HomeMy Public PortalAbout155-2017 - Aquatic Renovation System - Pool Liner for MunicipalAGREEMENT
THIS AGREEMENT made and entered into this day of �2017, by and between
the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Public
Works and Safety and by and through its Board of Parks and Recreation, with its office at 50 North 51h
Street, Richmond, Indiana, 47374 (the "City") and Aquatic Renovation Systems, Inc. dba RenoSys
Corporation, 2825 East 55`h Street, Indianapolis, Indiana 46220 (hereinafter individually and/or
collectively referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor to provide professional services in connection with replacing the pool
liner while repairing any damages; and adding a splash pool liner while repairing any damages before
installation at the Cordell Municipal Pool located at 9 S.W. 13`h Street, Richmond, IN 47374.
Contractor shall comply with the requirements previously requested by the City which are set forth on
the Request for Quotes, which is attached hereto and incorporated by reference herein as Exhibit "A"
to which Contractor has responded by way of proposal, which is attached hereto and incorporated by
reference herein as Exhibit `B".
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 for 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 22-5-1.7-1 l(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
SECTION 2. 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.
SECTION 3. COMPENSATION
City shall pay Contractor the sum of One Hundred Seventy Thousand Three Hundred Nine Dollars
and 18/100 ($170,309.18) for full and complete satisfaction of the services described herein.
Contract No. 155-2017
Page 1 of 6
SECTION 4. TERM OF AGREEMENT
This Agreement shall become effective when signed by the parties and shall continue in effect until
completion of the Project. However, Contractor shall commence the work described herein no later
than the first day of Spring, 2018 as Contractor understands that time is of the essence and the entire
contract shall be completed prior to the opening day of the Cordell Municipal Pool in 2018.
Notwithstanding the term of this Agreement, the 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 manner
its obligations under this Agreement;
b. submission by the Contractor to the City of reports that are incorrect or incomplete in
an 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 5. 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
Limits
A. Worker's Compensation & Statutory
Disability Requirements
B. Employer's Liability
$100,000.00
Page 2 of 6
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
$1,000,000.00 each occurrence
$2,000,000.00 aggregate
$1,000,000.00 each occurrence
$1,000,000.00 each person
$1,000,000.00 each occurrence
$1,000,000.00 each occurrence
$1,000,000.00 each occurrence
$1,000,000.00 each aggregate
F. Malpractice/Errors & Omissions Insurance $1,000,000.00 each occurrence
$2,000,000.00 each aggregate
SECTION 6. 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.
SECTION 7. 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-I1 (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.
Page 3 of 6
SECTION 8. 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 the City determines during the course of this Agreement that
this certification is no longer valid, the 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 9. 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:
1. 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 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 action 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;
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 money 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. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation
shall be considered a material breach of this Agreement.
Page 4 of 6
SECTION 10. 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 which may arise in the course of Contractor's performance of its
obligations pursuant to this Agreement.
SECTION 11. 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 any suit arising
out of this Contract 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.
Any person executing this Contract in a representative capacity hereby warrants that he has been duly
authorized by his 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 the City in its efforts to enforce this
Agreement, including but not limited to, the City's reasonable attorney's fees, whether or not suit is
filed.
[Signature Page to Follow.]
Page 5 of 6
In the event that an ambiguity, 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: Lti
Vicki Robinson, President
0
Richard Foore, Member
THE CITY OF RICHMOND,
INDIANA by and through its
Board of Parks and Recreation
By:
Bill Engle, President
APPROVED:
David or
l
Date: l l — d f
"CONTRACTOR"
RENOSYS CORPORATION
2825 East 551h Street
Printed:
Title: FK5(044
Date: k I - I�A - k
Page 6 of 6
CONTRACT REOUEST FORM
1. Date contract needed (Clerk or agenda deadline): ASAP
2. Board/Commission that will approve contract Park Board
3. Has bid been awarded? No
Date Submitted to Law*: 10/26/2017
Date awarded or expected: 11/2/2017
4. Is this a Common Construction Wage Project? No
5. Brief description of work to be performed or supplies to be furnished:
Pool Liner Replacement
6. Name and address of Contractor to be retained: Aquactic Renovation Systems Inc., dba RenoSys Corporation
7. What method was used to request bids? (check one)
Professional Services
x Request for Proposals
Request for Qualifications
2825 East 55th Place
Indianapolis, IN 46220
Request for Quotes
Bid Specifications
State Quantity Purchase Bid/Quote
8, What date was the Bid Specif cation/RFP/RFQ/QPA sent out or requested? Met on site in August and Sept.
9, Date of Contractor's Response/ProposalBid*. 10/16/2017
10. Did the Contractor supply you with all necessary certificates of insurance, warranties, etc.? Yes
11. In what office are the Bid Specifications/RFPBid lists on file with the City? N/A
12. Amount to be paid to Contractor $170,309.18
13. Any other relevant information:
Term of Contract: until completion
Bid Packet is included. Replace pool liner while Repairing any damages, Adding a Splash Pool liner while repairing
any damages before installation
15. Submitted By: Denise Retz
Department: Parks Department
*Please complete and return, along with Contractor's response and any and all attachments or
exhibits, at least one (1) week before the contract is needed for its Agenda deadline. Incomplete
submissions will be returned to the Department Head.
January 2011
Exhibit A
CITY OF RICHMOND, INDIANA
INVITATION TO BID
POOL LINER AT CORDELL POOL
VICKI ROBINSON - PURCHASING DIRECTOR - (765) 983-7209
INDEX
Form 96 (revised 2013)
Notice to Bidders
Invitation for Bid
STANDARD TERMS AND CONDITIONS
Definition
A.1
Departments
A•2
Bidder & Contractor
A.3
Estimated Quantities
A•4
Addenda
A.5
Bidding Documents
B.1
Substitutions
B.2
Demonstration/Samples
B.3
Data Privacy
BA
Bidding Procedures
CA
Bid Security
C•2
Submission of Bids
C.3
Bidder's Representation
CA
Modification or Withdrawal of Bid
C.5
Delivery of goods
C.6
Consideration of bids
D.1
Rejection/Acceptance of Bids
D.2
Bid Award
D.3
Warranties, Guarantees & Maintenance
DA
Contract Documents
E.1
Indemnification
F.1
Workers Compensation Insurance
F.2
Insurance
F.3
Payments
G.1
Method of Invoicing
G•2
Damages for Delays
G.3
E-VERIFY 2 pages
Specifications 2 pages
NOTICE TO BIDDERS
BOARD OF PUBLIC WORKS AND SAFETY
RICHMOND, INDIANA
Notice is hereby given that sealed proposals will be received by the Board of Public Works
and Safety of the City of Richmond, Indiana in the office of Purchasing in the Municipal
Building for said City for Richmond Park Board until the hour of 4:59 p.m. on the day of
October 19, 2017 for furnishing the following in accordance with specifications on file in
the office of Purchasing in the Municipal Building, Richmond, Indiana.
Pool Liner at Cordell Pool
All proposals shall be properly and completely executed on Form No. 96 as prescribed by
the State Board of Accounts of the State of Indiana. All proposals submitted shall be
accompanied by an acceptable Bidder's Bond, Certified Check or Cashier's Check made
payable to the City of Richmond, Indiana in the amount of 5% of the total bid price. If the
bidder is from out-of-state, the Bidder's Bond must be secured by a Surety who is
admitted to do business in Indiana. The successful bidder will be required to submit a
Performance Bond in the amount of 100% of the bid price and a 100% Labor and Materials
Payment Bond prior to commencing work. Checks of the unsuccessful bidders will be
returned on award of the proposal. Specifications and bid forms may be picked up, in
person, from the Purchasing Office, 50 North 5th Street, Richmond, Indiana 47374. All
proposals should be placed in a sealed envelope marked "Confidential -Bid Proposal" on
outside of envelope.
A pre -bid meeting is scheduled for October 12, 2017 at 10:00 a.m. at Cordell Pool located
at 9 S.W.13th Street, Richmond, Indiana.
The City of Richmond is not responsible and/or liable for any bid specifications and/or
plans not obtained directly from the City of Richmond.
Bidder will be required to comply with all applicable Equal Employment Opportunity
laws and regulations, including Section 504 of the Rehabilitation Act of 1983.
The Board of Public Works and Safety of the City of Richmond, Indiana reserves the right
to reject any and all bids, parts of bids and re -advertise for the same and to waive
informalities or errors in bidding.
Vicki Robinson, Chairperson
Board of Public Works and Safety
Publish Dates: October 4 and 11, 2017
REPLACE PVC POOL MEMBRANE (LINER) in MAIN POOL
AND INSTALL NEW LINER IN WADING POOL
CORDELL MUNICIPAL POOL
9 S.W. 1311 STREET
RICHMOND, INDIANA 47374
SCOPE OF WORK
The scope of work includes the furnishing of all labor, tools, equipment, materials and supplies
necessary to replace existing liner in the Cordell Municipal Pool
1.) General Conditions:
a) The Contractor must have a minimum of ten (10) years of experience in pool liner
installation and must provide two (2) projects of similar size and scope to this
oroiect. Contractor must be experienced in the restoration of pool slides. The
contractor shall provide proof of competency and two letters of recommendation
from past clients of similar size and scope of work.
b) All bidders are required to visit the site to become familiarized with the project, site
conditions and access for equipment required to do scope of work prior to bidding
and shall include all cost for such equipment and access in their bid.
c) Schedule of work- The contractor shall provide a preliminary, outline of the
Schedule of Work in proposal.
d) Prior to the start of any work, contractor shall identify any possible unforeseen
issues that may arise.
2.) Site Preparation:
a) Coordinate the location and access to a staging area with Park staff.
b) Supply all equipment and any other materials required for work. Make the proper
arrangements to dispose of old pool liner when removed.
3.) Work Description
a) Remove existing pool liner in Main Pool and dispose of properly.
b) After removal, inspect main pool tank and make any necessary repairs to provide for
the proper attachment of the liner.
c) Broom clean both main pool and wading pool surface and void it of all loose debris.
d) Main Pool Membrane Termination points to be at top "of pool wall, below gutter, as
with original installation.
e) Wading Pool Membrane Termination points to be at top of pool wall with
membrane wrapped around coping and terminating into existing perimeter saw cut.
f) Main Pool install new liner with lane markers
g) In both Main and Wading Pool, cut out for all main drains, inlets, skimmers, and
lights. All penetrations will be terminated with custom fabricated PVC compression
flanges.
h) Complete additional perimeter caulking, detail work, and finish work to make a
complete watertight installation in both pools.
i) Install Racing Lanes, Targets and Pool Safety markers onto surface membrane to
match existing, if applicable.
j) Clean site for pool filling and perform final inspection.
k) Pressure test of stainless steel gutter to rule out any leaks/confirm proper
performance.
4.) Warranties
a) Contractor must provide all warranties for workmanship and product.
5.) Other
a) Contractor must provide a current Certificate of Insurance, naming the City of
Richmond as the certificate holder.
b) A contract must be signed and a purchase order issued before this project can
begin.
A pre -bid meeting will be held Oct. 12, 2017, 10:00 a.m. at Cordell Pool located at 9 S.W. 131h
Street, Richmond, IN. No other site tour will be held.
INVITATION FOR BID
This invitation is issued to establish a contract to supply the City of Richmond with a commodity or
service in accordance with accompanying specifications.
Pool Liner at Cordell Pool
Submit Bids Until
4:59 R.m. On Day of Bid Opening to: Purchasing Office
Cif of Richmond
50 North 51h Street
Richmond, IN 47374
Bid Opening: Time: 5:00 p.m.
Date: Oct.19, 2017
Location of Bid Opening: Common Council Chambers
City of Richmond
50 North 51h Street
Richmond, IN 47374
Bid Bond: 5% (See Section C.2)
Performance Bond: 100% (See Section C.2)
Labor & Materials Payment Bond: 100% (See Section C.2)
Supply Bond: N/A (See Section C.2)
Insurance/Workers' Compensation: Yes (See Section B.1.4 &F.2.1)
Bid Form Included: Form 96 (Revised 2013)
Schedule of Values: No
Pre -bid meeting: Oct. 12, 2017 at 10:00 a.m. at Cordell Pool located at 9 S.W. 131h Street, Richmond,
Indiana.
STANDARD TERMS & CONDITIONS
ARTICLE A
INSTRUCTION TO BIDDERS
A. i DEFINITION:
A. 1.1 City of Richmond
A. 1.2 The City is in Wayne County, a political subdivision of the State of Indiana.
A.2 DEPARTMENTS:
A. 2.1 The following are the departments that are under Richmond Code 41.02 (h) Central Purchasing:
Park and Recreation, Police, Fire, Sanitary District (Liquid & Solid Waste), Clerk, Attorney,
Controller, Purchasing, Planning, Engineering, and all other City Government units such as
Street, Rose View Transit, and the Airport.
A. 3 BIDDER AND CONTRACTOR:
A. 3.1 A bidder is a person or entity who submits a bid.
A. 3.2 The contractor is the person or entity who enters into a contract with the City of Richmond to
furnish goods or services.
A.4 ESTIMATED QUANTITIES:
A. 4.1 If the quantity set forth in the Invitation to Bid and Proposal is approximate and represents the
estimated requirements of the City for a specified period of time, the unit price and tite extended
total price thereof shall be used only as a basis for the evaluation of bids. The actual quantity of
materials necessary may be more or less than the estimate, but the City shall neither be obligated
nor limited to any specific amount. The city will, if at all possible, restrict increases to 20% of
the estimated quantity and will, if at all possible, restrict decreases to 20% of the estimated
quantity.
A.5 ADDENDA:
A. 5.1 An addendum is a written htstrument issued by the City of Richmond prior to the date for
receipt of bids which modify or interpret the bidding documents by addition, deletions,
clarifications or corrections.
A. 5.2 Addenda will be mailed or delivered to all who are known by the Purchasing Department to
have received a complete set of bidding documents.
A. 5.3 Copies of addenda will be made available for inspection in the Purchasing Department.
A. 5.4 No addendum will be issued later than forty-eight( 48) hours prior to the date and time for
receipt of bids except an addendum withdrawing the request for bids or one which includes
postponement of the date of receipt of bids.
A. 5.5 Each bidder shall ascertain prior to submitting his bid that he has received all addenda issued,
and he shall acknowledge their receipt on the proposal of this bid.
ARTICLE B
INSTRUCTIONS TO BIDDERS
B.1 BIDDING DOCUMENTS
B. 1.1 Bidders shall promptly notify the Purchasing Director of any ambiguity, inconsistency or error
which they may discover upon examination of the bidding documents.
B. 1.2 Bidders desiring clarification or interpretation of the bidding documents shall make a written
request which shall reach the Purchasing Director at least seven (7) days prior to the date and
time for receipt of bids.
B. 1.3 Interpretations, corrections, and changes to the bidding documents will be made by addendum.
Interpretations, and changes made in any other manner will not be binding and bidders shall not
rely upon such interpretations, convections and changes.
B. 1.4 Insofar as Worker's Compensation is concerned, the bidder or contractor agrees to furnish an
official certificate or receipt of the Industrial Commission of Indiana, showing that he has paid
into the State Insurance Fund the necessary premiums, whenever such certificates are required
in the Invitation for Bid. (Section IC 22-3-2-14 will apply).
B. 1.5 All common construction wage requirements (IC 5-16-7-1) will apply when applicable in the
bid. Should common construction wage be required, the City will attach that schedule to the bid
package.
B.2 SUBSTITUTIONS
B. 2.1 The materials, products and equipment described in the bidding documents establish a standard
of type, function, and quality to be met by any proposal substitution.
B. 2.2 Unless the particular specification prohibits substitutions, bidders are encouraged to propose
materials, products or equipment of comparable type, function and quality.
B. 2.3 Bids for substitute items shall be stated in the appropriate blank or if the bid form does not
contain blanks for substitutions, bidders shall attach to the bid on company letterhead a
statement of the manufacturer and brand name of each proposed substitution plus a complete
description of the item including descriptive literature, illustrations, performance and test data
and any information necessary for an evaluation. The burden of proof of the merit of the
proposed substitution is upon the bidder. Failure to comply could be grounds for rejection.
B.3 DEMONSTRATION/SAMPLES
B. 3.1 If required by the City, the bidders shall demonstrate the exact model(s) proposed within seven
(7) calendar days from receipt of request from the City.
B, 3.2 Demonstration should be in the City designated by Purchasing Director.
B. 33 If bidder does not have a model in the Richmond area, it will be at the bidder's cost to send
appropriate City personnel to the nearest location to view proposed item(s).
B. 3.4 If items being bid are small and mailable and bidder is bidding other than specified, the bidder
must supply a sample of the item proposed.
B. 3.5 Sample must be supplied on or before the bid opening date.
B. 3.6 Samples supplied as requested will be returned at bidder's expense after receipt of goods.
B. 4 DATA PRIVACY
B. 4.1 Contractor agrees to abide by all applicable local, state and federal laws and regulations
concerning the handling and disclosure of private and confidential information concerning
individuals and corporations as to inventions, patents, and patent rights. Then contractor agrees
to hold the City of Richmond harmless from any claims resulting from the contractor's unlawful
disclosure or use of private or confidential information.
B. 4.2 All laws of the United States of America, the State of Indiana and City of Richmond are
applicable to the products or services covered herein, are made a part there
ARTICLE C
INSTRUCTIONS TO BIDDERS
CA BIDDING PROCEDURE
C. 1.1 Bids shall be submitted on forms and proposal sheets included with the bidding documents.
C. 1.2 Appropriate blanks on the form shall be filled in by manually printing in ink or by typing the
requested information.
C. 1.3 Any interlineation, alteration or erasure shall be initialed by the signer of the bid.
C. 1.4 Bidders shall not change the bid form nor make additional stipulations on the bid form. If a
bidder wishes to arnplify or qualify his bid, a statement that additional information is attached
shall be made at the appropriate place on the bid form and the amplifying or qualifying
information on the bidder's letterhead shall be attached to the bid form. The City of Richmond
may accept or reject amplified or qualified bids.
C. 1.5 in case of discrepancy between the unit prices and the extended figures, the unit price shall
govern unless otherwise provided elsewhere in the specifications; the prices of the bidder shall
remain firm throughout the contract period and in any contract extension period.
C. 1.6 Each copy of the bid shall be signed by the person or persons legally authorized to bind the
bidder to a contract. A bid submitted by an agent should have a current power of attorney
attached certifying the agent's authority to bind the bidder.
C. 1.7 Bidder to submit bid in triplicate.
C.2 BID SECURITY
C.2.1 If so stipulated in the invitation for bids, cacti bid shall be accompanied by a
certified check, cashier's check or bid bond executed by a surety authorized to
do business in State of Indiana in the amount specified and made payable to the City of
Richmond pledging that the bidder will enter into a contract with the city on terms stated in his
bid and will, if required, furnish bonds as described in the invitation to bid governing the faithful
performance of the contract and the payment of all obligations arising. Should the bidder refuse
to enter into such a contract or fail to furnish such bonds if required, the amount of the bid
security shall be forfeited to the City of Richmond as liquidated damages, not as a penalty.
C. 2.2 The City of Richmond shall have the right to retain the bid security of bidders to whom an
award is being considered until either (a) the contract has been executed and bonds, if required,
have been furnished, or (b) the specified time has elapsed so that the bids may be withdrawn, or
(c) all bids have been rejected.
C.3 SUBMISSION OF BIDS
C. 3.1 The bidder shall assume full responsibility for timely delivery at the location designated for
receipt of bids. Late bids will not be considered.
C. 3.2 Oral, telephone or telegraphic bids are invalid and will not receive consideration.
CA BIDDER'S REPRESENTATION
C. 4.1 Each bidder by making his bid represents that the bidder has read and understood the bidding
documents and his bid has been made in accordance therein.
C. 4.2 Each bidder for services further represents that the bidder has familiarized himself with the local
conditions under which the work is to be done and has correlated his observations with the
requirements of the bidding documents.
C. 4.3 Each bidder agrees that he will not discriminate against any employee or applicant for
employment because of race, color, religious creed, ancestry, physical handicap, sex or political
affiliation, and (fiat Ire will take affirmative action to insure that applicants are employed and
that employees are treated during employment without regard to race, color, religious creed,
physical handicap, ancestry, sex or political affiliation.
C. 4.4 Each bidder shall be responsible for complying with any applicable affirmative action laws.
C.5 MODIFICATION OR WITHDRAWAL OF BID
C. 5.1 A bid may not be modified, withdrawn or canceled by the bidder following the time and date
designated for receipt of bids and each bidder so agrees in submitting his bid.
C. 5.2 Prior to the time and date designated for receipt of bids, any bid submitted may be modified or
withdrawn by notice to the Purchasing Director at the place designated for receipt of bids.
C. 5.3 Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided
that they are then fully in conformance with these instructions to bidders.
C.6 DELIVERY OF GOODS
C.6.1 All delivered goods are to be FOB Richmond, IN, unless otherwise stated in the
bid.
C.6.2 The City reserves the right to inspect and have any goods tested after delivery for compliance
with the specifications. Notice of latent defects, which would make the items unfit for the
purposes for which they are required, may be given at any time within one (1) year after
discovery of the defects.
C.6.3 All items rejected must be removed immediately by the contractor at the
expense and risk of the contractor. If the contractor fails or refuses to remove
the rejected items, they may be sold by the City and the proceeds used to cover
all related expense incurred by the City.
C.6.4 In some cases, at the discretion of the City, inspection of the commodities or
equipment will be made at the factory, plant, or other establishments where
they are produced before shipment.
C.6.5 The above provisions shall not be constricted in limitation of any rights the
City may have under any laws including the Uniform Commercial Code.
C.6.6 If applicable, State written approval is required before the release of any
Bonds or payments will be made to contractor_
ARTICLE D
INSTRUCTIONS TO BIDDERS
D.I CONSIDERATION OF BIDS
D 1.1 The properly identified bids which have been received on time will be opened publicly and will
be read aloud. The bids are available for inspection after all bids have been read aloud.
D.2 REJECTION/ACCEPTANCE OF BIDS
D. 2.1 The City of Richmond shall have the right to accept or reject any and all bids. The City of
Richmond shall reject any bid not accompanied by the required bid security, and shall reject
bids that are incomplete or unsigned.
D. 2.2 The City of Richmond shall reject all bids from bidders where there has been collusion between
the bidders.
D.3 BID AWARD
D. 3.1 it is the intent of the City of Richmond to award a contract to the lowest responsible and
responsive bidder meeting specifications provided the bid has been submitted in accordance
with the requirements of the bidding documents. The City shall have the right to waive any
informality or irregularity in any bid(s) received; to accept or reject the bid(s) which in its
judgment is in its own best interest; and to solicit new bids privately and to award to the best bid
so received.
D. 3.2 Award will be based on the following (where applicable):
1. Adherence to all conditions and requirements of the bid specifications.
2. Total bid price (including any discounts), unit bid price or extended price.
3. General reputation and experience of bidders.
4. Hourly rates for specified personnel.
5. Evaluation of the bidder's ability to service the City.
6. Financial responsibility of the bidder.
7. Prior knowledge of an experience with the bidder in terms of past
performance.
8. Needs and requirements of the City.
9. Experience with the products involved.
10. Nature and extent of company data furnished upon request of the City.
11. Quantity of merchandise.
12. Product appearance, workmanship, finish, taste, feel and results of any
product testing.
13. Overall completeness of product line offered.
14. Locality in relation to the City, where prompt service may be required.
15. Bidder's ability to meet delivery and stocking requirements.
16. Delivery date.
17. Maintenance cost and warranty provisions.
18. Repurchase, trade-in or residual value.
D. 3.3 Unless otherwise indicated in the invitation for bids, the City reserves the right to award the
contract in whole or in part, by item, by group of items or by section where such action serves
the best interest of the City.
D. 3.4 Bids submitted on an "all or none" basis or similar basis will be evaluated against the total of
the low bids for the individual items.
DA WARRANTIES, GUARANTEES AND MAINTENANCE
D. 4.1 A copy of the manufacturer's warranties and/or guarantees for the items bid must accompany
vendor's bid. A copy of your company's warranties and /or guarantees for the items bidding
also must accompany vendor's bid.
D. 4.2 As a minimum requirement of the City, the vendor will also guarantee, in writing, that any
defective components discovered within a one (1) year period following the date of equipment
acceptance shall be replaced by the vendor at no cost to the City.
D. 4.3 Replacement parts of defective components shall be shipped to the City of Richmond at no cost
to the City. if defective parts are required to be returned to the vendor, the shipping costs shall
be borne by the vendor.
ARTICLE E
INSTRUCTIONS TO BIDDERS
GENERAL CONDITIONS OF THE CONTRACT
E.1 CONTRACT DOCUMENTS
Nothing in the contract documents shall create any contractual relationship between the City and
the contractor's employees, subcontractors and their agents and employees and any other parties
furnishing goods and services to the contractor and their agents and employees.
E. 1.2 The contract documents consist of the invitation for bids, instructions to bidders, contractor's
bid form with attaclunents, if any, executed contract, conditions of the contract (general,
supplementary and other conditions), the specifications, all addenda issued prior to receipt of
the bids and all modifications issued after execution of the contract. A modification is (a) a
written or supplement to the contract signed by both parties or (b) purchase release issued by the
City or (c) change order.
E. 1.3 The contract documents form the contract. This contract represents the entire and integrated
agreement between parties hereto and supersedes all prior negotiations, representations or
agreements, either written or oral.
E. 1.4 The issue of a purchase order that is in accordance with the specifications represents a contract.
Should vendor find purchase order to be incorrect, said vendor must notify Purchasing Director
within twenty four (24) hours of purchase order date.
ARTICLE F
INSTRUCTIONS TO BIDDERS
INDEMNIFICATION, INSURANCE, AND PROTECTION OF LIVES AND PROPERTY
F. I INDEMNIFICATION
F. 1.1 The contractor shall indemnify and hold harmless the City of Richmond and its officers and
employees from and against all claims, damages, losses, expenses, including but not limited to
attorney's fees, arising out of or resulting from the performance of the contract, provided that
any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property (other than goods, materials and
equipment furnished under this contract) including the loss of use resulting there from, and (b)
is caused in whole or in part by any negligent act or omission of the contractor, any
subcontractor, or anyone directly employed by any of them or anyone for whole acts any of
them may be liable, regardless of whether or not it is caused in part by a party indemnified
hereunder.
F. 1.2 In any and all claims against the City or any of its officers or employees by any employee of the
contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone
for whose acts any of them may be liable, the indemnification obligation under this paragraph
G. I shall not be limited in any way by any limitation of the amount or type of damages,
compensation or benefits payable by or for the contractor or any sub -contractor under worker's
or workmen's compensation acts, disability benefit acts or other employee benefit acts.
F.2 WORKER'S COMPENSATION INSURANCE
F. 2.1 For contracts involving performance of work pursuant to the provisions of Indiana Code IC 22-
3-2-14 (a) bidders are required to furnish a certificate from the Indiana Worker's Board
showing that such bidder has complied with IC 22-3-2-5, 22-3-5-1 and IC 22-3-5-2.
F.3 INSURANCE
F. 3.1 The Contractor shall, as prerequisite to this Agreement, purchase and thereafter maintain such
insurance as will protect him 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 who directly or indirectly employed by any
of them, or by anyone for whose acts any of them may be liable.
F.3.1
(con't)
Coverage
Limits
A.
Worker's Compensation &
Statutory
Disability Requirements
B.
Employer's Liability
$100,000
C.
Comprehensive General Liability
Section 1. Bodily Injury
$1,000,000 each occurrence
$2,000,000 aggregate
Section 2. Property Damage
$1,000,000 each occurrence
D.
Comprehensive Auto Liability
Section 1. Bodily Injury
$1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage
$1,000,000 each occurrence
E.
Comprehensive Umbrella Liability
$1,000,000 each occurrence
$2,000,000 each aggregate
F.
Malpractice/Errors & Omissions
$1,000,000 per claim
Insurance
$2,000,000 each aggregate
ARTICLE G
INSTRUCTIONS TO BIDDERS
GENERAL CONDITIONS OF THE CONTRACT
G.1 PAYMENTS
G. 1.1 The City is not subject to federal excise taxes. Federal Tax Exemption Registry Number is 35-
6001174.
G. 1.2 The City is not subject to the Indiana sales and use taxes on the purchase of goods and other
materials. Where the contract includes the combination of labor and material, the contractor
shall pay the Indiana sales and use taxes on the materials only.
G.2 METHOD OF INVOICING FOR PAYMENT
G. 2.1 No contract will be official for services or materials unless a purchase order has been issued.
G. 2.2 Contractor shall bill the City: (a) on regular invoice form giving a complete and detailed
description of the goods delivered, including purchase order number; and (b) if the contractor
allows a cash discount, the period of time in which the City must make payment to qualify for
discounts shall be computed from the date the City received the invoice (completely filled out),
or the date the goods are delivered and accepted, whichever may be later, and shall be for not
less than thirty (30) days and (c) if more than one shipment is made under the contract, the City
will make partial payments on a basis that is agreeable to both parties.
G. 2.3 Payments under this contract will be made in the manner provided by law for payments of
claims against the City.
G. 2.4 No payment will be made for production overruns in excess of the quantity ordered by the City
(unless with prior written approval).
G. 2.5 No payment shall constitute an acceptance of any goods or services not in accordance with the
requirements of the contract.
G. 2.6 Schedule of values may be used in contractual work. City will so designate if applicable. (See
Invitation for Bid Page)
G.3 DAMAGES FOR DELAYED DELIVERY AND/OR CONTRACTUAL SERVICES
G. 3.1 In the event delivery of completed item or items bid and/or unaccomplished contractual
completion date is delayed beyond bidder's specified date, the City of Richmond will assess
certain damages of n1 Q. /day. Certain damages will apply in all cases except the following:
In the event delivery and/or completion of contract shall be necessarily delayed because of
strike, injunction, government controls, or by reason of any other cause of circumstances
beyond the control of the contractor, the time of completion of delivery shall be extended by a
number of days to be determined in each instance by mutual agreement between the City of
Richmond and the contractor. Should there be damages assessed, the City will have the right to
deduct the damages from the payment to be made to contractor.
E-Verify Requirements:
Definitions:
E-Verify Program - An electronic verification of work authorization program of the Illegal
Immigration Reform and Immigration Responsibility Act of 1996 (P.L. 104-208), Division C, Title
IV, s.403(a), as amended, operated by the United States Department of Homeland Security or
successor work authorization program designated by the United States Department of Homeland
Security or other federal agency authorized to verify the work authorization status of newly hired
employees under the Immigration Reform and control Act of 1986 (P.L. 99-603).
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance;
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.
■ ■ t . [ i ... ■ l ■ .... ■ ............ ■ f ■ ...... a ■ ■ ............ ■ ...... 5 ■ . ■ ■ l ■ ..... 1 ■ ■ . ■ ■ 1
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.
a a parr
:4 CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
State Form 52414 (11212-13) r Form 96 (Revised 2013)
Prescribed by Slate Board of Accounts
re �s
PART
(To be completed for all bids. Please type or print)
Date (monlh, day, year):
1. Governmental Unit (Owner):
2. County :
3. Bidder (f
Address:
City/State/ZlPcode: �aal r .Lp,ILg- t j [ pZZO
4. Telephone Number.__
5. Agent of Bidder (if applicable): A�
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of ` o c�'' aA (JE)f J-Q-U'�pZj t �� �c f '.4 9-C4t,
(Governmental Unit) in accordance with plans and specifications prepared by C4'c1 ' �L
for the sum of
<J-t suPr,,�f, t �r�Q r � / i �y�iy+d Ord $ I D S '0
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit
basis, the itemization of the units shall be shown on a separate attachment.
The contractor and his subcontractors, If any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion; color, sex, national origin or ancest -Y.
Breach of this covenant maybe regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(if applicable)
1, 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.
Exhibit B
ACCEPTANCE
The above bid is accepted this -�'� day of '4j� t ' 2� �, subject to the
fallowing conditions: N � �
Contracting Authority Members:
- S e-L - C . �_ _r S rc.Qe,.tifi"
PART Il
(For projects of $150, 000 or more - JC 36-1-12-4)
Governmental Unit: (SLS(
Bidder (Firm)
Date (month, day, year): v
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
1. What public works projects has your organization completed for the period of one (1) year prior to the
date of the current bid?
Contract Amount I Class of Work
2. What public works projects are
Date > i Name and Address of Owner
of construction by your organization?
Expected I I Contract Amount Class o ork Completion Name and Address of Owner
Date
3. Have you ever failed to complete any work awarded to you? If so, where and why?
4. List references from private firms for which you have performed work.
SECTION 11 PLAN AND EQUIPMENT QUESTIONNAIRE
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.)
-Q-
o., ni��l r f
Ni, a ' ,
rl'`� !�'�� �� ? 1
f
L)
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.
If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
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.
r
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.
��. ` w /r tip. •�. 1 �)..1 •\ f f.. '�
i
SECTION IV CONTRACTOR'S NON - COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by him, entered
into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such
letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is
made without reference to any other bid and without any agreement, understanding or combination with any other
person in reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
-SECTION -V OATH -AND AFFIRMATION
I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION
CONTAINED IN THE FOREGOING BID FOR PUBLIC W RKS ARE TRUE AND CORRECT.
Dated at �� 3 '�1 ,f ILr"" day of t ✓� t 2 "T
r
A
(Name of
By
(tile of Person wgnrngj
ACKNOWLEDGEMENT
STATE OF
) ss
COUNTY OF
Before me, a Notary Public, personally appeared the above -named P_ W & C • W M 6)-v CX- and
swore that the statements contained in the foregoing document are true and correct.
Subscribed and sworn to before me this day o
FARIS D, STATE
`��,•�s��;iar��,
O1Aey 'y Notary
hbilo, State of Indians
Marion County
'* •, s g
%00' ,, ,. *
Commission a 640261
My Commission Expires
r `
'��"D;,",;.��`
December 03, 2020
My Commission Expires: Q " ;:!).) o"LOa 0
County of Residence: -9 Wei 0 ✓1
Notary Public
D
q u
C
CO
^_r
U)
0
m
r�
VJ
�i
I
i
S
_
J
{
A
Q
-ice
f
�
N
V
October 19, 2017
RenoSysF
Ads. Vicki Robinson, Purchasing Director
PVC Pool Shells
Nis. Denise Retz, Parks & Recreation Superintendent
Mr. Jim Dykes, Parks & Recreation, Assistant Superintendent
City of Richmond, Board of Public Works
50 North 5th Street
ReeDeck'"
Rictunond, IN 47374
Wet Area Flooring
Re: Pool Liner at Cordell Pool
DuraTech"
Pool Gutters & GratingDear APIs. Robinson and Bid Review Board,
Thank you very much for the opportunity to submit our competitive bid for the City of
ToughDeck'm Richmond, Pool Liner at Cordell Pool project. We take great pride in having installed the
original liner in 2000 and are pleased that the Parks Department experienced a successful
PVC Flooring original
that endured the full extent of the 10 year warranty, plus an additional 7 years.
nearly double the warranty. We take great pride in our long-term commitment to serving
municipal pools throughout the state, and welcome all opportunities to continue providing
SoftSide'" services to the City of Richmond as needed,
Safety Padding
As part of our Base Bid, our standard 'installation procedures will n-drror the highly
successful methods of our original 2000 installation, as well as increased slip resistance in
our textures for your steps and zero entry. We expect the project to last approximately 6
RenoSys weeks, assuming favorable weather conditions. Due to previously committed projects, we
Potable Linings expect the project will commence prior to sprung 2018. However, we will advise the City if
our schedule allows demo and concrete evaluation to begun this fall. As a Voluntary
Alternate, we have included an option for installing our RecDeck PVC Flooring onto your
deck. We hope you'll consider this option, which will enhance the safety and aesthetics of
FuturaPool " your overall facility ui a complete bundled package. We will adjust the total square footage
(vioduiar Public, Pools to minimize costs in order to accommodate any budgetary limitations. Please allow an
additional week for every 3,000 sf of RedDeck installation.
Thank you for your time and consideration. We sincerely hope to expand the long term
com relationship we've mutually enjoyed by offering our products and services. If I can provide
poolegtiip , additional information that will aid in your decision, please do not hesitate to contact me at
Public Pool Equipment
your convenience.&) Competitive. Pricer,
Sincerely,
Ky Webster
ir}'}�iiiva�... "www.renosys.com" or "www.poolequip.com"
RenoSys Corporation
2825 E. 55th Place • Indianapolis, IN 46220
Phone: 800.783.7005 • 317.251.0207
Fax: 317.251.0360 • e-mail: "infoCrenosys.com'
Quote #2017101917-100
10/19/2017
VOLUNTARY ALTERNATE
OPTIONAL ADD ON TO Cordell Pool Liner Bid
Cordell Park Pool Deck
City of Richmond, IN
RenoSys PVC Pool Membrane
Quotation
Furnish and install RecDeck PVC flooring, to include the following components and services:
• Install Renosteel or Renobar (PVC attachment pieces) as required.
• Apply RecDeck adhesive as required on a smooth surface.
• Install RecDeck PVC 85 mil membrane, chemically seal and/or heat weld all seams
throughout.
• Cut out for all existing deck penetrations equipment and deck attachment points.
• Complete perimeter caulking, detail work, and finish work to make a complete, watertight
installation.
• Termination to be at existing saw cut along pool side, and at exterior perimeter.
• Broom clean entire site and perform final inspection.
• Membrane and welds shall carry a 5-year structural warranty.
• All other items (caulk, fasteners, etc.) shall carry a one-year warranty.
Voluntary Alternate Bid
RecDeck PVC Flooring on Pool Deck Furnished & Installed onto ..................ENTIRE DECK UP TO 20,000sf $112,000.00
May be installed over smaller portions of deck, minimum 6,000.00 at the rate of $5.75lsf.
Price is valid if approved with Main Pool Renovation. Price is not valid as a deferred stand alone project.
Please allow an additional week for every 3,000 sf of RedDeck installation_
RenoSys Corporation
2825 East 55tn Place • Indianapolis, If': 4%3?20
Phone: 800.783.7005 • 317251 020/
000-U SG)z ;U='(D 5'E 3 8 ad to m 3 D
og o m o n o m —c a m° c w m 3 m�
tp ` N �, tU o to a> Q o CD
C 3 y, ° 3 m
oZ'� mta < w �' o o
nw�Z o= '� �'am m 3'suasCL
3 3 -tic a v, 3 w �� 3 �� o Dt°ta v om P,
ro mao— maxoi, �?c000000�
c CT�.� w�v �' a ro ?°' 3 o'�a:o
�o3N �c3u�c�� 3c�i�_5'��ro-�
ro a a = o °: � 0 �' CD 3 w�
5'mc t000to� (D i3to m-
a�3 oo-_,o ^3
m m c°—' ��°*�a:otsa�
wo°a Q 3Qn S^.o.°A):3 v,
.-,n �ro � °K i o a��v < 33m om(atow Wm or.:3 w
aN°�'o � mmo�
D0 o �0 o
o m a) .. �-
64R 0 o D`�° `' d �, a=i i'no � �
tp`o a �Do D o m
w 9'tv
� m ow cn to mto 0-2—,A)w °CL �' a�
3 r►� m SO Ci tD ma'Dm a�i d
a S g m o — Q a m
vcocoa w 4W 3 M to
tIV °o ::r x(D�o� mo
_aom .w n
(D co.
ro
o x� G �x(o 3 c °' �' crou 0
a .-« o
0 o m o -ate w�'o c 3 ro
N �,o N r.o w o�o'ao 0 0 0 a �w —
r- o o_ .» i�wvo, o�og� co
��owoco,�m�.
►a�'
a _° CL m (D m N o c o m pc-�
o-0, '02
m ro 3 3
c N c3 ..° m -* v,a 3 aro w�
ro 3 -%" S Ol o o N m— N°
3 06Z ° m N .a � v 3 ro M�
� m�3m0 ��$~woma0(D
m
su to q• ro s ro — N -• Q• to (!)
A=o o xf a� tym �,� o`v, m
ON �.�N=a �c.tT°�n�o
aSi -.0 3 g3�wix��.o..c
Nwo 0 o3� moX_
m m O O _ 5a 0. n -a o
_5 ,
3 0 o d a; D tc a c �q.o
°P 'o 0 w aflIz0 � �tacD
11
Q®
A
(`�".(/J,R CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDDIYYYY)
6/4/2012
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Pillar Group Risk Management, Inc.
301 Pennsylvania Parkway
Suite 100
Indianapolis IN 46280
CAMEACT Karen Edwards
PHONE xll (317) 853-3500 _ �Np ILL
fAIC No
nonaless:ked as ds@pillargroup.com
PRODUCER POO17492
CUSTOMr
INSURE S AFFORDING COVERAGE
NAIC9
INSURED
Aquatic Renovation Systems, Inc.
DBA: Reno Sys Corporation
2825 East 55th Place
Indianapolis IN 46220
INSURER A Wa_USELU_Underwriters Insurance
INSURER BNavi ators Insurance
INSURER CWausau Insurance
_Underwriters
INSURER D_Federal..Insurance Company
20281
INSURER E
INSURER F:
...�� !`COTICICATF NI IMARR•12-13 Master REVISION NUMBER:
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 BY 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.
INSR
LTR
TYPE OF INSURANCE
L
NSR
POLICYNUMBER
MMNOmW
POLICY
Ml DrYYYY
LIMITS
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 1 , 000 , 000
DAMAGE To ,
PREMISES Ea N n
S 300,000
µEDEXP(Any oneperson)
$ Excluded
A
CLAIMS -MADE X❑ OCCUR
rBJZ91457270042
�/1/2012
/1/2013
PERSONAL & ADV INJURY
S 1,000,000
GENERAL AGGREGATE
5 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGG
$ 2,000,000
$
POLICY X PROT X LOC
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
(Es accident)
$ 1,000,000
A
X
ANY AUTO
ALL OVVNEDAUTOS
SJZ91457270032
/1/2012
7/1/2013
BODILY INJURY (Per person)
S
BODILY INJURY (Peraccident)
S
PROPERTY DAMAGE
(Per accident)
S
SCHEDULED AUTOS
HIRED AUTOS
5
NON-OV1MEO AUTOS
S
X
UMBRELLALIAB
EXCESS LIAR
X
OCCUR
CLAIMS -MADE
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
S 5,000,000
DEDUCTIBLE
X RETENTION S 0
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
S
B
C
CH12EXC733220IV
7/1/2012
7/1/2013
VC STATUS X OE L
S
ELEACH ACCIDENT
S 1,0001000
E.L.DISEASE - EA EMPLOYE
S 1 000 000
OFFICERrMEMBER EXCLUDED? ❑
(Mandatory In NH)
NIA
C6Z91457270022
/1/2012
7/1/2013
E.L DISEASE -POLICY LIMIT
S 1,000,000
If es. desenbe under
DESCRIPTION OF OPERATIONS below
L691013
D
Leased/Rented Equipment
/1/2012
7/1/2013
Any One Item $300,000
$1, 000 Deductible
Any One Oaurence $300 , 000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, AddMonal Remarks Schedule, if more space is required)
For Sample Purposes
CENT It ICA l E
Sample
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS,
AUTHORIZED REPRESENTATIVE
iel Touw/KAR
ACORD 25 (2009109)
INS025 (2oDK9) The ACORD name and logo are registered marks of ACORD
Swiss Re
Corporate Solutions
CONTRACTOR:
(Name, legal status and address)
Aquatic Renovation Systems, Inc.
2825 E. 55(h Place
Indianapolis, IN 46220
OWNER:
('Name, legal status and address)
BID BOND
SURETY:
North American Specialty Insurance Company
1450 American Lane, Suite 1100
Schaumburg, IL 60173
City of Richmond, Indiana - Board of Public Works and Safety
50 North 5th Street
Richmond, IN 47374
BOND AMOUNT: Five Percent of the Maximum Amount of the Bid (5%)
PROJECT:
(Name. location or address and Project number. if an;ty
Pool Liner at Cordell Pool; 9 S.W. 131h Street, Richmond, IN 47374
This document has important
legal consequences. Consultation
with an attorney is encouraged
with respect to its completion or
modification.
Any singular reference to
Contractor, Surety. Owner or
other party shall be considered
plural where applicable.
The Contractor and Surely are bound to the Owner in the amount set forth above, for the payment of which the Contractor and
Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein.
The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid
documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters
into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in
the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the
Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the
prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount
specified in said bid and such larger amount for which the Owner 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. The Surety
hereby waives any notice of an agreement behveen the Owner and Contractor to extend the time in which the Owner may
accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate
beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's
consent for an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the terra Contractor in this Bond shall be
deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any
provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions
conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is
that this Bond shall be construed as a statutory bond and not as a common lawAnd.
igned and sealed thi 19th day of October,
Aqu
Ofin( ss) (Pt t
(Seal)
a. North Americ pecialty insurance Company _
(lltil►iess) fiDily A. Girvin (Seal)
(Title) Robert L. Sherfick, Attorney -in -Fact
This Doeurnent confamns to the AId Document d310n'- 2010
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL A4EN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
Ian's of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
NANCY J. NONWEiLER, JOHN W. HANNON, III,
JASON McELDOWNEY and ROBERT L. SHERFICK
JOINTLY OR SEVERALLY
Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION (S50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9'h of May, 2012:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or an), Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
\S\\�N,1..t�111y1111711f/!///i rvsno
g as
, �+ rE•••:� � By e.`!: "GOpppkjr ;G
` _• SEAL :n= Steven P.Andcrcan,SmlerVice President afWashingten Ialernational Insurance Comps ay Z/ SEAL
c i tpT3 ryin ` k senior Vice President of North American SpeeAlq• Insurance Company �� Ian
fill I By
Michael A. tic. 3inlbiC see Vren•B-1 of Washifilloa nterasuonr ell surmc Compeer
& Senior Vice President of North Amerieaa specialty Iasofa nce Compaay
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 24th day of August , 2016
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss'
On this 24th day of August , 2016 . before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito ,
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
hiKENN.Y
NOTARY PUBUC, STATE OF ItL1NOIS M. Kenny, Notary Public
MYCOMMISSION EXPIRES 121nti2017
1, Jeffrey Goldberg _the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
international insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said Noah
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WI-IEREOF, i have set my hand and affixed the seals of the Companies this 19th day of October 20 17 .
A. -
Jeffrey GGoo"Idbeq. Vice P—tdcnt & Assistant Sccmtm of
Washington Imematiman Insurance Company &- North Am —can Specialty 'nturaacr Compm%