Loading...
T & R Pavement MarkingsAGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby made and entered into by and between the City of Carreel, Indiana, acting by and through its Board of Public Works and Safety, ("City") anda' & g t'ava,ua. Yankin~("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same and/or its provision of any goods and/or services ("Goods and Service" hereunder shah constitute Vendor' s acceptance of all of the Agreement's terms and conditions. PERFORMANCE: City agrees to purchase the Goods and Services described in attached E,,dqibit A, which xs incorporated herein by this reference, and Vendor agrees to provide same and to otherwise perform the requirements of this Agreement and to execute its responsibilities hereunder by following and applying at all times the highest professional and technical guidelines and standards. PRICE AND PAYMENT TERMS: The total price for the Goods and Services contemplated herein shah be no more than $ l%~qo.q? . Vendor sha~l submit an invoice to City no more than once eve~ 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 thirty (30) days at~er 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 accordance with the specifications set forth in Exhibit A. Vendor has otherwise pertbrmed and satisfied all the terms and conditions of this Agreement. Subject to the above. if the undisputed invoke mount is not paid within thirty (30) days of its receipt by City, Vendor shah so notify City. If such amount as is not disputed is not thereafter paid within ten (10) business days from the date such notice is received by City, then a late charge in a sum equal to one percent (l%) of such unpaid and undisputed invoice amount shah accrue and be immediately due and payable by City to Vendor as a separate debt for each month it remains unpaid. In the event an invoke amount is disputed, City shah so notify Vendor. If such dispute is not resolved to City's satisfaction within ten (10) business days"a'l'~notice of such dispute is given. City shah pay such amount as is in dispute, under protest, into the Cannel City Court, which court shah hold such monies until provided with a settlement agreement signed by both parties hereto or a final judgment has been entered thereon. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to the specifications, drawings, samples, instructions, directions and/or descriptions thereof furnished to Vendor by City ands'or by Vendor to and accepted by City, that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. In addition, Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services covered by this Agreement have been selected and provided by Vendor based upon City' s stated use and will be fit and sufficient for the particular purposes intended by City. 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 therealter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. PRICE TERMS: All of the prices, terms and warranties granted by Vendor herein are at least as favorable to City as those offered by Vendor to other customers purchasing the same or similar Goods and Services under the same material terms and conditions. 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. Prior to and with 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 Goods and Services. FORCE MAJEURE: Any delay or failure of either party to perform its obligations hereunder shall be excused if. and to the extent, that it is caused by an event or occurrence beyond the reasonable control of the party and without its fault or negligence, such as, by way of example and not by way of limitation, acts of God, actions by any govermnental authority (whether valid or invalid), court injunction, fires, floods, windstom, explosions, riots, natural disasters, wars or sabotage; provided that notice of such delay (including the anticipated duration thereof) is given by the affected party to the other party within five (5) business days after discovery of the cause of such delay. During the period of such delay or failure to perform by Vendor, City, at its sole option, may purchase some or all of the same or similar Goods and Services from other sources and reduce those Goods and Services provided by Vendor hereunder by such quantity, without liability to Vendor. or have Vendor provide the Goods and Services from other sources in quantities and at times requested by City and at the price set forth in this Agreement. 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 aRer the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond. all at 10. 11. Vendor's sole cost and expense. Vendor shall indemnify and hold harmless City from and against any and aH liabilities, losses, claims, costs and expenses, including, but not limited to, attorney fees incurred by City in connection with any such lien and/or the removal thereof. This indemnification obligation shah survive the termination of this Agreement. 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) fhHs to provide the Goods and Services as specified herein; (c) falls 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, files, or has filed against it, a petition in bankruptcy, for receivership or other insolvency proceeding, makes a general assignment for the benefit of creditors or, if Vendor is a partnership or corporation. dissolves, each such event constituting an event of default hereunder, City shall have the fight to (l) terminate all or any parts of this Agreement, without liability to Vendor; (2) obtain, upon such terms and in such manner as City deems appropriate in its sole discretion,. the same or similar Goods and Services which were to be provided to City by Vendor, and Vendor shah be Hable to City, for any excess costs of the City in obtaining same; and (3) exercise any other rights or remedies as are available to City at law and/or in equity. INSURANCE AND INDEMNIFICATION: Vendor shah procure and maintain in full force and effect during the term of this Agreement, v~ith an insurer licensed to do business in the State of Indiana and reasonably acceptable to City. such insurance as is necessary for the protection of City and Vendor from any and aH claims for damages or otherwise under any workers' compensation. occupational disease andjot unemployment compensation act; for bodily injuries including, but not limited to, personal injury.. sickness. disease or death of or to any and all of Vendor's agents, officers, employees~ contractors. subcontractors and other persons; because of any injury to or destruction of property, including, but not limited to. loss of use resulting therefrom; or, otherwise. The coverage amounts shah be no less than those amounts set forth in attached Exhibit C, which is incorporated herein by this reference. Vendor shah cause its insurers to name City as an additional insured on all insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shah provide that such insurance policies shall not be canoeled without thirty (30) days prior notice to City. Vendor shall indemni~,.' and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not lardted 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, Vendor's use of City property., or otherwise. except for such liabilities, claims or demands that arise directly and solely out of the negligence of City. 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 andjot of any of Vendor's agents, officers, employees, contractors. subcontractors and other persons in the performance of this Agreement, or otherwise. These indemnification obligations shah survive the termination o f this A~eement. 12. 13. 14. 15. 16. 17. 18. SETOFF: In addition to any fight of setoff provided by law, all amounts due Vendor shall be considered net of indebtedness of Vendor to City; and City may deduct any amounts due or to become due from Vendor to City ~:om any sums due or to become due from City to Vendor hereunder. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all present and future federal, state and local laws, executive orders, rules, regulations, codes and ordinances 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 tiom any such violation of such laws, orders, rules, regulations, codes and ordinances. This indemnification obligation shall survive the termination of this Agreement. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors. subcontractors and other persons shall comply with all existing and future laws of the United States, the State of Indiana and City prohibiting discrimination agaimt any employee. applicant for employment or other person in the provision of any Goods and Services provided by this Agreement, with respect to the hire, tenure, terms, conditions or privileges of emplo,~ment and to any other matter directly or indirectly related to employment or subcontracting because of race. religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. City reserves the fight to collect a penalty as provided in IC 5-16-6-1 for any person so discriminated against. NO IMPLIED WAIVER: The failure of either party at any time to require performance by the other of any provision of this Agreement shall in no way affect the fight of such party. to require such performance at any tirne thereafter, nor shall the waiver by an.v party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision thereof. NON-AS SIGNMENT: 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. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and Vendor and all of ks officers, employees, contractors, subcontractors, agents and other persons are not and shall not become employees of City, and the sole responsibility to pay to or for same all statutory, contractual and other benefits shall remain exclusively with Vendor. The contract price set forth herein to be paid hereunder by City to Vendor shall be the edll and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed b~ the laws of the State of Indiana, except for its conflict of laws provisions. The parties flirther agree that, in the event a lawsuit is filed hereunder, they waive any rights to a jury trial they may have. agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only. and agree that such court is the 19. 20. 21. 22. appropriate venue for and has jurisdiction over same. 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 necessazy to comply with such statute, regulation, ordinance, order or role, and the remaining provisions of this Agreement shall remain in full force and effect. NOTICE: Subject to paragraph 21 hereinbelow, 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 One Civic Square Carreel, Indiana 46032 ATTN: (with a copy to City Attorney, One Civic Square, Carreel, IN 46032) If to Vendor: Notwithstanding the above, notice of termination under paragraph 21 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within three (3) days from the date of such oral notice. TERMINATION: 21.1 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 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. 21.2 Either party hereto may terminate this Agreement at any time upon thirty (30) days prior notice to the other party. 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. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons or entities executing this Agreement have the authority to bind the party which they represent. 23. 24. 25. 26. 27. 28. 29. ADDITIONAL GOODS AND/OR SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and/or services to City. When City desires additional goods and/or services from Vendor, the Mayor or his duly authorized representative shall notify Vendor of such additional goods and/or services desired, as well as the time frame in which same are to be provided. Vendor shah then provide, at no cost to City, an estimated cost for such additional goods and/or services, as well as the date by which same will be provided to City. Only after City has approved Vendor' s time and cost estimate for the provision of such additional goods and/or services shah Vendor be authorized to provide same, the identification of which shall be set forth in documents which shah be numbered and attached hereto in the order they are approved by City. TERM Subject to the termination provisions set forth in Paragraph 21 hereinabeve, this Agreement shall be in effect from the Effective Date through December 31, 2000, and shall, on the first day of each January thereaRer, automatically renew for a period of one (I) calendar year, unless otherwise agreed by the parties hereto. 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. BINDING EFFECT City and Vendor, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to this Agreement and to such other party's officers, officials, agents, partners, successors, assigns and legal representatives in all respects as to aH covenants, agreements and obligations of this Agreement. NO THIRD PARTY BENEFICIARIES Nothing contained herein shah be construed to give any fights or benefits hereunder to anyone other than City or Vendor. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, are fully aware of their respective fights, have had the opportunity to obtain the advice and assistance of an attorney throughout the negotiation of this Agreement, and enter into this Agreement freely, voluntarily, and without any duress, undue influence, coercion or promise of benefit, except as expressly set forth herein. 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 hereoK 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 19 hereof, to the extent any term or condition contained in any e.,d~ibit attached to this Agreement conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail, unless the parties hereto, or their successors in interest, expressly and in writing agree otherwise. This Agreement may only be modified by written amendment executed by both parties hemto, or their successors in interest. [remainder of page intentionally let~ blank] IN WITNESS WHEREOF, the parties hereto have made and executed this Agreemere as follows: CITY OF CARMEL, INDIANA by and through its Board of public Works and Safety T & R Pa~tu~L Yeakings, :LrC. James Brad, Presiding Officer By: Signature Printed Name Title ATTEST: EXHIBIT "A" CITY OF CARMEL STREET DEPARTMENT 211 2~r° St. S. W. Carmel, IN 46032 (317) 571-2637 May 24, 2000 The City of Carmel, Street Department is soliciting quotes for the following re~ectorized applied thermoplastic. A list of streets and specifications may be obtained at the Cannel Street Department, 211 2"a St. S.W., CarmeL1N. Some heavily traveled roads need to be marked as soon as poss~le after paving. The rest need to be completed by September 30, 2000. All streets will be property cleaned before applying materials. All materials shall comply with current Indiana State Highway Standard specifications for materials supplied and for applications of materials, All markings shall comply with the Indiana Manual on Uniform Traffic control Devices unless otherwise specified. Quoter is to furnish all equipmere and personnel as required to process and apply materials. All traffic control will be the respons~ility of the quoter. All double yellow lines will be a 4" line x 4" space x 4" line unless otherwise stated. Upon acceptance by the City of Carmel, a performance bend equal to one hundred (100%) of the bid will be required before work begins. An agreement of conditions shall be signed by the accepted bidder. Please gad your quote to Carmel Street Department, 211 2~a St. S. W., Carmek 1N 46032. Please respond by June 6, 2000. There will be no work done without first contacting the Carreel Street Commissioner for approval of dates and times. All th~uuoplastic ~vork is estimated - quantities could vary. EXHIBIT "A" 2000 PAVEMENT MARKINGS OUANTITY ESTIMATE DESCRIPTION 4" double yellow solid 4" white solid 4" skip white 8" solid yellow 24" stop bars Turn arrows OUANTITY 14,o9o L.F. UNIT PRICE $ 0.43 23,810 L.F. $ 0.22 226 L.F. (actuaI tet to be painted) $ 0.22 1,910 L.F. $ 0.85 183 L.F. $ 3.25 10 ea, $ 45.00 "ONLY" s 8 ea. $ 50.00 12" Crosshatch 825 L.F. $ 1.25 6" Crosswalk 306 L.F. $ 0.80 AMOUNT $ 6,058.70 $ 5,238.20 $ 49.72 $ ' 1,623.50 $ 594.75 $ 450.00 $ 400.00 $ 1,031.25 $ 244.80 $ 15,690.92 TOTALAMOUNT EXHIBIT "A" 2000 THERMOPLASTIC 136m St. from Gray Rd. east to Hazel Dell Pkwy. 4,640 L.F. double yellow solid 4" 9,280 L.F. solid white 4" edgeline 11 L.F. 24" stop bar at Gray Road 300 L.F. solid white 4" 126th Street fi'om Hazel Dell Pkwy west 1,120' 1,120 L.F. double yellow solid 4" 2,240 L.F. solid white 4" edgeline 126th Street from S. R. 431 west 2,800' 2,800 L.F. double yellow solid 4" 5,600 L.F. solid white 4" edgeline 38 L.F. 24" stop bar at Auman Drive(3 locations) 106m Street from S. R. 431 east to Haventick Road 4,000 L.F. double yellow solid 4" 5,000 L.F. solid white 4" edgeline (where them is no curb) 26 L.F. 24" stop bar at Lakeshore Drive East 104 L.F. 6" crosswalk at Lakeshore Drive East 52 L.F. 6" crosswalk at LaSalle 5. Executive Drive from Camel Drive to entrance to Kroger 1,450 L.F. double yellow solid 4" EXHIBIT "A" P~e2 6. 136m Street from S. R. 431 west to bridge 80 L.F. double yellow solid 4" 1,390 L.F. solid white 4" 1,910 L.F. solidyellow 8" 226 L.F. skip white 4" 825 L.F. solid yellow crosshatch 12" 8 lefttumarcows 2 right turn arrows 8 "ONLY" 108 L.F. stop bar 24" 150 L.F. 6" crosswalk EXH:I:B:!:T C iNSURANCE COVERAGES Workers Compensation and Disability Statutory Limits Employers Liability: Bodily Injury by Accident: Bodily Injury by Disease: Bodily Injury by Disease: 100,000 each accident 500,000 policy limit 100,000 each employee Property Damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: $2,000,000 $2,000,000 Personal & Advertising Injury Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): $1,000,000 $1,000,000 $ 50,000 $ 5,000 Comprehensive Auto Liability Owned, hired and non owned Bodily Single Limit: Injury and property damage each accident $1,000,000 Umbrella Excess Liability Each occurrence and aggregate Maximum Deductible Professional Responsibility Insurance: Per Occurrence: Aggregate: $2,000,000 $ 10,000 $1,000,000 $1,000,000 ACORD...CERTIFICATE OF';LIABILIT.Y iNSURANCE PROb~N (~'12)~8-1414 FAX (812)2~2-9655 Sycamore Agency, Inc. P.O. Box 1488 999 Ohio Street Terre Haute, IN 47808 A~n: Marianne Hays mSUREDT & R Pavement Marking5 Inc. P.O. Box 2889 Indianapolis, IN 46206 Ext: 152 06/08/2000 THiS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY American States Insurance Co. A COMPANY Employers Security Ins Co, B C COMPANY D THIS IS TO CERTIFY T~T TH~ POLICIES OF INSU~CE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ~Y CONTACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THiS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSU~NCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CO TYPE OF INSURANCE POLICY NUMBER LTR GENERAL LIABILitY' X COMMERCIAL GENERAL LIABILITY A i!:' CLAIMSMADE X oCcuR OiCE068649_4 X X,C,&U X ~0NT~gUAL A 01CE068649-4 EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDPfY) DATE (MM/DD/YY) 07/11/1999 07/11/2000 07/11/1999 07/11/2000 LIMITS GENERAL AGGREGATE $ 2000000 PRODUCTS-COMP/OPAGG $ 2000000 PERSONAL&ADVINJURY $ 1000000 EACH OCCURRENCE $ 1000000 FIRED~M~GE(~nyOne~re) $ 50000 MEDEXP(Anyoneperson) $ 5000 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per pemon) $ BODILY INJURY $ (Per accident) PROPERI't' DAMAGE $ GARAGELI~J~ILITY AUTOONLY-EAACCIDENT ~ $ EACH ACCIDENT $ EXCESS LIABILITY ' EACH OCCURRENCE $ 2 ~ 000 ~ 000 B X UMBRELLAFORM BINDER 07/11/1999 07/11/2000 AGGRESATE S 2,000,000 WC0000069203 07/11/1999 07/11/2000 EL EACH ACCiDENT $ 500000 8 THE PROPRIETOR/ iNCL ELDISEASE-POLICYLIMIT $ 500000 OFFICERS ARE; EXCL EL DISEASE - EA EMPLOYEE $ 500000 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLEBIEPECIAL ITEMS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE iSSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRIllrEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Carme] BUTFAILURETOMAILBUCHNOTICESHALLIMPOSENOOBLIGATIONORLIARILITY 211 2nd St, SW OFANYKJNDUPONTHECOMPANY, ITSAGENTBORREPRESENTATIVES. IN460 2 AUTNOR EBREPR..TATIVE Douglas Grim/3LM CARMEL STREET DEPARTMENT 211 2ND STREET S. W. CARMEL, INDIANA 46032 (317) 571-2637 Date: June 12, 2000 To: From: Carrie Gallagher DavidKlingensmith Street Commissioner Re: Board of Works Agenda June 21, 2000 Please place the following on the agenda for the June 21 meeting: Contract signing T & R Pavement Markings 2000 Thermoplastic Program Attached is a copy of the letter we sent out inviting quotes, and the low quote. Doug Haney has the original contract and will forward to you upon approval. Let me know if you have any questions. CARMEL STREET DEPARTMENT 211 2ND STREET S. W. CARMEL, INDIANA 46032 (317) 571-2637 June 12, 2000 Board of Public Works and Safety Re: 2000 Thermoplastic Quotes The Carreel Street Department solicited quotes for our 2000 Re~ectorized Applied Thermoplastic. The price quoted by T & R Pavemere Markings, P. O. Box 2889, Indianapolis, IN 46206, was the lowest at $15,690.92. Contract will be presented for your approval at the June 21, 2000 Board of public Works and Safety Meeting. Please feel free to contact me if you have any questions. Thank you . ~ , ~ /~' CITY OF CARMEL STREET DEPARTMENT 211 2~° St. S. W. Camel, IN 46032 (317) 571-2637 May24, 2000 The City of Camel, Street Department is soliciting quotes for the following reflectorized applied thermoplastic. A list of streets and specifications may be obtained at the Carreel Street Department, 211 24 St. S. W., Carreel, IN. Some heav~y traveled roads need to be marked as soon as poss~le after paving. The rest need to be completed by September 30, 2000. All streets will be property cleaned before applying materials, All materials shall comply with current Indiana State Highway Standard specifications for materials supplied and for applications of materials. All markings shall comply with the INdiana Manual on Uniform Traffic control Devices unless otherwise specified. Quote is to furnish all equipmere and personnel as required to process and apply materials. All traffic control will be the respons~ility oftl~ quoter. All double yellow tines will be a 4" line x 4" space x 4" line unless othemise stated. Upon acceptance by the City ofCarmel, a performance bond equal to one hundred (100%) of the bid will be required before work begins. An agreement of conditions shall be signed by the accepted bidder. Please send your quote to Carmel Street Department, 211 2"d St. S. W., Cannel IN 46032. Please respond by June 6, 2000. There will be no work done without first contacting the Carreel Street Commissioner for approval of dates and times. All theffctoplastic work is estimated - quantities could vary. EXHIBIT "A" 2000 PAVEMENT MARKINGS OUANTITY ESTIMATE DESCRFFION 4" double yellow solid 4" white solid 4" skip white 8" solid yellow 24" stop bars OUANTITY 14,090 L.F. UNIT PRICE $ 0.43 23,810L.F. $ 0.22 226 L.F.(actualfeettobe paimed) $ 0.22 1,910 L.F. $ 0.85 1~ L.F. $ ~.25 10ea. $ 45.00 "ONLY" s 8 e~L $ 50.00 12" Crosshatch 825 L.F. $ 1.25 6" Crosswalk 306 L.F. $ 0.80 AMOUNT $ 6,058.70 $ 5,238.20 $ 49.72 $ '* 1,623.50 $ 594.75 $ 450.00 $ 400.00 $ 1,031.25 $ 244.80 $ 15,690.92 TOTALAMOUNT July 7, 2000 Mr. Theodore M. Ottesen, IIi T & R PAVEMENT MARKINGS, INC. P.O. Box 2889 Indianapolis, IN 46206-2889 Dear Mr. Ottesen: On June 21, 2000, the Board of Public Works and Safety approved a contract to do business with your company. Enclosed is a fully executed copy of the Agreement for your records. Please review the enclosed sample invoice (Exhibit B). You do not need to use this specific form, but we require you to submit the requested information in a similar layout. This format replaces any other form previously used by the City and is effective upon approval of your contract. Please do not hesitate to contact me at 317.571.2413 if you have any questions or concerns. Sincerely, COPY Cartie A. Groce Deputy Clerk-Treasurer Enclosure cc: David Klingensmith Street Department