Loading...
Hittle Landscaping, Inc/Street APPROVED, AS TO AGREEMENT FOR PURCHASE OF GOODS AND SERVI~E~R~ 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 Hittle Landscaping, Inc. ("Vendor"). TERMS AND CONDITIONS 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. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") described in attached Exhibit A from City budget appropriation number ~5~()4 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 professional and technical standards. PRICE AND PAYMENT TERMS: 3.l Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Seventy-Two Thousand Dollars ($72,000.00). 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 accordance 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. Subject to the above, if the undisputed invoice amount is not paid within thirty (30) days of its receipt by City, then a late charge in a sum equal to one percent (1%) of such unpaid and undisputed invoice amount shall accrue and be due and payable by City to Vendor as a separate debt for each month it remains unpaid. 3.2 Vendor agrees to provide City, in writing, and within fifteen (15) days of City's request for same, with Vendor's estimate ("Estimate") of the total cost for the Goods and Services to be provided by Vendor to City under this Agreement during the time period requested. Vendor agrees not to provide any Goods and Services to City during the time period covered by an Estimate that would cause the total cost of the Goods and Services provided by Vendor to City hereunder during such time period to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess of the Estimate. Hittie Landscaping Street Dept. Hazel Dell Prky 2001 Lawn Maintenance , , WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to the specifications, samples and/or descriptions thereof furnished to Vendor by City and/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. 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. 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. 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. 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. Vendor shall indemnify and hold harmless City from and against any and all 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 shall 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) 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 commemially 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 for 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; (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 shall be liable 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. Hittie Landscaping Street Dept. Hazel Dell Prky. 2001 Lawn Maintenance 10. 11. 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 and reasonably acceptable to City, 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. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all present and future federal, state and local laws, executive orders, mles, regulations and codes which may be applicable to Vendor's pertBrmance 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. NONDISCRIMiNATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all existing and future 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. City reserves the right 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 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. Itlttle Landscaping Street D~pt Hazel Dell Prky 2001 lawn Maintenance 13. 14. 15. 16. 17. 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. RELATIONSHIP OF PARTIES: The relationship of the patties hereto shall be as provided for in this Agreement, and Vendor and all of its officers, employees, contractors, subcontractors and agents are not, and shall not become, employees of City, and the sole responsibility to pay same all statutory, contractual and other benefits shall remain exclusively with Vendor. 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. 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. 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. 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 One Civic Square Carmel, Indiana 46032 ATTN: David Klingensmith, Director of Street Department (with a copy to City Attorney, One Civic Square, Carmel, IN 46032) If to Vendor: Hittie Landscapint, Inc. 17778 Sun Park Drive Westfield, Indiana 46074 ATTN: Ronald Hittle Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within ten (10) business days from the date of such oral notice. Hittie Landscaping Street Dept - Hazel Dell Prky. 2001 Lawn Maintenance 18. 19. 20. 21. 22. TERMINATION: 18.1 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. 18.2 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, 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. 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. 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 Mayor or his duly authorized representative shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Vendor shall 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 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. TERM Subject to the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2001, 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. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a pan of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. Hittie Landscaping Street Dept. Hazel Dell Prky. 2001 Lawn Maintenance 23. 24. 25. 26. 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. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 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 tbxoughout the negotiation of this Agreement. and enter into same freely, voluntarily, and without any duress, undue influence or coercion. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, including, but not limited to, that certain Proposal Package for City Project "Hazel Dell Parkway Maintenance", dated February, 2001, as well as all bid documents, specifications, general conditions, statements, information, proposals, declarations and affidavits set forth therein or pertaining thereto, all of which are incorporated herein by this reference, 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 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. [remainder of page intentionally left blank] }little Iandscapmg Stleet l)ept Hazel [)ell Prky 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 HITTLE LANDSCAPING, INC. By: James Brainard, Presiding Officer Date: Date: -. BB~ate: ATTEST: By: Authorized Signature Printed Name Title FID/SSN: .~,C - Date: .,~ -.~'.- OI LANDSCAPING design Installation grading sod/seeding hydraseeding perennial gardens snow & Ic6 removal City of Camel Street Depa~ tment 211 2 Street S.W. Cannel, In. 46032 Re: Proposal for the Hazel Dell Parkway Lawn Maintenance. Below are the itemized prices for all of the services pertaining to the Hazel Dell Parkway Lawn Maintenance project. , _ Description Unit Cost Amount Mowing and trimming of turf and pickup and removal of litter ( 70 acres ) Fertilization and herbicide application and weed control within turf and mulched areas Mulching all mulched areas with shredded Hardwood amlch. $23 peracre per cutting $186 per acre per season $1.60 per tree (2200 trees) $35 per cu yd (275 yds) t $45,080 $16,520 $9,620 Project Tntal $71,220 317-896-5697 17778 Sun Park Dr ve ~ Fax: 317-896-2471 ---- ~ Department: NOTICE TO BIDDERS City of Carmel, Indiana Street Department 211 2ad St. SW Carreel, IN 46032 Project: Hazel Dell Parkway Lawn Maintenance Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana will receive sealed bids for the above described "Project" at the office of the Clerk Treasurer, One Civic Square, Cannel, Indiana (City Hall) on or before 9:50 a.m. EST, Wednesday, February 21, 2001 and in the Courteft Chambers at the same address between the hours of 9:50 a.m. and 10:00 a.m. EST on Wednesday, February 21, 2001, and commencing as soon as practicable thereafter on the same date such bids will be publicly opened and read aloud in'the Council Chambers of City Hall. No late bids will be accepted. All bids and proposals shall be properly and completely executed on the proposal forms provided with the plans and specifications which will include the non-collusion affidavit as required by the State of Indiana. The bid envelope must be sealed and have the words; "BID-HAZEL DELL PARICvVAY LAWN MAINTENANCE" The Project consists of, but is not necessarily limited to the following: To provide ground care and maintenance for the Ri hts-of-Way, Landscape easements and medians of Hazel Dell Parkway from 96t~ Street to 146th St.. The work includes mowing and trimming of tuff, and pickup and removal of litter, fertilization, herbicide application and chemical control of weeds within tuff and mulched areas along Hazel Dell Parkway. Labor, material and equipment will be supplied by the Contractor. The Contractor shall be responsible to perform all work necessary to achieve the goals set forth herein. Mowing of Pennsylvania Pkwy. from 106th to 116ta may be added to the contract as the road is finished. The same rate of pay for Hazel Dell shall be used to mow Pennsylvania Pkwy. Project manuals must be obtained from the City of Carmel's Street Departanent at the address stated below, upon the payment of $25.00 for each set. City of Cannel Street Department 211 2" St. SW Carreel, IN 46032 (317) 571-2637 Payment must be by check. NO CASH ACCEPTED. Make checks payable to The City of Cannel. All payments and costs of Contract Documents are non-refundable. 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 notarizect Project: Hazel Dell Parkway Landscape Maintenance (Mowing & Trimming) Proposal For Construction of: To provide ground care and maintenance as outlined in these specifications for the Rights-of-Way, Landscape easements and medians of Hazeldell Road from 96~ Street to 146~ St Also Pennsylvania Pkwy. from I06~ St. to I16~ St as the road is completeit The work includes mowing and trimming of turf and pickup and removal of litter. Labor, material and equipment will be supplied by the Contractor. The Contractor shall be responsible to perform all wari~ necessary to achieve the goals set forth herein. The war& shall be done in 2 consecutive days barring inclement weathen Date: To: City of Camel, Indiana, Board of Public Works and Safety 2.1 PART 2 BID PROPOSAL Base Bid The bid price will be calculated on 28 toowings plus the price of chemical and fertilizer treatment. Also, approximately 275 yards of shredded hardwood mulch will be put around trees and roundabouts. The total price will include mowing, chemical and fertiziler treatmere, and the price of laid mulch. 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 descn~x,-'d Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof; which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total ~'~,o 4.~¥~A,~/-t~o~, ,~//,-t Dollars ($ 7//~ze~,~o ). The Bidder acknowledges that evaluation of the lowest Bid shall he based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to he construed as exact or binding. The Bidder ~trther understands that all Work which may result on the Contract shall he compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the mount or quantity of any item of Work to be performed or furnished under the Contract. Below are the itemized prices for all of the services pertaining to the Hazel Dell Parkway Lawn Maintenance project. Description Unit Cost Amount Mowing and trimming of turf and pickup and removal of litter ( 70 acres ) Fertilization and herbicide application and weed control within turf and mulched areas Mulching all mUlched areas with shredded Hardwood mulch. $23 per acre per cutting $45,080 $186 per acre per season $1.60 per tree (2200 trees) $16,520 $35 pcr cu yd (27S yds) $9,620 $71,220 CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) 2. County: 3. Bidder (Firm): Address: City/State: 4. Telephone Number: Date: ~,' 1. Governmental Unit (Owner): 5. Agent of Bidder (if applicable): """"' ::::::7' ' ' ,o ,...,.. ,= ,o ,.. (Governmental Unit) in accordance with plans and specifications prepared by~/~ ~4~c~ ~. ' ~4Zg ~HIc anddated ~/t-/o/ for the sum of 6~ o,, ~ ~. ~..ad ~-~ ~1~ s 76 zza, o o The undersigned furlher agrees to furnish a bond or eeflified check with this bid for an amount specified in the notice of the leffing. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendures aUaehed will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmenta~ Onit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate a~aehment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I.C. 5-16-8-2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. NON - COLLUSION AFFIDAVIT "/""i", ~ The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other mern~r,~ representative, or agent of the firm, company, corporation or partnership represented by him, entered iqt0 aq~; combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief. Dated at ~/~E,%'r~-ELD, ~':'('~,1 STATE OF cou.~ oF (Title) ACKNOWLEDGEMENT ) ss: ) , y s, worn and says that ~e is (Name of 0 n) statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this · county of .es,dence: ¢, Om ACCEPTANCE The above bid is accepted this following conditions: day of ., subject to the Contracting Authority Members: PART II (Complete sections I,I1,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100.000) or more. (IC 36-1-12-4) Governmental Unit: Bidder (Firm) Date: These statements to be submitted u~der oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? When Contract Amount Class of Work Completed Name and Address of Owner 2. What public works projects are now in process of construction by your organization? When to be Contract Amount Class of Work Completed Name and Address of Owner 3. Have you ever failed to complete any work a_warded to your? If so, where and why? List references from private firms for which you have performed work. SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when your could begin work, completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit consider your bid.) ~. II ~ou intend to sublet an~ po~ion of the work, stale lhe n~me and ~ddress o~ e~ch 8ubcontFactor, equipment lo be u~ed b~ the subcontra~o~, ~nd whether Xou expect Io require e bond. Howevefi iI ~ou are unable to cu~rentl~ provide a Ii~ting, please unde~tand, a liBring must be provided prior to conlract approval 3. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing you proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory, Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provieded hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. SECTION IV OATH AND AFFIRMATION I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. By /~t~J(~i~of Organization) (Title of Person Signing) ACKNOWLEDGEMENT STATE OF ~ck,[&,Ll:L, ) kt. ~'-~,~T[L~ being duly sworn, deposes and says that he is (Title) (Name of O~ganization) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this My Commission Expires: County of Residence: Name of Company: Address & Zip: Telephone No.: Fax No.: EXHIBIT B Invoice Date: Project Name: Invoice No: Person Performing Service Service Services Provided Date (Describe in detail in tenth hour units) Hourly one- Rate Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Statutory Limits Employer's 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: $500,000 $500,000 Personal & Advertising Injury Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): $500,000 $500,000 $ 50,000 $ 5,000 Comprehensive Auto Liability Owned, hired and non-owned Bodily Single Limit: injury and property damage each accident $500,000 Umbrella Excess Liability Each occurrence and aggregate $500,000 Maximum deductible $ 10,000 City of Carmel PAGE INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT 35-6000972 ONE CIVIC SQUARE CARMEL, INDIANA 46032 -'ORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER NUMBER THIS NUMBER MUST APPEAR ON INVOICES, NP VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE JRCHASE ORDER DATE 3-5-01 VENDOR DATE REQUIRED REQUISITION NO. VENDOR NO. SHIP TO DESCRIPTION ~11 ~n ONFIRMATION BLANKET CONTRACT QUANTITY I UNIT OF MEASURE PAYMENT TERMS DESCRIPTION FREIGHT I UNIT PRICE I EXTENSION DEPARTMENT SHIPPING INSTRUCTIONS · SHIP PREPAID. · C+O,D, SHIPMENTS CANNOT BE ACCEPTED. · PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. · THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPUSMENT THERETO. DOCUMENT CONTROL NO. 0 121_ 4 PLEASE INVOICE IN DUPLICATE PAv=E.T '] I, ~16, O0 · NP VOUCHSR CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. · IHEREBYC TIFYTHATTHEREISANUNOBLIGATEDEALANCEIN THIS AP~* UFFICIENT TO PAY FO.R THE ABOVE ORDER. ORDERED BY ~ TITLE , CLERK-TREASURER March 16, 2001 Mr. Ronald Hittle HITTLE LANDSCAPING, INC. 17778 Sun Park Drive Westfield, IN 46074 RE: Hazel Dell Parkway Lawn Maintenance Dear Mr. Hittle: On March 7, 2001, 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 attached sample invoice, Exhibit B of the contract. 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. If you have any questions or concerns, please do not hesitate to contact me at 317.571.2413. Sincerely, COPY Carrie A. Gallagher Deputy Clerk-Treasurer Enclosure