Loading...
Indiana Traffic Service/Street/83761.32/StripingIndiana Traffic Services, LLC Street Department - 2015 Appropriation #0043-503.00; P.O.#32559 Contract Not To Exceed $83,761.32 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ank ‘s1 'lobo�► THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Indiana Traffic Services an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 0043-503.00 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Eighty Three Thousand Seven Hundred Sixty One Dollars and Thirty Two Cents ($83,761.32) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. ISYnnYvt*,'tS'Gn,F S,A\Stro021150 a Verne Senicea. ITC ¼Go •k ,5 ., FORM WITII L•Ve,i Ly L,g.ge d.e:]/15/3015 `1'.31 A \I1 Indiana Traffic Services, LLC Street Department - 2015 Appropriation #0043-503.00: P.O. #32559 Contract Not To Exceed $83.761.32 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 0C' ina5''25'1 Svc, it CAW, v S, 'SI'CO 153 ices FOR.\I .dK7/)3/2)))3')J2 2 Indiana Traffic Services, LLC Street Department - 2015 Appropriation #0043-503.00: P.O. #32559 Contract Not To Exceed $33.761.32 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E -VERIFY Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E -Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly -hired employees using the E -Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E -verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E -Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E -Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E -Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E -Verify Law. The requirements of this paragraph shall not apply should the E - Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON -ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. IISACuraracirarrofS'c kGrohS Sl,iTra Rn9a nius WRTI-WITHIiVuilyI ].p A"1/ 1520151.12 ANI 3 Indiana Traffic Services, LLC Street Department- 2015 Appropriation #0043-503.00; P.O. #32559 Contract Not To Exceed $83.761.32 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: Indiana Traffic Services, LLC 3867 North Commercial Parkway Greenfield, Indiana 46140 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. MS /I d nn Tonne Smime IJ C Gods h S,,,i. FORM • WITH F-ScrifA I. 4 Indiana Traffic Services, LLC Street Department - 2015 Appropriation #0043-503.00; P.O. #32559 Contract Not To Exceed $83,761.32 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2015 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. ISCmimci.wm[sc,.. G..l, s.-R6um0.201_glndivm Telt $an a., kft senor VI. WrtH 1 l..', ngc. I.v7/15/101.431 AMI 5 Indiana Traffic Services, LLC Street Department - 2015 Appropriation #0043-503.00: P.O. #32559 Contract Not To Exceed $83.761.32 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: ames ate: Brainard, Presiding Officer Mary A Date: Bur Member 6 Lori S. Wats•• ' ember Date: 8I -,--11‘ IS \ Comrao a Sao\S1T LI C %iass FORA V Authorized Signature Nka f Ie ttr Printed Name V -Q. -Nowa I l 1 e.e —cR e S r cit -h+ Title FID/TIN: S?,QS5/ Last Four of SSN if Sole Proprietor: Date' Lxg g I ]/152015 v'12 AMI 6 2015 Paint Overlay Estimates ALL FOOTAGE IS IN LINEAL FEET LONG Price Cost LINE SOLID / BROKEN YELLOW 4 " 242,407 $0.07 $ 16,968.49 SOLID/ BROKEN WHITE 4" 273,869 $0.07 $ 19,170.83 YELLOW LINE 8" 7,138 $0.18 $ 1,284.84 WHITE LINE 8" 19,362 $0.18 $ 3,485.16 YELLOW CROSS HATCH 4" 1,058 $1.00 $ 1,058.00 YELLOW CROSS HATCH 8" 144 $2.00 $ 288.00 YELLOW CROSS HATCH 12" 1,806 $2.50 $ 4,515.00 YELLOW CROSS HATCH 24" 169 $3.00 $ 507.00 WHITE CROSS HATCH 24" 719 $3.00 $ 2,157.00 WHITE CROSS WALK 6" 2,880 $1.50 $ 4,320.00 WHITE CROSS WALK 12" 309 $2.00 $ 618.00 WHITE STOP BAR 24" 1,578 $3.00 $ 4,734.00 LANE INDICATIOR ARROW 186 $60.00 $ 11,160.00 COMBINATON ARROW 10 $80.00 $ 800.00 (RAB) ARROWS 16 $200.00 $ 3,200.00 ONLY 103 $75.00 $ 7,725.00 WHITE PIANO KEYS 24" 360 $3.00 $ 1,080.00 WHITE Parking T 4" 23 $30.00 $ 690.00 TOTAL $ 83,761.32 EXHIBIT A /ofZ CATEGORY 8A- PAINTED TRAFFIC MARKINGS BIDDER Item Line, Paint Solid Boken Yellow 4 IN Line, Paint Solid Boken White 4 IN Line, Paint Solid Yellow 8 IN Line, Paint Dotted Yellow 4 IN Line, Paint Solid White 8 IN Line, Paint Solid White 8 IN Line, Paint Dotted White 4 I Line, Paint Dotted White 61N Line, Paint Dotted White 3 IN Line, Paint Dotted White 121N T.M. Paint Longitudinal Crosswalk, 24 IN T.M. Paint Crosswalk, 61N T.M. Paint Crosswalk, 12 IN Est. Qty. 300000 300000 100 100 100 500 100 100 100 100 500 1200 100 Unit LFT LFT LFT LFT LFT LFT LFT LFT LFT LFT LFT LFT LFT Airmarking Company, Inc 50.120 50.120 30.280 30.150 50.250 30.280 $0.150 $0.500 51.000 51.500 53.500 51.000 11.750 52.000 536 000.00 536 000.00 528.00 515.00 525.00 5140.00 515.00 550.00 5100.00 5150.00 51,750.00 51,200.00 5175.00. Gridlock Traffic Systems, Inc. 50.090 50.090 50.600 50.300 $0.450 50.600 50.300 50.450 50.600 $0.900 54.000 31.000 52.000 52.000 527,00000 - 527,000.00 560.00 330.00 545.00 5300.00 530.00 545.00 - - 16000 ' 590.00 52,000.00 51,200.00 5200.00 Indiana Trafin Services, LLC 50.065 50.065 50.180 $12.000 51.500 $0.180 $1.000 51.500 $2.000 52.500 53.000 51.500 $2.000 330.000 519,500.00 $19,500.00 518.00 51,200.00. 5150.00 590.00 5100.00. 5150.00 5200.00. 5250.00 51,500.00 51,800.00 . 5200.00 CATEGORY 8A- PAINTED TRAFFIC MARKINGS BIDDER Item T.M. Paint Stop Line, 241N T.M. Paint Yield Line, 12 x 18IN T.M. Paint Yield Line, 18 x 271N T.M. Paint Yield Line, 24 x 361N T.M Paint, Crosshatch Line, Yellow, 4 IN T.M Pain, Crosshatch Line, Yellow, 8 IN T.M Paint, Crosshatch Line, Yellow, 121N T.M Paint, Crosshatch Line, Yellow, 241N T.M Paint, Crosshatch Line, White, 4 IN T.M Paint, Crosshatch Line, White, 8 IN T.M Paint, Crosshatch Line, White, 12 IN T.M Paint, Crosshatch Line, White, 24 IN T.M Paint, Lane Indication Arrow Est. Qty. 100 100 100 100 100 100 100 100 100 100 100 100 5 Unit LFT LFT LFT LFT LFT LFT LFT LFT LFT LFT LFT LFT EACH Alrmarkinq Company. Inc 53.500 53.000 53.000 53.000 50.500 51.000 51.500 53.500 30.500 51.000 51.500 53.500 $50.000 52.000 5350.00 5300.00 5300.00 5300.00 550.00 $100.00 5150.00 $350.00 ' 550.00 5100.00- 5150.00 5350.00 5250.00 Gridlock Traffic Systems, Inc. 54.000 $4.000 54.000 54.000 $0.670 51.330 52,000 54.000 50.670 51.330 52.000 $4.000 5100.000 52.000 5400.00 $400.00 $400.00 5400.00 567.00. 5133.00 5200.00 3400.00 567.00 5133.00 5200.00 $400.00 5500.00 Indiana Traffic Services. LLC 53.000 53.000 53.000 53.000 51.000 52.000 52.500 53.000 $1.000 52.000 $2.500 $3.000 560.000 330.000 530000 5300.00 3300.00 5300.00 5100.00 $200.00 5250.00 5300.00 5100.00 5200.00 5250.00 5300.00 5300.00 CATEGORY 8A- PAINTED TRAFFIC MARKINGS BIDDER Item T.M Paint, Lane Indication Combination Arrow T.M Paint, Fishhook Arrow T.M Paint, Fishhook Combination Arrow T.M. Paint, Word "ONLY" T.M. Paint, Word "STOP" T.M. Paint, Bicycle Lane w arrow T.M. Paint, Parking Stall 'Ts" Black Contrast Marking for Solid Line Black Contrast Marking for Broken Line Line, Remove T.M. Remove Pavement Message Remove Mobilization, Paint TOTAL BID Est. Qty. 5 5 5 5 2 5 5 500 500 500 50 20 2 Unit EACH EACH EACH EACH EACH EACH EACH LFT LFT LFT LFT SYS EACH Alrmarking Company. Inc 366.000 5125.000 3125.000 575.000 575.000 5125.000 525.000 52.000 52.000 31.000 52.000 525.000 5800.000 5325.00. ..5625.00 5625.00 5375.00 5150.00 5625.00 5125.00 $1,000.00 51,000.00 5500.0D 510000. 5500.00 51 600.00 585,998.00 Gridlock Traffic Systems. Inc. 3200.000 5200.000 5200.000 3100.000 5100.000 5200.000 520.000 32.000 52.000 31.000 54.000 525.000 51.000.000 - 51,000.00 51,000.00 $1 000.00 5500.00 5200.00 51,000.00 5100.00 51,000.00 51,000.00 5500,00 3200.00" 5500.00 52000.00 571760.00 Indiana Traffic Services. LLC $80.000 5200.000 3200.000 375.000 3200-000 3150.000 330.000 52.000 52.000 31.000 $2.000 330.000 5500.000 $400.00. 51,000.00 31000.00 5375.00 5400.00 5750.00 5150.00 51,000.00 $1,000.00 ..5500.00. '5100.00 - 5600.00 3100000 556.133.00