HomeMy WebLinkAboutEngledow, Inc/Street/59,728.58/2017 Palladium AnnualsEngledow Inc.
Street Department - 2017
Appropriation #43-509.00; P.O. #33479, 100086
Contract Not To Exceed $59,728.58
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 Engledow, Inc. 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.
PERFORMANCE:
City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City
budget appropriation number 43-509.00 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. Vendor will not perform any of the Services detailed in Exhibit A prior to obtaining a
written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Vender shall perform only
those Services specifically detailed in the Notice. If the Vender desires clarification of the scope of any
Notice to Proceed, the Vendor shall obtain such clarification from the City in writing, prior to performing the
service set forth in the Notice to Proceed. Any services performed without the City's prior express written
authorization will not be compensated.
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 Fifty Nine Thousand Seven Hundred Twenty Eight Dollars and Fifty Eight
Cents ($59,728.58) (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 thirty-five (35) 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 conformance 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, 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.
[SAContrsas\Prof.Svm & Goods Sva\Strcci)20171Eng]odo , Inc Goods and S—icesdoc:3/82017 3:59 PM]
Engledow Inc.
Street Department - 2017
Appropriation #43-509.00; P.O. #33479, 100086
Contract Not To Exceed $59,728.58
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.
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.
[SAContracts\Prof.Sv &C—ds Svcs\Strce1120171Eng1cdm, Inc Goals and Servic-doc:31g12017 3:59 PM]
2
Engledow Inc.
Street Department - 2017
Appropriation #43-509.00; P.O. #33479, 100086
Contract Not To Exceed $59,728.58
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. E -VERIFY:
Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated
herein by this reference (the "Indiana E -Verify Law"), Vendor is required to enroll in and verify the work
eligibility status of its newly -hired employees using the E -Verify program, and to execute the Affidavit
attached herein as Exhibit D, affirming that it is enrolled and participating in the E -verify program and does
not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with
documentation indicating that it has enrolled and is participating in the E -Verify program. Should
Vendor subcontract_ for the performance of any work under and pursuant to this Agreement, it shall fully
comply with the Indiana E -Verify Law as regards each such subcontractor. Should the Vendor or any
subcontractor violate the Indiana E -Verify law, the City may require a cure of such violation and thereafter, if
no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or
those set forth in the Indiana E -Verify Law. The requirements of this paragraph shall not apply should the E -
Verify program cease to exist.
13. 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.
14. 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.
15. 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
[S:Y:onnactAPr&Sv & Goods Sv.s Sv.1\2017\Eng1cdm, Inc Goals and Savi=doc:3/g/2017 3:59 PM]
Engledow Inc.
Street Department - 2017
Appropriation #43-509.00; P.O. #33479, 100086
Contract Not To Exceed $59,728.58
16. 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.
17. 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.
18. NOTICE:
iW
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, IN 46032
If to Vendor: Engledow, Inc.
1100 E 116th St
Carmel, IN 46032
Attention: Steve Swihart
AND Douglas C. Haney,
Corporation Counsel
Department of Law
One Civic Square
Carmel, Indiana 46032
Notwithstanding the above, notice of termination under paragraph 19 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.
TERMINATION:
19.1 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.
19.2 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.
19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate.
(SAContracts\Prof.Sv & Goads Svcs\Sueet12017\Eng1cdm, Inc Goals and Servic-d=3=017 3:59 PM]
4
Engledow Inc.
Street Department - 2017
Appropriation #43-509.00; P.O. #33479, 100086
Contract Not To Exceed $59,728.58
20. 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.
21. 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.
22. TERM
Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19
hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2017 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.
23. 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.
24. 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.
25. NO THIRD PARTY BENEFICIARIES
This Agreement gives no rights or benefits to anyone other than City and Vendor.
26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document,
it does not engage in investment activities within the Country of Iran.
27. 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.
28. 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.
[S^ContmM\ProLSv & Goods Svcs\SwmA2017\Eng1edm, Inc Goods and Servi—doc:31W017 3:59 PM]
Engledow Inc.
Street Department - 2017
Appropriation #43-509.00; P.O. #33479, 100086
Contract Not To Exceed $59,728.58
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:
zAe-
James Brainar , Presiding Officer
Date: _S —7 -7—
Marg Ann�urkeMember
/ 7
Date: Z � _
Lori S.
Date:
ATTEST:
n
(Christine S. Pauley, er14
Date: ��
(SXonu ct9ftof.Svcs & Goods SvcstSUm1V017EEng1odow, Inc Goods and Savic-doc:31WOV 3:59 PM]
6
ENGLEDOW, INC.
By:
A thorized Si ture
�&Wt0-S L. E4&L oc�Lj
Printed Name
pile
Title
FID/TIN: 3S—IDlvlv9I IS—
Last
S
Last Four of SSN if Sole Proprietor:
Date: j&- /;7-
QUOTE TOTAL FOR 2017 PALLADIUM ANNUALS
TOTAL
2017 PALLADIUM ANNUALS $599728.58
THIS IS TO BE THE FIRST PAGE OF ENTIRE QUOTE.
? - i "<. T
I�T1�
Palladium Annuals- Flower Order and Installation
Specifications 2017
The company awarded the work will be:
1. Maintaining annuals beginning March 15, 2017 with the weekly
maintenance of the Palladium grounds, until December 31St, 2017.
2. Shearing boxwood once during the 2017 growing season beginning
the formation of the Boxwood hedge. (to be done only after meeting
with Ron Williams for directions)
3. Pulling all fall annuals after first killing frost of 2017 and installing
2017 winter display by the Saturday before Thanksgiving.
4. Maintain winter display until December 31,2017
Aerial Image from Summer 2016 (not all planters are depicted above).
is��4 ��s
LOCATIONS OF ANNUALS
Palladium Annual Bed Terms:
15— Stone urns approximately 3 ft. wide (referred to as SMALL STONE URNS)
15— Stone urns approximately 5 ft. wide (referred to as LARGE STONE URNS)
15— Stone planters connecting the 3 and 5 ft. wide urns: each of these planters is
approximately 19" wide and about 23 ft. long (referred to as STONE PLANTERS)
62— Iron urns approximately 18" planting width (referred to as IRON URNS)
**SEE BELOW FOR LIST OF ANNUALS AND
'LOCATIONS FOR EACH SEASON**
SPRING PLANTINGS
(to be installed March 15th through March 31St, 2017):
SMALL STONE URNS (15):
Plant Size Per Urn Total Plants
Snapdragon Snapshot Yellow
4"
6
90
Pansy Marina
1801
12
10 flats
Pansy Delta Violet
1801
12
10 flats
LARGE STONE URNS (15):
Plant Size Per Urn Total Plants
Juncus Blue Arrows
1 gal
5
45
Snapdragon Snapshot Yellow
4"
16
240
Pansy Marina
1801
27
23 flats
Pansy Delta Violet
1801
27
23 flats
Pansy Morpheus
1801
27
23 flats
STONE PLANTERS (15):
Plant Size Per Urn Total Plants
Snapdragon Snapshot Yellow 4" 30 450
Spaced 2/Sq. Ft (+/-) between current perennial
IRON URNS (62):
Plant Size Per Urn Total Plants
Snapdragon Snapshot Yellow
4"
3
186
Pansy Marina
1801
9
31 flats
Pansy Delta Violet
1801
9
31 flats
"Plant substitutions are acceptable as long as they are approved
by Ron Williams or another Street Department Representative.
SUMMER PLANTINGS
(to be installed between May 15th and June 2"d, 2017)
SMALL STONE URNS (15):
Plant Size Per Urn Total Plants
Cordyline
6"
3
45
Double Petunia- Ruffle White
1801
12
10 flats
Double Petunia- Wave Pink
1801
12
10 flats
Dichondra- Silver Falls
4"
12
180
LARGE STONE URNS (15):
Plant Size Per Urn Total Plants
Canna Tropical Yellow
6"
6
90
Angelonia angustifolia- White
1801
12
10 flats
Lantana Landmark Yellow
1801
12
10 flats
Double Petunia- Wave Pink
1801
12
10 flats
Ipomoea Illusion Midnight Lace
4"
12
180
STONE PLANTERS (15):
Plant Size Per Urn Total Plants
Angelonia angustifolia- White 1801 See note* 63 flats
*3 plants spaced between current perennial
IRON URNS (62):
Plant
Gaura lindheimeri `Ballerina Rose'
Double Petunia- Ruffle Plum Vein
Double Petunia- Ruffle White
Sweet Potato Vine- Blackie
Size Per Urn Total Plants
6"
1
62
1801
6
21 flats
1801
6
21 flats
1801
5
18 flats
*Plant substitutions are acceptable as long as they are approved
by Ron Williams or another Street Department Representative.
FALL PLANTINGS
(to be installed October 2nd through October 13th):
SMALL STONE URNS (15):
Plant Size Per Urn Total Plants
Snapdragon Arrow Yellow
4"
6
90
Chrysanthemum Yellow
4"
3
45
Chrysanthemum Dark Purple
4"
3
45
Pansy Morpheus
1801
6
5 flats
Pansy Neon Violet
1801
6
5 flats
LARGE STONE URNS (15):
Plant Size Per Urn Total Plants
Juncus Blue Arrows
1 gal
5
45
Snapdragon Arrow Yellow
4"
16
240
Pansy Marina
1801
27
23 flats
Pansy Neon Violet
1801
27
23 flats
Pansy Morpheus
1801
27
23 flats
STONE PLANTERS (15):
Plant Size Per Urn Total Plants
Chrysanthemum Dark Purple 4" 20 300
Chrysanthemum Yellow 4" 20 300
Spaced 2/Sq. Ft ( +/-) between current perennial
IRON URNS (62):
Plant Size Per Urn Total Plants
Kale Coral Queen
6"
1
62
Snapdragon Arrow Yellow
4"
8
496
Pansy Marina
1801
6
21 flats
Pansy Neon Violet
1801
6
21 flats
*Plant substitutions are acceptable as long as they are approved �f F B �T
by Ron Williams or another Street Department Representative.
A--
6
Of 16
WINTER PLANTINGS:
(to be installed before the Saturday before Thanksgiving)
See below list of appropriate winter installation items.
Winter 2016/17 as examples
706
Contractor is to maintain all planters no less than once per week doing the following for the
entire planted area:
1. Pull any and all weeds in all planters and urns and boxwood beds.
2. Check for and take appropriate measures (hand remove, spray, apply predatory insects etc.)
to insure the plantings are "free" of insects or disease. Plantings can have some insects or
disease if they can be maintained at an acceptable level as to not effect plant growth or
flowering.
3. "Deadhead" any flowers requiring care, this also includes pruning and removal of yellow or
dead leaves.
4. Prune or shear any annuals requiring a tight formal appearance (all annuals planted in the
Stone Planters)
5. Adjust watering schedule on irrigation to all planters and urns.
6. Fertilize plantings when necessary.
Contractor will purchase and install all plant materials (as listed in above
document) , supplies, fertilizers, insecticides, fungicides, ornaments and
decorations needed to do all seasonal change outs and maintain plant materials
in a healthy condition. Contractor is also responsible to remove all trash
generated by the plantings during the weekly maintenance visit.
Contractor is responsible to plant Spring, Summer, Fall, and Winter plantings consisting of
hardy plant materials to maintain a full appearance to the planters. No more than 33% of soil or
mulch shall be visible after planting any seasonal display.
This contract will be for the 2017 growing season. The Contractor receiving the contract will be
responsible for removing the 2016/17 winter display and replace with Spring annuals. Upon the
first frost the contractor will remove the fall display and replace with the winter display which is
to be installed by the Saturday before Thanksgiving. The winter display is to be in all of the urns
and planters.
Winter display is to include Evergreen branches, Eucalyptus, Holly branches (both evergreen
and deciduous), tree branches sprayed white or Gold, Pine cones, Dried hydrangea blooms and
can have Red, Silver or Gold ornaments as well. All soil in the planters is to be covered with the
winter display. Contractor is responsible to "maintain" the winter display replacing any missing
or brown plant materials. It is perfectly acceptable to use "grave blanket" style greens in the
"Stone Planters", the Stone and Iron Urns should include evergreens with the addition of "heavy
ornamentation" to achieve color and focal points in the display. Other winter materials not listed
above may be used if approved by the City prior to installation.
Contractor is responsible for shearing boxwoods once a year. This is to be done between May
15- June 300' No shearing is to be done before contacting Ron Williams or appropriate Carmel
Street Department Representative.
EXHIBIT B
Invoice
Name of Company:
Address & Zip:
Telephone No.:
Fax No.:
Project Name:
Invoice No.
Purchase Order No:
Date:
Signature
Printed Name
Goods
Services
Person Providing
Goods/Services
Date
Goods/
Service
Provided
Goods/Services Provided
(Describe each good/service
separately and in detail)
Cost Per
Item
Hourly
Rate/
Hours
Worked
Total
GRAND TOTAL
Signature
Printed Name
EXHIBIT C
INSURANCE COVERAGES
Worker's Compensation & Disability
Employer's Liability:
Bodily Injury by Accident/Disease:
Bodily Injury by Accident/Disease:
Bodily Injury by Accident/Disease:
Property damage, contractual liability,
products -completed operations:
General Aggregate Limit (other than
Products/Completed Operations):
Products/Completed Operations:
Personal & Advertising Injury
Statutory Limits
$100,000 each employee
$250,000 each accident
$500,000 policy limit
$500,000
$500,000
Policy Limit: $500,000
Each Occurrence Limit: $250,000
Fire Damage (any one fire): $250,000
Medical Expense Limit (any one person): $ 50,000
Comprehensive Auto Liability (owned, hired and non -owned)
Bodily Single Limit:
Injury and property damage:
Policy Limit:
Umbrella Excess Liability
Each occurrence and aggregate:
Maximum deductible:
$500,000 each accident
$500,000 each accident
$500,000
$500,000
$ 10,000
AFFIDAVIT
being first duly sworn, deposes and says that
he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this
matter, could testify as follows:
1. I am over eighteen (1$) years of age and am competent to testify to the facts contained
herein.
2. i am now and at all times relevant herein have been employed by
E►/& LLha_w I (the "Employer")
in the position ofrr•o ; ZC Fd
3. I am familiar with the employment policies, practices, and procedures of the Employer and
have the authority to act on behalf of the Employer.
4. The Employer is enrolled and participates in the federal E -Verify program. Documentation
of this enrolIment and participation is attached and incorporated herein.
5. The Employer does not knowingly employ any unauthorized aliens.
6. To the best of my information and belief, the Employer does not currently employ any
unauthorized aliens.
7. FURTHER AFFIANT SAYETH NOT.
EXECUTED on the % a day of 20f.
Printed: S L. fates
I certify under the penalties for perjury under the laws of the United States of America and the State of
Indiana that the foregoing factual statements and representations are true and connect.
Printed: les L. 6o L.6cy3bw
City o f Carmel
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
Page 9 of 1
PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT
33479
ONE CIVIC SQUARE
35-6000972
THIS NUMBER MUST APPEAR ON INVOICES, AIP
CARMEL, INDIANA 46032-2584
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR
CITY OF CARMEL - 1997
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE
DATE REQUIRED
1 REQUISITION NO.
VENDOR NO.
DESCRIPTION
1/5/2016
355465
2016 Palladium Annuals
ENGLEDOW PROPERTIES LLC
Street Department
VENDOR 1100E 116TH ST
SHIP 3400 W. 131 st Street
TO Carmel, IN 46074 -
CARMEL, IN 46032 -
(317) 733-2001
PURCHASEID
BLANKET.
CONTRACT
PAYMENTTERMS
FREIGHT
1672
QUANTITY
UNIT OF MEASURE
DESCRIPTION
UNIT PRICE EXTENSION
Department: 1206
Account: 43-509.00
1 Each
Send Invoice To:
Street Department
Fund., 101 General Fund
Palladium Annuals
$29,460.00
Sub Total
$29,460.00
$29,460.00
�O"ylU
S o� Da�c�3�1'I
3400 W. 131st Street w, j ' ib -
Carmel,
I--
IN 46074-
(317) 733-2001 PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT
PAYMENT $29,460.00
SHIPPING INSTRUCTIONS • AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN
'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. -
*PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED -BY
Dave Huffman
TITLE Director
CONTROL NO. 33479 CLERK -TREASURER
Douglas Haney
Corporation Counsel
(fINDIANA
o f' Carmel
City
RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
Page 1 of 1
PURCHASE ORDER NUMBER
JL
FEDERAL EXCISE TAX EXEMPT
100086
ONE CIVIC SQUARE
35-6000972
THIS NUMBER MUST APPEAR ONINVOICES, A/P
CARMEL, INDIANA 46032-2584
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR
CITY OF CARMEL -1997
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE
DATE REQUIRED
REQUISITION NO.
VENDOR NO.
DESCRIPTION
1/18/2017
355465
Palladium Annuals
ENGLEDOW PROPERTIES LLC
Street Department
VENDOR 1100E 116TH ST
SHIP 3400 W. 131st Street
TO Carmel, IN 46074-
CARMEL, IN 46032 -
(317) 733-2001
PURCHASE ID
BLANKET
CONTRACT
PAYMENT TERMS
FREIGHT
12041
QUANTITY
UNIT OF MEASURE
DESCRIPTION
UNIT PRICE EXTENSION
Department., 1206
Account., 43-509.00
1 Each
Send Invoice To.
Street Department
3400 W. 131st Street
Fund. 101 .General Fund
2017 Palladium Annuals
$45,620.58 $45,620.58
Sub Total $45,620.58
Carmel, IN 46074-
,-�� I, A ,
(317) 733-2001 PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT
PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $45,620.58
SHIPPING INSTRUCTIONS
' A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
'SHIP PREPAID.
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN
'C.O.D. SHIPMENT CANNOT BE ACCEPTED.
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
n n
/_ /L, //���s��j ✓,.
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO,
ORDERED BY
Dave Huffman Douglas Haney
TITLE Director Corporation Counsel
CONTROL NO. 100086 CLERK -TREASURER