HomeMy WebLinkAboutThe Davey Tree Expert Company/DOCS/18,448/Chemical Application The Davey Tree Expert Company
Department of Community Services -2020
Appropriation#43-504.00 Fund;P.O.#103829
Contract Not To Exceed$18,448.00
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 The Davey Tree Expert Company, 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 43-504.00 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.
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 Eighteen Thousand Four Hundred Forty Eight Dollars ($18,448.00) (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 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.
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.
[S:\Contracts\Prof.Svcs&Goods Svcs\DOCS\2020\The Davey Tree Expert Company Goods and Services.doc:313202012.37 PM]
1
The Davey Tree Expert Company
Department of Community Services -2020
Appropriation#43-504.00 Fund;P.O.#103829
Contract Not To Exceed$18,448.00
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.
[S,\Contmcts\ProfSvcs&Goods Svcs 1DOCS\2020\The Davey Tree Expert Company Goods and Services.doe 3/320201237 PM]
2
The Davey Tree Expert Company
Department of Community Services -2020
Appropriation#43-504.00 Fund;P.O.#103829
Contract Not To Exceed$18,448.00
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:\Coutrac s\ProfSv &Goods Svcs\DOCS\2020\The Davey Tree Expert Company Goods and Servicss.doc:3/32020 12:37 PM]
3
The Davey Tree Expert Company
Department of Community Services -2020 _
Appropriation#43-504.00 Fund;P.O.#103829
Contract Not To Exceed$18,448.00
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:
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 AND Douglas C. Haney,
Department of Community Services Corporation Counsel
One Civic Square Department of Law
Carmel, Indiana 46032 One Civic Square
Carmel, Indiana 46032
If to Vendor: The Davey Tree Expert Company
PO Box 92934
Cleveland, Ohio 44194
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.
19. 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.
[S:\Contracts\Prof.Svcs&Goods Svcs 1DOCS\2020\The Davey Tree Expect Company Goods and Services.doc3/3202012:37 PM]
4
The Davey Tree Expert Company
Department of Community Services -2020
Appropriation#43-504.00 Fund;P.O.#103829
Contract-Not To Exceed$18,448.00
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, 2020 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. DEBARMENT AND SUSPENSION
26.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its
subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily
excluded from entering into this Agreement by any federal agency or by any department, agency or political
subdivision of the State of Indiana. The term "principal" for purposes of this Agreement means an officer,
director, owner, partner, key employee or other person with primary management or supervisory
responsibilities, or a person who has a critical influence on or substantive control over the operations of the
Vendor.
26.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all
subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment,
penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall
immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City's
request, take all steps required by the City to terminate its contractual relationship with the subcontractor for
work to be performed under this Agreement.
[S:\Cootaas\Prof.Svm&Goods Svcs\DOCS\2020\The Davey Tree Expert Company Goods.and Services.doc:3/32020 12:37 PM]
5
The Davey Tree Expert Company
Department of Community Services -2020
Appropriation#43-504.00 Fund;P.O.#103829
Contract Not To Exceed$18,448.00
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.
IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows:
CITY OF CARMEL, INDIANA The Davey Tree Expert Company
by and through its Board of Public
Works and Safety
By: A By:
71dfc
Jam Brainard, Presiding Officer Authorized Signature
Date: 3 " /� — aC
0o— /�l 7ke Vol zIP�(CSt [�' Printed Name
Mary Ann Burke, Member •
Date: pi'sZf /�ata3�
Title
Lori .Wats e ber FID/TIN: 40 1 74) 119
- Date:
Last Four of SSN if Sole Proprietor:
ATTEST:
Date: .f tj /Zo 20
aeE��
Sue Wolfgan , Clerly
Date:(23 /vada 6
�5.Gm•,d.ProfSr-.:fi Gml.S.•DOC ,:6Tht DDceyTree L•eF a CnmTmyCn>.end 5eni 7:202012:37 P.lI
6 i
1
m s�
�rx
� f \ .. �� CRr ; 1 Li
, .
I
\ ro4 Ti)N4d i- /
\ / DEPARTMENT OF COMMUNITY SERVICES
''•ttfp1ANA1'
CHEMICAL APPLICATION AND OTHER LANDSCAPING SERVICES
Quotes are due February 28th,2020 at 9:00 am. Please submit to:
Department of Community Services
ATTN: Daren Mindham
1 Civic Sq
Carmel, IN 46032
I.SCOPE OF SERVICES
This quote shall cover chemical application and other landscaping services.The successful Contractor
will furnish all labor, materials, equipment and services necessary for Chemical Application.
II.CITY OF CARMEL REPRESENTATIVE
All questions related to this quote shall be addressed to:
Daren Mindham
•
Urban Forester
1 Civic Square
Carmel, IN 46032
Phone:317-571-2417
Email:dmindham@carrnel.in.gov
Company Name: ,/!C iveY�!'2e I_er CO. Signature: /��� G�%' /
Quote Amount: $ ) 2, L 1 0 oV Date: 2/2' 12020
I 45f-
Exhibit A :
CAggf
// " vsitTNF'Rry��� •
Cityoof Carmel
DEPARTMENT OF COMMUNITY SERVICES
\NDI ANp
III.WORK REQUIREMENTS
Applicable Standards:
• Contractor must adhere to American National Standards Institute(ANSI 2133.1)current edition.
Work Requirements:
• Contractor shall be certified and hold all required applicators licenses from the state of Indiana.
Contractor shall possess any city right-of-way permits,as necessary.Contractor must comply with all
applicable environmental,chemical,and other laws when performing its obligations.
• Contractor shall not sub-contract any of the work included as part of this contract.All work shall be
completed by staff hired and employed by the Contractor.
• Contractor shall supply all needed labor,trucks,equipment,supplies,materials,safety devices and
other equipment necessary to complete the work.
• Operations shall be accomplished in such a manner as to not damage trees,grass or other plant
material. If damage occurs,the contractor is responsible for such repair or replacement and shall
contact the Carmel Representative to evaluate the damage.
• Traffic control is the sole responsibility of Contractor and shall be coordinated in advance with the
proper department(s)of the city. The blocking of public streets shall not be permitted unless prior
approvals have been made with the appropriate city departments and the Carmel Representative
has been notified. Traffic control shall be accomplished in conformance with state,county and local
highway construction codes and all other applicable law.A traffic maintenance plan is required by
the Carmel Engineering Department for the blocking of any lane.The handbook to use unless,
otherwise directed,will be the CONCISE HANDBOOK FOR TEMPORARY TRAFFIC CONTROL,
Construction,Maintenance,and Utility Operations, 2016,SP-3.
• The staging of vehicles or other equipment on any public sidewalk or path is prohibited.
• Any injuries,damages,expenses or loss to any person or property,public or private,as a result of or
related to the project are the sole responsibility of the Contractor and shall be repaired or
compensated by the Contractor to the satisfaction of both the injured party and the Owner,at no
cost to the Owner.
• The Contractor will schedule project work to occur between the hours of 7:00 a.m.and 6:00 p.m.
Monday through Saturday,only,unless authorized by the Carmel Representative in advance.
Contractor shall not work on any city holidays.
• Any alteration or modification of the work performed under the contract shall be made only by
written agreement between the Contractor and Carmel Representative and shall be made prior to
bit i r
Exhi eT
`,..tOFCAI
c's vsAT\Ef�q '' •
2 1t 0 ar :. :: e
m
m
_ ` , , R I
IORTOMORROW
/
DEPARTMENT OF COMMUNITY SERVICES
INDIAt
commencement of the altered or modified work. No claim for extra work or materials shall be
allowed unless covered by such a written agreement executed by all parties hereto.
• Contractor shall submit product labels of all proposed pesticides and chemicals for Carmel
Representative approval prior to use.
• Contractor shall contact Carmel Representative prior to the start of any pest control applications.
This notification is meant to determine the time frame in which the pest control application work is
to be completed.
IV. LAYOUT OF QUOTE
TREATMENT 1-DISTANCE FOLIAR SPRAY APPLICATION-SCALE
First application:
Late May to early June apply Pyriproxyfen (Distance)to the canopy and trunk of the tree until runoff.
TREATMENT 2-SAFARI SOIL DRENCH-SCALE/BAGWORM
Second application:
Late June to mid-July apply Dinotefuran (Safari)as a soil drench.
TREATMENT 1-DISTANCE FOLIAR SPRAY APPLICATION-SCALE •
Quantity Genus DBH Location
6 river birch 2-3" River Rd;Tall Timber Run to E 146th St,median
4 London planetree 2-3"
22 oak 2-3"
10 hackberry 3-4" Hazel Dell Pkwy;south of E 106th St south end of median to E 146th St,median,
40 honeylocust 7-16" west and east side
7 London planetree 3-5"
5 oak 3-4"
70 elm 3-6"
4 hornbeam 4-6" E 116th St;Brooks Ct east 100 ft,north side
5 elm 3-8" E Main St;Brookshire Pkwy to Hazelwood Dr,north side
42 honeylocust 2-12" E 116th St;College Ave to Keystone Pkwy,median
9 honeylocust 6-9" E Carmel Dr;S Rangeline Rd to MA Way,north and south side
E bit
A 3615
( , City oof Carmel
DEPARTMENT OF COMMUNITY SERVICES
/�NDIAtip
I 13 I oak 16-11"
10 zelkova 5-8" 1 Civic Sq;City Hall -
5 hornbeam ' 4-6" W City Center Dr;Hancock Rd to S Rangeline Rd,median,including S.Rangeline Rd;
2 hackberry 5_6" south of City Center Dr,parking bump-outs,west side
51 oak 2-10"
5 honeylocust 3-5"
8 honeylocust 7-9" W Main St;Knoll Ct to 2"d Ave NW,north side,tree pits,Including Rangeline Rd and
5 honeylocust 4-5" W Main St;NW,SW and SE corners,tree pits
•
8 hornbean 3-5" Old Meridian St;Pennsylvania St to N Guilford Rd,median
3 oak 3-5"
4 elm 2-4" Pennsylvania St;south of E 103rd St to Old Meridian St, include Just west of
42 zelkova 2-11" ' Pennsylvania St at E 103rd St
1 hornbeam 8" Illinois St;W 106t"St to W 136th St W,median
10 honeylocust 2-6"
34 oak 3-8"
-
12 elm 3-8"
22 'zelkova 3-8"
90 oak 2-14" Oak Ridge Rd;W 136th St to W 146t"St,median,east and west sides,and behind
sidewalk on the east side on the north end and behind sidewalk on the west side
on the south end
8 honeylocust 6-10" W 136°St;Ditch Rd to Oakridge Rd,median,north side
7 tuliptree 3-7"
19 oak 4-6" Springmill Rd;W Main St to W 146th St,median
12 elm 3-4"
21 hornbeam 2-7" W 141st St;Inglenook In to Magic Stallion Dr,north and south side
31 oak 5-9"
6 tuliptree 2-3" W Main St;Shelborne Rd to Springmill Rd,median,north and south side
68 zelkova 2-10"
4if71
Exhibit K
c of Cq,4?
`QNKrrgs� !
City of Carmel
Sri...-„...
FOR Tl1110 AON
�NDIANa DEPARTMENT OF COMMUNITY SERVICES
27 maple 4-7" Towne Rd;W 116th St to W 146th St,median,west and east side
23 redbud 2-4"
25 honeylocust 2-7"
74 oak 2-11"
13 zelkova 6-10"
40 honeylocust 2-7" W 126th St;Shelborne Rd to Towne Rd,median,north and south side
39 oak 2-7"
6 elm 5-8"
3 yellowwood 3-6" Shelborne Rd;W 116t St to north of W 126th St,median,east side
19 oak 3-7"
8 elm 6-8"
30 zelkova 5-10"
Scale/Bagworm:
Late June to mid-July apply Dinotefuran (Safari) as a soil drench.
,.TREATMENT2-'S ARI4411DRENCH 5 AEOBAGWORM '
Quantity Genus DBH Location
7 river birch 2-3" River Rd;Tall Timber Run to E 146th St,median
4 London planetree 2-3"
22 oak 2-3"
7 bald cypress 2-3"
1 river birch 2-3" Hazel Dell Pkwy;south of E 106th St,south end of median to E 146th St,median,
14 hackberry 3_4 west and east side
5 dawn redwood 3-4"
30 spruce 3-4"
15 London planetree 3-5"
14 oak 3-4"
18 bald cypress 2-12"
80 elm 2-6"
4 hornbeam 4-6" E 116th St;Brooks Ct east 100 ft,north side
5 spruce 2-3" E Main St;4443 E Main St to Hazelwood Dr,north and south side
10 bald cypress 2-3"
542
Exhibit
c,QI mits,Mc?
•
•
( :__ :_, A Cityot
121 id' I: /
\1 1A / DEPARTMENT OF COMMUNITY SERVICES
\ND I At
5 elm 3-8"
42 honeylocust 2-12" E 116th St;College Ave to Keystone Pkwy,median
9 honeylocust 6-9" E Carmel Dr;S Rangeline Rd to MA Way,north and south side
13 oak 6-11"
10 zelkova 5-8" 1 Civic Sq;City Hall
5 hornbeam 4-6" W City Center Dr;Hancock Rd to S Rangeline Rd,median,including S Rangeline
2 hackberry 5-6" ' Rd;south of City Center Dr,parking bump-outs,west side,and including E City
Center Dr;S Rangeline Rd to Enclave Cir,median
51 oak 2-10"
5 honeylocust 3-5"
13 honeylocust 2-3"
16 bald cypress 2-3"
8 honeylocust 7-9" W Main St;Knoll Ct to 2"d Ave NW,north side tree pits,including Rangeline Rd
5 honeylocust 4-5" and W Main St;NW,SW and SE corners,tree pits
7 elm 3-5" W Main St;Grand Blvd to Old Meridian St,median,including Old Meridian St;
8 zelkova 3-5" Pennsylvania St to N Guilford Rd,median
8 hornbeam 3-5"
3 oak 3-5"
10 bald cypress 3-4"
4 elm 2-4" Pennsylvania St;south of E 103rd St to Old Meridian St,(to include just west of
42 zelkova 2-11" Pennsylvania St at E 103rd St)
1 hornbeam 8-9" Illinois St;W 106th St to W 136th St W,median,Including W 116th St;Illinois St to
10 honeylocust 2-6" US 31,median
34 oak 3-8"
12 elm 3-8"
23 zelkova 2-8"
11 bald cypress 2-3"
90 oak , 2-14" Oak Ridge Rd;W 136th St to W 146th St,east and west sides,behind sidewalk on
the east side on the north end and behind sidewalk on the west side on the south
end,and median
exhibit 6 �
of CAg4,
•
Olt C G T\L �!
1
Cityof C
7=Iiii7¢7
DEPARTMENT OF COMMUNITY SERVICES
8 honeylocust 6-10" W 136th St;Ditch Rd to Oakridge Rd,median,north side
7 tulip tree 3-7"
4 oak 2-3"
2 elm 2-3"
12 hawthorn 3-4" Springmill Rd;south of W Main St to W 146th St,median
4 spruce 3-4"
20 London planetree 3-4"
5 cherry 4-6"
29 oak 2-6"
5 bald cypress 2-3"
14 elm 2-4"
5 maple 6-7" Ditch Rd;W 136th St to W 1415t St,median
6 birch 2-3"
1 hackberry 2-3"
1 London planetree 2-3"
6 oak 3-4"
5 bald cypress 2-3"
1 elm 2-3"
6 zelkova 2-3"
21 hornbeam 2-7" W me St;Inglenook Ln to Magic Stallion Dr,north and south side
31 oak 5-9"
12 serviceberry 5-6" W Main St;Shelborne Rd to Springmill Rd,median,north and south side
102 hackberry 2-8"
1 redbud 2-3"
1 spruce 3-4"
6 London planetree 2-3"
16 oak 2-3"
6 tulip tree 2-3"
9 elm 2-11"
68 zelkova 2-10"
27 maple 4-7" Towne Rd;W 116ei St to W 146th St,median,west and east side
1 hornbeam 3-4"
4 hackberry 2-3"
7 1,4
reit
uf
:-: A ► City of C
DEPARTMENT OF COMMUNITY SERVICES
\!NOIA�p-
23 redbud 2-4"
25 honeylocust 2-7"
10 eastern red cedar 3-4"
74 oak 2-11"
1 elm 2-3"
13 zel 5-10"
40 honeylocust 2-7" W 126th St;Shelborne Rd to Towne Rd,median,north and south side
39 oak 2-7"
6 elm 5-8"
3 yellowwood 3-6" Shelbome Rd;W 116th St to north of W 126th St,median,east side
19 oak 3-7"
8 elm 6-8"
30 zelkova 5-10"
L
8 Dl0
Aqihibit
EXHIBIT B
Invoice
Date:
Name of Company:
Address &Zip:
Telephone No.: •
Fax No.:
Project Name:
Invoice No.
Purchase Order No:
Goods Services
Person Providing Date Goods/Services Provided Cost Per Hourly Total
Goods/Services Goods/ (Describe each good/service Item Rate/
Service separately and in detail) Hours
Provided Worked
GRAND TOTAL
Signature
Printed Name
EXHIBIT C
INSURANCE COVERAGES
Worker's Compensation&Disability Statutory Limits
Employer's Liability:
Bodily Injury by Accident/Disease: $100,000 each employee
Bodily Injury by Accident/Disease: $250,000 each accident
Bodily Injury by Accident/Disease: $500,000 policy limit
Property damage, contractual liability,
products-completed operations:
General Aggregate Limit(other than
Products/Completed Operations): $500,000
Products/Completed Operations: $500,000
Personal &Advertising Injury
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: $500,000 each accident
Injury and property damage: $500,000 each accident
Policy Limit: $500,000
Umbrella Excess Liability
Each occurrence and aggregate: $500,000
Maximum deductible: $ 10,000
•
•
•
EXHIBIT D
AFFIDAVIT
GliAe1 A. Vol z ,being first duly sworn,deposes and says that
hefshe 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(18)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
NYC./ Try Atipert Co,ppl (the"Employer")
in the position of D,'sira+ eJ`
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 and has
provided documentation of such enrollment and participation to the City of Carmel,
Indiana.
•
5. The Company does not knowingly employ any unauthorized aliens.
FURTHER AFFIANT SAYETH NOT.
I
EXECUTED on the S day of m o rc.] ,20 20,
X//#‘•
Printed: AA'(Le ( V O1 z.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 correct.
f
Printed: /1/1 Ji e l �o)
Cityv (f Cari:iie]IINDIANA RETAIL TAX EXEMPT Page 1 of 1
O CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER
of FEDERAL EXCISE TAX EXEMPT 103829
ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A!P
CARMEL, INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
2/28/2020 00351274 Chemical application as instructed by Urban Forester
DAVEY TREE SERVICE Dept of Community Service
VENDOR PO BOX 92934 SHIP 1 Civic Square
TO Carmel, IN 46032-
CLEVELAND,OH 44194--2934
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
44754
QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION
Department: 1192 Fund: 101 General Fund
Account: 43-504.00
1 Each Chemical Application $18,448.00 $18,448.00
Sub Total $18,448.00
�`- .r y -"I-gyp -3 ,+�. ay',y
t
/ 7 : \, „,
`' i
vt� i
P r i I
YY r'
Send Invoice To: R,, ii
Dept of Community Service '\ .'� e
, ..-/ /
't < /3
I Civic Square ''\, z � i y '
Carmel, IN 46032- '•- - 1 :a `� '''`
PLEASE INVOICE IN DUPLICATE
DEPARTMENT I ACCOUNT I PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $18,448.00
SKIPPING 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 UNOBLIGATED BALANCE IN
*C.O.D.SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
*THIS E SSUE IN BER MUST APPEAR OH ALL SHIPPING
99,ACTS
LABS ��/r � A-0 -'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 194 �...�� "-/ri�l
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY
Mike Hollibaugh James Crider
TITLE Director Administration
CONTROL NO. 103829 CONTROLLER