HomeMy Public PortalAbout075-2017 - Engineering-Metro- Milestone contractors-Industrial Parkway rehabilitationAGREEMENT
THIS AGREEMENT made and entered into this `V day of V�i//7t� , 2017, and referred to as
Contract No. 75-2017 by and between the City of Richmond, Indiana, a municipal corporation
acting by and through its Board of Public Works and Safety (hereinafter referred to as the "City")
and Milestone Contractors, L.P., 824 Dillon Drive, P.O. Box 2061 Richmond, Indiana, 47375
(hereinafter referred to as the "Contractor").
SECTION 1. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor to perform services in connection with the rehabilitation of the
Industrial Parkway road for the City of Richmond, Indiana per the drawings and specifications (the
"Project").
Bid Specifications dated May 29, 2017, have been made available for inspection by Contractor, are
on file in the office of the Director of Purchasing for the City of Richmond, and are hereby
incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the
same.
The response of Contractor to said Request for Responses received June 15, 2017, is attached hereto
as Exhibit A, which Exhibit consists of six (6) pages, and is also hereby incorporated by reference
and made a part of this Agreement.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all labor, material, equipment, and services necessary which are
incidental to the proper completion of all work specified.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance and/or
warranties;
2. The City is in receipt of any required affidavit signed by Contractor in
accordance with Indiana Code 22-5-1.7-11(a)(2);and
3. A purchase order has been issued by the Purchasing Department.
SECTION II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of the
City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the
work.
Contract No. 75-2017
Page 1 of 6
SECTION III. COMPENSATION
City shall pay Contractor an amount not to exceed the total amount of Three Hundred Sixteen
Thousand Eight Hundred Seventy-six Dollars and Ninety Cents ($316,876.90) for complete and
satisfactory performance of the work required hereunder.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect until
the completion of the project, which completion shall be on or before September 29, 2017. A penalty
shall be assessed and deducted from Contractor's retainage in the event services are still being
performed by Contractor under this Agreement in the amount of One Thousand Dollars ($1,000.00)
per day for each day past the date for completion as set forth above.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part,
for cause, at any time by giving at least five (5) working days written notice specifying the effective
date and the reasons for termination which shall include but not be limited to the following:
a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its
obligations under this Agreement;
b. submission by the Contractor to the City of reports that are incorrect or incomplete in any
material respect;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement is
made; or
e. unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make payment for all work performed
prior to the effective date by Contractor, but shall be relieved of any other responsibility herein.
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by
setting forth the reasons for such termination, the effective date, and in the case of partial
termination, the portion to be terminated.
SECTION V. WITHHOLDING RETAINAGE AND CLAIMS FOR PAYMENTS
Contractor understands, acknowledges and agrees that pursuant to Indiana Code 36-1-12-13 the City
must provide for the payment of subcontractors, laborers, material suppliers, and those performing
services under a public works contractor and further agrees that in the event Contractor fails to timely
pay any subcontractor, laborer, or material supplier for the performance of services or delivery of
materials under this Agreement that the Board of Public Works and Safety for the City shall withhold
payments in an amount sufficient to pay the subcontractors, laborers, material suppliers, or those
Page 2 of 6
providing services. Contractor further understands, acknowledges, and agrees that the Board shall
proceed with the proper administrative procedures initiated as the result of any claims timely filed by
any subcontractor, laborer, or material supplier under Indiana Code 36-1-12-12.
SECTION VI. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or
property or any other claims which may arise from the Contractor's conduct or performance of this
Agreement, either intentionally or negligently; provided, however, that nothing contained in this
Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers,
agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter
maintain such insurance as will protect it from the claims set forth below which may arise out of or
result from the Contractor's operations under this Agreement, whether such operations by the
Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or
by anyone for whose acts the Contractor may be held responsible.
Coverage
A. Worker's Compensation &
Disability Requirements
B. Employer's Liability
C. Comprehensive General Liability
Section 1. Bodily Injury
Section 2. Property Damage
D. Comprehensive Auto Liability
Section 1. Bodily Injury
Section 2. Property Damage
E. Comprehensive Umbrella Liability
Limits
Statutory
$100,000
$1,000,000 each occurrence
$2,000,000 aggregate
$1,000,000 each occurrence
$1,000,000 each person
$1,000,000 each occurrence
$1,000,000 each occurrence
$1,000,000 each occurrence
$2,000,000 each aggregate
SECTION VII. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
Page 3 of 6
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility
status of all newly hired employees of the contractor through the Indiana E-Verify program.
Contractor is not required to verify the work eligibility status of all newly hired employees of the
contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists:
Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit
affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC
22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to
remedy the violation not later than thirty (30) days after the City notifies the Contractor of the
violation. If Contractor fails to remedy the violation within the thirty (30) day period provided
above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement
will be terminated. If the City determines that terminating this Agreement would be detrimental to
the public interest or public property, the City may allow this Agreement to remain in effect until the
City procures a new contractor. If this Agreement is terminated under this section, then pursuant to
IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages.
SECTION IXI. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in
investment activities in Iran. In the event City determines during the course of this Agreement that
this certification is no longer valid, City shall notify Contractor in writing of said determination and
shall give contractor ninety (90) days within which to respond to the written notice. In the event
Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran
within ninety (90) days after the written notice is given to the Contractor, the City may proceed with
any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the
course of this Agreement that this certification is no longer valid and said determination is not
refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider
the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of
the ninety (90) day period set forth above.
SECTION X. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on
behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant
for employment to be employed in the performance of this Agreement, with respect to hire, tenure,
terms, conditions or privileges of employment or any matter directly or indirectly related to
employment, because of race, religion, color, sex, disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
I. That in the hiring of employees for the performance of work under this Agreement of
any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of
Page 4 of 6
Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex,
national origin or ancestry against any citizen of the State of Indiana who is qualified and
available to perform the work to which the employment relates;
2. That Contractor, any sub -contractor, or any person acting on behalf of Contractor or
any sub -contractor shall in no manner discriminate against or intimidate any employee hired
for the performance of work under this Agreement on account of race, religion, color, sex,
national origin or ancestry;
3. That there may be deducted from the amount payable to Contractor by the City under
this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during
which such person was discriminated against or intimidated in violation of the provisions of
the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all monies due or
to become due hereunder may be forfeited, for a second or any subsequent violation of the
terms or conditions of this section of the Agreement.
C. Both City and Contractor agree to comply with all applicable Americans with Disability Act
(ADA) requirements and Title VI Civil Rights Act non-discrimination requirements.
D. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION XI. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents
of the same from all liability for negligence which may arise in the course of Contractor's
performance of its obligations pursuant to this Agreement.
SECTION XII. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of its
rights or obligations hereunder without the prior written consent of the other party. It shall be
controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It
constitutes the entire Agreement between the parties, although it may be altered or amended in whole
or in part at any time by filing with the Agreement a written instrument setting forth such changes
signed by both parties.
This Agreement may be simultaneously executed in several counterparts, each of which shall be an
original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising
under this Contract, if any, must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts.
Page 5 of 6
Any person executing this Contract in a representative capacity hereby warrants that he has been duly
authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages or
remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this
Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed.
In the event that an ambiguity or question of intent or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or
burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the
provisions of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the
day and year first written above, although signatures may be affixed on different dates.
"CITY"
THE CITY OF RICHMOND,
INDIANA by and through its
Board of Public Works and Safety
By:
icki Robinson, President
I0
Date: 6-)2 1-7
1
P
• D
C • • &•
Date: I - I
"CONTRACTOR"
MILESTONE CONTRACTORS, L.P.
824 Dillon Drive, P.O. Box 2061
Richmond, IN 47375
aaa`\``G �� • CT'
By. O
Printed: !) 4� �o /� C ����' . �___.....,.ar"`�•
Title: � r c-L. 1, o [ c S
Date: �/Z(, //(,
Page 6 of 6
M
0
N
v
ID
o+
E
L
LL
M
N
N
s
It
Ln
E
L
0
LL
I
U
Q
PAG=OF
000NTRACTOR'S BID FOR PUBLIC WORK - FORM 96
Slate Form 52414 (R2 /2-13) / Form 96 (Revised 2013)
Prescribed by State Board of Accounts
PART
(To be completed for all bids. Please type or print)
Governmental Unit (Owner)
2. County:
3. Bidder (Firm):
Address:
City/State
4. Telephone Number:
5. Agent of Bidder (if
applicable):
Date: JUNE 15, 2017
CITY OF RICHMOD, INDIANA
WAYNE
MILESTONE CONTRACTORS, L.P.
824 DILLON DRIVE / PO BOX 2061
RICHMOND, INDIANA 47374 / 47375
(765)935-4231
DAVID MEARS
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of CITY OF RICHMOND, INDIANA
(Governmental Unit) in accordance with plans and specifications prepared by
ATTACHED BID FORM
CITY OF RICHMOND
and dated MAY 2017 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 additonal units of material included in the contract are needed, the cost of the 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.
EXHIEJ J. �A PAGE OF_7-
ACCEPTANCE
The above bid is accepted this day of subject to the following
conditions:
1
Contracting Authority Members:
PART II
(For projects of $150,000 or more — (IC 36-1-12-4)
Governmental Unit:
Bidder (Firm):
CITY OF RICHMOND, INDIANA
MILESTONE CONTRACTORS, L.P.
Date (month, day, year): JUNE 15, 2017
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
Completion Date
Amount
Class of Work
Name and Address of Owner
$8,467,203.00
ROAD CONSTRUCTION
2016
INDIANA DEPARTMENT OF TRANSPORTATION, RS-34405-A, 185
AGRICO LANE, SEYMOUR, IN
$5,968,195.17
ROAD CONSTRUCTION
2016
INDIANA DEPARTMENT OF TRANSPORTATION, RS-37746-A, 32
S. BROADWAY, GREENFIELD, IN
$4,477,000.00
AIRPORT
2016
INDIANAPOLIS AIRPORT AUTHORITY, 1-16-058 REHAB TAXIWAY
CONSTRUCTION
B, 7800 COL. H. WEIR MEMORIAL DR., INDIANAPOLIS, IN
$4,321,074.76
ROAD CONSTRUCTION
2016
INDIANA DEPARTMENT OF TRANSPORTATION, RS-30902-A, 41
W. 300 N. CRAWFORDSVILLE, IN
What public works projects are now in process of construction by your organization?
Contract
Class of Work
Expected
Name and Address of Owner
Amount
Completion Date
INDIANA FINANCE AUTHORITY, R-37096-A, 1-69 MAJOR MOVES
$90,947,475.00
ROAD CONSTRUCTION
2017
2020 EXPANSION, ONE NORTH CAPITOL AVE., SUITE 900,
INDIANAPOLIS, IN
$2,387,000.00
ROAD CONSTRUCTION
2017
INDIANA DEPARTMENT OF TRANSPORTATION, R-34738-A, 3650
SOUTH US 41, VINCENNES, IN
$4,552,074.86
ROAD CONSTRUCTION
2017
CITY OF LAFAYETTE, MAIN STREET STREETSCAPE, PHASES 1
& 2, 20 N. 67H ST., LAFAYETTE, IN
�$10,974,401.85
ROAD CONSTRUCTION
2017 71NDIANA
DEPARTMENT OF TRANSPORTATION, R-30312-A, 185
AGRICO LANE, SEYMOUR, IN
4 C . r PAGE 0F �
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.
DUNLAP AND COMPANY INC. HOLLADAY CONSTRUCTION GROUP
RH OF INDIANA SHIEL SEXTON COMPANY, INC.
F.A. WILHELM CONSTRUCTION CO. INC. SIGNATURE CONSTRUCTION
VERASUN ENERGY
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.)
WORK TO BE ASSIGNED TO A GENERAL SUPERINTENDENT WHO WILL HAVE DAY TO DAY RESPONSIBILITIES OF THE JOB.
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 SUPPLEMENTAL
EXHI13IT J� PAGE OF.7)
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.
TO BE SUBMITTED UPON AWARD OF CONTRACT
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.
SEE ATTACHED EQUIPMENT LIST. THE EQUIPMENT UTILIZED WILL BE THAT NECESSARY TO COMPLETE THE JOB.
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed.
YES WE HAVE RECEIVED OFFERS
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.
SEE ATTACHED FINANCIAL STATEMENT
cxhl'iT PAGE OF�'7
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 combinaton 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 RICHMOND, INDIANA this 15TH day of JUNE A '(OK
EST NEC NT T S L.
CONT CTOR UNI D, - ENER/� • TN z
( am f nization
L`' SEAL . •
By ....
DAVID MEARS DIRECTOR OF ESTIMATIN�4NNm�AN",
(Title of Person Signing)
ACKNOWLEDGMENT
STATE OF INDIANA
)ss:
COUNTY OF WAYNE )
,c N. HFS
Before me, a Notary Public, personally appeared the above -named David Mears an at
�O
contained in the foregoing document are true and correct. NOTARY
Subscribed and sworn to before me this 15TH day of JUNE, 2017. I PUBLIC =!T
Notary Public
SCOTT A. HESTER
My Commission Expires: MAY 2, 2024
County of Residence: WAYNE
EXHIBIT PAGE �OF -7
INDUSTRIAL PARKWAY REHABILITATION
BID SHEET
Item No. Description
1 MOBILIZATION/DEMOBILIZATION
2 TRAFFIC CONTROL
3 PROFILE MILLING
4 9.5 ASPHALT SURFACE 76-22 LIQUID
5 APPROACH MILLING
6 9.5 ASPHALT SURFACE 76-22 LIQUID FOR APPROACH
PAVING
7 ASPHALT PATCHING
8 2' STONE SHOULDER EACH SIDE
9 ASPHALT WEDGE & LEVEL 76-22 LIQUID
10 TACK COAT
Qty
Units
Unit Price
Qty Price
1.00
LS
$
15,845.00
$
15,845.00
1.00
LS
$
17,825.00
$
17,825.00
18698.00
SY
$
0.90
$
16,828.20
1543.00
TONS
$
70.15
$
108,241.45
585.00
SY
$
4.75
$
2,778.75
48.00
TONS
$
165.00
$
7,920.00
570.00
TONS
$
167.00
$
95,190.00
429.00
TONS
$
28.50
$
12,226.50
514.00
TONS
$
73.00
$
37,522.00
1000.00
GAL
$
2.50
$
2,500.00
TOTAL: $ 316,876.90
Contractor: Milestone Contractors, L.P.
Date Signed: June 15, 2017
3/8/2017 Page 1
EXHIBITL PAGE OF