Loading...
Rieth-Riley Construction Co Inc~ity of Carmel ' · '.~4~0z Paving Program - APPROVED AS TO AGREEMENT FOR PURCHASE OF GOODS AND SEFR%CP~ESBY: ~ THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby made and entered into by and between the City of Carreel, Indiana, acting by and through its Board of Public Works and Safety, ("City") and ~!~7-~ct~?Zn co., ("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same and/or its provision of any goods and/or services ("Goods and Service") hereunder shah constitute Vendor's acceptance of all of the Agreement 's terms and conditions. PERFORMANCE: City agrees to purchase the Goods and Services described in attached Exhibit A, which is incorporated herein by this reference, and Vendor agrees to provide same and to otherwise perform the requirements of this Agreement and to execute its responsibilities hereunder by following and applying at all times the highest professional and technical guidelines and standards. PRICE AND PAYMENT TERMS: The total price for the Goods and Services contemplated herein shall be no more than $ 622,502.75. Vendor shah submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty (30) days a~er 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 accordance with the specifications set forth in Exhibit A. Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. Subject to the above, if the undisputed invoice amount is not paid within thirty (30) days of its receipt by City, Vendor shall so notify City. If such amount as is not disputed is not thereafter paid within ten (10) business days from the date such notice is received by City, then a late charge in a sam equal to one percent (1%) of such unpaid and undisputed invoice amount shall accrue and be immediately due and payable by City to Vendor as a separate debt for each month it remains unpaid. In the event an invoice amount is disputed, City shall so notif~ Vendor. If such dispute is not resolved to City's satisfaction within ten (10) business days after notice of such dispute is given, City shall pay such amount as is in dispute, under protest, into the Carreel City Court, which court shall hold such monies until provided with a settlement agreement signed by both parties hereto or a final judgment has been entered thereon. · ~i~y of Csrrnel 2900 'Paving Program WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to the specifications, drawings, samples, instructions, directions and/or descriptions thereof furnished to Vendor by City and/or by Vendor to and accepted by City, that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. In addition, Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services covered by this Agreement have been selected and provided by Vendor based upon City's stated .use and will be fit and sufficient for the particular purposes intended by City. TIME AND PERFORMANCE: This Agreement shah 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. PRICE TERMS: All of the prices, terms and warranties granted by Vendor herein are at least as favorable to City as those offered by Vendor to other customers purchasing the same or similar Goods and Services under the same material terms and conditions. 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. Prior to and with the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on contanners and packing) of any hazardous material utilized in or that is a part of Goods and Services. FORCE MAJEURE: Any delay or failure of either party to perform its obligations hereunder shall be excused if, and to the extent, that it is caused by an event or occurrence beyond the reasonable control of the party and without its fault or negligence, such as, by way of example and not by way of limitation, acts of God, actions by any governmental authority (whether valid or invalid), court injunction, fires, floods, windstorms, explosions, riots, natural disasters, wars or sabotage; provided that notice of such delay (including the anticipated duration thereo0 is given by the affected party to the other party within five (5) business days afler discovery of the cause of such delay. During the period of such delay or failure to perform by Vendor, City, at its sole option, may purchase some or all of the same or s'milar Goods and Services from other sources and reduce those Goods and Services provided by Vendor hereunder by such quantity, without liability to Vendor, or have Vendor provide the Goods and Services from other sources in quantities and at times requested by City and at the price set forth in this Agreement. 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 fa'ils 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 C~ty of Csrmel -~00~ PaVing Program 10. lh Vendor's sole cost and expense. Vendor shall indemnify and hold hannless City from and against any and all liabilities, losses, claims, costs and expenses, including, but not limited to, attorney fees incurred by City in connection with any such lien and/or the removal thereof. This indemnification obligation shall survive the termination of this Agreement. 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) falls 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, files, or has filed against it, a petition in bankruptcy, for receivership or other insolvency proceeding, makes a general assignment for the benefit of creditors or, if Vendor is a partnership or corporation, dissolves, each such event constituting an event of default hereunder, City shall have the fight to (1) terminate all or any parts of this Agreement, without liability to Vendor; (2) obtain, upon such terms and in such manner as City deems appropriate in its sole discretion, the same or similar Goods and Services which were to be provided to City by Vendor, and Vendor shall he liable to City for any excess costs of the City in obtaining same; and (3) exercise any other rights or remedies as are available to City at law and/or in equity. INSURANCE AND INDEMNIFICATION: Vendor shah 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 and reasonably acceptable to City. such insurance as is necessary for the protection of City and Vendor from any and all claims for damages or otherwise 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 and all of Vendor's agents, officers, employees, contractors, subcontractors and other persons; because of any injury to or destruction of property, including, but not limited to, loss of use resulting therefrom; or, otherwise. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C, which is incorporated herein by this reference. Vendor shall cause its insurers to name City as an additional insured on all insurance policies, shah promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not he canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City tiom 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, Vendor's use of City property, or otherwise, except for such liabilities, claims or demands that arise directly and solely out of the negligence of City. 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, subcontractors and other persons in the performance of this Agreement, or otherwise. These indenmification obligations shall survive the termination of this Agreement. City of Cannel 2000 PaVing Program 12. 13. 14. SETOFF: In addition to any right of setoffprovided by hw, all amounts due Vendor shall be considered net of indebtedness of Vendor to City; and City may deduct any amounts due or to become due from Vendor to City from any sums due or to become due from City to Vendor hereunder. GOVERNlVlENT COMPLIANCE: Vendor agrees to comply with all present and future federal, state and local laws, executive orders, rules, regulations, codes and ordinances 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, codes and ordinances. This indemnification obligation shah survive the termination of this Agreement. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors, subcontractors and other persons shall comply with all existing and future 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 the hire, tenure, terms, conditions or privileges of employment and to any other matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. City reserves the fight to collect a penalty as provided in IC 5-16-6-1 for any person so discriminated against. 15. NO IMPLIED WAIVER: The failure of either party at any time to require performance by the other of any provision of this Agreement shall in no way affect the fight of such party to require such performance at any time therea2aer, 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 thereof. 16. 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. 17. 18. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and Vendor and all of its officers, employees, contractors, subcontractors, agents and other persons are not and shall not become employees of City, and the sole responsibility to pay to or for same all statutory, contractual and other benefits shall remain exclusively with Vendor. The contract price set forth herein to be paid hereunder by City to Vendor shall be the full and maximam compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 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 further agree that, in the event a lawsuit is filed hereunder, they waive any fights to a jury trial they may have, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the City of Carmel ?000.Psv~ng Program 19. 20. 21. 22. appropriate venue for and has jurisdiction over same. 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 such statute, regulation, ordinance, order or rule, and the remaining provisions of this Agreement shall remain in full force and effect. NOTICE: Subject to paragraph 21 hereinbelow, 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 One Civic Square Cannel, Indiana 46032 ATTN: David Klingensmith (with a copy to City Attorney, One Civic Square, Cannel, IN 46032) If to Vendor: Rieth-Riley Construction Co., Inc. 1751W. Minnesota St. P.O. Box 276 Indianapolis, IN 46206 ATTN: David F. Solmos, Sales Manager Notwithstanding the above, notice of termination under paragraph 21 hereinbelow shah be effective if given orally, as long as written notice is then provided as set forth hereinabove within three (3) days from the date of such oral notice. TERMINATION: 21.1 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 to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shah be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Sen, ices delivered as of the date of termination. 21.2 Either party hereto may terminate this Agreement at any time upon thirty (30) days prior notice to the other party. In the event of such term/nation, 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. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persum or entities executing this Agreement have the authority to bind the party which they represent. · ~i?y ~ Carmel 2D00' Pavl.~ P~o~ram 23. 24. 25. 26. 27. 28. 29. ADDITIONAL GOODS AND/OR SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and/or services to City. When City desires additional goods and/or services from Vendor, the Mayor or his duly authorized representative shall notify Vendor of such additional goods and/or services desired, as well as the time frame in which same are to be provided. Vendor shall then provide, at no cost to City, an estimated cost for such additional goods and/or services, as well as the date by which same will be provided to City. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and/or services shall Vendor be authorized to provide same, the identification of which sha/1 be set forth in documents which shall be numbered and attached hereto in the order they are approved by City. TERM Subject to the termination provisions set forth in Paragraph 21 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2000, and shall, on the first day of each January thereat~er, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the paxties hereto. 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. BINDING EFFECT City and Vendor, and their respective officers, officials, agents, partners, successors, assigrks and legal representatives, are bound to the other with respect to this Agreement and to such other party's officers, officials, agems, partners, successors, assigns and legal representatives in all respects as to all covenants, agreements and obligations of this Agreement. NO THIRD PARTY BENEFICIARIES Nothing comained herein shall be construed to give any rights or benefits hereunder to anyone other than City or Vendor. ADVICE OF COUNSEL: The parties warrant that they have read this Agreemere and understand it, are fully aware of their respective fights, have had the opportunity to obtain the advice and assistance of an attorney throughout the negotiation of this Agreement, and enter into this Agreement freely, voluntarily, and without any duress, undue influence, coercion or promise of benefit, except as expressly set forth herein. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the eraire 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 19 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement conflicts with any term or condition comained in this Agreemere, the term or condition comained in this C~y n~ Pnrmel 2000 Pa~ing Program Agreement shall govern and prevail, unless the parties hereto, or their successors in interest, expressly and in writing agree otherwise. This Agreement may only b~ modified by written amendment executed by both parties hereto, or their successors in interest. [remainder of page intentionally lett blank] City of Carmel -2~0t.j Pa'~zing Program IN WITNESS WHEREOF, the parties h~reto have made and executed this Agreemere as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety Rieth-Riley Construction Co., Inc. Signature Mary Ann Burke, Member Date: ~'~ ~/~ B~y~alker, Member Date: David F. Solmos Printed Name Sales Mana4~er Title Dme: May 5, 2000 Diana~easurer Date PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2000 REPAV1NG PROJECT 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 DAVID KLINGENSMITH AT 571-2637 PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 1.2 1.3 Bidder Name: Bidder Address: Rieth-Rilev Construction Co., Inc. S~e~ Addres: 1751 w. Minnesota St. Cky: IndianaP°li~tate: IndianaZi: 46221 Phone#:( )317/634-5561Fax#;( )317/631-6423 Bidder is a/an [mark one J: __ Individual Partnership xxx 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 Carreel, 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 GeneraUs Opinion #2, dated January 23, 1958.] .1 .2 .3 .4 Corporation Name: Address: Date registered with State of Ind'mna: Indiana Registered Agent: Name: Address: B1DDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel 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: Street Department 2000 STREET REPAVING PROJECT Proposal For: STREET DEPARTMENT 2000 PAVING PROJECT D~e: May 3, 2000 To: City of Carmel, Indiana, Board of Public Wotics and Safety PART 2 BID PROPOSAL 2.1 Pro~eet Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fu!~ll 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 a_nd all addenda thereto, for the Total Sum of Six Hundred Twenty two Thousand Five Hundred Two and 75/100 ........ .... Dollars ($ 622,502.75 ). The Bidder acknowledges that evaluation of the lowesl Bid shaB b~ based on such price. The Bidder further understands that a]] Work which may result on th~ Contract shall he compensated for on a Lump StLrn basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of Work to hc pcrfornmd or furnished under the Coreract. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 3.2 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. The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER None DATE 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 fi'om the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 4.3 Exceptions: PART 5 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 heretrader to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the Work/Project if awarded. CITY OF CARMEL BID TABULATION SHEET Project Name: 2000 Resurfacing Project Bid Date: May 3rd, 2000 Substantial Completion Date: September 15, 2000 Final Completion Date: September 30, 2000 UNIT PRICE AMOUNT 1 2 3 4 AET or AE 150 TAG gal 9,000 #8 or #9 Binder ton 9,619 #12 Surface HAC ton 7,516 Hand laid #12 surface ton 300 $0.70 $28.75 $34.25 $77.00 $6,300.00 $276,546.25 $257,423.00 $23,100.00 5 Bad spots cut/removed sq.yd. 500 $24.25 $12,125.00 6 Milling sq.yd. 85,470 $0.55 $47,008.50 TOTALS $622,502.75 Contractor's Financial Statement Submined by-RI.-E.-T'4r.-Ig'b-E-Y..C-O--N.S..TI~-U--CZr.-19N-Cg..,- __I~qq.. ................................{ [~An lndivid,al with principal office atZ3.0.2~.B.'L....KtA~_.'.r-R.9--A~-:P....O.--~-u,x..q7 ...................................................... To ..... c_ $~ty_ .o.f..qa.r.m..e .1,..$.o.a_r.d...o.f. _P.u.b_Zki_~ _~WpLk. s_ _an_el. ~Le.t.y. ........................................... Condition at close of business ................................ .MA.._R_~...3 ! ............a0,0.0,_ Dollars Cts. ASSETS .... 2svs0s0 1 13 6 0 6 3 9 I. Cash: (a) On hand $ ..... (b) In bank $ . _8,_7_8_526_3_9_, (c) Elsewhere $ ....._, ....................... 2. Notes receivable (a) Due within 90 days .................................... _6...5. _4_..8 ..... (b) Due after 90 days ............................................. .1..9__ ?...2..5_..1 ..... (c) Past due ..................................................................9 ..... 3. Accounts receivable from completed contracts, exclusive of claims not approved for payment 0 4. Sums earned on artcompleted contracts as shown by engineer's or architect's estimate._ ........................ (a) Amount receivable after deducting retainage_ ..................... -8___2_ (b) Retainage to date; due upon completion of contracts ............... .9...1.. _5 _ .2...I. _7.. -6 ...... 5. Accounts receivable from sources other than construction contracts .................................. 6. Deposits for bids or other guarantees: (a) Recoverable within 90 days ..............................9 .... (b) Recoverable after 90 days ...................................9 7. Interest accrued on loans, securities, etc ............. .OT.,.E.R_ a. U_ .R .R .E _N _T p..S.~.Ey.~ ........._7...6_ .3_ .7...7_ .8. -9 ..... 8. Real estate: (a)Used for business purposes .................................. .6.__3...9..-8. 9...4..3 ..... (b) Not used for business putposed ................................................. 9 ..... 9. Stocks and bonds: (a) Listed--present market value ........................................... _0 ..... (b) Unlisted--present value .................................................. 9 ..... 10. Materials in stock not included in Item 4 (a) For uncompleted contract (present value) .......3_. ,2...7_..7_ ,9...3 ..... (b) Other materials (present value) ............_6__ .9...5 _. _6_..0_. 3_..3 ..... 1 t. Equipment, book value .................................................... .2. 9._ .9...2_ .2_ _4..6_ ._4 ..... 12. Furniture and fixtures, book value ................................................ .6...6_ ,8.. 9..4..2 ..... 13. Other assets ................................................................ _6._ .1_..1 _ _8_..1..3..5 ..... Total assets .....7 7 8 9 6 8 2 1 LIABILITIES 1. Notes payable: (a) To banks regular ............................................ .3_ _8..1...6..7. ?.. _2 ...... (b) To banks for certified checks ................................................ 9 ...... (c) To others for equipment obligations ........................................... .0 .... (d) To others exclusive of equipment obligations .................................. .0 ...... 2. Accounts payable: (a) Not past due .......................................... ,8.. ,6.. _0_..4_..5_ .5_. _2 ...... (b) Past due ..............................................................9 ...... 3. Real estate encumbrances .....................................................................0 ...... 4. Other liabilities .......................................................... .1._ _9 .4...2._ 7.. _4. 7_..5 ..... 0 5. Reserves ............................................. - ............................................. 6. Capital stock paid up: (a) Common ..............................................1_. ,2.. ~5_. 9_ 9.. 9 ...... (b) Common _ 7_It.~.~.S_U.R_V. .............................(1__ _4_. 4. . 9_ ,6...0_ 1_ .D ...... (c) Preferred ...........................................................0 ..... (d) Preferred _E..~.O_T_ p. ep.t_qg_ntLa .......................................9 ...... 7. Surplus (net worth) .......................................................6__ 9_ .3...5...9.. 9. _1.. _3 ...... Total liabilities- - - 7 7 8 9 6 8 2 1 CONTINGENT LIABILITIES 1. Liability on notes receivable, discounted or sold .......................................................... 2. Liability on accounts receivable, pledged, assigned or sold ................................................ 3. Liability as bondsman ............................................................................... 4, Liability as guarantor on contracts or on accounts of others .................................................. 5. Other contingent liabilities- - L~IJi..R_ _St: _C_BED. IT .O_N_ .~E-IN_~qfl. E_D_ .14~JU.'rY. J~S_tJ[~.~I_G.E ........._8 _ .9.. 9._ 9...0.. 9 ..... Total contingent liabilities- - 8 9 0 0 0 0 6.1 PART 6 ADDITIONAL DECLARATIONS Bidder certifies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the fight to collect a penalty as provided in IC 5-16-6-1 for any person discriminated against. PART7 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 d'trectly 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 (hi) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such bidding in any way or manner whatsoever. PART 8 SIGNATURES [Signature by or on behalf of the Bidder in the spaces provided below shah constitute execution of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE MUST BE PR OPERL Y NOTARIZED. ] Bidders Name: Written Signature: Printed Name: Titk: Ri h-Riley Construction Co.. Inc. David F. Solmos Sales Manager Imvortant- Notary Signature and Seal Required in the Space Below STATE OF INDIANA COUNTY OF MARION Subscribedand swomtobeforemetbjs 200~ Mycomn~s~nexp~es: 4/27/08 3rd day of (Signed) Printed: County, State of May , Mia M. Gregory Residingh Hendricks Indiana /r ,I' TH. RILE Y ,~. ~ k CONSTRUCTION CO., INC. -._ POST OFFICE BOX 276 · INDIANAPOLIS, INDIANA 46206 · WWW. RIETHRILEY. COM "An employee-owned company" TO: City of Carreel Carreel Street Department 211 2rid SWeet SW Cannel, IN 46032 LETTER OF TRANSMITTAL DATE: May 8, 2000 ATTN: David Klingensmith RE: 2000 Paving Program GENTLEMEN: COPIES l FORM NO. DESCRIPTION Executed Agreement for Purchase of Goods and Services THESE ARE TRANSMITTED FOR YOUR ACTION AS INDICATED: Please sign and return as indicated below Retain one copy for your files as indicated below Returned to you for corrections as noted For your approval XXXX For your use For your files REMARKS: Please forward a fully executed agreement upon review and approval. If you have any questions, please call Thomas W. Parten at 317/634-5561. cc: Job File Permi Risner Mia M. Gregory 1751 W. MINNESOTA STREET · INDIANAPOLIS, INDIANA 46206 · TELEPHONE: (317) 634-5561 · FAX: (317) 631-6423 Aon Risk Services May 3, 2000 City of Carmel Board of Public Works & Safety Clerk Treasurer, 3rd Floor Cannel City Hall One Civic Square, Carmel, IN 46032 RE: 2000 Street Repaying Project RE: RIETH-RILEY CONSTRUCTION CO., INC. Gentlemen: The Reliance Insurance Company has been writing the Bid, Performance and Payment Bonds on the above company for many years. If requested by the referenced contractor, the Reliance Insurance Company is willing to furnish the necessary Performance and Payment Bonds on your contract subject to normal review of contract financing, bid results and construction documents. RELIANCE INSURANCE COMPANY ~R. Green Attorney-in-Fact Aon RAk S{,rvice3. lnc of Indiana · DBA Aon Risk Servites of Indiana/CA License# 0606364 251 North Illinois · Suite 1500 · Indianapolis, Indiana 46204 · tel: (317) 237-2400 · fax: (317) 237 2461 i~ELIAI~TCE Ii~TBTLTI~Ai~TCE COM PAI~TY HOME OFFICE, PHILADELPHIA, PENNSYLVANIA Bond No. BID BOND APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.LA. DOCUMENT NO. A-310 (FEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, THAT WE RIETH-RILEY CONSTRUCTION CO., INC. as Principal, hereinafter called the Principal, and the RELIANCE INSURANCE COMPANY of Philadelphia, Pennsylvan ia, a corporation duly organized under the laws of the State of Pennsylvania, .as Surety, hereinaf- ter called the Surety, are held and firmly bound unto CITY OF CARMEL, BOARD OF PUBLIC WORKS AND SAFETY as Obligee, hereinafter called the Obligee, in the sum of Ten percent (10%) and XX/iO0 of bid .......... :- ..... Dollars($ ,10% of bid dollars. ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind our- selves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, the Principal has submitted a bid for 2000 Street Repaving Project 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 Contract and forthe prompt payment of labor and material furnished in the prosecution thereof, 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 3rd day of May A.D.~ 2000 Kevin A. Tus'~i~itness) Assistant Secretary RIETH-RILEY CONSTRUCTION CO., INC. David F. Solmos (title) Sales Manager (Seal) BDR-2305 Ed,10-73 RELIANCE INSURANCE COMPANY ~iljen R. Green, Attorney-in-Fact RELIANCE ~IJp,~Ty COM]~ANy RELIANCE ~C~ CO~ ~ PA~C ~CE. CO.~.. ~L~CE NATION~ ~E~Y CO~ :::.::..::.~...:...:...: ::..:. :.. :: ....:.~ ..: :. ' :::"]~:~] :::: ":~ : :; :':'~R OF A~O~Y '' "].:' :: eo~or~ona ~lV ~ge~z~ u~er ~ lows of e~l~Np e~ to bi~ the CompOse ~er~ ~ to ~ e~ e~ ~ r w~ngs in the nmre ~e~of w~e signed by e~N e~ ~ by one o~ of such officers, eN ~rey reU~es e~ confir~ ~l ~et their CO~ANY, 8~ R . :': . ... :: k led~up4~t~eC~lqlalW;:~l~eful~cewllt~lll~tteer~becqeleundercelingtewhiehi¢ie IN WITNESS WHEREOF, the Compantol have soused these procents' tO be signed end their corporate sesie to be hereto affixed, thie Februmy 1. 1998. On this, Febtumy 1, 1998, before me, Veienate Woethem, personally appeared David T. Aker~, Who acknowledged himielf tO be the 'Seni'ar: Vice President O! the Rei~met Company, end the Vise President of Relicnor Insurance Company, United Pacifie insurance CompanV, and Reliance National authorized to do so, executed the foregoing instNment fee the purpose therein t authorized officer. :: ." ., In witness whereof, il !and offiCial emil; 0 ~ '' ' '' ,:: .:..:~: ..:.:::::... '.';'. '," '.:~;,~,.~.~.;,,~: the ... of Pe.n.;v.ni. '' REUAN~I~"',~A~TtONAL INDEMNITY COMPANY do hereby ~mjfy that the above end foregoing is e True and correct copy of the Power of Attorney exerted by said Companies, which il still in full force and effect. ~ ~ ecre ary C 07~0 0 C_, m CONTRACTORS DID FOR PUBLIC WORKS PART I (To be compleled for all bids) (Please type or prinl) 2, County: 3. Bidder (Firm): Address: City/State: 4. Telephone Number: Date: ._.May 3, 2000 Governmental Unit: City of Carreel Hamilton Rje_~I_L-_RI' ICY C°'~t_'_r'!t'-t_'i_gn__Co -, Inc. P.O. Box 276 h'd(:,_qP_0P,! 5. Agent of Bidder (if applicable): ........ Pursuant to notices given, the undersigned offers to lurnish labor and/or material necessary to complete the public works project el City of Carm._e_l ......(Governmental Unit) in accordance with plans and speci,,ca,,ons o, said ..,, ,o, ,,,e s.m o,,,. The undo'- signed lurtber agrees to lurnish a bond or certilied check wilh ibis bid I~r an amount specified in the nolice of the letting. II alternative bids apply, submit a proposal let each in accordance with the notice. II addilional units of material included hr the contract are needed, the cost el units must be Ihe same as that shown in the original contract. II the bid is to be awarded on a unit basis, the itemizelion of units shall be shown on a separate atlachment. The Contractor and his subconlractors, if any, shall not discriminate against or intimidale any employee, or applicant for employnteat, to be employed in fire performance of this contract, wilh respect to any matter directly or indirectly relaled to employmenl 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 {ll applicable) l, the undersigned bidder or agent as a contractor on a public works project, understand my slalutory obliga- tion to use steel products made in II'le United Slates. I.C. 5:6-8-2. I hereby cerlily 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 lorlelture el contractual payments. 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, corpolation or partnership represented by him, entered into any combination. collusion or agreement with any person relative to tl~e price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to rehain from bidding, and that this bid is made without reference Io any other bid and willtout any agreontenl, undelstanding or combination with any other parson in refercoco Io such bidding. He further says that no person of persons, fines, or corporalion has, have or will receive directly or indirect- ly, any rebate, fee, gift, commission or thing el value on account of such sale. OATII AND AFFIRMATION I affirm under the penalties of perjury Ihal the foregoing lacts and inletmalign are true and correct to the besl el my knowledge and belief. Dated at Indianapolis. l~ana_ ibis ..... ~r~ day ol May ,~0. 'n wld ~ So]me (Title el Person Signing) ACKNOWiEDGEMENT STATE OF INDIANA ) ) Ss: COUNTY OF MARION ) ___ David F. Slzlmo~ ................ being duly swom, deposes and says lhat he is ___ Sales Manager of the above !{J~L_!t_z.l{jl._ey Construction Co., Inc. and that the (Title) (Mame el Organization) statements contained in the foregoing bid, certification and alfidavit are true and correcl, Subscribed and sworn to before me this 3rd day of May 2000 : GregoTy Nolmy PublHI My Coralssign Expires: .,~A~f_:l:~]__2,7_, 2_008 County of Residence: Tire above bid is accepted titis following conditions: Contracting Authorily Members: ACCEPTANCE day el ,19 , subjecl Io Ihe PART II (Complete sections I,II,lll, and IV for all state and local public works projects as required by statutes.) Governmental Unit: Bidder (Firm): Date: City of C~alnne_l _~ Rleth-Rlley C,2!}~t_rn~tlon Co,, Inc. ~M_ay _3, _2_O_QO ................................. These statements to be submitted under oath by each bkkler wilh and as a part of his bid. Allach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works proiects has your organization completed? Contract Amount Class o( Work 19,280,B60 IW1Y, lWY 5,164,495 H~Y, IIVY 318,270 }lt~/, IIVY 3,932,568 lilY, IIVY When Compleled Name and Address o( OWIle[ 19911 1NIIOT, Indianapolis, IN 1998 INI)O~, Indianapolis, IN 1998 INDOT, Indianapolis, IN 1998 INIIOT, Indianapolis, IN What public works projects has your organization new in process of construction? Contract Amount Class o( Work 30,635,000 II~Y, IIVY ~,527,567 IIWY, IlVY 1,983,965 II~Y, IIVY 3,601,280 lilY, IIVY Itave you ever laited to complete any work awarded to you? Conlpleled Name and Address el Owner 1999 INOO'f, Indianapolis, IN 2000 1N1)OT, Indianapolis, IN 1999 INllOT, Indianapolis, IN 2(t00 1NI)OT, Indianapolis, IN II so. where and wiW? List relerences Item private (irms Ior which yrm have perlorn/ed work, ___l)uke CnRat~u~tton,__.I!~lanQp__o!Ls, Crossman Communities, Indtanapol is, IN C.P. NorRan, IndianaDollar_IN __J,,J~llhelm Constructiont!lN,_,_ Surelink, ShelbyviII,e, IN SECTION It PLAN AND EQUIPMENr QUESTIONNAIRE 1. Explain your plan or layoul for perlormlng proposed work. As per plans and speetfteat:ions 2. If you intend {o sublet any podion of the work, state the name and address of each subconlraclor, equip- merit to be used by the subconlraclor, and whether you expect to require a bond. *See below. 3. What equipment do you intend to use for tire proposed project? As required for spec:l. fied items of work. 4. Have you made contracts or received offers for all materials within prices used in preparing your proposal? i',1o SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Auy bid submitted without said financial state- ment as required by stalule shall thereby be rendered inwrlid. The fleaoctal statement provided hereunder Io the governing body awarding the contract must be specific enough iu dotair so that said governing body can make a proper determination el the bidder's capability Ior completing the project II awarded. SECTION Iv OATIt AND AFFIRMATION t hereby allirm under tile penalties of perjury that the facts and information contained in the foregoing bid tot public works are true and correct Io the best of my kaowtedge and belief. Daled at Indtanapolle~ lndlana Ibis 3rd __ day el May Itletl~-Rll.ey Constructloft Co., Inc, David F. Solmos, Sales Manager (Title of Person Signing) ACKNOWLEDGEMENT STATE OF INDIANA COUNTY OF MARION David F. Solmos Sales Hanager (Title) ) SS: ) ....... being duly sworn, deposes and says that he is of the above _gl eLh=ILtle Canstruer4 nn~..n _ T.dtnd that the (~'a~me el Organization) My Commission Expires: County el Residence: answers Io the questions in the loregoing questionnaires and all statements therein contained are true and correct, Subscribed and sworn to before me this 3,r.d_ ...... day of May 2000 April 27, 2008 ~Va Hi Gregory N°~;rYPu~c~ (~ Hendricks *No bonds required. Javelina Construction Fishers, IN Milling CJ's Dump Truck Services Hauling Indianapolis, IN Contractor's Financial Statement Submitted byKIETH ' RILEY CONSTRUCTION CO., INC. ' ............... { ~An Individual with principal office at;3-b~2-b.qI:--K~A4---~'-r-K-9-A-P-P-'--o: -BP-X--4-77 ..................................................... To City of Carmel, Board of Public Works and Safety Condition at close of business_ .. MARCH 31 2000 Dollars Cts. ASSETS ............ Elsewhere $_ 2_,5_7~5_,°9_9 1. Cash: (a) On hand $ ....... (b) In bank $ 8,785,639 (c) 1 I 3 6 0 6 3 9 2. Notes receivable (a) Due within 90 days .................................................. .6_. _5_ _4_ .8 ..... 1 0 9 2 5 1 (b) Due after 90 days .............................................................. (c) Past due ................................................................ 9 ..... 3. Accounts receivable from completed contracts, exclusive of claims not approved for 0 payment ....................................................................................... 4. Sums earned on uncompleted contracts as shown by engineer's or architect's estimate ......................... (a) Amount receivable after deducting retainage ...................... .8 ~ _2~ _. ~3._ .9_ _ 9_ .q .. _8 (b) Retainage to date; due upon completion of contracts ............... -9. _ .1_ _5_..2_ _1_ 7. _6 5. Accounts receivable from sources other than construction contracts ................................... 9 ..... 6. Deposits for bids or other guarantees: (a) Recoverable within 90 days ............................... _0 .... (b) Recoverable after 90 days ................................ 9 7. Interest accrued on loans, securities, etc ............. 9Y.H.EB_G~U_BB,E_N.T_A-S_S.E-'r~S ......... _7_..6_, _3 .. 7_. 7_ _8. ? 8. Real estate: (a) Used for business purposes ................................... `6._ _3_ _9__ _8_, _9_ _4, .3 ..... (b) Not used for business putposed ................................................. 9 9. Stocks and bonds: (a) Listed--present market value ............................................. 9 ..... (b) Unlisted--present value .................................................. 0 10. Materials in stock not included in Item 4 (a) For uncompleted contract (present value) ...... _3_, ~ __ 7., 7_. _9...3 ..... (b) Other materials (present value) ............ ,6_. _9_ _5 _. ,6_. 9~..3_ _3 ..... 11. Equipment, book value .................................................... .2..0.._9_,_2_,_2_,~4, _6_ _4 ..... 12. Furniture and fixtures, book value ................................................. _6_ ,6 __ _8_ 9. _4_ _2 13. Other assets ................................................................. .6___1_ _1___8_ _1...3_._5 ..... Total assets ..... 7 7 8 9 6 8 2 1 LIABILITIES 1. Notes payable: (a) To banks regular. ........................................... _3_ ~8_ _1,_ .6_ 7. ?_ ~ ...... (b) To banks for certified checks ................................................. 9 ..... (c) To others for equipment obligations ............................................ 9 .... (d) To others exclusive of equipment obligations ...................................... 9 .... 2. Accounts payable: (a) Not past due ........................................... .8__ .6_. Q__ _4_. _5_ .5_. ~ ..... (b) Past due ........................................................ 9 3. Real estate encumbrances ................................................................. 9 ...... 4. Other liabilities .......................................................... J._ _9_. _4...2_ 7_ . _4. 7., .5 ..... 5. Reserves ............................................. - .....................................0 6. Capital stock paid up: (a) Common ............................................. !. _2__ ~5.9. 9_. 9 ..... (b) Common _ .TB~S_U_~_Y. ............................. t_k_ _4__ _4. _3__ _6,. ~_ _1_. D ..... (c) Preferred .................... 0 ............................................................ (d) Preferred OT D~bt ConIra ............................. b .... 7. Surplus (net worth) ................................................... _6._ .0_. _3..5_. -9_ 9. _1_ _3 Total liabilities_ ._ 7 7 8 9 6 8 2 1 CONTINGENT LIABILITIES 1. Liability on notes receivable, discounted or sold ........................................................ 2. Liability on accounts receivable, pledged, assigned or sold .............................................. 3. Liability as bondsman ........................................................................... 4. Liability as guarantor on contracts or on accounts of others ............................................ 5. Other contingent ~iabi~ities~L-~-~[E-R'-~F.~R-E-~'~T-~-N-.~-~L.FAN.~-U-BE-D`-L~A~~ ......... _8__9_ Total contingent liabilities. _ 8 9 9 I[I :II: (IFATFllAII(;UTV i TTFiiiAi!i:U&-.AliI,iiiii ;lliAlli311 .: '1 "An employee-owned company R I E T H- R I L E Y CONSTRUCTION CO., INc. GOSHEN. INDIANA CERTIFICATE OF AUTHORITY KNOW ALL MEN BY THESE PRESENTS. that the undersigned President of Rieth-Riley Construction Co. Inc.. a corporation duly organized and existing under the laws of the State of Indiana, does hereby grant to Day i d F. SQ I mn~ Sa I ~ Man ager (Name) (Title) full power and authority to make, execute, seal. jf required by law. and deliver for and on its behalf, and as its act and deed any and all bids, proposals or contracts, said bids. proposals or contracts not to exceed St, 000,000.00 ........... , which bids, proposats or contracts call for work. services, or materials to be furnished by Rieth-Riley Construction Co., Inc,. whether such bids, proposals or contracts are being submitted to an individual or entity, public or private, and to bind Rieth-Riley Construction Co., Inc., thereby as fully and to the same extent as if such bids, proposals or contracts were signed by an Executive Officer of Rieth-Riley Construction Co.. Inc., and sealed, if required by law, and attested by one of such officers, and hereby ratifies and confirms all that the above named designee may do in pursuancs hereof. This Certificate of Authority is granted under and by authority of Section 6.03 of the By-Laws of Rieth-Riley Construction Co., Inc., which became effective the 11 th day of August. 1993~ which provisions are now in full force and effect, reading as follows: Section 6.03 Ordinary Contracts and Agreements. All written contracts and agreements into which the Corporation enters in the ordinary course of business operations shaft be executed by any Officer or by any other employee of the Corporation designated by the President to execute such contracts and agreements. This Certificate of Authority is issued, signed and sealed, if required by taw, by facsimile under and by authority of the following Resolutions adopted by the Board of Directors of Rieth-Riley Construction Co., Inc,, at a meeting held on the 16th day of February, 1996. at which a quorum was present, and said Resolutions have not been amended or repealed: "Resolved that for purposes of clarification and in furtherance of the intent of Section 6.03 of the By-Laws of the Company, the authority granted in Section 6.03 shall extend to the making, execution. sealing. if required by law, and deftvery on behalf of the Company, of aft documents required as part of any bid, proposal or contract. which is for work. services or materials to be furnished by Company, and which is being submitted to an individual or entity, public or private." '"Resolved that in carrying out the provisions of Section 6.03 of the By-Laws of the Company, the signatures of such directors and officers and, if required by law, the seal of the Company may be affixed to any such Certificate of Authority or any certificate relating thereto by facsimile. and any such Certificate of Authority or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Certificate of Authority so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bid. proposal or contract to which it is attached." iN WITNESS WHEREOF. Rieth-Riley Construction Co., Inc., has caused these presents to be signed by Its President ans its corporate seal to be hereto affixed, this 20+h day of January . ~< 2000 . STATE OF INDIANA ) ) SS: COUNTY OF ELKHART ) On this 20th day of January , >1;9 2000 , personally appeared Robert L. McCormick, known to me to be the President of Rieth-Riley Construction Co., Inc., and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 6 03 of the By Laws of said R~eth Rdey n and the Re clubors set fort]l in full force. My Commission Expires: / __, Terry L. Op zewski, April 15. 2008 Re ou I, Francis J. Cantnet, Secretary of Rieth-Riley Construction Co., Inc., do hereby certify that the above and foregoing is a true and correct copy of a Certificate of Authority executed by said Rieth-Riley Construction Co., Inc., which is still in full force and effect. ,N WITNE~.EREOF..ha:el~eu~,~o0~t my hand and affixed ,ha sea, of Rieth-Riley Censt,uctioe Co.. Inc., this ~r~ day of  Francis J. Canine r~SJcretary .: ...........--7 '7. %,%:: 7: ":' ....", ,', Rieth-Riley Construction Co., Inc. P. O. Box 477, 3626 Elkhart Road, Goshen, Indiana 46527-0477 Memorandum To: From: Date: September 3, 1998 Subject: Appointment of Assistant Secretaries for Attestation Purposes Only Be advised that the persons whose names appear on the attached Exhibit A were appointed by the Board of Directors at the July 31, 1998, annual board meeting, to serve as Assistant Secretary for attestation purposes only. As an Assistant Secretary, you are authorized to attest to signatures of authorized corporate employees, who are signing documents on behalf of Rieth-Riley Construction Co., inc. You will hold this position until the next annual board meeting or until such time that you resign, your employment with Rieth-Riley is terminated or your appointment is rescinded by the Board. FJG/tio CC: R. G. Pope J. C. Robb W. D, Robinson A. L. Selner H. P. Whitman E. E. Yarkie I:\GOSHEN~TLOPACZ%GANTNERM~SSEC98,WPD H-R LEY CONSTRUCTION CO., INC. ANNUAL BOARD MEETING ! List of AssistarfrSEcretaries for attestation purposes only. Corporate Charles R. Booth Terry L. Opaczewski Indianapolis Kevin A. Tussey David F. Solmos South Bend CaI-Region LaPorte Joseph F. Dreibelbis Christopher L. Weinkauf Karen S. Boatright FIorzell Hawkins, Jr. Dianna M. Bowman Todd J. Kulczar Elkhart Manton Houghton Lake Mark D. Phares Philip E. Penn Jeffery L. Saylor William K. Pearson Patti L. Schweitzer Grand Rapids Big Rapids/Ludington Tom E. Waldo Rex A, Corbett Patricia K. Zuern Walton Division Robert Vanderley JoAnne T. Courtade Exhibit A ~-I',2Q/SS lIE_ 10:38 FA'j 1 317 233 4g13 PUBLIC WORKS DIVISIO.'~ r ~]001 CERTIFICATE OF QUALIFICATION to provide CONSTRUCTION SERVICES PUBLIC WORIr~ PRO]'ECTS t~ the STATE OF [I~DIA~A RIETH RILEY CONSTRUCTION CO INC 3625 EJ, K]-taJtT GOSHEN IN 46527-0477 16tl,01 Gon~ret~ Construeion of Roads & Cu~t~ing 161t,02 ~phalt Cons~ion ~ R~ds 1611,03 Pa~ing L~ Cons~lon 1~0t Gen. Co~.~ffig~v~elvd h~p~,rl~ls t~.03 S~eman~orW~er~n~ 1~,D2 ~d Cl~ng 1~.03 Dam and D~e Ca~ion CEP, TIFICATtON DATE 3131/99 EXPIRATION DAT~ Pd3~00 THIS CF, RTI~:ICATE ISSUED BY THE STATE OF INDIANA, PU]~LZC WORKS D|VISION CF, RTIFICATION BOARD, 40;! ~ArES'r WA£HTNGTON ,':,TPJSET, ~.OOM W467, FNDIANAPOLL~, INDIANA 46204 ALSO ACTS AS THE OFFICIAL N0'[1C15 OF 'E,Tr'L'~ATION. C. ert~c~Jon Bear~ JUL-ZZ-99 09:51 FROk4-RIETH'RILEY lZ198758405 T-089 P.02/02 F-241 :. :: .; TO :..~?~,~ ....... ~..:;.~ who has filed with me Depa~men~ a Con~m~ors Statement of E~r,ence and Financial Condkion as ~-'~;'-~ required under Ind,ana Code ~23-]0 is here~ quali~ m bid at any Depa~ment of Transpo~adon -- ~..;'~ lening in Classes of Work and wi:hin ~he amoun~ and olher m ~ion of each cl~s,fica:ion as hsted .,;~ ~,;.a' '~ De ~ for such ~riod ~ :he uncompleted work on hand from all sources d~ not ~.,.~ Concractor's 5~a~emenz of Eperience and FinanQal Condmon. This ce~fzca:e supe~ed~ any ce~i~ca~e ~'.L,~. ~ prey odsly issued. but is sub'~ to r~is~on or r~ocation according m the law, if snd when changes ~,,;,,=..~ :.~v-~ in me fin3nchl condition o~the contra~ing f~rm or oiher fl~s ]u~i~ such r~sion or r~ocadon. ~.~.:~.< :.~ v~z; A~g~sc ~, ~999 ~ 3~y 3~, 2000 ~.~'~,E~ ~-.; .,,. 'x~'~'.~ ~GREGATE ........................ $ ~M~TED ~, ~ ',~ ~,~ 03~a snow ~d ice Removal ................ $ ..................... ~ A(A] Concrete ~avin~, General .............. $ ~IMITED ~_,~2~ A(~) Concrete Paving, Limited .............. $ ' ~:-~ ~ (A) ~icumimous Pavzn9. Planc M~x ............ ~-.~:-~ x. J~';~ B[B) Bicum~mous Pav~ng, Road M;X. $ ~IMIT~ ............ ~.~ ~..~'~,:~ C(A} Eea~ Gradin9 .................... $ ~L~MITED ;.,E:~,.~ :~-,L~ ~,L ~..~ C(9) Ligh~ Gradin~ .................... $ ~IM~T~ ~-'~f'-~ D (A) Br~d~es: Mi9hway Over Water ............ $ ~LIMITED R ~"3" ;.,~'~ '.~ D (B) Bridges; M~ghway ~d Rallroad Over Highway ..... ~ D(C) Bridges: Retiring Railroad Track Protection. . . $ ~IMI~D :,~::~.~ ~-'~:k~ D (D) Bridges: Marine ~vircnmenc .......... $ ~IMITED ~,.~ E{E) S~ll Sc~cnures. ~ivercs ~d Drainage I~ems. . . -.~. ~., E (F) S~rface Masonry ................... $ ~.'~',~ E {H) Deep Sewer or ~cavacion ~e~rin9 gnus~l ~erc~me -5~ E(R) Road Planl~g .................... $ ~IT~ ~..~!,~ · A CORD , CERTIFICATE OF LIABILITY; INSURANCE'.: ':i oATB PRODUCER AON RISK SERVICES, INC. OF INDIANA 251 NORTH ILLINOIS STREET, SUITE 1500 INDIANAPOLIS, IN 46204 COMPANY A INSURE~ COMPANY B RIETH-RILEY CONSTRUCTION CO., INC. COMPANY PO BOX 477 C GOSHEN, IN 46527-0477 COMPANY D Serial # A40271 I I HI-~ CEHTII-ICA Ib. I~S I~SUEU A5 A MAI I EI,( OF tNI-QRMATI(JN ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER· THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE AMERICAN GUAR & LIAR (ZURICH) ZURICH INSURANCE COMPANY THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE iNSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED B Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY NUMBER 0ATE tMMmD~YY) 0ATE (MMIDD/YY) LIMITS GL8322041-04 02/01/00 02/01/01 GENERALAGGREGAT~ $ 2,000,000 PRODUCTS- COMP/O. ~GG $ 2,0007000~ PERSONAL & ADV INJURY $ 1 ~000TOO0' EACH OCCURRENCE $ 'l~000~{3OO~ 'FIRE DAMAGE (Any one tim) $ 100,~200~ BAP8322043-04 02/01/00 02/01/01 co TYPE OF INSURANCE LTR GENERAL LIABIUTY A 'X ' COMMERCIAL GENERAL LIABILITY .... CLAIMS MADE "X OCCUR '~NER*S & CONTRACTOR*S PROT Y,' AGGREGATE LIMITS X PER PROJECT ENDST AUTOMOBILE LIABILITY A X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS LIABILJTY A X UMBRELLA FORM OTHER THAN UMBRELLA FORM WORREIrS COMPENSAllON AND OTHER COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY $ (Per persQnl AUTO ONLY - EA ACCIbENT $ OTHER TI-IAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE AUO851794104 02/01100 02/01/01 EACHOCCURRENC~ $ 5,0OL},OO0 AGGREGATE $ $ WC8322042-04 02/01/00 02/01/01 X *"~"'~' EL EACH ACCIDENT $ 1 EL DISUSE- ~OUCV UM~T s f, OO~TO0"O' EL DISEASE- EA EMPLOYEE S City of Carmel, Board of Public Works and Safety 2000 Street Repaving Project SHOULD ANY OF THE ABOVE DESCRIBED POUCIEB BE CANCELLED BEFORE THE 30 DAYS WRJTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, r emplayee.owned carnpt~ny" R I E T H ~ R I L E Y CONSTRUCTION CO., INc. POST OFFICE BOx 477, GOSHEN, INDIANA 46527-0477 EQUAl. EMPT ,OYi~IENT OPPORTUNITY PO| ,ICY It is the policy of Rieth~RAley Construction Co., Inc. to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age of disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or te, uination; rams of pay or other forms of compensation; and selection for training, including apprenticeship, proapprenticeship, and/or on-~e- job training. If you have a complaint concerning a violation of this policy, the Corporate EEO Officer is James Eaton, who can be reached at Kieth-Pdlcy Construction Co., Inc,, P.O. Box 477, Goshca, IN 46527, (219)875-5183. R~be"~ L. McCormick, P~sident April 4, 1997 ~3626 ELKHART ROAD TELEPHONE: (219) 875-5183 FAX: (219) 875-8405 R I E T H- R I L E Y CONSTRUCTION CO., INC. P.O. BOX 276 · INDIANAPOLIS. INDIANA 46206 TO: · City of Carmel · One Civic Square · Carmel, IN 46032 GENTLEMEN: The following documents are enclosed: COPIES FORM NO. 1 Performance Bond 1 Labor & Material Payment Bond DATE May 10, 2000 ATTENTION Clerk-Treasurer RE:CONTRACT 2000 Paving Program DESCRIPTION THESE ARE TRANSMITTED FOR YOUR ACTION AS iNDICATED: [] Please sign and return the original and __ copies. [] Retain one copy for your file. [] Returned to you for corrections as noted. [] REMARKS: [] For your approval. [] For your use, [] For your files. COPY TO: 320621 PLANT AND OFFICE: 1751 W. MINNESOTA STREET SIGNED: If enclosures are not as noted, kindly notify us at once. Penel ope L. Ri sner Contract Administrator PHONE: 317-634-5561 · FAX: 317-631-6423 ~Y-gg-OO 10:45 FROIbRIETH-RiLEy +31763164Z3 T-ZOr P.04/05 F-843 PERFORMANCE BOND Ci~ of Came.! ]?~struclions; Successful Bidder must use this form or other Jbrm containing the same material conditions and provisions as approved in advance by OWNEd~ Date of Bond must not be prior to date of Contract. If CONTRACTOR is a Parmership, all partners should execute bond. Surety company executing thLt bond shall a2~pear on the most current list of "Surety Companies Acceptable on Federal Bonds," as st?ecified in the U.S. Treasury Department Circular 570, as amendea~ and be authorized to transact business in the State of Indiana. KNOW ALL MEN BY THESE PRESENTS: tha~ "CONTRACTOR": and "SureqP: RIETH-RILEY CONSTRUCTION CO., INC. RELIANCE INSURANCE COMPANY 3 Parkway Philadelphia, PA 19102 a corporation chaxxered and existing under the laws of the Smm Of Pennsylvania · and auxhotized m do business in xhe Sm~ of Indiana, Penalsum°f 'Fifo Mundrcd ~;o YaT~ 7 ~!~san~I:)O"mts'($ 622,502.75 )~lawfU| money of ffit Un~ Slmes~ for mc paymc~ oPw/hich sum well an~ ln~l~ m be made, iogeth~ wi~ ~c~es~ a~ the maximum legal tam f~om dam of dcmar~ and a~y '~t~orr~ fees and court costs incurred By Obllgce w enforce this insm~ we bind ourselves, successon, and assig~s, join~ and severally, rarely by these presems, WHEREAS, v.he CONTRACTOR has en~e:ed i~o a ceaain Agreement with tl~ OWNER, dated asofth~ 3rd dab'of May , 20 00_99._, by whlch CONTKACTOK has agreed m perform and furnish cemin Work for or in figthetance of cansuuction of improvements described ge~etall~ as 2000 STREET REPAVING PROJECT which Agreement, and the "Comr4cl Documents" as referred w thcrein~ are hereby incorporaled herein by NOW, THEREFOKE, the conditions of this obligation are such tha~ if tim CONTRACTOR shall well, truly and fahhfu|ly [:n:rform Iris duties, all the undertakings, covehams, urms and condi, ions ~Y-0S-O0 T0:46 FROM-RIETH-R]LEY +3176316423 T-ZOT P.05/05 F-843 of said Agreement whether during ~he original ~nn ~aeof, ~ ~y e~s~ ~r~f which my ~ ~ by ~e O~ wi~ or wigout no~e to xhe Sur~ ~ d~g ~y ~i~ of gu~ or ~W p~vid~ ~ ~ ar~g ~nd~, ~ · CON~CTOR s~ll ~ ~1 cla~ a~ ~ ~c~ ~ such Co~ae~ ~d s~ll O~ ~m ~1 c~ ~ &m~ which he r~urse aM r~y ~ O~R aE outlay ~d apse w~ch PRO~D~, ~T~ ~l ~ ~ S~, f~ value r~eiv~ ~eby ~pula[~ ~d a~: ~e Con~ ~11 opine m rc~c ~ ~c~ S~; ob~[ion on ~is ~ ~d it d~s ~eb~ waive notice or' O~'s ~1 smlm~ w~ ~e CONT~CTO~ WITNESS W'I-EEREOF, ~hls insrrumeal is e~ecuted in one (number) couraerparts, each one of which shall be d~e~ned an ori,daml, fl~isffie ,9~h dayof May ,20 O0 CONTRACTOR: [nazn~} RIETH-RILEY CONSTRUCTION CO., INC. ATTEST: ~ t~ ~'_ Assistant [signature] ~vin A. Iussey MAY 09 '00 10:58 MAY-09-O0 10:45 FROM-RIETH-RILEY +31T63164Z3 T-ZOT P,92/05 F-843 PAYMENT BOND CiW of Carmd J~nsrn~ctions: Successful Bidder must use this'form or other form containing the same material conditions and provisions as approved in advance by OWNER. Date of Bond must not be prior to date of Contract. If CONTRACTOR is a Partnership, all partners should execute bond Surety company executing thh' bond shall appear on the most current list of "Surety Companies Acceptable on Federal Bonds, "as specified in the U.S. Trem'ury Department Circular 570, as amended, and be authorized to l~ansacl business in the State of Indiana, KNOW ALL ~ BY THESE PRESENTS: thal "CONTRACTOP,": and "SumS': ['~l RIETH-RILEY CONSTRUCTION CO., INC. RELIANCE INSURANCE COMPANY 3 Parkway Philadelphia, PA 19102 a coxpotation chattered and exiting under Xhe laws of tl~ STate of Pennsylvania , and authorL~d to do busk~ss h ~ Staxe ofl~ areheldandfn'mlYboundunxo~i~q~f~C~w~Iy' einaR.crndcalledOWNER, in ($ 622,502.75 ) in lawful money of xhe Unimd States, for ~e paymere of which sum well and uuly to b~ made, plus interest at ~ m_ a~mum legal ra~c from date of clcmand and any anomey fees and com~ costs incurred by Obligce to enforce this in.vtnnnem, we bind ounelves, successors, and assigns, joimly and sereTally, ~nnly by these prescms, WHEREAS, ~ CONTRACTOR has cmcrcd imo a certain Agreen~mt with the OWNEIL dated as of the 3rd day of May ,XI~ 20.OO, by which CONTRACTOR has agreed m perfonn and furnish certain Work for or in furtherance of coDszru~ion of improvemenm described generally as 2iN}0 STREET REPAVING PROJECT which Agxeement. and the "Contract Documenls" as referred to therein, are hereby incotponaed herein by reference; Mg~Y 09 '00 10:57 MAY-09-O0 10:45 FROM-RIETH-RIL;Y +317631~423 T-Z07 P.03/05 F-843 NOW, THEREFORE, the condifior~ of ~ obligardon me such ~ if the CONTRACTOR ~ prompdy ~ pa~n~ of ~ m~xs d~ m ~ Cm~ ~ ~ o~a~on ~n ~ vo~; o~ m ~ h ffi ~rce ~ e~t. "C~f' ~ ~ ~y Su~on~tor, m~ ~pp~r or o~ p~ ~ or cormdon ~g ~ or ~nt for or p~o~g h~r or ~es h ~e prosecmioa oft~ Work pro~ed for ~ s~ Ag~e~t, ~1~ hb~ts, o~ g~o~, co~ ~ co~, rep~ on ~, ~ toO~ ~ co~ Or ~d ~ co~a ~ ~ co~ion of s~h ~r~ ~ ~ ~e pre~ on ~d wo~ ~ ~r an ~r, ~d h su~ wor~ P~VIDED, ~ ~t ~ ~d S~e~, for ~ue rec~ve~ ~e~ ~puh~ ~ a~es; 1. ~t ~ &fec~ or ~e~ ~ I~ co~I or h t~ pmceed~s pr~ ~o t~ ~nhg ofl~ Agree~t w~ o~Ie to release or ~ge S~; A~e~m, Co~ Do~ts or ~o ~y Work w ~ ~d t~e~r, ~ ~ dehy by t~ O~R h effor~m of t~ A~ or ~ ~ ~hall ~ ~y ~y ~ea ks ob~ga~n on t~s ~, ~ k does ~eby waive not~e of ~ such c~ge, e~n of ~, ~m~n or ~ion Io the tern of ~e ~, Contrdcl Doc~nm or ~o the Work; 4. ~t ~ Paint Bond ~ SmW s~ ~I ~ rele~ed ~ta o~ (1) ye~ ~et ~ O~R's ~ ~n]e~m w~ ~e CON~0R. IN WITNESS WHeReOF, this insm~nent is executed in one (nutabet) courKerparts, each one of which shall be ~ern~d an original, this the 9th. day of Hay 20 o0 . ATTI~ST: ~(/-~ ~L ~'7/~vev Assistant [',sLS~mre] evin A. Tussey Eileen R. Green 251 N. Illinois St., Suite 1500 [primed -~-~3 ~nd~anapol~s~ IN ~620~ PJ~L~ANCE SU1~TY CO~fi~ANY .RELIANCE !~SURANCE UNITED PACIFIC INSURANCE COIWPANY RELIANCE NATIONAL INDEMNITY COMPANY ADt~ UiSXRATIv.e OFFICE. PHiLADELPHiA, PENNSYLVANIA '.'. '.........'..' 'POWER OF ATTORNEY '" ' KNOW ALL MEN 9Y THESE PRESENTS. that RELIANCE SURETY COMPANY is a corporation duly organized under the laws ~f the '~fate of of the Commonwealth ~f Penn;~d~an~a e d th's~;.:.'~ELI.ANCE NAT QNAL I'NDEMNITY .COMPANY is a corporation duly organized under the laws the State of Wisconsin herrib o01Ie~tN;~.y ce0 ~t ~the C6~panle~ qDd"thqt'..the '4~mpenles by vir~'Us of signature end seals do hereby make constitute and appoint 'Rebert P. $d~npa~l~ FAi,s'~ R..Greeg~'. of I~di'e~/~t}lis~ Ifldlan~l their true snd'iawful Attorney(a)-in-Fact to make seat and deliv,r for and on their b~half 'and a~ their ~c.t'end dead iny'end .all honda sad under~skiOga of suretyship and to bind ~he Cornpanles thereby as fully and to/;he same exten~a$ if ~uch bd'nl~and undertakings a'bd'othsr writ~rigs eJblig~tory in the nature thereof were signed bya~ Executive Officer of the Companies end see ed 'and attested by one Other of Stl0h 'Officers, and hereby ratifies end confirms eli that their said Artorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted 'Snd~f end by the authority of Article VII of the By-Lswl of ~ RELIANCE INSURANCE COMPAN'Yr UNITED PA(~.II;tC .INSURANCE COMPANY. and RELIANCE NATIONAL provisions are now in full force arid effec~,readlhg as follOwS: ." ,. . ::.. ARTH~L,It Vlt- EXECUTION OF BONES AND UNOERTANINGS ' ' IN WITNESS WHEREOF, the Companies have caused these preset~is to be signed and their corporate seals to be hereto affixed, this February 1, 1998. P~ELIANCE SURFi'Y COMPANY :, r~.~ ~~. "' " STATE OF Pennsylvania ' . ' ,., , ' . COUNTY OF Philadelphia . ' '" .,' '.; . ',..,:'' ",'.,.'. On the, February 1 1998, before me Vslnda Weftham, pareD"" .yappeered David T. Aksrs, who sckn~w edg. ed himSail t0'bS President of the Reliance Surety Company, end the Vice Presdell~ of ReariDa nsurence Company. Unitid'Pscific InsiStenCe "C~ml~'s'6 Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument 'for the purpoi~ ~erein contained by signing the name of The corporation by himself as its duly authorized officer. Vale c~a W0rtham, NOfa~f Put~ic Phi adelphia. Ph~ia Cou ' ' My Corn isslon Exp~el Nov. t8,1~/2/2~ Notary Public in and for the State of Pennsylvania Residing at Philadelphia I Artits Zippa~l Secretary of RELIANCE SURETY COMPANY, REIJANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY, end RELIANCE NATIONAL INDEMNITY COMPANY do hereby cart fy' that the sbo~e and fOregOing is a true and oorrect copy of the Power of Attorney executed by said Companies, which is still in full fords and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 9 t:h d of Z~y 2000 . "..' ;':.':