Loading...
HomeMy WebLinkAboutTSW Utility Solutions, Inc./UTL/$249,000/Construction Agreement/Industrial Drive Water Main ReplacementCONSTRUCTION AGREEMENT CzTfshfzHsfdivlijobu2;34qn-Nbz3:-3135CITYOFCARMEL INDUSTRIAL DRIVE WATER MAINREPLACEMENT thThisAgreementistobeeffectivethe5day of June ,2024 between City ofCarmel, Carmel, Indiana hereinafter called Owner) and TSW Utility Solutions, Inc. hereinafter called Contractor) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 WORK 1.1Contractorshall complete all Work as specified or indicated inthe Contract Documents and as authorized by the Owner. The Work includes: 1.1.1.Provide all labor, materials, and equipment, to install approximately 630linear feet of water main through open-cut installation and directional drilling, miscellaneous repair work including pavementrepair and curb restoration, and all related Work as shown in the Bid Documents. 1.2The Project for which work is to be performed under the Contract Documents is generally described as: Industrial Drive Water MainReplacement Project. ARTICLE 2 OWNER 2.1The Project is being administered by the City of Carmel Utilities, Carmel,Indiana. The Utilities has final decision making authority for all significant matters and issues related to the Project. ARTICLE 3 ENGINEER 3.1The Project has been designed by American Structurepoint, Inc., 9025 River Road, Suite 200, Indianapolis, Indiana 46240. ARTICLE 4 CONTRACT TIME 4.1The successful Bidder of the work shall substantially complete the Work, insixty(60)calendar daysafterbeing given Notice to Proceed. The successful Bidder of the Work shall subsequently complete the remaining parts of the Works, including cleanup, restoration, and any punch list items within30 calendar daysafter certification ofsubstantial completion. 4.2Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Agreement and that Ownerwill suffer financial loss if the Work is not completed within the time specified in Paragraph 4.1. They also recognize the delays, expense, and difficulties involved in proving in legal or arbitration proceedings the actual loss suffered by Ownerif the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 005215 -1 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 agree that as liquidated damages for delay (but not apenalty) Contractor shall pay Owner One Thousand Dollars and No Cents ($1,000) per day for each calendar day of delay until the Work is satisfactorily completed, for each phase of the Contract as specified in Paragraph 4.1. ARTICLE 5 CONTRACT PRICE 5.1 The Owner shall pay the Contractor for performance of the Work in accordance with the Contract Documents inthe amounts that follow, subject toadjustment under the Contract: A. For all Unit Price Work, an amount equal to the sum ofthe extended prices (established for each separately identified item of Unit Price Work by multiplying the unit price times the actual quantity of that item). B. Total of Unit Price Work (subject to final Unit Price adjustment) $ 249,000.00. ITEM UNIT TOTAL NO. DESCRIPTION UNITS QTY. COST COST 0001 MOBILIZATION AND LS 1 $ 12,300.00 $ 12,300.00 DEMOBILIZATION 0002 CONSTRUCTION LS 1 $ 5,550.00 $ 5,550.00 ENGINEERING 0003 MAINTENANCE OF TRAFFIC LS 1 $ 15,450.00 $ 15,450.00 0004 EROSION AND SEDIMENT LS 1 $ 7,000.00 $ 7,000.00 CONTROL 0005 8 IN DUCTILE IRON WATER LF 29 $ 377.00 $ 10,933.00 MAIN, OPEN CUT INSTALLATION 0006 12 IN DUCTILE IRON WATER LF 154 $ 308.00 $ 47,432.00 MAIN, OPEN CUT INSTALLATION 0007 12 IN HDPE WATER MAIN, LF 449 $ 174.00 $ 78,126.00 DIRECTIONAL DRILLED 0008 FIRE HYRANT ASSEMBLY EACH 1 $ 10,250.00 $ 10,250.00 0009 8IN GATE VALVE AND EACH 2 $ 2,000.00 $ 4,000.00 VALVE BOX 0010 12 IN GATE VALVE AND EACH 1 $ 3,400.00 $ 3,400.00 VALVE BOX 0011 8IN PIPE ABANDON LF 675 $ 33.00 $ 22,275.00 0012 3/4 IN COPPER WATER 31 LF $ 198.00 $ 6,138.00 SERVICE 0013 1IN COPPER WATER SERVICE 27 LF $ 233.00 $ 6,291.00 0014 PAVEMENT REPAIR SYS 220 $ 65.00 $ 14,300.00 0015 CURB RESTORATION LF 70 $ 60.50 $ 4,235.00 0016 SEEDING RESTORATION SYS 120 $ 11.00 $ 1,320.00 Total of all Extended Prices for Unit Price Work (subject to final adjustment based on actual (IN FIGURES) quantities) Two Hundred Forty Nine Thousand Dollars & Zero Cents $ 249,000.00 CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 2 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 ARTICLE 6 PAYMENT PROCEDURES 6.1 Contractor shall submit Applications for Payment to for review and recommendation. Applications for Payment will be processed by Owner. 6.2 Progress Payments: Retainage. Owner shall make progress payment on account of the Contract thPriceonthebasisofContractoronoraboutthe30day of each month during performance of the Work as provided in Paragraph 6.2.1 below. All progress payments will be on the basis of the progress ofthe work measured by the schedule of values. 6.2.1 Prior to Substantial Completion, progress payments will be made inan amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may determine or Owner may withhold, including, but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions. a. 90 percent of Work completed (with the balance being retainage). If the Work has been 50 percent completed as determined by , and if the character and progress of the Work have been found to be satisfactory by Owner and Representative, then as long as the character and progress of the Work remain satisfactory to Owner and , there will be no additional retainage; and b. 90 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage. 6.2.2 Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 100 percent of the Work completed, less such amounts as shall determine inaccordance with Paragraph 14.02.B.5 of the General Conditions and less 200 percent of estimate of the value of Work tobe completed or corrected as shown on the tentative list of items to be completed or corrected prepared by and attached to the Certificate of Substantial Completion. 6.3 Final Payment. Upon final completion and acceptance ofthe Work in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by as provided in said Paragraph 14.07 of the General Conditions. ARTICLE 7 INTEREST 7.1 All moneys not paid when due hereunder shall bear interest at the rate of 0% per annum. ARTICLE 8 S 8.1 In order to induce Owner to enter into this Agreement, Contractor makes the following representations. 8.1.1 Contractor is familiar with the nature, content, and extent of the Contract Documents, work locality, and all local conditions, and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress, or performance of the Work. CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 3 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 8.1.2 Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents including: 1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities), ifany, that have been identified in Paragraph SC-4.02 of the Supplementary Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in Paragraph SC-4.06 of the Supplementary Conditions as containing reliable "technical data. 8.1.3 Based on the information and observations referred to in Paragraph 8.1.2above, Contractor does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work atthe Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 8.1.4 Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 8.1.5 Contractor has given Owner written notice of all conflicts, errors, or discrepancies that have been discovered in the Contract Documents and the written resolution thereof by Owner is acceptable to Contractor. 8.1.6 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing ofthe Work. ARTICLE 9 CONTRACT DOCUMENTS 9.1 The Contract Documents that comprise the entire Contract between Owner and Contractor are made a part hereof as is attached to this Contract and consist of the following. 9.1.1 This Agreement 9.1.2 Performance Bond 9.1.3 Payment Bond 9.1.4 Bid Bond or Certified Check 9.1.5 General Conditions 9.1.6 Supplementary Conditions 9.1.7 Specifications as listed in the table of contents of the Project Manual. 9.1.8 Drawings consisting of 52 sheets. 9.1.9 Addenda: a. No. 1, dated April 10, 2024. b. No. 2, dated April 19, 2024. CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 4 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 9.1.10 Exhibits tothe Contract (enumerated asfollows): a. Notice ofAward b. s Bid including List of Subcontractors, E-Verify Affidavit, No Iranian Investment certification, List of Equipment and Work Form 96 including Non-Collusion Affidavit, and American Iron and Steel (AIS) Certification. c. Documents submitted by Contractor prior to Notice of Award. 9.1.11 The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice toProceed b. Any Modifications, including Work Change Directives or Change Orders, duly delivered after execution of Contract. 9.2 The documents listed in Paragraph 9.1.are attached to this Agreement (except as expressly noted otherwise above). 9.3 There are no Contract Documents other than those listed above in this Article 9. 9.4 The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 10 MISCELLANEOUS 10.1 Terms used in this Contract that are defined in Article 1of the General Conditions shall have the meanings indicated in the General Conditions unless modified in the Supplemental Conditions. 10.2 No assignment by aparty hereto ofany rights under or interests in the Contract Documents will be binding on another party hereto without the 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. 10.3 Owner and Contractor each bind themselves, their partners, successors, assigns, and legal representatives to the other party hereto, their partners, successors, assigns, and legal representatives in respect to all covenants, contracts, and obligations contained in the Contract Documents. 10.4 Davis-Bacon Act and Related Acts 1) Minimum Wages a. All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once aweek, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary ofLabor under the Copeland Act (29 CFR part 3)), the full amount CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 5 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary ofLabor which is attached hereto and made apart hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. b. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than aweekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in Section (4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer'spayroll records accurately set forth the time spent ineach classification in which work is performed. The wage determination including any additional classification and wage rates conformed under paragraph 1)(ii) of this section) and the Davis- Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in aprominent and accessible place where it can be easily seen by the workers. c. The City of Carmel Utilities, on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. d. The EPA award official shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: The work to be performed by the classification requested is not performed by aclassification inthe wage determination; and The classification isutilized in the area by the construction industry; and The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship tothe wage rates contained inthe wage determination. e. If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the City of Carmel Utilities agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), areport of the action taken shall be sent by the City ofCarmel Utilities to the State award official. The State award official will transmit the report, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, ordisapprove every additional classification action within 30 days of receipt and so advise the State award official or will notify the State award official within the 30-day period that additional time is necessary. CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 6 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 f. In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the and the City ofCarmel Utilities do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the questions, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The Administrator, or an authorized representative, will issue adetermination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. g. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. Whenever the minimum wage rate prescribed in the contract for aclass of laborers or mechanics includes afringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. h. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under aplan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in aseparate account asset for the meeting of obligations under the plan or program. 2) Withholding a. The City of Carmel Utilities, shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the (Agency) may, after written notice tothe contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3) Payrolls and basic records. a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for aperiod of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 7 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated inproviding benefits under aplan or program described insection 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the City of Carmel Utilities, that is, the entity that receives the sub- grant or loan from the State capitalization grant recipient. Such documentation shall be available on request of the State recipient or EPA. As to each payroll copy received, the City of Carmel Utilities shall provide written confirmation in aform satisfactory to the State indicating whether or not the project is in compliance with the requirements of29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required tobe maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need toinclude an individually identifying number for each employee (e.g., the last four digits ofthe employee'ssocial security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at https://www.dol.gov/agencies/whd/forms/wh347 or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to theCity ofCarmel Utilities for transmission to the State or EPA ifrequested by EPA, the State, the contractor, orthe Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It isnot a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the City of Carmel Utilities. c. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: d. That the payroll for the payroll period contains the information required to be provided under § 5.5(a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 8 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 e. That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; and f. That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. g. The weekly submission of a properly executed certification set forth on the reverse side ofOptional Form WH-347 shall satisfy the requirement for submission of the Statement of Compliance" required by paragraph (3)(ii)(B) of this section. h. The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 oftitle 31 ofthe United States Code. i. The contractor or subcontractor shall make the records required under paragraph 3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the State, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency or State may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to City of Carmel Utilities. 4) Apprentices and trainees. a. Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in abona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with aState Apprenticeship Agency recognized by the Office, or if aperson isemployed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who isnot individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or aState Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on apayroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site inexcess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 9 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 wage determination for the work actually performed. Where acontractor is performing construction on aproject inalocality other than that in which its program is registered, the ratios and wage rates (expressed inpercentages of the journeyman'shourly rate) specified in the contractor or subcontractor'sregistered program shall be observed. Every apprentice must be paid atnot less than the rate specified inthe registered program for the apprentice'slevel ofprogress, expressed as apercentage of the journeymen hourly rate specified inthe applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office ofApprenticeship Training, Employer and Labor Services, or aState Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices atless than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant toand individually registered in aprogram which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio oftrainees tojourneymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee'slevel of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. Ifthe trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at atrainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of atraining program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. 5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 10 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the governing federal agency may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as acontractor and a subcontractor as provided in 29 CFR 5.12. 8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5are herein incorporated by reference in this contract. 9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and Subrecipient(s), State, EPA, the U.S. Department ofLabor, orthe employees or their representatives. 10) Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor'sfirm is a person or firm ineligible tobe awarded Government contracts by virtue of section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of aGovernment contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 11) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen and guards shall require or permit any such laborer, mechanic, watchman or guard in any workweek in which he or she isemployed on such work to work in excess of forty hours insuch workweek unless such laborer, mechanic, watchman or guard receives compensation ata rate not less than one and one-half times the basic rate ofpay for all hours worked inexcess of forty hours in such workweek. CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 11 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 12) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in the above paragraph (11) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman or guard employed inviolation of the clause set forth in the above paragraph (11) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted towork in excess ofthe standard workweek of forty hours without payment of the overtime wages required by the clause set forth in the above paragraph (11) of this section. 13) Withholding for unpaid wages and liquidated damages. The City of Carmel Utilities, upon written request of the EPA Award Official or an authorized representative of the Department ofLabor, shall withhold or cause tobe withheld, from any moneys payable on account ofwork performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided inthe clause set forth inthe above paragraph (12) ofthis section. 14) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (11) through (14) of this section and also aclause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (11) through (14) of this section. a. In addition to the clauses contained in paragraph (13), above, in any contract subject only tothe Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the City of Carmel Utilities shall insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for aperiod of three years from the completion of the contract for all laborers, mechanics, watchmen and guards working on the contract. Such records shall contain the name and address ofeach such employee, social security number, correct classifications, hourly rates ofwages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the City of Carmel Utilities shall insert in any such contract aclause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the City ofCarmel and the Department ofLabor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 10.5 Davis-Bacon Wage/Fringe Benefit Certification 1) Every contractor and subcontractor furnishing work on the Project shall complete a Wage/Fringe Benefit Certification on the form available from the Indiana Finance Authority and submit this certification to the Labor Standards Administrator prior to commencing work CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 12 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 on the Project. 2) The Contractor shall require the substance of this provision to be included in all contracts with subcontractors. 10.6 Suspension and Debarment 1) Contractor shall fully comply with Subpart Cof 2 CFR Part 180 and 2 CFR Part 1532, is responsible for further requiring the inclusion of asimilar term or condition in any subsequent lower tier covered transactions. Contractor may access the Excluded Parties List System at www.epls.gov. This term and condition supersedes EPA Form 5700-49, 10.7 American Iron and Steel 1) The Contractor hereby acknowledges to and for the benefit of the City of Carmel Utilities that itunderstands the work, goods and services under this Agreement are being funded with monies containing supplemented from time to time by federal rules and guidance) that requires all of the iron this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Owner, and agrees, that (a) the Contractor has reviewed and understands the American Iron and Steel Requirements, (b) all of the iron and steel products used in the project as provided by the Contractor under this Agreement will be and/or have been produced in the United States in amanner that complies with the American Iron and Steel Requirements and (c) the Contractor will provide any further certification or assurance of compliance with this paragraph as may be requested by the Owner. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner torecover as damages against the Contractor (and the Contractor shall indemnify and hold the Owner harmless against) any loss, expense or cost (including without limitation ARTICLE 11 SAFETY 11.1 Contractor shall be responsible for the safety ofits employees at all times and shall provide all equipment to ensure their safety. Contractor shall ensure the enforcement of all applicable safety rules, regulations, ordinances, and laws, whether federal, state, union local, or Owner. Contractor shall hold harmless and indemnify Owner, City of Carmel, Engineer, during performance of the Work from, for, and against any claim of any person in tort, contract, or otherwise arising out of ajob-related injury, whether physical or otherwise. CONSTRUCTION AGREEMENT 2023.02371 Industrial Drive Water Main Replacement Project 00 52 15 - 13 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 NOT PRESENT DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 DOCUMENT 005380 – PERFORMANCE BOND Anysingular reference toContractor, Surety, Owner,orotherparty shallbeconsidered plural where applicable. CONTRACTOR(Name andAddress): SURETY (Name, and Address ofPrincipal Place ofBusiness): TSW Utility Solutions, Inc. Merchants Bonding Company (Mutual) 3120 West Morris Street6700 Westown Parkway Indianapolis, IN46241 West DesMines, IA50266 OWNER(Name andAddress): CityofCarmel Utilities 30West Main Street, Suite 200 Carmel, IN46032 CONTRACT Effective Date ofAgreement:June 5, 2024 TwoHundred Forty NineThousandand Amount: No/100Dollars ($249,000.00) Description (Name andLocation): Industrial Drive Water Main Replacement Engineer’sProject No.2023.02371 BOND Bond Number:100331326 Date (Notearlier thanEffective Date of Agreement):June5, 2024 Amount: TwoHundred Forty NineThousand andNo/100 Dollars ($249,000.00) Modifications tothisBondForm: None Surety andContractor, intending tobelegally boundhereby, subject totheterms setforth below, doeach cause this Performance Bond tobedulyexecuted byanauthorized officer, agent, orrepresentative. CONTRACTOR ASPRINCIPAL SURETY TSW Utility Solutions, Inc. (Seal)Merchants Bonding Company (Mutual)(Seal) Contractor'sName andCorporate SealSurety’sName andCorporate Seal By: By: Signature Signature (Attach Power ofAttorney) Robert L. Sherfick Print Name Print Name Attorney-in-Fact Title Title Attest: Attest: Signature Signature KatiePikula, Secretary Title Title PERFORMANCE BOND 005380 - 1 2023.02371 –Industrial Drive Water Main Replacement Project DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 Note: Provide execution byadditional parties, such asjoint venturers, ifnecessary. Contractor andSurety, jointly andseverally, bindthemselves, their heirs, executors, administrators, successors, and assigns toOwner fortheperformance oftheContract, which isincorporated herein byreference. 1.IfContractor performs theContract, Surety andContractor have noobligation under thisBond, except to participate inconferences as provided inParagraph 2.1. 2.Ifthere isnoOwner Default, Surety’sobligation under thisBond shall ariseafter: 2.1 Owner hasnotified Contractor andSurety, attheaddresses described inParagraph 9below, thatOwner isconsidering declaring aContractor Default andhasrequested andattempted toarrange aconference withContractor andSurety tobe heldnot laterthan15daysafterreceipt ofsuchnotice todiscuss methods ofperforming theContract. IfOwner, Contractor, and Surety agree, Contractor shall beallowed a reasonable timetoperform theContract, butsuchan agreement shallnotwaive Owner’sright, ifany, subsequently todeclare aContractor Default; and 2.2 Ownerhasdeclared aContractor Default andformally terminated Contractor’sright tocomplete the Contract. Such Contractor Default shallnot bedeclared earlier than20daysafterContractor and Surety havereceived notice asprovided inParagraph 2.1; and 2.3 Owner hasagreed topaytheBalance oftheContract Price to: 1. Surety inaccordance withtheterms oftheContract; or 2. Another contractor selected pursuant toParagraph 3.3toperform theContract. 3.When Owner hassatisfied theconditions ofParagraph 2, Surety shallpromptly, andatSurety’sexpense, take oneofthefollowing actions: 3.1 Arrange forContractor, withconsentofOwner, toperform andcomplete theContract; or 3.2 Undertake toperform andcomplete theContract itself, through itsagentsor through independent contractors; or 3.3 Obtain bidsornegotiated proposals from qualified contractors acceptable toOwner foracontract for performance andcompletion oftheContract, arrange for acontract tobeprepared for execution by Owner andcontractor selected withOwner’sconcurrence, tobesecured withperformance andpayment bonds executed byaqualified surety equivalent tothe bondsissued on theContract, and paytoOwnerthe amount ofdamages asdescribed inParagraph 5inexcess oftheBalance oftheContract Price incurred byOwnerresulting from Contractor Default; or 3.4 Waive itsrighttoperform andcomplete, arrange forcompletion, orobtain anewcontractor, andwith reasonable promptness under thecircumstances: 1. After investigation, determine theamount forwhich itmaybeliable toOwner and, assoon as practicable after theamount isdetermined, tender payment therefor toOwner; or 2. Deny liability inwhole orinpart andnotify Owner citing reasons therefor. 4.IfSuretydoesnot proceed asprovided inParagraph 3withreasonable promptness, Surety shall bedeemed to beindefault onthisBond 15daysafterreceiptof anadditional written notice from OwnertoSurety demanding thatSurety perform itsobligations under thisBond, andOwner shallbe entitled toenforce anyremedy available to Owner. IfSurety proceeds asprovided inParagraph 3.4, andOwner refuses thepayment tendered orSurety has deniedliability, inwhole orinpart, without further notice Ownershall beentitled toenforce anyremedy available toOwner. 5.After Owner has terminated Contractor’sright tocomplete the Contract, andifSurety elects toactunder Paragraph 3.1, 3.2, or 3.3above, thentheresponsibilities of Surety toOwner shallnotbegreater thanthose of Contractor under theContract, andthe responsibilities ofOwner toSurety shallnot begreater thanthose ofOwner under theContract. Tothelimitoftheamount ofthisBond, butsubject tocommitment byOwner oftheBalance of theContract Price tomitigation ofcosts anddamages ontheContract, Suretyisobligated without duplication for: PERFORMANCE BOND 005380 - 2 2023.02371 –Industrial Drive Water Main Replacement Project DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 5.1 Theresponsibilities ofContractor forcorrection ofdefective Work andcompletion oftheContract; 5.2 Additional legal, design professional, anddelay costs resulting from Contractor’sDefault, andresulting fromtheactions oforfailure toactofSurety underParagraph 3; and 5.3 Liquidated damages, orifno liquidated damages arespecified intheContract, actual damages causedby delayed performance ornon-performance ofContractor. 6.Surety shallnotbe liabletoOwner orothers forobligations ofContractor thatare unrelated totheContract, and theBalance oftheContract Price shallnotbe reduced orsetoffon account ofanysuchunrelated obligations. No right of action shall accrue onthisBondtoanyperson orentity other than Owner oritsheirs, executors, administrators, orsuccessors. 7.Surety hereby waives notice ofanychange, including changes oftime, toContract ortorelated subcontracts, purchase orders, andother obligations. 8.Anyproceeding, legalorequitable, under this Bond maybeinstituted inanycourt ofcompetent jurisdiction in thelocation inwhich theWorkorpartoftheWork islocated, andshall beinstituted within twoyears after Contractor Default orwithintwoyears afterContractor ceased working orwithintwoyears after Suretyrefuses or failstoperform itsobligations underthis Bond, whichever occurs first. Iftheprovisions ofthisparagraph arevoid orprohibited bylaw, theminimum period oflimitation available tosureties asadefense inthejurisdiction ofthe suitshallbe applicable. 9.Notice toSurety, Owner, orContractor shallbe mailed ordelivered totheaddress shown onthesignature page. 10.When thisBond hasbeenfurnished tocomply withastatutory requirement inthelocation where theContract wastobeperformed, any provision inthisBond conflicting withsaidstatutory requirement shallbedeemed deleted herefrom andprovisions conforming tosuchstatutory requirement shallbedeemed incorporated herein. The intent isthatthisBondshallbe construed as astatutory bond andnotas acommon lawbond. 11.Definitions. 11.1Balance oftheContract Price: Thetotal amount payable byOwner toContractor undertheContract after allproper adjustments havebeenmade, including allowance toContractor ofanyamounts received orto bereceived byOwner insettlement ofinsurance orotherClaims fordamages towhich Contractor is entitled, reduced byall validand proper payments madetooronbehalf ofContractor underthe Contract. 11.2Contract: Theagreement between Owner andContractor identified onthesignature page, including all Contract Documents andchanges thereto. 11.3Contractor Default: FailureofContractor, which hasneither beenremedied norwaived, toperform or otherwise tocomply withthe termsoftheContract. 11.4Owner Default: FailureofOwner, which hasneither beenremedied norwaived, topayContractor as required bytheContract ortoperform andcomplete orotherwise comply withtheother terms thereof. FORINFORMATION ONLY – (Name, Address and Telephone) Surety AgencyorBroker: Owner’sRepresentative: PERFORMANCE BOND 005380 - 3 2023.02371 –Industrial Drive Water Main Replacement Project DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 NFSDIBOUT!CPOEJOH!DPNQBOZ!)NVUVBM*! ADDENDUM TO BOND This Addendum is in reference to the bond(s) to which it is attached. Merchants Bonding Company (Mutual) deems the digital or electronic image of below affixed tothe bond(s) to the same extent as if araised corporate seal was physically stamped or impressed upon the bond(s). The digital or electronic seal below shall have the same force and effect as though manually fixed to the bond(s). All terms of the bond(s) remain the same. Signed and effective March 23, 2020. MERCHANTS BONDING COMPANY (MUTUAL) By:_______________________________________ Larry Taylor, President DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 POWER OFATTORNEY Jason DMcEldowney; JohnWHannonIII; KatiePikula; RobertLSherfick 11thSeptember 2023 MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. President 202311thSeptember Notary Public 5th2024June Secretary DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 DOCUMENT 005385 – PAYMENT BOND Anysingular reference toContractor, Surety, Owner, orother party shallbeconsidered plural where applicable. CONTRACTOR(Name andAddress): SURETY (Name,and Address ofPrincipal Place ofBusiness): TSW Utility Solutions, Inc. Merchants Bonding Company (Mutual) 3120 West Morris Street 6700 Westown Parkway Indianapolis, IN46241 West DesMoines, IA50266 OWNER: CityofCarmelUtilities 30West Main Street, Suite 200 Carmel, IN46032 CONTRACT Effective Date ofAgreement: June5, 2024 Amount: TwoHundred Forty NineThousand andNo/100Dollars ($249,000.00) Description (Name andLocation): Industrial Drive Water Main Replacement Engineer’sProject No: 2023.02371 BOND Bond Number: 100331326 Date (Notearlier thanEffective Date of Agreement): June5, 2024 Amount: TwoHundred Forty NineThousand andNo/100Dollars ($249,000.00) Modifications tothisBond Form: None Surety andContractor, intending tobelegally bound hereby, subjecttotheterms setforthbelow, doeach cause this Payment Bondtobedulyexecuted byanauthorized officer, agent, orrepresentative. CONTRACTOR ASPRINCIPAL SURETY TSW Utility Solutions, Inc. (Seal) Merchants Bonding Company (Mutual)(Seal) Contractor'sNameand Corporate Seal Surety’sNameand Corporate Seal By: By: Signature Signature (AttachPower ofAttorney) Robert L. Sherfick PrintName Print Name Attorney-in-Fact Title Title Attest: Attest: Signature Signature KatiePikula, Secretary Title Title Note: Provide execution byadditional parties, such asjoint venturers, ifnecessary. PAYMENT BOND 2023.02371 – Industrial Drive Water Main Replacement Project 005385 - 1 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 1.Contractor and Surety, jointly andseverally, bind themselves, theirheirs, executors, administrators, successors, andassigns toOwner topayforlabor, materials, and equipment furnished byClaimants foruse intheperformance oftheContract, which isincorporated herein byreference. 2.With respect toOwner, thisobligation shallbenulland voidifContractor: 2.1 Promptly makes payment, directlyor indirectly, forallsums dueClaimants, and 2.2 Defends, indemnifies, andholds harmless Owner from allclaims, demands, liens, orsuitsalleging non- payment byContractor byanyperson orentity who furnished labor, materials, orequipment for usein theperformance ofthe Contract, provided Owner haspromptly notified Contractor and Surety (atthe addresses described inParagraph 12) ofanyclaims, demands, liens, orsuitsandtendered defense ofsuch claims, demands, liens, orsuitstoContractor andSurety, andprovided there isnoOwner Default. 3.With respect toClaimants, thisobligation shallbenullandvoidifContractor promptly makes payment, directly orindirectly, forallsums due. 4.Surety shallhave noobligation toClaimants under thisBond until: 4.1 Claimants whoareemployed byorhave adirectcontract withContractor have givennotice toSurety (at theaddress described inParagraph 12) andsentacopy, ornotice thereof, toOwner, stating thataclaim isbeing made under thisBond and, withsubstantial accuracy, theamount oftheclaim. 4.2 Claimants whodonothaveadirect contract withContractor: 1. Have furnished written notice toContractor andsentacopy, ornotice thereof, toOwner, within90 daysafterhaving lastperformed labor or lastfurnished materials orequipment included intheclaim stating, withsubstantial accuracy, the amount oftheclaim andthename oftheparty towhom the materials orequipment were furnished orsupplied, orforwhom thelaborwasdone orperformed; and 2. Have either received arejection inwhole orinpartfrom Contractor, ornotreceived within 30daysof furnishing theabove notice any communication fromContractor bywhich Contractor hadindicated the claim willbe paiddirectly orindirectly; and 3. Nothaving beenpaidwithin theabove 30days, have sent awrittennotice toSurety (attheaddress described inParagraph 12) and sentacopy, ornotice thereof, toOwner, stating thataclaim isbeing made under thisBond andenclosing acopyoftheprevious written notice furnished toContractor. 5.Ifanotice byaClaimant required by Paragraph 4isprovided byOwner toContractor ortoSurety, thatis sufficient compliance. 6.WhenaClaimant hassatisfied theconditions ofParagraph 4, theSuretyshall promptly andatSurety’sexpense takethefollowing actions: 6.1 Sendan answertothatClaimant, withacopytoOwner, within 45 daysafter receipt oftheclaim, stating theamounts thatareundisputed andthebasis forchallenging anyamounts thataredisputed. 6.2 Payorarrange forpayment ofanyundisputed amounts. 7.Surety’stotalobligation shallnotexceed theamount ofthisBond, andtheamountofthisBond shallbecredited foranypayments made ingoodfaithbySurety. 8.Amounts owed byOwner toContractor undertheContract shallbe usedfortheperformance oftheContract andtosatisfyclaims, ifany, underany performance bond. By Contractor furnishing andOwner accepting thisBond, theyagree thatallfunds earned byContractor intheperformance oftheContract are dedicated tosatisfy obligations ofContractor andSurety under thisBond, subject toOwner’spriority tousethe fundsfor thecompletion ofthe Work. 9.Suretyshallnotbeliable toOwner, Claimants, orothers forobligations ofContractor thatareunrelated tothe Contract. Owner shallnotbe liable forpayment ofanycosts orexpenses ofanyClaimant under thisBond, andshall haveunder thisBond noobligations tomakepayments to, givenotices onbehalf of, orotherwise haveobligations PAYMENT BOND 2023.02371 – Industrial Drive Water Main Replacement Project 005385 - 2 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 toClaimants under thisBond. 10.Surety hereby waives noticeofanychange, including changes oftime, totheContract ortorelated subcontracts, purchase orders, andother obligations. 11.No suitoractionshall becommenced byaClaimant under thisBond other than inacourt ofcompetent jurisdiction inthelocation inwhich theWork orpartoftheWork islocatedoraftertheexpiration ofoneyearfrom thedate (1) onwhich theClaimant gavethe notice required byParagraph 4.1orParagraph 4.2.3, or (2) onwhich thelastlaboror servicewas performed byanyone orthelastmaterials orequipment were furnished byanyone under theContract, whichever of (1) or (2) firstoccurs. Iftheprovisions ofthisparagraph arevoidorprohibited by law, theminimum period oflimitation available tosureties asadefense inthejurisdiction ofthesuitshall be applicable. 12.Notice toSurety, Owner, orContractor shallbemailed ordelivered tothe addresses shown onthe signature page. Actual receiptof notice bySurety, Owner, orContractor, however accomplished, shallbesufficient compliance asofthedatereceived attheaddress shownonthesignature page. 13.When thisBond hasbeenfurnished tocomply withastatutory requirement inthelocation where theContract wastobeperformed, any provision inthisBond conflicting withsaidstatutory requirement shallbedeemed deleted herefrom andprovisions conforming tosuchstatutory requirement shallbedeemed incorporated herein. Theintent isthatthisBondshallbe construed as astatutory Bond andnotas acommon lawbond. 14.Upon request ofanyperson orentity appearing tobeapotential beneficiary ofthisBond, Contractor shall promptly furnish acopyofthisBond orshall permit acopy tobemade. 15.Definitions 15.1Claimant: Anindividual orentityhaving adirect contract withContractor, orwithafirst-tier subcontractor ofContractor, tofurnish labor, materials, orequipment foruseintheperformance ofthe Contract. TheintentofthisBond shallbetoinclude without limitation intheterms “labor, materials or equipment” thatpartofwater, gas, power, light, heat, oil, gasoline, telephone service, orrental equipment usedintheContract, architectural andengineering services required forperformance ofthe Workof Contractor andContractor’ssubcontractors, andallother items forwhich amechanic’slienmaybe asserted inthejurisdiction where thelabor, materials, orequipment werefurnished. 15.2Contract: Theagreement between Owner andContractor identified on thesignature page, including all Contract Documents andchanges thereto. 15.3Owner Default: Failure ofOwner, which hasneither beenremedied norwaived, topayContractor as required bytheContract, ortoperform andcomplete orotherwise comply withtheother terms thereof. FORINFORMATION ONLY –(Name, Address, andTelephone) Surety AgencyorBroker: Owner’sRepresentative: PAYMENT BOND 2023.02371 – Industrial Drive Water Main Replacement Project 005385 - 3 DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 NFSDIBOUT!CPOEJOH!DPNQBOZ!)NVUVBM*! ADDENDUM TO BOND This Addendum is in reference to the bond(s) to which it is attached. Merchants Bonding Company (Mutual) deems the digital or electronic image of below affixed tothe bond(s) to the same extent as if araised corporate seal was physically stamped or impressed upon the bond(s). The digital or electronic seal below shall have the same force and effect as though manually fixed to the bond(s). All terms of the bond(s) remain the same. Signed and effective March 23, 2020. MERCHANTS BONDING COMPANY (MUTUAL) By:_______________________________________ Larry Taylor, President DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0 POWER OFATTORNEY Jason DMcEldowney; JohnWHannonIII; KatiePikula; RobertLSherfick 11thSeptember 2023 MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. President 202311thSeptember Notary Public 5th2024June Secretary DocuSign Envelope ID: E105B41C-8080-4F68-8565-60B4C6CBE2F0