Loading...
TMT, Inc/Street/24,905/2017 Plant ReplacementsTMT, Inc. Street Department 2017 QRO� Appropriation #43-504.00 Motor Vehicle Highway Fund;. P.O. #100527 1 3 Contract Not To Exceed $24,905.00 VAO 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 TMT, 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 43-504.00, 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. 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 . Four Thousand Nine Hundred Five Dollars ($24,905.00) (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. [&kCon"cls!&d.Sv & Goods Svc Slrmi%2017\TMT.Ine Goods and services 7-10-17.d=7/10/2017 11:46 AM] TMT, Inc. Street Department - 2017 Appropriation #43-504.00 Motor Vehicle Highway Fund; P.O. #100527 Contract Not To Exceed $24,905.00 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. [SXantraets%Kof.Sv & Goods Sv0Strcc1U017%TMT, Inc Goals and Services 7-10-17.dac:71102017 11:46 AM] 2 TMT, Inc. Street Department - 2017 Appropriation #43-504.00 Motor Vehicle Highway Fund; P.O. #100527 Contract Not To Exceed $24,905.00 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 1SACon rac s%Prof.Svcs &. Goods Svcs1Strca120MTMf, Inc Goods and Services 7-10-17.d=7/102017 11:46 M11 TMT, Inc. Street Department - 2017 Appropriation #43-504.00 Motor Vehicle Highway Fund; P.O. #100527 Contract Not To Exceed $24,905.00 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, Street Department Corporation Counsel 3400 W 131 st Street Department of Law Carmel, IN 46074 One Civic Square Attention: Dave Huffman Carmel, Indiana 46032 If to Vendor: TMT, Inc. Suzy DuBois 1719 W 161 st Street Westfield, IN 46074 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 1 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. J 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. [S:\Conu,acts\Pmf.Sv 8. Goods Svcs\SuM\2017\TMT, Inc Goods and Smites 7-10-17.d=7/10/2017 11:46 AM] TMT, Inc. Street Department - 2017 Appropriation #43-504.00 Motor Vehicle Highway Fund; P.O. #100527 Contract Not To Exceed $24,905.00 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. JSXDn=cts\Prof.Svos R. Goals SVc %uoc1V017\TMf. Inc Goods and S ­ i— 7-10-17.d-7/102017 11:46 AM] TMT, Inc. Street Department - 2017 Appropriation #43-504.00 Motor Vehicle Highway Fund; P.O. #100527 Contract Not To Exceed $24,905.00 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: aures Brainard, Presiding Off r Date: �"� — /I .Mary An Burke, mb Date: Lori S. Watson, Member Date: Date:/�/� [S:4Contmc1s\ProLS— & Goods S—\St cd\2017\TMT. Inc Goods and Services 7-10-17.d=7110/2017 11:46 AM] TMT, INC. By: Authorizeig t re S Printed NaQ2 � CR 1, ``�� !�. Title FID/TIN: 35 —aQ5 A9 LP Last Four of SSN if Sole Proprietor: Date: % I ) 2 l ) DOTE TOTAL FOR PLANT REPLACEMENT 2017 THIS IS TO BE THE FIRST PAGE OF ENTIRE QUOTE. TOTAL Plant Replacement 2017 `�_� . �- � � C) n �_ THIS IS TO BE THE FIRST PAGE OF ENTIRE QUOTE. CITY OF CARMEL STREET DEPARTMENT PLANT REPLACEMENT 2017 SPECIFICATIONS The City of Carmel is requesting quotes for the following project, titled "Plant Replacement 2017". In the areas listed below, contractor will need to remove dead/dying shrubs, trees, perennials specified. Some areas will not have dead shrubs that need removed first. The contractor will need to install the specified replacement plant at the specified size, and re -dress the area with black dyed hardwood mulch. The job site must be clear of any trash, dirt, or debris after work is completed. Work must be completed before August 3 0, 2017 (with exception to *noted plants). The contractor must call in line -locates for each dig area. Also, if any irrigation is damaged during this project, the contractor must notify the Street Department. It is up to the contractor to replace any damaged irrigation. Any modification from the original plants or sizes must be approved by Carmel Street Department Manager. For any questions, please contact Crystal Edmondson at 317-733-2001. TOTAL PLANT LIST Plant Name Size Quantity Achillea x `Moonshine' (Yellow Yarrow) 1 gal 11 Amelanchier x grandiflora `Autumn Brilliance' Multi -stem #25 MS 1 Buxus `Green Mountain' 3 gal 2 Buxus x koreana `Green Velvet' 3 gal 73 Calamagrostis a. `Karl Foerster' 3 gal 4 Crataegus crus-galli #20 2 Echinacea purpurea `Kim's Knee High' 1 gal 5 Geranium x hybrid `Johnson's Blue' 1 gal 85 Itea virginica `Henry's Garnet' 3 gal 6 Juniperus chinensis `Kallay's Compact' 18" C 52 Juniperus conferta `Blue Pacific' 3 gal 1 Juniperus horizontalis `Andorra' 15" C 32 Juniperus procumbens `Nana' 15" C 4 Liriope spicata 1 gal 45 Nepeta x faasenii `Walkers Low' 1 gal 58 Pennisetum alopecuroides `Hameln' 3 gal 91 Rosa Meidiland series `Red' 3 gal 16 Rosa "Meijocos' (Drift Peach) 3 gal 24 Rosa "Meijocos' (Drift Pink) 3 gal 30 'EXHIBIT o- L .2 Rosa `Radcon' (Knockout Pink) 3 gal 59 Rosa knockout `Radrazz' (Red) 3 gal 60 Rosa `Radtko' (Dbl Knockout) 3 gal 3 Sedum x `Autumn Flame' 1 gal 80 Thuj a Hetz Midget 3 gal 7 Ulmus x hollandica `Urban' 2" BB 1 *B us `Green el e 3 al S *Highlighted Buxus and Ilex cannot be installed until early October. These planting locations currently have summer annuals. See attached file for location of each plant. "EXHIBIT CSL Location of Plants Carmel Street Department Manager will Map the specific areas for this 116th Median that needs plant replacement. These areas include the following groups: West Bound from Keystone: "EXHIBIT ° [Type text] 2 Pink Roses 5 Pink Roses (at Governor's Square- E end 3 Junipers of island) 1 Juniper 17 Junipers (at Governor's Square- W of 3 Pink Roses entrance- W -most island) 30 Hameln Grasses 1 Peach Rose WB 116`' St- (West of Rangeline): 12 Junipers 9 Junipers 30 Hameln Grasses 6 Pink Roses 9 Peach Roses 5 Pink Roses 4 Karl Foerster Grasses 6 Pink Roses 10 Pink Roses 5 Junipers 6 Pink Roses 1 Juniper 3 Hameln Grasses 8 Hameln Grasses 1 Pink Rose 7 Peach Roses 1 Pink Rose 7 Peach Roses "EXHIBIT ° [Type text] j F wit WIN A. "AtFe Lo��-- A pr � [Type text] ^ A _ --I e eta x aaseniGi.`.Wa'1!kers I ow M:alp ;; f Ir _ Details: NW area- 10 Roses, 30 Liriope W area- 4 Junipers SW area- 1 Catmint, 1 Catmint, 5 Catmint S area- 2 Itea SE area- 6 Roses, 15 Liriope NE area- 4 Catmint, 7 Catmint N area- 4 Itea ..EXHIBIT / [Type text]/ [Type text] "EXHIBIT A -.6A/ "EXHIBIT [Type text] [Type text] °EXHIBIT --A-. l0 A( °EXHIBIT [Type text] '-1 �17, x" Z7 lrW -Rd.- A 7. i a:' t ���k'S tr�1 Jw;'- a iiw,+�. • �- } t —'�' 1 - , Hwy ��� ,4+e,.. _ >'',., � �y� �,, •l, r 't �� J a .. ' '�' d r "• 1 f 1"� _ • 1.x'4 � a a �1 `y. 16 1 i i F .ti I } Eta' s� R4 ' Jam' •tis 3.*g f a yr ♦2,r.R vyakRi}i.�&17� ai'f t, ' 4 a. .� •"`s '•-� a. ,-� r •a� _ d.. �+_�! A. Y_.'. � - � �'� _ - �. M`•�4��, .` . .�- L r!Y,; '�'T ��-�� ro .�wv�-l,,i`t'`�C'�'�w";+e ROE -.F ��*- 7 4i«. t„ • Ir;�! fi., w:'.�":'*it�•l'�` .�3q+'!�'�'�,I ,�lr`ki2�� i 4 , 1• rY ,, �Y §7f ^� , .F�f.� Y�y7 1L J � aa two w`d r { f f. a 'i+ tri#`T.���A►q�,�,+ + rt4 r :� � xt �.a Ky ,.r �a'1 : �. ^.� 1 t•" rrj` - a h tai �k � v�i� { ';s' +.:" $ - y �r .- + - 4 _ � � � 1r1^ 7'� �5�,�!•.�iy's �,'K",�` y�' ate` , �' rYr ' nLJ1Y t r 1 +'J '' • l' • +,' r . , n irk L. 4n ` 1{1k� is ,fid` r� PY i PF, 41 s,'�r _ I' s St & S rin mill, Rd Roundabout: lant Name Size Quantit §I -WG k `Green Velvet' 3 gal 2 `melancl er x i6ndiffo3r '`Autumn Brilliance'- Multi -stem #25 MS =1 Details: S side- 1 Dead multistem tree Within roundabout- 21 boxwoods W Divider Island- 3 boxwoods [Type text] "EXHIBIT - l6 6 � IM, I Fig F ?,I a. 15. AOL "I"I R17' d AML 1, 41, st & Springmi"Ill Rd x, Owl IL It 141 st & Spin m i 111 Rd - 4 1 141 st Springimill R �k 4 JAL 141st &SpringmillFid' Mum I S 41. [Type text] "EXHIBIT 2fA( Details• [Type text] "EXHIBIT 2� `�� NW area- creeping junipers 5 and 2 NW area- dead roses- pull out all current- plant 30 SE area- 6 dead creeping junipers [Type text] "EXHIBIT p 2-3 ofV I �ax ir �v -,*,t �gr .4- F - RAI I Pe V�R Rib, G d. zy j4p NE area- 14 dead junipers SW area- 2 dead junipers "EXHIBIT [Type text] 2 _� 0 C( -Il Main St -&>Illinois St Roundabout: lant Name Size uantit lmus x hollandica 'Urban'. 2" BB 1 uxus x kd eana `Green Velvet' 3 gal 1 edum x `Autumn Flame' 1 gal 8 ennisetum alo ecuroides `Hameln' 3 gal 2 Details: 1 dead tree [Type text] "EXHIBIT 2's OT NW side- group of 60 sedum E divider island- 10 grasses- 5 sedum "EXHIBIT \ J [Type text] ��LB i • i � '� _ o 'tib/ tsY°�'�+ CAP A' ' it r i•rr.. ��.� t. � r yy l•Y, �p { ♦ � �..1 � K x ,��Y 1N 'i�1{„f'i� . -'y �w II%'Ld�Lr'Ud..1w �?•K..'W 1'4�,a.. --t K }. Z h . -• �4d 1J.i 1w h � 'kp �ifi+i'`�`xF'T � �� } J 'I +�'4.� `��j����L'���J4M4��1`q � �: r*'Yc�•�' �Ea. h' c t��`4 .'�'[ s� - a r +i"�'` ]"''�+�+'�}��,v !��".A,�� � ''�'��.' .•'� h¢l� •f���, �' �+ ,Y '_ _ '�e�'`�,H="1�+ irk`" s' �"�� � �``^� �� Lam. �d'3'y a� t-�� �' '� �* _ /�a.i •l� Y r' `�'�' J� , w�f �T •*�'��. r' i� . _ :tt� ,X,b4" ~ I • l I.�4 �'_ �' ����. IF'�-!• .. 1'''��'� t� * .[R�4'"-,r� � _ , � Main St and Towne Rd Roundabout• Plant Name Size uantit hniperus horizontalis `Andorra' 15" C Details: [Type text] 'EXHIBIT _ -3-3 ���1 + - r.` y'.w'; a'k. # `°�-'<�+r' ri'*, .i TZ.r "r r+'���*►rjl,"Nf ' rye ��Tdi li / N•!-. Iipr�yl- , r - ix ��r � moi:' Y y 4 `I.. �I'•}' r sit- �"` =e _- � h +` i' , • 1 a . � �„� � �, _ . - _ ° m'�a. �rl�� 'i--pr��!� eta"";+; , .a. �.r , � - PS T • �..` 1r' �e jam. � ` � ' � .� t • =Y TA� � � y w � - w a ,� y'4 +�, r ``" � _ S" t - ref - ,T�^ - !'• �,� ., +�. _ � aj. _ ~ _ uY.. �4 '{ 'i ♦� t, 'y° „ �S aA,�_`�' L +4 y1i°i � R �".`,;� � i SPT j .0 � • +4•i.�i �, {i +< �. .s. •dw .. '�!. _~.1- . 3��tw�l . ,.�' 4...'W — ,. •. rr ` va • a°,ti . ^ �wy�r _ , f �� �.s j JIT p4t4�0* AV J�571 ,,!N _,,,vf-Dak..Ridgei,�&Adil' Pass Apr Oft V.,Ip Jr A d 1 b" S4 �P�'w, 8 Oak Ridle,& A Rid `e Rd & Bennett Rd Roundabout. Plant Name Size uantit ratae us crus- al i #20; epeta x faassinii `Walkers Low' l gal 4q eraniurri<x,li brill `JohnS!*Ue'+ "; L a1 osa Rdcon'. 3. al' " cfiillea x '`Moonshine' 1' gal Details: SW Area- Install 6 Yellow Yarrow in bare spot [Type text] "EXHIBIT: 37W q' -- ��,-�s •--� -�... ..� _ "-_r--.v - —rte °.�, . __ + til wh 1 �•' Y ,�• �`.y _,er-, __ -- --. - �-� J •�RIrP IQ^ .- Ili _ 'R .. r _ a d - _�� 1 . _ r S* `^' �-� syr � Y y �^` •- 13 �T� . � 'a ,lr.. , -h• a w..Rs� • � CAa -�k .,.7C�L-. iii • 4r+�. �� T 1 '- �*moi T� �{^.e�� .�. .i Nn li NES " M? +d! r"tr,!r,,F- 4 Moo TXr✓ bi'c-A ._ YT,..c s-•.�ws- _[ �.'1+�r t" -� ,� 'r / yam` �* � ,� � r•, Oak Ridge.,& Bennett „ NE area- 10 purple geranium 2 Dying Trees along Center Line Oak Ridge Rd & Illinois St Roundabout: Plant Name Size uantit uxus `Green Mountain' 3 gal Details• °E."HISIT A [Type text] 1 S side- 2 boxwoods [Type text] E?CA- HIBIT qo XLt( o hia Square Parking Garage Entrance Beds (1S Ave NW): lant Name Size uaatit ukus `Greea velvet' 3 gal 3 Details• S side bed- 20 boxwoods N side bed- 13 boxwoods [Type text] "EXHIBIT awnto-spun Main St- Long planter beds =SNOT TO BE DONE UNTIL OCTOBER' laat Nance Sizeuantit uxus `Green Velvet' 3 gal 5 lei 6e llata `Winter Red' 3 gal 4 Street Department Management will provide maps/location of W. Main St. Planters for this area. "EXHIBIT [Type text] EXHIBIT B Invoice Name of Company: Address, & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name 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 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: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and. aggregate: Maximum deductible: $500,000 each accident $500,000 each accident $500,000 $500,000 $ 10,000 City ®f Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120165 002 0 Page 1 of 1 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100527 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 6/23/2017 00352696 2017 Plant Replacements TMT INC Street Department VENDOR 1719 W 161 ST ST SHIP 3400 W. 131st Street TO Carmel, IN 46074- WESTFIELD, IN 46074 - (317) 733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 16529 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department., 2201 Account: 43-504.00 1 Each Send Invoice To: Street Department Fund: 2201 Motor Vehicle Highway FND 2017 Plant Replacements $24,905.00 Sub Total $24,905.00 $24,905.00 3400 W. 131st Street Carmel, IN 46074- (317) 733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT PAYMENT $24,905.00 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 ONALLASHIPPING LABEL �L 'THIS ORDER ISSUED IN COMPLIANCE 'WITH OHPTEPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Dave Huffman Douglas Haney TITLE Director Corporation Counsel CONTROL NO. 100527 CLERK -TREASURER