HomeMy Public PortalAbout203-2017 - Street - Milestone Contractors - Manhole CastingsORIGINAL
AGREEMENT
THIS AGREEMENT made and entered into this / `r day of , 2017, and referred to as
Contract No. 203-2017 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 I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor to perform services in connection with the 2017 Phase I Milling and
Paving Project for the City of Richmond, Indiana, and raising or replacement of manhole castings
(the "Project").
Bid Specifications dated October 5, 2017, along with any associated Addendums, have been made
available for inspection by Contractor, are on file in the office of the Director of the Street
Department and 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 October 26, 2017, is attached
hereto as Exhibit A, which Exhibit consists of five (5) 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 IL 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. 203-2017
Page 1 of 6
SECTION III. COMPENSATION
City shall pay Contractor an amount not to exceed the total amount of One Million Eighty-nine
Thousand Seven Hundred Fifty-eight Dollars and Zero Cents ($1,089,758.00) for complete and
satisfactory performance of the work required hereunder. Unit pricing for raising or adjusting
manhole castings to grade shall be an amount not to exceed Six Hundred Fifty Dollars and Zero
Cents ($650.00) per manhole casting. Unit pricing for replacing and adjusting any new manhole
castings shall be an amount not to exceed One Thousand Fifty Dollars and Zero Cents ($1,050.00)
per new manhole casting. The total number of manhole castings to be adjusted and/or replaced is
estimated at six (6) manhole castings.
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 October 30, 2018.
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
Page 2 of 6
payments in an amount sufficient to pay the subcontractors, laborers, material suppliers, or those
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.
Coveraze
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
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
E. Comprehensive Umbrella Liability $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:
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;
Page 4of6
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.
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.
Page 5 of 6
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: ,�(
Vicki Robinson, President
By:
Richard Foore, Member
Lo
Date: / �?' / —/ /
APPROVED:
SnoIMA111'r
Date: Z II �-
"CONTRACTOR"
MILESTONE CONTRACTORS, L.P. k,
824 Dillon Drive, P.O. Box 2061 C,n I.-ed, -rxw_—
ichmond, IN 47375 G c-* « I P, e-.-
By: &A
Printed:''
Title: �I r ec.-y.• G h- 6 -5 "K�t, k I.,
Date: I J 13 // :1
Page 6 of 6
PROPOSAL SHEET
2017 Milling/Paving-Phase 1
COST
Project #1- Hodgin Road — Garwood Road to State Line $ 118,195.00
Work to include:
1) Applying tack coat
2) Laying an average 11/2" asphalt surface
3) Low areas may need additional mix
Project #2 — N.W. & S.W.18th Street — Nat'l Road West to Peacock Road $ 118,105.00
Work to include:
1) Mill to average depth of 11/2"
2) Applying tack coat
3) Laying an average 1 1/2" asphalt surface
Project #3 - Industries Road — Williamsburg Pike to Salisbury Road $ 200,675.00
Work to include:
1) Mill to average depth of 11/2" from Williamsburg Pike to Flatley Rd.
2) Applying tack coat
3) Laying an average 11/2" asphalt surface with a 76-22 liquid asphalt
Project #4 — S.W. D Street — S.W. 1st to College Avenue $ 53,095.00
Work to include:
1) Mill to average depth of 11/2"
2) Applying tack coat
3) Laying an average 11/2" asphalt surface
Project #5 — S.W. 21st Street — Nat'l Road West to Cul de Sac $ 51,675.00
Work to include:
1) Mill to an average depth of 1 V2"
2) Applying tack coat
3) Laying an average 11/2" of asphalt surface
Project #6 - North 12th Street — North E Street to North J Street $ 76,890.00
Work to include:
1) Mill to average depth of 1 1/2"
2) Applying tack coat
3) Laying an average 11/2" of asphalt surface
-YHOT PAGE 1 OE
Project #7 - North F Street — North 12th Street to North 19th Street
Work to include:
1) Mill to average depth of 1 1/z"
2) Applying tack coat
3) Laying average 1 1/2" of asphalt surface
Project #8 - West Main Street — S.W. 5th to S.W.18th Street
Work to include:
1) Mill to an average depth of 11/2"
2) Applying tack coat
3) Laying an average 1 1/2" of asphalt surface
$ 56,840.00
$ 169,190.00
Project #9 - Industries Road — Salisbury Road to Round Barn Road $ 144,400.00
Work to include:
1) Applying tack coat
2) Laying an average 1 1/2 " of asphalt surface with 76-22 liquid asphalt
Project #10 - Bridge Avenue — N.W. M Street to Sim Hodgin Parkway $ 100,693.00
Work to include:
1) Mill to an average depth of 1 1/z"
2) Applying tack coat
3) Laying an average 1 1/z" of asphalt surface
GRAND TOTAL $1,089,758.00
Manholes: Please include -price to raise 6 manholes each and cost to replace casting if needed.
Unit price for Casting, Adjusted to Grade = $650.00 each
Unit price for New Casting, Adjusted to Grade = $1,050.00 each
EXHIBIT -::�- PAGE 0FS�,l
' 4P �
tr tr
DI P
CITY OF RICHMOND
DEPARTMENT OF PURCHASING
50 NORTH FIFTH STREET - RICHMOND, IN 47374
PHONE (765) 983-7200 - FAX (765) 973-1517
Date: October 5, 2017
To: All Prospective Bidders
From: Vicki Robinson, Purchasing Director
Subject: Street Milling/Paving-2017, Phase 1
Copy: T.L. Bosell
File
DAVE M. SNOW
Mayor
VIM ROBINSON
Purchasing Director
ADDENDUM No.1
The legal ad included in the bid packet for the above named project was incorrect. The bid due
date is October 26, 2017 by 4:59 p.m. No late bids will be accepted. "Addendum No.1
received" should be marked on the outside of the envelope of your sealed bid.
EXHIBIT PAGE 3 OF 1
CITY OF RICHMOND
DEPARTMENT OF PURCHASING
50 NORTH FIFTH STREET - RICHMOND, IN 47374
PHONE (765) 983-7200 - FAX (765) 973-1517
Date: October 19, 2017
To: All Prospective Bidders
From: Vicki Robinson, Purchasing Director
Subject: Bid for Street Milling/Paving 2017-Phase 1
Copy: T.L. Bosell, file
ADDENDUM No. 2
Project # 3 is changed to read:
DAVE M. SNOW
Mayor
VICKI ROBINSON
Purchasing Director
Project #3 Industries Road - Williamsburg Pike to Salisbury Road
Work to include:
1) Mill to average depth of 1 V2" from Williamsburg Pike to Flatley Road
2) Applying tack coat
3) Laying an average 1 Y2" asphalt surface with a 76-22 liquid asphalt.
The bid due date for the above mentioned project is still October 26, 2017. Bids must be
received by 4:59 p.m. to be accepted. "Addendum #1 and #2 received" should be marked
on the outside of the envelope of the sealed bid.
►IV9
EXHIBIT -,L- PAGE , �- OFF
Also please provide the following information:
1.) Earliest date available to begin project. November 13, 2017
2.) Length of time to complete project. 23 Work Days
3.) A certificate of insurance, naming the City of Richmond as the certificate holder,
should be included with your bid.
4.) Warranty/Guarantee information.
Signature Scott A. HE
Director of
Milestone Contractors, L.P. by
Contractors United, Inc. - General Partner
Company
(765)935-4231
Phone Number
Scott A. Hester
Contact Person
October 26, 2017
Date
Fu1RIT p PAGEG_