Loading...
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