Loading...
Central Engineering & Construction/Engr N Y\ 0,_C 4k 1 n0to 4'0 OG Central Engineering Construction Associates, Inc. Engineering Department 2010 ai-el Appropriation #2200- R4462300; 206- R4462300; P.O. #27453 Contract Not To Exceed $801,777.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES -7) APPROV O 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 Central Engineering Construction Associates, 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 2200- R4462300; 206- R4462300 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 Eight Hundred One Thousand Seven Hundred Seventy Dollars ($801,777.00) (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 #10 -06 106th Street and Haverstick Culvert Replacement and Drainage" received by the City of Carmel Board of Public Works and Safety on or about September 15, 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:kharcd\ProfSvcs Gond., Svcs \Engunnrhng\2010 \CENTAL ENGINEERING CONSTRUCTION GNMIS SLIM",. /22/2010 12 :59 PM] Central Engineering Construction Associates, Inc. Engineering Department 2010 Appropriation #2200- R4462300; 206- R4462300; P.O. #27453 Contract Not To Exceed $801,777.00 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:\ harod\ProLSvcs Goals Svcs\Engrne, ng\2010 \CENTAL ENGINEERING CONSTRUCTION Goods Se m", ,t 9 /22/2010 12:59 PM] Central Engineering Construction Associates, Inc. Engineering Department 2010 Appropriation #2200- R4462300; 206- R4462300; P.O. #27453 Contract Not To Exceed $801,777.00 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, 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:1sharul\Prof Svc, Gook Sves\Engin vmg\2010 \CENTAL ENGINEERING CONSTRUCTION Goods Sam",..do5:9 /22/2010 12 :59 PM] Central Engineering Construction Associates, Inc. Engineering Department 2010 Appropriation #2200- R4462300; 206- R4462300; P.O. #27453 Contract Not To Exceed $801,777.00 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: Central Engineering Construction Associates, Inc. 3862 N. Commercial Parkway Greenfield, Indiana 46140 Telephone: 317 -894 -1990 E -Mail: ATTENTION: 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:\ ural\Prot Svc, GOWN Svc, \Eng.:a mg\2010 \CENTAL ENGINEERING CONSTRUCTION Goth Save do4 :9 /22/2010 12 :59 PM] Central Engineering Construction Associates, Inc. Engineering Department 2010 Appropriation #2200- R4462300; 206- R4462300; P.O. #27453 Contract Not To Exceed $801,777.00 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:\sh:u«I\Prof:Sy, Goods Svcs\Engiuiving\20I0 \CENTAL ENGINEERING CONSTRUCTION Goo,I S v, ,..di :9 /22/2010 12 :59 PM] Central Engineering Construction Associates, Inc. Engineering Department 2010 Appropriation #2200- R4462300; 206- R4462300; P.O. #27453 Contract Not To Exceed $801,777.00 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 govern 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 CENTRAL ENGINEERING CONSTRUCTION ASSOCIATES, INC. by and through its Board of Public Works and Safety By: By: AJ or L RI&V/ 7 James Brainard, Presiding Officer Authorized Signature Date: gar e w 1��.tn oLo�� 'If" Printed Name ary A Burke, -tuber Date: Title Lori S. Wats. Member FID/TIN: .�..S i Date: /p N PO SSN if Sole Proprietor: ATTEST: Date: x/27/1 at t ►iana Cordray, IA J= Treasurer Date: /Q- 0 �Z: \.hauhhol.S \c. A Good S,: ENGINEERING., CONSTRUCTION G, ,,hk Sw/cc. /22/2010 12;50 PMI 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 C 10i1 S -f-u t' s c ,4„ Company: �n�� �h�; �PP, ,z�y 4 U_ _EA.( Project Name: I e�� Y l .ttQils�ic (i �0e„-. r cz '2,', Date =Y� p�-u ,;t? a -s- .r Date Submitted: C *-t '`u°" c )0_O Base Bid Sot '1'19 o (-4D Amount: EXHIBIT 4 Cv BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: 106 Street and Haverstick Road Drainage Improvements and Culvert Replacement Project #10 -06 Installation of a storm sewer system and ditch grading on the west side of Proposal For Construction of Haverstick Road north of Lexington Lane, and existing culvert replacements on Haverstick Road south of Lexington Lane, on 106th Street east of 106th Place, on 106th Place north of 106th Street, on Stratford Place north of 106th Street, and on Lakeshore Drive East north of Lakeview Drive. Date: q To: City of Carmel, Indiana, Board of Public Works and Safety r-- BID-1 0 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: e..en-I-r E r‘ r 47 .54-4.-L' S,, nom. 1.2 Bidder Address: Street Address: lQ� ezn1,ri -c City: C;- .;s7-4) Stater tiL Zip: CF /yZ Phone: l 7 2 5 cz 9 9 Fax: 3'/ 7 Bye 72 6 1.3 Bidder is a/an [mark one] Individual Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other a e 1.4 [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 General Corporation Act as stated therein and expressed in the 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 3 Q3 /0 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict •accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when ultiplied by estimated unit quantities for such Contract Items, total Dollars go/ '7 77 1 7.6 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID -3 Base Bid Itemized Proposal (10 -06) 106th Street Haverstick Road Drainage Improvements Culvert Replacements Item Item Quantity Unit Unit Cost Total Cost 1 Mobilization Demobilization 1 LS $30,680.00 $30,680.00 2 Maintenance of Traffic 1 LS $5,000.00 $5,000.00 3 Clearing Right of Way 1 LS $38,000.00 $38,000.00 Sanitary Lateral, Replace 4 (Undistributed) 30 LFT $120.00 $3,600.00 5 Guardrail, Remove and Replace 1 LS $2,900.00 $2,900.00 6 Linear Ditch Grading 1,248 LFT $4.00 $4,992.00 7 Manhole, Type C 1 EA $1,610.00 $1,610.00 8 Manhole, Type J 4 EA $5,800.00 $23,200.00 9 Manhole, Type K 2 EA $3,800.00 $7,600.00 10 Manhole, Type M 1 EA $6,500.00 $6,500.00 11 12" RCP 95 LFT $49.00 $4,655.00 12 15" RCP 8 LFT $52.00 $416.00 13 18" RCP 5 LFT $67.00 $335.00 14 18" HDPE 26 LFT $64.00 $1,664.00 15 30" RCP 390 LFT $98.00 $38,220.00 16 43" x 68" Elliptical RCP 95 LFT $210.00 $19,950.00 17 29" x 45" Elliptical RCP 220 LFT $138.00 $30,360.00 18 Reinforced Concrete Box 4' X 14' 100 LFT $850.00 $85,000.00 19 Reinforced Concrete Box 4' X 13' 121 LFT $820.00 $99,220.00 20 Reinforced Concrete Box 4' X 11' 71 LFT $645.00 $45,795.00 21 Reinforced Concrete Box 4' X 10' 55 LFT $600.00 $33,000.00 22 Reinforced Concrete Box 4' X 8' 104 LFT $460.00 $47,840.00 23 Mechanically Core Structure 2 EA $1,500.00 $3,000.00 24 Reinforced Concrete Headwall 1 LS $60,000.00 $60,000.00 25 Handrail 284 LFT $140.00 $39,760.00 26 Flowable Fill 781 CYS $69.00 $53,889.00 27 Rip Rap, Class 2 485 TON $25.00 $12,125.00 28 Geotextiles 314 SYS $1.25 $392.50 29 HMA Surface, 9.5 mm 41 TON $220.00 $9,020.00 30 HMA Intermediate, 19.0 mm 3.5 TON $600.00 $2,100.00 31 PCCP, 12 IN. 466 SYS $4100 $19,106.00 32 PCCP for Driveways, 6 IN. 43 SYS $28.00 $1,204.00 33 Compacted Agg. No. 53, Base 20 TON $56.00 $1,120.00 34 Concrete, Roll Curb 188 LFT $22.00 $4,136.00 35 Concrete Sidewalk, 4 IN. 43 SYS $18.00 $774.00 36 Nursery Sodding 3,600 SYS $5.00 $18,000.00 37 Erosion Control Measures 1 LS $5,541.00 $5,541.00 38 Temporary Mulching 2,825 SYS $0.50 $1,412.50 39 Topsoil (Undistributed) 570 CYS $20.00 $11,400.00 40 Temporary Pumparound 1 LS $12,160.00 $12,160.00 41 Road Closure Sign Assembly 10 EA $470.00 $4,700.00 42 Detour Route Marker Assembly 16 EA $250.00 $4,000.00 43 Construction Sign, A 5 EA $250.00 $1,250.00 44 Barricade, III -B 246 LFT $25.00 $6,150.00 Total Base Bid vc) Itemized Proposal 2(x il 1 4, S(v PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE -z v t;' -/o/e) r-- BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 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. 5.3 Exceptions: BID -7 77 C6 PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the Work/Project if awarded. Information on Bidder's company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms #96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders BID-8 Y ia PART 7 ADDITIONAL DECLARATIONS 7.1 Bidder certifies for itself and all its subcontractors compliance with 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 contemplated by the Agreement 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, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the right to collect a penalty as provided in IC 5- 16 -6 -1 for any person discriminated against. 7.2 The Bidder certifies that he /she has thoroughly examined the site of the Project /Work and informed himself /herself fully regarding all conditions under which he /she will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing conditions. The Bidder further certifies that he /she has thoroughly reviewed the Contract Documents, including all Addenda, and has had the opportunity to ask questions and obtain interpretations or clarifications concerning Contract Documents. BID9 ;l° '411 PART 8 NON COLLUSION AFFIDAVIT The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and state(s) 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 (iii) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such bidding in any way or manner whatsoever. PART 9 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 NOTARIZED. J Bidders Name: (�2 of\ o-A-e S Written Signature: Printed Name: L4 -r t1 •1 Title: Important Notary Signature and Seal Required in the Space Below STATE OF SS: COUNTY OF e ma c Subscribed and sworn to before me this day of 2013. My commission expires: S,:),\_Q_ t5, 2s.) ∎Lo (Sigi ed)_ A Printed: ,C-)h ne_ L 4(\ Residing in (X\. County, State of .1a7a.. AH Shiriene Gibbs Hydarkhan SEA Notary Public, State of Indiana BID -10 (T