Loading...
E & B Paving, Inc./Engr E &B Paving, Inc. C,frO'7, /0 Engineering Department 2010 Appropriation #202- R4462000 P.O. #21820 Contract Not To Exceed $41,796.50 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES r APPROVED AS TO FORM BY 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 E &B Paving, Inc., an entity duly authorized to do business in the State of Indiana "Vendor TERMS AND CONDITIONS 1. 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 202- R4462830 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 Forty One Thousand Seven Hundred Ninety Six Dollars and Fifty Cents ($41,796.50) (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 "Monon Farms Left Turn Lane" received by the City of Carmel Board of Public Works and Safety on or about June 16, 2010, 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\hardlProl.Svn R Good Svi &B PAVING Goods Savo.. doc:7 /I /2010 3 :31 PM] 1 E &B Paving, Inc. Engineering Department 2010 Appropriation #202- R4462000 P.O. #21820 Contract Not To Exceed $41,796.50 5. 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. 6. 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. 7. 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. 8. 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 rights and remedies available to City at law and /or in equity. 9. 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. [Z:VI a l\ProfSvc, Goods SvoAEngunvuhg\2010\E &B PAVING Good Scrnc,,,. dot. :7 /I /2010 3 :3I PM] 2 E &B Paving, Inc. Engineering Department 2010 Appropriation #202- R4462000 P.O. #21820 Contract Not To Exceed $41,796.50 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. 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, 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 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. 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. Z: \sharalWrof1Svcs Good Svc, 1Engm, 01g\2010\E &B PAVING Goods doc /1/2010 3 PM] E &B Paving, Inc. Engineering Department 2010 Appropriation #202- R4462000 P.O. #21820 Contract Not To Exceed $41,796.50 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. 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: Mike McBride AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: E &B Paving, Inc. 17042 Middletown Ave. Noblesville, Indiana 46060 Telephone:317- 773 -4132 E -Mail: steve.varner @ebpaving.com ATTENTION: Larry Canterbury, Vice 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. [Z:\vllnra1\ProfSy, Good SvcAEnguhur]ng\20101E &13 PAVING Goods S,viu.,. dm. :7 /1/2010 3 31 PM] 4 E &B Paving, Inc. Engineering Department 2010 Appropriation #202- R4462000 P.O. #21820 Contract Not To Exceed $41,796.50 18.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. 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. 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 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, 2010, 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, 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. 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. [Z:' h;uul\PrnfSvcs Goods Svo\Enginaering\20101B&B PAVING Gods fi SLTVIC. dm 7 /1/20103 31 PM] 5 E &B Paving, Inc. Engineering Department 2010 Appropriation 4202- 84462000 P.O. #21820 Contract Not To Exceed $41,796.50 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 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 govem and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA E &B PAVING, INC. by and through its Board of Public Works and Safety By: By: ames Brainard, Presidin 0 is A thrrized Sig e D ate: J It/ES Abeg Lai 1 A P rinted Name Mary A► Burke, -mber �1/J Date: _I AgE p /,f li/O ER Title Jl Lori son, Member FID(TIN: g 13930 I Date: i i i i/ o SSN if Sole Proprietor: ATTEST: Date: VO10 Diana Cordray, IAMC, Clerk- Treasurer Date: JZWuWJYVr A. Go, l& Sueo,rnovoc32U11213.:&D PAVING -1, it Svncccdo,7II2 3 :11 PA1] 6 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. Company: E &B Paving, Inc. 17042 Middletown Ave. Noblesville, IN 46060 Project Name: Monon Farms Left Turn Lane Date Submitted: June 16, 2010 Base Bid Amount: 41,736.50 EXHIBIT ,A Revised 6/3/2010 1 0 0 CO CO CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1n 0 0 0 0 0 to -6 o 1O 0 0 0 0 0 0 0 0\ O 0 4 ∎O O �O v, 00 •D tin O 0 •:I' 0 0 't 1 4 0 ■.0 S M N O■ O 0 N "O .—t VD 0 '71 'cr 0 10 I O\ S U N N M M M O O N 'ct 4) r.+ E-1 c3 0 C 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 C 0 Z c m 0 O o o o o o o o o o o o o 0 0 0 ,co 0 0 0 0 0 0 0 0 0 0 0 0 kn O 0 O M O 0- "0 C m 00 V.. 0 0 0 0 0 0 0 ON O I� l� O O O m V 00 O O V1 O O lr--. M .0- .O oo 2 2 0 5 N co O vO 0 w c0 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 1 x L l' 0UC W a ld ITS Po T a) CO N co W 04 ett O■ 0 `O M M° N N vo N 0 N 0 U) a a E Q C4 E� w C a 3 b rAo 8 o v' w (4 Q Ra 0 0 a w v aTS a) y 44 o 3 H NI ca b z` Z o 4o 3 tu H co co a c� 0 cn o et H co c cu N° o 'p 6 v s S= c U d N N N H Ra 0 N M et v �O s oo O■ O N re) �t �O d 1-1 .■-i .-r ,-g H 7 4 5/21/2010 Page 1 of 3 CITY OF CARMEL ENGINEERING DEPARTMENT ONE CIVIC SQUARE CARMEL, IN 46032 REQUEST FOR PROPOSAL FOR MONON FARMS LEFT TURN LANE May 21, 2010 To: Steve Varner E &B Paving, Inc. 17042 Middletown Ave. Noblesville, IN 46060 Re: Request for proposal for site improvements at Monon Farms Left Turn Lane, Carmel, IN 46032 To whom it may concern: Based on past experiences, your firm along with several others has been selected by the City of Carmel to quote improvements that will not be publicly bid due to the anticipated project cost. The City of Carmel would appreciate a quote for the following work. The work shall be quoted per the exhibit herein and as follows: Specifications: Please refer to INDOT 2010 Standard Specifications. 1. General: Please find construction plan included. Construction engineering shall be provided to the firm with the lowest and most responsive quote. Coordination information will be provided to the selected contractor. Quotes shall be based on the pay items provided and shall include all incidental work to complete the improvements shown and this shall include removals and any work for which no specific pay items exist. Payment shall be made per actual quantities used as measured in the field or per agreed upon material ticket amounts. Inspection and consultation for the project shall also be provided by CrossRoad Engineers. Coordination shall not be paid separately but shall be included within the items. 2. Common Excavation and Grading: A Common Excavation and Grading item is being provided in the bid proposal sheet. However, no clearing item is being provided. Therefore, all removals and costs associated with such removals shall be included in the quantity of this pay item. The Lump Sum item shall include curb removal, common excavation, saw cutting, and any other removals necessary for the installation of the improvements. 3. Restoration shall include backfilling curb and mulched seeding of any excavated or graded lawn areas. Top soil shall be placed at a minimum depth of three inches and fine graded for the suitable growth of vegetation. The top soil 3(0 5/21/2010 Page 2 of 3 shall be per INDOT specifications and graded such that settlement to the surrounding grade of the excavated area is accounted for. 4. Concrete: In addition to INDOT Standards, the City of Carmel Standards and concrete paving policy shall apply to all concrete work. The curb removal required for the improvements shall be full depth saw -cut at the face of gutter. Any damage to the pavement to remain in place shall be repaired at the contractor's expense and at the Engineers /City of Carmel's discretion unless damages occur beyond the control of the contractor's reasonable protection, care and diligence to maintain. 5. Protection of existing structures: protection of existing structures to remain in place including but not exclusive to the following: concrete curb or walk, mailboxes, fences, building structures, infrastructure, etc. shall be the responsibility of the contractor. Damages to structures to remain in place due to any portion of the work shall be replaced or repaired at the contractor's expense unless found to be in direct conflict with the improvements. It is not anticipated that any permanent structures will be in the way of the work. It shall also be the contractor's responsibility to protect the work during non working hours, including industry standard methods for protecting the work for general safety. 6. Coordination: the contractor shall coordinate all work with the property owner and CrossRoad Engineers at: contact info to be provided upon acceptance of quote and Notice to Proceed. 7. Schedule and work restrictions: The selected contractor shall coordinate work with the City of Cannel and CrossRoad Engineers. No work shall take place after 7:00 PM in the evening to the following morning at 7:00 AM or on Sundays unless prior approval is obtained from the City or the Engineer. The selected contractor shall have the improvements substantially completed within 20 calendar days of a Notice to Proceed. Substantial completion shall include up to surface pavement and restoration grading. If Pavement Marking and lawn restoration cannot be completed within substantial completion due to specification and weather requirements, these shall be completed as soon as feasible and achievable within specification or at Engineers /City of Cannel's direction. 8. Maintenance of Traffic and lot striping: It will be the selected contractor's responsibility to establish temporary traffic control or maintenance of traffic in accordance with the Indiana Manual on Uniform Traffic Control Devices for Streets and Highways. Any maintenance of traffic necessary per the Indiana Manual on Uniform Traffic Control Devices for Streets and Highways shall be included within item #2. The pavement markings and striping shall be in accordance with INDOT section 808. 9. Utilities and Permitting: it shall be the contractor's responsibility to coordinate all utility locates. It shall be the contractor's responsibility to coordinate and acquire any necessary permits. A City of Carmel Right -of -way permit will be necessary for the work in the right -of -way on 116 Street and contact information for this permit will be provided to the selected contractor. 10. Notes: The above is a brief description of the work and the attached drawing shall supplement the description herein. Please consider the drawing, the A 466(3' 5/21/2010 Page 3 of 3 description herein and any site visits carefully to ensure that the quote considers all aspects of work described and necessary. 11. Quote submittal deadline: If you choose to quote this project, please have a quote submitted to Lance Stahley electronically at the email address lstahley (a�crossroadengineers.com no later than 3:00 PM June 4th. The quote can be submitted in the excel spreadsheet provided or in the pdf provided. Either submittal shall be such that no information from the pdf or excel sheet received shall be altered other than the insertion of unit costs and total costs for each item. The City is anxious to select a contractor and proceed with this work. No questions received by prospective bidders after June 3r at 4:00 PM will be addressed if it is determined that a response would provide an unfair advantage over any other prospective bidders. Thank you for your consideration of this request and feel free to contact us for a site meeting or if any questions. Sincerely, Lance Stahley CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 0- 317 733 -1565 C- 317- 439 -5515 F- 317- 733 -1581 cc: Mr. Michael McBride, P.E, City of Carmel Engineer Mr. Gary Duncan, P.E, City of Carmel Assistant Engineer i Monon Farms Left Turn Lane City of Carmel, Indiana NOTICE OF ADDENDUM 1 1) Change of submittal requirements. o Per code IC 36.1.12.4.7 -(2), a change is needed for bid receipt. Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana will receive sealed bids for the Monon Farms Left turn lane" at the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) anytime prior to, and no later than 10:00 a.m. Local Time on, June 16, 2010, and commencing as soon as practicable thereafter during a special Board of Public Works Meeting on the same date, such quotes will be publicly opened and read aloud in the Council Chambers of City Hall. All aspects of the proposal, including the bid summary page, shall be enclosed in the envelope. There will be no electronic copies accepted. *IC 36.1.12.4.7 (2) the board may not require a person to submit a quote before the meeting at which quotes are to be received. 6/02/2010 ADD1 -1 Addendum 1 CITY OF CARMEL ENGINEERING DEPARTMENT ONE CIVIC SQUARE CARMEL, IN 46032 ADDENDUM FOR MONON FARMS LEFT TURN LANE June 3, 2010 To: Steve Varner E &B Paving, Inc. 17042 Middletown Ave. Noblesville, IN 46060 Re: Request for proposal for site improvements at Monon Farms Left Turn Lane, Carmel, IN 46032 To whom it may concern: We have been notified that the invitation to quote the referenced project requires sealed bids and public opening and reading at a Board of Public Works and Safety meeting. Therefore, the following requirements replace the original invitation to quote deadline for submittal: 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 "Monon Farms Left turn lane" at the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) anytime prior to, and no later than 10:00 a.m. Local Time on, June 16, 2010, and commencing as soon as practicable thereafter during a special Board of Public Works Meeting on the same date, such quotes will be publicly opened and read aloud in the Council Chambers of City Hall. No late bids will be accepted. The due date has been changed per IC 36.1.12.4.7 (2) the board may not require a person to submit a quote before the meeting at which quotes are to be received. As well, no electronic submittals will be accepted. All bids and proposals shall be properly and completely executed on the proposal forms provided with the plans and specifications and as follows: 1. Bid Proposal Summary Page. 2. Bid proposal Sheet. 3. A copy of the original invitation to quote dated May 21, 2010. 4. A copy of this Addendum letter dated June 3, 2010. The bid envelope must be sealed and have the words "BID Monon Farms Left Turn Lane It is intended that actual construction of all work divisions shall be started as soon as practicable or as directed, and each bidder shall be prepared to enter promptly into a construction contract, 763 8' 4 furnish a performance bond, and begin work without delay in the event the award is made to him. The Project consists of, but is not necessarily limited to, the following: Monon Farms Left turn lane. The proposed improvements include new asphalt pavement in widened areas of the interior median, new concrete curb and gutter. Bidders shall assure that they have obtained complete sets of drawings and Contract Documents and shall assume the risk of any errors or omissions in bids prepared in reliance on incomplete sets of drawings and Contract Documents. This Project will be funded by City of Carmel. For special accommodations needed by handicapped individuals planning to attend the public bid opening meeting, please call or notify the city of Carmel, Engineer's Office, at (317) 571- 2441 at Least forty-eight (48) hours prior thereto. The City of Carmel reserves the right to reject and/or cancel any and all bids, solicitations and/or offers in whole or in part as specified in the solicitations when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5- 22 -18 -2. Thank you and please contact me with any questions and we apologize for any inconvenience this may cause. Lance Stahley CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 0- 317 733 -1565 C- 317 439 -5515 F- 317 733 -1581 cc: Mr. Michael McBride, P.E, City of Carmel Engineer Mr. Gary Duncan, P.E, City of Carmel Assistant Engineer Katie Neville, Cannel Engineering Administrative Assistant