Loading...
C.M. Buck & Associates, Inc. d/b/a Associated Controls + Design/Street/26,554/Civic Square Fountain Lights C.M.Buck&Associates,Inc. d/b/a Associated Controls+Design Street Department-2017 `? v`1_Appropriation#43-500.80 Motor Vehicle Highway Fund;P.O.#100229, 100230 Contract Not To Exceed$26,554.00 C s; AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered intoby and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and C.M. Buck & Associates, Inc. d/b/a Associated Controls + Design, 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 43-500.80, Motor Vehicle Highway funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. Vendor will not perform any of the Services detailed in Exhibit A prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Vender shall perform only those Services specifically detailed in the Notice. If the Vender desires clarification of the scope of any Notice to Proceed, the Vendor shall obtain such clarification from the City in writing, prior to performing the service set forth in the Notice to Proceed. Any services performed without the City's prior express written authorization will not be compensated. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Twenty Six Thousand Five Hundred Fifty Four Dollars ($26,554.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. Svcs&Goods Svcs\Suoet\2OI74Associated Controls+Design Goods and savica(Bobcat)2 d 3l9no17 2:46 PM] 1 C.M.Buck&Associates,Inc. d/b/a Associated Controls+Design Street Department-2017 Appropriation#43-500.80 Motor Vehicle Highway Fund;P.O.#100229, 100230 Contract Not To Exceed$26,554.00 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. (S^Camraas'ProfSva&Goods SvcslStrcn12017Wssocial d Controls+Design Goods and Saviors(Bobcat)2.doc3/92017 2:46 PM) 2 C.M.Buck&Associates,Inc. d/b/a Associated Controls+Design Street Department-2017 Appropriation#43-500.80 Motor Vehicle Highway Fund;P.O.#100229, 100230 Contract Not To Exceed$26,554.00 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes.This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E-Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E- Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement ]S:IContraclsURof.Svcs&Goods Svcs\Street120171Associaled Controls+Design Goods and Serviccs(Bobcat)2.doo 3/92017 2:46 PM] 3 C.M.Buck&Associates,Inc.d/b/a Associated Controls+Design Street Department-2017 Appropriation#43-500.80 Motor Vehicle Highway Fund;P.O.#100229, 100230 Contract Not To Exceed$26,554.00 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, IN 46032 Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: C.M. Buck&Associates, Inc. 6850 N Guion Road Indianapolis, IN 46268 Attention: Sean Cole Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. ]S:4Contracts\ProfSvcs&Goods Svcs'Stroot\20171Associatal Controls+Design Goods and Services(Bobcat)2.doc3/92017 2:46 PM] 4 C.M.Buck&Associates,Inc. d/b/a Associated Controls+Design Street Department-2017 Appropriation#43-500.80 Motor Vehicle Highway Fund;P.O.#100229, 100230 Contract Not To Exceed$26,554.00 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2017 and shall, on the first day.of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. [S:\Contracts%ProfSvcs&Goods SvcslStreet12017Associated Controls+Design Goods and Services(Bobcat)2.doc3/9/2017 2:46 PM) 5 C.M.Buck&Associates,Inc. d/b/a Associated Controls+Design Street Department-2017 Appropriation#43-500.80 Motor Vehicle Highway Fund;P.O.#100229, 100230 Contract Not To Exceed$26,554.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA C.M. Buck&Associates, Inc. d/b/a Associated Control + Design by and through its Board of Public Works and Safety By:; By: 44, ames Brainard, PresidingOfficer Authorized Signature Date' ` �S —/ /9✓/O Vi.-n S Printed Name Mary n urke, iembgr Date: S J R//C/.P4L • Title Lori S. atso., a •er FID/TIN: //2('f®6 Date: Last Four of SSN if S le Proprietor: ATTE . Date: 3 /7 /7 Christine S. Paule , Clerk-T e sue r ate: � � -- [SAContr ctsWrof.Svcs&Goods Sves&Street120175Associated Controls+Design Goods and Services(Bobcat)2.doc3192017 2:46 PM] 6 QUOTE TOTAL FOR CIVIC SQUARE FOUNTAIN LIGHTS COST MATERIALS FOR CIVIC $24,304 SQUARE FOUNTAIN LIGHTS LABOR FOR CIVIC SQUARE $2,250 FOUNTAIN LIGHTS TOTAL COST $26,554 THIS IS TO BE THE FIRST PAGE OF ENTIRE QUOTE. EXHI T Date: Feb 21, 2017 - Quote: ACD1720639-7 Quote Page 1/2 :db, 45010)Co**+Despr4 ltagent ttpinrring higgiuj Associated Controls + Design .- • 6850 Guion Road Indianapolis IN 46268 Phone: (877) 298-3961 Fax::(317).293-0281 Fromt Sean Cole Project Carmel Fountains - Civc Square Quoter Ph: (317) 721-0908 'Fountain email: scole@acdtheatrical.com Location Quote ACD17-20639-7 To: . : : For City of Carmel.- Carmel Street Bid Date Mar 1, 2017 3400 West 131st. Street Expires.. Mar 31, 2017 • Westfield IN 46074 Phone: 317-57172623- Fax: 317-733-2005 QTYI Type MFG: Part MATERIALS 13 ACCLAIM RDA-161.-DFHN Rebel:Drum, 18 RGB, Constant Current, 25,60 leader cable included. 3 . • ACCLAIM RDA-161-DFHN-CUSTOM CABLE WHIP: Rebel.Drum, 18 RGB, Constant Current, 25 , 100'leader cable included. 3 ACCLAIM 100FT CABLE WHIP ADDER .. ACDF: SHIPPING 3 ACCLAIM DCC-1.11-MAAE X=Power HP Pro-Drives up to 6 fixtures maximum 2 IT CS-810 CueServer Mini 2 ANIXTER HGV-2406U Lcorn:6dBi Omnidirectional Antenna 2 ANIXTER CC213-100 LCom Coaxial Cable N Male/N Male, 100ft 2 ANIXTER CA-RSPNFA002 . LCom RP-SMA Plug to N-Female Adapter ANIXTER 438348 HOFFMAN CSD303012,WALL-MOUNT TYPE 4/12 ENCLOSURE, 30.00X30.00X12.00,STEEL GRAY 1 ANIXTER 399448 . HOFFMAN CP3030 PANEL,28.20X28.20X, STEEL/WHITE 1 - • ANIXTER 274758 HOFFMAN CMFK,.MOUNTING FEET KIT • 2 TIGER 13336616 Wireless Router w/detachable antennas 1 • ACDM. MISC PARTS 1, ACDF • FREIGHT EXHiRrr 20 3 Sean Cole Date: Feb 21, 2017: Quote: ACD17=20639-7 Quote • . Page 2/2 • � AssOGL4TEDCoNTrc90+DESIGN Weg ghb9. gf, Associated Controls + Design • ' 6850:Guinn Road Indianapolis IN 46268 Phone: (877) 298-3961 Fax::(317)293-0281 From: Sean Cole. .. Project :: Carmel Fountains - Civc Square : Quoter Ph: (317) 721-0908 Fountain scole@a eat 'cal.email:. cdth n com Location Quote ACD17-20639-7 QTY Type MFG: . . Part Total for: MATERIALS : $24,304.00 LABOR 3 ACDFS COMM&PROGRAMMING Labor for Civic Square Fountain: Total for: LABOR: $2,250.00 Total:. $26,554.00 L Terms and conditions:of Sale: Shipping not included unless otherwise specified herein. •:A 3%fee will:be added to the total amount:on all payments:made with a credit card._ • Installation,if included and unless otherwise specified:herein: oOccurs during normal working hours(7am-5pm, Monday through Friday) o Does not.include evenings,weekends, or holidays o Does not:include overtime o.lncludes all related expenses:travel, housing, etc. • Unless noted above, all existing electronics and:system hardware not:reused in the new system will be removed and properly disposed of by ACD. _. • Professional engineering (structural and/or electrical) is not:included unless otherwise specified herein. • Existing electrical and/or structural infrastructure:is assumed to be adequate.to support the quoted equipment. Unless specified herein, engineering and:any remediation required is not Included. •Associated Controls+ Design reserves the right to correct typographical errors. • Prices.apply only for an order containing all items.quoted and in no less.than quantities noted. . All product quoted:is:subject to approval: • Prices do not include lamps, spare material,fuses, special finishes, mounting devices, installation, or applicable.taxes:unless otherwise specified herein. •All orders are subject:to manufacturer's published terms and conditions. 4.3 Sean:Cole 3 EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation&Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit(other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal &Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage (any one fire): $250,000 Medical Expense Limit(any one person): $ 50,000 Comprehensive Auto Liability (owned,hired and non-owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000 EXHIBIT D AFFIDAVIT aVID 1,'„va-04,, , beingfirst dulysworn, deposes and says that P Y 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. I am now and at all times relevant herein have been employed by Cm.8' s.,ocirc 4Ycc ' (the "Employer") in the position of bi 1P69c. 3. I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E-Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the /7 m day of Aq.ii , 20 /7 /' /Geti Printed: a✓/b „npfQ,ei/ 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: 0414v , i/Yl�rew INDIANA RETAIL TAX EXEMPT Page 1 of 1 City of IIIairirnie1 CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100229 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AIP CARMEL,INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 3/1/2017 366815 Civic Square Fountain ASSOCIATED CONTROLS+DESIGN Street Department VENDOR DIVISION OF C M BUCK&ASSOC INC SHIP 3400 W. 131st Street 6850 N GUION ROAD TO Carmel, IN 46074- INDIANAPOLIS, IN 46268- (317)733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 13251 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2201 Fund: 201 Motor Vehicle Highway FND Account: 43-500.80 1 Each Civic Square Fountain Lights $24,304.00 $24,304.00 Sub Total $24,304.00 v, . ------,:.<:,:et, { l IT k1,t t \ ' IL 7 Cii 4i 9 7`1 II't -6 i q Send Invoice To: � `--• t f Street Department "- 1 f`; }` 3400 W. 131st Street Carmel, IN 46074- (317)733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT G PROJECT 1 PROJECT ACCOUNT AMOUNT PAYMENT $24,304.00 SHIPPING INSTRUCTIONS *AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN *SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN *C.O.D.SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL OCL-c--- - /i"//11"`"" 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Dave Huffman Douglas Haney TITLE Director Corporation Counsel CONTROL NO. 100229 CLERK-TREASURER INDIANA RETAIL TAX EXEMPT Page 1 of 1 City ®f Ct r.yyr el CERTIFICATE NO.003120155.002 0 PURCHASE ORDER NUMBER 1�� FEDERAL EXCISE TAX EXEMPT 100230 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AM CARMEL,INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 3/2/2017 366815 ASSOCIATED CONTROLS+DESIGN General Administration VENDOR DIVISION OF C M BUCK&ASSOC INC SHIP 1 Civic Square 6850 N GUION ROAD TO Carmel,IN 46032- INDIANAPOLIS,IN 46268- PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 13259 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 1205 Fund: 101 General Fund Account: 44-620.00 1 Each Materials and Labor for Civic Square Fountain Lights $2,250.00 $2,250.00 Sub Total $2,250.00 C 7,- ,,,.,_-- — ` �' 'tf' j `` , I I � \ 9 -, sl- \. ) .''€n q'itl _ _ 99 )1 }( _ 5 6 I) �i L1 i t g 1 iL .. Send Invoice To: +4, _ _ _ Dept of Administration `' {t 1 Civic Square >1/41'.,14 Carmel,IN 46032- `� .il PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT 9 PROJECT I PROJECT ACCOUNT I AMOUNT PAYMENT $2,250.00 SHIPPING INSTRUCTIONS •AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O.NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN *SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN C.O.D.• SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. *PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL •THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL NO. 1 00230 CLERK-TREASURER