HomeMy WebLinkAboutDavey Resource Group, Inc./DOCS/$59,000/2022 Invasive ControlDavey Resource Group, Inc.
Department of Community Services - 2022
Appropriation #1192 101 43-504.00 Fund, P.O. #106763
Contract Not To Exceed $59,000.00
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
Davey Resource Group, 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.
2. PERFORMANCE:
City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget
appropriation number 1192 101 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 Fifty Nine Thousand Dollars ($59,000.00) (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.
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 parry 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.
5:'Co tracls,Depuuumts DOCS,202='Dash Rn ,i Groq), Inc G—isand Sm ices duce 9 1•I20221` 19 P]I]
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Davey Resource Group, Inc.
Department of Community Services - 2022
Appropriation #1192 101 43-504.00 Fund; P.O. #106763
Contract Not To Exceed $59,000.00
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. All
provisions of this Section 7 are contingent upon City paying Vendor all sums due and owing for Goods and
Services provided under this Agreement.
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 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 certificates of insurance for 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 to the extent caused by negligent or willful
acts or omissions during 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, reasonable
attorney fees, and other expenses, caused by any negligent or willful 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 for a period of two (2) years.
S:\\Contracts\\Departments\\DOCS\\2022\\Davey Resource Group, Inc. Goods and Services.docx:9/14/2022 12:59 PM\]
2
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Davey Resource Group, Inc.
Department of Community Services - 2022
Appropriation #1192 101 43-504.00 Fund; P.O. #106763
Contract Not To Exceed $59,000.00
Vendor’s indemnity, defense, and hold harmless obligations shall not extend to any claim or liability that is
alleged to be caused by the negligence or willful misconduct of City orother third party not controlled by Vendor;
rather, such indemnification claims shall be administered based upon a determination of the proportional fault
of each party. Vendor retains the right to select counsel reasonably acceptable to City, City will provide
reasonable cooperation, and City will not unreasonably withhold consent to settle any claims for which Vendor
is providing defense or indemnification.
Notwithstanding anything to the contrary in this Agreement or elsewhere, in no event shall Vendor’s total liability
exceed the applicable insurance limits set forth in Exhibit C hereto.
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. In accordance and consistent with Section 9
above, 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.
S:\\Contracts\\Departments\\DOCS\\2022\\Davey Resource Group, Inc. Goods and Services.docx:9/14/2022 12:59 PM\]
3
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Davey Resource Group, Inc.
Department of Community Services - 2022
Appropriation #1192 101 43-504.00 Fund; P.O. #106763
Contract Not To Exceed $59,000.00
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.
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 state or federal court with jurisdiction
over 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 itis 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 City of Carmel
Department of Community Services Office of Corporation Counsel
One Civic Square One Civic Square
Carmel, Indiana 46032 Carmel, Indiana 46032
If to Vendor: Davey Resource Group, Inc.
rd5641West73 Street
Indianapolis, Indiana 46278
With a copy to: Davey Resource Group, Inc.
Attn: Legal Department
295 S Walter Street
Kent, Ohio 44240
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.
S:\\Contracts\\Departments\\DOCS\\2022\\Davey Resource Group, Inc. Goods and Services.docx:9/14/2022 12:59 PM\]
4
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Davey Resource Group, Inc.
Department of Community Services - 2022
Appropriation #1192 101 43-504.00 Fund; P.O. #106763
Contract Not To Exceed $59,000.00
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.
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, 2022 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.
S:\\Contracts\\Departments\\DOCS\\2022\\Davey Resource Group, Inc. Goods and Services.docx:9/14/2022 12:59 PM\]
5
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Davey Resource Group, Inc.
Department of Community Services - 2022
Appropriation #1192 101 43-504.00 Fund; P.O. #106763
Contract Not To Exceed $59,000.00
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.
27. IRAN CERTIFICATION
Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this Agreement, it does not engage in
investment activities within the Country of Iran.
28. 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.
29. 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:\\Contracts\\Departments\\DOCS\\2022\\Davey Resource Group, Inc. Goods and Services.docx:9/14/2022 12:59 PM\]
6
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Davey Resource Group, Inc.
Department of Community Services - 2022
Appropriation #1192 101 43-504.00 Fund: P.O. #106763
Contract Not To Exceed $59,000.00
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows:
CITY OF CARMEL, INDIANA
by and through its Board of Public
Works and Safety
By:
James Brainard, Presiding Officer
Date:
Mary Ann Burke, Member
Date:
Lori S. Watson, Member
Date:
ATTEST.
Sue Wolfgang, Clerk
Date:
Davey Resource Group, Inc.
arwBy.
G
Authorized Signature
Jacob Bannister
Printed Name
Senior Associate Consultant
Title
FIDITIN: 82-1948528
Date: Aigi m
S:•%CmivazDepuU—WDDCS 2022'.Dmq Rey —Group. Inc Goodsand S—i—d-.,,914=' l_ 59 PNQ 7
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
9/21/2022
9/21/2022
9/21/2022
9/21/2022
Exhibit A
City of Carmel
DEP.l\RTl\ffNT OF COMMlJNfTY SERVICFS
QUOTE FOR TREE AND SHRUB REMOVAL, CHEMICAL APPLICATION AND OTHER LANDSCAPING SERVICES
Quotes are due July 29, 2022, at 11:00 am. Please submit to:
I.SCOPE OF SERVICES
Department of Community Services
ATTN: Daren Mindham
1 Civic Sq
Carmel, IN 46032
The quote is for tree and shrub removal, chemical application, and other landscaping services. TheContractor
will furnish all labor, chemicals, equipment, and services necessary for tree and shrub removal, and chemical
application.
II.CITY OF CARMEL REPRESENTATIVE
All questions related to this quote shall be addressed to:
Daren Mindham
Urban Forester
1 Civic Square
Carmel, IN 46032
Phone: 317-571-2283
Email: dmindham@carmel.i n.g av
Company Name: Davey Resource Group, Inc.a!---Signature: ---,,;,.----..... dz!!_-------1
Quote Location A Keystone Parkway mapped areas Amount:_,$.,.5""9_..0...,0:..::0:..:..;.00::...._ ________ _
Quote Location B City-wide mapped areas Amount: _$_3_0_,_rn_o_._o_o ____ ----
Date: 8/8/2022
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
City of Carmel
DL-:PA.RTMENT OF COMMUNITY Sl RVICl S
Ill. WORK REQUIREMENTS
Applicable Standards:
Contractor must adhere to American National Standards Institute (ANSI A300} and (ANSI 2133.1) current
editions.
Work Requirements:
All work shall be completed during the stated application timeframe after received work order from Carmel
Representative.
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.
Contractor shall require authorization from the Carmel Representative for any sub-contracted work.
Otherwise, all work shall be completed by employees of the Contractor.
Contractor shall supply all needed labor, trucks, equipment, supplies, materials, safety devices and other
equipment necessary to complete the work.
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. Please contact our
Engineering Department for any questions about traffic control associated with the blocking of a lane.
Any injuries, damages, expenses or loss to any person or property, public or private, by Contractor during
performance of 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.
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 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.
All tree debris, or other debris resulting from any tree work shall be promptly cleaned up and removed from
site. The work area shall be always kept safe and neat until the cleanup operation is completed. Under no
2
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
City of Carmel
DEPARTMENT OF COMMUNITY SERVICES
private property in such a manner as to result in a hazard. This cost shall be included in the individual pricing
under 'Layout of Quote'.
Contractor shall be certified and hold all required applicator's 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 submit product labels of all proposed chemicals for Carmel Representative approval prior
to use.
Contractor shall contact the Carmel Representative prior to the start of any applications. This notification is
meant to determine the time frame in which the application work is to be completed.
Water usage: Please contact Greg Hollander, ghollander@carmel.in.gov, for any water hydrant questions.
You will need a meter and yes, you will need to pay for it and there may be a deposit.
IV.LAYOUT OF QUOTE (to the nearest fifth dollar)
Do not cross over any fences
Removal and Maintenance: {Complete by October 10, 2022)
Cut and spray all tree of heaven (Ailanthus altissima), callery pear (Pyrus calleryana), multiflora rose (Rosa
multifora), bamboo, burning bush (euonymus alatus) and barberry (Berberis thunbergia, B. vulgaris)
Cut and remove all plant material with woody stems from the ground within 15 (fifteen) feet of the
Keystone asphalt, ten (10) feet from highway signage and light poles, and five (5) feet from all other
structures like walls or guard rails
Cut and remove all vines growing up trees
Remove all trash, non-biodegradable
Remove any piles of debris (sticks, vines)
Chemical Application: (Complete from October 10 to October 31, 2022)
Treatment: 2% glyphosate and .25% spreader sticker-per label for honeysuckle
Spray all honeysuckle (Lonicera tatarica, L. morrowii, L. X be/la) to the foliage until runoff
In areas near water, a foliar spray of an aqua labeled glyphosate with spreader should be used
90% effectiveness of honeysuckle mortality required
TREATMENT -2% glyphosate and .25% spreader sticker
LOCATION A Keystone Parkway; E 98th Street to Lowe's Way
B Mapped areas as attached
3
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
1\
id SI
Smokey RC'.'.' Rd
a-'""oo<! 1tc f
Ci\tlME:L E Moln St E Ma:r; Sf
u "'
s "'.,
e: 1C5lh SI
E. 10'101 Sl
JT
116th S1
ECHO CREST
ORCHARD
PARK
Keystone Parkway Invasive Species Removal
E ,1.":i'U St
N\I\JARf(
VILLAGE
S Carmel Dr
11,· ...
futJ•e \'
E116chSt E1HilhSt
Go 1 \Oli1 SI
E 1061h St
HOLP,DA \'
HILLS AND
DALES
E !HlLh St
8 l
E :Gtt: St
i·
o' .f "
z
16lhSl
E 1aeu, s:
E,;n, HERE. GXDII,\ »fL"-lt1il og,e1. Inc, METI/NASA, USGS, E.PA, NPS, US Census Sure;;iu, 11 USDA
CHESTERTON
Legend ";;,:
1
Map View Number
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Keystone Parkway Invasive Species Removal
0 85 170 -= 340 510 680
Feet
Parcel Boundary (publK}
Keystone Treatment Areas
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Keystone Parkway Invasive Species Removal
o 45 go -=-180 270 360
Feet
Parcel Boundary (publk)
Keystone Treatment Areas
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Keystone Parkway Invasive Species Removal
360
ec:::iec••-===•••Feet
o 45 go 180 270 Parcel Boundary (public)
Keystone Treatment Areas
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Keystone Parkway Invasive Species Removal
330 440 ••=---===--
Feet
o ss 110 220 Parcel Boundary (public)
Keystone Treatment Areas
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Gi) Keystone Parkway Invasive Species Removal
0 30 60 120 180 240 •=-:=-••==••
Feet
Parcel Boundary (fJublic)
Keystone Treatment Areas
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Keystone Parkway Invasive Species Removal
0 45 90 180 270 360 -=-==---===---
Feet
L1gend
Parcel Boundary (public)
Keystone Treatment Areas
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Keystone Parkway Invasive Species Removal
0 45 90 -= 180 270 360
Feet
Parcel Baunci ry (public)
Keystone Treatment Areas
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Keystone Parkway Invasive Species Removal
0 35 70 140 210 280 -=•=-••===-••
Feet
Parcel Boundary {public)
Keystone Treatment Areas
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Keystone Parkway Invasive Species Removal
0 35 70 -=-140 210 280
Feet
Parcel Bouncla1y (public)
Keystone Treatment Areas
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
EXHIBIT B
Invoice
Date:
Name of Company:
Address & Zip:
Telephone No.:
Fax No.:
Project Name:
Invoice No.
Purchase Order No:
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
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
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
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
Andrew Kraut
Davey Resource Group, Inc.
HR Compliance Supervisor
9thSeptember22
Andrew Kraut, HR Compliance Supervisor
Andrew Kraut, HR Compliance Supervisor
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032
City of Carmel INDIANA RETAIL TAX EXEMPT Page 1 of 1
CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT 106763
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.
8/26/2022
DAVEY RESOURCE GROUP INC
VENDOR 5300 WELLINGTON BRANCH DR
SUITE 100
GAINESVILLE, VA 20155 -
PURCHASE ID BLANKET I CONTRACT I
68452
QUANTITY UNIT OF MEASURE I
Department: 1192
Account: 43-504.00
1 Each
Fund: 101 General Fund
Send Invoice To:
Dept of Community Service
1 Civic Square
Carmel, IN 46032-
Invasive Control
VENDOR NO.
373910
PAYMENT TERMS
DESCRIPTION
DESCR IPTION
Tree and Shrub Removal, Chemical Applicat ion and other
SHIP
TO
Landscap ing Serv ices
Dept of Community Service
1 Civic Square
Carmel, IN 46032-
FREIGHT
UNIT PRICE I EXTENSION
59,000.00 $59,000.00 -------
Sub Total $59,000.00
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT I PROJECT I PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID.
COD. SHIPMENT CANNOT BE ACCEPTED.
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.
CONTROL NO. 1 06763
ORDERED BY
TITLE
CONTROLLER
PAYMENT $59,000.00
NP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE PO NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER
Mike Hollibaugh
Director
James Crider
Director of Administration
DocuSign Envelope ID: 5642928D-5E46-45C0-98D6-83D681323032