 $75,000.00 17 2'X2' Concrete Box Inlet, with casting 3 EACH $2,000.00 $6,000.00 - _ 18 Diversion Structures 1 EACH $7,000.00 $7,000.00 19 PCCP, 6" 27 SYS $95.00 $2,565.00 20 Adjust Existing Sanitary Manhole to Grade 1 EACH $700,00 I $700,00 21 Mailbox Assembly, Single Reset 1 EACH $400.00 $400.00 22 —Topsoil 85 CYS $70.00 $5,950.00 23 Permanent Seeding with Blanket 345 SYS $5.00 $1,725.00 24 Temporary Inlet Protection- curb 2 , EACH $250.00 $500.00 25 Temporary Inlet Protection - yard 4 EACH $150.00 $600.00 26 Maintenance of Traffic 1 LS $14,350.00 $14,350.00 _______ 27 Construction Staking/Layout 1 LS $1,000.00 $1,000.00 Total Mandatory Alternate#2 Bid $225,864.00 EXHIBIT BID-8 A (7 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE One Sept. 4, 2020 Two Sept. 14, 2020 Three Sept. 14, 2020 EXHIBIT BID-9 Version 201G-08.31 A (8 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: None EXHIBIT BID-10 Veision 2016.08-3I A (9 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the Work/Project if awarded. Information on Bidder's company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms #96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders". BID-I 1 EXHIBIT Version 2016-08-31 A (10 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 PART 7 ADDITIONAL DECLARATIONS 7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work contemplated by the Agreement with respect to hire,tenure,terms, conditions,or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated against. 7,2 The Bidder certifies that he/she has thoroughly examined the site of the Project/Work and informed himself/herself fully regarding all conditions under which he/she will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing conditions. The Bidder further certifies that he/she has thoroughly reviewed the Contract Documents, including all Addenda, and has had the opportunity to ask questions and obtain interpretations or clarifications concerning Contract Documents. BID-12 EXHIBIT Version 2016-08-31 A (11 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 PART 8 NON-COLLUSION AFFIDAVIT The individual person(s) executing this Bid Proposal, being first duly sworn,depose(s) and state(s) that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid by another person, or (ii) to prevent any person from bidding, or (iii) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other bids and without agreement, understanding or combination, either directly or indirectly,with any persons with reference to such bidding in any way or manner whatsoever. PART 9 SIGNATURES [Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution of each and every Part of this Itemized Proposal and Declarations Document.SIGNATURE MUST BE PROPERLY NOTARIZED.] Bidders Name: Calumet Civil Contractors, Inc. Written Signature: d Rader Printed Name: Title: Vice President Important -Notary Signature and Seal Required in the Space Below STATE OF Indiana SS: COUNTY OF Boone Subscribed and sworn to before me this 16thday of September Ii M202.0 464,„*•t‘A t•-•8 •03::\ciE'xhk,t• 0 My commission expires: 09/19/21 (Signed) /1/1 .474131' Printed: Man L. Byron F sF,A1 , Hamilton Indiana Pun0 Residing in_ County, State of BID-13 EXHIBIT Version 201G-08-31 A (12 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 BID BOND City of Carmel Instructions To Bidder Bidders may use this form or other form containing the same material conditions and provisions as approved in advance by OWNER/Obligee. Bidder/Surety must attach a signed certified and effective dated copy of the Power of Attorney or Attorney- In-Fact establishing the authority of the person(s)signing this Bid Bond on behalf of the Surety. Surety company executing this bond shall appear on the most current list of"Surety Companies Acceptable on Federal Bonds, " as specified in the U.S. Treasury Department Circular 570, as amended, and be authorized to transact business In the State of Indiana. KNOW ALL MEN BY THESE PRESENTS,that the undersigned "Bidder": Calumet Civil Contractors. Inc. and ''Surety": (Name] Fidelity and Deposit Company of Maryland (Address] 300 S Riverside Plaza, Suite 2100 Chicago, IL 60606 • a corporation chartered and existing under the laws of the State of Illinois and authorized to do business in the State of Indiana, are held and firmly bound unto the City of Carmel, Indiana ("Obligee") in the full and just sum equal to ten percent (10%) of the price stated in the Bid Proposal described in Part 2, including accepted alternates, if any, to be paid upon demand of the Obligee, together with interest at the maximum legal rate from date of demand and any attorney fees and court costs incurred by Obligee to enforce this instrument, to which payment well and truly to be made we bind ourselves,our heirs,executors,administrators,successors,and assigns,jointly and severally and firmly by these presents. Ten percent (10%) of the price stated in the Bid Proposal is V3312.90 WHEREAS,the Obligee has solicited Bids for certain Work for or In furtherance of construction of public improvements described generally as Auman Neighborhood Drainage Improvements Oswego Road and Shoshone Drive 18-23 In general,the work to be completed on the Auman Neighborhood Drainage Improvements Project involves the construction of new drainage structures and piping along the east side of Oswego Road to convey flow from Shoshone Drive north to Nappanee Drive. New drainage structures will also be constructed along the north side of Shoshone Drive approximately 250 feet east of South Rangeline Road to East Auman Drive to convey flow to existing and proposed storm structures. The proposed storm system includes pipe, open channel swales, curb and beehive inlets and water quality treatment structures. Along with these storm water improvements, curb and sidewalk will be installed along the east side of Oswego between Nappanee and Shoshone Drives and on the north side of Shoshone Drive from approximately 250-feet east of South Rangeline Road to East Atonal;Drive connecting to existing and proposed sidewalks in the project area. EXHIBIT BB-1 Version 2018 083) A (13 of 14) DocuSign Envelope ID: 18602746-7642-4CF0-9838-7738D50FAC89 pursuant to plans, specifications and other "Contract Documents" included as parts of and designated by such solicitation; and WHEREAS, the Bidder has submitted to the Obligee a Bid Proposal to perform such Work. NOW THEREFORE: The conditions of this obligation are such that if the Bid Proposal be accepted,with or without conditions,the Bidder shall within such time thereafter as prescribed by the Contract Documents (I) fulfill all conditions of such award that remain to be fulfilled, (ii) execute a Contract in accordance with the Bid Proposal and in the form and manner required by the Contract Documents, and (110 thereafter provide all bonds,and other Documentation required by the Contract Documents to be delivered to Obligee prior to commencing Work, including without limitation a sufficient and satisfactory Performance Bond and Payment Bond payable to Obligee, each in an amount of one hundred percent (MOM of the total Contract price as awarded and in form and with surety satisfactory to said Obligee, then this obligation to be void; otherwise to be and remain in full force and virtue in law,and the Surety shall,upon failure of the Bidder to comply with any or all of the foregoing requirements within the time specified above and as prescribed by the Contract Documents, Immediately pay to the Obligee,upon demand,the amount hereof, in good and lawful money of the United States of America, not as a penalty,but as liquidated damages. IN TESTIMONY THEREOF, the Bidder and Surety have caused this instrument to be duly signed and sealed this I Ith day of Septen2cy ,39: 2020 This Bid Bond shall bind the undersigned Surety whether or not also signed by the Bidder, "Bidder" Calumet Civil Contractors, Inc. "Surety" Fidelity and Deposit Company of Maryland By: By: Printed: Printed: Brad Rader, Vice President t.). miller 1.. Kasenia,A torney-in-Fact Countersigned: N A EXHIBIT BB-2 Version2016-08 31 A (14 of 14) DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 EXHIBIT C INSURANCE COVERAGES Worker's Compensation&Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $1,000,000 each employee Bodily Injury by Accident/Disease: $1,000,000 each accident Bodily Injury by Accident/Disease: $1,000,000 policy limit Commercial General Liability: General Aggregate Limit(other than Products/Completed Operations): $6,000,000 Products/Completed Operations: $5,000,000 Personal & Advertising Injury Each Occurrence Limit: $5,000,000 Comprehensive Auto Liability(owned, hired and non-owned) Bodily Injury and Property Damage: $5,000,000 each occurrence Umbrella Excess Liability If a commercial umbrella liability policy is used to satisfy the minimum limits of liability requirements, the combined limits must equal these minimum limits of liability. DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 EXHIBIT D AFFIDAVIT ,being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by (the "Employer") in the position of 3. I am familiar with the employment policies,practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E-Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the day of , 20 Printed: I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. Printed: DocuSign Envelope ID: 18602746-7B42-4CF0-9838-7738D50FAC89 Page 1 of 1 INDIANA RETAIL TAX EXEMPT 9 II itCity of cIiriii ci CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 104332 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A/P CARMEL, INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 10/5/2020 034249 18-23 Auman Neighborhood Drainage Improvements- Construction CALUMET CIVIL CONTRACTORS City Engineering's Office VENDOR 4898 FIELDSTONE DRIVE SHIP 1 Civic Square TO Carmel, IN 46032- WHITESTOWN, IN 46075- Laurie Slick PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 50335 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 206 CUM Cap Sewer Fund Account: 43-509.00 1 Each Auman and Newark Neighborhood Improvements $7,593.00 $7,593.00 Sub Total $7,593.00 Department: 2200 Fund: 250 Storm Water Account: 43-509.00 1 Each Auman and Newark Neighborhood Improvements $825,536.00 $825,536.00 Sub Total $825,536.00 ( QF CA J94,40. III .0 a II ., * RI ■ U a IULA mmit Send Invoice To: City Engineering's Office Laurie Slick 1 Civic Square Carmel, IN 46032- I PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $833,129.00 SHIPPING INSTRUCTIONS *A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN *C.O.D.SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. *PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABE *THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 194 �r AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman James Crider TITLE Director Director of Administration CONTROL NO. 1 04332 CONTROLLER