Loading...
Yardberry Landscape Ex/EngrAPPROVED, AS TO FOW BY: Yardberry Landscape Excavating Company ' Engineering Department -.2008 Appropriation #2200-R4462200-$254,800.00;203-R4462200-$22,955.18;203-4462200-$32.381.22; 21I-R4462200- $51.623.60; P.O. #19775 Contract Not To Exceed $361,160.00 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"), and Yardberry Landscape Excavating Company, an entity duly authorized to do business in the State of Indiana ("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. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 2200-R4462200; 203-R4462200; 203-4462200; 211-R4462200; funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Three Hundred Sixty-One Thousand One Hundred Sixty Dollars ($361,160.00) (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. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Project #08-08, Main Street Sidewalk -Phase 1" received by the City of Carmel Board of Public Works and Safety on or about September 3, 2008, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. 'z?&vvNlyPuummuWniWx"ntllmicWFlIGA'EEpIN(?i31xIX1YmAVn' F.?%r C A& A Svmrvah:4tlSnif II:I7 AM] Yardberry Landscape Lxcavating Company Engineering Department.- 2008 Appropriation #2200,84462200-3254;800.00;203-84462200-$22,955.18;203-4462200-$32.381322;211-R4462200- $51,023.60; P.O.#39.775 Contract Not To Exceed $361.160.60 5. TIME-AND, PERFORMANCE: This Agreement shall become effective as of tthe last date on which a party hereto executes same ("Effective Date"), and both parlies,shall thereafter perform theihobligations- hereunder.in a,timely manner. Time is of the,essence of this Agreement, 6. DISCLOSURE AND WARNINGS: If requested by City; Vendor shat( promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and iitems, 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 sufficieht written warning and notice (including appropriate labels on containers-land pack ing) of any hazardous material utilized in or that is a, part of the Goods and Services., 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of Gity`s property. In the event'any such lien is filed and Vendor fails to ferneve such lien within ten (10) day's after the filirig-thereof, by pay'nnent or bonding, City shall have,the right to pay such lien or obtain such bond, all at Vendor's sole!cost and expense. 8. DEFAULT`. In the event- Vendor, (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement; including Vendors warranties; (b) fails to provide the Goods and Services, as specified herein; (c) fails to make progressso 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 Cityspecifying.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.cgnstituting,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'maintam in full force and effect,during the term of1hisAgreement, with an insurer licensed to do-business in,the State of Irdiana,.such insurance as is.necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease andlor unemployment. compensation act, for bodllynjuries including, but not limited_to, persona; 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, iircludingi 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.suci :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 withoutthirty (30) days. priornotice to City. Vendor'shall,indemnify and-hold harmless Dty'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 oir under this. Agreement or Vendor's use of City property. .tZ"E6u%Nyllvtiw??lORVI'uvmal$ovwc?\EN(ELYEERING21XI%11?vJ6m E?[evalmgC VIZG $mf[o.@m'_YA1Y/]NN L?',l]TA{? Yardberry Landscape Be avating.Company Engineering Dcpaitment-:2008 Appropriation #22007844622004254,800 OOC 203-84452200-522,955:18;`203-4462200-$32.381.22; 21 I-R44622oc- $51;023.60; 0.0.-#19775 Contract Not, To Exceed $361.160.00 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, buLiiot 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 terminaticn,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 Vencl&s performance of;its obligations under this Agreement, and all relevant„ provisions thereof are incorporated herein by this reference: Vendor agrees to indemnify and hold harmless City'from any loss,, damage and/or liability resulting.from any such violation of such laws, orders,. rules, regulations and codes. This'indemnification obligation shall survive the termination of this Agreement: 11: NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers; employees, agents, contractors and subcontractors shall comply with. hit laws; of the United States, the State of Indiana and City prohibiting discrimination againstany employee, applicant for employment or other person'in the provision of any Goods and Services provided by this Agreementwith,respect to their.hiire.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. NO IMPLIED WAIVER: The failure of`either party to require performance by the other ofany provision of this'Agreement shall not affect the right of such party to require such performance,at: any time thereafter;-norshall 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 hereoi 13: NOWASSIGNMENT'. Vendor shall notassign'on pledge this Agreement, whether as collateral for a loan or otherwise; and shall not delegate.1s. 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 norany of its officers, employees, contractors, subcontractoils4nd agents-are employees of City. The contract price set fort In herein shall be the full and maximum compensation and moriies required of City to_be,paid to Vendor under or pursuant tottis.Agreement.. 15. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed.by the laws-of the-State of jrdiana,. 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.iury 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: ?Z.v 8umy,lmavmmW f-awl 5enm N&rNEEMNL W8,VrnW.ny&rsa, fw ,&Smiia.,Wc:4i1L11yY II:17.IM; Yardberry LandkardT3wavating.Company Engineering Department-. 2008 Appropriation#2200-R4462200:$254,800:00.203`-R4t362200=$22;955.181 203-4462200432.381:22.21I R4462200 $51.023.60; Y:O.A19775 Contract Not 7;a Exceeds $361,160.00 16, SEVERABILITY: If any term„of'this,Agreement is,ihvaW or unenforceable under --any statute, regulation, ordinance, executive order or other rute.of law; such term shall be: deemed.reformed',or deleted, but only to the,extent necessary to comply with,same, and the remaining proGisions of this Agreement shall,remafn in full force andeffect. 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, too- the party to be notified at the address specified Herein: If to city: City of Carmel One Civic Square Carmel, Indiana 46032 ATTN:' Mike McBride AND Douglas C. Haney; City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Yardberry Landscape Excavating Company 9940 W. 1000 W, Anderson; Indiana 46017 Telephone:; 765-378-5783 E-Mail: iyarberry@aol:com ATTENTION:'. Tim.Yardberry, Owner 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 setforth hereinabove within five (5) business days from the date of such orar.notiee. 18. TERMINATION: 18.1 NoWthstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, 1mmediately°terminate, this Agreement. for cause, in'the event of a default hereunder by Vendor andlor 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 thavsuch.paymentamount shall not exceed the Estimate amount in effectat the time of termination, unless the parties have previously agreed;in writing, toa greater,amount: (2'E "J, LVr n1e1Fm(mimulSmi[v.ET.GINEERINCi S 1 arE?fai'arelm8 Sif?iru dn':4115RR] W27A`A?. Yardberry Landscape Excavating Company Engineering Department - 2008 Appropriation #2200-3844622004254,800.00. 20344462266-$22,955.18; 203-4462200432.381 :22:211-R4462200- $51,023.60; P.O..419775 Contract Not-To Exceed $361,160.00 113.2 City may terminate this Agreement at any time upon, thirty (30) days prior notice to Vendor. Inrthe 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'thee Estimate. amodrit;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, 20, ADDITIONAL GOODS AND SERVICES Vendor understands and agreesthat`City may, from time'lo 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,whlch 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 ehcumbered sufficierit monies :to pay for same, and has authorized Vendor; in writing, to provide such additional goods -and services shill such goods and services be'prodided by Vendor to City. A copy Of the City!s_authorization documents for the`purchase of additional gdods;ar1services shall be numbere&and attached hereto in they-ordIer in which they are approved,by City: 21. TERM Unless otherwise terminated in accordance with (he termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect ffom the Effective Date through December 31, 2008, and shalt, on the first day of each January thereafter, automatically renew for a period of one (3) calendar year, unless otherwise agreed by'the,p.arties hereto.. 22. HEADINGS All heading and_ sections of this Agreerilenf are inserted for conyehience 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 to'lheother with respect to all of the covenants, terms,"warranties and_obligations set forth in Agreement. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights, or benefits to anyone other than City and Vendor: 25. ADVICE OF COUNSEL: ;read;this Agreement and understand Theparties warrant thatthey have it, have had the cpportunity 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. ,z:?s a.4u+ra,?w?.??.w?.r.-,??a s,nK ?e.?ciNnerzmcuur?erv.wm?r L-1,e ...e s?.??,w?vwi5n?? iI"± A.1 09/23/2008 11;'28 FAX 765 378 0576 YARBBERRY LANDSCAPING Cp 99/23/20,00 TUU 11123 FAE 31'7 571 2439 CITY OF CARNSL 17j 6 02'. IM0071012 YardbeMU. Ld9eape BvayRting COmPany Engineering Dgwtmefu -2008 Appmpndtioq#2200•R4462200.8254,600.00; 203-R4462200-$22,955,18;203-4462200-$32-391.22.21 =84462200- $51,023.60; P:Q.#14775 CiintraehNot To Exceed 5361,160.00 26. ENTIRE:AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, oonstitutes the entire agreement between Vendor acid City with respect to the subject matter hereof, and supersedes all prior oral. or written representetionsandIagreements.regarding same, Notwithstanding, any other term or condition set forth herein, but, subject to paragraph 4fi hereof, to the extent any term orwr4tion,contained in any exhibit attached to this Agreement or in any dDCUment referenced herein conflicts wlth any term or condition contained' in this Agreement, the term or condition contained in this AgreemeZshall govern and prevail. This Agreement may only 6e modified by written amendment executed by:both parties hereto; or their successors.in `interest. IN WiTNESS'WHEREOF, the parties,hereto'riaye made and executed,this Rgreement'as'follow$: CITY OF CARMR, INDIANA YARDBERRY LANDSCAPE EXCAVATING COMPANY by and through its Board of Public Works and Satety By: ATTEST:' D' a-Cobra 1' C; rk-Treasurer On tho ze ignature :S.- J". ,-I Printed Name: Title FIDITIN; 35 191-IS-24 SSN it Sole Proprietor. Date; 1-d 3-09 ?2 V.' ni?PFr`ti..,.emiN?eaaiy y?.-yfSAa[NYGfufOla F*?dFevv YaavuF P..Y tl GM*?<:kIVxY ? ?"n ?Nt ,(/CF- 9VUa17 t James Brainard, Presiding Officer X x City of Carmel IVlain.Street-Sidepath -,Phase ITEMIZED PROPOSAL Item t a ti ` Unit st Unit C Total Amount I em Description u n o . 1 Mobilization/Demobilization 1 LSUM i - •50c, 2 Construction Engineering 1 LSUM. e,000 Q g coo, 3 Clearing 1 LSUM O, 00o.4 O, o 00 ' 4 Trees; 6", Remove. 3 EA boa • /, 5 a 6' 5 Headwalls;and Partial Stone Wall, Remove 1 LSUM 500 6 Valve Covers Ad•ust to Grade 3 EA oo " (•So 0 ° 7 B-Borrow for Structure Backfill .271 CYl) 2z $ Z 96 2- 8 Flowable BackFill for Pipes 44 CYD /5 m S o 60 ` 9 Storm Sewer Pi' e, 12" 354 LFT 's ° is, 3a " 10 Storm Sewer Pipe, 16" 487 LFT :50 .2 50 ° 11 ,Draintlle, PVC 4" 20 LFT S0 500. 12 Arch CMP, 95x67 16 LFT 37 °f 31-2130 A 13 Inlet E-7 8 EA 450 ' .60c> 14 Inlet J-10 5 EA /430, . L SO ° 15 Manhole C4 3 EA so` S `i °p 16 Cored Holes in Structures 2 EA god' 1, 6 oo 17 Class A Concrete for Structures 15 CYD ° LtA2_S__ 18 Geotextile• 30 SYD S ° ):So ` 19 Class 11 Ri ra 15 TON 6o s D 6 ` 20 Curb Ramps incl. truncated domes 96 SYD 1.36 v z:4 go " 21 4" Concrete Sidewalk 1,342 VI) 9 65?5 22 Concrete Sidewalk, Removal 98 SYD o=` 9,8,6 ` 23 Concrete Curb & Gutter 550, LFT O , 600.` 24 Concrete Curb 220 LFT L'>' d S,z$o 25 Concrete Curb orC&G Removal 250 LFT 5 ° , 256 ` 26 Concrete Pavement for Ddve, 6"' 224 SYD 2, 27 Modular Block Retaining Wall 70 LFT' Z5" 73-0 ° 28 Rebuilt Stone Wall 20 LFT 1,36' ' ;?.66is ` 29 Pedestrian Railing 36 LFT Q Q cf g,. L?l 19 30 Flowable Backrill for Roadway Pstchin " 30 CYD 1(541 S6 ° 31 Linear Grading 2,085 LFT b X 0,: 856 ` 32 Unsuitable Materials Remove/Replace, undistributed 250 CYD 3 S ° ?50 ° 33 Compacted Aga. For Base, 53 358` TON 2 y ' 01592 a 34 HMA Surface for.Road Patching 12 TON /S ° ' A-380" 35 MaintenanceofTraffic 1 LSUM 0 • 0016 ` 36 Construction Si ns;.A 20 Fes` ;2 ao° o oa" 37 Barr}cade, T e:III undistributed 12, EA ZS` P- "EXHIBIT 38 Silt Fencing 975 LFT 66 39 Construction Fencing 200 LIFT 1-00` 40 Ditch Inlet Protection 7 EA S ? s` 41 Curb Inlet Protection 6 EA 11254 750 42 Tree Protectlon & Trimming 1 LSUM oc`B • 00 r 43 Topsoil undistributed ISO CY p::::: 61600- 44 Sod Nursery 2100 SYD At- $ yo D 45 Water 1 LSUM oaf' ? o e o 48 Signs, Relocate 6 EA .4oe" uZ o 0 ° 47 Mailbox Relocate 10 EA ' $OO' 48 QC Testi 1 Videota in 1 LSUM 6aa • 066 ' TOTAL: 36/ /&- "EXHIBIT A 2( L " P-4