Loading...
Bartlett Tree Experts/DCS/75,000/Quote for Tree Removal and Landscape Bartlett Tree Experts Department of Community Service:-2016 Appropriation#43-504,00; P.O.#33291 • Contract Not To Exceed$75,000.00 JAO 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 Bartlett Tree Experts 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 Seventy Five Thousand Dollars ($75,000.001 (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty(30)days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in 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. lS:'Cmiunas�RuGSarsRGrnla Sva+DOGS12016Vfonlc,,Tree Bs pet is Goa&&Scrim FORA!-WITH 1!-Va!ty I<np,p4lu."20RI1169:49 AM Bartlett Tree Experts Department of Community Service-2016 Appropriation#43-504.00; P.O.#33291 Contract Not To Exceed$75,000.00 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner.Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto.At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond,all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c)fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana,such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury.to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request,with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30)days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. 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. • Peatinat Pa.SsssS OW,Svt,V005101G1041110 hcc FsprrtsGrxls C sarlctt PoRM•WETII 6VrriiylangusgrAhc:12NII116 rag AM] 7. Bartlett Tree Experts Department Of Community Service-2016 Appropriation##43-504.00; P.O.#33291 Contract Not To Exceed$75,000.00 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. IS:IGnlrm:ulpnrSnaRRook S' J)OCS20161barilcn Trcohxpau Omit R.Screices FORM-WITH E-Verify lAnyrmge.ttru:I20120165A-.).tit) Bartlett Tree Experts Department of Community Service-.2016 Appropriation#43-504.00; P.O.#33291 Contract Not To Exceed$75,000.00 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, One Civic Square Corporation Counsel Carmel, Indiana 46032 Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Bartlett Tree Experts P.O. Box 3067 Stanford, CT 06905 ATTENTION: - i 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. $:l(UIIIf5Cia11'lnLSa+ra$Cuall4 SvODOCS:1016113utlelt Tlm Expcm Cm&&Surl.c FORM•R7711I Vc.iIy t.nnplmgc.dn iMiaui69:49,%Si 1 I 4 Bartlett Tree Experts Department of Community Service-2016 Appropriation#43-504.00; P.O.#33291 Contract Not To Exceed$75,000.00 - I 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 31,2016 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants,terms,warranties and obligations set forth in.Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran, 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely,voluntarily, and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. I:u;��r+a.,rNrsr., c�trs,<,,nac-saoinn,nicnrr«r.x,Krncw.i,ascrw«,Fokaa-wirHcv�ry•uogliapaa.z.irarniRra9nMl 5 Bartlett Tree Experts Department of Community Service-2016 Appropriation#43-504.00; P.Q.#33291 Contract Not To Exceed$75,000.00 IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA * Bartlett Tree Experts by and through its Board of Public Works and Safety Y: By: I fr- e, ,- ames Brainard,.Pres'dinl Officer Authorized Signature Die: i 2r (> 1/L'��!%t�"" ""Ir Matthew Farin •�_. Printed Name MaryAnn rke,A m � i Date: oo�� Vice President Title 'Lori S. atso►/WMember FID/TIN: 06-0254490 Date: f 3 J i (p Last Four of SSN if Sole Proprietor: A S - Date: 1/25/2016 (. , -- - 41 a-e-a(,V lriistine `. P �ee��I� Clerk-Treasurer * BARTLETT TREE EXPERTS IS THE REGISTERED Date: � 5 �! , TRADE NAME DE THE-EA,BARTLETT IKE EXPERTCOMPAR A CGNNECTICUT 1Yfcs :i is:1C,nilraci{1FIrs.slt3 3 Gnls Sscs1D005 20I61Dmilcu Tice Experts Cawh fi Services FORM-W TII C•\'etilj•Irugunge.doc:I202016 9:49 ANII 6 41441\ f - • City of Carmel DEPARTMENT OF COMMUNITY SERVICES QUOTE FOR TREE REMOVAL AND LANDSCAPE MAINTENANCE CONTRACT NOT TO EXCEED$75,000,00 Quotes are due January 15*,2016 at 9:00 am.Please submit to: Department of Community Services ATM:Daren Mindham One Civic Sq Carmel,IN 46032 I.SCOPE OF SERVICES The quote is for tree removal and other landscape maintenance.The Contractor will furnish all labor,materials (unless notified),equipment and services necessary for tree removal/maintenance and clean-up of debris. II.CITY OF CARMEL REPRESENTATIVE All questions related to this quote shall be addressed to: Received 0i-19-16 Pa2: 18 IN Daren Mindham City of Carmel Urban Forester One Civic Sq Depertmentof Caw Carmel,IN 46032 Phone:317-571-2417 Email:dmindham@carmel.ln.gov Ili.WORK REQUIREMENTS Applicable Standards: • Contractor must adhere to American National Standards Institute(ANSI A300)and(ANSI Z133.1)current editions. Work Requirements: • All work shall be completed within 5O days 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 call 1-800-382-5544 to have all underground utility locations marked. ONE CHIC SQUARE CARMEL,INDIANA 46032 317-571-2417 6 5- iBIT A JGr % ( :. ) CityofCarme1 / iii ll • � /' DEPARTMENT OFCOMMUNITY SERVICES , "AND I t1N% • • 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 a,nd 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,2014,SP-2. . • 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. • 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,excess soil and mulch,metal baskets,wrapping material or other debris resulting from any • tree work shall be promptly cleaned up and removed from site.The work area shall be kept safe and neat at all times until the cleanup operation Is completed.Under no circumstance shall the accumulation of soil, • branches,or other debris be allowed overnight upon a public or 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'. • Stump removal shall be completed by a stump grinding machine,unless authorized by the Carmel Representative. • 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 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. • EXHIBIT A . . ONE CIVIC SQUARE CARMEL,INDIANA 46032 317-571-2417 ! k(of caR,46, Q��LreFg�nCe. 1 .iffehi°"' I t I . City of Carmel ;• DEPARTMENT OF COMMUNI1Y SERVICES .�NIIiANP; • IV.LAYOUT OF QUOTE(to the nearest fifth dollar) • TREE REMOVAL: • Tree removals shall be assigned by the Carmel Representative.Please provide a cost quote for removing a tree. within the corresponding range.This is not based on each inch,but per range:Example:>6-12"=$200 Price per tree within 0-6" $ L S >18-24" $ 4q 5 >36-42" $ 12-S 0 DBH range >6-12" $ 1 S 5 >24-30" $ r'15 5 >42" $ 114 g 0' >12-18"$ 33 0 >30-36" $ to' STUMP REMOVAL: Stump grinding shall remove any part of the tree and roots that would affect the planting of a new 3"ball and burlap tree,unless noted by the Carmel Representative.Ground stump areas shall be leveled to grade with a minimum addition of 6"of topsoil and seeded with a lawn grass mix.Please provide a cost quote for a stump removal within the corresponding range.This is not based on each Inch,but per range. Example:0-12"=$50 Price per stump within 0-12" $ SS >24-30" $ '1 5 >36-42" $ I'I G range measured at 3"ht >12-24" $ ''1,5 >30-36" $ 12-0 >42" $ • TREE PRUNING(Crown raising): Pruning shall be assigned by the Carmel Representative.Please provide a cost quote for pruning a tree within the corresponding range.This is not based on each inch,but per range.Example:0-12"=$80 • • Price per tree within 0.12" $ 140 >24-30" $ 3 av - >36.42" $ L1 DBH ranee >12-24" $ a.l 0 >30-36" $ 5 0 >42" $ 5 00 CHEMICAL APPLICATION:(to the nearest dollar) Chemical applications,product and methods shall be approved per the Urban Forester.Quote should be based on achieved bagworm and scale control,but may include other types of applications. • • Scale—Early May:First application apply bifenthrin to the canopy and trunk of the tree until runoff. Early to Mid-June(when catalpa trees bloom): Second application apply bifenthrin to suppress spider mite outbreak from occurring as well as kill scale crawlers that were not affected by the first application. *also targeting for bagworms in early to mid June when catalpa trees bloom • Bagworms—Early to mid June:apply bifenthrin to the canopy.(when catalpa trees bloom) Emerald Ash Borer—Mid May:perform a systemic root flare injection treatment to the following trees to help suppress emerald ash borer with the product Tree-age at appropriate time and rate for insect control. ONE CIVIC SQUARE CARMEL,INDIANA 46032 317-571-2417 EXb I B IT of 6 i City i ao Carmel DEPARTMENT OF COMMUNITY SERVICES --AltolAtIN price per inch at DBH applied bagworm control $ I.5o ' scale control $ I.SO EAB treatment $ '3, $p SOIL MANAGEMENT PROGRAM:(to the nearest dollar) . Perform soil analysis to determine tree health needs for specific areas.One collective sample may be sufficient for areas near to one another.Employ various prescription fertilization treatments(custom mix of elements (macro and micro)that are lacking in the soil)as determined by soil analysis. Address alkaline soils and prescribe measured amounts of sulfur In frequent applications when pH is above the ideal range for the plant.Note:Only apply a maximum of about 151bs per 1000 sq.ft.to avoid significant turf burn. For example,if 40 lbs.per 1000 sq.ft,is recommended,then schedule three separate applications at a minimum of 6-week intervals, Soil analysis per test site $ 85.00 Soil Management/Fertilizer application per tree diameter range Prescription-based fertilization-Organic fertilizer Deep-root(grid)/ Broadcasting Price per trge.within 0-6" $ LO "" / I DBH ranee >6-12" $ 20 " / 12. >12-18" $ 4o — / v.S >24" $ (OO~ / '4 0 Prescription-based fertilization-Synthetic fertilizer Price per tree within 0-6" $ 15 - / - fita DBH ranee >6-12" $ 26 - / -- 11/1+ - >12-18" $ 5o / - NfA - >24" $ 16' / - i i/! - pH Modification Application Sulfur application 15Ibs per 1Q00 sq.ft. $ 75 r Company Name: brltiT Tr*. P°A Signature: Date: "1'14' ONE CIVIC SQUARE CARMEL INDIANA 46032 317-571-2417 EXH- 0 m fl A 5{O i I ,-..6uF C4, s City i *.e:MIFALrill..--.. , ity of Carmel , ,,,,,,., i \ „:„.„.q,!,, ,' DEPARTMENT OF COMM LINT/ SERVICES i Expected work order{however,may not be limited to: Scale—Early May:First application apply bifenthrin to the canopy ipnd trunk of the tree until runoff. Early to Mid-June(when catalpa trees bloom): Second application apply bifenthrin to suppress spider mite outbreak from occurring as well as kill scale crawlers that were not affected by the first application. *also targeting for bagworms in early to mid June when catalpa trees bloom Quantity Genus DBH Mao Pg.Location 1 20 Oak 3-5" 1 126t St;Towne Rd to Shelburne Rd,median 16 . Oak 3-5" 1 126th St;Shelborne Rd to Tu fcan/Blvd,south side 64 Oak 2-3" . 2 Towne Rd;W 116th St to W 1.46'St,median ' 33 Maple 3-6" 2 Towne Rd;W 126th St to W Alain St 1 Oak 8" 2 Towne Rd;W Main St,round about 1 Oak 6" 2 Towne Rd;W 126th St,round about 33 Oak 3-5" 3 W 141 St;Inglenook Ln westi to Magic Stallion Dr,south side 27 Oak 3-5" 4 Illinois St;south of W CarmeI Dr to E116 St,median 5 Honeylocust 2-3" 5 Rangeline Rd and W Main St;NW,SW and SE corners,tree pits 10 Honeylocust 4-6" 6 W Main St;west of 3rd Ave'JW to East of Knoll Ct,north side,tree pits 5* Honeylocust 3.5" 7 S.Rangeline Rd;south of W City Center Dr,on-street parlcing.bump- outs,west side 4 Oak 2-6" 8 E 126th St;5 Rangeline Rd east to Pawnee Rd,median 11 Oak 2-6" 8 W City Center Dr;Rangeline Rd west to 3`d Ave SW,median 24 Oak 3-7" 9 W City Center Dr;3rd Ave SW west to S Guilford Rd,median 5 Oak&Hackberry 3-5" 10 W City Center Dr;S Guilford1Rd southwest to W Carmel Dr,median 12 Honeylocust 6-8" 11 E Carmel Dr;east of S Rangeline Rd,north and south sides 16 Oak 5-9" 12 E Carmel Dr;Medical Dr east to Aaa Way,north and south sides 17* Honeylocust 3-4" 13 E 116th St;east of S Rangeline Rd to Keystone Pkwy,median only 25* Honeylocust 4-5" 14 E 116th St;west of S Rangeli`e Rd to College Ave,median only 22 Amur maple M/S 15 Civic Sq;fountain roundabot only,multi-stem trees(M/S) 24* Honeylocust 3-4" 16 Westfield Blvd;E 96th St to EI 99`h St,median only 40 Honeylocust 6-13" 17 Hazel Dell Pkwy;south of E Main St to E 126th St,east and west sides Baeworms—Early to mid-June:apply bifenthrin to the canopy.(vJhen catalpa trees bloom) i i j Quantity Genus DBFI/area Mao Ps. Location _ 1 Cherry/juniper 400ft2 1 Hazel Dell Pkwy an J E Main St;roundabout only,center bed 1 Cherry/juniper 400ft2 2 Hazel Dell Pkwy and E 126th St;roundabout only,center bed 26 Juniper clumps 200ft2 3 E 116th St;College Ave to Keystone Pkwy,median only i Emerald Ash Borer—Mid May:perform a systemic root flare injection treatment to the following trees to suppress emerald ash borer with the product Tree-age at appropriate time and rate for insect control. Quantity total Inches Genus DBH Map Pg,Location • 35 454" Ash 5-20" 1 N Rangeline Rd;north of Main St to Sth St NE,east and west sides 11 128" Ash 8-19" 2 E Main St;1st Ave SE to 4th Ave SE,north and south sides ONE CIVIC SQUARE CARMEL INDIANA 46032 EXHIBIT A , , Q 317-571-2417 .-Fc CityCannel i` DEPARTMENT OF COMMUNITY SERVICES `•.NOIANP�% 5 72" Ash 11-17" 3 S Rangeline Rd;south of Main St to 3td St SE,east side 28 340" Ash 6-17" 4 E Carmel Dr;5 Rangeline Rd-to Medical Dr,north and south sides 16 190" Ash 8-14" 5 Hazel Dell Pkwy;E 146t"south to Avian Way,median only SOIL MANAGEMENT PROGRAM: Perform soil analysis to determine tree health needs for specific areas.One collective sample may be sufficient for areas near to one another.Employ various prescription fertilization treatments(custom mix of elements(macro and micro)that are lacking In the soil)as determined by soil analysis. • Address alkaline soils and prescribe measured amounts of sulfur in frequent applications when pH Is above the Ideal range for the plant.Note:Only apply a maximum of about 1Sibs per 1000 sq.ft.to avoid significant turf burn. For example,If 40 lbs.per 1000 sq.ft.Is recommended,then schedule three separate applications at a • minimum of 6-week intervals. • (Individual DBH will be provided on maps for the areas with more thana 4"range between trees) Quantity Genus DIM Map Pe.Location ' 16 Oak 5-18" 1 N Rangeline Rd;E Maln St north to 8 St Ne,west and east sides 11 Oak 3-15" 2 E Main St;N Rangeline Rd east to 4th Ave,north and south sides 4 Oak 2-6" 3 E 126th St;S Rangeline Rd east to Pawnee Rd,median 11 Oak 2-6" 3 W City Center Dr;Rangeline Rd west to 3`d Ave SW,median 24 Oak 3-7" 4 W City Center Dr;3rd Ave SW west to S Guilford Rd,median • S Oak&Hackberry 3-5" 5 W City Center Dr;S Guilford Rd southwest to W Carmel Dr,median 16 Oak 5-9" 6 E Carmel Dr;Medical Dr east to Aaa Way,north and south-sides • • • • • ONE CIVIC SQUARE CARMEL,INDIANA 46032 317-571-2417 s-" V 0- .• • EXHIBIT B Invoice - Date: Nanie of Coiiipu ny: • Address &Zip: Telephone No.: Tax 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/Com leted Operations): P $500,0.00 Products/Completed Operations: $500,000 Personal&Advertising Injuuy 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 • � i • EXHIBIT D • AFFIDAVIT Victor B. Fleck ,being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter,could testify as follows: . 1. I am over eighteen(18)years of age and am competent to testify to the facts contained herein. 2. lam now and at all times relevant herein have been employed by The F.A. Bartlett Tree Expert Company (the"Employer") in the position of Vice President Human Resources 3. I am familiar with the employment policies, practices,and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E-Verify program.Documentation of this enrollment and participation is.attached and incorporated herein. 5. The Employer does not knowingly employ any unauthorized aliens. 6. To the best of my information and belief, the Employer does not currently employ any unauthorized aliens. 7. . FURTHER AFFIANT SAYETH NOT. EXECUTED on the 25th day of January '20 16.! .__---- -------- Printed: Victor B. Fleck V.P. Human Resouces 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. Printed: Victor B. Fleck • V.P. Human Resouces 1 Company ID Number::91 07 INFORIYIATION 11 QUIRED VAR THE E-VERIFY PROGRAM Information relating to your Company: Company Name: TITER F,A.BARTLETT TREE EXPERT CO. Company Facility Address: 1290 EAST MAIN STREET STAMFORD,CT 06902 Company Alternate Address: P.O,BOX 3067 STAMFORD,CT 06905 County or Parish: FA RFI.ELD Employer Identification Number 60254490 North American Industry Classification Systems Codo: 561 • Parent Coinpany: 1,000 to Number of Einpleyees: 2,499 Number.of Sites Verified for: 81 Are.you verifying for more than 1 site? If yes,please provide the number of sites verified for in each State. • DELAWARE I site(s) • SOUTH CAROLINA 2 site(s) • FLORIDA 1 site(s) • CONNECTICUT 6 site(s) • MICHIGAN 1 site(s) • ARIZONA 2 site(s) • OHIO 2 site(s) • MARYLAND 7 Site(s) • NEW HAMPSHIRE 2 site(s) • 1vIAINE 1 site(s) • NEW YORK 6 sites • NEW JERSEY 7 site(s) • INDIANA 1 site(s) • TENNESSEE 1 site(s) • MASSACHUSETTS 8 site(s) • PENNSYLVANIA '8 site(s) • CALIFORNIA 7 site(s) • VERMONT 2 site(s) • GEORGIA 2 slte(s) VIRGINIA 6 site(s) • Company ID Number: 9163.7 • NORTH CAROLINA 4 site(s) • TEXAS . 4 site(s) Information relating to the Program Achniiiistrator(s)for your Company on policy questions or operational problems: Name: Mamie L bttPree Ncisoit Telephone Number: (203)323-1131 cxt.0832 Fax Number: (203)323-3031 E-mail Address: nine'son@bartlett.com Name: Carmen Berries Telephone Number: (203)323-1131 ext.0836 Fax Number: (2(13)323-3631 E-mail Address: cherries@bartletkemu • • • • ' I