Loading...
Vive Exterior Design, LLC/Street/48,400/Snow Removal at Various LocationsVive Exterior Design, LLC Street Department - 2018 Appropriation #220143-509.00, 1206 43-509.00; P.O. #101312, 101313, 32568, 32569, 34188, 31892, 34190 Contract Not To Exceed $48,400.00SJk 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 Vive Exterior Design, LLC 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 2201 43-509.00 and 1206 43-509.00 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. 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 Forty Eight Thousand Four Hundred Dollars ($48,400.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. IS:tContmM\Prd.Svcs & Goods SvcsLStrw62018\Vive Exterior Design, LLC Gook and Services.doc.1262018 1,46 PM] Vive Exterior Design, LLC Street Department - 2018 Appropriation #2201 43-509.00, 1206 43-509.00; P.O. #101312, 101313, 32568, 32569, 34188, 31892, 34190 Contract Not To Exceed $48,400.00 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.V mMcta\Prd.Svcs & Cwods Svca\SVmA2018\Vive Exte im Design, LLC G«ds and Servi—d-1/26/2018 I A6 PM] Vive Exterior Design, LLC Street Department - 2018 Appropriation #2201 43-509.00, 1206 43-509.00; P.O. #101312, 101313, 32568, 32569, 34188, 31892, 34190 Contract Not To Exceed $48,400.00 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 (SXontncts\Prd.Svcs & Goods Svcs\So-eeA2018\Vive Extcrior Design, LLC Good and Services.doc:1126/2018 1:46 PM] Vive Exterior Design, LLC Street Department - 2018 Appropriation #220143-509.00, 1206 43-509.00; P.O. #101312, 101313, 32568, 32569, 34188, 31892, 34190 Contract Not To Exceed $48,400.00 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. 131s' Street Department of Law Carmel, IN 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: Vive Exterior Design, LLC 12595 Cumberland Road Fishers, IN 46038 Attention: Ryan Coyle 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. ISIContracisWrof.Svcc & Goods Svc0SVmt%2018%Vive Exterior Design. LLC Goods and S—ices.doc:1262018 1:46 PM] 4 Vive Exterior Design, LLC Street Department - 2018 Appropriation #220143-509.00, 1206 43-509.00; P.O. #101312, 101313, 32568, 32569, 34188, 31892, 34190 Contract Not To Exceed $48,400.00 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, 2018 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. JS:�C-wacts\Pr&S-a & Goods S-1Sft-.V0)8\Vive exterior Design. LLC Gads and $avim.dor:1/16MIR 1:46 PMJ Vive Exterior Design, LLC Street Department - 2018 Appropriation #220143-509.00, 1206 43-509.00; P.O. #101312, 101313, 32568, 32569, 34188, 31892, 34190 Contract Not To Exceed $48,400.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: James Brainard, Presiding Officer Date: Mary nn urke, Memb r Date: W 7 / Lori W1tson jmk Date:: �- / /r $ ATTF.T- JSAContr Trd.S—&GoodsS—'St,aX201&V— Em— Dip, LLC Goods.ods—i—d—in6/201s 1:46 PM] Vive Exterior Design, LLC By: Authorized Signature '77>A v T' o GvP? h Printed Name ?i1 O T a c 7 10A AIA & E P -4 - Title FID/TIN: W586/408 Last Four of SSN if Sole Proprietor: Date: 2 22 — % k SNOW REMOVAL FOR PALLADIUM AND TARKINGTON PACKAGE t 3" paa- rave" i * ZZ 00 3-(o" pEva- arkr--:--r 432-00 THIS IS TO BE THE FIRST PAGE OF ENTIRE QUOTE. Ex1n'bit TOTAL QUOTE AMOUNT t 3" paa- rave" i * ZZ 00 3-(o" pEva- arkr--:--r 432-00 THIS IS TO BE THE FIRST PAGE OF ENTIRE QUOTE. Ex1n'bit CARMEL STREET DEPARTMENT 2017-2018 SIDEWALK SNOW REMOVAL EQUIPMENT: LABOR HOURLY RATE 15 S�� n -reeg- -- W gc�E F - EQUIPMENT: c S�� n -reeg- -- W gc�E I10 tt� S�� n .5r W 6(AC(aezFr (I V VtAwtpt-fR-- Snow Removal Specification for Christkindlmkt The following list of specifications is not exhaustive and the City retains the right to change or alter the specifications without notice. The approximate sq footage of the maintained area is 23,759 sf. and will need serviced Nov. 18 — Jan 1st only. This square footage is not reflected in the Palladium and Tarkington Specifications. Please make sure your quote reflects the above additional footage for the time period stated. One site manager, provided by the contractor, shall be in charge of overseeing the snow removal of these areas. The site Manager will also serve as the point of contact to the City of Carmel here on called owner. The site manager shall constantly monitor the area and be in contact with the Street Commissioner or Operation Managers here in called City Representative. Rubber cutting edges, snow blowers and shovels maybe used on sidewalk areas that have the rubber mats. Power brooms are also acceptable when applicable. Salt maybe used on all sidewalk areas and that will be provided by the owner. Salt may only be used on the brick pavers with prior approval from one of the above mentioned City Representatives, otherwise, owner provided non chloride liquid will be used the majority of the time on the brick pavers. Other than the provided de-icer, no additional equipment will be furnished by the Street Department. Application of the liquid deicer will need to be done following the manufacturer's recommendations, no spray nozzles. The liquid de -icier will be housed behind CFD Station 1. It is recommended that the application be done with a system utilizing GPS, Flow Control valve and Monitor Once the snow reaches a depth of 3"+ it will need to be hauled off and stockpiled at a predetermined location by City of Carmel. Your price needs to reflect a per snow cost including the application of the liquid deicer. The breakdown is as follows: 1- 1-3" of snow can be melted or hauled away. Hauling it away will be up to the discretion of the City Representative. 2- 3-6" of snow will need to be hauled away. 3- 6" or more will be based on time and materials. The winning bid will be based on the lowest overall "per snow price" for numbers 1 and 2 in a 22 event season with 3 times of hauling the snow away. The contractor will be responsible for repairing/replacing any and all damage directly related to the snow removal. Please provide a list of all equipment that can be used and an hourly rate for each piece. This will be used for the + 6" snows for time and material cost. Invoices of winning vendor will need to reflect prices separately itemized as out of right -of- way. Exhibit . A Snow Removal Specification for Palladium, Tarkington The following specifications are for the Palladium, the Tarkington Garage, the Mezz, and the North side sidewalks on City Center from Rangeline Rd to 3rd Ave SW. The following list of specifications is not exhaustive and the City retains the right to change or alter the specifications without notice. The approximate sq footage of the Palladium area is 30,894 and the Tarkington Parking Garage square footage is 51,697, the Mezz is 7,120, and the North City Center sidewalk is 8,800. One site manager, provided by the contractor, shall be in charge of overseeing the snow removal of these areas. The site Manager will also serve as the point of contact to the City of Carmel here in called owner. The site manager shall constantly monitor the area and be in contact with the Street Commissioner or Operation Managers, here in called City Representative. All snow removal equipment that comes in contact with any of the pavement types located in these areas shall have rubber cutting edges. Metal cutting edges maybe used on perimeter sidewalk areas that border 3`d Ave SW and City Center Dr. Power brooms are also acceptable when applicable. Salt maybe used on all sidewalk areas that border 3rd Ave SW and City Center Dr. Salt may only be used on any of the brick pavers with prior approval from one of the above mentioned City Representatives. Otherwise, owner provided non chloride liquid will be used exclusively on the brick pavers.. Other than the provided de-icer, no additional equipment will be furnished by the Street Department. Application of the liquid deicer will need to be done following the manufacturer's recommendations, no spray nozzles. The liquid de -icier will be housed behind CFD Station 1. It is recommended that the application be done with a system utilizing GPS Flow Control valve and Monitor Once the snow reaches a depth of 3"+ it will need to be hauled off and stockpiled at a predetermined location by Owner. Throwing snow over the south side of the building may be considered with prior approval from a City Representative. Your bid price needs to reflect a per snow cost including the application of the liquid deicer. The breakdown is as follows: 1- 1-3" of snow can be melted. Hauling it away will be up to the discretion of the City Representative. 2- 3-6" of snow will need to be hauled away. 3- 6" or more will be based on time and materials. The winning bid will be based on the lowest overall "per snow price" for numbers 1 and 2 based on a 22 event season with 3 times of hauling the snow away. The contractor will be responsible for repairing/replacing any and all damage directly related to the snow removal. Exhibit_A_ Please provide a list of all equipment that can be used and an hourly rate for each piece. This will be used for the + 6" snows for time and material cost. Invoices of winning vendor will need to reflect prices separately itemized as right-of-way areas and non - right -of -way areas. Y i �le6t■e�� �!!®�l��1 roes! !' •�_ YeTO 'gee ■ Y fr �•: I I Ma. It MCM 11 K; ra I ON mal X.. all ISM 11,411, zx sivilm I KiN I MOE S� L` i� 0 U c 0 .E m N LO O r— CD O m O O � O c c 0 I E O O G o. Z� Zxhibit A— C3 Lri f a(D N E N O Z 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 Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Property damage, contractual liability, products -completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 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 EXHIBIT D AFFIDAVIT :��A U :r p 6P,4A , 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. I am now and at all times relevant herein have been employed by V/ VL: U 6 S 7`A. -O (the "Employer") in the position of 7,4 017-- e-;, RAMA ly& A- 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 _day of /' �L3�1'%A rc Y 20 C i lwl� Printed: DIAV' n Ca i° P 4 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. 7� <h Printed: IDA V i b G U i' -4- INDIANA RETAIL TAX EXEMPT City ®f Carmel CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 iASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. 1/23/2018 365802 VIVE EXTERIOR DESIGN VENDOR 12595 CUMBERLAND ROAD FISHERS, IN 46038 - PURCHASEID BLANKET CONTRACT 22847 PAYMENT TERMS L QUANTITY T UNIT OF MEASURE DESCRIPTION Department: 2201 Fund: 2201 Motor Vehicle Highway FND Account. 43-509.00 1 Each Send Invoice To: Street Department 3400 W. 131 st Street Carmel, IN 46074- (317) 733-2001 DEPARTMENT Right of Way Palladium Tarkington Page 1 of 1 PURCHASE ORDER NUMBER 101312 THIS NUMBER MUST APPEAR ON INVOICES, AIP VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION Palladium & Tarkington Street Department SHIP 3400 W. 131st Street TO Carmel, IN 46074- (317)733-2001 FREIGHT UNIT PRICE EXTENSION $4,000.00 $4,000.00 Sub Total $4,000.00 PLEASE INVOICE IN DUPLICATE ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $4,000.00 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 APPEARALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 /✓J AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Dave Huffman TITLE Director CONTROLNO. 101312 CLERK -TREASURER INDIANA RETAIL TAX EXEMPT City ®f Carmel CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. 1/23/2018 VIVE EXTERIOR DESIGN VENDOR 12595 CUMBERLAND ROAD FISHERS, IN 46038 - PURCHASEID BLANKET CONTRACT 22849 QUANTITY UNIT OF MEASURE Department., 1206 Fund., 101 Account: 43-509.00 General Fund 1 Each Palladium / Tarkington Send Invoice To: Street Department Page 1 of 1 PURCHASE ORDER NUMBER 101313 THIS NUMBER MUST APPEAR ON INVOICES, AIP VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE VENDOR NO. DESCRIPTION 365802 Palladium & Tarkington Street Department SHIP 3400 W. 131st Street TO Carmel, IN 46074- (317)733-2001 PAYMENT TERMS FREIGHT DESCRIPTION :� ro�k oF CA,q� R_ III UNIT PRICE EXTENSION $6,415.00 $6,415.00 Sub Total $6,415.00 3400 W. 131 st Street Carmel, IN 46074- (317) 733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $6,415.00 SHIPPING INSTRUCTIONS ' A/P 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 UNOBUGATED 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 �i *THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 / 104k__ ( "6 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY - Dave Huffman James Crider TITLE Director Administration CONTROL NO. 101313 CLERK -TREASURER City of Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 RM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. 11/5/2015 VIVE EXTERIOR DESIGN VENDOR 12595 CUMBERLAND ROAD FISHERS, IN 46038 - PURCHASEID BLANKET CONTRACT 861 QUANTITY UNIT OF MEASURE Department: 1206 Fund: 101 Account 43-509.00 General Fund 1 Each Snow Removal Send Invoice To.- Street o:Street Department Sn VENDOR NO. 365802 PAYMENT TERMS DESCRIPTION Page 1 of 1 PURCHASE ORDER NUMBER 32568 THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION Snow Removal- Non -ROW Street Department SHIP 3400 W. 131 st Street TO Carmel, IN 46074 - OF CAA\ F� (317)733-2001 FREIGHT UNIT PRICE EXTENSION $21,200.00 $21,200.00 Sub Total $21,200.00 - Palladium/ Tarkington 3400 W. 131st Street Carmel, IN 46074- (317) 733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $21,200.00 SHIPPING INSTRUCTIONS ' A/P 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 n 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY - Dave Huffman Steve Engelking TITLE Director Administration CONTROL NO. 32568 CLERK -TREASURER ONE CIVIC SQUARE CARMEL, INDIANA 46032-2584 A APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 HASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. 12/17/2015 365802 T VIVE EXTERIOR DESIGN VENDOR 12595 CUMBERLAND ROAD FISHERS, IN 46038 - PURCHASE ID BLANKET CONTRACT PAYMENT TERMS 1186 QUANTITY UNIT OF MEASURE DESCRIPTION Department: 2201 Fund: 2201 Motor Vehicle Highway Account 43-509.00 1 Each Right of Way Palladium Tarkington Send Invoice To. Street Department 3400 W. 131 st Street Carmel, IN 46074- (317) 733-2001 DEPARTMENT Page 1 of 1 PURCHASE ORDER NUMBER 32569 THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION Street Department SHIP 3400 W. 131st Street TO Carmel, IN 46074- OF CA�� ISI ' ill ��D ANP (317) 733-2001 FREIGHT INDIANA RETAIL TAX EXEMPT City ®f CarmeI CERTIFICATE NO. 0031201550020 $16,514.00 Sub Total $16,514.00 FEDERAL EXCISE TAX EXEMPT 35-6000972 ONE CIVIC SQUARE CARMEL, INDIANA 46032-2584 A APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 HASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. 12/17/2015 365802 T VIVE EXTERIOR DESIGN VENDOR 12595 CUMBERLAND ROAD FISHERS, IN 46038 - PURCHASE ID BLANKET CONTRACT PAYMENT TERMS 1186 QUANTITY UNIT OF MEASURE DESCRIPTION Department: 2201 Fund: 2201 Motor Vehicle Highway Account 43-509.00 1 Each Right of Way Palladium Tarkington Send Invoice To. Street Department 3400 W. 131 st Street Carmel, IN 46074- (317) 733-2001 DEPARTMENT Page 1 of 1 PURCHASE ORDER NUMBER 32569 THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION Street Department SHIP 3400 W. 131st Street TO Carmel, IN 46074- OF CA�� ISI ' ill ��D ANP (317) 733-2001 FREIGHT UNIT PRICE EXTENSION $16,514.00 $16,514.00 Sub Total $16,514.00 '3j.,Y,.,v PLEASE INVOICE IN DUPLICATE ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $16,514.00 SHIPPING INSTRUCTIONS'A/PVOUCHERCANNOTBEAPPROVED FOR PAYMENT UNLESS THE P.O. NUMBERISMADEA 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 - - 'v— Dave Huffman Steve Engelking TITLE Director Administration CONTROL No. 32569 CLERK -TREASURER Baty of Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE I 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 Page 1 of 1 PURCHASE ORDER NUMBER 34188 THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 10/21/2016 365802 Snow Removal - Palladium/Tarkington - In R/W VIVE EXTERIOR DESIGN Street Department VENDOR 12595 CUMBERLAND ROAD SHIP 3400 W. 131st Street TO Carmel, IN 46074 - FISHERS, IN 46038 - (317) 733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 9530 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2201 Fund: 2201 Motor Vehicle Highway FND Account: 43-509.00 1 Each Right of Way Palladium Tarkington $7,826.40 _$7,826.40 Sub Total $7,826.40 111 z 'ACJ' •'�I { t Send Invoice To. Street Department `" M 3400 W. 131 st Street Carmel, IN 46074- (317) 733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT PAYMENT $7,826.40 SHIPPING INSTRUCTIONS ' A/P 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 — -- Dave Huffman Steve Engelking TITLE Director Administration CONTROL N0. 34188 CLERK -TREASURER I INDIANA RETAIL TAX EXEMPT City of Carme CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER DATE DATE REQUIRED I REQUISITION NO. VENDOR NO. 12/17/2015 365802 VIVE EXTERIOR DESIGN VENDOR 12595 CUMBERLAND ROAD FISHERS, IN 46038 - PURCHASE IDBLANKET CONTRACT PAYMENT TERMS 1175 QUANTITY UNIT OF MEASURE DESCRIPTION Department: 2201 Fund: 2201 Motor Vehicle Highway Page 1 of 1 PURCHASE ORDER NUMBER 31892 THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION Street Department SHIP 3400 W. 131st Street TO Carmel, IN 46074- Account: 43-509.00 1 Each Sidewalk Snow Removal - downtown sidewalks & Palladium Send Invoice To: Street Department 3400 W. 131 st Street Carmel, IN 46074- (317) 733-2001 DEPARTMENT oF CA�q x (317) 733-2001 FREIGHT UNIT PRICE EXTENSION $21,405.00 $21,405.00 Sub Total $21,405.00 val lG, 3701 95 PLEASE INVOICE IN DUPLICATE ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $21,405.00 SHIPPING INSTRUCTIONS'A/PVOUCHER CANNOT BEAPPROVED FOR PAYMENT UNLESS THE P.O. NUMBER ISMADE 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 UNOBLI GATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEARALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Dave Huffman Steve Engelking TITLE Director Administration CONTROL NO. 31892 CLERK -TREASURER INDIANA RETAIL TAX EXEMPT City ®f Carmel CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER DATE I DATE REQUIRED I REQUISITION NO. 10/20/2016 VENDOR NO. 365802 VIVE EXTERIOR DESIGN VENDOR 12595 CUMBERLAND ROAD FISHERS, IN 46038 - PURCHASE ID BLANKET CONTRACT PAYMENTTERMS 9526 QUANTITY I UNIT OF MEASURE DESCRIPTION Department: 1206 Fund: 101 General Fund Account: 43-509.00 Page 1 of 1 PURCHASE ORDER NUMBER 34190 THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION Snow Removal - Palladium/Tarkington - Out of R/W Street Department SHIP 3400 W. 131 st Street TO Carmel, IN 46074- 1 Each Snow Removal - Palladium/Tarkington - Out of R/W Send Invoice To: Street Department (317) 733-2001 FREIGHT UNIT PRICE EXTENSION $9,674.60 $9,674.60 Sub Total $9,674.60 3400 W. 131 st Street Carmel, IN 46074- (317) 733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $9,674.60 SHIPPING INSTRUCTIONS ' A/P 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 n 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY -- Dave Huffman Steve Engelking TITLE Director Administration CONTROL NO. 34190 CLERK -TREASURER