Loading...
Rieth-Riley Construction Co., Inc/Eng/793,112.18/2016 PavingRieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04, 2Q16 COIT Bond Fund; P.O. #34014 Contract Not To Exceed $793,112.18 Jaa 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 Rieth-Riley Construction Co., 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. a 4, PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 2016 COIT Bond 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. 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 Seven Hundred Ninety Three Thousand One Hundred Twelve Dollars and Eighteen Cents ($793,112.1'Q (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 sixty (60) 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. 1► �%1ION:7_1011�'il 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 "2016 Paving Project", received by the City of Carmel Board of Public Works and Safety on or about July 20, 2016, 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. 1X:IConunclslProf.Sra R Goods SvcsTnginmring\2016Viiclh•RIIcy Conswclion Co., Inc. Goods & Scnicos FORM.doc:7/25/2016 10:21 AM] Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04,2016 COIT Bond Fund; P.O. #34014 Contract Not To Exceed $793,112.18 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. 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. [SAConlmclslProf.Svcs & Goods SveslEnginecring@016%Rieth-Riley Constmctimt Co., Inc. Goods & Services FORMA -7202016 3:40 PK Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04,2016 COIT Bond Fund; P.O. #34014_ Contract Not To Exceed $793,112.18 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. [SACrn 1,.cls@roLSv & Goods Svcs\Enginccring12016\Riclh-Riley Construction Co., Inc. Goals & Scrvi= PORM.d=7202016 3:40 P6fl Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04,2016 COIT Bond Fund; P.O. #34014 Contract Not To Exceed $793,112.18 . 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: Rieth-Riley Construction Co., Inc. 1751 West Minnesota Street Indianapolis, Indiana 46221 ATTENTION: Paul J. Tate 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:\COn1reel5\PInf.S,. & Goals Svc \Engineering@016\Ricth-Riley Construction Co., Lre. Goals & Savic s FORM.dm:7202016 3:40 PK Rieth-Riley Construction Co., Inc. Engineering Department - 2016 Appropriation #94-650.04, 2016 COIT Bond Fund; P.O. #34014 Contract Not To Exceed $793,112.18 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, 2016 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. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. 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. 28. 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. [SAConlrnctstProF.Svc & Goals Svcs\Enguiccring\2016\Rieth-Riley Construction Co.. Inc. Goals & Services FORM.doc:7202016 3:40 PM] Rieth-Riley Construction Co'., Inc. Engineering Department - 2016 Appropriation #94-650.04.2016 COIT Bond Fund; P.O. #34014 Contract Not To Exceed $793,11,2.18 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: PresidingOfficer rrg 3, 'Zo/ Mary Ann�urke, �be� Dater / Lori S. Watson, 'Member Date: ATTEST: Rieth-Riley Construction Co., Inc. Arized ign re � ` Paul J. Tate Printed Name Regional VP Central Indiana Title FID/TIN: 35-0918397 Last Four of SSN if Sole Proprietor: Date: July 26, 2016 ;5:`l ma.,:Wru,LsaskC...,I, ti,ti.;lin sarin>UIU;.iin4-Ril:q C.n�ary yum C- M.'. G-1, &&z—FORMA-711W!016 6 BIDDER'S ITEVIIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: 2016 PAVING Proposal For: 2016 Paving Date: July 20, 2016 To: City of Carmel, Indiana, Board of Public Works and Safety PART 2 BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total sum of Seven hundred ninety three thousand one hundred twelve and 18/100 Dollars ($ 793,112.18 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. ADDENDUM BID TABULATION SHEET Project Name: 2016 PAVING Bid Date: July 20th, 2016 TOTAL Substantial Completion Date: September 30th, 2016 AMOUNT: $ 793,112.18 Final Completion Date: EM # 1 0i DESCRIPTION AET or AE 150 TAC UNIT QUANTITY UNIT PRICE AMOUNT GAL 7,000 $ 0.10 $ 700.00 2 9.5 Type B Surface TON 11,016 $ 50.00 $ 550,800.00 3 Milling/Perimeter Milling Sq. Yd. 126,834 $ 1.77 $ 224,496.18 4 Blue Reflectors EA. 90 $ 120.00 $ 10,800.00 5 6" White Crosswalk L.F. 513 $ 2.00 $ 1,026.00 6 124" White Stopbars L.F. 529 $ 10.00 $ 5,290.00 TOTALS $ 793,112.18 EX IEF" 3 f3 EXHIBIT B Invoice Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Commercial General Liability: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Each Occurrence Limit: Statutory Limits $1,000,000 each employee $1,000,000 each accident $1,000,000 policy limit $6,000,000 $5,000,000 $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. EXH B IT D AFFIDAVIT Thomas W. Parten , 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: 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 Rieth-Riley Construction Co., Inc. (the "Employer") in the position of Sales Manager 3. 1 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. Documentation of this enrollment and participation is attached and incorporated herein. The Employer does not knowingly employ any unauthorized aliens. To the best of my information and belief, the Employer does not currently employ any unauthorized aliens. 7. FURTHER AFFIANT SAYETH NOT. EXECUTED on the 20th day of Printed: Thomas W. Parten 20 16. 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: Thomas W. Parten Received 7-20-16P02:33 RCVD City of Carmel Department of Law LETTER OF TRANSMITTAL Date: July 20, 2016 To: Doug Haney Department of Law From: Jeremy Kashman '— Department of Engineering RE: Rieth-Riley Construction Co., Inc. A Goods and Services contract is needed for Rieth-Riley Construction Co., Inc. for the August 3`d BPW meeting, please. Attached please find Rieth-Riley's scope of work and purchase order. Contract Information: Project Name #16 -ENG -95; 2016 Paving Repairs Vendor: Rieth-Riley Construction Co., Inc. Amount: $793,112.18 Appropriation: P.O. 34014; 2016 COIT Bond Signature: Paul J. Tate Address: 1751 West Minnesota Street Indianapolis, IN 46221 Phone: 317/634-5561 Email: ptate(aD-riethriley. com `#; PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: 2016 PAVING BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFVIAN AT 733-2001 PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: Rieth-Riley Construction Co., Inc. 1.2 Bidder Address: Street Address: 1751 W. Minnesota street City: Indianapolis State: Phone #: ( ) 317-634-5561 IN Zip: 46221 Fax #: ( ) 317-631-6423 1.3 Bidder is a/an [mark one]: Individual Partnership x Indiana Corporation; Foreign (Out of State) Corporation; State: ; Joint Venture Other: 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Im Date registered with State of Indiana: Indiana Registered Agent: Name: Address: WM CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER 1 7/15/16 2 7/1 3 7/18/16 PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: None PART 5 FWAINCIAL STATEMENT Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the project if awarded. PART 6 ADDITIONAL DECLARATIONS 6.1 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, ancestiy, 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 so discriminated against. PART 7 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 to 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. 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.I Bidders Name: Rieth-Riley Construction Co., Inc. Written Signature: f Printed Name: Thomas W. Parten Title: Sales Manager Important - Notary Signature and Seal Required in the Space Below STATE OF Indiana ]Erin B. Newlin COUNTY OF Marion Notary Public Seal Subscribed and sworn to before nT this 20th ref jnd1b 20 16 Hamilton Cunt 1VIy commission expires: 6-17-17 I MY aBx -1 Residing in Hamilton Printed: Erin B. Newlin County, State of Indiana KNOW ALL MEN BY THESE PRESENTS, No. 1029 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 That we, gieth-Riley Construction Co., Inc. , as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Carmel , as Obligee, hereinafter called the Obligee, in the sum of Ten percent bid dollars Dollars ($—IQ L. bid -dol., for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents_ WHEREAS, the Principal has submitted a bid for 201.6 Paving NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 20th day of July 2016 Rieth-Riley Construction Co., Inc. Kevin A. Tussey (witness) (Principal) (Seal) Assistant Secretary—� (Name x Title) Thomas W. Parten; Sales M4nager TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Witness Samantha Chierici B Sandra M. Nowak, Attorney -in -Fact ACKNOWLEDGEMENT BY SURETY STATE OF ILLINOIS COUNTY OF COOK On this day of JA— o��% , before me, Diane M. O'Leary, a Notary Public, wA in and for said County and State, personally appeared Sandra M. Nowak to me personally known to be the Attorney -in - Fact of and for Travelers Casualty and Surety Company of America and acknowledged that she executed the said instrument as the free act and deed of said Company. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. eFel15� SEAL Notary Public in the State of Illinois DIANE M O'IEARY NOTARY PUBLIC, STATE OF ILLINOIS County of Cook MY COMMISSION EXPIRES JANUARY 4, 2017 THE RED POWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 229936 Certificate No. 006441350 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Debra J. Doyle, Diane M. O'Leary, James B. McTaggart, Jennifer L. Jakaitis, Judith A. Lucky-Eftimov, Sandra M. Winsted, Sandra M. Nowak, Susan A. Welsh, and Christina L Sandoval of the City of Chicago , State of Illinois , their true and lawful Attome s -rn-Fact, YO• each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or peunitted:in any actions or: proceedings allowed by law. 17th IN WITN SS W�H�EEREOF, the Com have caused this instrument- to, be sign&and their corporate seals to be hereto affixed, this September �, ;+1 .� .• r`,�w day of Farmington Casualty Company' .• �' meati?,}t 1 St. Paul Mercury Insurance Company surance"Companyly Travelers Casualty and Surety Company Fidelity and Guaranty In Fidelity and Guaranty Insurance±Underwrit rs, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company 2 pASU,���A p9NTY� JyE6C,�.SE ''1NSUq'.•.�TY ANp�.''�s4'i -of a NACONN. ,aCONN. no SEAL'14-r g.......: State of Connecticut City of Hartford ss. By: Robert L. Raney, enior Vice President 17th September 2015 On this the day of , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. epo�_OX10917% In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. MarieC. Tetreault, Notary Public 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Part of State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013) i Rieth-Riley Construction Co., Inc. 1751 W. Minnesota Street Indianapolis, IN 46221 •11 (Contractor) PUBLIC WORKS PROJECTS OF City of Carmel Filed Action taken (Address) tie sr�� CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 +� State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013) Prescribed by State Board of Accounts rme PART (To be completed for all bids. Please type or print) Date (month, day, year): July 20, 2016 1. Governmental Unit (Owner): City of Carmel 2. County: Hamilton 3. Bidder (Firm): Rieth-Riley Construction Co., Inc. Address: 1751 W. Minnesota Street City/State/ZlPcode: Indianapolis, IN 46221 4. Telephone Number: 317-634-5561 5. Agent of Bidder (if applicable): N/A Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of 2016 Project (Governmental Unit) in accordance with plans and specifications prepared by and dated see proposal forms for the sum of The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2). 1 hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. The above bid ,is accepted this following conditions: Contracting Authority Members: ACCEPTANCE day of , subject to the PART 11 (For projects of $150,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel Bidder (Firm) . Rieth-Riley Construction Co., .Inc. Date (month, day, year): July 20, 2016 These statements to be submitted under.oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner 4,591,418.00 Heavy, Highway 2015 City of Indianapolis 11,864,708.00 Heavy, Highway 2015 INDOT, Indianapolis, IN 9,865,271.00 Heavy, Highway 2015 INDOT, Indianapolis, IN 7,773,707.00 Heavy, Highway 2015 INDOT, Indianapolis, IN 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner 10,796,006.00 Heavy, Highway 2016 INDOT, Indianapolis, IN 64,230,201.00 Heavy, Highway 2016 INDOT, Indianapolis, IN 28,915,144.00 Heavy, Highway 2016 INDOT, Indianapolis, IN 4,416,000.00 Heavy, Highway 2015 INDOT, Indianapolis, IN 3. Have you ever failed to complete any work awarded to you? No If so, where and why? 4. List references from private firms for which you have performed work. Hunt Construction Group, Inc Duke Construction, LP, Indianapolis, IN Pepper Construction Company of Indiana, Indianapolis, IN Browning Construction, LLC Prologis, Indianapolis, IN SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) As per plans and specifications 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. See attached Exhibit A EXHIBIT "A" Striping and Signage Otto's Parking Marking Co., Inc. Gridlock Traffic Systems, Inc. 2449 East Main Street 6400 Massachusetts Ave. Greenwood, IN 46143 Indianapolis, IN 46226 RoadSafe Traffic Systems, Inc. Highway Safety Services, Inc. 3519 Harding Street 3215 Imperial Parkway Indianapolis, IN 46217 Lafayette, IN 47909 Seed / Sod / Erosion Control Earth Images, Inc. Slusser's Green Thumb, Inc. 3471 W. County Line Road, Ste. B. 125 Montgomery Street Greenwood, IN 46142 Logansport, IN 46947-0033 Guardrail C -Tech Corporation James H. Drew Corporation 5300 West 100 North 8701 Zionsville Road Boggstown, IN 46110 Indianapolis, IN 46268 Specialties Company, LLC 9350 East 30`x' Street Indianapolis, IN 46229 Electrical James H. Drew Corporation The Hoosier Company 8701 Zionsville Road 5421 West 86h Street Indianapolis, IN 46268 Indianapolis, IN 46268 Signal Construction, Inc. T.C. Electric, Inc. 5639 West US 40 2817 W 100 S Greenfield, IN 46140 Franklin, IN 46131 Milling Javelina Construction, Inc. Mid-America Milling Co., Inc. 13476 Britton Park Drive 2227-A Koetter Drive Fishers, IN 46038 Clarksville, IN 47129 McCrite Milling & Construction Co., Inc. Specialties Company, LLC 209 Quality Court, Ste. 8 9350 East 301" Street New Albany, IN 47150 Indianapolis, IN 46229 Grading Denger Grading, Inc. Gradex, Inc 3266 East 100 North 12900 N. Meridian St Lebanon, IN 46052 Carmel, IN 46032 Engineering USI Consultants, Inc. Certified Engineering, Inc. 8415 East 56`h Street 3933 Millersville Road Indianapolis, IN 46216 Indianapolis, IN 46205-3850 SurveyTech P.C. 7172 N. Keystone Ave, Unit J Indianapolis, IN 46240 Roudebush Grading Inc. 17155 Harger Ct Noblesville, IN 46060 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. As required for specified items of work. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. No. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. Contractor's Financial statement Submitted b Rieth-Riley Construction Co. Inc. ® ACorporation Y -- —_-- _ — — ❑ A Co-pannership with principal office at 3626 Elkhart Road, P.O. Box 477, Goshen, IN 46527-0477 ❑ An Individual To Citv of Carmel Condition at close of business March 31, 2016 ASSETS Dollars Cis, 1. Cash: (a) On hand (b) In bank4 •----------- --- 3 2 7 3 9 6 9 (c) Elsewhere ----------------------------- •----...---•...................-------------------------------------------- 2. Notes receivable (a) Due within 90 days (b) Due after 90 days0 ................................................. -•--------------------•-..................... (c) Past due0 ...................................... ......................... -...... .......................... ............... ...... ... ..... _... 3. Accounts receivable from completed contracts, exclusive of claims not approved for payment 7 7 .._....... 6 9 2 ...... 6 4. Sums earned on uncompleted contracts as shown by engineer's or architect's estimate (a) Amount receivable after deducting retainage ------------------•------------------------- 3 3 - .......... 7 0 6 4 8 6 (b) Retainage to date; due upon completion of contracts ............................... 1 1 4 7 0 9 3 9 5. Accounts receivable from sources other than construction contracts ---------------- ----------------------------------------- ----•--•-•-•--------- 0 6. Deposits for bids or other guarantees: (a) Recoverable within 90 days ....................... 0 (b) Recoverable after 90 days ....................................................................... . ....... -- 0 7. Interest accrued on loans, securities, etc. O ................................................. . .......................-.. 8. Real estate: (a) Used for business purposes3 ............................................................ 1 6 1 5 2 _... 6 _._....._.... 7 (b) Not used for business purposes 9. Stocks and bonds: (a) Listed — present market value 0 (b) Unlisted — present value ........... ....................-•-•--..................................... ......_......_......._.._.............. 0 10. Materials in stock not included in Item 4 (a) For uncompleted contract (present value) ..................•----•-•---------•----... . 1 8 6 5 9 _......._ 4 .... . (b) Other materials (present value) ----•------••-•-----_----------------------- 7 . 6 9 0 1 0 8 7 11. Equipment, book value 3 3 4 3 9 5 2 0 12. Furniture and fixtures, book value --•------- ...... ........................................ 6-.. 7.....4 13. Other assets _ .... - - -............................................. 3 _4 5 .2.. 0 1 _$.. .5... ........... _5...__._.... 4 Total assets 27 7 8 6 0 8 2 2 ......: . LIABILITIES 1. Notes payable: (a) To banks regular•-•-•......-- ..........---------------------------------------------------------------1 .. 3 9 .. 4 _ 1 9 5 5 (b) To banks for certified checks .--•-- -----------------•--------------------------------•--.-..- 0 (c) To others for equipment obligations 0 (d) To others exclusive of equipment obligations 0 2. Accounts payable: (a) Not past due .............. 2 6 2 2 6 7 9 9 (b) Past due -------•---------------- ----------------------------•-------•------•----..._.....--•----•---•-_.. 0 3. Real estate encumbrances0 .......... -------------- -------------------------------------------------..........................................._.................................. 4. Other liabilities4 ----------�-----._....---•..................•--.__......._..-•-------------------------._...............__................................................. ._........... 9 8 ._................... 0 2 3 2 _ 0 5. Reserves.......................................................................................................•-•----------- 0 . __..,. 6. Capital stock paid up: (a) Common 1 2 6 5 0 0 (b) Common - treasury. - - (6 8 6 7 2 7 9 3) (c) Preferred0 ............... -....................................................................................... (d) Preferred Accumulated Other Comprehensive Loss - .. ....................... (1 5 1 9 5 3 1) 7. Surplus (net worth).........................................•---•----•-....................------------------.....- ..._......... 25 7 9 5 5 5 7 2 Total liabilities 27 7 8 6 0 8 2 2 CONTINGENT LIABILITIES 1. Liability on notes receivable, discounted or sold -•-••----------------------------------------................................._.................................... 0 2. Liability on accounts receivable, pledged, assigned or sold0 ................... .•................. -------------------- ..................................... 3. Liability as bondsman 0 4. Liability as guarantor on contracts or on accounts of others 0 5. Other contingent liabilities Letters of credit on..Self-insured liability insurance: involvement in19int venture, and vat ous local governments ..........I _..-............ 3 4 2 5 0 0 0 Total contingent liabilities 3 4 2 5 0 0 0 Brian A. Inniger, as Vice -President of Finance/Administration of Rieth Riley Construction Co., Inc. hereby declares that the foregoing "Contractor's Financial Statement" is a true and accurate statement of the financial condition of said Corpor 'ion as of the date thereof. SECTION IV CONTRACTOR'S NON — COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at Indianapolis this 20th day of July , 2016 Rieth-Riley Construction Co., Inc. (Name of By. Thomas W. Parten, Sales Manager (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana ) ) ss COUNTY OF Marion Before me, a Notary Public, personally appeared the above-named Thomas W. Parten and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this 20th day of July 2016 My Commission Expires: June 17, 2017 County of Residence: Hamilton Notal Pub* Notary Publ c Seal State of Indiana Hamilton County My Comm. Exp 06-17-2017