Loading...
MR Service Inc. Co/StreetStreet Dept - 2004 Lawn Maint. Hazel Dell Parkway & Pennsylvania Parkway Appropriation #504 P.O.#8212 Contract Not To Exceed $70,950.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ~PPROVED AS TO FORM 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 MR Service Inc ("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of it 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") from Vendor using City budget appropriation number 504 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. 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 Seventy Thousand Nine Hundred Fifty Dollars ($70,950.00) (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 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. 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. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement wilLcogform to the specifications, samples and/or descriptions thereof furnished to Vendor by City and/b~ 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 MR Service Inc. Company Street Dept - 2004 Lawn Maint. Hazel Dell Parkway & Pennsylvania Parkway Appropriation #504 P.O.#8212 Contract Not To Exceed $70,950.00 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 (I0) 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. 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 fights and remedies available to City at law and/or in equity. 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, MR Service Inc. Company Street Dept - 2004 Lawn Maint. Hazel Deli Parkway & Pennsylvania Parkway Appropriation #504 P.O.#8212 Contract Not To Exceed $70,950.00 contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 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, roles, 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. 13. 14. 15. 16. 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. 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 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. 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 law 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 MR Service Inc. Company Street Dept - 2004 Lawn Maint. Hazel Dell Parkway & Pennsylvania Parkway Appropriation #504 P.O.#8212 Contract Not To Exceed $70,950.00 remain in full force and effect. 17. 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 Kligensmith, Director, Street Dept. Douglas C. Haney, City Attorney Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: MR Service, Inc. 5825 E 1000 N Pittsboro, IN 46167 ATTN: Michael Rohlman, President 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 five (5) business days from the date of such oral notice. 18. 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. 19. 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. MR Service Inc. Company Street Dept - 2004 Lawn Maint. Hazel Dell Parkway & Pennsylvania Parkway Appropriation #504 P.O.#8212 Contract Not To Exceed $70,950.00 20. 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 fol' the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2004, 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. 22. 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. 23. BINDING EFFECT The parties, and their respective officers, officials, agents, parmers, 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. 25. 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. 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or identified herein, and those documents contained or identified in that certain Bid and .Proposal Package for that City project entitled "Hazel Dell Parkway & Pennsylvania Parkway Lawn Maintenance", which are incorporated herein by this reference, constitute 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. MR Service Inc. Company Street Dept - 2004 Lawn Maint. Hazel Dell Parkway & Pennsylvania Parkway Appropriation #504 P.O.#8212 Contract Not To Exceed $70,950.00 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 James Brainard, Presiding Officer 7-t ~:~ Cor~ay¢I~ff,~ - / MR SERVI CE, INC. At~hori~ed Sitgnatur~ - Printed Name Title SSN if Sole Proprietor: Date: BIDDER'S ITEMIZEr} PROPOSAl, AND DECLARATIONS City of Carmel~ Indiana £nstructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all ]>arts shall be fully and accurately completed and notarized. Project: Hazel Dell Parkway & Pennsylvania Parkway Landscape Maintenance (Mowing & Trimming & Other MainteuancO Proposal For Construction of: Date: 7,_- ~'~ - o4 To: To provide ground care and maintenance for the Rights-of- Way, landscape easements and medians of Hazel Dell Parkway from 96a' Street to 146e~ Street and Pennsylvania Parlova) front 106a~ Street to 116tn Street in the City of Carmel itt Hamilton Country, Indiana. Such Project work includes mowing and trimming of turf~ laying approximately 300 cubic yards of hardwood mulch, the pickup and removal of litter, fertilization, herbicide application~ chemical control of bagworm insects on trees and shrubs, and the control of weeds within turf and mulched areas along Hazel Dell Parkway and Pennsylvania Parkway. Labor, material and equipment will be supplied by CONTRACTOR. CONTRACTOR shall be responsible for the timely and acceptable perfortnance of all work necessary to accomplish the Project described herein° The same rate of pay shall be used for both Parkways. The Project work shall be performed in two consecutive days, barriug inclement weather. City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: 1.2 Bidder Address: 1.3 1.4 Street Address: 5~u-~ ~ City: ?~:~%~; ~ State:· Phone: B ~ ~ ~,~- ~.& '~ o~, Fax: Zip Code: Bidder is a/an [mark one] Individual · Foreign (Out of State) Corporation __ Partnership 'X/ Indiana Corporation State Indiana L.L.C. __ Joint Venture Other [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's General Corporation Act. See Indiana 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: BID-2 _~ART 2 BID PROPOSAL 2.1 Base Bid The bid price shall be calculated on 28 mowings, plus all chemicals and fertilizer treatment requ/red by the Project~ plus 300 yards of shredded hardwood mulch to put around trees and roundabouts in the Project area, plus 3 spraying treatments to control bagworm insects on affected trees and shrubs, as well as all materials, laborers and ail other personnel and items needed to complete the Project in a timely and acceptable manner. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and all other necessary supphes, and to perform and fulfill all obligations incident the Project in strict accordance with and within the time(s) prov/ded by the terms and conditions of the Contract Documents for the above described Project and Project work, including any and al/addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiphed by estimated unit quantities for such Contract Items, total. ~.~ '.5 -~,e~,~ - ': -- ~ '~ ~ ~-~ Dollars ($_~C.~ ~C', ~,x_ ). The B~dder acknowledges that evaluation of the lowest bid shall be based on such bid price and further acknowledges that the unit quantities listed in Part 3 o£this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands and agrees that all Project work under the Contract shall be compensated for on a Unit Pr/ce basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item o£Project work to be performed or furnished under the Contract. BID-3 PART 3 EXCEPTIONS Instructions To Bidders: 3.1 The Bidder shall fully state each exception taken to the Specifications and/or other Contract Documents. 3.2 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. 3.3 Exceptions: BID-4 4.1 PART 4 FINANCIAL STATEMENT The attachment of a Bidder's financial statement is mandatory. Any Bid submitted without an acceptable financial statement shall thereby be rendered invalid. The financial statement provided heretounder, be deemed "acceptable" by Owner, must be specific enough in detail so that Owner can make a proper determination of Bidder's capability for completing the Work/Project, if awarded~ and must contain the information requested on State Board of Accounts Form #96, entitled "Contractors Bid for Public Works" BID-5 5.1 5.2 PART S ADDITIONAL DECLARATIONS Bidder certifies for itself and for all of its subcontractors, employees and agents that all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work conten~plated by the Contract with respect to hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, rehgion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status will be strictly followed. The Owner reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated against. Bidder certifies that it has thoroughly examined the site of the Project/Work and informed itself fully regarding all conditions under which it will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing site conditions. Bidder farther certifies that it has thoroughly reviewed the Contract Documents, including all Addenda thereto, and has had the oppormrfity to ask questions, obtain legal counsel and receive all necessary clarifications concerning same, prior to executing the Contract Documents, or any of them. BID-6 PART 6 NON-COLLUSION AFFIDAVIT The individual(s) executing this Bid Proposal, being first duly sworn, upon their oath, now depose and state that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid by another person, or (ii) to prevent any person from bidding, or (iff) to induce a person to refrain from bidding; and that this Bid Proposal is made and submitted by Bidder without reference to any other bids and without agreement, understanding or combination, either directly or indirectly, in any way or manner whatsoever, with any person or persons regarding or with reference to such bidding or Bid Proposal. PART 7 SIGNATURES [Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution of each and every part of this Itemized Proposal and Declarations document. SIGNATURE MUST BE PROPERLY NO TARIZED.J Title: STATE OF Jmp. ortant - Notary Signature and Seal Required in the Space Below SS: Subscribed ~d swo~l to before me this f ~' day of ~O~g~x'~'t~;='~,'bT.)~ ,20 ,~*~'. My con~ission expires: 0 ~'. ~?;~k" (Si~ed) ,~.~,~r..~,b Residing in ComW, State of BD-7 BID BOND City of Carmel Instructions To Bidders Bidders may use this form or another form containing the same material conditions and provisions as approved in advance by O WNER/Obligee. Bidder/Surety must attach a signed, certified and effective dated copy of the Power of Attorney or Attorney-In-Fact establishing the authority of the person(s) signing this Bid Bond on behalf of the Surety. Surety company executing this bond shall appear on the most current list of "Surety Companies Acceptable on Federal Bonds," as specified in the U.S. Treasury Department Circular 570, as amende& and be authorized to transact business in the State of Indiana. KNOW ALL MEN BY THESE PRESENTS, that the undersigned "Bidder": [Name] [Address] "Surety": a corporation chartered and of Indiana, existing under the laws of the State of , and authorized to do business in the State are held and firmly bound unto the City of Carmel, Indiana ("Obligee") in the full and just sum equal to Five percent ~%) of the price stated in the Bid Proposal described in Part 2, including accepted alternates, if any, to be paid upon demand of the Obligee, together with interest at the maximum legal rate from date of demand and any attorney fees and court costs incurred by Obligee to enforce this instrument, to wh/ch payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally and thinly by these presents. Five percent (5%) of the price stated in the Bid Proposal is WHEREAS, the Obligee has solicited Bids for certain Work for or in furtherance of construct/on of public improvements described generally as Hazel Dell Parkway & Pennsylvania Parlovay Landscape Maiutenance (Mowiug & Trimming & Other Maintenance) pursuant to plans, specifications and other "Contract Documents" included as parts of and designated by such solicitation; and BB-1 WHEREAS, the Bidder has submitted to the Obligee a Bid Proposal to perform such Work. NOW THEREFORE: The conditions of th/s obligation are such that if the Bid Proposal be accepted, with or w/thout conditions, the Bidder shall within such time thereafter as prescribed by the Contract Documents (i) fulfill all conditions of such award that remain to be fulfilled, (ii) execute a Contract in accordance with the Bid Proposal and in the form and manner required by the Contract Documents, and (ii/) thereafter provide all bonds, and all other documentation required by the Contract Documents to be delivered to Obligee prior to commencing Work, including vn2hout liruitation a sufficient and satisfactory Performance Bond and Payment Bond payable to Obligee, each in an amount of one hundred percent (100%) of the total Contract price as awarded and fix form and with surety satisfactory to said Obligee, then this obl/gation to be void; otherwise to be and remain fix full force and virtue fix law, a~d the Surety shall, upon failure of the Bidder to comply with any or all of the foregofixg requirements within the time specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon demand, the amount hereof, fix good and lawful money of the United States of America, not as a penalty, but as liquidated damages. IN TESTIMONY THEREOF, the Bidder and Surety have caused this instrument to be duly signed and sealed this day of ,20__. This Bid Bond shall bind the undersigned Surety whether or not it is also signed by the Bidder. By: ~,,~-,~ ~.,k,..~.-~,lvae~'[~--~ By: Phnted: f~.~,~.k~- '~.o b.k~-~,\~) Printed: Countersigned: BB-2