Loading...
T & R Traffic Services/StreetsT & R Traffic Services ' : Street Dept. - 2005 Appropriation # 503 P.O.# 1720 Contract Not To Exceed $42,896.33 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES 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"), an'd T & R Traffic Services ("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 conditi0hs. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Se{vices") fi'om Vendor using City budget appropriation number 503 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 Forty-Two Thousand Eight Hundred Ninety-Six Dollars and Thirty-Three Cents ($42,896.33)(the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided'to. City within such time period. City Shall pay Vendor for such Goods and Services within sixty (60) da3$s 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 wi[h 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 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. T & R Traffic Services Street Dept. - 2005 Appropriation # 503 P.O.# 1720 Contract Not To Exceed $42,896.33 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. 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 plt[ced 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. 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 V6ndor'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 T & R Traffic Services Street Dept. - 2005 Appropriation#503 P.O.# 1720 Contract Not To Exceed $42,896.33 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. 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. 13. 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. 14. 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. 15. 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. 16. 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. T & R Traffic Services Street Dept. - 2005 Apprgpriation#503 P.O.# 1720 Contract Not To Exceed $42,896.33 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, retm'n 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, Dotlglas C. Haney, City Attorney Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: T & R Traffic Services P.O. Box 592 Greenfield, IN 46140 ATTN: Tim Otten 18. 19. NOtwithstanding the above, notice of termination under paragraph 18 hereii~below 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. 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 defaull~ 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 amoun( 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. T & R Traffic Ser:~ices Street Dept. - 2005 Appropriation#503 P.O.# 1720 Contract Not To Exceed $42,896.33 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 Xfiendor'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. 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, 2005, 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 Ali 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, partners, successors, assigns and legal representatives, are bound 1o the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreemen~t. 24. 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 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 ex_tent 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. T & R Traffic Services Street Dept. - 2005 Appropriation # 503 P.O.# 1720 Contract Not To Exceed $42,896.33 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: ~nes Brainar~t2.Presiding Officer Date: M~ry A~n-Bu'rkeoIVi~e'"~l~er Date:/. Loft ~atson, Member Date: ATTEST: Date: T & R Traffic Services P.O. Box 592 Greenfield, 1N 46140 By: Authorized Signature Printed Name Title SSN if Sole Proprietor: Date: CITY OF CARMEL STREET DEPARTMENT 3400 W. 131st Street Westfield, IN 46074 (317) 733-2001 June l4,2005 The City of Carmel Street Department is soliciting quotes for the following refiectorized applied thermoplastic and state specification fast dry paint. A list of streets and specifications may be obtained at the Carmel Street Department, 3400 W. 131st S. treet, Westfield, IN 46074. Some heavily traveled roads need to be marked as soon as possible after paving. The rest need to be completed by September 30, 2005. All streets will be properly 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 equipment and personnel as required to process and apply materials. All traffic control will be the responsibility of the quoter. All double yellow lines will be a 4" line x 4" space x 4" line unless otherwise statedl Upon acceptance by the City of Cannel, a performance bond equal to one hundred (100%) of the bid will be required before work begins. The successful quote will be required to sign a Goods and Services contract (sample enclosed). Please send your quote to Carmel Street Department, 3400 W. 131st Street, Westfield, IN 46074. Please respond by June 27, 2005. There will be no work done without first contacting the Carmel Street Commissioner for approval of dates and times. All thermoplastic work is estimated - quantities could vary. o Thermo lastic 2005 GUILFORD RD. 53 1.f. of 24" Stop bars 665 1.f. of 4" white turn lanes 2 combination straight and right turn arrows 2 left turn arrows 1,680 1.f. of 4" double yellow 340 1.f. of 4" skip yellow 3,030 I. f. of white edge line CONGRESSIONAL BLVD. 105 1.f. of 24" stop bars 130 1.fi of 6" crosswalk 128 1.f. of 12" crosshatch 117'" STREET 32 l.f. of 24" stop bars COLLEGE DR. 110 l.f. of 24" stop bars 100 l.f. of 6" crosswalk 80 1.f. of 12" crosshatch MEDICAL DR. 2,6251.f. of 4" double yellow 1 .stop bar 15'L x 24" w 1 crosswalk 106 1.f. of 6" lines 6ft wide 136th ST. FROM RANGELINE RD. TO PRO MED LN. (SMOKEY ROW RD.) 3,711 1.f. of 4"double yellow 7,425 1.fi of 4"white edge lines ]2 1.f. df '24" stop bar 2 ped xing 48 1.f. of 12" white bars( at ped xing) 40 l:fi of white 24" crosswalk bars 20 diamonds 18 white reflectors MERCHANTS SQ. 664 l.f..0f4,'double yellow 34 l.f. Of 24" stop bar 1 left mm arrow 1 combination straight and right arro .ws 50 1.f. of white lane divider MAIN ST. FROM RANGELINE RD. 4Tn AVE. SW 950 1.f. of 4" double yellow 40 1.f. of 4" white lane divider 50 1.f. of 12" ped xing bar 29 T bar parking spaces, 24'spaces 8'L x 24"T x 6" line 12 L bar parking spaces 8'L x 12'? (L) 6" line 2 ped-xing 18 dimnonds 12 white reflectors 9. CHERRY TREE RD. FROM AVIAN WAY TO COOPERS HAWK DR. 485 1.f. of 4" double yellow 1,076 1.f. of 4" white edge line 135 1.f. of 6" crosswalk ' 24 1.f. of 24" stop bar '10.3m) AVE. SW FROM RUNYON'S NORTH TO MEDIAN 1,82.3 1.f. of 4" double yellow 3,646 1.f. of 4" white edge line 11 .3aD AVE. SW,.611 3m) AVE. SW TO 2ND ST. SW 75 1.f. of 4"skip white (actual feet to be painted) 1,403 1.f. of 4" double yellow 3,250 l.f. of 4" white edge lines 11 1.fi of 24" stop bar 12.3al~ AVE. SW AT CITY CENTER DR. (EXTRA, OVERLAY) 163 l.fof24" stop bar 642 l.f. of 6" crosswalk 4 Only's 4 left turn arrows "EXHIBit' 13.SMOKEY ROW RD. FROM N. RANGELINE RD. EAST TO BRIDGE 880 1.f. of 4" double yellow 1760 1.f. of 4" white edge line 12 l.f. of 24' ~top bar 14.106TM ST. FROM ItAVERSTICK RD. TO GRAY RD. 5,054 l.f. of 4" white edge line 915 1. f. of 4" double yellow 800 1.fi of 4" skip & 4"solid yellow 175 1.f. of 4" skip yellow 12 1.f. of 24" stop bar 121 1.f. of white lane dividers 15.TOWNE RD. SOUTH OF 126'" ST. TO 116TM ST. 225 1.f. of 4" skip yellow ( actual feet to be painted) 3,372 l.f. of 4" skip & 4" Solid yellow 700 l.f. of 4" white lane dividers 8,608 l.f. of 4" white edge lines 16.121s* ST. FROM BOONE COUNTY LINE TO SHELBORNE RD. 1,075 1.f. of 4" double yellow 2,575 l.f. of 4" skip & solid yellow 425 l.f. of skip yellow (actual feet to be painted) 10,700 1.f. of 4" white edge lines 17.SHELBORNE RD. BY SCHOOL 1,300 1.f. of 4" double yellow 1,900 1.f. of 4" white edge lines 300 1.f. of 4"white lane divider 18.HAZEL DELL PKWY. AT 96TM ST. EASTBOUND TURNS ONTO 96TM ST. 37 1.f. of 4" skip yellow (actual feet to be painted) 40 1.f. of 4" skip white (actual feet to be painted) note; yellow is center of road marker, and the white is a lane divider. Both are to make the turn from south bound Hazel Dell to eastbound 96th St. to keep you in the proper lane. 19.126th ST W. OF GRAY RD. 2 right turn arrows 20nly's 2 straight arrows 395 1.f. of 4" solid white 200 l.f. of 4" double yellow 625 1.f. of 4" solid yellow 312 1.5 of 12" yellow crosshatch "EXHIBIT Contracted Street Painting 2005 1. 141sT ST. FROM SPRINGMILL RD. TO WEST RD. 2,400 1.f. of 4" double yellow 6,200 l.f. 0f 4". skip & solid yellow 1,500 1.f. of 4" skip yellow (actual feet painted) 2. 131sT ST. FROM 1~400' EAST OF TOWNE RD. & CLAY CENTER RD. TO SPR!NGMILL RD. .3~810 l.f. of 4" double yellow 1~230 1.f. of 4" skip & so!id yellow 450 1.fi of 4" skip yellow (actual feet painted) 13,680 l.f. of 4" white edge lines 3. CLAY CENTER RD. FROM 116TM ST. TO 131sT ST. (COULD SKIP) 2,250 1.f. of 4" double yellow 2,085 1.f. of 4" skip & solid yellow 450 1.fi of 4" skip yellow (actual feet painted) 4. HOOVER RD. FROM 116TM ST. TO END 2,385 l.f. of 4" skip & solid yellow 1,500 1.f. of 4" double yellow 5. SIX POINTS RD. FROM 131s* ST. TO 136TM ST. 400 l.f. of 4" double yellow 1,150 1.f. of 4" skip & solid yellow 250 1.f. of 4" skip yellow (actual feet painted) 6. WEST RD. FROM 121sT ST. TO 146TM ST. 9,100 1.f. of 4" double yellow 1,275 llf. of 4" skip & solid yellow 750 1.f. of 4" skip yellow (actual feet to be painted) 7. DITCH RD. FROM 141sT ST. TO 146TM ST. 5,!25 1.f. of 4" white edge lines "EXHIBIT 8. SPRINGMILL RD. FROM 116TM ST. NORTH TO DORSETT LIFT STATION (COULD BE SKIPPED) 2,200 l.f. of 4" double yellow 1,600 1.f. of skip &solid yellow 345 1.5 of 4" skip yellow (actual feet painted) 5,175 1.f. of 4' white edge line 240 1.f. of 4" white lane dividers 9. SPRINGMILL RD. FROM 141sv ST. TO 146TM ST. 4,175 l.f. of 4" white edge line "EXHIBIT EXHIBIT "A" 2005 PAVEMENT MARKINGS THERMOPLASTIC QUANTITY ESTIMATE DESCRIPTION QUANTITY UNIT PRICE AMOUNT 17,512 L.F, Double Yellow Solid 4" White Solid Solid Yellow ~md 4" Skip Yellow 4' Skip White 4" Skip Ye',low 4" Dash Lines Pedes~riim Crossing · 44,625 L.F. / '~ 7 6,747 L..F. 75 L.F. 1,I 65 L.F, 24" Stop'Bars 80i L.F. Turn Am)ws 7 each "ONLY'~" 4 each 12" Crosshatch 208 L.F. 6" Crosswalk 2,329 L.F. 75 L.F. 24" Crosswalk each 40 L.F, 8 each 12' x 12" White Bars Parallel Parking Spin:es [ .41 each Combination Arrows 12"x 16" D[~anond 3 each 38 each 30 each Snow-plowable Refleblom .57 oo . coo 20,0o 3 qo. T g- R Traffic ~n, lc~ P.O. E~x 592 Greenfield, Indiana 46140-O592 317-891-1~O91 - Office 317-891-6240 - f~: TOTAL AMOUNT EXHIBIT "B" 2005 PAVEMENT MARKINGS PAINT QUANTITY ESTIMATE DESCRIPTION QUANTITY UNIT PRICE 4" Double Yellow Solid 21,660 L.F. w/.~6- 4" White Solid 28,395 L.F. 4" Solid Yellow and 4" Skip Yellow 15,925 L,F. 0 Skip White 4" Skip Yellow 24" Stop Bats T~.rrt AITOWS '~ONLY's" 32" Crosshatch 6" Crosswalk 31745 L,F, 12" x 16" Diamond 0 0 4" Dash Lines 0 Pedestrian Crossing 0 24" Crosswalk 0 12' x 12" White Bars 0 Parallel Parking Spaces 0 Combiuation Arrows 0 0 ,0¢ AMOUNT T g- R Traffic P.O. B~.5.92 Gre~nt, ald, I~;ans 46140-0592 3~7-891-8091 - 317-891-8248 - F~ 'YOTAL AMOUNT