No preview available
HomeMy WebLinkAboutBid Information and packetsDepartment: NOTICE TO BIDDERS City of Carmel, Indiana Carmel Street Department 3400 W. 131st Street Carmel, IN 46074 Project: 2015 Additional Mowing Package 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, April 1s`, 2015. 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: "2015 ADDITIONAL MOWING PACKAGE" Project manuals may be obtained from the Carmel Street Department, 3400 W. 131st Street, Carmel, IN 46074. General Form No. 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the word `BID — 2015 ADDITIONAL MOWING PACKAGE" on the lower left hand corner of the envelope. Bids will be opened and read aloud at 10:00 a.m. on April 1st, 2015 at the Board of Public Works and Safety meeting on the 2 "d floor of Carmel City Hall, Once Civic Square, Carmel, 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 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 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 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 March 5th, 2015 and March 12th, 2015. The Times 641 Westfield Rd. Noblesville, IN 46060 Bill To City of Carmel One Civic Square Carmel, IN 46032 ATTN: Sandy Johnson invoice Date Invoice# 3/12/2015 TL 7301 Description Qty Rate Amount Bid Notice (Additional Mowing 2015) Ad Ran: 3/5/2015 3/12/2015 PLEASE INCLUDE YOUR INVOICE NUMBER (TL7301) ON YOUR CHECK WHEN MAKING A PAYMENT $54.60 $54.60 Subtotal $54.60 Total $54.60 Balance Due $54.60 State of Indiana ) ss: Hamilton County PUBLISHER'S AFFIDAVIT Personally appeared before me, a notary public in and for said county and state, the undersigned Tim Timmons who, being duly sworn, says that he is Publisher of The Times newspaper of general 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 true copy, which was duly published in said paper for 2 time(s), the date(s) of publication being as follows: 3/5/2015 3/12/2015 Subscribed and sworn to before the this Thursday, March 12, 2015. Notary Public My commission expires: 05/28/2020 Jennifer Louise May Resident of Marion County Publisher's Fee: $54.60 JENNIFER LOUISE MAY Notary Public- Seal State of Indiana My Commission Expires May 28. 2020 N 1 TL 7301 NOTICE TO BIDDERS City of Carmel, Indiana Department: Carmel Street Department 3400 W. 131st Street Carmel, IN 46074 Project: 2015 Additional Mowing Package Notice is hereby given that the Board of Public Works and Safety for the City of Camel, Hamilton County, Indiana, will receive sealed bids, during regular business hours, up to, but not later than 10:00 A.M., Wednesday, April 1st, 2015. As a condition precedent to being awarded this contract, the bidder understands and agrees to dedicate a crew to perfonn 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 foams 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: "2015 ADDITIONAL MOWING PACKAGE" Project manuals may be obtained from the Cannel Street Department, 3400 W. 131st Street, Carmel, IN 46074. General Fomi No. 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the word "BID — 2015 ADDITIONAL MOWING PACKAGE' on the lower left hand corner of the envelope. Bids will be opened and read aloud at 10:00 a.m. on April 1st, 2015 at the Board of Public Works and Safety meeting on the 2nd floor of Camel City Hall, Once Civic Square, Caramel, 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 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 Camel reserves the right to reject and/or cancel any and all bids, solicitations and/or offers in whole or in pat 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 1L7301 3.5, 3 %12 2t hspaxlp � o ir/64/i4 /o &Jr4)6- Company Amount Alternative Alternative cK6,e v>,( c f P iQ5' /-//771, Z4- �Ii)SG491 A - 01' 2015 A I DITIONAL MOWING PACKAGE TOTAL THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. TOTAL BID AMOUNT t) 13( 1A3.aq THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. • NOTICE TO BIDDERS City of Carmel, Indiana Department: Carmel Street Department 3400 W. 1315t Street Carmel, IN 46074 Project: 2015 Additional Mowing Package 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, April 15` 2015. 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: "2015 ADDITIONAL MOWING PACKAGE" Project manuals may be obtained from the Carmel Street Department, 3400 W. 131st Street, Carmel, IN 46074. General Form No. 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the word "BID — 2015 ADDITIONAL MOWING PACKAGE" on the lower left hand corner of the envelope. Bids will be opened and read aloud at 10:00 a.m. on April 15t, 2015 at the Board of Public Works and Safety meeting on the 2nd floor of Carmel City Hall, Once Civic Square, Carmel, 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 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 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 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 March 5th, 2015 and March 12th, 2015. PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2015 ADDITIONAL MOWING PACKAGE 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 Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Street Department 2015 ADDITIONAL MOWING PACKAGE Proposal For: 2015 ADDITIONAL MOWING PACKAGE City of Carmel Date: 03/31/15 To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: Hitt le Landscaping , Inc. 1.2 Bidder Address: Street Address: 17778 Sun Park Drive City: Tipton State: IN Zip: 46072 Phone #:(317- 896 -5697 Fax #:(317)896 -2471 1.3 Bidder is a/an [mark one]: Individual Partnership X 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: 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 sum of Seventy -Three Thousand Eight Hundred Eighty Three and 29/100 Dollars ($ 73,883.29 ). 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 NUMBER DATE 2015 ADDITIONAL MOWING PACKAGE TOTAL THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. TOTAL BID AMOUNT 4(09 , 5-`3z4 - Qu THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. Department: NOTICE TO BIDDERS City of Carmel, Indiana Carmel Street Department 3400 W. 131st Street Carmel, IN 46074 Project: 2015 Additional Mowing Package 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, April 1S`, 2015. 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: "2015 ADDITIONAL MOWING PACKAGE" Project manuals may be obtained from the Carmel Street Department, 3400 W. 131st Street, Carmel, IN 46074. General Form No. 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the word "BID — 2015 ADDITIONAL MOWING PACKAGE" on the lower left hand corner of the envelope. Bids will be opened and read aloud at 10:00 a.m. on April 15t, 2015 at the Board of Public Works and Safety meeting on the 2°d floor of Carmel City Hall, Once Civic Square, Carmel, IN. All persons interested in bidding shall register a contact name and address with the Street Depat tment 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 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 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 March 5th, 2015 and March Pth. 2015. OWNER: Project: Owner's Representative: 1. GENERAL INSTRUCTIONS TO BIDDERS City of Carmel City of Carmel by and through its Board of Public Works and Safety 2015 ADDITIONAL MOWING PACKAGE Dave Huffman Carmel Street Department 3400 W. 131st Street Carmel, IN 46074 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 as set 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 Carmel Street Department. In all other respects, tern-is 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 to 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 — 2015 ADDITIONAL MOWING PACKAGE" 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° /0) 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 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. 5. 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. 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 61 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 (ii) 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 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; 7.3.2. Other post -Bid submittals required by the Contract Documents. END OF INSTRUCTIONS TO BIDDERS INSTRUCTIONS FOR PROJECT PROPOSALS City of Carmel, Indiana 1. CONTRACTOR RESPONSIBILITIES Equipment - 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. 1.2 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. 1.3 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. 1.4 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 Carmel, 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. 1.5 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. 1.6 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 form 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. 1.7 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. 1.8 Observance of Laws. Ordinances and Regulations - The Contractor, at all times during the term of the Contract, shall observe and abide by all Federal MUTCD safety standards, State and Local laws which in any way affect the Project or Project work, and shall comply with all decrees and orders of all courts of competent jurisdiction. 1.9 Work Modification - Anv 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. 1.10 Award - For a bid quote to be considered, by the owner; all prices for the Project must be included therein. 1.11 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. B. 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. 1.12 Indemnification - The Contractor agrees to indemnify, hold harmless and defend the Owner 2. TERM 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. 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 later than January 15, of the year following execution of the 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. 3. 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. PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2015 ADDITIONAL MOWING PACKAGE 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 Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Street Department 2015 ADDITIONAL MOWING PACKAGE Proposal For: 2015 ADDITIONAL MOWING PACKAGE City of Carmel Date: To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: LC3.rv�cv�QC� 1.2 Bidder Address: Street Address: "I-11-l61/4 N . City: .�.r.b?\ . State: - Zip: 4(.zz Phone #: On) 54{z - 5'zocc Fax #: (-+) 5-yz- szo� 1.3 Bidder is a/an [mark one]: Individual Partnership X 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: lc sr Lc' .2 Address: -y7,-1,A N . i- -5 _,,, 14 zZ(,o .3 Date registered with State of Indiana: 1 lq$7/ .4 Indiana Registered Agent: Name: Z.U,1D1 mac% Address: 3^1y4 N .1_,- A02- :11,d05. (oD�.(.0 PART 2 BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor; machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project; including any and all addenda thereto, for the total sum of Sixty .! ,ve_ 40ra e cS-y Dollars ($ ( S by . (9° ). 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 NUMBER DATE 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: TECHNICAL SPECIFICATIONS TS -1 CONTACT FOR QUESTIONS REGARDING CONTRACT DOCUMENTS In compliance with the Instructions to Bidders, should any questions arise regarding the Contract Documents, the following person shall be contacted: Dave Huffman Carmel Street Department 3400 W. 131st Street Carmel, IN 46074 Tel: (317) 733 -2001 Fax: (317) 733 -2005 Should a bidder or its agents receive any clarification, direction, suggestions, or correction to the Contract Documents that is not issued by a written addenda from the OWNER within 7 calendar days prior to the Bid Date, no consideration will be given to the CONTRACTOR for errors, omissions, etc., on which its Bid was based. 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. TS -2 PROJECT SCOPE Provide ground care and maintenance for the rights -of -way, Landscape easements and medians of the following: (AREAS IN RED ARE OUT OF THE RIGHT -OF -WAY.) S.W. Corner of Guilford & Carmel Dr 0.05 Acres 2,320 Sq. Ft. 5840 & 6020 E. 116th St 0.43 Acres 19,162 Sq. Ft. 106th St- West of Gray Rd 0.51 Acres North side at hill 22,440 Sq. Ft. 136th St & Illinois St Weed -eat by handrail 3,982 Sq. Ft. 0.09 Acres 106th PI & Lexington Ln 0.11 Acres 5,152 Sq. Ft. 106th St & Gray Rd 0.11 Acres West side by walking path 5,160 Sq. Ft. 116Th St & College Ave S.W. Corner 18,699 Sq. Ft. Main St & Brookshire Pkwy to Gray Rd South side 21,669 Sq. Ft. Soup Bowl on 126th St 0.42 Acres 0.49 Acres 30,180 Sq. Ft. 0.69 Acres 116th St- East of Hazel Dell 0.17 Acres North side 7,770 Sq. Ft. 116th St & Gray Rd- North to bridge 0.13 Acres 5,700 Sq. Ft. 126th St at bridge & Golf course at Water plant 0.40 Acres 17,534 Sq. Ft. Mallard Ct 0.64 Acres 27,993 Sq. Ft. 126th St & High Dr 0.16 Acres N.E. Corner 7,222 Sq. Ft. 116th St & Ruckle North side at guardrail 15,021 Sq. Ft. 116th St & Eden Glen Dr North East corner- Weed -eat 1,476 Sq. Ft. Main St- East of Gray Rd to woods South side 34,848 Sq. Ft. 136th St & Gray Rd South West corner and East side- Weed -eat 6,497 Sq. Ft. Carmel Dr & Gradle Dr Side ditch 4,550 Sq. Ft. 0.34 Acres 0.03 Acres 0.80 Acres 0.14 Acres 0.10 Acres Gray Rd & Main St South almost to Wembley Rd- both sides 75,551 Sq. Ft. 1.70 Acres Gray Rd- from 116th St to 106th St 0.70 Acres West side 30,770 Sq. Ft. Guilford Rd- North of Main St East side 3,200 Sq. Ft. 0.07 Acres 126th St & Brookshire Pkwy 0.49 Acres 21,669 Sq. Ft. Main St & Sherman Dr S.W. Corner- East and West 27,675 Sq. Ft. 0.63 Acres Gray Rd- Eyebrows 0.52 Acres 22,824 Sq. Ft. Rohrer Rd Across from Monon Parking Lot 6,917 Sq. Ft. Rohrer Rd- S of 146th St East side 5,040 Sq. Ft. 0.15 Acres 0.11 Acres 122nd St & River Rd to Medalist Pkwy 0.76 Acres 33,440 Sq. Ft. 126th St & River Rd West to Lynnwood Blvd 37,844 Sq. Ft. Old Meeting Hall 1,996 Sq. Ft. 96th St and Sycamore Rd East and West side 4,829 Sq. Ft. 0.86 Acres 0.02 Acres 0.11 Acres Pintail Ct 0.64 Acres 27,993 Sq. Ft. 12000 Shelbome Rd 0.6 Acres 26,283 Sq. Ft. Cherry Tree Rd 0.03 Acres The ditch at the curve 1,718 Sq. Ft. 116th St from Hazel Dell to River Rd South side 15,973 Sq. Ft. Commerce Dr- 99th St to Retail Pwky East side 16,380 Sq. Ft. 98th St at Keystone Islands 5,900 Sq. Ft. 0.36 Acres 0.37 Acres 0.13 Acres Lakefront Ct & Carmel Dr 0.25 Acres 11,086 Sq. Ft. Grand Blvd- West end 0.15 Acres North side 6,965 Sq. Ft. Chester Rd & Lakewood Dr 0.07 Acres 3,320 Sq. Ft. River Rd- 1220d St to 126th St 1.17 Acres 51,177 Sq. Ft. 116th St & Gray Rd 0.76 Acres To the white church 33,344 Sq. Ft. Clay Center Rd North of 116th St 5,838 Sq. Ft. 0.13 Acres Clay Terrace Blvd & US -31 at N Rangeline Rd 0.22 Acres 9,843 Sq. Ft. Shapiro's 0.08 Acres 3,817 Sq. Ft. All of Main St & Gray Rd & Brookshire Pkwy 3.44 Acres 149,927 Sq. Ft. Springmill Rd at 465 1.67 Acres N & S of bridge to 96th St 73050 Sq. Ft. 106th St -- Ditch Rd to Towne Rd North side ROW 82,681 Sq. Ft. 1.90 Acres City Center Dog Park 0.07 Acres 2,827 Sq. Ft. 106th St- ROW Property East of Westfield Blvd South side 4 sections 19,523 Sq. Ft. 0.45 Acres 407 Smokey Row Rd 0.11 Acres 4,983 Sq. Ft. Carey Rd- from 146th St to Hawthorne Dr 0.039 Acres East side 1,699 Sq. Ft. City Center Dr —from Carmel Garden to E. of Rangeline Rd 4.16 Acres 180,991 Sq. Ft. Clark St —from Carmel Dr to Adams to Guilford Rd 0.31 Acres 13,639 Sq. Ft. Indiana Design Building 0.03 Acres 1st St SW & Rangeline Rd 1,376 Sq. Ft. Rangeline Rd & Smokey Row Rd RAB 0.83 Acres 36,150 Sq. Ft. Hawthorne Dr & Smokey Row Rd 1.21 Acres 52,751 Sq. Ft. College Ave & 1-465 0.03 Acres Hills 1,320 Sq. Ft. 702 Adams Corner Lot 0.45 Acres 19,689 Sq. Ft. Main St & Cool Creek Dr 1.68 Acres Cul -de -sac and by foot - bridge — Weedeat 73,094 Sq. Ft. Main St & Hawthorne Dr N & S side of road- E & W of Hawthorne Dr 73,094 Sq. Ft. Main St- E of Hazel Dell Pkwy South side to Double Eagle Dr 65,975 Sq. Ft. Harrowgate to Maplecrest Dr South side to bridge 2,980 Sq. Ft. Main St South side by last bridge to RAB at River Rd 79,061 Sq. Ft. 1.68 Acres 1.51 Acres 0.07 Acres 1.82 Acres Silver Door Salon at City Center 0.01 Acres 545 Sq. Ft. Rangeline Rd -3rd St SW to Creekside Dr 0.13 Acres South of 116th St 5,576 Sq. Ft. Party Time Rental 2.79 Acres 121,583 Sq. Ft. 96th & Westfield Blvd 1.04 Acres NE Corner Lot All 45,490 Sq. Ft. Saddlebrook Addition From Towne Rd to Ditch Rd 91,389 Sq. Ft. Clay Center Rd South of Main St- Guardrails 3,746 Sq. Ft. 141st St & Ivy Bridge Dr South side to Buckhorn Dr 7,897 Sq. Ft. 116th St & SR 31 NE and SE Islands (2) 2,178 Sq. Ft. 2.01 Acres 0.09 Acres 0.18 Acres 0.05 Acres Pawnee Rd & 126th St 0.48 Acres 20,800 Sq. Ft. Fire Station at 106th St & Shelborne Rd 0.55 Acres 23,802 Sq. Ft. 106th St & Springmill RAB Area 0.13 Acres 5,571 Sq. Ft. 106th St & Township Line Rd 0.62 Acres Northbound island 26,985 Sq. Ft. 106th St & Shelborne Rd North of Fire Station West side of road to church 23,801 Sq. Ft. 1160 St to Towne Rd SW corner 81,222 Sq. Ft. Illinois St & 111th St Roundabout & Splinter Islands 4,100 Sq. Ft. TS -6 0.55 Acres 1.86 Acres 0.09 Acres Illinois St & Springmill Turf Roundabout & Splinter Islands 8,695 Sq. Ft. Illinois Median Between 116th St and 111th St 22,965 Sq. Ft. Areas in RED are out of the right -of -way. 0.20 Acres 0.53 Acres Total 2,041,679 Sq. Ft. 49.74 Acres Such Project work includes mowing and trimming of turf, the pickup and removal of litter, fertilization, herbicide application, and the control of weeds within turf along listed roadway areas. Labor, material and equipment will be supplied by CONTRACTOR. CONTRACTOR shall be responsible for the timely and acceptable performance of all work necessary to accomplish the Project described herein. The same hourly mowing rate of pay shall be used for all additional roads that may be added. TS -3 WELLHEAD PROTECTION The majority of the Project will be constructed through a wellhead protection area and in close proximity to several of the OWNER'S wells that provide a large portion of the City of Carmel's drinking water supply. As such, the following requirements must be strictly observed. A. Handling and storage of petroleum and chemical products must be done in a safe manner. B. Petroleum and chemical products shall not be stored within a 200 -foot radius of a well. C. Vehicles shall not park or be stored within a 200 - foot radius of a well. D. Petroleum or chemical spills must be reported immediately to the Carmel Hazmat Team and to the OWNER regardless of the size of the spill. The Carmel Hazmat Team can be reached by telephone at the "911" emergency number or at 571- 2580. TS -4 HOLIDAYS WHEN WORK IS NOT PERMITTED The Contractor shall not perform any work on the Project which requires traffic control on the following days: A. Sundays B. Memorial Day C. Independence Day D. Labor Day E. Thanksgiving Day and the day after Thanksgiving This requirement may be waived by the OWNER in its sole discretion, if requested in writing and in advance of such Work. TS -5 MOWING SPECIFICATIONS 5.1 Mowing Period — The Project mowing period shall begin, on April 1, 2015 and continue through November 30, 2015 inclusive. 5.2 Quality — The area to be mowed must be mowed weekly so as to maintain a quality appearance, including trimming along curbs (see 5.3 for exception). Under no circumstances will the work site be left with patches of un -mowed grass, clumps of grass, or mowed -over litter. CONTRACTOR shall not blow into nor leave grass clippings on any streets or on sidewalks. 5.3 Grass Height - Grass that is not at least three (3) inches high shall constitute lack of need. Grass that is taller than three (3) inches shall be mowed to a minimum height of three (3) inches. 5.4 Clippings — Clippings are not to be blown into mulched areas, including tree rings, shrub beds or stone mulched areas. Grass clippings shall be recycled onto the turf with mowing equipment designed to recycle the clippings. Any clippings that are so thick as to lie on top of the mowed grass shall be dispersed by re- mowing, raking, or blowing until they are no longer noticeable. 5.5 Tree Leaves — Tree leaves are to be mulched and recycled back onto the turf using equipment that is designed for this purpose. 5.6 Trimming - Concurrent with its lawn mowing services, CONTRACTOR shall string trim around curbs, mulch tree rings, shrubs and planting beds where necessary and otherwise at the discretion and direction of OWNER. No trimming of any tree limbs is permitted. 5.7 Trimming damage — Trimming shall be performed in a manner that does not damage any plant material. Damage to plant material shall be promptly repaired or replaced by CONTRACTOR at its own expense. 5.8 Litter removal - CONTRACTOR shall remove all litter from grass, shrubs and planting beds before mowing or trimming same. Litter will be maintained and continued on a weekly basis through the term of the contract. TS -6 TURF FERTILIZATION AND HERBICIDE 6.1 Frequency of fertilization — All non irrigated turf areas shall be fertilized a minimum of 2 times a year, of no more than 1 Ib. of actual nitrogen per 1,000 sq. ft. per application, with a total of no less than 1.75 lb. of actual nitrogen per 1,000 sq. ft. per year. The first mandatory application to occur no earlier than March 1, 2015, and no later than May 15, 2015, and the second mandatory application to occur no earlier than September 1, 2015, and no later than November 30, 2015. 6.2 Fertilizer Type — All fertilizer applied shall be a sulfur coated, slow release fertilizer containing nitrogen, phosphorus, and potassium in a form available for plant use. 6.3 All irrigated turf areas are to be on an approved care program which includes the minimum applications of: 1. Early Spring fertilization with a crabgrass pre - emergent 2. Spring fertilization (slow release) with broadleaf weed killer if broadleaf weeds are present 3. Early Fall fertilization with broadleaf weed killer 4. Late Fall fertilization Additional applications may be applied a total of no less than 3 lbs. of actual Nitrogen / 1000 sq. ft. during the growing season. No less than 0.50 lbs. N / 1000 sq. ft. and no more than 0.75 lbs. N / 1000 sq. ft. to be applied in any one application with the exception of late Fall fertilization which can be up to 1.50 lbs. N / 1000 sq. ft. and no less than 1.0 lbs N / 1000 sq. ft. Turf areas should be kept relatively weed free. Additional applications of herbicides may be necessary to control weeds. These applications are to be done at the CONTRACTOR'S expense. 6.4 Frequency of pre- emergent crabgrass and broadleaf herbicide application — All turf areas shall have a pre- emergent crabgrass herbicide applied once in the early spring within a three -week window of application depending on weather of April 1, 2015. All turf areas shall also have a broadleaf herbicide applied thereto a minimum of 2 times a year, the first mandatory application to occur no earlier than April 15, 2015, and no later than May 30, 2015, and the second mandatory application to occur no earlier than September 1, 2015, and no later than October 15, 2015. 6.5 Sample Label - CONTRACTOR shall submit a sample label for all fertilizers and herbicides it proposes to use and obtain OWNER'S approval of same before applying same to any turf area. 6.6 Notification - OWNER must be notified by CONTRACTOR in writing at least seven (7) calendar days in advance of any intended application of fertilization and/or herbicide application. An e -mail with the activity (application amount and date of the activity) is the preferred method of contact; a phone call is not an acceptable method of contact. 6.7 Fertilizer Application Method — All fertilizer shall be spread with a rotary, broadcast spreader in such a manner as to insure even coverage, with no streaking. 6.8 Certification - CONTRACTOR shall be certified and hold all required applicators licenses from the State of Indiana to perform the obligations set forth in the Section. 6.9 Compliance — CONTRACTOR shall comply with all environmental, and chemical, and all other applicable LAWS in performing its obligations under this Section. 6.10 Fertilizer Clean-up — CONTRACTOR shall clean up granular fertilizer from roads and sidewalks. APPENDIX A PROJECT: 2015 ADDITIONAL MOWING PACKAGE WORK: As described by the Project plans and Contract Documents including, but not limited to: Provide ground care and maintenance for the rights -of -way, landscape easements and medians of the following: S.W. Corner of Guilford & Carmel Dr 0.05 Acres 2,320 Sq. Ft. 5840 & 6020 E. 116th St 0.43 Acres 19,162 Sq. Ft. 106th St- West of Gray Rd 0.51 Acres North side at hill 22,440 Sq. Ft. 136th St & Illinois St Weed -eat by handrail 3,982 Sq. Ft. 0.09 Acres 106th PI & Lexington Ln 0.11 Acres 5,152 Sq. Ft. 106th St & Gray Rd 0.11 Acres West side by walking path 5,160 Sq. Ft. 116th St & College Ave S.W. Corner 18,699 Sq. Ft. Main St & Brookshire Pkwy to Gray Rd South side 21,669 Sq. Ft. 0.42 Acres 0.49 Acres Soup Bowl on 126th St 0.69 Acres 30,180 Sq. Ft. 116th St- East of Hazel Dell 0.17 Acres North side 7,770 Sq. Ft. 116th St & Gray Rd- North to bridge 0.13 Acres 5,700 Sq. Ft. 126th St at bridge & Golf course at Water plant 0.40 Acres 17,534 Sq. Ft. Mallard Ct 0.64 Acres 27,993 Sq. Ft. 126th St & High Dr 0.16 Acres N.E. Corner 7,222 Sq. Ft. 116th St & Ruckle North side at guardrail 15,021 Sq. Ft. 116th St & Eden Glen Dr North East corner- Weed -eat 1,476 Sq. Ft. Main St- East of Gray Rd to woods South side 34,848 Sq. Ft. 136th St & Gray Rd South West corner and East side- Weed -eat 6,497 Sq. Ft. Carmel Dr & Gradle Dr Side ditch 4,550 Sq. Ft. Gray Rd & Main St South almost to Wembley Rd- both sides 75,551 Sq. Ft. 0.34 Acres 0.03 Acres 0.80 Acres 0.14 Acres 0.10 Acres 1.70 Acres Gray Rd- from 116th St to 106th St 0.70 Acres West side 30,770 Sq. Ft. Guilford Rd- North of Main St East side 3,200 Sq. Ft. 0.07 Acres 126th St & Brookshire Pkwy 0.49 Acres 21,669 Sq. Ft. Main St & Sherman Dr S.W. Corner- East and West 27,675 Sq. Ft. 0.63 Acres Gray Rd- Eyebrows 0.52 Acres 22,824 Sq. Ft. Rohrer Rd 0.15 Acres Across from Monon Parking Lot 6,917 Sq. Ft. Rohrer Rd- S of 146th St 0.11 Acres East side 5,040 Sq. Ft. 122 ^d St & River Rd to Medalist Pkwy 0.76 Acres 33,440 Sq. Ft. 126th St & River Rd West to Lynnwood Blvd 37,844 Sq. Ft. Old Meeting Hall 1,996 Sq. Ft. 0.86 Acres 0.02 Acres 96th St and Sycamore Rd East and West side 4,829 Sq. Ft. 0.11 Acres Pintail Ct 0.64 Acres 27,993 Sq. Ft. 12000 Shelborne Rd 0.6 Acres 26,283 Sq. Ft. Cherry Tree Rd 0.03 Acres The ditch at the curve 1,718 Sq. Ft. 116th St from Hazel Dell to River Rd South side 15,973 Sq. Ft. Commerce Dr- 99th St to Retail Pwky East side 16,380 Sq. Ft. 98th St at Keystone Islands 5,900 Sq. Ft. 0.36 Acres 0.37 Acres 0.13 Acres Lakefront Ct & Carmel Dr 0.25 Acres 11,086 Sq. Ft. Grand Blvd- West end 0.15 Acres North side 6,965 Sq. Ft. Chester Rd & Lakewood Dr 0.07 Acres 3,320 Sq. Ft. River Rd- 122nd St to 126th St 1.17 Acres 51,177 Sq. Ft. 116th St & Gray Rd 0.76 Acres To the white church 33,344 Sq. Ft. Clay Center Rd North of 116th St 5,838 Sq. Ft. 0.13 Acres Clay Terrace Blvd & US -31 at N Rangeline Rd 0.22 Acres 9,843 Sq. Ft. Shapiro's 0.08 Acres 3,817 Sq. Ft. All of Main St & Gray Rd & Brookshire Pkwy 3.44 Acres 149,927 Sq. Ft. Springmill Rd at 465 1.67 Acres N & S of bridge to 96th St 73050 Sq. Ft. 106th St -- Ditch Rd to Towne Rd North side ROW 82,681 Sq. Ft. 1.90 Acres City Center Dog Park 0.07 Acres 2,827 Sq. Ft. 106th St- ROW 0.45 Acres Property East of Westfield Blvd South side 4 sections 19,523 Sq. Ft. 407 Smokey Row Rd 0.11 Acres 4,983 Sq. Ft. Carey Rd- from 146th St to Hawthorne Dr 0.039 Acres East side 1,699 Sq. Ft. City Center Dr —from Carmel Garden to E. of Rangeline Rd 4.16 Acres 180,991 Sq. Ft. Clark St —from Carmel Dr to Adams to Guilford Rd 0.31 Acres 13,639 Sq. Ft. Indiana Design Building 0.03 Acres 1st St SW & Rangeline Rd 1,376 Sq. Ft. Rangeline Rd & Smokey Row Rd RAB 0.83 Acres 36,150 Sq. Ft. Hawthorne Dr & Smokey Row Rd 1.21 Acres 52,751 Sq. Ft. College Ave & 1 -465 0.03 Acres Hills 1,320 Sq. Ft. 702 Adams Corner Lot 0.45 Acres 19,689 Sq. Ft. Main St & Cool Creek Dr 1.68 Acres Cul -de -sac and by foot - bridge— Weedeat 73,094 Sq. Ft. Main St & Hawthorne Dr N & S side of road- E & W of Hawthorne Dr 73,094 Sq. Ft. Main St- E of Hazel Dell Pkwy South side to Double Eagle Dr 65,975 Sq. Ft. Harrowgate to Maplecrest Dr South side to bridge 2,980 Sq. Ft. 1.68 Acres 1.51 Acres 0.07 Acres Main St South side by last bridge to RAB at River Rd 1.82 Acres 79,061 Sq. Ft. Silver Door Salon at City Center 0.01 Acres 545 Sq. Ft. Rangeline Rd -3rd St SW to Creekside Dr 0.13 Acres South of 116th St 5,576 Sq. Ft. Party Time Rental 2.79 Acres 121,583 Sq. Ft. 96th & Westfield Blvd 1.04 Acres NE Corner Lot All 45,490 Sq. Ft. Saddlebrook Addition From Towne Rd to Ditch Rd 91,389 Sq. Ft. Clay Center Rd South of Main St- Guardrails 3,746 Sq. Ft. 141st St & Ivy Bridge Dr South side to Buckhorn Dr 7,897 Sq. Ft. 116tSt &SR31 NE and SE Islands (2) 2,178 Sq. Ft. 2.01 Acres 0.09 Acres 0.18 Acres 0.05 Acres Pawnee Rd & 126th St 0.48 Acres 20,800 Sq. Ft. Fire Station at 106th St & Shelborne Rd 0.55 Acres 23,802 Sq. Ft. 106th St & Springmill RAB Area 0.13 Acres 5,571 Sq. Ft. 106th St & Township Line Rd 0.62 Acres Northbound island 26,985 Sq. Ft. 106th St & Shelborne Rd North of Fire Station West side of road to church 23,801 Sq. Ft. 116th St to Towne Rd SW corner 81,222 Sq. Ft. Illinois St & 111th St Roundabout & Splinter Islands 4,100 Sq. Ft. 0.55 Acres 1.86 Acres 0.09 Acres Illinois St & Springmill Turf Roundabout & Splinter Islands 8,695 Sq. Ft. Illinois Median Between 116th St and 111th St 22,965 Sq. Ft. Areas in RED are out of the right -of -way. 0.20 Acres 0.53 Acres Total 2,041,679 Sq. Ft. 49.74 Acres Such Project work includes mowing and trimming of turf, the pickup and removal of litter, fertilization, herbicide application, and the control of weeds within turf along listed roadway areas. Labor, material and equipment will be supplied by CONTRACTOR. CONTRACTOR shall be responsible for the timely and acceptable performance of all work necessary to accomplish the Project described herein. The same hourly mowing rate of pay shall be used for all additional roads that may be added. OWNER'S REPRESENTATIVE: Dave Huffman Carmel Street Department 3400 W. 131st Street Carmel, IN 46074