Loading...
HomeMy WebLinkAboutBid information and bid packets OM's' NO310E TO uwufRS City of Carmel,Indiana Notice is hereby given that the Board of Public N'nrks and Safety lot the City of Canna,I laruilton County.Indiana,will ICJ:CA a sealed Lids for the"2014 Mowing West of Meridian Project.at the oMee of the Clerk'Pressuret,One Civic Square.3rd Floor,Cannel.lndana,during regular lousiness hours,up to huh not later than 10,00 A.M.,Wednesday,February 5,2014. Tlw bids shall be opened and read aloud at the Board of Public Works and Safety Meeting on February 5, 2014 at 10:00 am,Camel City Hall,Council Chambers. No late bids will be accepted. As a condition precedent to being awarded this contract,We bidder understands and agrees to dedicate a crew to petfoim the weak required he min dtst is wholly comprised of persons whore the bidder has not assigned to perform the same or similar work for the City pursuant to a separate contract.In other wards,tithe bidder is awarded two en mom;mowing=d/or landscaping-related City contracts,it=mot assign the sane personnel to perform work under or pursuant to more War one of these mowing and/or landscaping-related City contracts. All bids and proposals shall be properly arid completely executed cu the proposal loins provided with the plans and specifications,mid shall iud ode the nomeollOSiON affidavit required by the State of Indiana The bid ens elope must he sealed and have the following words0aly written in ink on the outside of dte envelope: "2014—MOWING WEST OF MERIDIAN" Project manuals may be obtained from the Cannel Sox et Department,3400 W.131st Street,Cannot,IN 46074. A pre-bid conference to discuss the Project,the Lidding requircni ruts and other important and related martens will be held em'Thursday.January 30th, ✓ 2014 at 10130 a.m.at Cannel Street Department,3400 W.131st Street,Carmel, IN 46074. All prospective bidders are required to attend the pre-bid conference. The pre-bid conference is mandatory. Gemeal Porto No,96 must be completed and filed as n pan of the hid package. All bids are to be sealed with the word"BID—2014 MOW INC WEST OF MERIDIAN"on the lower loll hand corner of die enve lope. Bids will he opened and read aloud at 10:00 a.m.on f ebmmy 5th,2014 at the Board of Rlblic Woks and Safety meeting un the led floor of Carmel City Hall,prate Civic Square,Cannel,N. All persons interested ill bidding shall register a contact name and address with the Street Department to ensue tint all changes or questions and answers me available for reslaw by all interested panics. No bidder may withdraw any hid er proposal within a period of thirty(30) day's following the date net for receiving bids or prooesels, The Carand Bond of Public Works end Sated/resents the right to hold any or all hide and onwards for a period of not more than thirty(301 days,such bids and proposals to remain in fall force and effect during said time period. The City of Cannel rescnes the right to reject and,/ar cancel any and all bide,solicitations wear oilers in whole or in part as specified in tie solicitation for bids when.in Ile City's sole discretion.it believes that it is in the best interests of the City to do so,as determined by the purchasing agency in accordance with IC 5-22-I N-2. Dian 1. Cmdrav Clerk-Treasurer TL4430 Intel, 1/23 2s hyxvlp 'Fite'limes invoice 641 Westfield Rd. Noblesville, IN 46060 Date I Invoice# t 7/23/2014 TL 4430 Bill To City of Carmel -Clerk-Treasurer One Civic Square Carmel, IN 46032 ATTN: Sandy Johnson Description Qty Rate Amount Notice to Bidders (MOWING WEST OF MERIDIAN) $60.39 $60 39 Ad Ran: 1/16/2014 1/23/2014 PLEASE INCLUDE YOUR INVOICE NUMBER (TL4430)ON YOUR CHECK WHEN MAKING A PAYMENT Subtotal $60.39 Total $60.39 Balance Due $60.39 - It Prescribed by State Board of Accounts General Form No.99P tRev.2009A) City of Carmel -Clerk-Treasurer To The Times w (Governmental Unit) 641 Westfield Rd. y Noblesville, IN 46060 Hamilton County,Indiana eu PUBLISHER'S CLAIM u1 LINE COUNT Display Master(Must not exceed two actual lines,neither of which shall p total more than four solid lines of the type in which the body of the advertisement is set)--number of equivalent lines "' Head— number of lines O y Body—number of lines Tail—number of lines �U Total number of lines in notice 2 U Q COMPUTATION OF CHARGES 50 lines, 2 columns wide equals 100 equivalent lines at .,o.BB3. cents per line $60 39 Additional charges for notices containing rule or tabular work(50 per cent of above amount) $0.00 Charge for extra proofs of publication($1.00 for each proof in excess of two) TOTAL AMOUNT OF CLAIM $60.39 DATA FOR COMPUTING COST Width of single column in picas 9.4998 Size of type point. Number of insertions 2 Pursuant to the provisions and penalties of IC 5-11-10-1, I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after allowing all just credits, and that no part of the same has been paid. I also certify that the printed matter attached hereto is a true copy, of the same column width and type size, which was duly published in said paper 2 times. The dates of publication being as follows: 111612014 1221'2014 Additionally,the statement checked below is true and correct: .. Newspaper does not have a Web site. ..X.. Newspaper has a Web site and this public notice was posted on the same day as it was published in the newspaper. .... . Newspaper has a Web site, but due to technical problem or error,public notice was posted on .... . Newspaper has a Web site but refuses to post the public notice. r! /r Date Thursday,January z I, 811 L1 Title Legals Advertising T✓_4430 • Y ' PUBLISHER'S AliVI DAVIT Slat:of Indiana ) } ss: f-3amnion Count! • Personally appeared before me, to meaty pubiic in and for said county and state, the undersigned Tin Timmons who,being duly stvawn, say's that he is Publisher of The Times newspaper of genera[circulation printed and published in the English language in the city of Noblesville in state and county afore said, and that the printed matter attached hereto is a I rot copy, which was duly published in said paper for 2 time(s), the date(s) of publication being as follows, 1/16/2014 1(2912014 Subscribed and sworn to before me this Thursday, Jan nary 2;3, 2014. Witt'it Notary Public My commission expires: 05/28/2020 Jennifer Louise May Resident of Marion County Publisher's face: $6O.39 JENNIFER 40lJI:IE MAY Notary Public.Seal State at Indiana My Cammiasion Eaplrol May 28,2020 V I M4430 /.c J E E O r mt D/4 4) /2--)o - Company Amount Alternative Alternative /! /nnpcccn A$— /717-37 NOTICE TO BIDDERS City of Cannel, Indiana Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana, will receive sealed bids for the"2014 Mowing West of Meridian Project, at the office of the Clerk Treasurer,One Civic Square,3rd Floor, Cannel, Indiana.during regular business hours, up to, but not later than [0:00 A.M.. Wednesday, February 5,2014. The bids shall he opened and read aloud at the Board of Public Works and Safety Meeting on February 5,2014 at 10:00 a.m. Carmel City Hall, Council Chambers. No late bids will be accepted. As a condition precedent to being awarded this contract,the bidder understands and agrees to dedicate a crew to perform the work required herein that is wholly comprised of persons whom the bidder has not assigned to perform the same or similar work for the City pursuant to a separate contract. In other words, if the bidder is awarded two or more mowing and/or landscaping-related City contracts, h cannot assign the same personnel to perform work under or pursuant to more than one of these mowing and/or landscaping-related City contracts. All bids and proposals shall be properly and completely executed on the proposal forms provided with the plans and specifications,and shall include the non-collusion affidavit required by the State of Indiana. The bid envelope must be sealed and have the following words only written in ink on the outside of the envelope: "2014—MOWING WEST OF MERIDIAN" Project manuals may be obtained from the Carmel Street Department, 3400 W. 131st Street, Carmel, IN 46074. A pre-hid conference to discuss the Project, the bidding requirements and other important and related matters will be held on Thursday,January 30°',2014 at 10:30 a.m.at Cannel Street Department,3400 W. 131st Street, Carrnel, IN 46074. All prospective bidders are required to attend the pre-bid conference. The pre-bid conference is mandatory. General Form No.96 must be completed and filed as a part of the bid package. All bids are to be scaled with the word"BID—2014 MOWING WEST OF MERIDIAN" on the lower left hand corner of the envelope. Bids will be opened and read aloud at 10:00 a.m. on February 5'h,2014 at the Board of Public Works and Safety meeting on the 2nd floor of Cannel City Hall,Once Civic Square, Carmel, 1N. All persons interested in bidding shall register a contact name and address with the Street Department to ensure that all changes or questions and answers are available for review by all interested parties. No bidder may withdraw any bid or proposal within a period of thirty(30) days following the date set for receiving bids or proposals. The Carmel Board of Public Works and Safety reserves the right to hold any or all bids and proposals for a period of not more than thirty(30) days, such bids and proposals to remain in full force and effect during said time period. The City of Cannel reserves the right to reject and/or cancel any and all bids,solicitations and/or offers in whole or in part as specified in the solicitation for bids when, in the City's sole discretion, it believes that it is in the best interests of the City to do so.as determined by the purchasing agency in accordance with IC 5- 22-18-2. Diana L. Cordray Clerk-Treasurer Please publish January 16"',2014 and January 23rd, 2014. C°F' tL . ... _ -T k Ar '' S. :_ 2014 MOWING WEST OF MERIDIAN TOTAL . • TOTAL • • BID AMOUNT • ) 5 g' & l l • THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. . - . . . . _, . .. - • . . • _ - - . �_ . . • • .1 • • I. .l.' . . . • I1 NOTICE TO BIDDERS City of Carmel, Indiana • Department: Carmel Street Department 3400 W. 131" Street Carmel, IN 46074 Project: a 2014 Mowing West of Meridian ' Notice is hereby given that the Board of Public Works and Safety for the City of Carmel,Hamilton County, Indiana, will receive sealed bids,during regular business hours,up to,but not later than 10:00 A.M., Wednesday,February 5'h,2014. As a condition precedent to being awarded this contract,the bidder understands and agrees to dedicate a crew to perform the work required herein that is wholly comprised of persons whom the bidder has not assigned to perform the same or similar work for the City pursuant to a separate contract.In other words,if the bidder is awarded two or more mowing and/or landscaping-related City contracts,it cannot assign the same personnel to perform work under or pursuant to more than one of these mowing and/or landscaping-related City contracts. All bids'and proposals shall be properly and completely executed on the proposal forms provided with the plans and specifications,and shall include the non-collusion affidavit required by the State of Indiana. The bid envelope must be sealed and have the following words only written in ink on the outside of the envelope: • "2014—MOWING WEST OF MERIDIAN" - . • Project manuals may be obtained from the Cannel Street Department,3400 W. 131st Street, Cannel,IN 46074. . i, . . .A pre-bid conference to discuss the Project,the bidding requirements and other important and related matters will . be held on Thursday,January 301h,2014 at 10:30 a.m.at Cannel Street Department,3400 W. 131st Street, • Carmel,IN 46074. All prospective bidders are required to attend the pre-bid conference. The pre-bid conference is " mandatory. , . -General Form No.46 must be completed and filed as a part of the bid package. All bids are to be sealed with the . word"BID—2014 MOWING WEST OF MERIDIAN"on the lower left hand corner of the envelope. Bids will . be opened and read aloud at 10:00 a.m. on February 5th,2014 at the Hoard of Public Works and Safety meeting on the 2M floor of Carmel City Hall,Once Civic Square,Cannel,IN. All persons interested in bidding shall register a, contact name and address with the Street Department to ensure that all changes or questions and answers are . available for review by all interested parties. • . .. No bidder may withdraw any bid or proposal within a period of thirty(30) days following the date set for receiving . bids or proposals. The Cannel Board of Public Works and Safety reserves the right to hold any or all bids and proposals for a period of not more than thirty(30)days,such bids and proposals to remain in full force and effect during said time period. The City of Carmel reserves the right to reject and/or cancel any and all bids,solicitations ' and/or offers in whole or in'part as-specified in the solicitation for Inds when,in the City's sole discretion;it believes • that it is in the best interests of the City to do so,as determined by the purbhasing agency in accordance with IC 5- 22-1& 2. Diana L. Cordray • • Clerk-Treasurer ' Please publish'January 16t,2014 and January 23 ",2014. ' , ' -'. - - •S • T INSTRUCTIONS TO BIDDERS City of Carmel OWNER: City of Carmel by and through its Board of Public Works and Safety Project: 2014— MOWING WEST OF MERIDIAN Owner's Representative: Dave Huffman Carmel Street Department 3400 W. 131" Street Carmel, IN 46074 1. GENERAL 1.1 Submission of a Bid shall constitute an unconditional agreement and acknowledgement by the Bidder to be bound by all terms and conditions set forth herein and in any of the Documents assembled or referred to in the Bid Package of which these Instructions to Bidders are a part. 1.2• Sample forms are included in the Bid Package to acquaint Bidders with the form and provisions of various Bid Documents and other Documentation required by the Contract Documents to be executed,completed and submitted by some or all Bidders, either as part of a Bid Submission or after the Bid Date. 1.3 Instructions and requirements printed on any sample form included in the Bid Package or any form not so included but required to be completed, signed or furnished by a Bidder as part of a Bid Submission or after receipt and opening of • Bids shall be deemed requirements established by these Instructions to Bidders to the same extent as if fully restated herein. 1.4 All communications for the administration of the contract shall be asset forth in the Contract Documents and, in general, shall be through the City of Carmel Street Department. - 2. DEFINITIONS . The following definitions shall apply to these instructions to bidders: 2.1 Agreement-The Agreement For Purchase of Goods and Services contained in the Bid Documents, as well as all exhibits or attachments thereto and all • documents incorporated therein. • 2.2 Bidder—Any person or entity who submits a Bid. • • 2.3 Bid—A written proposal submitted by a Bidder as part of the form prescribed herein offering to provide the vehicles and to fulfill all other requirements of the Contract Documents for one or more specified prices. 2.4 Bid Documents—All documents and completed forms required to be submitted by a Bidder with and as integral parts of a Bid Submission, whether or not included as sample forms assembled in the Bid Package of which these Instructions to Bidders are a part. Such Bid Documents are listed and more fully described in Section 4.3 hereof. 2.5 Bid Date —The date when Bids are to be received, opened, and publicly read aloud as established by the Notice to Bidders as may be modified by addenda. 2.6 Bid Package—The set of documents, sample forms, and Contract Documents ' approved by the OWNER for the Project described in the Notice to Bidders and of which these Instructions to Bidders are a part. • 2.7 Bid Submission—All documents presented by a Bidder for receipt and opening on the Bid Date. • 2.8 Contract Documents —The Agreement and any exhibits or attachments thereto' • and any documents incorporated therein(sometimes referred to as the• "Contract"), the addenda (which pertain to the Contract Documents),the Instructions to Bidders, the advertisement, notice to bidders,the contractor's bid (including documentation accompanying the Bid and any post-Bid documentation • submitted prior to the notice of award),the notice to proceed,the bonds, and the • specifications as the same are more specifically identified in the Agreement and/or the Bid Package. 2.9 • OWNER The City of Carmel, Indiana, acting by and through its Board of - Public Works.and Safety and the Cannel Street Department. In all other respects;terms shall have their ordinary meaning unless their meaning is specifically stated in the Contract Documents. 3. .• EXAMINATION OF DOCUMENTS • 3.1.. Before the Bid Date, all Bidders shall carefully and thoroughly examine the • . specifications and other Contract Documents as available in the locations stated in the Notice lb Bidders and shall assume the full risk of their own judgments as to the nature, quality and amount of the whole of the project bid;and for the price bid assumes the risk of any and all variances or errors in any computation or • • statement of amounts or quantities necessary to complete the project bid upon in strict compliance with the Contract Documents. • - 4. BID SUBMISSION 4.1. All Bid Documents shall be placed within a sealed envelope which shall be plainly labeled on the outside with the words "BID - 2014 - MOWING WEST OF MERIDIAN" on the lower left-hand corner as indicated on the Notice to Bidders and also include the name and address of the Bidder on the envelope. If forwarded by mail, the sealed envelope must be enclosed in another envelope addressed to: City of Carmel, Clerk-Treasurer's Office, One Civic Square, Carmel, Indiana 46032. 4.2. All Bid Documents as herein prescribed must be submitted with, and are integral parts of, each Bid Submission and shall be subject to all requirements of the Contract Documents, including, but not limited to, all drawings and these Instructions To Bidders. Bid Documents must be properly filled in and completed in every material respect and without interlineations, excisions, special conditions, qualifications or exceptions. Each Bid Document requiring a signature shall be • signed by an individual duly authorized to execute same on Bidder's behalf. A Bid executed by a corporation, joint venture, or other entity with an assumed name shall have the legal and correct name thereof followed by the word "by"and the signature and title of the officer or other person authorized to sign for it and a • corporate resolution or similar document authorizing such officer to bind the. • • entity.. • 4.3. The Bid Documents to be thus submitted by each Bidder shall consist of both of the following (4.3.1, 4.3.2): , 4.3.1. Bidder's Itemized Proposal and Declarations. A sample of this document is included in the Project Manual and must be utilized by all. Bidders. Such document consists of the following constituent"Parts": • Part 1 - Bidder Information Part 2 -Proposal (Bid) • Part 3 - Contract Items and Unit Prices Part 4 - Exceptions ' Part 5 -.Financial Statement Part 6 - Additional Declarations . • • Part 7 -Non-Collusion Affidavit Part 8- Signatures .. 4.3.2. Bid security in the form of a bid bond or certified check in an amount not less than ten percent(10%) of the Bid price. Such Bid security shall serve to insure the execution of the Agreement and the furnishing of all other required Documents by the successful Bidder, including performance and payment bonds. A sample bid • - -bond form is included in the project manual for this bid project and such form, or t` • such other form as may be approved in advance by OWNER, shall be utilized if such a bond is furnished as Bid Security. A bid bond shall be executed by a surety company licensed to transact such business in the State of Indiana and qualified as a surety under the underwriting limitations on the current list of "Surety Companies Acceptable on Federal Bonds," as published in the U.S- Treasury Department Circular No. 570; the Bidder shall also furnish as part of the Bid Submission a signed power of attorney establishing the authority of the person executing such bid bond on behalf of the surety. Bid security shall be held until the Agreement is executed with the successful Bidder. In the event that all Bids are rejected, the Bid security of all Bidders will be returned upon request. No "annual" bid bonds, cash deposits or cashiers' checks will be accepted. 4.4. Bids may be withdrawn in person by a Bidder during the City's normal hours of business prior to the time fixed for opening of Bids. In the event of a valid • withdrawal of a Bid, the Bid security of the withdrawing Bidder will be returned promptly. No Bid may be withdrawn after opening of Bids has commenced except after expiration of such period following the Bid Date as is specifically provided in the notice to bidders or as otherwise governed by law, plus.any extension thereof as provided elsewhere in these instructions to bidders. 4.5. Bids will be received up to the time specified in the notice to bidders. Bids received after that time will be returned unopened. All Bids will be stamped thereon showing the date and time received by City. S. POST-BID REQUIREMENTS • Within three (3) business days following notification by OWNER, the apparent lowest responsive Bidder will be required to submit additional documents and satisfy additional requirements as conditions to such Bidder being found by the OWNER to be a responsible Bidder, as follows: • • 5.1. Proof of Insurability. The Bidder shall furnish: (1) proof of insurance showing existing coverage in accordance with the terms and amounts stated in the general.. conditions, or (2) a letter or statement certifying that, in the event that the Bid is awarded by the OWNER, an insurance company will provide the required coverage to the Bidder submitting the Bid. Such proof of insurance or the letter/statement shall be issued by a financially responsible insurance company authorized to do business in the State of Indiana. . 5.2. Surety Letter of Intent. The Bidder shall furnish a written statement or letter from a surety company licensed to transact such business in the State.of Indiana and qualified as a surety under the underwriting limitations on the current list of - "Surety Companies Acceptable on Federal Bonds", as published in.U.S. Treasury Department Circular No. 570 which assures the OWNER that, in the event the Bid is accepted and the project bid upon is awarded by OWNER to Bidder, said surety will execute and deliver both a performance bond and a payment bond as ; required by the Contract Documents. . • 1 l: 5.3. Joint Venture Agreement. If the Bidder is a joint venture, partnership or other combination of two (2) or more persons or entities, the Bidder shall submit a copy of the joint venture or other agreement by which such joint venture, partnership or other association has been formed, executed by all such participating persons or entities. If the Bid is signed by less than all parties that comprise the Bidder, suitable written evidence of the authority of such signing party to bind all such parties must also be furnished. 5.4. Manufacturers List. The Bidder shall submit a completed manufacturers list on the form provided in these Bid Documents. 6. BID EVALUATION AND AWARD • 6.1. Award of the project bid upon will be made to the lowest, most responsive and. most responsible Bidder where the Bid is reasonable and does not exceed the - funds available said project. The OWNER reserves the right to reject all Bids and • may waive or allow a Bidder to correct errors, omissions or other irregularities in • Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders., 6.2. The OWNER shall have the right to reject any Bid if investigation of the Bidder fails to satisfy the OWNER that such Bidder is properly qualified to carry out the • obligations and complete the project bid upon. Any or all Bids may be rejected if there is reason to believe that collusion exists among Bidders. • ' 6.3. Patent math errors in statements of unit prices or totals may be corrected by the OWNER, in OWNER's sole discretion, in which case the corrected amounts will- • be used for the purpose of Bid evaluation,, comparison and other award • • considerations. However, the OWNER shall not be required to discover or correct - any error or omission in a Bid and the Bidder shall assume-the risk of and be . • bound to the consequences of any such error or omission, 6.4. The OWNER may, at its sole option, award the project bid upon to a Bidder on a conditional basis to afford the Bidder additional time and opportunity to submit required documents or to fulfill other requirements. In such case, the OWNER will furnish to the Bidder a notice of conditional award which will establish(i)the additional conditions to be fulfilled for the award to become-effective, and_CH)the time limit within which such conditions shall be satisfied. If the Bidder fails to satisfy the conditions in the manner and within the time specified in such notice, the OWNER may declare such Bidder to be non-responsive and award the project, conditionally or unconditionally, to another Bidder, Time limitations • governing the OWNER's award of the project may be extended by OWNER for such additional period as may be reasonably required by Bidder to effectuate the conditional award procedure set forth in this sub-section, and no Bid may be. withdrawn during such period of extension. 7. CONTRACT EXECUTION: SUBMITTALS i 7.1. The successful Bidder shall sign and deliver at least two (2) counterparts of the Agreement, and make delivery thereof to the OWNER, along with all other documents as prescribed by the Contract Documents. After execution and delivery of the Agreement and all other required documents, and acceptance thereof by the OWNER, the Bid security furnished by each Bidder will be returned to the Bidder upon request. 7.2. If the successful Bidder fails or neglects to execute and deliver the Agreement and all other required documents as prescribed by the preceding sub-section, the Bidder shall be deemed to have repudiated the Agreement and thereupon the award shall be null and void; and the Bid security provided by the Bidder shall be forfeited to and retained by the OWNER as liquidated damages for such failure of the Bidder to execute the Agreement, it being understood and agreed that the character and amount of actual damages sustained by the OWNER cannot reliably be ascertained and measured and that the amount of the Bid security is intended as a reasonable prospective estimate of such actual damages. 7.3.. Concurrent with the execution and delivery of the Agreement to the OWNER, or • within such other period as the OWNER may prescribe, the successful Bidder (CONTRACTOR) shall submit the following as conditions to the Bidder's right . to proceed with and receive payment for any work performed on the project: 7.3.1. A one hundred percent (100%) performance bond, a one hundred percent(100%) , payment bond and a ten percent (10%) maintenance bond as prescribed by the general conditions or other Contract Documents. Such bonds shall be executed • . utilizing the sample forms included in the project manual, or on alternative forms approved in advance by the OWNER. Indemnification clauses between successful . Bidder and the surety shall not be binding upon the OWNER; . 73.2. Other post-Bid submittals required by the Contract Documents. END OF INSTRUCTIONS TO BIDDERS • • • • • • • __ , . i ' 1 INSTRUCTIONS FOR PROTECT PROPOSALS City of Carmel, Indiana PRE-BID CONFERENCE ,There will be a Pre-bid conference on Thursday, January 306, 2014 at 10:30 a.m. at the Carmel Street Department, 3400 W. 131"Street,Carmel,IN 46074. 2. CONTRACTOR RESPONSIBILITIES 2.1 Eouinment - All bidders for this Project must have in their possession or available to them by binding agreement at the time of bidding such trucks, devices, string trimmers, mowers, and all other equipment and supplies as are necessary to perform the Project work as outlined in these specifications. The City of Carmel, Indiana ("Owner") may inspect and review, upon request, such equipment and agreements prior to the awarding of a contract hereunder. 2.2 . Traffic Control-Traffic Control is the sole responsibility of Contractor, and shall be coordinated • in advance with the proper Department(s) of the Owner. The Contractor shall be solely • responsible for pedestrian and vehicular safety and control within and about the Project work site, and shall provide and use all necessary warning devices,barricades and personnel needed to • • give safety, protection and warning to persons and vehicular traffic within and about the Project area. The blocking of public streets shall not be permitted unless prior arrangements have been made with the Owner and coordinated with the appropriate City Departments. Traffic control shall be accomplished in conformance with State, County and Local highway construction codes and all other applicable law. 2.3 Damages- Any injuries,damages, expenses or loss to any person.or property,public or private, . as a result of or related to the Project are the sole responsibility of the Contractor and shall be repaired or compensated by the.Contractor to the satisfaction of both the injured party and the • Owner, at no cost to the Owner. Contractor agrees to hold the Owner harmless in any claim or • suit brought or alleged as a result of or arising out of the Project, except for Owner's own intentional or grossly negligent actions. 2.4 Insurance - The Contractor shall provide the Owner with a valid and binding Certificate of Insurance for General Liability in an amount as directed by Exhibit "C", Insurance Coverages. . The "City of Cannel, Indiana" shall be named as an additional insured on all such insurance policies. The Owner shall be given 30 days prior written notice of same. • 2.5 Working Hours -The Contractor will schedule Project work to occur between the hours of 7:00 •a.m. and 7:00 p.m. Monday through Saturday,only,unless authorized by the Owner in advance. • 2.6 ' Execution of Contract - The successful bidder, within five (5)business days of the mailing of written notice of such bidder's selection as the successful bidder, shall enter into a contract ("Contract") with the Owner in substantially the same loon and containing all the material Terms and conditions contained in the sample contract form included within the bidding documents for the performance of the Project so awarded,and shall simultaneously provide to Owner all of the • bonds, indemnities and insurance required hereunder. The Contract, when executed, shall be- deemed to include the entire agreement between the parties and Contractor agrees not to base • - any claim for modification of the Contract upon any prior representation or promises made by representatives of the Owner,or by any other person. •• • • 2.7 Discontinuance of Work-Any practice that is hazardous,as determined by the Owner in its sole - discretion, shall be immediately discontinued by the Contractor upon receipt of either written or . oral notice to discontinue such practice from Owner. . 2.8 Observance of Laws. Ordinances and Regulations The Contractor, at all times during the term . - of the Contract, shall observe and abide by all Federal State and Local laws which in any way - • 1-1 • affect the Project or Project work, and shall comply with all decrees and orders of all courts of competent jurisdiction. 2.9 Work Modification - Any alteration or modification of the work performed under the Contract ' shall be made only by written agreement between the Contractor and Owner and shall be made ,prior to commencement of the altered or modified work. No claim for extra work or materials shall be allowed unless covered by such a written agreement executed by all parties hereto. • 2.10 Award - For a bid quote to be considered, by the owner, all prices for the Project must be included therein. 2.11 Contract Termination -The Owner shall have the right to terminate the Contract or part thereof, before the Project work is completed,in the event: • • A. Previously unknown circumstances arise making it desirable and in the public interest to void the Contract. • 8. The Contractor is not complying with all of the specifications of the Contract. C. The Contractor is not following proper arboricultural techniques after written notification by the Owner or its authorized representative of its failure to do so. • D. . The Contractor refuses, neglects or fails to timely and continuously supply properly . trained and skilled supervisory personnel and/or workers, proper equipment of the .• specified quality and quantity, for the completion of the Project. E. The Contractor, in the sole judgement of the Owner, is unnecessarily or willfully. delaying the performance and completion of Project work. • F. The Contractor fails or refuses to proceed with Project work as directed by the Owner or abandons the Project work. • 2.12. Indemnification - The Contractor agrees to indemnify, hold harmless, and defend the Owner. from and against any and all loss, damage and/or expense which Owner may suffer or for which . the Owner may be liable by reason of any injury (including death) or damage to any property arising out of the intentional or,negligent acts or failures of Contractor, its employees, • subcontractors or agents in or as a result of the execution of the Project work to be performed ' • • hereunder or as a result of the chemicals or other substances used by contractor on the Project. • 3: TERM • . As part of the final contract,the winning bid may be renewed or renegotiated solely at the discretion of the City,as permitted by law. If the City chooses to renew or renegotiate the contract for another year,it will • notify Vendor no Inter than January 15;of the'year following'execution ofthe contract:'Vendor will then have the opportunity to renew the contract under the same terms;or submit new terms. If any proposed new terms are not acceptable to the City,in the City's own discretion,it can decline to renew the contract and accept bids for the project. . • 4, METHOD OF PAYMENT Invoices maybe submitted by the first day of each month and payment of all undisputed portions thereof will be made thirty (30) business, days after receipt of same by Owner. Payments will also be conditional. upon Contractor.receiving a satisfactory bi-weekly inspection report from Owner. . • I2 • PROPOSAL PACKAGE FOR CITY OF CARMEL,INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2014 MOWING WEST OF MERIDIAN BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS,PLEASE CONTACT DAVE HUFFMAN AT 733-2001. • • • • BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise speccally provided, all Parts shall be fully and accurately filled in and completed and notarized Project: Street Department 2014 MOWING WEST OF MERIDIAN Proposal For: 2014 MOWING WEST OF MERIDIAN City of Carmel Date: 1i15 1 1 yr- To: City of Cannel,Indiana, Board of Public Works and Safety • • • PART 1 BIDDER INFORMATION (Please Type or Print) l.l Bidder Name: E V O T� 0 R. f E(, J I C e 1.2 Bidder Address: Street Address`: 3 S N. AJM n-sA(�1�J City:�Akt( 9 State: I Ni Zip: 11 Phone#: ( ) 30 S6c0-4,Y ax#: ( ) 5[x• 114'`>Q')1? 1.3 Bidder is a/an(mark one]: Individual 'V Partnership Indiana Corporation; Foreign(Out of State)Corporation; State: Joint Venture Other: 1.4 [The following must be answered if the Bidder or any of its partners or joint.. venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1. Corporation Name: .2 Address: 3 Date registered with State of Indiana: • .4 Indiana Registered Agent: Name: • Address: - _ • • • i PART 2 BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the • time(s) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, forte total sum of one �,r.L., c.wq e4 `h,a4Mi Tile Uu4..tl G 1;k, Dollars ($ The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price: The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis •and that the OWNER cannot and does not guarantee the amount or quantity of any • • item of work to be performed or furnished under the Agreement. • • • • • . ., .. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER . • • • PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. • 4.3'. Exceptions: • • • • • • • • • • • 2014 MOWING WEST OF MERIDIAN TOTAL TOTAL BID AMOUNT THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. f PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2014 MOWING WEST OF MERIDIAN BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (I) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This farm shall be utilized by all Bidders. Except as othen'ise specifically provided, all Parts shall be fully and accurately Jilted in and completed and notarized. Project: Street Department 2014 MOWING WEST OF MERIDIAN Proposal For: 2014 MOWING WEST OF MERIDIAN City of Carmel Date: + LI To: City of Carmel, Indiana, Hoard of Public Works and Safety (. I PART I BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: I ��� ardceo p Inc , c . 1.2 Bidder Address: Street Address: (Y I l A rf V lb-I\Jr CityACSI W-1.C) State:Tlid Zip: ((:cjili 2,An c t 31'1 Phone#: ( ) r t(p ' ll�1 Fax#: ( ) (() 19 1.3 Bidder is alan[mark one]: Individual Partnership Indiana Corporation; Foreign (Out of State)Corporation; State: Joint Venture Other: I.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the 5'ecretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: 2 Address: 3 Date registered with State of I Indiana: .4 Indiana Registered Agent: Name: Address: • PART 2 BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total suit of l F t� r� 'l is,1I Ictv3kcJU3i U. kit ..1!&1( LLIvQ l CM (XfvC `��lIrc`-Dollars ($ \\A_3C-)t ,01 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER +I -30- Inc La) -1 • • PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms ofthe Contract Documents may result in this Bid being rejected as non-responsive. 4.3 Exceptions: •