HomeMy Public PortalAbout197-2019 - Street - Milestone - Milling & Paving for 2018AGREEMENT
THIS AGREEMENT made and entered into this day of , 2018, and referred
to as Contract No. 197-2018 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 2018 Community
Crossings Asphalt Milling and Paving Street Rehabilitation Bid Project for the City of
Richmond, Indiana per the drawings and specifications (the "Project"). Specifically, this Project
will include the five (5) chosen Project Descriptions Numbers designated as No. 1 (Williamsburg
Pike - Progress Drive to Enterprise Drive); No. 2 (South E Street - South 161h Street to South 23Td
Street); No. 4 (Hayes Arboretum Road - National Road East to County Line); No. 5 (South 22nd
Street - South B Street to South E Street); and No. 7 (NW IIth Street - NW L Street to Rich
Road).
Bid Specifications dated October 24, 2018, 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
the Director of the Street Department for the City, and are hereby incorporated by reference and
made a part of this Agreement. Contractor agrees to abide by the same.
Portions of the response of Contractor to said Request for Responses dated November 1, 2018, 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. Contractor agrees to abide by the
same.
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 22-5-1.7-1 1(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
Contract No. 197 -2018
Page 1 of 6
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.
SECTION III. COMPENSATION
City shall pay Contractor an amount not to exceed the total amount of Seven Hundred Twenty-
nine Thousand Four Hundred Sixty-four Dollars and Forty-five Cents ($729,464.45) 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.
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
Page 2 of 6
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 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
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,
Page 3 of 6
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 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.
Page 4 of 6
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 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.
Page 5 of 6
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.
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 axed on different dates.
"CITY"
THE CITY OF RICHMOND,
INDIANA by and through its
Board of Public Works and Safety
By: L�Lfit'
Vicki Robinson, President
By:
Richard Foore, Member
By:
milt' Palmer, ember
"CONTRACTOR'
MILESTONE CONTRACTORS, L.P.
824 Dillon Drive, P.O. Box 2061
Richmond, IN 47375
By: (J4
_d : cA. r��
Title: T1 ®C— f�xl MP.-il 0 C--
Date: <
Zl zl r APPROVED: I <
avid M. Sno r
Date: O
Page 6 of 6
Part of State Form 52414 (112 / 2-13) / Form 96 (Revised 2013)
i
MILESTONE CONTRACTORS, L.P.
(Contractor)
824 DILLON DRIVE / PO BOX 2061
(Address)
RICHMOND, INDIANA 47374 / 47375
FOR
PUBLIC WORKS PROJECTS
OF
BOARD OF PUBLIC WORKS AND SAFETY OF THE CITY OF
RICHMOND, INDIANA
50 NORTH 5T" ST.
RICHMOND, INDIANA 47374
Filed NOVEMBER 1 , 2018
Action Taken
C•-
0
��6n"rq CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
b .'_"' = Slate Farm 52414 (112 /2-13) / Form 96 (Revised 2013)
Prescribed by State Board of Accounts
PART I
(To be completed for all bids. Please type or print)
Governmental Unit (Owner):
2. County:
3. Bidder (Firm):
Address:
City/State:
4. Telephone Number:
Agent of Bidder (if
applicable):
Date: NOVEMBER 1, 2018
BOARD OF PUBLIC WORKS AND SAFETY OF THE CITY OF RICHMOND,
INDIANA
WAYNE
MILESTONE CONTRACTORS, L.P.
824 DILLON DRIVE / PO BOX 2061
RICHMOND. INDIANA 47374 / 47375
(765)935-4231
SCOTT A. NESTER
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of BOARD OF PUBLIC WORKS AND SAFETY OF THE CITY OF RICHMOND, INDIANA
(Governmental Unit) in accordance with plans and specifications prepared by CITY OF RICHMOND, INDIANA
SEE ATTACHED BID SHEET
and dated OCTOBER, 2018 for the sum of
See Attached
$ Bid Sheet
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.
Project No.
1
2
3
2018 Community Crossings
Street Rehabilitation
Bid Sheet COPY
Description Qty Unit Unit Price Line Total
rg Pike - Progress Dr. to Enterprise Dr.
1.5" Milling
35460.00
SYS
1.60
$ 56,736.00
11 Surface
2926.00
TONS
91.65
$ 268,167.90
Tack Coat
2128.00
GAL
2.65
$ 5,639.20
roject Tota : 330,543.10
- South 16th to South 23rd St.,
1.5" Milling
I 12623.00
SYS
1 1.60
$ 20,196.80
11 Surface
1042.001TONSJ
85.25
$ 88,830.50
Tack Coat I
758.00
GAL 1
2.65
1 $ 2,008.70
ProjectTotal: 111,036.00
- Intersection of Hub Etchison Blvd. to College Ave.
1.5" Milling
16485.00
SYS
1.60
$ 26,376.00
11 Surface
1360.00
TONS
85.25
1
$ 115,940.00
Tack Coat
989.00
GAL
2.65
$ 2,620.85
ProjectTotal: 144,936.85
Hayes Arboretum Rd - National Rd East to County Line
1.5" Milling
0.00
SYS
1.60
$ -
4
11 Surface
1100.00
TONS
85.25
$ 93,775.00
Tack Coat
792.00
GAL
2.65
$ 2,098.80
Shoulders
202.00
TONS
50.00
$ 10.100.00
i
1.5" Milling
7245.00
SYS
1.60
$ 11,592.00
11 Surface
600.00
TONS
85.25
1
$ 51,150.00
Tack Coat
435.00
GAL
2.65
$ 1,152.75
I mar 03,1JU4. fo
1.5" Milling
9490.00
SYS
1.60
$ 15,184.00
11 Surface
783.00
TONS
85.25
$ 66,750.75
Tack Coat
570.00
GAL 1
2.65
$ 1,510.50
7 Tack Coat
8
9
10
11
847.001 GAL
Total:
83,445.25
1.60
$
a1.65
$
106,772.25
165
$
2;244.55
50.00
$
9,000.00
1.5" Milling
2425.00
SYS
1.60
$ 3,880.00
11 Surface
200.00
TONS
85.25
$ 17,050.00
Tack Coat
146.00
GAL
1 2.65
$ 386.90
rruJUGE IMal: J) LI,JIU.uu-
1.5" Milling
5545.00
SYS
1.60
$ 8,872.00
11 Surface
460.00
1
TONS
85.25
$ 39,215.00
Tack Coat
333.00
GAL 1
2.65
$ 882.45
ProjectTotal: 8,969.45
1.5" Milling
9960.00
SYS
1.60
$ 15,936.00
11 Surface
822.00
TONS
85.25
$ 70,075.50
Tack.Coat
598.00
GAL
2.65
$ 1,584.70
merce ur. -
to
Project Total: 7,59 0
1.5" Milling
8245.00
SYS
1.60
$ 13,192.00
11 Surfac4Q680.00
1 TONS
91.65
$ 62,322.00
Tack Co
495.00
GAL
1 2.65
$ 1,311.75
ProjectTotal: 76, 25.75
Signed: Jay ffl,04p��
(� i Total of All Projects: $ 1,192,554.85
Date:
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 hereundbi 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
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 1st
STATE OF INDIANA )
COUNTY OF
WAYNE
By
day of NOVEMBER
'SMILESTONE CONTRACTORS L:9. 2': : : z
CTORS UNITED, 104b - NERD • TNl'i� : n
Na o O ion) v SEAL.
... •.
IAI
SCOTT A. HESTER, DIRECTOR OF ESTIMATING "
(Title of Person Signing)
ACKNOWLEDGMENT
)ss:
Before me, a Notary Public, personally appeared the above -named Scott A. Hester and swore that the statements
contained in the foregoing document are true and correct.
Subscribed and sworn to before me this 1 st day of NOVEMBER, 2018.
My Commission Expires
JUNE 22, 2025
County of Residence: WAYNE
(7. t�r_ 70
1 Notary Pu I'
JASON
i
4 1
S �
NOTARY•:
�Z��•� PUBLIC �•��
C'0,'••,•
G�TI'
�t
` HI61`I" PA- G too r i ��►������