Loading...
HomeMy WebLinkAboutBPW 110508 Paperless PacketCity of Carmel Board of Public Works and Safety Meeting November 5, 2008 10:00 A.M. Diana L. Cordray, Clerk Treasurer City of Carmel Office of the Clerk-Treasurer MEETING NOTICE CARMEL BOARD OF PUBLIC WORKS WEDNESDAY, NOVEMBER 5,2008 AT 10:00 A.M. COUNCIL CHAMBERS CARMEL CITY HALL ONE CIVIC SQUARE NOTICE IS HEREBY GIVEN THAT THE CITY OF CARMEL BOARD OF PUBLIC WORKS WILL HOLD A MEETING ON WEDNESDAY, NOVEMBER 5, 2008, AT 10:00 A.M. IN THE COUNCIL CHAMBERS, CITY HALL, ONE CIVIC SQUARE. THE PURPOSE OF THE MEETING IS CITY BUSINESS. ( )"-1 ( J\ ll : :;(I\.I:\I\t (:."dZl\ ILL. INllIAN.A. 4()l)12 \ 1 (/) 7 1 .~41 ~ • City of Carmel Clerk-Treasurer BOARD OF PUBLIC WORKS & SAFETY MEETING AGENDA WEDNESDA Y, NOVEMBER 5, 2008 -10:00 A.M. COUNCIL CHAMBERS / CITY HALL / ONE CIVIC SQUARE MEETING CALLED TO ORDER 1. MINUTES ~. Minutes from the October 15,2008 Regular Meeting Vb. Minutes from the October 22,2008 Special Meeting 2. BID OPENINGS/AWARDS /'t1t~~ J Bid Opening for the 2009 Rock Salt; John Duffy, Director of the Department of ¢.. ntbO qtXJ.4-a. Utilities£~.gq~/~ Bid Award for the 1061h and Keystone Water Main Project; Atlas Excavating ~lv,tD#t.-I'L b. ($956,300.00); This was the lowest and most responsive bid; John Duffy, (cAr (JfV. 33 (\ Director of the Department of Utilities Jc. Bid Rejection for the Video Monitoring Bid; two bids were received on 3) qf~.sr pt-r October 15, 2008, but bids received were over the allocated amount; Chief Michael Fogarty, Carmel Police Department 3. PERFORMANCE RELEASES a. Resolution No. BPW-ll-05-08-01; Lincolnshire, Section 2; Streets; Chad Handley, Estridge Development b. Resolution No. BPW-II-05-08-02; The Ridge @ Hayden Run, Section 3; Street Signs, Exterior Sidewalks, Asphalt Paths; Tim Berry, Platinum Properties, LLC c. Resolution No. BPW-ll-05-08-03; Long Ridge Estates, Section 3A; Streets, Curb & Gutters, Water Mains, Street Signs, Exterior Sidewalks, Asphalt Paths (Section 3A & #B); Steve Broermann, Platinum Properties \)NE C1 \ 'll: ~0UARE CAIUvIEL, INDL,\N.'\ 46('\2 lI(/)7 1 -2~ 1 4 4. /cONTRACTS a. Request for Purchase of Goods and Services; Business Furniture; ($54,566.37); Chief Keith Smith, Carmel Fire Department b. Request for Purchase of Goods and Services; Overhead Door Company; ($1,316.00); Chief Keith Smith, Carmel Fire Department c. Request for Purchase of Goods and Services; Tower Fire Apparatus Company; ($3,440.00); Chief Keith Smith, Carmel Fire Department d. Request for Purchase of Goods and Services; Omni Center; ($18,500.00); Nancy Heck, Director of the Departf!1ent of Community Relations e. Request for Purchase of Goods and Services; Town Planning and Urban Design Collaborative; ($50,000.00); Michael Hollibaugh, Director of the Department of Community Development f. Request for Purchase of Goods and Services; Express Scripts, Inc.; Benefit Management Agreement; Barbara Lamb, Director of Human Resources g. Request for Purchase of Goods and Services; Change Order #45; Old Meridian Street; Milestone Contractors; (Increase $421.38); Michael McBride, City Engineer h. Request for Purchase of Goods and Services; Change Order #2; 1161h and Clay Center Road; R&W Contracting; (Decrease $1,247.52); Michael McBride, City Engineer i. Request for Purchase of Goods and Services; Change Order #1; 131sl - Shelborne to Ditch Road; Snider Group; (Decrease $174.96); Michael McBride, City Engineer j. Request for Purchase of Goods and Services; Change Order #1; Carmel Westside Road Improvements; Poindexter; (Increase $2,770.67); Michael McBride, City Engineer k. Request for Purchase of Goods and Services; Change Order #1; Yardberry; Rangeline Road Water Main Relocation; (Increase $48,959.05); John Duffy, Director of the Department of Utilities 5. USE OF CITY FACILITIES/STREETS j a. Request to Use Gazebo, Common Areas and Grounds; Wedding; Friday, June 5, 2009; 5:00 p.m. to 7:00 p.m. and Saturday, June 6, 2009; 1:00 p.m. to 8:00 p.m.; Natalie Piltz lb. Request to Use City Hall Parking Lots, Gazebo, Civic Square Fountain and City Hall (lSI Floor); Farmer's Market; Saturday's from May 30lh to September 26,2009; 6:00 a.m. to Noon; (Wednesday, July 1,4:00 p.m. to 8:00 p.m.); Ron Carter 6. OTHER fa. Resolution NO. BPW-ll-05-08-04; A Resolution of the City of Carmel Board of Public Works and Safety Authorizing the Adoption of Structural Amendments to Coexistence Agreement; John Duffy, Director of the Department of Utilities lb. Request for Secondary Plat Approval; Westmont, Section 1; Steve Broennann, Platinum Properties / c. Request for Final Plat Approval; Village Green, Section 2, Block G; Brady Kuhn, Weihe Engineers J d. Request for Water and Sanitary Sewer Availability; The Legacy Towns & Flats; Rex King, J.e. Hart Company J e. Request for Curb Cut Modification; The Stratford at West Clay Parking Lot; Greg Snelling, Snelling Engineering elf. Request for Open Cut; 116th Street @ Sanctuary; Kenneth Brasseur, Platinum j>roperties ./g. Request for Open Cut; 106th Street Middle Thru Lane at Meridian; Lori Paul, CSU / h. Request for Commercial Curb Cuts; The Legacy Towns & Flats; Rex King, J.e. Hart Company Ji. -Request for Commercial Curb Cut; 106th Street at River Road; James Shinneman, Weihe Engineers tI j. Request for Installation of Street Barricades/Sidewalk Closure; Parcel 47; Robert Olsen, CSO t ~ )k. Request for Lane Restrictions; Parcel 67; Brett Rose, Hagerman Construction jI. Request for Vacation of Alley; 1st Avenue NW to 2nd Avenue NW; Trent Newport, Crossroad Engineers (/ m. Request for Consent to Encroach; Lot #53; Fairgreen Trace; Timothy and Mary Ellen Clifford -1604 Quail Glen Court J n. Request for Easement Agreement; Woods Swim Club; John Duffy, Director of the Department of Utilities 7. ADJOURNMENT BOARD OF PUBLIC WORKS & SAFETY MEETING MINUTES WEDNESDAY, OCTOBER 15,2008 -10:00 A.M. COUNCIL CHAMBERS / CITY HALL / ONE CIVIC SQUARE MEETING CALLED TO ORDER Mayor Brainard called the meeting to order at 10:02 a.m. MEMBERS PRESENT Mayor James Brainard; Board Members, Mary Ann Burke, Lori Watson; Deputy Clerk Treasurers Sandra Johnson and Lois Fine MINUTES The Minutesjor the October 1, 2008 Regular Meeting were approved 2-0 BID OPENING/ AWARDS Bid Opening for Keystone and 136'11 Street Intersection; Mayor Brainard opened and read the bids aloud. Company Base Bid Alternate I Alternate 2A Alternate 2B Milestone Contractors $16,185,000.00 $ 15,590,000.00 ($146,426.50) ($153,913.50) HIS Constructors $14,936,834.00 $16,916.197. 66 ($47,048.32) ($47,048.32) Rieth Riley $14,995,005.00 $15,330,746.00 None None Walsh Construction $14,929,880.00 $14,281,439.37 ($9,143.50) ($9,143.50) The bids were given to Michael McBride, City Engineer, jor review and recommendation. Bid Opening for Keystone 116,I1/Carmel Drive Traffic Maintenance; Mayor Brainard opened and read the bids aloud. Company Base Bid Berns Construction $3,632,204.43 Rieth Riley $2,2 I 6,400.00 Poindexter $2,257, 800.75 Walsh Construction $2,51 7,086.98 Crider & Crider $2.487,806.64 Calumet $2,5 75,000.00 The bids were given to Michael McBride, City Engineer, jor review and recommendation. Bid Opening for Keystone Water Transmission; Mayor Brainard opened and read the bids aloud. Company Base Bid 3-S Construction $1,297,108.00 Yardberry $1,965,802.00 Infrastructure Contractor $1,427,511,72 F&K Construction $1,023,450.00 Gradex, Inc $1,615,315.50 Deichman $1,142,080.00 Veolia Water $1,241,724.00 Howell Contractors $1,248,980.00 Culy Construction $1,158,361. 00 Brackney, Inc. $1,378,250.50 Millennium Construction $1,481,929.00 Tram co $1,222,845.00 Central Engineering $1,396,929.82 Poindexter $1,153,964.89 Atlas Excavating $ 956,300.00 Eagle Valley $1,102,642.00 The bids were given to John Duffy, Director ofthe Department ofUtilities, for review and recommendation. Bid Openingfor Video Monitoring System; Mayor Brainard opened and read the bids aloud. Company Base Bid Morphey Construction $314,885.00 Koorsen Fire $270,778.00 The bids were given to ChiefFogarty, for review and recommendation. Bid Awardfor the 1361h and Keystone Water Main Project; Millennium Contractors; $164,700.00; this was the lowest and most responsive bid; There was briefdiscussion. Mayor Brainard moved to table the item. Board Member Burke seconded. Item tabled 3-0. PERFORMANCE RELEASES Resolution No. BPW-10-15-08-01; Red Robin Gourmet Burgers; Erosion Control; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Resolution No. BPW-10-15-08-02; Clay Terrace Boulevard; Left Turn Lane; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Resolution No. BPW-10-15-08-03; Village Green Townhomes, Section 1; Curb & Gutters, Water Mains, Sanitary Sewers, Storm Sewers, Street Signs; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Resolution No. BPW-IO-15-08-04; Village Green Townhomes, Section 2; Curb & Gutters, Water Mains, Sanitary Sewers, Storm Sewers, Street Signs, Asphalt Path; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. CONTRACTS Request for Purchase 0/Goods and Services; Pearson Ford (Bid Award -$122,340.00); Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Request/or Purchase o/Goods and Services; Consolidated Fleet Services; ($2,275.00); Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Request/or Purchase o/Goods and Services; Earth Exploration; ($101,550.00); Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Request/or Purchase o/Goods and Services; Total Fire Group; ($273,129.00); Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Request/or Purchase o/Goods and Services; Moss Glass Company; ($3,165.00); Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Request/or Purchase o/Goods and Services; Change Order #3; E&B Paving; 131S( Street Towne -Shelborne (Decrease $38.45); Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. REQUEST TO USE CITY FACILITIES/STREETS Request to Use Gazebo, Common Areas and Grounds; Carmel Fest; July 2, 3 & 4, 2009; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Request to Use City Streets; Run; Saturday, October 25, 2008; 11:30 a.m. to 11:00 p.m.; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. OTHER Resolution NO. BPW-10-15-08-05; A Resolution o/the City o/Carmel Board o/Public Works and Safety Setting 2009 Employer and Employee Contribution Rates; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Resolution NO. BPW-10-15-08-06; A Resolution o/the City o/Carmel Board o/Public Works and Safety Suspending Employer and Employee Health Insurance Contributions; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Resolution NO. BPW-10-15-08-07; A Resolution o/the City o/Carmel Board 0/Public Works and Safety Ratifying the Mayors Signature; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Requestfor Amendment (6111) to Employee Health Benefit Plan; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Request for Secondary Plat Approval; Larkspur, Phase 2; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Request for Utility Agreement; 1361 " and Keystone; Duke Energy; ($94,684.00); Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Requestfor Consent to Encroach; 136111 and Schaefer; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Request for Dedication ofRight ofWay; Carmel 2002 School Building Corporation; Shelborne Road; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Request for Dedication ofRight of Way; Carmel 2002 School Building Corporation; 1261h Street; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Request for Dedication ofRight ofWay; Carmel Clay Schools; Guilford Road; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. ADJOURNMENT Mayor Brainard adjourned the Meeting at 10:33 a.m. Diana L. Cordray, IAMC Clerk-Treasurer Approved, Mayor James Brainard ATTEST: Diana L. Cordray, IAMC Clerk-Treasurer BOARD OF PUBLIC WORKS & SAFETY SPECIAL MEETING MINUTES WEDNESDAY, OCTOBER 22, 2008 -10:00 A.M. COUNCIL CHAMBERS / CITY HALL / ONE CIVIC SQUARE MEETING CALLED TO ORDER Board Member Burke called the meeting to order at 10:02 a.m. MEMBERS PRESENT Board Members, Mary Ann Burke, Lori Watson ; Deputy Clerk Treasurers Sandra Johnson BID OPENING/ AWARDS Bid Awardfor the Eastside Salt Facility and Storage Building Expansion; MacDougal Pierce Construction ($1,362,333.00); Board Member Burke movedfor approval. Board Member Watson seconded. Request approved 2-0. CONTRACTS Requestfor Purchase ofGoods and Services; MacDougal Pierce Construction (Bid Award; $1,362,333.00) Board Member Burke moved to approve. Board Member Watson seconded. Request approved 2-0. ADJOURNMENT Board Member Burke adjourned the Meeting at 10:02 a.m. Diana L. Cordray, IAMC Clerk-Treasurer Approved, Mayor James Brainard ATTEST: Diana L. Cordray, IAMC Clerk-Treasurer NOTICE TO BIDDERS CITY OF CARMEL Notice is hereby given that the Board of Public Works and Safety, City of Carmel, Indiana, wi" receive sealed bids or proposals during regular business hours at the office of the Clerk -Treasurer, One Civic Square, Carmel, Indiana 46032 until 10:00 a.m. local time. on Wednesday, November 5, 2008 and commencing as soon as practicable thereafter on the same date such bids will be publicly opened and read aloud in the Council Chambers of City Ha" for the following materials: To be purchased during the calendar year 2009: NOTE: Price quoted must be "Firm" for the entire calendar year of 2009 Rock Salt for use in water softening -1 0,000 tons more or less. The Rock Salt must meet American Water Works Association (AWWA) specification B200-93. Please quote price per ton. A bid bond or certified check in the amount of 10% of the contract price is required for the Rock Salt bid. All bids must be received sealed with the words "ROCK SALT BID" on the left hand corner of the envelope. All persons with an interest in bidding shall register a contact name and address with the Utility Department to ensure that a" changes or questions and answers are available for review by all interested parties. No late bids will be accepted. The specifications are set forth in detailed documents on file in the Utilities Department, 760 Third Avenue SW, Suite 110, Carmel, Indiana 46032. Questions regarding this solicitation must be written and delivered to the Utilities Department. All responses will be written and made available with the specifications at the Department. Please call the Utilities Department at 317/571­ 2443 to confirm whether or not any such written questions have been received and/or answered. The submitted proposal must be in compliance with IC 36-1-9-85. The Board of Public Works and Safety reserves the right to reject and/or cancel any and all bids, solicitations and/or offers in whole or in part as specified in the solicitation when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5-22-18-2. Diana L. Cordray :Ierk Treasurer )ublication dates: Friday, October 10, 2008 Friday, October 27,2008 Page 1 of 1 Johnson, Sandy M From: Duffy, John M Sent: Wednesday, October 29, 20082: 1 0 PM To: Johnson, Sandy M Subject: bid award Sandy, For the November 5th BPW meeting -we wish to award the 106th and Keystone Water Main Project to Atlas Excavating in the amount of $956,300. They were the lowest, most responsive bidder. Thanks. J Duffy 10/2912008 C'ity of' Ca1'ln~1 C~l11rme~ Po[ice Depil1rtJl1l1l.ell1lt ;) Ciyic Square Carmel. Indiana "116'032 DATE: October 28, 2008 TO: FROM: Board of Public Works and Safety Michael D. Fogarty, Chief of Police 1f;ty}­ RE: Bid Openings On October 15, 2008 the Board of Public Works and Safety opened bids for a video security system funded by a Federal grant. The two bids submitted were from Koorsen Fire and Security Company in the amount of $270,778.00 and Morphey Construction, Inc., in the amount of $314,885.00. As the lower of the two bids was more than $80,000 over the allocated amount of the project, I am requesting that both bids be rejected. The specifications for the project will be rewritten and again be put out for a public bid . cc: Marvin Stewart, Communication Center Director Sandy Johnson, Clerk-Treasurer's Office (:)17) :)71 -2:)1){) A Nationally Accredited Law Enforcement Agency F •. , (317) 571-251.2 " City of Carmel, Indiana Resolution No: BPW-II-05-08-01 Principal: Estridge Development Co. From: City Engineer surety: Developers Surety and Indemnity Company Board Members: for I have conducted final inspection of the following improvements: Lincolnshire, Section 2 Project, ITEM Streets Bond Number 770169S AMOUNT $ 160,600.00 The above improvements have been completed and are acceptable to the City of Carmel. I recommend acceptance of said improvements, subject to the following conditions: 1. Maintenance Guarantees in the amount of 15% of the Performance amount, for Streets and Curb & Gutters, be filed with the City of Carmel, said Guarantees to run for a period of (3) years. 2. Maintenance Guarantees in the amount of 10% of the Performance amount, for all improvements (minimum $100.00), be filed with the City of Carmel, said Guarantees to run for a period of (3) years. Approved, ~ A2214~ City Engineer Be it resolved by the Board of Public Works and Safety, City of Carmel, Indiana on this 5th day of November 20 08 , that the Performance bonds for Lincolnshire, Section 2 Project as listed above are hereby released and said improvements accepted by the City of Carmel, Indiana, subject to the listed conditions above. The effective date of the Maintenance bonds shall be the same date as this resolution. Signed: _____________________________________ Board of Public Works and Safety .. October 20, 2008 Mr. Dick Hill Engineering Administrator Department of Engineering One Civic Square Carmel, Indiana 46032 RE: LIncolnshire Section 2 Release of Performance Bond Dear Mr. Hill: Please use this letter as notification to release the performance bonds for LIncolnshire Section 2. We have completed the following work: 1. Interior streets If you have any questions, please contact me. Sincerely L:kD-h Chad Handley Neighborhood Management Director Estridge Development Company 317.669.8559 handleyc@estrldge.net 14300 Clay Terrace Boulevard, Suite 200 • Carmel, Indiana 46032 • Phone: 317.846.7311 • Fax: 317.582.2452 • www.estrldge.com To: Board of Public Works Date: November 5, 2008 and Safety , City of Carmel, Indiana Resolution No: BPW-l1-05-08-0h I Principal: Platinum Properties, LLC From: City Engineer Surety: Bond Safeguard Insurance Co. Board Members: for I have conducted final inspection of the following improvements: The Ridge @ Hayden Run, Sec.3 Project, ITEM Street Signs Exterior Sidewalks Asphalt Pa ths BQnd Number 5026622 5026616 5026613 AMOUNT $ 1,000.00 $ 8,670.00 $ 48,960.00 The above improvements have been completed and are acceptable to the City of Carmel. I recommend acceptance of said improvements, subject to the fol l owing conditions: 1. Maintenance Guarantees in the amount of 10% of the Performance amount, for Exterior Sidewalks, be filed with the City of Carmel, said Guarantees to run for a period of (3) years. 2. Maintenance Guarantees will not be required for Street Signs and Asphalt Paths. Street Signs are non-standard and the Paths are outside of dedicated r/w. Maintenance responsibility of Developer and/or HOA. Approved: 7rZ 2 7zl&,.~ City Engineer Be it resolved by the Board of Public Works and Safety, City of Carmel, Indiana on this 5th day of November 20~, that the Performance bonds for The Ridge @ Hayden Run, Section 3 Project as listed above are hereby released and said improvements accepted by the City of Carmel , Indiana, subject to the listed conditions above. The effective date of the Maintenance bonds shall be the same date as this resolution. Signed: _______________________________________ Board of Public Works and Safety t October 16, 2008 City of Cannel Board of Public Works and Safety CIO Department of Engineering One Civic Square Carmel, Indiana 46032 RE: The Ridge at Hayden Run Section 3 Performance Release Request Dear Board Members: Please accept this letter as our formal request for the release of performance bonds related to completed improvements at the above references project. We are currently requesting release of the following bonds: • No. 5026622; The Ridge at Hayden Run Section 3; Street Signs in the amount of $1 ,000.00. • No. 5026616; The Ridge at Hayden Run Section 3; Ext Sidewalks in the amount of $8,670.00. • No. 5026613; The Ridge at Hayden Run Section 3; Asphalt Paths in the amount of $48,960.00. • No. 5026615; The Ridge at Hayden Run Section 3; Erosion Control in the amount of $70,920.00. Sincerely, Tim Berry Assistant Project Manager Cc: Heather Beck, Hub International Steve Edwards, Platinum Properties LLC File 317 818-2900 • 317 863-2055 fax 9757 Westpoint Drive, Suite 600 • Indianapolis, IN 46256 TO: Board of Public Works Date: November 5, 2008 and Safety City of Carmel, Indiana Resolution No: BPW-11-05-08-0~ t Principal: Platinum Properties, LLC From: City Engineer Surety: Bond Safeguard Insurance Co. Board Members: I have conducted final inspection of Long Ridge Estates, Sect. 3A Project, for the following improvements: ITEM Bond Number AMOUNT Streets 5027108 $ 181,400.00 Curb & Gutters 5027103 $ 27,687.00 Water Mains 5027107 $ 94,498.83 Street Signs 5027110 $ 1,330.00 Exterior Sidewalks 5027101 $ 16,752.25 Asphalt Paths (3A & 3B) 5027102 $ 93,300.00 The above improvements have been completed and are acceptable to the City of Carmel. I recommend acceptance of said improvements, subject to the following conditions: 1. Maintenance Guarantees in the amount of 15% of the Performance amount, for Streets and Curb & Gutters, be filed with the City of Carmel, said Guarantees to run for a period of (3) years. 2. Maintenance Guarantees in the amount of 10% of the Performance amount, for all other improvements (minimum $100.00), be filed with the City of Carmel, said Guarantees to run for a period of (3) years. Approved: .::£ 2z2~ City Engineer Be it resolved by the Board of Public Works and Safety, City of Carmel, Indiana on this ~day of November 20~, that the Performance bonds for Long Ridge Estates, Section 3A Project as listed above are hereby released and said improvements accepted by the City of Carmel, Indiana, subject to the listed conditions above. The effective date of the Maintenance bonds shall be the same date as this resolution . Signed: _____________________________________ Board of Public Works and Safety October 24, 2008 Carmel Engineering Department Attn: Mr. Dick Hill One Civic Square Carmel, IN 46032 VIA FAX -571-2439 RE: Bond Release/Reduction for Long Ridge Estates, Section 3 Dear Mr. Hill: This letter serves to request placement on the next meeting agenda of the Board of Public Works. We are requesting the reduction of the following performance bonds that have been posted with the City of Carmel, for the project listed above. As you are aware, Section 3 of Long Ridge Estates was split into Sections 3a and 3b. The current bonds are being reduced to the total cost remaining to complete Section 3b of the project. New maintenance bonds will be posted for the improvements that have been completed . Long Ridge Estates. Section 3 • #5027101 Exterior Walks for $17,880.00 -reduced to $1,128.00 • #5027103 Curbs &Gutters for $48,180.00 -reduced to $20,493.00 • #5027107 Water Mains for $165,060.00 -reduced to $70,562.00 • #5027108 Streets for $308,200.00 -reduced to $126,800.00 • #5027110 Street Signs for $2,000.00 -reduced to $670.00 The following bond is being requested for complete release: Long Ridge Estates, Sectilin 3 • #5027102 Asphalt Path for $93,300.00 -all perimeter path work completed. If you need any additional information for this request, feel free to contact me at anytime, Sincerely, Steve Broermann Project Manager Cc: file 317 818-2900 • 317 863-2055 9757 Westpoint Drive, Suite 600 • Indianapolis, IN 46256 BUSINESS FURNITURE, INC . Fire Departntent -2008 Appropriatidn' #43-501.00-$45,513.64; #102-630.00-$9,052.73 P.O. #12599 APPROVED, AS TOContract Not To Exceed $54,566.37 FORM BY:___ 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 Business Furniture, Inc., 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 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Fifty Four Thousand Five Hundred Sixty Six Dollars and Thirty Seven Cents ($54,566.37 ) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance 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 pursuant to or as part of that certain City of Carmel Fire Department Bid Proposal Package for "Office Furniture" received by the City of Carmel Board of Public Works and Safety on or about August 24, 2008, 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. [Z :I,E B.&ss\My Doc\LDII»1J\Profcssioo& Savico\fORMS',(Jood, '" SavKO· R("\I 8-06-07.doC": 101112008 10:36 AM] BUSINESS FURNITURE, INC. Fire Department -2008 Appropriation #43-501.00-$45,513.64; #102-630.00-$9,052.73 P.O. #12599 Contract Not To Exceed $54,566.37 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. (Z:\£ &u\,\{y DocumI3IL,,;\Proft.."'t'ilooal Suvk:.cs\fOR.\1S\G()od,,-~ &. SU'VlCCS "-RC"V 8·06-07.doc:I G'8i2008 10:)6 A.\(J 2 BUSINESS FURNITURE, INC. Fire Department -2008 Appropriation #43-501.00-$45,513.64; #102-630.00-$9,052.73 P.O. #12599 Contract Not To Exceed $54,566.37 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. 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. 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. 13. 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. 14. 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. 15. 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 confiict of laws provisions. The parties agree that, in the event alawsuit 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. [Z:\£ 8a.u'My DC)I:\llIh,21b"\PrortSSlOftal Sl2Viccs\FORMS\Good,s. &: s~·Rt...... 8-06-01.dod0l8l2003 IOJ6 AM] 3 BUSINESS FURNITURE, INC. Fire Department -2008 Appropriation #43-501.00-$45,513.64; #102-630.00-$9,052.73 P.O. #12599 Contract Not To Exceed $54,566.37 16. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 17. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 ATTN: Keith Smith, Fire Chief AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Business Furniture, Inc. 6102 Victory Way, Indianapolis, Indiana 46278 Telephone: 317-216-1600 E-Mail: ______________ ATTENTION: Jolynne Wilhoit Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 18. TERMINATION: 18.1 Notwithstanding anything to the contrary contained in this Agreement. City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to agreater amount. (Z:\E B.iS.1\My Docum<Dts:\Prof~iODaI Sc.1"VlCQ""\fORMS\Goods &. Sd"'IICt$ -Rev 8-06-07.doc: 101812008 10:36 A.\f] 4 BUSINESS FURNITURE, INC. Fire Department -2008 Appropriation #43-501.00-$45,513.64; #102-630.00-$9,052.73 P.O. #12599 Contract Not To Exceed $54,566.37 18.2 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. 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. 20. 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. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2008, 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. 22. 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. 23. 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. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. 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. [Z:\£ 8ass\My lAK.1.I.D:II2JtS'..PrOre<.'ilonal S~\fORMS\Goocb &: Scr\1I\:CS · Rl.... 8~1.doc:10/&I2008 10:)6 AM} 5 ------------ BUSINESS FURNITURE, INC. Fire Department -2008 Appropriation #43-501.00-$45,513.64; #102-630.00-$9,052.73 P.O. #12599 Contract Not To Exceed $54,566.37 26. 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 confiicts 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. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA BUSINESS FURNITURE, INC. by and through its Board of Public Works and Safety By: By: (J~-rf James Brainard, Presiding Officer gnature Date: __________ )( ~O tL" 0 1\ ~ Wi lh(2~t- . Printed Name Mary Ann Burke, Member Date: __________ 'f WtJi'-r-pb.( ~ Sf? ~I'~ 1­ Title Lori S. Watson, Member FIDITIN:x ~":::,. -,,~~~~~~ Date: SSN if Sole Proprietor: ~)I,______ ATTEST: Date: ~ cOc+V k 1],\ LOu B Diana Cordray, IAMC, Clerk-Treasurer Date: ______________ (Z:\E 8~\M)' DClf.:lImml<\Prorcuioaal Savica;\FORMS'oGoodJ & ~-Kc:s. Rev A-06-07.drx:I0tY2008 10:36 A~r] 6 EXHIBITB Invoice Date: Name ofCompany: Address & Zip: Telephone No.: Fax No.: Proj ect N arne: Invoice No. Purchase Order No: Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL , Signature Printed Name EXHIBIT C mSURANCECOVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by AccidentlDisease: Bodily Injury by AccidentlDisease: Bodily Injury by AccidentlDisease: Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (anyone fire): Medical Expense Limit (anyone person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 . $500,000 $250,000 $250,000 $ 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 - --- PAGEINDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER City of Carmel I J FEDERAL EXCISE TAX EXEMPT 1259935-60000972I I THIS NUMBER MUST APPEAR ON INVOICES, A VOUCHER, DELIVERY MEMO, PACKING SLIP ONE CIVIC SQUARE CARMEL, INDIANA 46032-2584 SHIPPING LABELS AND ANY CORRESPONDENG: FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL -1997 'URCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 912AJ200S Business Furniture, LLC. Carmel Fire Department VENDOR SHIP 2 Civic Square TO 6102 Victory Way Carmel, IN 46032 Indianapolis, IN A6278 (317) 571-2622 ONF1RMATION BLANKET CONTRACT PAYMENT TERMS FREIGHT -QUANTITY IUNIT O~MEASURE DESCRIPTION ---­---­--­-I UNIT PRICE I EXTENSION Account .0-.501.00 1 Each Sta. 41 Remodel-I nstallation $45,513.64 $45,513.64 Sub Tohl: $45,513.64 Account 102~.OO 1 Each Sta. 41 Admin Lobby -R.e~ption Aie~ $9,052.73 $9,052.73 ./ •..1 1 Sub Total : $9,052.73 " I­,,,I ./ , . ~ . '" ., v , " ., .; :/ • , 0 • I": •:... '. ~: ~ -­"­ Send Invoice To: Carmel Fire Department 2 Civic Square Carmel, IN A6032­PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT tfiA ~37Carmel Fire Department • NP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS ~p'cr--' NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS ]HE PROPER SWORN AFFIDAVIT ATIACHED. I HEREBY CEf}fIF):..THAI.It-iERE IS AN UNOBLIGATED BALANCE IN SHIPPING INSTRUCTIONS THIS APPROP.~:d).j\Y FOR THE ABOVE ORDER. • SHIP REPAID. • C.O.D. SHIPMENTS CANNOT BE ACCEPTED. ORDERED BY • PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. Q;J~• THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99. ACTS 1945 TITLE I AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. CLERK~REASURER DOCUMENT CONTROL No·12 59 9 VENDOR COpy CARMEL FIRE DEPARTMENT PROPOSED REMODEL QUOTES l COMMERCIAL FURN/SH/NGS l CONTINENTAL OFFICE BUSINESS FURNITURE Paint I No Bid 1$ 10,960.00 $ 7.452 .75 Carpet I No Bid 1 $ 6,675.00 $ 12,577.58 Furniture 1 $ 1,549.00 I $ 11,226.27 $ 9,052.73 Remodelingllnstallation I Incomplete -$21692 1$ 26,696.12 $ 25.483.31 TOTAL 1$ 23,241,00 I $ 55,557,39 I $ 54,566.37 Business Furniture LLC· 0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774 .5544 Page 1 of 4 http://W.NW.businessfurnitureindy.com FAX 317.216.1601 Quote Quote Customer Account Project Number Date Customer Order Number Number Representative Number 159771 9/23/2008 ENTR Y CFIRE JOLYNNE WILHOIT 4836 QUOTE TO: JEAN JUNKER CARMEL FIRE DEPARTMENT 2 CIVIC SQUARE Carmel, IN 46032 SHIP TO: JEAN JUNKER CARMEL FIRE DEPARTMENT 2 CIVIC SQUARE Carmel, IN 46032 P: 1.317.517.2616 P: 1.317.517.2616 Tenns: NET 30 DAYS Line Quantity Catalog No. I Description Unit Price Extended Amount SUBJECT TO BU SINESS FURNITURE TERMS AND CONDITIONS. QUOTE INCLUDES DELIVERY, INSTALLATION AND REMOVAL OF PACKAGING DURING NORMAL BUSINESS HOURS AND IS SUBJECT TO CHANGE DUE TO QUICKLY RISING FUEL COSTS . IF YOU HAVE ANY QUESTIONS, CONTACT JOLYNNE WILHOIT AT 317-216-1653. QUOTE INCLUDES FURNITURE AND ACCESSORIES FOR OUTER FOYER AREA -ALL PAINT AND ALL CARPET 1 2 3 1 2 1 I 2667-1 BRAYTON I BARRYMORE ARMCHAIR, UPHOLSTERED FULL PANEL BACK UPHOL : GRI0 GRADE 10 TEXTILE SELECTION THE DESIGNTEX GROUP Purchaser: VENDOR Pattern: BOTTLE BANK -2869 Color: THORNAPPLE -301 Appl Direction: FINISH :3422 3422 MEDIUM CHERRY I 44 0-B2060WB PASSERELLE BENCH 20D X 60w X 17H BRAYTON I UPHOLS :GRI0 GRADE 10 TEXTIL~ SELECTION THE DESIGNTEX GROUP Purchaser: VENDOR Pattern: friendly faux -2008 Color : RED PANDA -302 Appl Di recti on: FINISH :3422 3422 MEDIUM CHERRY I 44-Tl64830 BRAYTON I 642 . 20 1,235.00 48 . 00% 795.08 1,529.00 48 . 00% 590.72 642.20 1,590.16 590.72 ACCEPTED BY TITLE ----.. _.-o"rt ttl =( " Business Furniture LLC (,) 6102 Victory Way Quotation Indianapolis, IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 2 of 4 http://www.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 159771 9/23/2008 ENTRY CFIRE JOLYNNE WILHOIT 4B36 Line Quantity Catalog No, I Description Unit Price Extended Amount PASSERELLE TABLE, 1,136,00 WOOD TOP 16D X 4Bw X 30H FINISH :3422 3422 MEDIUM CHERRY 48,00% 4 1 I 44-T242417 BRAYTONI 394 , 6B 394.6B PASSERELLE TABLE, 759,00 WOOD TOP 24D X 24W X 17H FINISH :3422 3422 MEDIUM CHERRY 4B.00% 5 1 I SILK TREE BUSINESS 690.00 690.00 8' SILK TREE/PLANTER 0.00 0.00% 6 1 I SILK BUSH BUSINESS 252.50 252.50 3' SILK BUSH/PLANTER 0.00 0.00% 7 I CHANDELIER BUSINESS 1,200.00 1,200.00 CHANDELIER LIGHT FIXTURE 0.00 0.00% B ICOLLAGE BUSINESS 1,550.00 1,550.00 IMAGE COLLAGE 0.00 0.00% 9 INSTALLATION BUSINESS 356.25 356.25 DELIVERY AND INSTALLATION OF ALL 0.00 CORPORATE ACCENT ACCESSORIES AND ARTWORK EXCEPT INSTALLATION OF LIGHT FIXTURES 0.00% 10 REFINISH WOOD FLOOR BUSINESS 1, 125.00 1,125.00 LABOR TO CLEAN AND REFINISH WOOD 0.00 FLOORING IN ENTRY AREA. INCLUDES 2 COATS OF WATER BASE FINISH, COLOR WILL REMAIN THE SAME. 0.00% 11 CARPET MOHAWKCA 6,575.00 6,575.00 CARPET FOR FIRST FLOOR INCLUDING ALL 0.00 OFFICES AND CONFERENCE ROOM BIGELOW "BIG PICTURE" BROADLOOM CARPET PER THE MANUFACTURER'S SPECIFICATIONS. COLOR #7731 RESOURCES 4" VINYL BASE IN ROOMS WHERE OLD BASE WILL BE REMOVED. COLOR TO BE DETERMINED 0.00% 12 I CARPET LABOR MOHAWKCA 6,002.58 6,002.58 LABOR ONLY 0.00 WORK INCLUDED: 0.00% ACCEPTED BY TITLE •• _ ••••• "_._ DATE~ · Business Furniture LLC 0, 6102 Victory Way Quotation Indianapolis, IN 46278Business ~Furniture 317.216.1600 800.774 .5544 Page 3 of 4 http://v.rww.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 159771 9/23/2008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Line Quantity Catalog No. , Description Unit Price Extended Amount REMOVE AND DISPOSE OF THE EXISTING CARPET AND VINYL BASE . PERFORM MINOR FLOOR PREPARATION TO READY THE FLOOR FOR NEW CARPET. PROVIDE AND INSTALL BIGELOW "BIG PICTURE" BROADLOOM CARPET PER THE MANUFACTURER'S SPECIFICATIONS. COLOR #7731 RESOURCES PROVIDE AND INSTALL 4" VIN YL BASE IN ROOMS WHERE OLD BASE WILL BE REMOVED. COLOR TO BE DETERMINED NOTE: CARMEL FIRE DEPARTMENT PERSONNEL TO REMOVE ALL FURNITURE, ELECTRONICS AND OTHER ITE~S TO CLEAR ALL ROOMS FOR INSTALLATION. CARMEL FIRE DEPARTMENT TO REPLACE SAME. EXCLUDES: MAJOR FLOOR PREPARATION; PROVIDING TEMPORARY SERVICES (LIGHT, HEAT, ETC); HANDLING HAZARDOUS MATERIAL (ASBESTOS, ETC); SEALING AND WAXING OF RESILIENT FLOORS; PROTECTION OF FINISHED FLOORS 13 I PAINTING BUSINESS PAINT ONLY 2,054.75 0 . 00 0 . 00% 2,054.75 14 I PAINTING BUSINESS LABOR ONLY FOR INTERIOR PAINTING SCOPE OF WORK: PAINT ENTRY, RECEPTION AREA, KITCHEN, CORRIDORS AND STAIRWAYS ON THE FIRST FLOOR . ALSO, 2 COLUMNS, WOOD RAILING, CORRIDOR DOORS AND FRAMES . NOTE: IN AREAS WHERE WOOD TRIM AND BASE REQUITE PAINTING, AN HOURLY RATE OF $45.00 WILL APPLY. SHOULD NOT EXCEED 4-5 HOURS. 5,398.00 0.00 0.00% 5,398 . 00 15 1 I DELIVERY BFCDELIV LABOR TO DELIVER AND SET IN PLACE SEATING AND TABLES IN OUTER FOYER AREA DURING NORMAL BUSINESS HOURS APPLICABLE ONLY IF THIS AREA IS DONE PRIOR TO THE RECEPTION AREA 125.00 0.00 0.00% 125.00 Sub Total 28,546.84 ACCEPTED BY TlTLE--trroUE~XHIiIIB~IT.~" Business Furniture LLC · 0, 6102 Victory Way Quotation Indianapolis, IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 4 of 4 http://www.businessfurnilureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 159771 9/23/2008 ENTRY CFIRE JOLYNNS WILHOIT 4836 Line Quantity Catalog No, I Description Unit Price Extended Amount BRAYTONI CO~ BRAYTONI Stee1case Co INDIANA ··*****End of Quotation******* ODITY SURCHARGE odity Surcharge ALES TAX EXEMPT Grand Total 128,00 77.35 0,00 28,752,19 ACCEPTED BY TITLE DATE { I \ I I "EXHIBIT It Business Furniture LLC . 0, 6102 Victory Way Quotation Indianapolis, IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 1 of 10 http://www.businessfurnitureindy.com FAX 317.216.1601 Quote Number 162725 Quote Date 9/23/2008 Customer Order Number ENTRY Customer Number CFIRE Account Representative JOLYNNE WILHOIT Project Number 4836 QUOTE TO: JEAN JUNKER CARNEL FIRE DEPARTMENT 2 CIVIC SQUARE Carmel, IN 46032 SHIP TO: JEAN JUNKER CARNEL FIRE DEPARTMENT 2 CIVIC SQUARE Carmel, IN 46032 P: 1.317.517.2616 P: 1.317.517.2616 Terms: NET 30 DAYS LIne Quantity Catalog No. I Description Unit Price Extended Amount SUBJECT TO BUSINESS FURNITURE TERNS AND CONDITIONS. QUOTE INCLUDES DELIVERY, INSTALLATION AND REMOVAL OF PACKAGING DURING NORNAL BUSINESS HOURS AND IS SUBJECT TO CHANGE DUE TO QUICKLY RISING FUEL COSTS. IF YOU HAVE ANY QUESTIONS, CONTACT JOLYNNE WILHOIT AT 317-216-1653. QUOTE INCLUDES RECEPTION WORKSTATIONS ONLY 5 I TS724HF STEELCAS 106.64 533.20 Frame-Horizontal Package, 24w 248.00 BASIC : 7238 FIELDSTONE OPTIONS •• OPTIONS * * TC OPT 'OPT:TOP CAP OPTIONS WOOD CAP WOOD TOPCAP WOOD WOOD WOOD 'WOOD:WOOD 3422 FC/OP MEDIUM CHERR CABLEOPT 'OPT:CABLE TRAY OPTION NO TRAY NO CABLE TRAY TRAY OPT *OPT:BASE TRAY OPTION NO TRAY NO BASE TRAY 57.00% 2 I TS730HF STEELCAS llO.08 llO.08 Frame-Horizontal Package, 30w 256.00 BASIC :7238 FIELDSTONE OPTIONS TC OPT WOOD CAP WOOD WOOD 3122 CABLEOPT • • OPTIONS * • 'OPT:TOP CAP OPTIONS WOOD TOPCAP WOOD 'WOOD:WOOD QC/OP MEDIUM CHERR *OPT:CABLE TRAY OPTION 57.00% Aem"o", "EXHIBIT oJ 11 tme> " Business Furniture LLC , 0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 2 of 10 http://www.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 162725 9/23/2008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Line Quantity Catalog No, I Description Unit Price Extended Amount NO TRAY TRAY OPT NO TRAY NO CABLE TRAY 'OPT:BASE TRAY OPTION NO BASE TRAY 3 1 I TS736HF STEELCAS 114 , 38 114.38 Frame-Horizontal Package, 36w 266.00 BASIC :7238 FIELDSTONE OPTIONS • • OPTIONS • . TC OPT 'OPT:TOP CAP OPTIONS WD COH1 WOOD COH TOPCAP 1 END WOOD WOOD WOOD 'WOOD:WOOD 3122 QC/OP MEDIUM CHERR CABLEOPT 'OPT:CABLE TRAY OPTION NO TRAY NO CABLE TRAY TRAY OPT 'OPT:BASE TRAY OPTION NO TRAY NO BASE TRAY 57 , 00% 4 2 I TS736HF STEELCAS 111,80 223 ,60 Frame-Horizontal Package, 36w 260,00 BASIC :7238 FIELDSTONE OPTIONS TC OPT WOOD CAP WOOD WOOD 3122 CABLEOPT NO TRAY TRAY OPT NO TRAY • • OPTIONS • • 'OPT:TOP CAP OPTIONS WOOD TOPCAP WOOD 'WOOD:WOOD QC/OP MEDIUM CHERR 'OPT:CABLE TRAY OPTION NO CABLE TRAY 'OPT:BASE TRAY OPTION NO BASE TRAY 57.00% 5 1 I TS71224SPW STEELCAS 159,96 159.96 Window-Single Pane, 12hx24w 372.00 GLASS :6500 CLEAR GLASS TRIM :7238 FIELDSTONE 57.00% 6 1 I TS71236SPW STEELCAS 185.33 185.33 Window-Single Pane, 12hx36w 431.00 GLASS :6500 CLEAR GLASS TRIM :7238 FIELDSTONE 57.00% 7 I 13 ITS71224TK STEELCAS 30.96 402 , 48 Panel Skin-Tackable Acousti cal, 12x24 72.00 SURFACE :G226 CANTATA 57.00% 8 I 2 1TS71236TK STEELCAS 34.40 68 . 80 Panel Skin-Tackable Acoustical, 12x36 80,00 SURFACE :G226 CANTATA 57,00% 91 8 1TS73624TK STEELCAS 61. 06 488,48 P.anel Skin-Tackable Acoustical, 36x2 4 142.00 SURFACE :G226 CANTATA 57,00% AccmED", "no "EXHIBIT"E £&01 " Business Furniture LLC. 0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 3 of 10 http://www.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 162725 9/2312008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Line Quantity Catalog No. I Description Unit Price Extended Amount 10 2 I TS73630TK STEELCAS 65.36 130 . 72 Panel Skin-Tackable Acoustical, 36x30 152.00 SURFACE :G226 CANTATA 57.00% 11 3 I TS73636TK STEELCAS 70.09 210.27 Panel Skin-Tackab1e Acoustical, 36x36 163.00 SURFACE :G226 CANTATA 57.00% 12 1 I TS71224wS STEELCAS 132.01 132.01 Skin-Wood, 12hx24w 307.00 TRIM :7238 FIELDSTONE WOOD :3422 FC/OP MEDIUM CHERRY 57.00% 13 2 I TS73624WS STEELCAS 227 . 90 455.80 Skin-Wood, 36hx24w 530.00 TRIM :7238 FIELDSTONE WOOD :3422 FC/OP MEDIUM CHERRY 57.00% 14 2 I TS73630WS STEELCAS 240.37 480.74 Skin-Wood, 36hx30w 559.00 TRIM :7238 FIELDSTONE WOOD :3422 FC/OP MEDIUM CHERRY 57.00% 15 2 I TS73636wS STEELCAS 252 . 84 505.68 Skin-Wood, 36hx36w 588.00 TRIM :7238 FIELDSTONE WOOD :3422 FC/OP MEDIUM CHERRY 57.00% 16 1 I TS712CHSW STEELCAS 107 . 50 107.50 Trim-Change of Height, Slim Profile, 250.00 12h, Wood TOP-CAP :3422 FC/OP MEDIUM CHERRY OPTIONS WD JUNCT WD INLIN TRIM WOOD UPRIGHT WOOD 3122 • • OPTIONS • • 'OPT:WOOD JUNCTION CAP OPT CAP -COH INLINE APPLICA 'OPT:TRIM PACKAGE WOOD TRIM PKG UPRIGliT 'UPRIGHT:WOOD QC/OP MEDIUM CHERR 57.00% 17 1 I TS724CHSW STEELCAS 110.94 11 0.94 Trim-Change of Height, Slim Profile, 258.00 24h, Wood TOP-CAP :3422 ,ClOP MEDIUM CHERRY OPTIONS WD JUNCT WOOD CAP TRIM WOOD UPRIGHT WOOD 3122' •• OPTIONS •• 'OPT:WOOD JUNCTION CAP OPT CAP -COH CORNER APPLICA 'OPT : TRIM PACKAGE WOOD TRIM PKG UPRIGHT 'UPRIGHT:WOOD QC/OP MEDIUM CHERR 57.00% ACCEPTED BY TITLE "~VUIDITom t i {t} " Business Furniture LLC · 0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.n4.SS44 Page 4 of 10 hltp:llvvww.businessfurnilureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 162725 9/23/2008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Line 18 Quantity 2 Catatog No. 1 Description TS742IPJ STEELCAS Unit Price 27.95 Extended Amount 55.90 Junction-In1ine, Oval, 42h 65.00 57.00% 19 I I TS742EPJW STEELCAS 136.74 136.74 Junction-End of Run, 42h, Wood 318.00 TOP-CAP :3422 FC/OP MEDIUM CHERRY UPRIGHT :7238 FIELDSTONE OPTIONS * * OPTIONS • * TRIM *OPT:TRIM PACKAGE WOOD WOOD TRIM PKG WOOD WOOD WOOD *WOOD:WOOD 3122 QC/OP MEDIUM CHERR 57.00% 20 I I TS742LPJW STEELCAS 162.97 162.97 Junction-L, 42h, Wood 379.00 TOP-CAP :3422 FC/OP MEDIUM CHERRY UPRIGHT :7238 FIELDSTONE OPTIONS * * OPTIONS * * TRIM *OPT:TRIM PACKAGE WOOD WOOD TRIM PKG WOOD WOOD WOOD 'WOOD:WOOD 3122 QC/OP MEDIUM CHERR 57.00% 21 I TS754WPJ STEELCAS 70.09 70.09 Junction-Wall Start, 54h 163.00 57.00% 22 2 I TS766IPJ STEELCAS 27.95 55.90 Junction-In1ine, Oval, 66h 65.00 57.00% 23 TS766EPJW STEELCAS 157.81 157.81 Junction-End of Run, 66h, Wood 367.00 TOP-CAP :3422 FC/OP MEDIUM CHERRY UPRIGHT :7238 FIELDSTONE OPTIONS * * OPTIONS * * TRIM *OPT:TRIM PACKAGE WOOD WOOD TRIM PKG WOOD WOOD WOOD *WOOD:WOOD 3122 QC/OP MEDIUM CHERR 57.00% 24 2 TS766LPJW STEELCAS 184.04 368.08 Junction-L, 66h, Wood 428.00 TOP-CAP :3422 FC/OP MEDIUM CHERRY UPRIGHT :7238 FIELDSTONE OPTIONS TRIM WOOD WOOD * * OPTIONS • * *OPT:TRIM PACKAGE WOOD TRIM PKG WOOD 57.00% ACCEPTED BY TITLE ., _0.._ ... _",AT, ft~l n " Business Furniture LLC (,) 6102 Victory Way Quotation Indianapolis, IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 5 of 10 http:ltwww.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 162725 9/23/2008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Line Quantity Catalog No. I Description Unit Price Extended Amount WOOD 3122 'WOOD:WOOD QC/OP MEDIUM CHERR 25 1 I TS766TPJW STEELCAS 184.04 184.04 Junction-T, 66h, Wood 428.00 TOP-CAP :3422 FC/OP MEDIUM CHERRY UPRIGHT :7238 FIELDSTONE OPTIONS TRIM WOOD WOOD WOOD 3122 • * OPTIONS • * *OPT:TRIM PACKAGE WOOD TRIM PKG WOOD *WOOD:WOOD QC/OP MEDIUM CHERR 57.00% 26 2 I TS7BSWHC STEELCAS 41.71 83.42 Wall Hanging Channel, 66h 97.00 BASIC :7238 FIELDSTONE 57.00% 27 1 I TS76BPX STEELCAS 96.32 96.32 Power In Feed-3+1, 6 Feet 224.00 PLASTIC :6000 BLACK 57.00% 28 1 I TS7PK24X STEELCAS 76.54 76.54 Power Kit-3+1, 24w 17 8.00 57.00% 29 I TS7PK30X STEELCAS 76.54 76.54 Power Kit-3+1, 30w 17 8.00 57.00% 30 2 I TS7PK36X STEELCAS 76.54 153.08 Power Kit-3+1, 36w 178.00 57.00% 31 2 I RBB24WTAK STEELCAS 371.95 743.90 Bin-In the Case, Wood Door, 865.00 Tech/Answer/KicK, 24w BASIC :7238 FIELDSTONE FRONT :3422 FC/OP MEDIUM CHERRY LOCK :9201 POLISHED CHROME KEYS : SK PLUG OPTIONS DOOR OPT NO ASST LOCK OPT LOCK BRACKETS NOOPTBKT OPT ACC DIVIDER •• OPTIONS •• 'OPT:DOOR OPTIONS STD:NO ASSIST 'OPT:LOCK OPTIONS STD:LOCK 'OPT:OPTIONAL BRACKETS STD:NO OPTIONAL BRACKETS 'OPT:OPTIONAL ACCESSORIES DIVIDER 57.00% 32 1 I RBB3.0WTAK STEELCAS 380.55 380.55 Ammo "V nm "EXHIBIT"' It qlll " Business Furniture LLC 9 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 6 of 10 http://www.businessfurnilureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 16272 5 9/23/2008 ENTRY CfIRE JOLYNNE WILHOIT 4836 Line Quantity Catalog No.1 Description Unit Price Extended Amount Bin-In the Case, Wood Door, 885.00 Tech/Answer/Kick, 30w BASIC :7238 rIELDSTONE rRONT :3422 rC/OP MEDIUM CHERRY LOCK :9201 POLISHED CHROME KEYS : SK PLUG OPTIONS DOOR OPT NO ASST LOCK OPT LOCK BRACKETS NOOPTBKT OPT ACC DIVIDER • • OPTIONS • • 'OPT:DOOR OPTIONS STD:NO ASSIST 'OPT:LOCK OPTIONS STD : LOCK 'OPT:OPTIONAL BRACKETS STD:NO OPTIONAL BRACKETS 'OPT:OPTIONAL ACCESSORIES DIVIDER 57.00% 33 1 I RCC24365EP STEELCAS 970.94 970.94 Cabinet-Combination, 2h Door, 3 Drawers, 2,258.00 1 Adjustable Shelf, Proud Steel, 24x36x65-1/2 BASIC :7238 rIELDSTONE LOCK :9201 POLISHED CHROME PULL :9211 NICKEL KEYS : SK PLUG OPTIONS •• OPTIONS TOP OPT 'OPT : TOP OPTIONS STL TOP STD : 1" STEEL TOP DOOR OPT 'OPT:DooR OPTION STL DOOR STD:STEEL DOOR PULLS PULL OPTIONS CONTPULL STD:CONTEMPORARY PUL WGHT PKG 'OPT:COUNTERWEIGHT PKG WEIGHT COUNTERWEIGHT PKG 57.00% 34 2 I RLrl8302P STEELCAS 286.81 573 . 62 Lateral rile-2 Drawer, 667.00 Proud Steel rront, 18x30x28 BASIC :7238 rIELDSTONE LOCK :9201 POLISHED CHROME PULL :9211 NICKEL KEYS : SK PLUG OPTIONS TOP OPT NO TOP LOCK OPT CENTRAL PULLS CONTPULL DWR ACC Hr WGHT PKG NO WGHT • • OPTIONS 'OPT:TOP OPTIONS NO TOP 'OPT:DRAWER LOCK OPTIONS STD:CENTRAL LOCKING DWR 'OPT:PULL OPTIONS STD:CONTEMPORARY PULL ·OPT:rILE DWR ACCESSORIES STD:DRAWERS WITH Hr'S 'OPT:COUNTERWEIGHT PKG NO COUNTERWT PKG 57.00% 35 2 I RPr2427AP STEELCAS 252.41 504.82 Aee,mO", ;on> "EXHIBIT' Irw{n ,. Business Furniture LLC . 0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 7 of 10 http://www.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 162725 9/23/2008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Unit Extended Line Quantity Catalog No.1 Description Price Amount Pedestal-Fixed, 2 Box/l File Drawer, 587.00 Proud Steel Fr, 23-1/2x15x27 57.00% BASIC :7238 FIELDSTONE LOCK :9201 POLISHED CHROME PULL :9211 NICKEL KEYS :SK PLUG OPTIONS •• OPTIONS DWR OPT ·OPT:DRAWER FEATURE OPTION FULL DWR STD:FULL DRAWER DWR ACC 'OPT:FILE DWR ACCESSORIES RAIL DRAWERS WITH RAILS PULLS 'OPT:PULL OPTIONS CONTPULL STD : CONTEMPORARY PULL LOCK OPT ·OPT:LOCK OPTIONS SINGLELK STD:SINGLE LOCK 36 1 I RPF2427BP STEELCAS 246.82 246.82 Pedestal-Fixed, 2 File Drawers, 574.00 Proud Steel Front, 23-1/2x15x27 57.00% BASIC :7238 FIELDSTONE LOCK :9201 POLISHED CHROME PULL :9211 NICKEL KEYS : SK PLUG OPTIONS •• OPTIONS DWR ACC 'OPT:FILE DWR ACCESSORIES RAIL DRAWERS WITH RAILS PULLS ·OPT:PULL OPTIONS CONTPULL STD:CONTEMPORARY PULL LOCK OPT 'OPT:LOCK OPTIONS SINGLELK STD:SINGLE LOCK 37 1 I RFF24245RWP STEELCAS 1,052.64 1,052.64 Tower-Full Fr, 2 Adjustable/1 Fixed 2,448.00 Shelf, 2 Drawer, Proud Steel, 57.00% Right Hand, 24x24x65-1/2 BASIC :7238 FIELDSTONE LOCK :9201 POLISHED CHROME PULL : 9211 NICKEL KEYS :SK PLUG OPTIONS • • OPTIONS TOP OPT 'OPT:TOP OPTIONS STL TOP STD:l" STEEL TOP PULLS 'OPT:PULL OPTIONS CONTPULL STD:CONTEMPORARY PULL 38 11 I LOCK9201FR STEELCAS N/C N/C Lock Cylinder-FR Series, Polished Chrome 0.00 LOCK :9201 POLISHED CHROME 0 . 00% KEYS : SK SPEC 5-FR375 6-FR376 39 1 I TS71824TB STEELCAS 47.73 47 . 73 ACCEPTED BY TITLE .. OAT< 11: tl, ..., I • .. ­---((1 " Business Furniture LLC · 0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 8 of 10 http://WoN.W.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 162725 9/23/2008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Unit Extended Line Quantity Catalog No. I Description Price Amount Tackboard-18><24 111.00 SURFACE :G226 CANTATA 57.00% 40 I TS71830TB STEELCAS 52.89 52.89 Tackboard-18><30 123.00 SURFACE :G226 CANTATA 57.00% 41 2 I 4821410 STEELCAS 455.00 910.00 Chair-Arnia, Arms, Upholstered 921. 00 PLASTIC :6205 BLACK 50.60% UPHLSTRY:B407 TWINFLOWER OPTIONS *. OPTIONS • • CASTERS 'OPT:CASTERS HARD CST STD:HARD CASTERS ARMS 'OPT:ARM OPTIONS H/W/P/D STD:H/W/P/D ARMS SEAT HGT *OPT:BASE ASSY HEIGHT RANG 5" RANGE STD:5" PNEU SEAT HEIGHT BASE OPTS 'OPT:BASE OPTION PLASTIC STD:PAINTED BASE OPT ACC 'OPT:OPTIONAL ACCESSORIES SOIL RET SOIL RETARDANT TREATMENT 42 2 I UCC223636 STEELCAS 160.39 320.78 Worksurface-Corner, Curved, 24><24><36><36 373.00 EDGE : 6678 MARBLED CHERRY 57.00% TOP-SURF:2422 MEDIUM CHERRY OPTIONS * * OPTIONS * * WKSF OPT 'OPT:WORKSURFACE OPTION SCALLOP STD:SCALLOPS 43 I 2 I US2424 STEELCAS 68.80 I 137 . 60 Worksurface-Straight, 24><24 160.00 EDGE :6678 MARBLED CHERRY 57.00% TOP-SURF:2422 MEDIUM CHERRY OPTIONS * * OPTIONS * * WKSF OPT *OPT:WORKSURFACE OPTION SCALLOP STD:SCALLOPS 44 I 2 I US2460 STEELCAS 113.091 226.18 Worksurface-Straight, 24><60 263.00 EDGE :6678 MARBLED CHERRY 57.00% TOP-SURF:2422 MEDIUM CHERRY OPTIONS * * OPTIONS * * WKSF OPT 'OPT:WORKSURFACE OPTION SCALLOP STD:SCALLOPS 45 I US2466 .STEELCAS 127.28 127 . 28 Worksurface-Straight, 24><66 296.00 EDGE :6678 MARBLED CHERRY 57.00% TOP-SURF:2422 MEDIUM CHERRY OPTIONS * • OPTIONS * * WKSF. OPT 'OPT:WORKSURFACE OPTION SCALLOP STD:SCALLOPS Acc,mooy ,m, "EXHIBIT~ , Business Furniture LLC9 6102 Victory Way Quotation Indianapolis, IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 9 of 10 http://wwvv.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 162725 912312008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Line Quantity Catalog No, I Description Unit Price Extended Amount 46 1 I UTR1636SASW STEELCAS 335.83 335.83 Worksurface-Transaction, Straight, Wood, 781. 00 Answer Square, 16x36 BASIC :3422 FC/OP MEDIUM CHERRY OPTIONS TC OPT WOOD CAP WOOD WOOD 3422 • • OPTIONS • • 'OPT:TOP CAP OPTIONS WD Top Cap WOOD 'WOOD:WOOD FC/OP MEDIUM CHERR 57.00% 47 2 I UCANT STEELCAS 39.13 78.26 Cantilever-on Module, 16x13 91. 00 BASIC :7238 FIELDSTONE 57.00% 48 3 I TSATH2711 STEELCAS 70 . 56 211 . 68 Leg-H, 11 "Wx27"H 170 . 00 BASIC : 7238 FIELDSTONE 58.49% 49 1 I TSATP27 STEELCAS 53.76 53.76 Leg-post, Full Height, 27"H, No Casters 130.00 BASIC : 7238 FIELDSTONE 58.65% 50 I USSBR STEELCAS 13.76 13 . 76 Bracket-Side Support 32.00 57.00% 51 1 I TS730HF STEELCAS 11 2. 66 112 . 66 Frame-Horizontal Package, 30101 262.00 BASIC : 7238 FIELDSTONE OPTIONS TC OPT WD COHI WOOD WOOD 3122 CABLEOPT NO TRAY TRAY OPT NO TRAY • • OPTIONS • • 'OPT : TOP CAP OPTIONS WOOD COH TOPCAP 1 END WOOD 'WOOD:WOOD QC/OP MEDIUM CHERR 'OPT:CABLE TRAY OPTION NO CABLE TRAY 'OPT:BASE TRAY OPTION NO BASE TRAY 57.00% 52 2 I TS71SSX STEELCAS 15.48 30.96 Receptacle-System Ground, Line 1, 3+1 36.00 PLASTIC : 6000 BLAC K 57.00% 53 2 TS72SSX STEELCAS 15.48 30 . 96 Receptacle-System Ground, Line 2, 3+1 36.00 PLASTIC : 6000 BLACK 57.00% 54 1 I INSTALLATION BFCINSTA 700 . 00 700 . 00 Aee,meoy "m "EXHIBIT" It [jIll · Business Furniture LLC 0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 10 of 10 http://www.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote Date Customer Order Number Customer Number Account Representative Project Number 162725 9/23/2008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Line Quantity Catalog No. I Description Unit Price Extended Amount LABOR TO DELIVER, INSTALL WORKSTATIONS AND FURNITURE IN RECEPTION AREA AND REMOVE TRASH DURING NORMAL BUSINESS HOURS 0.00 0.00% Sub Total STEELCAS CO~ODITY SURCHARGE STEELCAS Stee1case Co od~ty Surcharge INDIANA ALES TAX EXEMPT Grand Total *******End of Quotation*·····* 13,961.02 382 . 35 382.49 0.00 14,725.86 Aco.mo ov wee"EXH IBITTe dl '{[a' ' .. Business Furniture LLC -0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 1 of 3 http:/twww.businessfurnitureindy.com FAX 317.216.1601 Quote Number 162730 Quote Customer Account Date Customer Order Number Number Representative 8/2012008 ENTRY CFIRE JOLYNNE WILHOIT Project Number 4836 I aUOTETO: JEAN JUNKER CARMEL FIRE DEPARTMENT 2 CIVIC SQUARE Carmel, IN 46032 SHIP TO: JEAN JUNKER CARMEL FIRE DEPARTMENT 2 CIVIC SQUARE Carmel, IN 46032 P: 1.317.517.2616 P: 1.317.517 .2 616 Terms: NET 30 DAYS Line Quantity Catalog No.1 Description Unit Price Extended Amount SUBJECT TO BUSINESS FURNITURE TERMS AND CONDITIONS. QUOTE INCLUDES DELIVERY, INSTALLATION AND REMOVAL OF PACKAGING DURING NORMAL BUSINESS HOURS AND IS SUBJECT TO CHANGE DUE TO QUICKLY CHANGING FUEL COSTS. IF YOU HAVE ANY QUESTIONS, CONTACT JOLYNNE WILHOIT AT 317-216-1653. QUOTE INCLUDES WORKTOOLS FOR RECEPTION STATIONS; FURNITURE AND ACCESSORIES FOR RECEPTION AREA I WDPDNL PELICAN BASIC DETAIL DRAWER / NON-LOCKING :835 BLACK 153.51 301.00 49.00% 153.51 2 3 5 12 2 I WS36 SLATWALL -36" BASIC :5052 PEWTER I WPFS PAPER FLO MANAGER BASIC :9212 FROST BRACKET :5052 PEWTER I LT2 DETAIL DETAIL DETAIL UNDERLINE T2 TASK LIGHT -22" BASIC :5052 PEWTER 63 . 24 124.00 49.00% 38.76 76.00 49.00% 123.42 242 . 00 49.00% 316.20 465.12 246 . 84 5 2 I 385 BRAYTON I THOUGHTFUL LOUNGE-COMFORT WRINKLES NORMAL IN SEAT UPHOLSTE : GR10 GRADE 10 TEXTILE SELECTIO 1,053.52 2,026.00 48.00% 2,107 . 04 Ammo BY nm"EXHIBiT fr ~ilL · Business Furniture LLC 0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 2 of 3 http://www.businessfurnitureindy.com FAX 317.216.1601 Quote · Number Quote Date Customer Order Number Customer Number Account Representative Project Number 162730 I 8/20/2008 ENTRY CFIRE JOLYNNE WILHOIT 4836 Line Quantity LEG Catalog No. I Description THE DESIGNTEX GROUP Purchaser: VENDOR Pattern: BOTTLE BANK -2869 Color: THORNAPPLE -301 Appl Direction: Pricing Info: 38 SPEC:3422 3422 MEDIUM CHERRY Unit Price Extended Amount 6 7 1 144-T242417 BRAYTON I PASSERELLE TABLE, WOOD TOP 240 X 24W X 17H FINISH :3422 3422 MEDIUM CHERRY I SILK BUSH BUSINESS 3' SILK BUSH/PLANTER 394.68 759.00 48.00% 252.50 0.00 0.00% 394.68 252.50 8 9 2 2 I PENDANT LIGHT PENDANT LIGHT IARTWORK FRAMED PRINTS BUSINESS FIXTURES BUSINESS 587.50 0.00 0.00% 525.00 0.00 0.00% 1,175.00 1,050.00 10 2 FUSION DESIGNTE FUSION ARCHITECTURAL PANELS SPECIAL SIZE: EACH PANEL 38" WIDE LONG X 7' 1,297.80 0.00 0.00% 2,595.60 PRICING INCLUDES CUTTING CHARGE FINISH: SAGE AP247 SANDSTONE 11 1 I FUSION SHIPPING DESIGNTE ONE PALLET PACKAGING AND SHIPPING CHARGES FOR FUSION PRODUCT 500.00 0.00 0.00% 500.00 12 2 CUTTING CHARGE CUTTING CHARGE TO LONG X 38" WIDE CUT DESIGNTE BOTH PIECES TO 7' 76 . 80 0.00 0.00% 153.60 13 1 FUSION INSTALL MIDWESTW LABOR AND PARTS TO INSTALL FUSION BEHIND RECEPTION STATION PANELS 1,500.00 0.00 0.00% 1,500.00 DETAIL DETAIL BRAYTON I Steelcase Sub Total CO:!ODITY SURCHARGE CO ODITY SURCHARGE Co odity Surcharge 10,910.09 28.97 60.14 28.97 ACCEmoov TIM "EXHIBIT 1((p (IJ;. .. ,.. Business Furniture LLC , 0, 6102 Victory Way Quotation Indianapolis. IN 46278Business ~Furniture 317.216.1600 800.774.5544 Page 3 of 3 http://www.businessfurnitureindy.com FAX 317.216.1601 Quote Number Quote . Date Customer Order Number Customer Number Account Representative Project Number 162730 8/20/2008 ENTRY CFIRE JOLYNNE WILHOIT 4836 LIne Quantity Catalog No.1 Description Unit Price Extended Amount - BRAYTONI Stee1case Comr INDIANA *******End of Quotation*****~· --­ odity Surcharge ALES TAX EXEMPT Grand Total 60. 15 0 .00 11,088 . 32 -- ACCEmOBV mCE "EXHIBlrM,r OVERHEAD DOOR CO. Fire Department -2008 Appropriation #43-501.00; P.O. #12600 APPROVED, AS TO Contract Not To Exceed $1,316.00 FORM BY:___ 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 Overhead Door Co., 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 43-501.00 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than One Thousand Three Hundred Sixteen Dollars ($1,316.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance with the specifications set forth in Exhibit A. are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Fire Department Bid Proposal Package for "34 PM Bay Doors and Installation" received by the City of Carmel Board of Public Works and Safety on or about October 1, 2008, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. (Z:\E 8a.u\My l::kAumCIII.~\ProrCS$loo.J.I S~ccx\fOR.\tS'Good." &: SavK:es. Rc:v 8-06-CJ7.4rx:1lV&'100l111:20 AM} OVERHEAD DOOR CO. Fire Department -2008 Appropriation #43-501.00; P.O. #12600 Contract Not To Exceed $1 ,316.00 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 apart 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. IZ:\E Ba.u\My Docwnm ts\PrufC'SlooaJ SlrVi",,\FORMS'Good,... &. Sa-viu:s . Rev 8-06-07.doc-:1(}'&'201J!S II :20 AM] 2 OVERHEAD DOOR CO. Fire Department -2008 Appropriation #43-501.00; P.O. #12600 Contract Not To Exceed $1,316.00 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. 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. 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. 13. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for aloan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 14. 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. 15. 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 alawsuit 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. (~\f 8ass\My Do.....",t.<\Pro[""'ooaI S"-';""IfORMSIGoods '" Sonic... R<v S·06.qhlur.llY'fllJOlj 11020 AM] 3 OVERHEAD DOOR CO. Fire Department -2008 Appropriation #43-501.00; P.O. #12600 Contract Not To Exceed $1,316.00 16. 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. 17. 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 One Civic Square Carmel, Indiana 46032 ATTN: Keith Smith, Fire Chief AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Overhead Door Co. 8811 Bash Road Indianapolis, Indiana 46256 Telephone: 317-842-7444 E-Mail: _____________ ATTENTION: ___________ Notwithstanding the above, notice of termination under paragraph 18 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. 18. TERMINATION: 18.1 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 agreater amount. (~IE &"IMy Doaoma>"lProfcssiou' S<rvica\FORMSIGoods '" Savi"" . Rrv 8-06-U7 .d,dnvzOO8 I uo AJ-ij 4 OVERHEAD DOOR CO. Fire Department -2008 Appropriation #43-501.00; P.O. #12600 Contract Not To Exceed $1,316.00 18.2 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. 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. 20. 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. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2008, 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. 22. 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. 23. 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. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. 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. [Z:\E 8a.u\My ()o(wo\Dl~\PrOrl.SSiOl]aJ S!o.1"\liasI.FORM5 Good, &: ScrvM..a . ~"'V 8.()6...U7.doc: 11.V81lU08 It:20 AMJ 5 OVERHEAD DOOR CO. Fire Department -2008 Appropriation #43-501.00; P.O. #12600 Contract Not To Exceed $1,316.00 26. 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. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreernent as follows: CITY OF CARMEL, INDIANA OVERHEAD DOOR CO. by and through its Board of Public Works and Safety By: :~~X2~ James Brainard, Presiding Officer Authorized Signature Date: __________ X ~ru A. ~uv0 Printed Name Mary Ann Burke, Member Date: __________ ,( &""'M.I.::~IA-t-)A-L0 ~'L kc.f Title Lori S. Watson, Member FIDfTlN: x:. 25 -\ \ "?bOD.6 Date: __________ SSN if Sole Proprietor: x~______ ATTEST: Date:)L \0-\ 1-DB:, Diana Cordray, IAMC, Clerk-Treasurer Date: ____________ IZ:\E Ba:d\My DoclUlu:nt:o\P1'orCiSlouAl ScrviCCi\fORMS~ &: Scrvic:c&· Rrv 8..()6..00.doc:l~00IIl:20 AM) 6 EXHIBITB Invoice Date: Name ofCompany: Address & Zip: Telepltone No.: Fax No.: Proj ect N arne: Invoice No. Purchase Order No: Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total '---­ GRAND TOTAL '---­-- Signature Printed Name I EXHIBIT C mSURANCECOVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by AccidentlDisease: Bodily Injury by AccidentlDisease: Bodily Injury by AccidentlDisease: Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (anyone fire): Medical Expense Limit (anyone person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 $500,000 $250,000 $250,000 $ 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 ·.~, Price list for labor. Overhead Door Company of Indianapolis Ph. 317-842-7444 8811 Bash St. Fax 317-842-6352 ;; IndianapoJis,IN Effective Date: ~/18/2008] Customer Name: [Carmel Fire Department Customer#: ICAR50 --­ Part Number Straight Time ~ TRIP CHARGE COMMERCIAL TCC $30.00 2 MAN TRIP CHARGE COMMERCIAL 2TCC $30.00 TRIP CHARGE COMMERCIAL EXTENDED RANGE TCCE N/A 1 MAN COMMERCIAL HOURLY RATE 1MC $49.00 2 MAN COMMERCIAL HOURL Y RATE 2MC $98.00 1 MAN COMMERCIAL HELPER RATE 1MCH N/A INCIDENTAL MATERIAL (I.M.) 1M $9.20 EQUIPMENT CHARGE EC N/A ~- CO- :c X LL ~ * PREVENTIVE MAINTENANCE ( PER DOOR) $19.00 Part Number Overtime TRIP CHARGE COMMERCIAL O.T. TCCOT $45.00 2 MAN TRIP CHARGE COMMERCIAL O.T. 2TCCOT $45.00 TRIP CHARGE COMMERCIAL EXTENDED RANGE O.T. TCCEOT N/A 1 MAN COMMERCIAL O.T. RATE 1MCOT $73.00 2 MAN COMMERCIAL O.T. RATE 2MCOT $146.00 I 1 MAN COMMERCIAL HELPER O.T. RATE 1MCHOT N/A ! >­C\l "0 C ::J U) "0 C C\l >­C\l "0 L­ ::J ro U) "0 C C\l >­C\l "0 "C LL ..c OJ ::J o L­ :5 >­C\l "0 C o :2 ~ cL o o II) L­a> 4:: C\l a> L-C\l (/) 2 C\l 0::: a> E t a> >o• INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 0031201550020City of Carmel I I FEDERAL EXCISE TAX EXEMPT 35·60000972I 1 ONE CIVIC SQUARE CARMEL, INDIANA 46032·2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL· 1997 PAGE "­'b~ "­ PURCHASE ORDER NUMBER 12Sl10 THIS NUMBER MUST APPEAR ON INVOICES. AIF VOUCHER. DELIVERY MEMO. PACKING SLIPS SHIPPING LABELS AND ANY CORRESPONDENCE JRCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 912312008 .. Overhead Door '-~. Cannel Fire Department SHIP 'ENDOR 2 Civic SquareTO 8811 Bash Street Cannel, IN .46:032 ..._._._por......... . \lFIRMAT10N BLANKET CONTRACT " ~- PAYMENT TERMS .~ !"""l ""1_/h/, FREIGHT ::::, ~>.. ~. QUANTITY I~OF ME\.SUR~ DESCRIPTION 1 UNIT PRICE I EXTENSION Account 43-601.00 e Each Trip Charge $30.00 $180.00 34 Each PM Bay Doors $19.00 $546.00 10 Each HO'JrlyRate $49.00 $490.01] .,' Sub Total: $1,316.00 /:' .) L.' ' \ r /' i.' ", \_1 _I, , ­ 3end Invoice To: Cannel Fire Department 2 Civic Squart! Cannel, IN A6032­PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT Carmel Fire Department NP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS r$zI r.t16.00 NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE Af.io . VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE INSHIPPING INSTRUCTIONS THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER • SHIP REPAID. • C.O.D. SHIPMENTS CANNOT BE ACCEPTED. ORDERED B~""'>';""' ... .~~..s• PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. TITLE ~~......... ~~ • THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. CLERK·TREASURER VENDOR COpy)OCUMENT CONTROL N0'12 6 0 0 ) TOWERS FIRE APPARTUS CO., INC. Fire Department -2008 APPROVED, AS TOAppropriation #43-~00; P.O. #12596 FORM BY:___Contract Not To Exceed $3,440.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Towers Fire Apparatus Co., Inc., 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 43-501.00 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Three Thousand Four Hundred Forty Dollars ($3,440.00) (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 sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance 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 pursuant to or as part of that certain City of Carmel Fire Department Bid Proposal Package for "Fire Equipment and Service" received by the City of Carmel Board of Public Works and Safety on or about October 1, 2008, 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 Servjces 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. IZ:'E &.u\My DocumaIb:\Prort.. .....'Uonai S!JVlcc;:\fORMS\GoOOs" Scrvic.o;· Rt'V 8-06-0'.doc:IM'1003 10:49 AM) TOWERS FIRE APPARTUS CO., INC. Fire Department -2008 Appropriation #43-501.00; P.O. # 12596 Contract Not To Exceed $3,440.00 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. Tirne 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 c~lernicals, materials, substances and items used in or during the provision of the Goods and Services provided ~Iereunder, 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. (Z;\E Bas:s\My Documa:JlSl.Prores~u)Oal SU"o'Kcs\FOR.\iS\Good,s &: SlSVtca· R("Y 8..Q6...01.doc:10t8I2008 1U:4Y AMl 2 TOWERS FIRE APPARTUS CO., INC. Fire Department -2008 Appropriation #43-501.00; P.O. #12596 Contract Not To Exceed $3,440.00 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. 10. GOVERNMENT COMPLIANCE: Vendor agrees to cornply 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 frorn any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the terrnination 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. 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. 13. 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. 14. 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. 15. 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 . (Z:\E Ba.:..s\My Documml,\Pro(C$..,ioo~ Sc:r-1,o\fORMS'G:nh;.t: Savias· Rev S.()6..07.00c:llV8I2008 IO:49 AM) 3 TOWERS FIRE APP ARTUS CO., INC. Fire Department -2008 Appropriation #43-501.00; P.O. #12596 Contract Not To Exceed $3,440.00 16. 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. 17. 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 One Civic Square Carmel, Indiana 46032 ATTN: Keith Smith, Fire Chief AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel,lndiana 46032 If to Vendor: Towers Fire Apparatus 502 South Richland, Freeburg, Illinois, 62243 Telephone: BOO:851-192B E-Mail: 'Tvwer5{"c:t @h+v/ech."ed- ATTENTION: k'£vt·rJ /,Jlbt5 Notwithstanding the above, notice of termination under paragraph 18 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. 1B. TERMINATION: 1B.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 agreater amount. IZ:\E 8,a,c:c\My Dl.lulmalLs\PtDft:5S&ouI Suv!.«=s\FOR.MS\GoodJ &:. SavicC\· Rn-X.06-07.<b.:IClt1I2008 10:49 AM} 4 TOWERS FIRE APPARTUS CO., INC. Fire Department -2008 Appropriation #43-501.00; P.O. #12596 Contract Not To Exceed $3,440.00 18.2 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. 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. 20. 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 . 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2008, 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. 22. 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. 23. 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. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. 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. (Z:\E 8a:a\My DoaunGlu\Proft:Woa.al SC2V1ccs\fORMS\Good.s & Scniccs • Rr\' 3...Q6..(J1 .doc:11.W&'2U08 10;49 AM) 5 TOWERS FIRE APPARTUS CO., INC. Fire Department -2008 Appropriation #43-501.00; P.O. #12596 Contract Not To Exceed $3,440.00 26. 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 govem and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA TOWERS FIRE APPARATUS CO., INC by and through its Board of Public Works and Safety By: BY:~ ·JD~"I James Brainard, Presiding Officer Author(zed Signature Date: __________ >< gf1.tHJ ''7"Ow ert-lJ Printed Name Mary Ann Burke, Member Date: __________ )l.. /'.-l t3UJ evvr Title Lori S. Watson, Member FIDITIN:>: 3? ~O~Y1t9{' Date: __________ SSN if Sole Proprietor: 'it II/A-.--!.---­ ATTEST: Date: 'f-L-__________ Diana Cordray, IAMC, Clerk-Treasurer Date: _____________ [Z:1i: B"..,I.ty Docum ... "lPrur.,..jooai s.rv;""IfORMSlGoods '" Scoiccs · R<Y 8.Jl6-07.00cJOI&'2008 10:.9 AM] 6 QUOTATION \V TOWERS FIRE APPARirus CO., INC. Manufacturers afFIRE TRUCKS 502 South Richland Street 1Freeburg. IL 62243-15971 Phone: (800) 851-1928 1e-mail: \O\\crsfarifapl:i.ncl Carmel Fire Department Date October 1 , 2008 Carmel, Indiana Reference Gentlemen, We are pleased to quote you on the following equipment and hope to be favored with your order. All agreements subject to cancellation on account of fires, strikes, accidents, and other causes beyond our control. Quotations hold good for 1. weeks, after which time they are subject to revision or withdrawal. QUANTITY DESCRIPTION Service on Pumps-$215 per truck Pump Test on Pumps-$175 per truck Travel -$80 per trip with estimated 4 trips. These prices are good for one year. We would be willing to quote any service next year. Plus All Applicable Taxes SHIPMENT: Yours very truly, TERMS: Net Cash 30 Days TOWERS FIRE APPARATUS CO" INC. F.O.B. Freeburg, Illinois Fire -Pumps, Extinguishers, Hose, Brass, Fittings, Pumper Repair, all makes "EXHtBIT dl { ( " EXHIBITB Invoice Date: Name ofCompany: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBITC mSURANCECOVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by AccidentlDisease: Bodily Injury by AccidentlDisease: Bodily Injury by AccidentlDisease: Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (anyone fire): Medical Expense Limit (anyone person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 $500,000 $250,000 $250,000 $ 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 PAGEINDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER City of Carniel I I FEDERAL EXCISE TAX EXEMPT I 35-60000972 1?~q.::I THIS NUMBER MUST APPEAR ON INVQICES, AlP ONE CIVIC SQUARE VOUCHER, DELIVERY MEMO, PACKING SLIPS, CARMEL, INDIANA 46032·2584 SHIPPING LABELS AND ANY CORRESPONDENCE =ORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL· 1997 RCHASE ORDER DATE DATE REQUIRED REQUISITION NO, VENDOR NO, DESCRIPTION 9J22J2008 ~'-..:>.....~-"..,~ ~~-.6... ~ ~~ TOV'lf'er; Fire Apparatus Carmel Fire Department SHIP ENDOR TO 2 Civic SqU3n:! 502 South Richland Carmel, IN 46032 Fn:!eb---­..", IL 62243 JFIAMATION BLANKET CONTRACT QUANTITY 1UNIT OF MEASURE PAYMENT TERMS DESCRIPTION -..... n,"'/ FREIGHT I UNIT PRICE I EXTENSION Account 43~10.00 4 Each Trip Charge $80,00 $320.00 8 Each Pump Test & PM $390,00 $3,120,00 --_.. ----... ;--' ~ Sub Total: $3,440,00 , I, end Invoice To: .,,' I· , \~~' or (C ,r \ ' ~~ .,. .' ' • , • • J' ". 'l)'.,'l~' \ (,J':..... . /' .. . " i .', :' "-:,. i ":'1' :' '" " • I.!.J .... j .* : ,..,l'-~..' ';.J " -, Carmel Fire Department 2 Civic Square Carmel, IN .i6032­PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT Carmel Fire Department SHIPPING INSTRUCTIONS , SHIP REPAID, . C.O.D, SHIPMENTS CANNOT BE ACCEPTED. , PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS, , THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. 10CUMENT CONTROL N0·12.5 9 6 PAYMENT AlP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS 1$S~.oo NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATIACHED, I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN TH IS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. ORDEREDBY~:::::"~""'),. ..._~ TITLE ~c:::..... '-~"'?~ CLERK· TREASURER VENDOR COpy OMNI Centre For Public Media Community Relations Department -2008 Appropriation #435-1501; P.O. #18431 Contract Not To Exceed $18,500.00 APPROVEDiGP TO FORM BY: . AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") is hereby made and entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety (hereinafter "City"), and ONMI Centre For Public Media (hereinafter "Professional"). RECITALS WHEREAS City owns and is responsible for the operation and maintenance of its property, personnel, public works and infrastructure; and WHEREAS, from time to time, City needs professional assistance in fulfilling its foregoing responsibilities; and WHEREAS, Professional is experienced in providing and desires to provide to City the professional services ("Services") referenced herein; and WHEREAS, City desires to engage Professional as an independent contractor for the purpose of providing to City the Services referenced herein; NOW, THEREFORE, in consideration of the foregoing recitals and the covenants and conditions set forth herein, City and Professional mutually agree as follows: SECTION 1. INCORPORATION OF RECITALS The foregoing Recitals are hereby incorporated into this Agreement and made a part hereof. SECTION 2. SCOPE OF SERVICES 2.1 City desires to engage Professional as an independent contractor for the Services set forth in attached Exhibit A, incorporated herein by this reference. 2.2 Professional understands and agrees that City may, from time to time, request Professional to provide additional or modified Services to City. When City desires additional Services from Professional, the City shall notify Professional of such additional Services desired, as well as the time frame in which same are to be provided. Only after City has approved Professional's time and cost estimate for the provision of such additional Services, has encumbered sufficient monies to pay for same, and has authorized Professional, in writing, to provide such additional Services, shall such Services be provided by Professional to City. A copy of the City's authorization documents for the purchase of additional Services shall be numbered and attached hereto in the order in which they are approved by City. 2.3 Time is of the essence of this Agreement. (Z;\E 8us\My Oocwnml..\Profcss:iooaJ Sc:rvica\FORMS\ProfcssionaJ Sc:rviCC!l FORM Rev 2007.doc: 10l20I2008 1: I~ PM'] 1 OMNI Centre For Public Media Community Relations Department -2008 Appropriation #435-1501; P.o.. #18431 Contract Not To Exceed $18,500.00 SECTION 3. CITY'S RESPONSIBILITIES 3.1 City shall provide such infonnation as is reasonably necessary for Professional to understand the Services requested. 3.2 City shall provide all data required for provision of Services. Professional may assume that all data so provided is correct and complete. 3.3. City shall arrange for Professional to enter upon public and private property as reasonably required for Professional to perfonn the Services. 3.4 City shall designate payment of the Services from City budget appropriation number 435-1501 funds. 3.5 City shall designate the Mayor or his duly authorized representative to act on City'S behalf on all matters regarding the Services. SECTION 4. PROFESSIONAL'S RESPONSIBILITIES 4.1 Professional shall perfonn the Services pursuant to the tenns of this Agreement and within any applicable time and cost estimate. 4.2 Professional shall coordinate with City its perfonnance of the Services. 4.3 Professional shall provide the Services by following and applying at all times reasonable and lawful standards as accepted in the industry. SECTION 5. COMPENSATION 5.1 Professional estimates that the total price for the Services to be provided to City hereunder shall be no more than Eighteen Thousand Five Hundred Dollars ($18,500.00) (the "Estimate"). Professional shall submit an invoice to City no more than once every thirty (30) days for Services provided City during the time period encompassed by such invoice. Invoices shall be submitted on a fonn containing the same infonnation as that contained on the Professional Services Invoice attached hereto as Exhibit B, incorporated herein by this reference. City shall pay Professional for all undisputed Services rendered and stated on such invoice within sixty (60) days from the date of City's receipt of same, or be subject to a late charge of one percent (1 %) of such unpaid and undisputed invoice amount for each month same remains unpaid. 5.2 Professional agrees not to provide any Services to City that would cause the total cost of same to exceed the Estimate, without City'S prior written consent. SECTION 6. TERM Unless otherwise tenninated in accordance with the tennination provisions set forth in Section 7.1 hereinbelow, this Agreement shall be in effect from the Effective Date through December 31, 2008, and shall, on the first day of each January thereafter, automatically renew for a period of one (Z:\E 8ass\1l.iy DOCWDaIt.~fc:s$lOll.aI Soviccs\FORMS\ProrCS!lOuai Sa'Vicc:s fORM Rev 2007.doc:10I2W2008 I: I S PM] 2 OMNI Centre For Public Media Community Relations Department -2008 Appropriation #435-1501; P.O. #18431 Contract Not To Exceed $18,500.00 (1) calendar year, unless otherwise agreed by the parties hereto. (Z:\E Bw\My DorummL~\PrOrc:ss.iooal Suviccs\FORMS\Profcsslocai Sovic(S FORM Rev 2007.ooc: I 012012008 I: 13 PM] 3 OMNI Centre For Public Media Community Relations Department -2008 Appropriation #435-150 I; P.O. #18431 Contract Not To Exceed $18,500.00 SECTION 7. MISCELLANEOUS 7.1 Tennination. 7.1.1 The obligation to provide all or any portion of the Services under this Agreement may be tenninated by City or Professional, without cause, upon thirty (30) days' notice. 7.1.2 The obligation to provide all or any portion of the Services under this Agreement may be tenninated by City, for cause, immediately upon Professional's receipt of City's "Notice To Cease Services." 7.1 .3 In the event of full or partial Agreement tennination, and as full and complete compensation hereunder, Professional shall be paid for all such Services rendered and expenses incurred as of the date of tennination that are not in dispute, except that such payment amount shall not exceed the Estimate. Disputed compensation amounts shall be resolved as allowed by law. 7.2 Binding Effect. City and Professional, and their respective officers, officials, agents, partners and successors in interest are bound to the other as to all Agreement terms, conditions and obligations. 7.3 No Third Party Beneficiaries. Nothing contained herein shall be construed to give rights or benefits to anyone other than the parties hereto. 7.4 Relationship. The relationship of the parties hereto shall be as provided for in this Agreement, and neither Professional nor any of its agents, employees or contractors are City employees. Professional shall have the sole responsibility to pay to or for its agents, employees and contractors all statutory, contractual and other benefits and/or obligations as they become due. Professional hereby warrants and indemnifies City for and from any and all costs, fees, expenses and/or damages incurred by City as a result of any claim for wages, benefits or otherwise by any agent, employee or contractor of Professional regarding or related to the subject matter of this Agreement. This indemnification obligation shall survive the tennination of this Agreement. {Z:\E B~\My Documam\Proftss::iooaJ Scrviccs\FORMS\Profcmoa a) StrVicrs FORM Rev 2oo7.doc:IOJ'2(V2O()8 I: I S PM) 4 OMNI Centre For Public Media Conununity Relations Department -2008 Appropriation #435-1501; P.O. #18431 Contract Not To Exceed $18,500.00 7.5 Insurance. Professional shall procure and maintain with an insurer licensed to do business in the State of Indiana such insurance as is necessary for the protection of City and Professional from all claims under workers' compensation, occupational disease and/or unemployment compensation acts, because of errors and omissions, because of bodily injury, including, but not limited to, the personal injury, sickness, disease, or death of any of Professional's employees, agents or contractors and/or because of 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 on attached Exhibit C. Such insurance policies shall not be canceled without thirty (30) days' prior written notice to City. 7.6 Liens. Professional shall not cause or permit the filing of any lien on any of City's property. In the event such a lien is filed and Professional fails to remove it within ten (l0) days after the date of filing, City shall have the right to payor bond over such lien at Professional's sole cost and expense. 7.7 Default. In the event Professional: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Professional's warranties; (b) fails to perform the Services as specified; (c) fails to make progress so as to endanger timely and proper completion of the Services and does not correct such failure or breach within five (5) business days after receipt of notice from City specifying same; or (d) becomes insolvent, files, or has filed against it, a petition for 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 terminate all or any part of this Agreement, without liability to Professional and to exercise any other rights or remedies available to it at law or in equity. 7.8 Government Compliance. Professional agrees to comply with all laws, executive orders, rules and regulations appJicable to Professional's performance of its obligations under this Agreement, all relevant provisions of which being hereby incorporated herein by this reference, to keep all of Professionals' required professional licenses and certifications valid and current, and to indemnify and hold harmless City from any and all losses, damages, costs, liabilities, damages, costs and attorney fees resulting from any failure by Professional to do so. This indemnification obligation shall survive the termination of this Agreement. {Z:\E Bass\My Drxummts\ProfCSSlOOaI S(rVIC(;.1\.FORMS\ProfcWooil Scrvtas FORM Rev 2OO7.doc:J0I2QI2008 J: IS PM] 5 OMNI Centre For Public Media Community Relations Department -2008 Appropriation #435-1501 ; P.O. #18431 Contract Not To Exceed $18,500.00 7.9 Indemnification. Professional shall indemnify and hold hannless City and its officers, officials, employees and agents from all losses, liabilities, claims, judgments and liens, including, but not limited to, all damages, costs, expenses and attorney fees arising out of any intentional or negligent act or omission of Professional and/or any of its employees, agents or contractors in the perfonnance of this Agreement. This indemnification obligation shall survive the tennination ofthis Agreement. 7.10 Discrimination Prohibition. Professional represents and warrants that it and each of its employees, agents and contractors shall comply with all existing and future laws prohibiting discrimination against any employee, applicant for employment and/or other person in the subcontracting of work and/or in the perfonnance of any Services contemplated by this Agreement with respect to hire, tenure, tenns, conditions or privileges of employment or any matter directly or indirectly related to employment, subcontracting or work perfonnance hereunder because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. This indemnification obligation shall survive the tennination ofthis Agreement. 7.11 Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable by a court of competent jurisdiction, that provision shall be stricken, and all other provisions of this Agreement that can operate independently of same shall continue in full force and effect. 7.12 Notice. Any notice, invoice, order or other correspondence required or allowed to be sent pursuant to this Agreement shall be written and either hand-delivered or sent by prepaid U.S. certified mail , return receipt requested, addressed to the parties as follows: CITY: City of Cannel Douglas C. Haney Department of Administration Cannel City Attorney One Civic Square One Civic Square Cannel, Indiana 46032 Cannel, Indiana 46032 ATTENTION: Nancy Heck PROFESSIONAL: OMNI Centre For Public Media P.O. Box 302 Cannel, Indiana 46082-0302 ATTENTION: __________________ [Z:\E Bus\My Ooc:ummls\ProfCSSlooal SC7Vices\FORMS\Pmfessionai SCJVICC!i FORM Rev 2007 .doc:I012012008 I: I~ PM] 6 OMNl Centre For Public Media Community Relations Department -2008 Appropriation #435-1501; P.O. #18431 Contract Not To Exceed $18,500.00 Notwithstanding the above, City may orally provide to Professional any notice required or permitted by this Agreement, provided that such notice shall also then be sent as required by this paragraph within ten (10) business days from the date of such oral notice. 7.13 Effective Date. The effective date ("Effective Date") of this Agreement shall be the date on which the last of the parties hereto executes same. 7.14 Governing Law; Lawsuits. This Agreement shall be governed by and construed in accordance with the laws of the State of Indiana, except for its conflict of laws provisions, as well as by all ordinances and codes of the City of Carmel, Indiana. The parties agree that, in the event a lawsuit is filed hereunder, they waive any right to a jury trial they may have, agree to file 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. 7.15 Waiver. Any delay or inaction on the part of either party in exercising or pursuing its rights and/or remedies hereunder or under law shall not operate to waive any such rights and/or remedies nor in any way affect the rights of such party to require such performance at any time thereafter. 7.16 Non-Assigrunent. Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder without City's prior written consent. 7.17 Entire Agreement. This Agreement contains the entire agreement of and between the parties hereto with respect to the subject matter hereof, and no prior agreement, understanding or representation pertaining to such subject matter, written or oral, shall be effective for any purpose. No provision of this Agreement may be amended, added to or subtracted from except by an agreement in writing signed by both parties hereto and/or their respective successors in interest. To the extent any provision contained in this Agreement conflicts with any provision contained in any exhibit attached hereto, the provision contained in this Agreement shall prevail. 7.18 Representation and Warranties. Each party hereto represents and warrants that it is authorized to enter into this Agreement and that any person or entity executing this Agreement on behalf of such party has the authority to bind such party or the party which they represent, as the case may be. IZ:\E Ba.~\My Documm(s\Prorcs.siooll Sl7"ic.el\FORMS\Prof!SSional SO"'Vi~ FORM Rev :W07.doc :1012012008 1: 15 PM] 7 OMNI Centre For Public Media Community Relations Department -2008 Appropriation #435-1501; P.O. #18431 Contract Not To Exceed $18,500.00 7.19 Headings. All headings and sections of this Agreement are inserted for convenience only and do not fonn a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 7.20 Advice of Counsel. The parties warrant that they have read this Agreement and fully understand it, have had an opportunity to obtain the advice and assistance of counsel throughout the negotiation of same, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 7.21 Copyright. City acknowledges that various materials which may be used and/or generated by Professional in perfonnance of Services, including forms, job description fonnats, comprehensive position questionnaire, compensation and classification plan and reports are copyrighted. City agrees that all ownership rights and copyrights thereto lie with Professional, and City will use them solely for and on behalf of its own operations. City agrees that it will take appropriate action with its employees to satisfy its obligations with respect to use, copying, protection and security of Professional's property. 7.22 Personnel. Professional represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such personnel shall not be employees of or have any contractual relationship with City. All of the services required hereunder will be perfonned by Professional or under his supervision and all personnel engaged in the work shall be fully qualified to perform such services. 7.23 Records and Inspections Professional shall maintain full and accurate records with respect to all matters covered under this agreement for three (3) years after the expiration or early tennination of this agreement. City shall have free access at all proper times to such records and the right to examine and audit the same and to make transcripts there from, and to inspect all program data, documents, proceedings and activities. 7.24 Accomplishment of Project Professional shall commence, carry on, and complete the project with all practicable dispatch, in a sound economical and efficient manner, in accordance with the provisions thereof and all applicable laws. In accomplishing the project, Professional shall take such steps as are appropriate to ensure that the work involved is properly coordinated with related work being carried on within City'S organization. [Z:\E B~\My Oocumeol!\Professional SI2'Viccs\FORMS\ProfesSJona! SO"ViCCIi FORM Rev l007.doc::IOn.onOO8 I: 15 PM] 8 OMNI Centre For Public Media Conununity Relations Department -2008 Appropriation #435-1501; P.O. #18431 Contract Not To Exceed $18,500.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA OMNI Centre For Public Media by and through its Board of Public Works and Safety BY: James Brainard, Presiding Officer Date: Mary Ann Burke, Member Title: ~Ce. IA1. Sl f)J?.v 'r- Date: flO/TIN: 3s--I ~ ?1? ~ ~ Lori S. Watson, Member SSN if Sole Proprietor: _________ Date: ______________ Date: Ie; /rl ~lIP ~ ~ I ATTEST: Diana Cordray, IAMC, Clerk-Treasurer Date: ______________ Printed Name: !;JlpJ~UJyJ /..etC! ~ {Z-\E 8&ss\My DocwnCOlS\Profe:mODaJ Savict.:s\FORMS\Pro(csslonaJ. S.,..",as FORM Rev 2007.doc:10l20n008 I:JS PM] 9 EXHIBIT A The omni Centre for Public Media, Inc. omnl• PO Box 302, Carmel, IN 46082-0302 Phone: 317.846-2345 Fax: 317.846-6664 Email: sandra@omnicentre.org EQUIPMENT MAINTENANCE, TECHNICAL SUPPORT, AND STATION OVERSIGHT SERVICES for 2008-2009 OVERVIEW: The City of Carmel contracts with OMNI Centre for Public Media, Inc. to provide equipment maintenance, technical support and station oversight services for Government Cable Channel 16. DESCRIPTION OF DUTIES: Equipment Maintenance includes maintaining and programming the equipment housed in the AN booth in the Council Chambers of City Hall and the backup program server at OMNl's offices. OMNI also provides maintenance support for all the systems that are required for the day to day operations of the CGC16 cable channel. These backup systems are critical in the event of a component failure at City Hall. The channel's equipment has a regular maintenance program that includes all scheduled periodic updates of hardware and software associated with the modulation and distribution of the signals. Technical Support and Oversight includes the re-programming and planning of the station equipment to restore or improve broadcast signals when necessary, administrative oversight, program planning and collaboration with City of Carmel staff to add new shows. As a part of technical support and oversight, OMNI staff calculates program lengths, content appropriateness, time of day concerns for particular shows and generates a Master playback schedule. OMNI technicians oversee the uploading of all new programs and playlists to the on-air server at City Hall. If time constraints require a personal trip to City Hall for transferring longer program elements, OMNI technicians conduct on-site visits to make sure the programs make the on-air schedule in a timely manner. If city staff determines a "quality of signal" problem exists or is developing, it is referred to OMNI technical support for expedited troubleshooting and resolution. Additional services provided at no charge include providing 24 hours a day monitoring and support in the event of a problem with the transmission quality and advising on equipment purchases and technology upgrades upon request. The OMNI Centre also houses its own program servers within their facility which archive all productions that have aired on Channel 16 over the last several years. OMNI personnel, in concert with the City's Public Information staff, retrieve productions from its servers to be used in the creation of the playlists. The programs are catalogued in a database to provide quick retrieval of information which helps determine suitability for the airing of the productions throughout the year. RATE SCHEDULE: Personnel: Senior Technical Support, Planning, Oversight and Equipment Maintenance -$125/hr. Staff Technical Support, Oversight and Equipment Maintenance -$85/hr. Travel -No mileage will charged for local trips for station management and technical support. Other Notes: 1. In the event staff time is involved out of the office, time will be charged portal to portal. 2. Parts and miscellaneous supplies will be passed through at no additional markup. 3. If production services are needed in support of station management and oversight, they will be invoiced at the rates established in the Exhibit A for Professional Services Contract #0606.01.10. "EXHIBIT ii II I "I "Providing Quality Productions and Services in the Public Interest Since J986" EXHIBITB Invoice Date: Name ofCompany: Address & Zip: Telephone No.: Fax No.: Proj ect N arne: Invoice No. Purchase Order No: Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total -"--­ GRAND TOTAL -­---­''----­ Signature Printed Name EXHIBIT C mSURANCECOVERAGES 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 Policy Limit: Each Occurrence Limit: Fire Damage (anyone fire) : Medical Expense Limit (anyone person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 $500,000 $250,000 $250,000 $ 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 PAGEINDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER City of Carmel FEDERAL EXCISE TAX EXEMPT 35-60000972 i ~y 3.jI THIS NUMBER MUST APPEAR ON INVOICES, ' ONE CIVIC SQUARE VOUCHER, DELIVERY MEMO, PACKING SlilCARMEL,INDIANA46032-2584 SHIPPING LABELS AND ANY CORRESPONDENI ORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL -1997 ~CHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION Dig /O~ Ot-\~1. C~-tre... -for N Ovr\c,Y ~e..c.t::.. ? lA,;'o \ \ c.... M~C4 c...om r(\u,f\',+y t<eAa.-hDt\..SSHIP 'ENDOR TO7.() . ~O){ 3c:L Che-cJ v" c-5 y u...t;Ue... ~\r(\d \IN 4bo~2--0302-~N\eJ.:Lt\J 4W3'2. NFIRMATION I BLANKET I CONTRACT QUANTITY UNIT OF MEASURE Send Invoice To: C,.,c (\-\-(CLcJ­ S \,4.-~ ~or-\­ ~( (..h.. PAYMENT TERMS FREIGHT DESCRIPTION EXTENSION o--Y"\J -* l~ I SOO.OO PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT 1'" '6 Y:,S1501l II I PAYMENT,..1,J 0 lV'l 0.. '1 () f S . AlP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. ~ . "'" _~~ ja',(\lL> n.. r\,.. .AlUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND t:::::.1..J,A.1 0 I I ,t:,..{ \ T IVi I I~1M ~UCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. SHIPPING INSTRUCTIONSU r1"\ ~ ~ _ , •L..-Of\" o...c..:r-~ • SHIP REPAID. • C.O.D. SHIPMENTS CANNOT BE ACCEPTED. ORDERED BY • PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. • THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 TITLE I HEREBY CERTIFY JHAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIAT~NTTO PAY FOR l]1E1ABOVE ORDER. AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. CLERK-TREASURER nn~lllIC"'T r-n..ITcnl ... n VENDOR COpy18431 T~\Vn Plaruting and Urban Design Collaborative Department of Community Services-2008 Appropriation #43-404-00; P.O. # 19708 Contract Not To Exceed $50,000.00 APPROVED AS TO fORM 8Y~.____". 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 Town Planning and Urban Design, Collaborative, 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 43-404 .00 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services For Phase I to be provided to City hereunder shall be no more than Fifty Thousand Dollars ($50,000.00 ) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance 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 ~re fit and sufficient for their particular purpose. [Z;\E BassWy Doc:ulD(Du\Profarsionai Suvicc:s\DOCS\ToWD PlaaoiDl &. \.Jrbm DtsigoGoocis &: Savicc:s.doc: 100J12OO8 319 PM] Town Planning and Urban Design Collaborative D~artment of Community Services-2008 Appropriation #43-404-00; P.O. #19708 Contract Not To Exceed $50,000.00 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor'S sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. [Z:\E Bass\My Documcnll'l\ProrosiooaJ ScrvJcco;\DOCS\TOWD PllDIliDg &: Urbao DcsipGoods &. SaviCOl.doc:IlV2)l2<XHIlt PM] Town Planning and Urban Design Collaborative D~artment of Community Services-2008 Appropriation #43-404-00; P.O. #19708 Contract Not To Exceed $50,000.00 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, attomey 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. 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. 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. 13. 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. 14. 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. 15. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and govemed 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. [Z:\E ~\My DocumcnlilPro(c;sicmal ~\rKJCS\Town P1mruoc &: lh1IIn DesicnGooW; &. Scrvices.doc:JOI2Jf2008 )j9 PM] To~Planning and Urban Design Collaborative Department of Community Services-2008 Appropriation #43-404-00; P.O. #19708 Contract Not To Exceed $50,000.00 16. 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. 17. 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 One Civic Square Carmel, Indiana 46032 ATTN: Mike Hollibaugh AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Town Planning and Urban Development Collaborative 236 Pearl Street Franklin, Tennessee 37064 Telephone: 615-250-0554 E-Mail: brian@tpudc.com ATTENTION: W. Brian Wright Notwithstanding the above, notice of termination under paragraph 18 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. 18. TERMINATION: 18.1 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 agreater amount. rz:'L 8.ttoM1y DocumtiuJ\Prorcsti.onaI SO"\I1Cd.\DOCS\TOWD Pllno.iDg &: lIrtJE Odip(j,oo(b a: SC7'o-K:c:s.doc:10I23nOO8 ),49 PM] Town Planning and Urban Design Collaborative Department ofCommunity Services-2008 Appropriation #43-404-00; P.O. # 19708 Contract Not To Exceed $50,000.00 18.2 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 agreater amount. 19. 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. 20. 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. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2008, 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. 22. 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. 23. 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. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. 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. [Z:\E Baa\My DooImOlls\ProfOl:Si.OD.Il ~\IX)(S\TOWD PlaDbioe &: Urbal [)ra:jpGood.1 &: Savu:es.doc:HVDI2OO8 J~PM] ---------------- ---------------- ---------------------- Town PJannio.g and Urban Design Collaboralive Department ofCommunity Service," 2008 Appropriation 1143-404-00: P.O. II 11,1708 Contract Not To Ellc«d SSO.OOIl.On 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto ()( referenced herein, cooslitutes the entire agreement between Vendor and City wiltl respect 10 the subject matter hereof, and supersedes all prior oral .Of written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragrapn 16 hereof, to the extent any term or condition contained in any exhibil attached to this Agreement or in any document referenced herein confliCts with any term Of condition contained in this Agreement, the term or conditiOn contained in this Agreement shall govern and prevail. This Agreement may only be modified by wril100 amendment executed by both parties hereto, Of ltIeir successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL. INDIANA Town Planning and Urban Design Collaborative by and through its Boatd of Public Worb and Salety By: James Brailartl. Presiding Officer Date: ------------------ W. '8f"~ Printed Name Mary Ann Bur1«!. Member Dale: Pr,·",~P"", Tille Lori S. Watson, Member FIOITIN: ).O}I q "eSO Date: SSN if Sole Proprietor: _____ ATIEST: Date: IO/ll,lr> 8 Diana Cordray. lAMe, Clerk-Treasurer Date: "Y ~r'"' ........j~,• ...,~ J, I tftoIfolM.4l'.""'. ","r.to ...... 1li":J';o.O '''i;r''f) __IlI'..."','...... ~. Town Planning and Urban Design Collaborative Department of Community Services-2008 Appropriation #43-404-00; P.O. #19708 Contract Not To Exceed $50,000.00 26. 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. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows : CITY OF CARMEL, INDIANA Town Planning and Urban Design Collaborative by and through its Board of Public Works and Safety By: By: James Brainard, Presiding Officer Authorized Signature Date: __________ Printed Name Mary Ann Burke, Member Date: __________ Title FIDrrlN: __________Lori S. Watson, Member Date: __________ SSN if Sole Proprietor: _______ ATTEST: Date: ____________ Diana Cordray, IAMC, Clerk-Treasurer Date: _____________ [Z,IE BuslMy Doaam<ulJlProf"";ooJl! S"""",,\DOCSIToWD PI......g .llJlNm Dai",Goods.l So-vi=.OOc,10/2.112008 3(1 PM] T·P·U·D·C CARMEL SMARTCODE LETTER OF fNTEREST "1 11 ",,,Septernot'r 24.2008 ,\\\~NG&lJ "'I, ,". ~~"'"'''~'~~''''' " ~~'/~'~,,',"-M" 'W;-~';':'~O"~,,~" Michael Hollibaugh -,-tv:; A~~,:O'--::t-:.: ~... ".-~'t-: Planning & Zoning Director The City of Carmel T~.fp . U . D!-~C 3rd Floor \0;;'~aJflJSf!1f:'~'"J/One Civic Square \ /~~:JP~'-?3~(""----" ' Carmel, IN 460.32 , ;', 'IIJ~I~:-~ " ',<... .t1 ..••••••••• ,,' "" 11 B 0 '\l,,\\""317-571-2417 ""111 1 ' Dear Selection Committee, Town Planning & Urban Design Collaborative Lee. (hereafter referred to as TPUDe)_ and our team of national and local experts, is pleased to offer our proposal for the creation of the downtown master plan and customization of the SmartCode for Carmel. Indiana and the production of related documents and services. Outlined in this proposal are the process. prodl1ct. schedule and fee for our engagement. TPUDC has carefully chosen a very selective team specifically for this project as we have observed that the greatest places are created not throl1gh the efforl~ of individual specialists or one firm. bm LJther the collaborative interaction of multidisciplinary teams of professionals. This is not only a core fundamental principal of our firm. but also the greater Smart Growth and New Urbanist movements. It is this cross-pollination of ideas that yields holistic. innovative and effective solutions. We have found that it is equally imperative for the planning director. planning staff and officials to become an integral part of the planning and coding team. It is our goal to work closely with representatives from the Division of Planning and Zoning in addition to local officials. residents and merchants in developing a community-based master plan and calibrated SmartCode for the City. This code and any associated plans and documents must be realistic, environmentally sustainable, economically rewarding and promote walkable and vibrant development while fostering a strong sense of community. TPUDC will work with the local planning staff throughout the approval process for the code. It is the planning st.1ff and elected officials that will be responsible for adrninistering and enforcing the new code. therefore we see it as our responsibility give them the training necessary to do so. In order to best facilit.ate this effort TPUDC has developed a succinct series ofsteps to both familiarize the planning staff with the nuances of the Carmel calibrated SrnartCode and give them the tools to effectively administer it. Included in the scope of our proposal are two intensive SmartCode training sessions for all city planning staff and officials prior to and following the charrette. The detailed series ofsteps is outlined in the subsequent pages. We appreciate the opportunity to help protect the integrity and character that makes Carmel special. We have done our best to provide you with the information requested but we know there are often questions that arise during the review of such an extensive submission. Please do not hesitate to call if you have any questions. We look forward to speaking with you next week and thank you for you time. Sincerely. tJ,!~ . ~WB=Wright Founding Principal Town Planning &: Urban Design Collaborative LLC ..EXHIBIT A-~ I( \ \ V ." 1 ,) 2(HIXTl'UDC llC.AII Right.< Rc",,,·cd. www.tpudc.C()JII TECHNICAL SUMMARY & CLOSING FEE SUMMARY -r0 complete the services herein described, the total fee is $200,000 (US. doUars) . Reimbursable expenses are in addition to the fee and shall not exceed $34,120 as detailed in the derailed expense estimate to the right. The fee above is to be paid as follows: Phase I, Charrette organization and planning -$50,000 Task 1.0 Task 2.0 Due upon signing of the Agreement. Phase II -Central Carmel Charrerte -$100,000 Task 3.0 Task 4.0 Due on last day of charrette. Phase III -Post Charrette -$30,000 Task 5.0 Task 6.0 Due upon delivery of fIrst draft of the Documents. Phase IV -Final Draft -$20,000 Task 7.0 Task 8.0 Due upon delivery of Final Documents. Detailed Expense Estimate: Hotel $11,520 Team Accommodations (1160 x 1Z team members x 7Z room nights) Ground Transportation $4,000 4 rented vehicles + rental car gas = 11, OOOlwk Travel $7,800 Includes airfare, mileage, airport parking, laxi, etc. Supplies $3,500 Supplies, printinJ? & scanning expenses required and used by the charretle team Printerl Copier $1,000 Rented for team use throughout the charrelle Chairsl Tables Client Responsibility Rental rf tables and chairs for team member's work stations and necessary meetings Location, etc. Client Responsibility Studio & meeting space, required presentation equipment (projector screen, etc.) Meals $5,300 Team member x 1601 day for 13 team members Videography $1,000 TOTAL~ $34,120 "EXH\8\T !l-2-72­ «:I 2008 TPlIDC LLC. All RighI> R.es",..",d. , EXHmITB Invoice Date: Name ofCompany: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name " EXHIBIT C mSURANCECOVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by AccidentlDisease: Bodily Injury by AccidentlDisease: Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (anyone fire): Medical Expense Limit (anyone person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 $500,000 $250,000 $250,000 $ 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 INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 C.ity of Carmel I I FEDERAL EXCISE TAX EXEMPT 35-60000972I I ONE CIVIC SQUARE CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL -1997 "'1-\\::11:: PURCHASE ORDER NUMBER IQ708 THIS NUMBER MUST APPEAR ON INVOICES, M VOUCHER, DEUVERY MEMO, PACKING SLlP~ SHIPPING LABELS AND ANY CORRESPONDENCE JRCHASE ORDER DATE DATE REQUIRED REQUISITION NO. '0(8(08 VENDOR NO. DESCRIPTION --y _. ---.... -,~3(P p(2o.rl Sf_ SHIP ljePf of ri¥nrnun,l-y jyvtR.5'VENDOR TOFT'OJ1k Itf) -rIV 3 7D 1P4 One ell/It. .S0uaYe -a~ {IP/fJJdEO ·-0554 Carmel IN ;..{0032. JNFIRt.1ATION BLANKET CONTRACT PAYMENT TERMS FREIGHT QUANTITY IUNIT OF MEASURE DESCRIPnON L UNIT PRICE L EXTENSION /JoUJn-l-own -Plan Of' Smar!~ (!;J!ba.-flon Ml( 01--&meJ J$so/ 000.00 Phase. / J /ask ,ask t.O 70sk ~.o " Send Invoice To: ju.Q &'1 ilocs //q:<. 43-'/01/-00(!!JIlL U VI(., ~~uare. {!armd IN "b03~ /f5()/ 000. 00 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT SHIPPING INSTRUCTIONS • SHIP REPAID. • C.O.D. SHIPMENTS CANNOT BE ACCEP'TED. ORDERED BY • PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. • THIS ORDER ISSUED IN COMPUANCE WITH CHAPTER 99, ACTS 1945 TITLE AND ACTS AMENDATORY THEREOF AND SUPf'l£MENT THERETO. CLERK-TREASURER19708 V£NDOR COpyDOCUMENT CONTROL NO. <r Human Resources Memo To: Board of Public Works and Safety From: Barbara Lamb, Director of Human Resources Date: 10/29/2008 Re: Express Scripts Agreement The agenda for the November 5 Board of Public Works and Safety meeting includes an agreement with Express Scripts, the City's Pharmacy Benefit Manager. You may notice that the term of the contract is January 1,2006, through December 31,2008. For the past few years we have been operating under an abbreviated financial agreement that was executed by the Board on December 21, 2005. While that agreement has proved satisfactory for most purposes, it does not allow us to collect rebates for prescription drug purchases made under the plan for the past three years. Express Scripts is holding an estimated $50,000 in drug rebates that they will credit to our account when this new agreement is executed. Please call me (571-2471) if you have any questions about this agreement. ·r ~. , ~. A""ROVED~ } EXPRESS SCRIPTS, INC. fORM IY:--4.Ul~.. -_~_ PHARMACY BENEFIT MANAGEMENT AGREEMENT THIS PHARMACY BENEFIT MANAGEMENT AGREEMENT ("Agreement") shall be effective as of the date set forth in Section 7.1 and is entered into by and between EXPRESS SCRIPTS, INC., a Delaware corporation ("ESI"), and City of Carmel, Indiana, ("Sponsor"), by and through its Board of Public Works and Safety, organized under the laws of the State of Indiana ("Sponsor") for the purpose of setting forth the terms on which ESI will provide pharmacy benefit management services to Sponsor. The parties agree as follows: ARTICLE I -DEFINITIONS "BACR" means a benefit add/change form utilized by ESI to document Sponsor changes to the benefit design incorporated in the EBD. "Copayment" means that portion of the charge for each Covered Drug dispensed to the Member that is the responsibility of the Member (e.g., copayment, coinsurance and/or deductible) as indicated on the EBD. "Covered Drug(s)" means those prescription drugs, supplies, Specialty Products (if applicable), and other items that are covered under the Plan, each as indicated on the EBD. "EBD" means a prescription drug benefit summary form which, when completed and approved by Sponsor, will describe the essential features adopted by Sponsor for the prescription drug components of its Plan(s). Changes to theEBD shall be made on BACR forms. "Eligibility Files" means the list submitted by Sponsor to ESI in reasonably acceptable on-line, FTP, or electronic format indicating persons eligible for drug benefit coverage services under the Plan. Updates performed manually by ESI on behalf of Sponsor shall be subject to additional charge as set forth in Exhibit A. "ESI Specialty Pharmacy" means CuraScript Pharmacy, Inc. or another pharmacy wholly-owned or operated by ESI or its wholly-owned subsidiaries that primarily dispenses Specialty Products. For purposes of this Agreement, the ESI Specialty Pharmacy is not considered a Mail Service Pharmacy. "Formulary" means the list of FDA-approved prescription drugs and supplies developed by ESI's Pharmacy and Therapeutics Committee and/or customized by Sponsor, which is selected and adopted by Sponsor. "HIPAA" shall mean the Health Insurance Portability and Accountability Act of 1996, as amended. "10 Card" means ESI's standard single purpose (NCPDP format) printed identification card containing the applicable ESI logo or other mutually acceptable method of identifying ESI as the provider of pharmacy benefit services. "Implementation SOW" means a form completed and signed by Sponsor prior to implementation that contains the material elements of Sponsor's eligibility set-up, including processing fields, indemnity and termination rules, file layout and alternative 10 numbers, etc. "Mail Service Pharmacy" means a duly licensed pharmacy operated by ESI or its subsidiaries, other than ESI Specialty Pharmacy, where prescriptions are filled and delivered to Members via USPS or other mail delivery service ("Home Delivery"). "Manufacturer Administrative Fees" means those administrative fees paid by pharmaceutical manufacturers to, or otherwise retained by, ESI pursuant to a contract between ESI and the manufacturer and directly in connection with ESI's administering, invoicing, allocating and collecting the Rebates under the Rebate program. II0816v3 3.1 (b) Prior to the provIsion of any services under this Agreement, Sponsor will submit a completed EBD certifying that the EBD accurately depicts the pharmacy benefit provisions of the Plan. Sponsor is solely responsible for timely communication of the terms of and changes to the Plan to its Members prior to the effective date of such provisions. Sponsor shall notify ESI in the event of change to benefit design features of the Plan after initial setup, including but not limited to changes in Copayments, Covered Drugs, or prior authorization requirements in writing, via BACR forms made available by ESI. ARTICLE'" -PBM SERVICES Pharmacy Services. (a) Participating Pharmacies. ESI shall maintain a network of Participating Pharmacies to serve Members. ESI will make available an updated list of Participating Pharmacies in such network(s) on-line. Each Participating Pharmacy is required to verify the Member's eligibility through ESI's on-line claims processing system. ESI shall direct Participating Pharmacies to charge and collect the applicable Copayment from Members for each Covered Drug dispensed; provided, a Member's Copayment charged for a Covered Drug shall be the lesser of the applicable Copayment or the U&C. (i) Requirements for Participation. ESI shall require each Participating Pharmacy to meet ESI's participation requirements, including but not limited to licensure, insurance and provider agreement requirements. ESI does not direct or exercise any control over the professional judgment exercised by any pharmacist in dispensing prescriptions or otherwise providing pharmaceutical related services at a Participating Pharmacy. Participating Pharmacies are independent contractors of ESI, and ESI shall have no liability to Sponsor, any Member or any other person or entity for any act or omission of any Participating Pharmacy or its agents or employees. (ii) Audits of Participating Pharmacies. ESI shall audit Participating Pharmacies to determine compliance with their provider agreements with ESI. The audit may be conducted by ESI's internal auditors or its outside auditors, and at the pharmacy or at ESI by a review of electronically transmitted claims in accordance with ESI pharmacy audit protocols. ESI shall attempt recovery of identified overpayments through offset, demand or other reasonable means. To compensate ESI for the cost of conducting such audits, ESI shall retain an audit fee in the amount set forth in Exhibit A from any recovered overpayment attributable to a Plan detected in the audit. Any balance of recovered overpayments will be paid to Sponsor. (iii) Network Maintenance. ESI maintains multiple networks, and periodically consolidates networks, or migrates clients to other networks, in order to capitalize on certain operational efficiencies and other benefits associated with a streamlined network offering. Existing networks may fluctuate from time to time. Sponsor acknowledges and consents to the same, provided that Member access is not materially disrupted as a result of such fluctuations, consolidations or transitions. If Sponsor elects to implement an Exclusive Home Delivery (aka mandatory mail) plan deSign, certain PartiCipating Pharmacies may elect not to participate in the network serving Sponsor. ESI will notify Sponsor of any changes that would materially adversely affect Member access to Participating Pharmacies and work with Sponsor in good faith to mitigate any such affects. (b) Home Delivery Service. Members may have prescriptions filled through the Mail Service Pharmacy. Subject to applicable law, ESI may communicate with Members regarding benefit design, cost savings, availability and use of Home Delivery, as well as provide supporting services. If the prescription and applicable law do not prohibit substitution of a generiC drug equivalent, to the prescribed drug, or if the Mail Service Pharmacy obtains the consent of the prescriber, the Mail Service Pharmacy shall dispense the generic drug substitute to the Member. The Mail Service Pharmacy shall charge and collect from Members the applicable Copayments and/or Deductibles prior to the Covered Drug being dispensed. (c) Specialty Products. Members may have Specialty Products filled through ESI Specialty Pharmacy and/or PartiCipating Pharmacies as described on Exhibit A-3. II0816v3 3 (b) Rebate Program. ESI will pay to Sponsor the amounts set forth on Exhibit B. 3.4 Program Operations. Subject to the terms of the Business Associate Agreement: (a) Program Reporting. ESI shall make available to Sponsor ESI's on-line standard management information reporting applications. At the written request of Sponsor, ESI (or its wholly­ owned subsidiaries) may develop special reporting packages at ESl's standard hourly rate for such services, as set forth in Exhibit A-2. (b) Claims Data Feeds. Upon Sponsor's written request, ESI shall provide regular prescription claims data in ESI's standard format(s) for no additional charge to Sponsor's Vendors ("Vendors") for disease management, flexible savings account and other "payment," "treatment" and "healthcare operations" purposes (as defined under HIPAA). ESI maintains claims data in a data warehouse for up to twenty-seven (27) months from the date the prescription is filled. Written requests by Sponsor for retrieval of data beyond twenty-seven (27) months is subject to the hourly charge as set forth in Exhibit A-2. ESI disclaims any liability or responsibility related to the Sponsor-directed disclosure to, and use of such claims data by, any such vendor. (c) De-Identified Claims Data. Sponsor grants ESI permission to use both during and after the term of this Agreement and/or transfer to third parties the anonymized PHI (de-identified in accordance with HIPAA) drug and related medical data collected by ESI or provided to ESI by Sponsor for research, provider profiling and other databases for benchmarking, drug trend, cost analyses, cost comparisons or other business purposes of ESI. ESI shall retain full ownership rights over all compilations, analyses and reports prepared by ESI other than those reports prepared specifically for Sponsor under this Agreement. Other than as necessary for Rebate filing, ESI does not transfer any claims data to pharmaceutical manufacturers. (d) Claims Data Retention. ESI will maintain Sponsor's claims data supporting invoices for Covered Drugs adjudicated by ESI during the term of this Agreement for a period of twenty-four (24) . months in their original forms, and thereafter on microfilm, microfiche or other form determined by ESI for an additional five (5) years. ESI shall use reasonable efforts to cooperate with Sponsor for purposes of meeting Sponsor's retention obligations under applicable law; provided that after expiration of the retention period, ESI shall dispose of such data in accordance with its standard policies and practices and applicable state and federal law. (e) Sponsor Audits. Provided that this Agreement has been duly executed by Sponsor and Sponsor's account does not reflect a delinquent balance at the commencement of or during an audit, Sponsor may audit the prescription management services provided under this Agreement consistent with the Audit Protocol set forth in Exhibit C once per twelve (12) month period. Sponsor shall bear its own costs associated with any audit. Except as otherwise provided in Exhibit C, audit materials and documentation provided by ESI will be limited to Sponsor-specific information. Contractual information (e.g., reimbursement rates, fees and acquisition costs) concerning Pharmacies and other providers of products and services, which is proprietary and confidential to ESI, will not be disclosed to Sponsor or Auditor except as necessary to verify PartiCipating Pharmacy reimbursement rates under pass-through pricing arrangements, if applicable. Sponsor may use an independent auditor ("Auditor"), so long as such auditor does not have a material and ongoing conflict of interest with ESI, (e .g., Auditor serves as expert witness in litigation against ESI). If Sponsor selects an Auditor that also has been appOinted by ESI's shareholders to conduct the independent audit of ESI, then such firm must provide to ESI a letter stating that such engagement performed on behalf of Sponsor shall in no way infringe upon said firm's independence with respect to ESl's audit. Such letter must be signed by the audit firm and approved by the engagement audit partner performing the ESI audit. Auditors must execute a mutually acceptable standard confidentiality agreement with ESI prior to commencement of the audit. Any requests by Sponsor to permit an Auditor to perform an audit shall constitute Sponsor's direction and authorization to ESI to disclose PHI to the Auditor. 3.5 Liability Insurance. Each party shall maintain such policies of general liability, professional liability and other insurance of the types and in amounts customarily carried by their respective businesses. Proof of such insurance shall be available upon request. ESI agrees, at its sole expense, to maintain during the term of this Agreement or any renewal hereof, commercial general liability insurance, IIOSI6v3 5 Information") unless otherwise public: (i) with respect to ESI : ESI's reporting and other web-based applications, eligibility and adjudication systems, system formats and databanks (collectively, "ESl's Systems"), clinical or formulary management operations or programs, information concerning Rebates, prescription drug evaluation criteria, drug pricing information, and Participating Pharmacy agreements; and (ii) with respect to Sponsor: Sponsor and Member information files, business operations and strategies. Neither party shall use the other's Proprietary Information, or disclose it or this Agreement to any third party, at any time during or after termination of this Agreement, except as specifically contemplated by this Agreement or upon prior written consent, which shall not unreasonably be withheld, or as required by court order or applicable law. Upon termination of this Agreement, each party shall cease using the other's Proprietary Information, and all such information shall be returned or destroyed upon the owner's direction, in accordance with applicable law. (b) Sponsor will not, and will not permit any third party acting on Sponsor's behalf to, access, attempt to access, test or audit ESt's Systems or any other system or network connected to ESI's Systems. Without limiting the foregoing, Sponsor will not: (i) access or attempt to access any portion or feature of ESI Systems, by circumventing the ESI Systems' access control measures, either by hacking, password "mining" or any other means; or (ii) probe, scan, audit or test the vulnerability of ESI's Systems, nor breach the security or authentication measures of ESI's System. 5.3 Trademarks. Each party acknowledges each other party's sole and exclusive ownership of its respective trade names, commercial symbols and trademarks (collectively "Marks"). No party shall use the other party's Marks in advertising or promotional materials or otherwise without the owner's prior written consent; provided, however, that the parties may inform Members and Participating Pharmacies that ESI provides prescription drug benefit management services to Sponsor. ARTICLE VI -COMPLIANCE WITH LAW; ERISA; FINANCIAL DISCLOSURE 6.1 Compliance with Law; Change in Law. Each party shall be responsible for ensuring its compliance with any laws and regulations applicable to its business, including maintaining any necessary licenses and permits. Sponsor shall be responsible for any governmental or regulatory charges and taxes imposed upon the services provided hereunder, other than taxes based on the net income of ESI. If (a) there is a material change in federal, state or local laws or regulations or the interpretation thereof, that, among other things, requires ESI to increase payments or shorten payment times for Covered Drugs to Participating Pharmacies, or change the scope of services hereunder, (b) First DataBank elects to stop publishing "AWP," (c) the parties shall negotiate an appropriate modification of the services, reimbursement rates, administrative fees and/or Rebates such that the parties are returned to their comparable economic position as of the Effective Date. If the parties cannot agree on a modification or adjusted fee or rates, then either party may terminate the Agreement on thirty (30) days' prior written notice to the other. 6.2 ERISA. Sponsor shall ensure that its activities in regard to the drug benefits provided to its Members are in compliance with the Employee Retirement Income Security Act, as amended, 29 U.S.C. §1001 et seq. ("ERISA"). Sponsor acknowledges and agrees that it is responsible for disclosing to Members any and all information relating to the program as required by law to be disclosed, including any information relating to the calculation of Copayments, and any other program coverage and eligibility requirements in connection with the program, and any other information concerning commissions, rebates, discounts or provider discounts referred to in Section 6.3 hereof. In providing services under this Agreement, Sponsor acknowledges and agrees that neither ESI nor any of ES/'s wholly-owned subsidiaries are acting as a fiduciary (as defined in Section 3.21(a) of ERISA) of Sponsor's Plan, and Sponsor shall not name ESI or any of ESt's whOlly-owned subsidiaries as a plan fiduciary. Neither ESI nor any of ESI's wholly-owned subsidiaries have any power to make any decisions as to Plan policy, interpretations, practices or procedures, but rather provides ministerial services within a framework of policies, guidelines, interpretations, rules, practices, and procedures chosen by Sponsor. Sponsor acknowledges that neither ESI nor any of ESt's wholly-owned subsidiaries have any discretionary authority or control respecting management of the Plan and does not exercise any authority or control respecting management or disposition of the plan assets of the Plan, if any exist. Sponsor further acknowledges that all such discretionary authority is retained by Sponsor or some other person or entity. Il0816v3 7 Members on or before the effective date of termination ("Termination Date"). ESI shall continue filing for Rebates for claims incurred prior to the Termination Date and shall pay Sponsor Rebates for such claims in accordance with the Rebate payment schedule set forth in Exhibit 8. Cla ims submitted by Pharmacies or Member-Submitted Claims filed with ESI after the Termination Date shall be processed and adjudicated in accordance with a mutually determined run-off plan. Upon request of Sponsor, ESI shall provide open refill files and standard claims data for transition to the successor pharmacy benefit manager in accordance with then existing industry protocol. Notwithstanding the preceding, ESJ may require that Sponsor pay a reasonable deposit in the event ESI is requested to process after the Termination Date claims incurred on or prior to such date. 7.3 Remedies. (a) Remedies Not Exclusive. A party's right to terminate this Agreement under Article VII shall not be exclusive of any other remedies available to the terminating party under this Agreement or otherwise, at law or in equity. (b) Force Majeure. Neither party shall be liable in any manner for any delay to perform its obligations hereunder which are beyond a party's reasonable control, including, without limitation, any delay or failure due to strikes, labor disputes, riots, earthquakes, storms, floods or other extreme weather conditions, fires, explosions, embargoes, war or other outbreak of hostilities, government acts or regulations, or the failure or inability of carriers, suppliers, delivery services, or telecommunications providers to provide services necessary to enable a party to perform its obligations hereunder. (c) Limitation of Liability. Except for the indemnification obligations set forth in Section 7.3(d), each party's liability to the other hereunder shall in no event exceed the actual proximate losses or damages caused by breach of this Agreement. In no event shall either party or any of their respective affiliates, directors, employees or agents, be liable for any indirect, special, incidental, consequential, exemplary or punitive damages, or any damages for lost profits relating to a relationship with a third party, however caused or arising, whether or not they have been informed of the possibility of their occurrence. (d) Indemnification. (i) In addition to any indemnification obligations set forth in the Business Associate Agreement, ESI will indemnify and hold Sponsor harmless from and against any loss, cost, damage, expense or other liability, including, without limitation, reasonable costs and attorney fees ("Costs") incurred in connection with any and all third party claims, suits, investigations or enforcement actions, including claims of infringement of any intellectual property rights ("Claims") which may be asserted against, imposed upon or incurred by Sponsor and arising as a result of (A) ESl's negligent acts or omissions or willful misconduct, (8) ESI 's breach of this Agreement, or (C) Sponsor's authorized use of ESI's Marks, or use of or access to any ESI proprietary reporting and system applications, unless Sponsor has modified or altered such applications without ESI 's written consent. (ii) Sponsor will indemnify and hold ESI harmless from and against any Costs for Claims which may be asserted against, imposed upon or incurred by ESI and arising as a result of and to the extent of (A) Sponsor's negligent acts or omissions or willful misconduct, benefit design and coverage decisions, or breach of this Agreement, (B) any improper use Sponsor, an Auditor or Vendor may make of PHI provided to such party, or (C) ESI's authorized use of Sponsor's Marks in connection with the services hereunder. (iii) As a condition of indemnification, the party seeking indemnification shall notify the indemnifying party in writing promptly upon learning of any Claim for which indemnification may be sought hereunder, and shall tender the defense of such claim to the indemnifying party. No party shall indemnify the other with respect to any claim settled without the written consent of the other, which consent will not be unreasonably withheld. 7.4 Survival. The parties' rights and obligations under the last sentences of Sections 3.1 (a)(i), Articles IV and V; and Sections 6.1, 7.2(e), 7.3, and 7.4 shall survive the termination of this Agreement for any reason. II081 6v3 9 8.8 Medicare (QRPDP) Services. The parties agree that as relates to any qualified retiree prescription drug plan ("QRPDP") established by Sponsor under Medicare for the purpose of applying for subsidy payments as defined under 42 CFR §423.886, ESI shall provide the services under the terms and conditions set forth in Exhibit F. IN WITNESS WHEREOF, the undersigned have executed this Pharmacy Benefit Management Agreement as of the day and year below set forth . ..,...,~ ~CITY OF CARMEL, INDIANA .J')/\ 0 J...}? ,by and through its Board of .I t--:: ~()w.~ , By W ~ ~u"'-• ~ Printed Name: tJ""'" Title: ______----''''---____ Date: If) -(S:of{' Public Works and Safety By: ____________ Printed Name: James Brainard Title: Presiding Officer Date:"____________ By: ____________ Printed Name: Mary Ann Burke Title: Board Member Date: _____________ By: ___---__-----­ Printed Name: Lori Watson Title: Board Member Date:--::-:::--___________ ATIEST: By: ____________ Printed Name: Diana Cordray IAMC Title: Clerk-Treasurer Date: ____________ Phone: 317-571-2471 Fax: 317-571-2409 Federal ID Number: 35-6000972 Il0816v3 II EXHIBIT A-1 PARTICIPATING PHARMACY AND MAIL SERVICE PHARMACY REIMBURSEMENT (The following rates do not apply to Specialty Products) I. Participating Pharmacy Reimbursement Rates 2-Tier Plan Design ESI Formulary ESI National Preferred Formulary Minimum 50,000 Participating Pharmacy Network Ingredient Cost -Brand Single Source Generic Drugs are priced as brands The lower of AWP ­16% or USC Ingredient Cost ­Generic The lower of AWP ­16%, MRA, or USC Ingredient Cost ­ Compound Drugs Lesser of USC or combined AWP plus applicable service fee Brand Dispensing FeelRx $1 .65 Generic Dispensing Fee/Rx $1 .85 Administrative Fee/Rx $0.00 II. Mail Service Pharmacy Pricing 1-34 Day 35-90 Brand Ingredient Cost Supply Day Supply Single Source Generic Drugs are AWP -16% AWP-23% priced as brands Generic Ingredient Cost Compound Drug Ingredient AWP-55% Combined AWP -55% AWP plus Cost Brand Dispensing Fee I Rx applicable service fee Subject to change for changes in delivery $1.65 $0.00 rates Generic Dispensing Fee I Rx $1.85 $0.00 Subject to change (or changes in delivery rates Minimum Rate I Rx Administrative Fee $8.99 $0.00 - Il0816v3 13 Im~lementation Package and Member Communications • Implementation Support • Member Packets (Includes 2 standard resin 10 cards) • Mailed to Sponsor • Mailed directly to Members • Replacement Cards • Customized materials A~~eals through UM Com~an~ • Clinical appeals No additional charge No additional charge $1.00 + postage 1member address $0.251 card Priced upon request No additional charge • Non-clinical appeals No additional charge B. Selected ClinicallTrend Programs. ESI offers a comprehensive list of trend, safety, care and disease management programs, a limited number of which are identified below, and which may change or be discontinued from time to time. ESI also offers savings guarantees under certain conditions. Information concerning such programs, guarantees and fees, if applicable, is available from the ESI Account Team. Program Fee Drug Choice Management No charge Drug Quantity Management • Standard per Rx • Select per Rx (optional) • Select per day supply (optional) Note: List of drugs subject to change at the discretion of ESI $0.02 PMPM Prior Authorization-Administrative • LosUstolen overrides • Vacation supplies No charge Prior Authorization ­Clinical Base List Note: List of drugs available upon request: subject to change at the discretion of ESI. No charge Prior Authorization ­Clinical Supplemental List Note: List of drugs available upon request: subject to change at the discretion of ESI $0.03 PMPM Prior Authorization ­Other Clinical Overrides (e.g. Non-standard prior authorization medications, medical exceptions) $20/request $25/physician review Step Therapy Individual module or combined available Retro DUR Retro DUR -Seniors $0.03/Rx $0.02jRx ----­ Il0816v3 15 carrier to facilitate the delivery of same as per the Member's instructions, and the provision of certain ancillary supplies (e.g., syringes, needles, and alcohol swabs) and related items in connection with the Specialty Product that are reasonably necessary or useful to the Member in connection with the administration of the Specialty Product; (iii) Ongoing Clinical and Specialty Pharmacy Support Services: self-injection teaching support, patient education, assessment, clinical interventions and clinical screenings, therapy adherence counseling and related clinical patient management activities and programs (e.g., CuraScript's CareLogici!!> programs), physician consultations, authorization maintenance, assistance with Member coverage appeals, re-fill follow-up calls, managing ongoing medication orders, and insurance follow-up and related ongoing delivery coordination; and (iv) Social Services: patient advocacy, hardship reimbursement support, and indigent and patient assistance programs. G. If Sponsor desires additional information regarding CuraScript's specialty services in addition to the information that already has been provided, CuraScript will provide Sponsor with the additional information upon request. If a Sponsor desires to make Specialty Products available under this Agreement, it should select one of the following on its EBD: OPTION 1 -ESI Specialty Pharmacy -Exclusive Under this pricing option, Specialty Products will only be filled through ESI Specialty Pharmacy. Specialty Products will not be available through either Participating Pharmacies or the Mail Service Pharmacy. If a Member submits a prescription for a Specialty Product to the Mail Service Pharmacy, the claim will reject with a "NDC not covered" message and ESI will automatically transfer the prescription to ESI Specialty Pharmacy. If a Specialty Product is filled through a Participating Pharmacy for any reason, ESI 's standard Specialty Product Participating Pharmacy Rate shall apply to such claim. Specialty Products· Exclusive ESI Specialty Pharmacy Ingredient Cost· % OftAWP See Table below Dispensing Fee $0.00 Product %Oft AWP ACTHAR 17.0% ADRUCIL 17.0% ADVATE 25.0% ALDURAZYME 17.0% ALFERON 17.0% ALiMTA 17.0% ALKERAN 17.0% ALOXI 17.0% ALPHA NATE 32.0% ALPHANINE 32.0% AMEVIVE 17.0% ANTAGON 18.0% ANZEMET 17.0% ARANESP AREOlA ARIXTRA AUTOPLEX AVASTIN AVONEX 17.0% 17.0% 17.0% 29.0% 17.0% I 17.0% J Product %Oft AWP BAYGAM 30.0% BAYHEP B 17.0% BAYRHO-D 25.0% BEBULIN 9.0% BENEFIX 20.0% BETASERON 17.0% BICILLIN 17.0% BICNU 17.0% BLEOMYCIN 35.0% BLEOMYCIN SULFATE 35.0% BOTOX 18.0% BRAVELLE 18.0% CALCIJEX 17.0% CAMPATH 17.0% CAMPTOSAR 17.0% CARBOPLATIN 35.0% CEREZYME 15.0% CETROTIDE 18.0% CISPLATIN 35 .0% Product %Oft AWP COPAXONE 17.0% COPEGUS 17.0% CYTARABINE 35.0% CYTOGAM 18.0% CYTOXAN 17.0% CYTOXAN LYOPHILIZED 17.0% DACARBAZINE 35.0% DDAVP 17.0% DESFERAL 17.0% DOXIL 17.0% DOXORUBICIN 35.0% ELiGARD 17.0% ELLENCE 17.0% ELOXATIN 17.0% ELSPAR 17.0% ENBREL 17.0% ENGERIX 17.0% ENGERIX-B 17.0% EPOGEN 17.0% -­ Il0816v3 17 Product %Off AWP ZANOSAR STERILE POWDER 17.0% ZAVESCA 17.0% ZINECARD 17.0% Product %Off AWP ZOFRAN 17.0% ZOLADEX 17.0% ZOMETA 17.0% ZORBTIVE 18.0% OPTION 2 -Participating Pharmacy Network and ESI Specialty Pharmacy -Open Under this pricing option, Specialty Products may be filled through either ESI Specialty Pharmacy or Participating Pharmacies. They will not be available through the Mail Service Pharmacy. Specialty Products ­Open Participating Pharmacy ESI Specialty Pharmacy ·Unique Products Ingredient Cost· ­ % OffAWP -13% See Table below Dispensing Fee $2.75 $0.00 -BEBULIN -9% Same as above -PROPLEX -5% Product CSP %Off AWP ACTHAR 15.0% ADRUCIL 15.0% ADVATE 25.0% ALDURAZYME 15.0% ALFERON 15.0% ALiMTA 15.0% ALKERAN 15.0% ALOXI 15.0% ALPHANATE 32.0% ALPHANINE 32.0% AMEVIVE 15.0% ANTAGON 15.0% ANZEMET 15.0% ARANESP 15.0% AREDIA 15.0% ARIXTRA 15.0% AUTOPLEX 29.0% AVASTIN 15.0% AVONEX BAYGAM BAYHEPB BAYRHO-D BEBULIN BENEFIX BETASERON BICILLIN BICNU BLEOMYCIN 15.0% 25.0% 15.0% 25.0% 9.0% 20.0% 15.0% 15.0% 15.0% I 30.0% I Product CSP %Off AWP BLEOMYCIN SULFATE 30.0% BOTOX 15.0% BRAVELLE 15.0% CALCIJEX 15.0% CAMPATH 15.0% CAMPTOSAR 15.0% CARBOPLATIN 30.0% CEREZYME 15.0% CETROTIDE 15.0% CISPLATIN 30.0% COPAXONE 15.0% COPEGUS 15.0% CYTARABINE 30.0% CYTOGAM 18.0% CYTOXAN 15.0% CYTOXAN LYOPHILIZED 15.0% DACARBAZINE 30.0% DDAVP 15.0% DESFERAL 15.0% DOXIL 15.0% DOXORUBICIN 30.0% ELiGARD 15.0% ELLENCE 15.0% I ELOXATIN 15.0% ELSPAR 15.0% ENBREL 15.0% ENGERIX 15.0% ENGERIX-B 15.0% Product CSP %Off AWP EPOGEN 15.0% ERBITUX 15.0% ETHYOL 15.0% ETOPOPHOS 15.0% ETOPOSIDE 30.0% FABRAZYME 15.0% FACTREL 15.0% FEIBA 37.0% FERTINEX 15.0% FLUDARA 15.0% FLUDARABINE 30.0% FLUDARABINE 30.0% FLUOROURACIL 30.0% FOLLISTIM 15.0% FORTAZ 15.0% FORTAZ 15.0% FORTEO 15.0% FRAGMIN 15.0% FUDR 15.0% FUZEON 15.0% GAMIMUNE 25.0% GAMIMUNE N 25.0% GAMMAGARD 25.0% GAMMAR-P 25.0% GAMUNEX 25.0% GEMZAR 15.0% GENOTROPIN 15.0% GEREF 15.0% l10816v3 19 EXHIBIT B REBATES A. Subject to the terms and conditions set forth below, ESI will remit to Sponsor amounts equal to the following: 2·Tier Plan Design ESI National Preferred Formulary Participating Pharmacies and ESI Specialty Pharmacy Mail Service Pharmacy Guarantee per Rebateable Claim $1.30 I$5.00 B. Conditions of the Rebate Program 1. Rebates are conditioned upon (a) Sponsor's election of. and conformance to, the identified Formulary and qualifying copayment benefit designs}; (b) distribution of the Formulary (or a summary thereof) to Members and/or physicians, as applicable; and (c) Sponsor's compliance with other reasonable, generally applicable requirements for participation by all clients in the Rebate Program, as are communicated by ESI to Sponsor from time to time. 2. Certain Member Submitted Claims and OTC products, Plans that do not meet eligibility requirements set forth in herein, claims older than 180 days, as well as claims for 100% copayment (cash and carry) plans not offered in connection with a health plan benefit, may not be eligible for Rebates. 3. ESI shall retain all actual Rebates, but Sponsor shall be entitled to an amount equal to the allocable Rebate amount specified above. ESI retains Rebates in excess of any guarantee, if applicable. Guarantees are calculated in the aggregate. Amounts representing the Rebates allocated to Sponsor pursuant to the terms of this Agreement shall be paid on a quarterly basis approximately 150 days following the end of each quarterly period; provided, however, that ESI shall make quarterly payments as provided herein only to the extent of the Rebate payments it receives approximately 120 days following the end of the quarterly period. Payments attributable to Rebate amounts that ESI receives later than 120 days following the end of a quarter shall be included by ESI in the next quarterly payment. ESI retains all right, title and interest to any and all actual Rebates received from manufacturers, except that ESI shall pay Sponsor amounts equal to the Rebate amounts allocated to Sponsor, as specified above, from ESl's general assets (neither Sponsor, its Members, nor Sponsor's plan retains any beneficial or proprietary interest in ESI's general assets). Sponsor acknowledges and agrees that neither it, its Members, nor its Plan shall have a right to interest on, or the time value of, any Rebate payments received by ESI during the collection period or moneys payable under this Section. No Rebates shall be paid until this Agreement is executed by Sponsor. ESI shall have the right to apply Sponsor's allocated Rebate amount to unpaid Fees and shall have the right to delay payment of Rebates to allow for final adjustments upon termination of this Agreement. 4. Sponsor acknowledges that it may be eligible for Rebates under this Agreement only so long as Sponsor, its affiliates, or its agents do not contract directly or indirectly with anyone else for discounts, utilization limits, rebates or other financial incentives on pharmaceutical products or formulary programs for claims processed by ESI pursuant to the Agreement, without the prior written consent of ESI. In the event that Sponsor negotiates or arranges with a pharmaceutical manufacturer for Rebates or similar discounts for any Covered Drugs hereunder, but without limiting ESI's right to other remedies, ESI may immediately withhold any Rebates earned by, but not yet paid to, Sponsor as necessary to prevent duplicative rebates on Covered Drugs. To the extent Sponsor knowingly negotiates and/or contracts for discounts or rebates on claims for Covered Drugs without prior written approval of ESI, such activity shall be deemed to be a material breach of this Agreement, entitling ESI to suspend payment of Rebates hereunder and to renegotiate the terms and conditions of this Agreement. Il0816v3 21 G. During the course of an audit, all data, including claims detail and any copies of claims (or compilations thereof) supplied by ESI may be retained by Sponsor. 4, Auditing Rebates from Manufacturers A. The initial scope of any rebate audit may not exceed two (2) calendar quarters during the twelve month period immediately preceding the audit. In the event findings from the initial review period reasonably warrant an increase in calendar quarters to be reviewed, ESI and Sponsor will mutually agree on a process by which additional calendar quarters may be reviewed by Sponsor. B. ESI's contracts with pharmaceutical manufacturers for drug product rebates are highly confidential and proprietary. Nevertheless, Sponsor may audit payments under rebate contracts applicable to Sponsor, and may select five (5) initial manufacturer contracts to be audited, or such larger initial number of contracts that will enable Sponsor to audit fifty percent (50%) of total rebate payments due to Sponsor. In the event findings from the initial rebate contract audits warrant an increase in the number of contracts to be audited, ESI and Sponsor will mutually agree on a process by which additional contracts may be reviewed by Sponsor. c. ESI will use reasonable best efforts to obtain manufacturer consent to disclose such contracts when such consent is required. In the event that a selected manufacturer declines to permit Sponsor to review the applicable rebate rate components, then ESI will use its best reasonable efforts to secure permission from one or more additional manufacturers of Sponsor's choice which will enable Sponsor to meet the initial targets of five (5) manufacturer contracts and fifty percent (50%) of total rebate payments as set forth in paragraph 4B above. D. ESI will permit Sponsor to perform an on-site review of the applicable rebate rate components of the manufacturer rebate agreements which are relevant and necessary to audit the calculation of the rebate payments made to Sponsor by ESI for the selected drugs. E. Sponsor should bring, or otherwise supply its independent auditor with, the most recent Allocation Report (PSG) or Sponsor Share Report (MS), which should be brought to the on-site rebate audit. Additional reasonable charges may occur if ESI is asked to re-produce these reports. F. Sponsor will not be permitted to copy or retain any such manufacturer agreements (in part or in whole) or documents provided or made available by ESI in connection with the rebate audit. Sponsor will be entitled, however, to take and retain notes to the extent necessary to document any identified exceptions. ESI shall be entitled to review any notes to affirm compliance with this paragraph. 5. Verification or Explanation of Disputed Claims A. After ESI has supplied the claims data, Sponsor will provide ESI with a written exception report stating the entire known error population, if any, and dollar amount associated with such errors. In addition to the written report, Sponsor will provide an electronic extrapolation of errors representative of the entire population of errors not to exceed an initial compilation of 200 (hereafter referred to as "representative sample"). B. ESI will research and investigate the "representative sample" within thirty (30) days. If additional time is reasonably required, ESI will notify Sponsor within these thirty (30) days. c. In the event findings warrant an increase in the representative sample of drug claims or the scope of the rebate audit period, ESI and Sponsor shall mutually determine the scope of such increase. D. Overpayments or underpayments shall be promptly paid and/or credited by ESI (or the Sponsor, as the case may be). No overpayments or underpayments shall be made that exceed the terms of the Agreement. 1108 J6v3 23 EXHIBIT D BUSINESS ASSOCIATE AGREEMENT 1. Definitions. (a) "Designated Record Set" shall mean a group of records maintained by or for Plan that is (i) the medical records and billing records about individuals maintained by or for Plan, (ii) the enrollment, payment, claims adjudication, and case or medical management record systems maintained by or for a health plan; or (iii) used, in whole or in part, by or for Plan to make decisions about individuals. (b) "HIPAA Rules" means the collective privacy, transaction and security regulations promulgated pursuant to the Health Insurance Portability and Accountability Act, as codified at 45 CFR Parts 160, 162 & 164. (d) "Health Plan" or "Plan" shall have the same meaning as the term "Health Plan" in 45 CFR 160.103. (c) "Individual" shall have the same meaning as the term "individual" in 45 CFR § 164.501 and shall include a person who qualifies as a personal representative in accordance with 45 CFR § 164.502(g). (d) "Protected Health Information" or "PHI" shall have the same meaning as the term "protected health information" in 45 CFR § 164.501, limited to the information created or received by ESI from or on behalf of Plan. (e) "Privacy Rule" shall mean the Standards for Privacy of Individually Identifiable Health Information at 45 CFR Part 160 and Part 164, as they exist now or as they may be amended. (f) "Required By Law" shall have the same meaning as the term "required by law" in 45 CFR § 164.501. (g) "Secretary" shall mean the Secretary of the Department of Health and Human Services or his designee. (h) "Security Standards" shall mean the Security Standards, 45 C.F.R. parts 160, 162 and 164, to be effective no later than April 20,2005, as they exist now or as they may be amended. (i) "Transaction Standards" shall mean the Standards for Electronic Transactions, 45 C.F.R. 160 and 162, as they exist now or as they may be amended. Terms used, but not otherwise defined, in this Addendum shall have the same meaning as those terms in 45 CFR §§ 160.103 and 164.501. 2. General Use and Disclosure Provisions. ESI and the Plan acknowledge and agree as follows: (a) Except as otherwise limited in this Agreement, ESI may use and disclose PHI to properly provide, manage and administer the services required under the PBM Agreement and consistent with applicable law to assist the Plan in its operations, as long as such use or disclosure would not violate the HIPAA Rules if done by the Plan. (b) ESI will take reasonable efforts to limit requests for, use and disclosure of PHI to the minimum necessary to accomplish the intended request, use or disclosure. (c) Except as otherwise limited in this Agreement: Il0816v3 25 (m) ESI agrees to make internal practices, books, and records relating to the use and disclosure of PHI received from, or created or received by ESI on behalf of, the Plan available to the Plan within ten (10) business days, or at the request of the Plan or the Secretary of HHS ("Secretary"), to the Secretary in a time and manner directed by the Secretary, for purposes of the Secretary determining the Pian's compliance with the HIPAA Rules. 3. Plan Obligations, (a) Plan shall notify ESI of any limitation(s) in the notice of privacy practices of Plan in accordance with 45 C.F.R. §164.520, to the extent that such limitation may affect ESI's use or disclosure of PHI. (b) Plan shall notify ESI of any changes in, or revocation of, permission by an Individual to use or disclose PHI, to the extent that such changes may affect ESI's use or disclosure of PHI. (c) Plan shall notify ESI of any restriction to the use or disclosure of PHI that Plan has agreed to in accordance with 45 C.F.R. §164.522, to the extent that such restriction may affect ESI's use or disclosure of PHI. (d) Plan shall not request that ESI use or disclose PHI in any manner that would exceed that which is minimally necessary under the HIPAA Rules or that would not be permitted by a Covered Entity. 4. Transactions Standards. The HIPAA Rules provide for certain Transactions Standards for transfer of data between trading partners. While certain of the standards mayor may not be adopted by the Plan (e.g., for eligibility), ESI will be prepared to accept the following in accordance with 45 CFR Part 162.1502: ASC X12N 834 -Benefit Enrollment and Maintenance. In addition, to the extent applicable, ESI shall comply with other applicable transactions standards for claims processing functions between ESI and provider pharmacies. The parties each hereby agree that it shall not change any definition, data condition or use of a data element or segment in a standard, add any data elements or segment to the maximum defined data set, use any code or data elements that are either marked "not used" in the standard's implementation specification or are not in the implementation specification, or change the meaning or intent of the implementation specification. 5. Security Standards. To the extent that ESI creates, receives, maintains or transmits electronic PHI, ESI shall: (a) Implement administrative, physical and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the Electronic PHI that ESI creates, receives, maintains or transmits on behalf of the Plan as required by the Security Standards; (b) Ensure that any agent, including a subcontractor, to whom ESI provides Electronic PHI agrees to implement reasonable and appropriate safeguards to protect the PHI; and (c) Report to Plan any Security Incident involving Electronic PHI of which ESI becomes aware. 6. Breach; Termination. (a) Without limiting the termination rights of the parties pursuant to the PBM Agreement, upon the Plan's knowledge of a material breach by ESI of this Agreement, the Plan shall notify ESI of such breach and ESI shall have thirty (30) days to cure such breach. In the event ESI does not cure the breach, or cure is infeasible, the Plan shall have the right to immediately terminate this Agreement and the PBM Agreement. If cure of the material breach is infeasible, Plan shall report the violation to the Secretary. (b) To the extent feasible, upon termination of the PBM Agreement for any reason, ESI shall, Il0816v3 27 EXHIBIT E FINANCIAL DISCLOSURE TO ESI PBM CLIENTS Express Scripts is a provider of pharmaceutical benefits management CPBM") and other related services to thousands of client groups including managed care organizations, health insurers, employer groups, third party administrators and government entities. Express Scripts' subsidiary companies, some of which provide services related to supporting our PBM services, include ESI Mail Pharmacy Service, Inc., CuraScript Pharmacy, Inc., Express Scripts Specialty Distribution Services, Inc., and Phoenix Marketing Group, LLC. This disclosure provides an overview of the revenue sources that allow us to deliver competitive pricing arrangements to our clients. Express Scripts offers its clients, either directly or through its subsidiary companies, a variety of services related to the management of prescription drug benefits. The specific services provided to each client are documented under the Pharmacy Benefit Management Agreement, or other similar agreement, with our client. Express Scripts' PBM services typically include claims processing and adjudication, pharmacy network contracting and management, formulary development and management, rebate management and administration, trend management, and clinical program development and fulfillment. Some of our clients also utilize our mail service pharmacy to provide their members with convenient access to safe and affordable prescription drugs through home delivery. In addition to the administrative fees paid to us by our clients for these core PBM services, Express Scripts derives revenue from other sources, including arrangements with pharmaceutical manufacturers and retail pharmacies. Some of this revenue relates to utilization of products by members of the clients for whom we provide PBM services. Network Pharmacies -Express Scripts contracts for its own account with retail pharmaCies to dispense prescription drugs to members of the clients for whom we provide PBM services. The rates paid by Express Scripts to these pharmacies differ from one network of pharmacies to the next, and among pharmaCies within a network. Express Scripts generally contracts with clients to be paid an ingredient cost for drugs dispensed in a given retail network selected by the client at a uniform rate that applies to all pharmacies in the selected network. Thus, where the rate paid by a client exceeds the rate negotiated with a particular pharmacy, Express Scripts will realize a positive margin on the applicable prescription. The reverse may also be true, resulting in negative margin for Express Scripts. In addition, when Express Scripts receives payment from a client before payment to a pharmacy is due, Express Scripts retains the benefit of the use of the funds between these payments. Manufacturer Rebates and Associated Administrative Fees -Express Scripts contracts for its own account with pharmaceutical manufacturers to obtain rebates attributable to the utilization of certain prescription products by individuals who receive benefits from clients for whom we provide PBM services. Rebate amounts vary based on the volume of utilization as well as the benefit design and formulary position applicable to utilization of a product. Express Scripts often pays all or a portion of the rebates it receives to a client based on the client's PBM services agreement. Express Scripts retains the financial benefit of the use of any funds held until payment is made to a client. In connection with our maintenance and operation of the systems and other infrastructure necessary for managing and administering the rebate process, Express Scripts also receives administrative fees from pharmaceutical manufacturers participating in the rebate program discussed above. The services provided to participating manufacturers include making certain drug utilization data available, as allowed by law, for purposes of verifying and evaluating the rebate payments. The administrative fees paid to Express Scripts by manufacturers for participation in the rebate program do not exceed 3.5% of the AWP of the rebated products. Pharmacy Dispensing and Distribution -Express Scripts has several licensed pharmacy subsidiaries, including our specialty pharmacies. These entities purchase prescription drug inventories, either directly from manufacturers or from drug wholesalers, for dispensing to patients or for distribution to physician offices. Purchase discounts off the acquisition cost of these products are made available by manufacturers in the form of both up-front and retrospective discounts. Such discounts are not considered part of the rebates paid to Express Scripts by manufacturers in connection with our rebate program. While rebates are directly attributable to the utilization of pharmaceutical products by IIOBI6v3 29 EXHIBIT F MEDICARE QR-PDP ADDENDUM THIS MEDICARE QR-PDP ADDENDUM (the "QR-PDP Addendum") is made for the purpose of delineating the terms and conditions under which Express Scripts Senior Care, Inc., a wholly owned subsidiary of ESI ("Senior Care") will provide certain QR-PDP services to Sponsor as set forth below. A. Under the Medicare Prescription Drug Benefit Program set forth in Part D of The Medicare Prescription Drug, Improvement and Modernization Act of 2003 (the "Act"), employers may establish a Qualified Retiree Prescription Drug Plan (as defined below) in order to continue to provide prescription drug benefits for its Medicare-eligible Members; B. ESI has established a subsidiary, Senior Care, that is responsible for providing certain services related to Medicare Plans, including Qualified Retiree Prescription Drug Plans under the Act; and NOW, THEREFORE, in consideration of the mutual covenants herein contained, the parties hereto agree as follows: 1. Definitions. Unless otherwise defined below, capitalized terms used herein shall have the same meaning assigned to such terms in the Agreement or the Medicare Drug Rules, as appropriate. "CMS" means the Center for Medicare and Medicaid Services. "Medicare Manufacturer Administrative Fees" means those administrative fees of up to 3.5% of the AWP of certain Covered Drugs paid by pharmaceutical manufacturers to, or otherwise retained by, Senior Care pursuant to a contract between Senior Care or an affiliate, and the manufacturer and directly in connection with Senior Care's administering, invoicing, allocating and collecting the Rebates for Medicare plans operating under the Act, including QR-PDPs. "Medicare Drug Rules" means the Act and any and all related rules, guidance, interpretations and operational directives adopted by CMS or other governmental agency with jurisdiction over the enforcement of the Act. "Medicare Member" means a Member eligible for benefits through the QR-PDP in accordance with the Medicare Drug Rules as identified by Sponsor through the Eligibility Files. "Medicare Rebates" means retrospective rebates that are paid to Senior Care, or otherwise retained by Senior Care, pursuant to the terms of a rebate contract negotiated independently by Senior Care or an affiliate with a manufacturer, and directly attributable to the utilization of certain pharmaceuticals by Medicare Members. Rebates do not include Medicare Manufacturer Administrative Fees, or product discounts or similar remuneration received by subsidiary pharmacies of ESI or Senior Care. "Subsidy Payment" means the subsidy amount paid to sponsors of QR-PDPs under 42 CFR § 423.886 of the Medicare Drug Rules. "Subsidy Reports" means the following reports in a format and with content consistent with the requirements of the Medicare Drug Rules : (i) monthly eligibility file (list of individuals believed to be enrolled as defined by the Medicare Drug Rule or other CMS guidance); and (ii) cost data extract (net covered retiree plan-related prescription drug costs) for monthly, quarterly, or annual reporting by for payment of subsidy. II08 16v3 31 ---------------- ) cny OF CARMEL TO: CONTRACT CHANGE ORDER NO.: 45 Milestone Contractors DATE: October 27, 2008 5950 S. Belmont Avenue PROJECT NAME: Old Meridian Street, R-27940 Indianapolis, IN 46217 CITY REO. NO.: CITY PO NO.: CITY PO DATE: APP[lOV::O AS TO FORM BY ~ 1. You are directed to make the following changes in this Contract: L. 'KJV, This change order is to allow the INDOT CRA program to pay an overrun of an existing LSUM item. There is no contract increase as the amount is already considered in the previous contract amount. The CRA program does not allow LSUM items to exceed the original contract quantity like other items, thus the change order. SCHEDULED ADJUSTMENT ITEM AMOUNT (+) OR ( -) DAYS 0107 -Sign Relocate $421.38 o II. The following referenced Documents further describe the changes outlined in Paragraph I, and are to be considered a part of this Change Order: R.F.P.: W.D.C. NO.:_______ Other: Attached The changes result in the following adjustment of Contract Price and Contract Time: Contract Price prior to this Change Order $7,407,956.04 Contract Price will be increased/decreased by this Change Order $421.38 New Contract Price including this Change Order $7,407,956.04 Contract Time prior to this Change Order Days 9/8/07 Completion Date Net increased/decreased resulting from this Change Order ...Q Days Current Contract Time including this Change Order Days 9/8/07 Completion Date This Change Order is for full and final settlement of all direct, indirect, impact costs and time extensions incurred at any time resulting from the performance of the changed work. The Above Changes Are The Above Changes Are Approved Recommended Accepted CrossRoad Engineers, P.c. Milestone Contractors ENGINEER CONTRACTOR Jame~ Brain~~ 3417 Sherman Drive 5950 S. Belmont Avenue .;?z2.~ Address Address Michael McBride, City Beech Grove, 1N 46107 1ndianapolis,1N 46217 City/State/Zip City/State/Zip Mary Ann Burke, Member By: Lance Stahlex. By: Ann Dennody Lori Watson, Member Phone: 317-571-0385 Phone: 317-788-6885 ATTEST: Date: October 27, 2008 Date: October 27, 2008 Diana Cordray, Clerk-Treasurer Date: Page 1 of 1 , --,----------------------------------------, .·::>!':'RACT: R -27940 CHANGE ORDER NO. 45 PAGE 2 OF It is the intent of the parties that this change order is full and complete compensation for the work described above . Not i t l~al_ and consent to this change order is hereby acknowledged . is S 42 1.38 ':ont ractor: By: Date :_M:,\~~~~~ '2'"2::4""' loiJdp8, I Submitted For Consideration LPA SIGNATURES OR FHWA CONCURRENCE -----J11t~-----------------­ PE/S~D.O. AE OPS FE )1:Z,~-Gr'l E~/l.Jrjf;£L ID/z7/r:R_ DCE ____ _ DIV CHF_________ APPROVED FOR INDIAN." DEPARTMENT OF TRANSPORTATION SI GNATURE) (TITLE) (DATE) New i t ems as indica t ed above have been verified and added to BAMS by: on ---------------- CITY OF CARMEL APF':10C;:' AS TO FORM s4­ 2TO: CONTRACT CHANGE ORDER NO.: R&W Contracting DATE: 10/24/2008 3131 Klondike Road PROJECT NAME: 116th and Clay Center Road Project #06-13 West Lafayette, In 47906 CITY REO . NO.: CITY PO NO.: CITY PO DATE: 1. You are directed to make the following changes in this Contract: (See Attached Table -This item is a lump sum amount to compensate the contractor for inflation and increased costs as a result of extending the work from 2007 to 2008 and to no fault of the contractor. The costs include inflation to labor costs and fuel for work that was supposed to be completed in 2007 but had to be done and completed in 2008 because the City could not provide access to the lands for the project per Articles 4, 10 and II of the General Conditions) SCHEDULED ADJUSTMENT ITEMS AMOUNT (+) OR ( -) DAYS Items 10&79 -$1,247.52 o II. The following referenced Documents further describe the changes outlined in Paragraph 1, and are to be considered a part of this Change Order: R.F.P.: W.D.C. NO.:___ Other: _____________ The changes result in the following adjustment ofContract Price and Contract Time: Contract Price prior to this Change Order $908.902.38 Contract Price will be increased/decreased by this Change Order -$1.247.52 New Contract Price including this Change Order $907,654.86 Contract Time prior to this Change Order 74 Days 5/23/08 Completion Date Net increased/decreased resulting from this Change Order 0 Days Current Contract Time including this Change Order 74 Days 5/23/2008 Completion Date This Change Order is for full and final settlement of all direct, indirect, impact costs and time extensions incurred at any time resulting from the performance of the changed work. The Above Changes Are The Above Changes Are Approved Recommended Accepted CROSSROAD ENGINEERS R&W CONTRACTING ENGINEER 3417 Sherman Drive 3 J3 J Klondike Road Address Address Beech Grove, IN 46107 West Lafayette, In 47906 City/State/Zip City/State/Zip Mary Ann Burke, Member Lori Watson, Member Phone: 317-780-1555 Ph~~1174 ATTEST: BY:U/Jh »Y~ Date: (plt-Ift,s Diana Cordray , Clerk-Treasurer r' Date I?f;'. Date: L. ~"I , TO: Dan Shotts CITY OF CARMEL APP11m'':;J AS TO FORr" ElyrCONTRACT CHANGE ORDER NO.:_---=--l__ Snider Group Inc. DATE: October 27,2008 c.... "YO' • P.O. Box 281 PROJECT NAME: 131 SI Street Towne Road to Ditch Road Zionsville, IN 46077 CITY REQ. NO.: __________ CITY PO NO.: ___________ CITY PO DATE: ________ 1. You are directed to make the following changes in this Contract: The Change Order amount is for various contract items that are completed and the addition of two Aqua-Swirllffi water quality units required by the Hamilton County Surveyors Office for stonn water quality assurance. These items are listed in the spreadsheet attached. SCHEDULED ADJUSTMENT ITEM AMOUNT (+) OR(-) DAYS Contract I terns 1 thru 13 1 (-$17,744.96) -0 Days Change Order Item 132 $17,570.00 + 0 Days Total (-$174.96) + 0 Days II. The following referenced Documents further describe the changes outlined in Paragraph I, and are to be considered a part of this Change Order: R.F.P.: N/A W.D.C. No.: N/A Other:______________________________ The changes result in the following adjustment ofContract Price and Contract Time: Contract Price prior to this Change Order $ 3,404,247.00 Contract Price will be increased/decreased by this Change Order $__--=-17:.....4'--'-'.9"-.:6"----_____ New Contract Price including this Change Order $ 3,404,072.04 Contract Time Prior to this Change Order 120 Days September 30, 2008 Completion Date Net increased/decreased resulting from this Change Order 0 Days Current Contract Time including this Change Order 120 Days September 30, 2008 Completion Date This Change Order is for full and final settlement of all direct, indirect, impact costs and time extensions incurred at any time resulting from the performance ofthe changed work. The Above Changes Are The Above Changes Are Approved: Recommended Accepted: CrossRoad Engineers P.c. Snider Group Inc. ENGINEER CONTRACTOR James Brainard, Mayor 34 I 7 Sherman Drive P.O. Box 281 Address Address Mary Ann Burke, Member Beech Grove, In 46107 Zionsville, In 46077 City/SJ.tl~ . Lori Watson, Member ~~~~Z~ By:A . ATTEST: Brad Stahley Ivt.'l~ ~o'\\'d.e.("" Phone: (317)780-1555 ext. 247 Phone: (3 I7) 873-5265 Diana Cordray, Clerk­ Treasurer. ~ Date: /o/z8/0e Date: /o/z.s/oe 2a2·/4 Mike McBride, PE City Engin~ ~ Date: 12 z~t?R .. ( CITY OF CARMEL APF'!10V::O AS TO FORM BY ~ i "-O . ~ ~ . - TO: Name CONTRACT CHANGE ORDER NO.: 1 Address DATE: 10/21/08 Address PROJECT NAME: Carmel Westside Road Improvements CITY REQ. NO.: CITY PO NO.: 1<1,41 CITY PO DATE: If!> -1t2.-a~ 1. You are directed to make the following changes In this Contract: Relocation of the fire hydrant along Spring Mill Road, South of Dorset Boulevard. ITEM AMOUNT SCHEDULED ADJUSTMENT (+) OR (.) DAYS Relocate fire hydrant $2.770.67 ±o II. TheJpllowlng referenced Documents further describe the changes outlined in Paragraph J, and are to be considered a part of this Change Order: R.F.P.: W.D.C. NO.: ___ Other: Poindexter Contract Change Reauest #002 The changes result In the following adjustment of Contract Price and Contract Time: Contract Price prior to this Chang Order ............................................................................ $1 ,100,500.10 'j Contract Price will be Increased by this Change Order .................................................. $ 2,770.67 New Contract Price Including this Change Order ............................................................ $1,103,270.77 Contract Time prior to this Change Order ~Days Completion Date October 31 , 2008 Net increased/decreased resulting from this Change Order ~Days I Current Contract Time including this Change Order ~Days Completion Date October 31 , 2008 This Change Order Is for full and final settlement of all direct, indirect, Impact costs and time I extensions incurred at any time resulting from the performance of the changed work. I The Above Changes Are The Above Changes Are Approved Recommended Accepted I ENGINEER CONTRACTOR James Brainard, Mayor Cripe Architects + Engineers Poindexter Excavating, Inc. I Address Address Mary Ann Burke, Member 3939 Priority Way South Drive P.O. Box 36399 I Suite 400 City/State/Zip Clty/State/Zlp Lori Watson, Member Indianapolis, IN 46240 Indianapolis, IN 46236 ATTEST: BY:J,.}~ iI£I~By:Ph~e:317~ Phone3Z82i-69 Olano Cordray, Clerk·Treasurer ~7/J,2~ Michael McBride, City Engineer Date: 10-'1.7-C)~ Date: )()-QJ... 7-'08" Date: lohU2a?g> , 0 :\1 aa9\990488\S0300Idocs\Change Order_1 ·CityofCarmel_200B_1 O_21 .DOC I-­ I I l ... , ": ~:,": . ~: ':""" CITY OF CARMBL TO: Jack Montgomery CONTRAcr CHANGE REQUEST NO.: 08 -043 -002 Cripe DATE: 09/1812008 PROJECTNAMB: Misc. West Side Improvements FROM: Jeff Perry Poindxter IT IS REQUESTED THAT A CONTRACT CHANGE BE MADE TO THE ABOVE REFERENCED CONTRACI'. 1. SCOPE OF WORK (USB ADDmONAL PAGES IF RBQUIRlID. ' ALSO UST OTHER ' CONTRAcrs INVOLVED.) Re-ta~drant at different location 2. REASON FOR CHANGE: Hydrant could not be relocated to location on plan due to ther not being enough room between the back ' of curb and existIng: water main 3. APPROXIMATBCOSTCHANGETOCO~CTPRICE: ADD $2,770.67 4. WILL THE CONTRACT NEED ADDmONAL CONTRACT TIME TO COMPLETE TIlE CHANGE IN WORK. SCOPE? __-YES _X_ -NO __ -(CALENDAR DAYS) 5. WILL THE CONTRACTOR NEED ADDmONAL PERSONNEL TO COMPLETE THE CHANGE IN WORK SCOPE? -YES X -NO IF NO, TRADE(S): ____________ NO.OFPBRSONNBL: ___________ DURATION: _____________ 6. IDENTIFICATION OF ATTACHMENTS: Poindexter Change Order Request Form BaRk Up-SUpplier Invoices DATE: 09/18/2008 DATE: 10-(; -D~ PREPARED REVIEWED BY: Jeff Perry REVIEWFD BY: 1J?_J1Ib.::!kIo(,o. ~ Comments and R.ecommeodat:ion: Tfl./~ f'Z=,c::.(r A~c, p;A1t1. 4NO ~{""'41Wl. t LUtC€MNI.~O Aa.up7ANc.J£' AR-S IN2OOIOmJIB.DOC l i ' I . Change Order Request o C.O.R. # 080043-002 G.C. # Date: 9/1812008 rOlNDEXTBl EICClVllin, IIIC. Project Name: Miscellaneous West Side Road Improvements Project #: 08-043 To: City of cannel AUn: Mike McBride One Civic Square Engineering Office Carmel, IN 46032 Phone: Fax: We hereby propose to make the following changes: Retap Hydrant at different Location From: Poindexter Excavating, Inc. Hannah Lee PO Box 36399 Indianapolis, IN 46236 Phone: (317) 823-e837 Fax: (317) 823-4662 Hydrant could not be relocated to location on pian due to there not being enough room between the back of curb and existing water main Change Order Price $2,nO.S7 Origin a' Contract Amount $1,100,500.10 This price is good for SO days. If conditions change, this price Is void. We are requesting a time extension of 0 days in conjunction with this change. Hannah Lee 911812008 Author Date Sent I. o Accepted The above prices and specifications of this Change Order request are satisfactory and are hereby accepted. All work to be performed under same terms and conditions as specified In original contract unless otherwise specified. Authorized Signature Date of Acceptance Page 1 of2 I r Change Order Request o C.O.R. # 08-043-002 G.C. # Date: 9/1812008 POINDEXTER fllcnatlng Inc. /. Project Name: Miscellaneous West Side Road Improvements Project #: 08-043 Materials 1:':l~@i!S . .QUDtltxI :;@J TotJl.Tul:· '.. 1"t$1:"'~iil§l 20X6 SS Install & Tap 1.00 $935.00 SO.OO $935.00 20xS SS TAp Sleeve 1.00 $1,234.02 $0.00 $1.234.02 6 MJ x FLG 01 RS Valve 1.00 $464.42 $0.00 $464.42 6 FLG Access Pkg Ring W.I B&N 1.00 $12.23 $0.00 Sub Total $12.23 $2,m.67 Grand Total $2,646.87 Expenses I·EPiAij·.' '.. '." :. I:.·;Qui_1­~':: 'X<$IIT'I$J To.tAl5Piiii J Mileage for Tap 50.00 $2.50 $0.00 $126.00 Sub Total $126.00 Grand Total $125.00 Total Cost Total $2,170.67 $2,7'70.67 Page 2 0'2 POINDEXTER. EXCAVATING TEAM EJP w. ~ndianapolisPOBOX 36399 830~ W. Wp./ilhJ.nQton St.INDIANAPOLIS, IN Indianapolis, IN 46236-0399 46231 Telephone: 317-247-0005 9/15/08 Bid ID: 5155203 SPRINGMILL AND 131ST Page 3 Sell Unit Extenc;ledQuantity Per Description Price Prl.ce SPECIFICATIONS. FINAL PRICINGWILL BE BASED ON SPECIFICATIONS IN YOUR PORCHASE ORDER PLUSSUBSEQUENT REVISIONS RE!CEIVED BY FOR,MA!; SUBMITTALS. 1 EA 20X6 SS INSTALL & TAP 850.00 850.00 1 EA 20X6 SS TAP SLEEVE 1,121. 84 1,121. 84 2140-2180 1 EA MILEAGE 2.50 2.50 1 EA 6 MJXFLG DI RS VALVE OL 422.20 422.20 1:1 1 EA 6/FLG ACCESS PKG RING 11.12, 11.12WB&N BEST REGARDS, JUSTIN MORRIS MARKETING REPRESENTATIVE EJ PRESCOTT-INDIANAPOLIS i ' l , CHANGE ORDER " APpnOV:o AS TO FORM B PROJECT: Rangeline Road gth Street (136th Street) Water Main Relocation L ')....) Y. CONTRACTOR: Yard berry Landscape Exc. Co. DATE OF CONTRACT: 5/2l/0g The CONTRACTOR is directed to make the following changes in the Contract Documents as set forth in this Change Order and attachments: Description of Change: 1) Add 136st St.: Extend 12" main 120' East to tie into 10"@ 1st Ave $12,960.00 2) g" concrete cap (27CYDS) $ 4,536.00 3) Additional 1" service line (short side) $ 1,500.00 4) Mobilization & Demobilization $ 3,250.00 5) Retest, Chlorinate, Dechlorinate $ 0 6) Hydrant removal $ 500.00 7) Stop 12" @ 96th St NW and install 12" valve, hydrant assemble, $ 3,431.90 Connect to existing 4" main 8) Install 1" tap, 1" curb stop wlbox on new 12" watermain at $ 1,500.00 30 N. 8th St NW 9) Tie 12" watermain in to 6" water main in alley at 31 E 8th St NE $ 7,347.65 & set p for future alley water line replacement 10) Connection: Tap 20" water main northeast of bridge $13,933.50 TOTAL $48,959.05 This Change results in the following adjustment of Contract Price: Original Contract Price: $219,415.00 Net Increase Resulting From This Change Order: $ 48,959.05 Net Decrease from Credits ($ 25,225.00) Current Contract Price Including this Change Order: $243,149.05 Approved by: Contractor -------------------------- ------------------------- " Approved by: Contractor Yard berry Landscape Exc. Co. 9940 S. 1000 W ~ LO I?-05r Date Approved by: Owner CITY OF CARMEL, INDIANA BY ITS BOARD OF PUBLIC WORKS AND SAFETY James Brainard, Presiding Officer Date: Mary Ann Burke, Member Dme: ____________________________ Lori Watson, Member Date: ATTEST: Diana L. Cordray, IAMC Clerk-Treasurer STATE OF INDIANA ) ) SS: COUNTY OF ----­) Before me, a Notary Public in and for said County and State, personally appeared James Brainard, Mary Ann Burke, and Lori Watson, by me known to be the Members of the City of Carmel Board of Public Works and Safety, and Diana L. Cordray, Clerk-Treasure of the City of Carmel, who acknowledged the execution of the foregoing "Agreement" on behalf of the City of Carmel, Indiana. Witness my hand and Notarial Seal this day of ,2008. NOTARY PUBLIC My Commission Expires: Printed Name My County of Residence: ___ ___ Drue: ___ _____________ ---------------------------- ---------------------------- -------------------------- Yard berry Landscape Exc. Co. 9940 S. 1000 W Anderson, IN ~~ ~~ Name anditle :2 L O --(l-0 <8 Date Approved by: Owner CITY OF CARMEL, INDIANA BY ITS BOARD OF PUBLIC WORKS AND SAFETY James Brainard, Presiding Officer Date: Mary Ann Burke, Member Date: Lori Watson, Member Date: ATTEST: Diana L. Cordray, IAMC Clerk-Treasurer -------------------------- .. STATE OF INDIANA ) ) SS: COUNTYOF __________ ) Before me, a Notary Public in and for said County and State, personally appeared James Brainard, Mary Ann Burke, and Lori Watson, by me known to be the Members of the City of Carmel Board of Public Works and Safety, and Diana L. Cordray, Clerk-Treasure of the City of Carmel, who acknowledged the execution of the foregoing "Change Order" on behalf of the City of Carmel, Indiana. Witness my hand and Notarial Seal this day of ,2008. NOTARY PUBLIC My Commission Expires: Printed Name My County of Residence: ______ Date: CITY OF CARMEL FACILITY USE REQUEST FORM Name/Organization: NaA-aJ0.£, Pl.!-\-z Point of Contact: Address: q I7.2 (J1QJ2tfr b yeo It U , A:r t-. D City, State, Zip: -:Inct.pl S· 3:N 4&2~{) Home Phone: O\1J~'l-O,2q\ Work Phone: ( ) ~na. Cell Phone: ( ) -SdJY'.Q Fax Number .....( ----')<---_________ For Profit Organization: Non-Profit Organization: Individual: -t-­ Day and Date Requested: ~U*1Jrdc:v...f J\'>vR~ (p 1.2.{)(/1 Time Requested: ~:00 a.m.e> to: b;C{) a.m.l~(This includes set-up and clean-up time.) Rehearsal Date: ((; IS 109 Time: 5 ',00 a.m.e to 7'00 a.m.l0 City Facility Requested: Gazebo $-Fountain Area-X- Caucus Room (1/3) _ (2/3)_ Council Chambers Special Requests: Electricity L Fountain Restroom L Other _______ Purpose: weclct'\ nca Number of People Expected: 12~ Vendors: Yes No (If yes, please attach list of vendor(s) information.) ---X Other Requests: City Street Closing (Large Events Only) _---'-l\=O...:..h£~------_ Neighborhood Street Closing (Street(s), Address(es) Blocked) ---,-,Ci<:....in,---=e________' ' The Carmel Board of Public Works and Safety reserves the right, in its sole discretion, to deny any facility use request and/or revoke any previously granted request to use a City facility for any lawful reason. Received this ;2.3 rtl.day of D t...-h, hoe. r ,200~, by the Office of the Mayor. Mayor's Office Revised: 01107 thence South 00 degrees 49 minutes 06 seconds West 140.30 feet parallel with the east line of the Northwest Quarter of said section to a 5/8 inch rebar with said cap; thence South 89 degrees 10 minutes 54 seconds East 50.00 feet to a 5/8 inch rebar with said cap on the east line of the Northwest Quarter of said section; thence South 00 degrees 49 minutes 06 seconds West 15.94 feet along said east line to a 5/8 inch rebar with said cap; thence North 89 degrees 54 minutes 50 seconds East 1391.28 feet, more or less, (passing through a point 1341.28 feet on line) parallel with the south line of the Northeast Quarter of said section to the high water mark of White River; thence South 21 degrees 35 minutes 49 seconds West 350.06 feet along the high water mark of said White River; thence South 11 degrees 04 minutes 44 seconds West 427.98 feet along said high water mark; thence South 06 degrees 20 minutes 28 seconds West 568.01 feet along said high water mark; thence South 15 degrees 36 minutes 24 seconds West 183.15 feet along said high water mark; thence South 37 degrees 08 minutes 47 seconds West 76.74 feet along said high water mark; thence South 02 degrees 57 minutes 20 seconds East 61.15 feet along said high water mark; thence South 06 degrees 30 minutes 48 seconds West 84.38 feet along said high water mark to the north property line of the Town of Carmel, as recorded in Deed Record 270, page 517; thence North 90 degrees 00 minutes 00 seconds West 332.02 feet, more or less, (passing through a point 50.00 feet on line) along said north line to a 5/8 inch rebar with said cap; thence South 45 degrees 49 minutes 06 seconds West 1000.53 feet to a 5/8 inch rebar with said cap on the east line of the Southwest Quarter of said section; thence South 00 degrees 49 minutes 06 seconds West 990.25 feet along said east line to a 5/8 inch rebar with said cap on the north boundary of 96th Street (as now located, September 1997); thence South 89 degrees 53 minutes 58 seconds West 647.09 feet parallel with the south line of said section and along the boundary of said 96th Street to a 5/8 inch rebar with said cap; thence North 84 degrees 23 minutes 24 seconds West 100.50 feet along said boundary to a 5/8 inch rebar with said cap; thence South 78 degrees 35 minutes 22 seconds West 50.99 feet along said boundary to a 5/8 inch rebar with said cap; thence South 89 degrees 53 minutes 58 seconds West 700.00 feet parallel with the south line of said section and along said boundary to a 5/8 inch rebar with said cap; thence North 87 degrees 14 minutes 17 seconds West 100.12 feet along said boundary to a 5/8 inch rebar with said cap; thence South 89 degrees 53 minutes 58 seconds West 250.00 feet parallel with the south line of said section and along said boundary to a 5/8 inch rebar with said cap; thence South 84 degrees 11 minutes 20 seconds West 100.50 feet along said boundary to a 5/8 inch rebar with said cap; thence South 89 degrees 53 minutes 58 seconds West 400.00 feet parallel with the south line of said section and along said boundary to a 5/8 inch rebar with said cap; thence North 78 degrees 47 minutes 26 seconds West 50.99 feet along said boundary to a 5/8 inch rebar with said cap; thence South 86 degrees 05 minutes 07 seconds West 150.33 feet along said boundary to a 5/8 inch rebar with said cap; thence South 89 degrees 53 minutes 58 seconds West 40.00 feet parallel with the south line of said section and along said boundary to a 5/8 inch rebar with said cap; thence North 46 degrees 16 minutes 03 seconds West 25.95 feet along said boundary to a 5/8 inch rebar with said cap on the east boundary of Gray Road (as now located, September 1997); thence North 00 degrees 21 minutes 37 seconds East 2550.11 feet parallel with the west line of said section and along the boundary of said Gray Road to a 5/8 inch rebar with said cap on the north line of the Southwest Quarter of said section, thence North 00 degrees 11 minutes 19 seconds East 2550.51 feet parallel with the west line of said section and along said boundary to a 5/8 inch rebar with said cap; thence North 45 degrees 03 minutes 34 seconds East 49.49 feet along said boundary to the point of beginning and containing 312.557 acres, more or less. 1342560.vl --- -CITY OF CARMEL FACILITY USE REQUEST FORM Name/Organization: NakevvlL P(1 =\-7 Point of Contact: Address: City, State, Zip: Home Phone: ( (11 72­Ch,Q£ier b rco It U 1bclplS. 3:N A&2LfQ j11le8') -02C\\ Work Phone: -t±p +--D ( ) .)&rYlQ Cell Phone: ( ) SA.mQ Fax Number .1...(--L.)________ For Profit Organization: Non-Profit Organization: Individual: -t-­ Day and Date Requested: ~~1)rd&A-( J\.>YJf Co I :z.oog Time Requested: j,:00 a.m.8 to: £;; C() a.m.l~(This includes set-up and clean-up timeo) Rehearsal Date: ((; /51 09 Time: 5 ~ 00 a.m.e to 7 -00 a.m.le City Facility Requested: Gazebo $-Fountain Area-X- Caucus Room (1/3) _ (2/3)_ Council Chambers Special Requests: Electricity L Fountain Restroom L Other _______ Purpose:-weclct°\ Ylg Number of People Expected: 12~ Vendors: Yes No X. (Jfyes, please attach list ofvendor(s) information.) Other Requests: City Street Closing (Large Events Only) __l\.:......=O-'--'rl£'-\o.-______ Neighborhood Street Closing (Street(s), Address(es) Blocked) "--in!.....:..!::e=---­_I'Y!...J-______ The Carmel Board of Public Works and Safety reserves the right, in its sole discretion, to deny any facility use request and/or revoke any previously granted request to use a City facility for any lawful reason. Received this ~3 rtlday of 0 ~--1--0 b-e.-r ,200~, by the Office of the Mayor. Mayor's Office Revised: 01107 • ­ ACKNOWLEDGEMENT AND AGREEMENT TO COMPLY WITH CITY FACILITY USE POLICY I have read and understand the City of Carmel, Indiana ("City") Facility Use Policy and agree to be bound by all the terms and conditions set forth therein. I will leave the City facility I use in the same condition that it was immediately prior to my use thereof. I agree to pay for any damage, repair or clean-up costs incurred by the City as a result of my use of a City facility. I hereby certify that I, and the organization I represent, if applicable, agree to be bound by the City's Facility Use Policy and by any addition conditions or restrictions placed upon my/our use of a City facility by the Board. I understand that the Board has the right to deny or revoke my request for the use of a City facility for any lawful reason, and that the harmless by me and/or my organization from any damages, costs or expenses incurred directly or indirectly as a result of such action. Please sign below and mail the completed form to the Office of the Mayor. One Civic Square. Carmel. Indiana 46032. Approved this __day of , 200 CITY OF CARMEL, INDIANA Nata\\e 'Pi \-\-z By and Through its Board of Public Works and Safety Name of Organization/Applicant Signature of Authorized A~ent/ James Brainard, Presiding Officer Applicant Date:___________________ Printed Name and Title (If applicable) Mary Ann Burke, Member Date:___________________ C({7} ChfsJetbroot (1-. Aft-·DJrJ.p~. Address of Organization/Applicant 3N~D Lori Watson, Member Date:________________ Date: lo/23/oB ATTEST: Diana L. Cordray, IAMC, Clerk-Treasurer Date: ____________________ Special Conditions: __________________________________ Request to Use City Property October 9, 2008 The Board of Directors of the Carmel Farmers Market, an Indiana non-profit corporation, respectfully requests from the Carmel Board of Public Works and Safety the following: Use of Carmel Civic Square, including City Hall South Parking Lot, City Hall Parking Lot East Extension, parking spaces along the west side of Veteran's Way, parking around the Civic Square Fountain, use of the Gazebo, use of the lobby and rest rooms on the first floor of City Hall, use of the Civic Fountain area, and the north lawn of City Hall from 6 AM until 12 noon each and every Saturday from May 30, 2009 through September 26, 2009; with the following exceptions; A. The Market would not be held on Saturday, July 4,2009 so that CarmelFest can use the grounds. B. In place of July 4th, we request the use of the grounds, as noted above, for an evening market on Wednesday, July 1, from 4:00 PM to 8 PM. (Setup would begin at 4. The Market would not actually open to the public until 5 PM.) C. Wedding rehearsals, but not set-up for weddings, could be held at the Gazebo for ceremonies scheduled to take place after 12 noon of the same day. This request, that no other uses during the hours and days noted be granted, besides the exception stated above, has been structured in this manner due to the increased attendance at the Farmers Market which has made for a critical scarcity of parking spaces for Market visitors. Submitted for the Board by Ronald E. Carter, President, Carmel Farmers Market, 317­ 710-0162. r. Resolution NO. BPW -11--J1£-OfJ...O~ A RESOLUTION OF THE BOARD OF PUBLIC WORKS AND SAFETY OF THE CITY OF CARMEL, INDIANA, AUTHORIZING THE ADOPTION OF STRUCTURAL AMENDMENTS TO COEXISTENCE AGREEMENT WHEREAS, pursuant to the Coexistence Agreement, attached hereto as Exhibit A, by and between the Board of Public Works of the City of Carmel, Indiana (the "BPW") and American Aggregates Corporation d/b/a Martin Marietta Aggregates ("Martin Marietta"), the BPW and Martin Marietta entered into an agreement setting forth the rights for each party as they relate to a parcel of property being condemned by the BPW; WHEREAS, Martin Marietta and the BPW wish to amend that Coexistence Agreement as outlined in the Structural Amendments to Coexistence Agreement, attached hereto as Exhibit B'-' WHEREAS, the BPW believes these Structural Amendments will be in the best interest of the City of Cannel and will serve to further define the rights and responsibilities of the BPW and Martin Marietta as they relate to the property; NOW, THEREFORE, BE IT RESOLVED AND AGREED by the Board of Public Works and Safety of the City of Carmel, Indiana, as follows: 1. The BPW hereby authorizes the Stuctural Amendments to the Coexistence Agreement as outlined in Exhibit B. 2. That the members of the BPW are hereby authorized to execute any and all documents required in connection with the amendments to the Coexistence Agreement. 3. That the members of the BPW hereby delegate the execution of all documents required for the condemnation and/or purchase of the property referred to therein to John M. Duffy, Director of Utilities ("Duffy"), and authorize Duffy to approve non-substantial changes in form or substance to the Structural Amendments or the closing documents or condemnation documents as may be necessary or appropriate to accomplish the purposes of this Resolution, with any such approval to be conclusively evidenced by the authorized execution of such documents. .~ STRUCTURAL AMENDMENTS TO COEXISTENCE AGREEMENT In accordance with the provisions of Section 4 of the Coexistence Agreement dated September 27 , 2007 ("Coexistence Agreement"), entered into by MARTIN MARlETT A MATERIALS, INC., a North Carolina corporation, also known and doing business as American Aggregates Corporation (hereinafter jointly referred to as "Martin Marietta") and the BOARD OF PUBLIC WORKS OF THE CITY OF CARMEL, a body politic of the state of Indiana ("BPW"), the Coexistence Agreement is hereby amended this _ day of October, 2008, to include the following provisions. 1. Martin Marietta agrees that it will: (a) begin its benching as described in the report by Agapito Associates, Inc. entitled "Single Expanded Level Study North Indianapolis Mine Indianapolis, Indiana" and dated October 2007 (hereinafter referred to as the "Agapito Report") in an area located 100 feet or more outside the perimeter of the Surface Parcel ("Surface Parcel" and any other defined terms from the Coexistence Agreement have the same meanings herein unless otherwise stated); and (b) observe the performance and characteristics of the rock and adjust the procedure accordingly before proceeding with benching into the area under the Surface Parcel and within 100 feet of the perimeter of the Surface Parcel; provided, however, that the failure of Martin Marietta to observe the perfonnance and characteristics of the rock as referred to in (b) above, and to adjust its procedures accordingly, shall not impose any liability whatsoever upon Martin Marietta, unless such failure is a willful and wanton disregard of commercially reasonable standard mining practices which results in damage to property owned by BPW on the Surface Parcel. 2. Martin Marietta agrees to incorporate a modified pillar design into its mining plan that leaves rock between select pillars resulting in widened pillars at certain locations under the access the subsurface mine from an Entrance designated by a representative of Martin Marietta at the time of such inspections. However, at no time shall BPW, and/or any of its agents and/or representatives, have the right to proceed to any Entrance(s) for access to the Subsurface Parcel, until such time as each and every such person shall have received the appropriate safety training by a duly authorized and designated representative of Martin Marietta pursuant to its then existing protocol for visitors entering it mines. It is anticipated that prior to entering into any such Entrance, BPW and/or its agents and/or representatives shall meet at the facility's office located near 96th Street to receive such safety training. Further, all BPW inspections will be accompanied by a Martin Marietta representative and at no time will BPW and/or its agents and/or representatives be allowed to access the Martin Marietta property and/or mine facilities at any time without being accompanied by a Martin Marietta representative. During the period after the date Martin Marietta notifies BPW that it is no longer mining Minerals beneath the Surface Parcel or within 100 feet of the perimeter thereof, but prior to the date BPW takes possession of the Subsurface Parcel, such inspections shaH be limited to the times, and to the occurrence of events, described in (i) and (iii) above. Once BPW takes possession of the Subsurface Parcel, then pursuant to Section 2.G. of the Coexistence Agreement BPW shall grant to Martin Marietta a subsurface easement permitting Martin Marietta to traverse the Subsurface Parcel in the manner and for the purposes described in the Subsurface Easement attached hereto as Exhibit C. Martin Marietta covenants and agrees that BPW's right of entry to the Subsurface Parcel through the Entrances shall remain in full force and effect both prior to and foHowing the date BPW takes possession of the Subsurface Parcel, it being understood that access via the Entrances shall likely be BPW's only means of access to the Subsurface Parcel. 3 such that "611 feet above mean sea level" is replaced with "559 feet above mean sea level" because the ceiling ofthe mine was misidentified in the Coexistence Agreement. 6. Martin Marietta agrees that, to the extent it decides to lower the floor of the mine located under the Surface Parcel and within 100 feet of the Surface Parcel, it win use reasonable and safe mining practices and do so consistent with the design dimensions and recommendations in the Agapito Report, as the same may be amended from time to time. In the event that any updates relate to mining under the Surface Parcel or within 100 feet of the Surface Parcel., they will be provided to BPW. If Martin Marietta decides to make any changes or additions to the existing mine outside the parameters discussed in the Agapito Report, it agrees to use reasonable and safe mining practices and hire Agapito or a similarly qualified mining engineering firm to design and implement those changes or additions. Martin Marietta will notify the BPW if it decides to make such changes or additions outside the parameters discussed in the Agapito Report. IN WITNESS WHEREOF, the undersigned parties have caused the execution of these Structural Amendments to Coexistence Agreement by their duly authorized officer or representative as of the day, month and year first above written. CITY OF CARMEL, INDIANA MARTIN MARIETTA MATERIALS, INC. BY ITS BOARD OF PUBLIC WORKS AND SAFETY By: _________________________ By:_____________ James Brainard, President John J. Tiberi, President -Mideast Division Date:______________ Date:______________ 5 s.remd P~)U~P!ft\Jo W~~~!a V .LUIIHX:!I EXHIBIT B Legal Description and Illustration of the Adjoining Off-Site Property thence South 00 degrees 49 minutes 06 seconds West 140.30 feet parallel with the east line of the Northwest Quarter of said section to a 5/8 inch rebar with said cap; thence South 89 degrees 10 minutes 54 seconds East 50.00 feet to a 5/8 inch rebar with said cap on the east line of the Northwest Quarter of said section; thence South 00 degrees 49 minutes 06 seconds West 15.94 feet along said east line to a 5/8 inch rebar with said cap; thence North 89 degrees 54 minutes 50 seconds East 1391.28 feet, more or less, (passing through a point 1341.28 feet on line) parallel with the south line of the Northeast Quarter of said section to the high water mark of White River; thence South 21 degrees 35 minutes 49 seconds West 350.06 feet along the high water mark of said White River; thence South 11 degrees 04 minutes 44 seconds West 427.98 feet along said high water mark; thence South 06 degrees 20 minutes 28 seconds West 568.01 feet along said high water mark; thence South 15 degrees 36 minutes 24 seconds West 183.15 feet along said high water mark; thence South 37 degrees 08 minutes 47 seconds West 76.74 feet along said high water mark; thence South 02 degrees 57 minutes 20 seconds East 61.15 feet along said high water mark; thence South 06 degrees 30 minutes 48 seconds West 84.38 feet along said high water mark to the north property line of the Town of Carmel, as recorded in Deed Record 270, page 517; thence North 90 degrees 00 minutes 00 seconds West 332.02 feet, more or less, (passing through a point 50.00 feet on line) along said north line to a 5/8 inch rebar with said cap; thence South 45 degrees 49 minutes 06 seconds West 1000.53 feet to a 5/8 inch rebar with said cap on the east line of the Southwest Quarter of said section; thence South 00 degrees 49 minutes 06 seconds West 990.25 feet along said east line to a 5/8 inch rebar with said cap on the north boundary of 96th Street (as now located, September 1997); thence South 89 degrees 53 minutes 58 seconds West 647.09 feet parallel with the south line of said section and along the boundary of said 96th Street to a 5/8 inch rebar with said cap; thence North 84 degrees 23 minutes 24 seconds West 100.50 feet along said boundary to a 5/8 inch rebar with said cap; thence South 78 degrees 35 minutes 22 seconds West 50.99 feet along said boundary to a 5/8 inch rebar with said cap; thence South 89 degrees 53 minutes 58 seconds West 700.00 feet parallel with the south line of said section and along said boundary to a 5/8 inch rebar with said cap; thence North 87 degrees 14 minutes 17 seconds West 100.12 feet along said boundary to a 5/8 inch rebar with said cap; thence South 89 degrees 53 minutes 58 seconds West 250.00 feet parallel with the south line of said section and along said boundary to a 5/8 inch rebar with said cap; thence South 84 degrees 11 minutes 20 seconds West 100.50 feet along said boundary to a 5/8 inch rebar with said cap; thence South 89 degrees 53 minutes 58 seconds West 400.00 feet parallel with the south line of said section and along said boundary to a 5/8 inch rebar with said cap; thence North 78 degrees 47 minutes 26 seconds West 50.99 feet along said boundary to a 5/8 inch rebar with said cap; thence South 86 degrees 05 minutes 07 seconds West 150.33 feet along said boundary to a 5/8 inch rebar with said cap; thence South 89 degrees 53 minutes 58 seconds West 40.00 feet parallel with the south line of said section and along said boundary to a 5/8 inch rebar with said cap; thence North 46 degrees 16 minutes 03 seconds West 25.95 feet along said boundary to a 5/8 inch rebar with said cap on the east boundary of Gray Road (as now located, September 1997); thence North 00 degrees 21 minutes 37 seconds East 2550.11 feet parallel with the west line of said section and along the boundary of said Gray Road to a 5/8 inch rebar with said cap on the north line of the Southwest Quarter of said section, thence North 00 degrees 11 minutes 19 seconds East 2550.51 feet parallel with the west line of said section and along said boundary to a 5/8 inch rebar with said cap; thence North 45 degrees 03 minutes 34 seconds East 49.49 feet along said boundary to the point of beginning and containing 312.557 acres, more or less. 1342560.vl • \ \ \ • , , , · .... STATE OF INDIANA ) ) SS: COUNTY OF ) Before me, a Notary Public in and for said County and State, personally appeared John J. Tiberi, the President -Mideast Division of Martin Marietta Materials, Inc., who acknowledged the execution of the foregoing Memorandum of Inspection Rights, and who, having been duly sworn, stated that any representations therein contained are true. Witness my hand and Notarial Seal this __ day of , 2008. (signature) (printed name) Notary Public My Commission Expires: _____ County ofResidence: ________ -3 ­ MEMORANDUM OF INSPECTION RIGHTS THIS MEMORANDUM OF INSPECTION RIGHTS ("Memorandwn") is entered into as of the __ day of , 2008, by and between MARTIN MARIETTA MATERIALS, INC., a North Carolina corporation ("Martin Marietta"), and THE BOARD OF PUBLIC WORKS OF THE CITY OF CARMEL, a body politic of the State of Indiana ("BPW"). RECITALS WHEREAS, Martin Marietta and BPW have entered into a certain Co-Existence Agreement, dated as of September 27, 2007, as modified by that certain Structural Amendments to Co-Existence Agreement of even date herewith (the "Structural Amendment"), whereby Martin Marietta and BPW have agreed upon certain matters pertaining to the subterranean portion of the real estate described on Exhibit A attached hereto and incorporated herein by this reference (the "Property"); and WHEREAS, pursuant to the Structural Amendment, Martin Marietta has granted to BPW certain opportunities to inspect the Property, and the parties desire to place this Memorandum of record for purposes ofadvising interested third parties of such inspection opportunities. NOW, THEREFORE, the parties hereby state as follows: 1. The recitals set forth hereinabove are incorporated herein by this reference as if fully restated herein. 2. Martin Marietta hereby acknowledges that it has granted to BPW certain opportunities to inspect the Property, all as set forth in the Structural Amendment. 3. Reference is hereby made to the entirety of the Structural Amendment for the fun rights and obligations of the parties hereto. 4. The addresses ofMartin Marietta and BPW for purposes of this Memorandum are as follows: Martin Marietta Materials, Inc. 11405 N. Pennsylvania, Suite 250 Carmel, IN 46032 Attn: John 1. Tiberi, President-Mideast Division With a copy to : Martin Marietta Materials, Inc. PO Box 30013 Raleigh, NC 27622 Attn: General Counsel flMARTIN MARIETTAfI MARTIN MARIETTA MATERIALS, INC., a North Carolina corporation By: (Signature) Its: _______--::-=:-:-:-____ (Printed Name and Title) STATE OF INDIANA ) ) SS: COUNTY OF ) Before me, a Notary Public in and for said County and State, personally appeared _______, the of Martin Marietta Materials, Inc., who acknowledged the execution of the foregoing Coexistence Agreement, and who, having been duly sworn, stated that any representations therein contained are true. Witness my hand and Notarial Seal this __ day of , 20_ (signature) (printed name) Notary Public My Commission Expires: _____ County ofResidence: ________ I affinn, under the penalties for perjury, that I have taken reasonable care to redact each Social Security number in this document, unless required by law. Jeffery C. Dack. This instrument prepared by and to be returned upon recording to: Jeffery C. Dack, Ice Miller LLP, One American Square, Suite 2900, Indianapolis, Indiana 46282-0200. ~ 7. Waiver of Subrogation. Notwithstanding anything contained in this Agreement to the contrary, BPW hereby waives any rights it may have against Martin Marietta on account of any loss of or damage to the BPW Property, including any personal property or improvements located thereon. Any and all insurance policies maintained by BPW shall include an endorsement containing an express waiver of any rights of subrogation by the insurance company against Martin Marietta. 8. Remedies Upon Breach; Prevailing Party. In the event of breach or threatened breach of this Agreement, the non-breaching party shall be entitled to any right or remedy at law or in equity and may institute proceedings for full and adequate relief from the consequences of said breach or threatened breach. The unsuccessful party in any such proceedings shall pay to the prevailing party the prevailing party's reasonable attorney's fees and costs incurred in connection with such proceedings. 9. Amendments. This Agreement may be amended, modified or terminated at any time, but only by a written instrument executed by the parties and recorded in the Hamilton County Recorder's Office. 10. No Joint Venture. Nothing contained herein shall be construed as either creating a dedication or grant of any rights to the public or causing any party to be a joint venturer or partner of any other. 11. Governing Law. This Agreement shall be governed by and construed pursuant to the laws of the State of Indiana. 12. Severability. The invalidity or unenforceability of any covenant, condition, term or provision in this Agreement shall not affect the validity and enforceability of any other covenant, condition, term or provision. 13. Authority. Each undersigned person signing on behalf of a party hereto certifies that he has been fully empowered and duly authorized by any and all necessary company or partnership action to execute and deliver this Agreement and bind such party. 14. Headings. Sections headings in this Agreement are for informational purposes only and shall have no binding effect. 15. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. [COUNTERPART SIGNATURE PAGES FOLLOW] 3 112182085.5 CROSS-REFERENCES: THE MOST RECENT DEED OF RECORD RELATIVE TO THE EASEMENTS DESCRIBED HEREIN WAS RECORDED AS INSTRUMENT NO. [ I IN THE OFFICE OF THE RECORDER OF HAMILTON COUNTY, INDIANA EASEMENT AGREEMENT THIS EASEMENT AGREEMENT (this "Agreement") is made as of the __ day of ________, 20_ (the "Effective Date"), by and between BOARD OF PUBLIC WORKS OF THE CITY OF CARMEL, a body politic of the state of Indiana ("BPW"), and MARTIN MARIETTA MA TERlALS, INC., a Delaware corporation, also known and doing business as American Aggregates Corporation ("Martin Marietta"). RECITALS: WHEREAS, BPW is the owner of fee simple title to certain real property described on Exhibit A attached hereto and incorporated herein by this reference (the "BPW Property"); WHEREAS, Martin Marietta is the owner or lessee of certain real estate in the vicinity of the BPW Property (collectively, the "Martin Marietta Property"); WHEREAS, BPW and Martin Marietta are parties to that certain Coexistence Agreement dated September 27,2007, as amended by that certain document entitled "Structural Amendments to Coexistence Agreement" dated , 2008 (collectively, the "Coexistence Agreement"); and WHEREAS, pursuant to the terms of the Coexistence Agreement, BPW and Martin Marietta have agreed that BPW shall grant to Martin Marietta, for the benefit of the Martin Marietta Property, easements and rights as hereinafter set forth through, across and under the BPW Property. NOW, THEREFORE, for and in consideration of the premises, the covenants and agreements described herein, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, BPW and Martin Marietta hereby agree as follows: 1. Recita1s. The above recita1s are hereby incorporated into this Agreement as if fully set forth herein and are true and correct in all material respects. 2. Easements. BPW hereby grants to Martin Marietta, for the benefit of the Martin Marietta Property, an exclusive easement through, across and under that portion of the BPW Property lying below 559 feet above mean sea level (the "Easement Areas") for purposes of (i) pedestrian, vehicular and mechanical ingress and egress between anyone or more parcels of real estate adjoining the BPW Property, (ii) gaining access to, transporting, processing or storing minerals of any kind or nature, including but not limited to sand, gravel and limestone, and (iii) any other safety measures necessary or convenient for the use of the Martin Marietta Property 112182085.5 I c EL JAMES BRAINARD, MAYOR October 29, 2008 Board of Public Works and Safety One Civic Sq ua re Carmel, Indiana 46032 RE: The legacy Towns and Flats -Curb Cut Requests Dear Board Members: Mr. Rex King, VP/Director of Construction of the J.e. Hart Company, is requesting a total of eight (8) curb cuts to provide access to the legacy Towns and Flats development located south of 146th Street on Community Drive. This project, Docket Number 08020028 DP/ADlS, was approved with conditions by the Carmel Plan Commission on July 1, 2008. The curb cuts consist ofthree (3) locations from Community Drive to serve access onto internal private drives proposed in the development and five (5) locations from Hopewell Parkway to serve access onto two (2) internal private drives and three (3) parking lot locations. The attached site plan indicates, by circle legend, these various access points. Alignment with future parkways within the masterplan ofthe Legacy development was taken into consideration with the proposed locations of the private road intersections. The Department of Engineering recommends that the Board approve the requested curb cuts contingent upon satisfaction of the following requirements: • In addition to complying with the approved construction plans for the The Legacy Towns and Flats, the project's contractor shall comply with the provisions of Carmel City Code 6-227(a)(1), 6-27(a)(8), 6-227(b) and 6-227(h). • The petitioner understands that approval is granted for the curb cuts of access only. All other items of work shown on the attached exhibit are subject to review and approval by the Department of Engineering and other Departments of the City as part of a separate approval process. • Construction in dedicated Right-of-Way shall comply with all city codes and standards. • Petitioner shall obtain approval of the construction drawings for all work in the Right-of-Way from the Department of Engineering prior to commencing any construction work. D EI'A}{TMENT Of ENGINEERING ONE CiVIC SQUARE, CAHMEL, IN 46032 OFFICE 317.571.2441 F AX 317.571.2439 EMAIL engineering@c~rmel. in.gov Page 2 of 2 The Legacy Towns and Flats -Curb Cut Requests October 29, 2008 Sincerely, }7!.?/11;1d Michael T. McBride, P.E. City Engineer Enclosure \\issurappsl\ user data\shared\DHill\BPW08\LegacyTowns&Flats.doc • 805 City Center Drive # 120 Carmel Indiana 46032 TEL 31 7-573-4800 FAX 317-573-4808 www.HomelslCHart.com .Ie.HART ML Dick Hill City of Cannel Department of Engineering One Civic Square Carmel, IN 46032 October 22, 2008 Mr. Hill, e1qH-B Please accept this letter as our official request for fettr (?) curb cuts along Community ~ \-\o~v.i0q Drive for The Legacy Towns and Flats. These curb cuts are noted as 1 through 8 per the attached PDF. The project will consist of 31 buildings plus a Clubhouse and a pool with 287 apartment units. Thank you in advance for your assistance in this matter. If you have any questions, please feel free to contact me. Sincerely, ;2/. ..:«===-=­~ Rex King VP/Director of Construction J.c. Hart Company 6 LI L D E R S D E \ E L O P f R 11 A N {; (" E R ~ ,46TH Sl Ht:t: I ~~ --,.....",... I I i \. "-, f [31 /1 I.~~l~1< ~Vr !hr11 ( 1_­ ~ ~ ~7. Aj:::'>" c·3'.-, ,;J 3[~~ (illl.LWliLL.LUfl \.JmTnVTTIlTrlj BLDG.m BLDG. 112 -=a. ----~./l ~ ~ E3 '---' BLDG. #21 BLDG. #28 THE LEGACY TOWNS &FLATS ;Po ,. L October 23, 2008 JAMES BRAINARD, MAYOR Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: 1061h Street Curb Cut -Martin Marietta Dear Board Members: Mr. James Shinneman of Weihe Engineers, representing Martin Marietta, has requested approval for one curb cut to access the Mueller North property for material hauling between the Mueller North extraction operation and the Carmel Sand Plant. The proposed curb cut is located at the intersection of 1061h Street and River Road (now vacated by Instrument #200600062723). The proposed curb cut is 30-feet in width with return radii of 30-feet which is consistent with the City's standards for a commercial curb cut. The proposed work also includes clearing of existing trees, vegetation and other obstructions within the right-of-way to achieve adequate sight distance for vehicles travelling on 1061h Street. Request for this curb cut relates to a petition for special use filed by Martin Marietta Materials as Docket No. 04040024-SU in Statement of Commitments recorded in the Office of the Recorder of Hamilton County, Indiana on February 2, 2005 as Instrument Number 200500006560. *Reference Section 2, item (t). (Copy enclosed). This material hauling route will remove the associated traffic from 961h Street and Hazel Dell Parkway. The petitioner has indicated that truck traffic will be approximately 6-9 trucks per hour during hauling operations. "Truck Crossing" signage with warning flashers is proposed for each direction of 1061h Street in advance of the intersection. Stop signage is proposed for the north/south legs of the intersection so that the trucks will have the stop condition . Provided that adequate sight distance is provided to the intersection for vehicles travelling on 1061h Street, the conditions do not satisfy the warrants of the Indiana Manual on Uniform Traffic Control Devices (MUTCD) for an Intersection Control Beacon (a flashing yellowlflashing red light). The Department of Engineering recommends that the Board approve the requested curb cut contingent upon satisfaction of the following requirements : I. General a. The petitioner understands that approval is granted for the curb cut access and associated improvements shown on exhibits only. Any other items of work are subject to review and approval by the Department of Engineering and other Departments of the City as part of a separate approval process. b. Petitioner agrees to furnish , install and maintain all traffic control devices and flashing beacons associated with this request. c. The petitioner agrees to enter into a Consent-to-Encroach Agreement with the City for the traffic control devices and flashing beacons within the right-of-way. d. Traffic control devices, posts and assemblies installed by the petitioner shall satisfy all legal requirements for such signage, the requirements of the Indiana MUTCD and shall meet or exceed the American Association of State Highway and Transportation Officials (AASHTO) standard specifications for such traffic control devices. e. Truck crossing signage shall be per the "W8-6" of the Indiana MUTCD. Dt:I'AHTME'Il OF ENGINEEHING ONE CiVIC SQLARE, CARIlIEl, IN 46032 OFFICE 317.5712441 FAX 317.571.2439 EMAIL engineering@c:1nnei.ingo\· ,'" f. Petitioner shall work with the City to adopt the stop signage by ordinance so that they are enforceable. g. Trucks associated with the hauling operation may only utilize the crossing between the hours of 8:30 a.m. and 4:30 p.m. h. Obtain final approval of the sight distance requirements from the Department of Engineering. i. Review the tree/vegetation removal plan associated with the intersection sight distance with the City of Carmel Environmental Planner, Mr. Scott Brewer. j. Provide a Bond payable to the City to assure any damage done beyond ordinary wear and tear to that portion of 1061h Street utilized by the hauling operation caused by trucks or equipment associated with the hauling operation is repaired to the City'S standards. 2. Construction Activity a. In addition to complying with the approved construction drawings for this project, the project's contractor shall comply with the provisions of Carmel City Code 6-227(a)(l), 6-227(a)(8), 6­ 227(b) and 6-227(h). b. The petitioner agrees to meet with the Department of Engineering to develop a traffic control plan for the installation work. Such plan shall conform to the requirements of the Indiana Department of Transportation Work Zone Safety Manual and shall be approved by the Department prior to commencing with the work . Signage for the approved traffic control plan shall be placed in advance of the work as directed by the Department of Engineering. c. The petitioner shall contact the Department of Engineering to schedule a pre-construction meeting to review the Maintenance of Traffic Plan before it is implemented and to review the Department's construction requirements, required inspections for certain stages of the work and to review the authority of the Department as it relates to work within the City right-of-way. d. Two-way traffic shall be maintained at all times on 1061h Street. e. Work shall not commence before 9:00 AM and shall cease before 3:00 PM. The petitioner shall notify the Department of Engineering if the work is expected to extend beyond these hours. f. Construction in dedicated right-of-way shall comply with all city codes and standards. g. Any damage to the existing improvements within the right-of-way shall be restored to the satisfaction of the City when the work is complete. h. Provide all required bonding for the improvements in the right-of-way, including bonding for construction activity erosion and sediment control measures and for tree/vegetation clearing. Sincerely, ~?~ Michael T. McBride, P.E. City Engineer Enclosures Z:\Shared\DH iII\BPW08\I06TH STREETCURBCUTM ARMARIETT A. DOC.docx UliWEIHE ENGINEERS B "i I d \1' i I h co nfide 11 c e, October 22, 2008 Mr. Gaty Duncan, P.E. City ofCannel-Department of Engineering One Civic Square Carmel, IN 46032 Phone: 571-2441 Fax: 571-2439 Re: Martin 1'.,1'arietta -Proposed 1 06th Street Curb Cut WEI Project No. W08-3015 DearGaty: This letter ofrequest pertains to a proposed curb cut at the intersection of 106th Street and River Road (vacated under Instrument 200600062723-see attached). Martin Marietta is making this request as outlined in the Statement ofCommitments recorded as Instrument #200500006560 (see attached) concerning the use or development ofreal estate made in connection with petition for special use permit (Docket No. 04040024-SU). Specifically, this request relates to Section 2 (f) of said Commitments. Martin Marietta proposes to use this proposed entrance for crossing 106th Street to access the Mueller North property directly and haul material to the Cannel Sand Plant across such Mueller North property. The City of Cannel has jurisdiction ofthe Right-of­ Way of 106th Street. Martin Marietta dedicated 45' half width Right-of-Ways on both sides of 106th Street on September 26, 2005 and was recommended for approval by Mike McBride on October 12,2005 (see attached). Additionally, Martin Marietta requests approval to install two ''Truck Crossing" warning signs with flashers as well as two Stop Signs for the North/South River Road entrances in the City's Right-of-Way of 106th Street for safety reasons, which should help alert traffic flow better around this intersection. We are proposing to remove the existing vegetation/trees, fence and relocate power poles within the sight triangle established for the posted 30 mph speed limit on both sides of 106th Street (approximately 400' each way ofthe intersection). Per your request, we also looked at the sight triangle for a 40 mph limit, which required 535' each way of the intersection. For purposes ofthis curb-cut, Martin Marietta would be willing to clear such obstacles to within 500' each way ofthe intersection as a compromise. The private drive is proposed to be thirty (30) feet wide with thirty (30) foot radii to help accommodate the truck traffic. We certainly appreciate your time working with us on this request prior to submittal. 10505 N. College Avenue I Indianapolis, IN 46280 I weihe. net I 317 I 846 -6611 I 800 I 452 -6408 Fax: 317 I 843 -0546 Allan H. Weihe, P.E., L.S. -President Iii WEIHE E NGINEERS Martin Marietta respectfully request the proposed curb cut approval from the Board of Public Works and Safety at the next available meeting, which is November 5, 2008. Ifyou have any questions or need any additional information regarding this matter, please contact me. C(:K&-­ James K. Shinneman, P.E. Director, Commercial & Institutional Development Cc: John Sosnowski, Martin Marietta 0­~ -0 --' CD I x W 0­c: ~ 'x f w :.s ~ Q) ./0­c: ./" :; U -e :J U ill .<: iD o ./o-E .§ ~ ~ ... ~~ 0­~I ./<Xl<l'>o -0ON .­....,<Xl -c: 0-0 ~NE ./ ~ '" <Xl Q) c: 0.DC: o O:.c:N_., ./U I 0;;..: .. wm z~o Q~w ~w~ u>-o 0 .. -' -' '" a. .,'"!' .,"X' ",".,\-:'ciP ,~. .,'".0,' __~______ w_______ ~"""...'\~ ...,\"';o?".f!J:'\ ....,'\ A.""" " " .,.o!f'., .' rc'?' t?' ",'to. ...'0'., ,".. ,,'". .'~ -~=-------w.~ ........,u.. r. ./lfw,--==-::-:-::==-: ,,'".... ,.J ..-? "RIVER ROAD .,. " 45' HAL RIGHT-Of-WAY PfR H"""L TON COOHTY HIGHWAY OfPARTWfHT {>.", .,'" ","!' -,;. ~ VACATED BY INST. # 200600062723 l06th St Curb Cut 10SOS N. College Avenue Indianapolis, Indiana 46280 SCALE: 1" 60'III WEIHE weihe.net Existing Conditions ENGINEERS 3171846-6611 o 15 30 50 800 14S2 -6408 Land SuNeying IOvil Engineering 317 1 843 .. OS46f.~ 10-22-2008Landscape Architecture Page 1 of 1 A.I.J.J.N H.. WBIHB. P.R.. L.S. -PR.ESIDENT ./ Proposed Curb Cut location at 106'" Street and River Road Looking Northwest Proposed Curb Cut location at I06U1 Street and River Road Looking due West ------------ RIGHT-OF-WAY PERMIT PERMIT NO: ____ Note: Open cuts in pavement require Board of Public Works (BPW) Approval ADDRESS OF WORK: Jov -tt,. s +ru;. 4 f~V,t...,,' 'Road DESCRIPTION OF WORK (check all that apply) : Road Bore __ Construction Entrance_ Street Cut_ Driveway Replacement_ Lane Closure __ Road Closure_ Other__ USE OF HEAVY EQUIPMENT (yes or no): YE.S IF YES, TYPE OF HEAVY EQUIPMENT (Bobcat or larger) TO BE USED: __________________ ______ TODAY'S DATE: tolt.t../o8 ESTIMATED DATE OF WORK: ~LJ Nav~b,f" -zro8 TYPE OF SURFACE TO BE CUT (if appliCable):_*~~l----"-~~±=~------,---------- APPLICANT'S NAME (Person doing the work): tJo~ ~V1. ¥IJ,.,-f Phone: _____ Address: --------------------~-------- WHO IS APPLICANT DOING WORK FOR: Name: Madlvt t1!1af"t-tf-;,.. Address: 43!0 E CJ(pfl.t S+., ~\~J oj Phone: ______ DRA WING ATTACHED (yes or no) ~ NOTE: ON REVERSE SIDE OF THIS PERMIT, PROVIDE NAMES AND CONTACTS OF ALL SUB­ CONTRACTORS TO BE INVOLVED IN ON-SITE WORK ON THIS PROJECT. NO+­~~t~~+~"'''- SURETY BOND: Please see Item #1 of the Right of Way Conditions BONDING COMPANY: BONDING #_ ______ As applicantfor this right-ofway permit, 1 understand and agree to all the specifications and conditions listed on the attached sheet. (Applicant's Signature) PERMIT GRANTED BY: (City Official) (Date Issued) REPAIR '''ORK INSPECTED AND APPROVED I have inspected the repair of the above right-of-way and find it to be completely satisfactory. (City Inspector) (Date Released) ·f . I ". c EL JAMES BRAlNARD, MAYOR October 29, 2008 Board of Public Works and Safety One Civic Square Carmet Indiana 46032 RE: Street Barricades/sidewalk closure -Carmel Parcel 47 Art District Lofts, Carmel City Center Dear Board Members: Mr. Robert Olson, of CSO Engineers, is requesting approval to place street barricades and 6' chain link fencing/gates within the City's Right-of-Way to secure the Parcel 47 Carmel Lofts site. Barricade placement would be from West Main Street north to 1st Street NW and 1st Avenue NW west to 2nd Avenue NW as shown on the attached exhibit. The petitioner is also requesting closure of the existing sidewalks surrounding Parcel 47. It is expected that the barrier and fencing will be installed immediately adjacent to the travel lanes of the adjacent roadways. Pedestrian traffic is able to cross at the intersection of 1st Avenue NW and Main Street and at the Monon Trail. The Department recommends that the Board approve the request for Street Barricades/6' chain link fencing/gates provided that: • The petitioner agrees to work with the Department of Engineering on the establishment of a detour route prior to closure of the sidewalks. • Signage identifying the closure and detour route shall be posted prior to closing the sidewalks. • The petitioner understands that approval is granted for the placement of street barricades and sidewalk closure only. All other items of work within the block would be subject to review and approval of the Department of Engineering and other Departments of the City as part of a separate approval process. • Undisturbed traffic flow on adjoining streets surrounding Carmel Parcel 47 as stated above shall be maintained at all times. DEPAllTMEI\'T OF ENGII\EEIlII\'G O"'E CIVIC SQUAHE, CAI{MEl, IN 46032 O FFICE 317.571.2441 FAx 317.571.2439 EMAIL engineering@c~rl1lel in,go\' \ • Conditions required as stated in the City of Carmel Sidewalk and Multi-use Path Closure Policy be met including, but not limited to, the following: o For any closures lasting more than 30 days, sidewalks and multi-use paths shall be reopened for use where such facilities can be made safe for users. All costs associated with implementing provisions to safety open these facilities shall solely be the responsibility of the Contractor responsible for the work in the work zone. A plan shall be submitted for the provisions to open these facilities to the public. o A sign, measuring at least 18" by 12", shall be posted on all sides of the closure stating the date which the sidewalk or path will re-open . The sign shall read, "Closed until (date approved by Engineering permit). If closed after this date, the Department of Engineering shall be notified. Sincerely, j;1,771lU Michael T. McBride, P.E. City Engineer Enclosure \\Issu ra pps 1 \user data \sha red\DH ill\BPW08\PARCEL4 7CITYCE NTERBARRICAD E.DOC c JAMES BRAl NARD , MAYOR October 29, 2008 Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: Street Barricades/sidewalk closure -Carmel Parcel 47 Art District Lofts, Carmel City Center Dear Board Members: Mr. Robert Olson, of CSO Engineers, is requesting approval to place street barricades and 6' chain link fencing/gates within the City's Right-of-Way to secure the Parcel 47 Carmel Lofts site. Barricade placement would be from West Main Street north to 1st Street NW and 1st Avenue NW west to 2nd Avenue NW as shown on the attached exhibit. The petitioner is also requesting closure of the existing sidewalks surrounding Parcel 47. It is expected that the barrier and fencing will be installed immediately adjacent to the travel lanes of the adjacent roadways. Pedestrian traffic is able to cross at the intersection of 1st Avenue NW and Main Street and at the Monon Trail. The Department recommends that the Board approve the request for Street Barricades/6' chain link fencing/gates provided that: • The petitioner agrees to work with the Department of Engineering on the establishment of a detour route prior to closure of the sidewalks. • Signage identifying the closure and detour route shall be posted prior to closing the sidewalks. • The petitioner understands that approval is granted for the placement of street barricades and sidewalk closure only. All other items of work within the block would be subject to review and approval of the Department of Engineering and other Departments of the City as part of a separate approval process. • Undisturbed traffic flow on adjoining streets surrounding Carmel Parcel 47 as stated above shall be maintained at all times. DEPARTMENT OF E i'\GINEEH I\'G O".iE CiVIC SQUARE, CARl-lEI., IN 46032 OFFICE 317.571 .244 1 F AX 317.571.2439 E ~IAI L engineering@ctrmel.in.go\ • Conditions required as stated in the City of Carmel Sidewalk and Multi-use Path Closure Policy be met including, but not limited to, the following: a For any closures lasting more than 30 days, sidewalks and multi-use paths shall be reopened for use where such facilities can be made safe for users. All costs associated with implementing provisions to safety open these facilities shall solely be the responsibility of the Contractor responsible for the work in the work zone . A plan shall be submitted for the provisions to open these facilities to the public. a A sign, measuring at least 18" by 12", shall be posted on all sides of the closure stating the date which the sidewalk or path will re-open. The sign shall read, "Closed until (date approved by Engineering permit). If closed after this date, the Department of Engineering shall be notified. Sincerely, ·/Il~~?IU Michael T. McBride, P.E. City Engineer Enclosure \\Issu ra pps 1 \use r data \sha red\DHiII\BPW08\PARCEL47CITYCE NTERBARRICADE .DOC October 22, 2008 Mr. Mike McBride City of Carmel Engineering Dept. One Civic Square Carmel, Indiana 46032 Ref: Carmel Parcel 47 Art District Lofts, Carmel City Center CSO Project No. 28109HC Dear Mike: We are requesting to be placed on the November 5, 2008 Board of Public Works agenda for the approval to installation street barricade around Carmel Parcel 47, Carmel Lofts project located within the block of West Main Street north to 151 Street NW and 151 Avenue NW west to 2nd Avenue NW. Hamilton County, Carmel Indiana. See Exhibit "A". If you have any questions please feel free to contact me at your convenience. Respectfully Submitted , Robert R. Olson CSO Engineers cc: Les aids, file Attachment 6) CSO Architects PROJECT NAME PROJECT NO. TB6 PARCEL 47 SITE DEMOLITION DATE 10/25/08 28109 DWG , ____ ______________ DRAWN BY KM J' JL WATER FILLED BARRIE W/CHAIN UNK (6' HG 1 .... rr _. '"" 24' WIDE GATE ). L : I I i ! I I ! i jI . I• I . - , I I I j ~~DE GATE I L . r '. " ===' :=':J: :::: -: ::::'::: ='::: :::'= '=:~ r="=:2~;-~~6i':'"i.~~ R FlLLED JBARRIER HAlN UNKl (6' HGT) MAIM .......... ~ .... ---­--­---".,,­----­ -~ ~ ~ o BARRIER/SECURITY PLAN SCALE: 1" = 100' SUPPLEMENTAL DRAWING '­ 0' 50' 100' 200' SCALE: 1" = 100' ARCHITECTURE· INTERIOR DESIGN 280 East 96th Street. Suite 200 . Indianapolis. Indiana 46240 . Main 317.848.7800 . Fa.x 317.574.0957 . csoinc.net ......t~;; Sidewalk and Multi-use Path Closure Policy \. '''DI.II~ / Pursuant to Carmel City Code § 6-48 and § 6-5J. obstruction. damage. and/or removal of sidewalks shall be prohibited. However. in instances which necessitate the temporary closure of a sidewalk or multi-use path, proper permits shall be obtained pursuant to Carmel City Code § 8-62, § 8-63 and § 8-65. This policy provides the requirements and guidelines which will be used by the City Engineer anellor Board of Public Works & Safety when considering approval for the temporary closure of sidewalks and/or multi-use paths in work zones. Approval may be conditioned upon one or more of the following: The level of accommodation necessary to provide access for pedestrians and bicyclists through or around work zones shall be assessed for each project where pedestrian and bicyclist access is to be maintained. This assessment shall account for the volume of pedestrian, motor vehicle, bicycle, and other traffic in and around the work zone. The observed absence of pedestrians and bicyclists shall not preclude the need for accommodating such traffic if there is an existing sidewalk, trail or multi-use path. or if there is evidence of existing pedestrian. bicycle, or other traffic activity. The needs and abilities of a diverse pedestrian and bicycle population shall be considered, evaluated, and adequately accommodated through or around work zones. This population includes people with disabilities, infirmities, children, elderly persons, etc. • Sidewalks and multi-use paths shall be closed only for the shortest amount of time as required by the project or for the period of time stipulated by the City or as a condition of approval of the project. • For any closures lasting more than 30 days, sidewalks and multi-use paths shall be reopened for use where such facilities can be made safe for users. All costs associated with implementing provisions to safely open these facilities shall solely be the responsibility ofthe Contractor responsible for the work in the work zone. A plan shall be submitted for the provisions to open these facilities to the public. Where there are sidewalks or multi-use paths on both sides of a road, work shall be staged so that one sidewalk or multi-use path remains open and accessible at all times. If one sidewalk or multi-use path is closed. users shall be directed to the other sidewalk by crosswalks, appropriate signage, and. if necessary, signals. Users shall be diverted from the closed sidewalk at the first intersection crossing in advance of the work zone. Mid­ block crossings shall not be allowed unless provisions can be made to do so safely. -I ­ Walkways under, or adjacent to, elevated work activities such as bridges, retaining walls, exterior building finish work shall be required to provide a protective roor, protective shielding. etc. at the discretion orthe City. A sign. measuring at least 18" by 12"". shall be posted on all sides orthe closure stating the date which the sidewalk or path will re-open. The sign shall read. "Closed until [date approved by Engineering permit]. If closed after this date. please call the City Engineer's Office. 571-2441." DETOURS: Ifsafe access and passage lor pedestrians and bicyclists cannot be maintained continuously through the work zone, a sare, continuous detour shall be provided and approved as part or the permit. • When approved construction activities will close an existing sidewalk or multi-use path, or result in major disruption to the facility, advance notice to pedestrians shall be provided. Closure or detour signs shall be erected per the approved plan 7 days in advance of the closure. Signs and rencing shall be used to direct users away from unsare areas. Detours shall be the most direct path possible and shall not be inconvenient or too circuitous. • On-site detour routes shall be well marked, safe, efficient, continuous, and easy to traverse. The detour routes shall be maintained free of obstructions and hazards, including but not limited to tripping hazards (i.e. lip heights at manholes, etc.), holes, debris, mud, construction equipment, stored materials, etc. Detours shall, at a minimum, be a stable, firm, and slip resistant all-weather compacted gravel or stone surrace or other material capable of meeting these requirements. • Posted signs and other traffic control devices shall not be a hazard to pedestrians or bicyclists. PENALTIES. • When obstructions occur in streets, alleys or sidewalks, Carmel City Code § 8-64 enables the Chief of Police, or his designee, to remove such obstruction. The cost of removing such obstruction may be recovered from the person causing the obstruction irthe City gave such person notice to remove the obstruction, within 24 hours from the receipt of the notice. • All other violations, including failure to obtain proper City approval to close a sidewalk or multi-use path, may be enforced pursuant to Carmel City Code §l-ll, resulting in a fine of not more than $2,500 for each violation. Each day a violation is committed or permitted to continue shall constitute a separate offense. • Where applicable, further City approvals, permits or certi ficates of occupancy on the site may be withheld pending compliance. -2 - Fonnatted: Bulleted + level: 1 + Aligned at: 0.25" + Tab after: 0.5" + Indent at : 0.5" .. October 29, 2008 JAMES BRAINARD, MAYOR Board of Public Works and Safety One Civic Square Carmel, IN 46032 RE: Lane Restriction Request -CRC Parcel 67 Streetscape Project Dear Board Members: Mr. Brett Rose has requested approval to restrict travel lanes as required to complete the work associated with the CRC Streetscape project adjacent to the Indiana Design Center. The work requires closure of a portion of the southbound lane of traffic of Rangeline Road between I SI Street and 3rd Street. The work also requires the closure of a portion of the eastbound travel lane of ISI Street SW between Rangeline Road and lSi Avenue SW. Engineering has worked with the petitioner to develop a Maintenance of Traffic Plan for these restrictions. The plan will maintain one lane of travel in each direction on Rangeline Road by temporarily using one of the northbound travel lanes for southbound traffic. Traffic on ISI Street SW will be maintained with flaggers. The restrictions shall be in-place between the hours of 9:00 a.m. and 4:00 p.m. Roadways shall be completely open to traffic outside of these hours. The restrictions shall be allowed between the hours of 7:00 p.m. and 6:00 a.m . with written approval by the City Engineer. The work is expected to commence immediately after Board approval of this request, if granted. The Department recommends that the Board approve this request conditioned upon implementation of the Maintenance of Traffic Plan developed by the petitioner in conjunction with the Department of Engineering. S;;;:n&d Michael T. McBride, P.E. City Engineer Enclosures Z lsharedlDH jIIIB PW081CRCPA RCEL67LAN ERESTR lCTION .doc DEPARTMECiT OF E NGINEEHING O ,\E CIVIC SQUARE, CARAtEL, IN 46032 OFFln 317.5712441 FA.,'< 317.571.2439 EMAIl. engineering@carrn el.in.go\' " Hagerman Construction Corporation HAGERMAN • General • Engineers • Construction Contractors Managers Corporate Offices: 510 West Washington Blvd. 7930 Castleway Drive PO. Box 10690 Indianapolis. IN 46250 October 23,2008 Fon Wayne. IN 46853-0690 Phone (317) 577-6836 Phone (260) ~24-1470 Fax (317) 577-6841 Fax (260) 422-3129 City of Carmel One Ci vic Square Carmel, IN 46032 ATTN: Gary R. Duncan Fax: 317-571-2439 RE: Parcel 67 Streetscape HCC Job #:082691A Traffic Plan Submittal Dear Mr. Duncan: We are providing a traffic control management plan for 'Parcel 67 Streetscape Project' for the Indiana Design Center. Please place this on the agenda to be reviewed for approval at the next City of Cannel board meeting. Hagerman Construction Corporation would like to begin work prior to the board meeting in order to expedite the schedule. The impending winter weather will have a direct impact on schedule completion. Your immediate attention to this matter is appreciated. Please contact me at your earliest convenience to discuss any possibility of approval prior to the next board meeting. Sincerely, HAGERMAN CONSTRUCTION CORPORATION -~ <------j~~.~ Brett Rose Asst. Project Manager W / Attachments CC: Field Superintendant File [Job Corr Sent] , EL July 31, 2008 JAJ\lE~ BRAJ!'IAHD, MAYO II Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: PUBLIC ALLEY VACATION Dear Board Members: Mr. Trent Newport of CrossRoad Engineers, representing the Carmel Redevelopment Commission (CRe) and the Keystone Development Company, has requested the Board provide a favorable recommendation to the City Council for the vacation of public alleyways. One alley runs from Main Street to 1st Street NW and the second runs from 1st Avenue NW to 2nd Avenue NW. Both alleys are located in the former Simeon Hawkins Addition to Bethlehem (now known as Carmel). The vacation of these alleyways is associated with the future Carmel Redevelopment Commission (CRe) project to construct mixed use development contained within the entire above stated block. Proposed construction consists of a four story complex above ground with two levels below grade for parking. This project will not require public alleyways within its boundaries. Keystone Development Company obtained approval from the CRC on June 18, 2008 to begin the design to redevelop this block. We have reviewed the legal descriptions and exhibits provided in support of the Petition to Vacate Public Alleyways which the Board will consider at the August 20, 2008 meeting. Per the current City procedure for vacating public right-of-way, the Department of Engineering is responsible for reviewing the legal descriptions and exhibits provided for the vacation. Based upon the information provided to the Department of Engineering, the legal descriptions and exhibits appear to accurately describe and depict the public right of way to be vacated. Sincerely, 7;t.774~ Michael T. McBride, P.E. City Engineer Enclosures \\apps2\user data\eng\shared\DHIII\BPWD8\PETITIONTOVACATECRCKEYSTONE DEVELOPMENT,DOC Db.I'I\I{TIIE.XT (w EV;J"ELRI"C; 0,,1 CI\I' SQlAHI, CARIIH, IN 4M32 OI-iICI: 317.571.2441 FAX 317,'5712439 E.\IAIL L'ngll1e, rin,LlVi'ur!lll'l.ill.g<)\' , WHEREFORE, the Petitioner respectfully requests the vacation of the above described Public Way. ent Commission LL.s' ..5. O("CJS Date State of Ind iana ) )SS: County of Hamilton ) Before me, a Notary Public in a for said County and State, personally appeared l~~ ~. old! , and acknowledged the execution of the foregoing "Petition to Vacate" as hislher voluntary act and deed. WITNESS my hand and Notorial Seal this ~~ay of <Oc. hbu , 200.1. ~~J.rY::j.~ Notary Public ~rrt j. H;~IL~ (Printed Signature) My Commission Expires: kJ,.\ltm b4.r 5 I ~1(, My County of Resisdence: ~t"f'\.lhl\ /~e;:~\ \'ii;#J SHERRY S, MIELKE Hamilton County My Commission Expires November 5,2016 , ALLEY VACATION EXHIBIT 'A' PART OF &lEON HAWKIII ADDITIOII TO I!T1I.IHDIIIIOW CARII!LI, AN ADDITIOII It HAaTOIL COUNTY, IIMAJIA, AS P!R PLAT TlEREOF, RECORDED It DUD RECORD 10, PAGE 441, It TIl! OFFICE OF TIl! RECORDER OF HAaTOIL COlIITY, INDIANA, more particularly described as follows: The East-West alley, 10 feet in width, going from the Eost right-of-way line of 2nd Avenue NW to the West right-of-way line of 1st Avenue NW, said Alley being adjacent to Lots 4, 5, 6, 7, 8 and 9 in said Simeon Hawkins Addition. ALSO. PART OF _ON HAWKIII ADDITION TO BET1LEHDIIIOW CARIIEU, AN ADDITION It HAaTON COUNTY, INDIANA, AS PER PLAT TlEREOF, RECORE It DEED R!CORD 10, PAGE 441, It TIl! OFFICE OF TIl! RECORDER OF HAaTOIL COlIITY, INDIANA, more particularly described as follows: The North-South alley, 10 feet in width, going from the North right-of-way line of Main Street to the South right-of-way line of 1st Street NW, said Alley being adjacent to Lots 5, 6, 8, 9, 13 and 14 in said Simeon Hawkins Addition. ALSO. PART OF MTRtIEIIT ....a 2OOSOOOI8087, BEING PART OF _011 HAWKIII ADDITION TO BrTll.!ll!llIIOW CARII!LI, AN ADDITIOII It HAaTOIL COlIITY, IIMAJIA, A8 PER PLAT TlEREOF, RECORDED It DEED RECORD 30, PAGE 441, It TIl! OFFICE OF TIl! RECORDD OF HAaTOIL COlIITY, INDIANA, more particularly described as follows: BE....a at the Southwest Comer of Lot 8 In said Subdivision; Thence East on the South Line of said Lot 8 a distance of 41.90 feet; Thence North parallel to the West Line of said Lot 8 a distance of 4.00 feet; Thence West parallel to the South line of said Lot 8 a distance of 41.9 feet to the West Line of said Lot 8; Thence South on said West Line to the PLAC! OF BE....a. I, Trent E. Newport, a Registered Land Surveyor in the State of Indiana, do hereby certify that the above description was prepared by me, or under my direct supervision, on July 28, 2008 from the Simeon Hawkins Addition to Bethlehem Plat, found in the Office of the Recorder of Hamilton County, Indiana as Deed Record 30, Page 441. ;;;{/77~PREP ARED BY: TRENT E. NEWPORT INDIANA LAND SURVEYOR NO. LS 29600021 Transportation & Development Consultants 3411 !Kbilillia. IIOI CJQlIl46101 {JI1) 71H!6) " City of Carmel, Board of Public Works and Safety: Approved on this day of , 20_" Mayor, James Brainard Member, Mary Ann Burke Member, Lori Watson ATIEST: Diana l. Cordray, Clerk Treasurer I, , APPROVED }!nlW( APpaOVCD AS TO FORM B~ CONSENT TO ENCROACH THIS CONSENT TO ENCROACH (hereinafter the "Agreement") is entered into by and between Timothy 1. Clifford and Mary Ellen Clifford, 1604 Quail Glen Court, Cannel, Hamilton County, Indiana 46032, (individually and collectively, "Owner"), and the City of Cannel, Hamilton County, Indiana, by and through its Board ofPublic Works and Safety ("City"), WITNESSETH: WHEREAS, Owner owns in fee simple Lot 53 ("Lot") in the Fairgreen Trace Subdivision which is located within the corporate limits ofthe City of Cannel, Indiana ("Subdivision"), which real estate is more particularly described in Exhibit A, attached hereto and incorporated herein by this reference; and WHEREAS, the official plat of the Subdivision was recorded in Plat Cabinet 2, Slide Number 675 as Instrument Number 200100067204 in the Office of the Hamilton County Recorder on October 19, 2001, as Fairgreen Trace, Phase II; and WHEREAS, the current Owner wishes to construct a retaining wall and patio on the Lot (the "Site Improvements"); and WHEREAS, Owner has given the City a sketch ("Sketch") depicting the location of the Site Improvements on the Lot, a copy of which is attached hereto and incorporated herein by this reference as Exhibit B; and leb:msword:y:lsbarod\Ipicl«a\fomtS~ 10 a><rooch\clifford <Ie (wall, paIio).doc:I0111/08) 1 , WHEREAS, the Site Improvements will be constructed on a portion of the Lot designated as a Sanitary Sewer Easement (the "Easement"), identified as "Permanent Sewer Easement Town of Carmel" on Exhibit B; and WHEREAS, the Easement is beneficial to the City and its residents; and WHEREAS, as indicated on the Sketch, the Site Improvements will encroach (the "Encroachments") upon the Easement, which Encroachments are crosshatched on Exhibit B; and WHEREAS, Owner and City acknowledge the location of the Encroachments; and WHEREAS, Owner acknowledges that this Agreement does not imply any approval ofexisting or future improvements not indicated by Owner on Exhibit B; and WHEREAS, the location of the Site Improvements as indicated by the Owner on Exhibit B should not materially interfere with the City's use of the Easement. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, the parties mutually promise, agree and covenant as follows: 1. The foregoing preambles, recitations and defmitions are made a part hereof as though such were fully set forth herein. 2. The City consents to the Encroachments for only so long as (i) the Encroachments exist; and (ii) Owner complies with all of the terms and provisions of this Agreement. Icb __:y:'oharodIIpickelllfonnslconsmls to CDCI"OOCh~fford de (wall, patio).cIoc :10181(8) 2 3. Owner covenants and agrees not to extend, increase, modify, alter, landscape, reconfigure or otherwise change the Site Improvements from what is depicted on Exhibit B, and to maintain the site improvement in good condition and repair. 4. Owner agrees that City shall have the right to remove any portion of the Site Improvements as City deems necessary, in City's sole discretion, to install, protect and/or repair any utility lines, sewer lines or drainage ditches located in the Easement, or for any other lawful purpose, and that, should the City take such action, the City shall incur no obligation to repair, replace or reimburse Owner for the cost of any damages thereby caused to the Site Improvements, the Lot, or to Owner. 5. Owner agrees to indemnify and hold harmless City, its officers, officials, members, employees, invitees, licensees and agents, from and against any and all losses, liabilities, damages, claims, judgments, attorney fees and costs arising from any bodily injury and/or death, and from any destruction or damage to any property or improvements, located on the Lot, or otherwise, and/or for any failure of proper disclosure pursuant to Paragraph 11 hereof, which results directly or indirectly from any act of Owner, its employees, contractors and/or agents in, on, under, across or to the Easement. 6. Owner agrees to reimburse City for any and all costs and expenses incurred by City to replace or repair any damage to the Easement and any improvements located therein caused by the installation, construction, maintenance and/or operation of the Site Improvements. 7. Owner agrees to record this Agreement in the Office of the Hamilton County Recorder and Icb:rnsword:y:\sharocI\IpicI<ealforms",,"-u co cncmoch\clifford de (wall. patio).doc:10Il101) 3 ./ to provide to City a recorded copy of same within ten (10) business days of the effective date of this Agreement. In the event this Agreement is not timely recorded by Owner, Owner agrees and consents to City recording same, at Owner's sole expense. 8. The parties agree that the terms ofthis Agreement shall be binding upon and inure to the benefit of their respective heirs, administrators, successors and assigns. 9. The parties executing this Agreement represent and warrant that they are authorized to enter into and execute this Agreement for and on behalf ofthe party which they represent. 10. This Agreement shall be effective as of the date on which it is last executed by a party hereto. 11. The Owner agrees to provide full disclosure of this Agreement to all persons, entities and others who acquire by or through Owner any interest in the Lot on and after the effective date of this Agreement. "OWNER" "CITY" CITY OF CARMEL, INDIANA, BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY James Brainard, Presiding Officer Date: ______________ Mary Ann Burke, Member Date: ______________ Lori Watson, Member Date: ______________ Icb:II1Jword:y:IJh>ml\Ipi<i<...lfoons'«>os<ntJ 10 _ro.ldIldiffotd ell: (.-.11. potio).doc 10Il1081 4 .I ATTEST: Diana Cordray, lAMC, Clerk-Treasurer Date: Icb·mswortl:y.l5harcd\lpiclccnlforms\oonsenU 10 cucroacb'<:liffonl de (will, patio) doc. 10/8/08] 5 BOARD OF PUBLIC WORKS & SAFETY SPECIAL MEETING MINUTES WEDNESDAY, OCTOBER 22, 2008 -10:00 A.M. COUNCIL CHAMBERS / CITY HALL / ONE CIVIC SQUARE MEETING CALLED TO ORDER Board Member Burke called the meeting to order at 10:02 a.m. MEMBERS PRESENT Board Members, Mary Ann Burke, Lori Watson; Deputy Clerk Treasurers Sandra Johnson BID OPENING/ AWARDS Bid Award/or the Eastside Salt Facility and Storage Building Expansion; MacDougal Pierce Construction ($1,362,333.00); Board Member Burke moved/or approval. Board Member Watson seconded. Request approved 2-0. CONTRACTS Request/or Purchase o/Goods and Services; MacDougal Pierce Construction (Bid Award; $1,362,333.00) Board Member Burke moved to approve. Board Member Watson seconded. Request approved 2-0. ADJOURNMENT Board Member Burke adjourned the Meeting at 10:02 a.m. Diana L. Cordray, IAMC Clerk-Treasurer Approved, Mayor James Brainard ATTEST: Diana L. Cordray, IAMC Clerk-Treasurer / STATE OF INDIANA ) [j )SS: COUNTY oFdmi Ih n ) Before me, a Notary Public in and for said County and State, personally appeared TIMOTHY 1. CLIFFORD and MARY ELLEN CLIFFORD, by me known, and who acknowledged the execution of the foregoing "CONSENT TO ENCROACH" as his or h~r voluntary act and deed. tf4--() Witness my hand and Notarial Seal tlrisd4:!-~~bw . ' 20t::.'tl. ~1rwtJ ._­NOTAR URIC My Co~~~~~mres: ~ir1t{J. L. ~r u h1'1NOTARY PUBLIC STA'IE OF INDIANA HAMILTON COUNTY Printed Nru r f¥GDl4'''';>~'i , (, i ", ,. H • L.'~.. My County of Residence: Hat'VI" I~ STATE OF INDIANA ) ) ss: COUNTY OF .HAMILTON ) Before me, a Notary Public in and for said County and State, personally appeared JAMES BRAINARD, MARY ANN BURKE and LORI WATSON, by me known, and by me known to be the Members of the City of Cannel Board of Public Works and Safety, and DIANA L. CORDRAY, Clerk­ Treasurer of THE CITY OF CARMEL, who acknowledged the execution of the foregoing "Consent To Encroach" on behalf of the City of Cannel, Indiana. Witness my hand and Notarial Seal this __ day of ,20_. NOTARY PUBLIC My Commission Expires: Printed Name My County of Residence: _________ I afflrm, under the penalties for peIjury, that I have taken reasonable care to redact each Social Security Number in this document, unless required by law. This instrument was prepared by Douglas C. Haney, Esquire, City Attorney, One Civic Square, Carmel, Indiana 46032. (cb:ms",onl1'~'«l<u<Wto =ch1dilfon! a. (w:I1I.1=0).doo' '0l1I0II) 6 Requestfor Amendment (61h) to Employee Health Benefit Plan; Mayor Brainard Moved 10 Approve. Board Member Burke seconded. Request approved 3-0. Requestfor Secondary Plat Approval; Larkspur, Phase 2; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Requestfor Utility Agreement; 1361" and Keystone; Duke Energy; ($94,684.00); Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Request for Consent to Encroach; 1361 " and Schaefer; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Request for Dedication ofRight ofWay; Carmel 2002 School Building Corporation; Shelborne Road; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Request for Dedication ofRight ofWay,' Carmel 2002 School Building Corporation,' 1261h Street,' Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Request for Dedication ofRight ofWay Carmel Clay Schools; Guilford Road,' Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. ADJOURNMENT Mayor Brainard adjourned the Meeting at 10:33 a.m. Diana L. Cordray, IAMC Clerk-Treasurer Approved, Mayor James Brainard ATTEST: Diana L. Cordray, IAMC Clerk-Treasurer -- LEGAL DESCRIPTION Part of the Southeast Quarter of Section 36, Township 18 North, Range 3 East, in Clay Township, Hamilton County, Indiana Lot #53 in the Fairgreen Trace Phase 2 subdivision. Recorded in the Office of the Hamilton County Recorder on October 19, 2001 in Plat Cabinet 2, Slide 675 as Instrument # 200100067204. EXHIBIT "A" Resolution No. BPW-iO-i5-0B-04; Village Green Townhomes, Section 2; Curb & Gutters, Water Mains, Sanitary Sewers, Storm Sewers, Street Signs, Asphalt Path; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. CONTRACTS Requestfor Purchase ofGoods and Services,· Pearson Ford (Bid Award -$122,340.00); Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Request for Purchase ofGoods and Services; Consolidated Fleet Services; ($2,275.00),· Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Request for Purchase ofGoods and Services,· Earth Exploration; ($101,550.00); Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Requestfor Purchase ofGoods and Services,· Total Fire Group; ($273,129.00),· Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Requestfor Purchase ofGoods and Services,· Moss Glass Company,' ($3,165.00),· Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Requestfor Purchase ofGoods and Services; Change Order #3,' E&B Paving; J3r'Street Towne -Shelborne (Decrease $3B.45); Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. REQUEST TO USE CITY FACILITIES/STREETS Request to Use Gazebo, Common Areas and Grounds; Carmel Fest,' July 2, 3 & 4, 2009,· Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Request to Use City Streets; Run,' Saturday, October 25, 200B; 11:30 a.m. to 11:00 p.m.,' Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. OTHER Resolution NO. BPW-I0-15-0B-05; A Resolution ofthe City ofCarmel Board ofPublic Works and Safety Setting 2009 Employer and Employee Contribution Rates; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Resolution NO. BPW-I0-15-0B-06,· A Resolution ofthe City ofCarmel Board ofPublic Works and Safety Suspending Employer and Employee Health insurance Contributions; Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. Resolution NO. BPW-I0-15-0B-07; A Resolution ofthe City ofCarmel Board ofPublic Works and Safety Ratifying the Mayors Signature,· Mayor Brainard Moved to Approve. Board Member Burke seconded. Request approved 3-0. , *API CQBLOCK "8" COPERUAN(NT SEWER COIAIION AR[ A AN[~5£II[NT TOlIN O£ Of CAlML O.B. 2J5. PG. 152 @ SAN 5[YI{R UNOIS IUR8£O TR[£ LN[ PAllO 1/ ~~_ ,","' -,"-« nrn N &1.1 NO IN HE' ~."~ (I ~iii I OW TOPROPOSCO ~ BUILDING PAD DORSET c ~ IN!" ~ ~I TH EA TV. PESlAB z -;----- BlOCK "C COilIolON AR[A rc " 836.50 U & O[ PER PlAN PREP ARED FOR TRINI TY HOMES PLOT PLAN LOT # 53 FAIRGREEN TRACE NOTE: GARAGE F.F.E. ISPHASE 2 PROPOSED TO BE 4 .. 3' ABOVE CURB AT DRIVEWAY PER PLANINSTR . # 200100067204 P. C. # 2 SLIDE # 675 1604 QUAIL GLEN COURT [)(H I BII B Bid Opening for Keystone Water Transmission; Mayor Brainard opened and read the bids aloud. Company Base Bid 3-S Construction $1,297,108.00 Yardberry $1,965,802.00 Infrastructure Contractor $1,427,511,72 F&K Construction $1,023,450.00 Gradex, Inc $1,615,315.50 Deichman $1,142,080.00 Veolia Water $1,241,724.00 Howell Contractors $1,248,980.00 Cufy Construction $1,158,361.00 Brackney, Inc. $1,378,250.50 Millennium Construction $1,481,929.00 Tramco $1,222,845.00 Central Engineering $1,396,929.82 Poindexter $ /,J53,964.89 Atlas Excavating $ 956,300.00 Eagle Valley $1,102,642.00 The bids were given to John Duffy, Director ofthe Department ofUtilities, for review and recommendation. Bid Opening for Video Monitoring System; Mayor Brainard opened and read the bids aloud. Company Base Bid Morphey Construction $314,885.00 Koorsen Fire $270,778.00 The bids were given to ChiefFogarty, for review and recommendation. Bid A ward for the 1361h and Keystone Water Main Project; Millennium Contractors; $164,700.00; this was the lowest and most responsive bid; There was briefdiscussion. Mayor Brainard moved to table the item. Board Member Burke seconded. Item tabled 3-0. PERFORMANCE RELEASES Resolution No. BPW-JO-J5-08-0J,' Red Robin Gourmet Burgers; Erosion Control; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Resolution No. BPW-J 0-15-08-02; Clay Terrace Boulevard; Left Turn Lane; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. Resolution No. BPW-10-15-08-03; ViI/age Green Townhomes, Section 1; Curb & Gutters, Water Mains, Sanitary Sewers, Storm Sewers, Street Signs; Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0. ., APP"OY::O AS TO FORM BY#­ EASEMENT AGREEMENT KNOW ALL MEN BY THESE PRESENTS that the undersigned, WOODS SWIM CLUB, INC., a corporation and as the fee owner of certain real estate, (hereinafter collectively referred to as Grantor), for and in consideration of the sum of Ten and 00/100 DOLLARS ($10.00) and other valuable consideration and the replacement of such existing improvements as described below in hand paid, the receipt and sufficiency of which is hereby acknowledged and confessed, does hereby GRANT, BARGAIN, SELL AND CONVEY UNTO The City of Carmel, Indiana, an Indiana municipal corporation, its successors and assigns (hereinafter referred to as Grantee), a perpetual easement under the real estate located in Hamilton County, Indiana, and described in Exhibit A attached hereto and hereby made a part hereof, for the purpose of laying, installing, constructing, maintaining, operating, inspecting, altering, replacing and removing water line and equipment. If the water line and/or equipment are installed in good faith in a location other than the location that is described and depicted in Exhibit A, then, and in that event, the easement area that is defined in this instrument shall be conclusively deemed to include the strip of land that is centered on the line or equipment as installed, and in such an event, the Grantors, jointly and severally, and the Grantee, shall join in the execution and acceptance of an appropriate substitute easement instrument if either the Grantors or the Grantee shall deliver to the other a written request for such a substitute easement instrument. Grantor reserves the right to sell the real estate affected by this easement. Grantee shall have the right of ingress and egress over, under, upon and across the easement area, for purposes of access to the easement area. Said easement also includes the rights and privileges to temporarily use, from time to time, additional space, where available and necessary, that is adjacent to the easement area for equipment and materials necessary for the installation, repair and maintenance of Grantee's water line and equipment located in, under, the easement area, to do all acts and things requisite and necessary for the full enjoyment ofthe easement hereby granted, and for nearby property owners, their grantees, successors, agents, or employees, to connect the premises of such nearby property owners by service pipes to the lines and/or equipment installed by Grantee within the easement area, provided such nearby property owners, their grantees, successors, agents, or employees rebuild the portion of the Grantors' property disturbed by their work to a condition that is the same or better than the condition that existed just prior to the time the portion was disturbed by the Grantee. Grantee also shall have the right from time to time to remove all trees, undergrowth, structures and/or other obstructions above, within, under, or immediately surrounding the easement area which may injure, endanger or interfere with Grantee's use and enjoyment of this easement, all of which work shall be done at Grantee's sole cost and expense, except as otherwise set forth herein, provided, however, that Grantee shall not remove improvements on the real estate without the prior written approval of Grantor. BOARD OF PUBLIC WORKS & SAFETY MEETING MINUTES WEDNESDAY, OCTOBER IS, 2008 -10:00 A.M. COUNCIL CHAMBERS / CITY HALL / ONE CIVIC SQUARE MEETING CALLED TO ORDER Mayor Brainard called the meeting to order at 10:02 a.m. MEMBERS PRESENT Mayor James Brainard; Board Members, Mary Ann Burke, Lori Watson; Deputy Clerk Treasurers Sandra Johnson and Lois Fine MINUTES The Minutesfor the October 1,2008 Regular Meeting were approved 2-0 BID OPENING/ A WARDS Bid Opening for Keystone and 1361" Street Intersection; Mayor Brainard opened and read the bids aloud. Company Base Bid Alternate I Alternate 2A Alternate 2B Milestone Contractors $16,185,000.00 $ 15,590,000.00 ($146,426.50) ($153,913.50) HIS Constructors $14.936,834.00 $16,916,197.66 ($47,048.32) ($47,048.32) Rieth Riley $14,995,005.00 $15,330,746.00 None None Walsh Construction S14, 929,880. 00 S 14,281 ,439.37 (S9,143.50) (S9,143.50) The bids were given to Michael McBride, City Engineer, for review and recommendation. Bid Opening for Keystone 1161"/Carmel Drive Traffic Maintenance; Mayor Brainard opened and read the bids aloud. Company Base Bid Berns Construction $3,632,204.43 Rietil Riley S2,216,400.00 Poindexter $2,25 7,800. 75 Walsh Construction $2,51 7,086.98 Crider & Crider $2,487,806.64 Calumet $2,575.000.00 The bids were given to Michael McBride, City Engineer, for review and recommendation. ... Grantee acknowledges that the easement area currently contains improvements. Grantor, its successors or assigns, shall be pennitted to erect or maintain any improvements that are consistent with the improvements that currently exist on the easement area such as tennis courts, parking lots, lighting, fencing, landscaping, pools, clubhouse, etc. Grantee, at its sole cost and expense, shall repair or replace all structures and improvements damaged by Grantee by its use of the easement. If any damage is done to the tennis courts, Grantee shall repairlreplace the entire tennis courts with a similar type of surface as was in place immediately prior to the damage. All such repairlreplacement shall be consistent with the prevailing standard set by the United States Tennis Association (UST A) or succeeding governing body. Such improvements are to be a consistent single surface. Grantee will be responsible for any maintenance due to settlement or land movement on any land improvements on the Grantor's property resulting from water line installation or earthwork. If the surface of the easement area is disturbed by Grantee at any time, and/or from time to time by the installation, repair, maintenance, removal, replacement or other work in connection with water line or equipment, Grantee, at its sole cost and expense, shall repair and restore the surface of the easement area and/or nearby property of the Grantors to substantially the same condition which existed immediately prior to any such disturbance, except to the extent that Grantee, with written permission of Grantor, was exercising its right to remove items which, is or would interfere with the rights granted herein. In no event shall Grantee have a duty to restore an area of the easement area or nearby property that was disturbed by nearby property owners, their grantees, successors, agents employees or by other parties, in connecting the premises of the nearby property owners by service pipes to the water line and/or equipment installed in the easement area or otherwise, and Grantee shall not be liable for any damages caused to Grantors' property as a result of such work. Any work perfonned or caused to be perfonned upon, under and/or over or within the easement area at any time and from time to time shall be done at such a time and in such a manner as will cause a minimum of interference with the business being conducted by Grantors (or their successors and assigns) upon their land surrounding and adjoining the easement area, but nothing herein contained shall prevent or prohibit Grantee from performing any of its work during normal and customary daylight business hours. TO HA VB AND TO HOLD unto Grantee, its successors and assigns, so long as the rights and easements herein granted shall be used by Grantee upon the tenns and conditions specified herein, with ingress to and egress from the easement area, for the purposes of constructing, installing, repairing, maintaining, replacing and removing the water line and equipment of Grantee herein described, but subject to all liens, encumbrances, restrictions and prior easements of record. Grantee defends and Holds Hannless the Grantor for any and all claims associated with any of the improvements on or in the referenced land. Grantee or its Contractors shall be responsible for all equipment and materials. Grantor assumes no responsibility for any other entities equipment and materials. Grantee hereby assumes all risks of loss or damage to any of its property or facilities described herein regardless of any fault of the Grantor, including the sole fault of the Grantor. Grantee further assumes all risks of injury or death of its officers, employees, contractors, lb. Request for Secondary Plat Approval; Westmont, Section 1; Steve Broermann, Platinum Properties / c. Request for Final Plat Approval; Village Green, Section 2, Block G; Brady Kuhn, Weihe Engineers J d. Request for Water and Sanitary Sewer Availability; The Legacy Towns & Flats; Rex King, lC. Hart Company J e. Request for Curb Cut Modification; The Stratford at West Clay Parking Lot; Greg Snelling, Snelling Engineering If. Request for Open Cut; 116th Street @ Sanctuary; Kenneth Brasseur, Platinum "properties A. Request for Open Cut; 106th Street Middle Thru Lane at Meridian; Lori Paul, CSU / h. Request for Commercial Curb Cuts; The Legacy Towns & Flats; Rex King, lC. Hart Company Ji. -Request for Commercial Curb Cut; 106th Street at River Road; James Shinneman, Weihe Engineers t.I j. Request for Installation of Street Barricades/Sidewalk Closure; Parcel 47; Robert Olsen, CSO t. ~ j k. Request for Lane Restrictions; Parcel 67; Brett Rose, Hagerman Construction jI. Request for Vacation of Alley; 1st Avenue NW to 2nd Avenue NW; Trent Newport, Crossroad Engineers (/ m. Request for Consent to Encroach; Lot #53; Fairgreen Trace; Timothy and Mary Ellen Clifford -1604 Quail Glen Court J n. Request for Easement Agreement; Woods Swim Club; John Duffy, Director of the Department of Utilities 7. ADJOURNMENT ; subcontractors or agents, or of any other person on or about the easement area or Grantor's premises at the instance, license, instigation, or request of Grantee for use of the easement area as herein contemplated regardless of any fault of the Grantor, including the sole fault of the Grantor. Grantee shall indemnify and save harmless Grantor from and against any and all claims, demands, suits, actions, judgments and recoveries, directly or indirectly resulting from such loss, damage, injury or death, the risk of which is so assumed by the Grantee. It is agreed that this grant covers all the agreements between the parties and that no representations or statements, verbal or written, have been made modifying, adding to or changing the terms of this agreement. The Grantors represent and certify that they are the fee simple owners of the easement area and real estate surrounding the easement area; that Grantors guarantee the quiet possession of the easement area to the Grantee, as described herein; that the easement area is free of any liens or encumbrances, except the lien of current taxes and any other lien or encumbrance that, as of the date of execution hereof, appears of public record; and that, subject to the foregoing, Grantors will warrant Grantee's title to the easement granted hereby against all claims thereon. Grantee will install and maintain a safety fence during any work on referenced ground and will remove said fence after work is completed. Grantee will take all precautions to minimize all Dust and Debris, in which case watering may be required. Grantee will remove all Trash and Debris on a daily basis. The person or persons executing this instrument on behalf of Grantors hereby represent that they have the authority to bind Grantors, jointly and individually, to the terms and conditions set forth herein. IN TESTIMONY WHEREOF, Grantors herein have executed this, the :;2 I day of Q.i.bRC , 2~. ~QQ,k WOODS SWIM CLUB, INC. by its Authorized Representative Kevin J. SchulteW Lu;ty~ WOODS S!:WfCLUB. INC. by its Authorized Representative Schuyler Hales 4. /cONTRACTS a. Request for Purchase of Goods and Services; Business Furniture; ($54,566.37); Chief Keith Smith, Cannel Fire Department b. Request for Purchase of Goods and Services; Overhead Door Company; ($1,316.00); Chief Keith Smith, Cannel Fire Department c. Request for Purchase of Goods and Services; Tower Fire Apparatus Company; ($3,440.00); Chief Keith Smith, Cannel Fire Department d. Request for Purchase of Goods and Services; Omni Center; ($18,500.00); Nancy Heck, Director of the Departrpent of Community Relations e. Request for Purchase of Goods and Services; Town Planning and Urban Design Collaborative; ($50,000.00); Michael Hollibaugh, Director of the Department of Community Development f. Request for Purchase of Goods and Services; Express Scripts, Inc.; Benefit Management Agreement; Barbara Lamb, Director of Human Resources g. Request for Purchase of Goods and Services; Change Order #45; Old Meridian Street; Milestone Contractors; (Increase $421.38); Michael McBride, City Engineer h. Request for Purchase of Goods and Services; Change Order #2; 1161h and Clay Center Road; R&W Contracting; (Decrease $1,247.52); Michael McBride, City Engineer i. Request for Purchase of Goods and Services; Change Order #1; 13151 _ Shelborne to Ditch Road; Snider Group; (Decrease $174.96); Michael McBride, City Engineer j. Request for Purchase of Goods and Services; Change Order #1; Carmel Westside Road Improvements; Poindexter; (Increase $2,770.67); Michael McBride, City Engineer k. Request for Purchase of Goods and Services; Change Order #1; Yardberry; Rangeline Road Water Main Relocation; (Increase $48,959.05); John Duffy, Director of the Department of Utilities 5. USE OF CITY FACILITIES/STREETS j a. Request to Use Gazebo, Common Areas and Grounds; Wedding; Friday, June 5, 2009; 5:00 p.m. to 7:00 p.m. and Saturday, June 6, 2009; 1:00 p.m. to 8:00 p.m.; Natalie Piltz lb. Request to Use City Hall Parking Lots, Gazebo, Civic Square Fountain and City Hall (1sl Floor); Farmer's Market; Saturday's from May 30lh to September 26, 2009; 6:00 a.m. to Noon; (Wednesday, July 1,4:00 p.m. to 8:00 p.m.); Ron Carter 6. OTHER a. Resolution NO. BPW-ll-05-08-04; A Resolution ofthe City of Carmel Board f of Public Works and Safety Authorizing the Adoption of Structural Amendments to Coexistence Agreement; John Duffy, Director of the Department of Utilities ----------------------------- ---------------------------- -------------------------- » STATE OF INDIANA ) )SS: COUNTY OF HAMILTON) Before me, a Notary Public in and for said County and State personally appeared Kevin J. Schulte and Schuyler Hales, authorized representatives ofWoods Swim Club, Inc.,both known to me to be the individuals whose names are subscribed to the foregoing instrument and consideration therein expressed, and in the capacity therein stated. Given under my hand and seal of office, this .~1ST day of 0&h he1-, 2008. [Seal} ~~ >-Y)~ Notary Public uJa/n~ m 0 rc;.,., f"\ Printed Name Commission Expiration: ~;2/, rAOIS- County of Residence: 4~J CITY OF CARMEL, INDIANA BY ITS BOARD OF PUBLIC WORKS AND SAFETY James Brainard, Presiding Officer Date: Mary Ann Burke, Member Date: Lori Watson, Member Date: ATTEST: Diana L. Cordray, IAMC Clerk-Treasurer City of Carmel Clerk-Treasurer BOARD OF PUBLIC WORKS & SAFETY MEETING AGENDA WEDNESDA v, NOVEMBER 5, 2008 -10:00 A.M. COUNCIL CHAMBERS / CITY HALL / ONE CIVIC SQUARE MEETING CALLED TO ORDER 1. MINUTES ~. Minutes from the October 15, 2008 Regular Meeting v'b. Minutes from the October 22, 2008 Special Meeting 2. BID OPENINGS! AWARDS ('t1t~~ j Bid Opening for the 2009 Rock Salt; John Duffy, Director of the Department of s( ntH) qtXJ rl-: a. UtilitiesL ~.gq pa-u ,CIt Bid Award for the I061h and Keystone Water Main Project; Atlas Excavating ~Nt1DIl-fl b. ($956,300.00); This was the lowest and most responsive bid; John Duffy, (rA(~' 33 (\ Director of the Department of Utilities Jc. Bid Rejection for the Video Monitoring Bid; two bids were received on '3) qt~. s( pt(' October 15, 2008, but bids received were over the allocated amount; Chief Michael Fogarty, Carmel Police Department 3. PERFORMANCE RELEASES a. Resolution No. BPW-ll-05-08-01; Lincolnshire, Section 2; Streets; Chad Handley, Estridge Development b. Resolution No. BPW-ll-05-08-02; The Ridge @ Hayden Run, Section 3; Street Signs, Exterior Sidewalks, Asphalt Paths; Tim Berry, Platinum Properties, LLC c. Resolution No. BPW-ll-05-08-03; Long Ridge Estates, Section 3A; Streets, Curb & Gutters, Water Mains, Street Signs, Exterior Sidewalks, Asphalt Paths (Section 3A & #B); Steve Broennann, Platinum Properties \ )~E CIVIC ~0UARE CARMEL, INDIA N.A. 46(1)2 317[17 1.2414 ----- -------------- ... ST A TE OF INDIANA ) ) SS: COUNTY OF ) Before me, a Notary Public in and for said County and State, personally appeared James Brainard, Mary Ann Burke, and Lori Watson, by me known to be the Members of the City of Carmel Board of Public Works and Safety, and Diana L. Cordray, Clerk-Treasure of the City of Carmel, who acknowledged the execution of the foregoing "Agreement" on behalf of the City of Carmel, Indiana. Witness my hand and Notarial Seal this day of , 2008. NOTARY PUBLIC My Commission Expires: Printed Name My County of Residence: ______ Date: This Instrument prepared by Doug Haney, Attorney at Law, One Civic Square, Carmel, Indiana, 46032 City of Carmel Clerk,Treasurer MEETING NOTICE CARMEL BOARD OF PUBLIC WORKS WEDNESDAY, NOVEMBER 5, 2008 AT 10:00 A.M. COUNCIL CHAMBERS CARMEL CITY HALL ONE CIVIC SQUARE NOTICE IS HEREBY GIVEN THAT THE CITY OF CARMEL BOARD OF PUBLIC WORKS WILL HOLD A MEETING ON WEDNESDAY, NOVEMBER 5, 2008, AT 10:00 A.M. IN THE COUNCIL CHAMBERS, CITY HALL, ONE CIVIC SQUARE. THE PURPOSE OF THE MEETING IS CITY BUSINESS. \ '''1-( 'I\' J( ' ~0U<\IU~ CAI\~II I, INDIA"!,"-46,112 11 7/17 1,24 14 • ------- Exhibit A Part of the real estate described in a certain Warranty Deed recorded May 6, 1974, as Instrument No. 3627 in Deed Book 273, page 546, in the Office of the Recorder of Hamilton County, Indiana, which is also a part of the Southeast Quarter of Section 6, Township 17 North, Range 4 East, in Hamilton County, Indiana, more particularly described as follows: A strip of land 25 feet wide, 12.5 feet left and right of the following described survey line: Commencing at the southeast corner of the Southeast Quarter of said Section 6; thence North 89 degrees 44 minutes 00 seconds West (this and all subsequent bearings in this description being based on the some bearing system used in the said Warranty Deed recorded in Deed Book 273, page 546) 1044.20 feet along the south line of the Southeast Quarter of said Section 6; thence North 0 degrees 12 minutes 10 seconds West 250.00 feet along the westerly right of way of Lakeshore Drive West to the southeast corner of the real estate described in the said Warranty Deed; thence continuing North 0 Degrees 12 minutes 10 seconds West 120.37 feet along the west right of way of Lakeshore Drive West to the POINT OF BEGINNING of the "Survey Line:" thence South 45 degrees 16 minutes 00 seconds West 105.13 feet; thence North 89 degrees 44 minutes 00 seconds West 273.00 feet to the easterly right of way of Keystone Avenue which is the TERMINUS POINT; the sidelines being prolonged or shortened to conform with the Grantor's boundary lines at the point of intersection and the Beginning and Terminus points of the .-­ w I::> ~ < z ~\ l!)1 w C'\jl § \ ~ w I~ \ I ~ --------344.63'-----­ l SI. Carner ~ I Sec. 6-17-4 I ''Survey Line." 362.64'__ ------1 25' UtIlity Easement rt. ""l lii\() Oi ~ ~ ~ 0:: a w 0::: 0 ~ ""l ~ wC:i ~ ~ :s -, 06TH STREET -----_~L.!J)_4:!.~ -----+--+----l o o o Lo.J U Ul ... 5.E. Corner Sec. 6-17-4gu o.... 1()"'0"' "' .......... Scale 1"-100'~~ "-­ I