HomeMy WebLinkAboutPaperless Packet for BPW Meeting 12-18-24Board of Public Works and Safety Meeting
Agenda
Wednesday, December 18, 2024 – 10:00 a.m.
Council Chambers City Hall, One Civic Square
MEETING CALLED TO ORDER
1. MINUTES
a. Minutes from the December 4, 2024, Regular Meeting
2. BID OPENINGS, RECOMMENDATIONS, AND AWARDS
a. Bid Opening for Neighborhood Drainage Improvements at Pawne Road & Auman
Drive Loop; Brad Pease, Director of Engineering
b. Bid Opening for 20-ENG-13 Intersection Improvements-106th and Westfield
Roundabout; Brad Pease Director of Engineering
c. Bid Award for 24-STR-09 Street Department Building Upgrades; Matt Higginbotham,
Street Commissioner
d. Bid Recommendation for 24-STR-07 106th St Bridge Repair; Matt Higginbotham, Street
Commissioner
e. Bid Award for 24-STR-08 Tarkington and Palladium Surface Replacement; Matt
Higginbotham, Street Commissioner
f. Bid Award for Well 29; John Duffy, Director of Utilities
g. Bid Award for West Ground Storage Tank Booster Pump Station; John Duffy,
Director of Utilities
h. Bid Award for West Ground Storage Tank; John Duffy, Director of Utilities
3. TABLED ITEMS
a. Request for Revocation of Consent to Encroach; 41 North Rangeline; Lot One Partners,
LLC TABLED 11-06-24
4. CONTRACTS
a. Request for Purchase of Goods and Services; United Construction Services;
($3,943.00); 20-ENG-06 Hydrant Extensions, Haverstick Multi-Use Path; CO #3; Brad
Pease, Director of Engineering
b. Request for Purchase of Goods and Services; United Construction Services;
($1,938.70); 20-ENG-06 Sode Repairs, Haverstick Multi-Use Path; C0 #4; Brad Pease,
Director of Engineering
c. Request for Purchase of Goods and Services; JKES Inc., dba Smith Projects;
($7,250.00); 22-SW-01 Additional Pumps, Springmill Run Culvert Replacement; CO
#1; Brad Pease, Director of Engineering
d. Request for Professional Services; Clark Dietz, Inc.; ($178,428.00); Auman-Newark
Sidewalk and Drainage; Additional Services Amendment 2a; Brad Pease, Director of
Engineering
e. Request for Professional Services; CrossRoad Engineers, P.C.; ($75,000.00); On-Call
Engineering and Inspection Services; Additional Services Amendment 12; Brad Pease,
Director of Engineering
f. Request for Agreement of Consulting Services; Andris Berzins; ($54,000.00); Sister
Cities and Community Engagement Consultant; Kelly Douglas, Director of Marketing
and Community Relations
g. Request for Purchase of Goods and Services; Howard Companies; ($23,760.00); 24-
STR-03 Path Preservation; CO #1; Matt Higginbotham, Street Commissioner
h. Request for Purchase of Goods and Services; Howard Companies; ($189,435.44); 24-
STR-02 Paving; CO #2; Matt Higginbotham, Street Commissioner
i. Request for Purchase of Goods and Services; Custom Truck Equipment, LLC;
($167,541.00); Forestry Truck; Matt Higginbotham, Street Commissioner
j. Request for Purchase of Goods and Services; Kevin P. Sullivan Builders, Inc d/b/a
KPS Commercial Construction; ($425,795.00); 24-STR-09 Street Department
Building Upgrades; Matt Higginbotham, Street Commissioner
k. Request for Purchase of Goods and Services; Mainscape, Inc.; ($77,894.00); Snow
Removal; Additional Services Amendment; Matt Higginbotham, Street Commissioner
l. Request for Purchase of Goods and Services; Pearson Ford, Inc.; ($126,995.00); Four
2025 Ford Maverick Hybrid XLT AWD; Matt Higginbotham, Street Commissioner
m. Request for Purchase of Goods and Services; William Charles Construction
Company, LLC; ($730,000.00); 24-STR-08 Tarkington and Palladium Surface
Replacement; Matt Higginbotham, Street Commissioner
5. REQUEST TO USE CITY STREETS/PROPERTY
a. Request to use Midtown Plaza; Summer Yoga Series; May 17, June 21, August 16,
2025; 8:00 AM to 11:00 AM; Cindi Odle, Fire and Flow Yoga
b. Request to Use Palladium East Patio; Special Request to Use Electricity; Wedding
Ceremony; August 23, 2025; 2:00 PM to 6:30 PM; Mallory Davis, Hotel Carmichael
c. Request to Use Palladium East Patio; Special Request to Use Electricity; Wedding
Ceremony; September 20, 2025; 2:00 PM to 6:30 PM; Mallory Davis, Hotel Carmichael
6. OTHER
a. Request for Stormwater Technical Standards Waiver; 13280 Six Points Road;
Benjamin Houle, LandWorx Engineering
7. ADD-ONS
8. ADJOURNMENT
Board of Public Works and Safety Meeting 1
Minutes 2
Wednesday, December 04, 2024 – 10:00 a.m. 3
Council Chambers City Hall, One Civic Square 4
5 6 7
MEETING CALLED TO ORDER 8
Chairwoman Campbell called the meeting to order at 10:01 AM 9
10 MEMBERS PRESENT 11
12 Chairwoman Laura Campbell, Board Members James Barlow and Alan Potasnik, and City Clerks Jacob 13 Quinn and Jessica Dieckman are present. 14
15
MINUTES 16
Minutes from the November 20, 2024, Regular Meeting. Board Member Barlow moved to approve. 17
Board Member Potasnik seconded. Minutes approved 3-0. 18
BID OPENINGS AND AWARDS 19
20
Bid Opening for 24-STR-09 Street Department Building Upgrades 21
Board Member Potasnik opened the bids and Board Member Potasnik read them aloud: 22 Contractor Bid Alternate 1A Alternate 1B Alternate 2 23
Monroe Construction Group LLC $360,398.00 $86,156.10 $19,380.00 $37,200.00 24
RLT Turner Corporation $512,00.00 $71,000.00 $12,000.00 $28,000.00 25
Kevin P Sullivan Builders $335,000.00 $51,500.00 $10,235.00 $29,060.00 26
27
Bid Opening for 24-STR-07 106th St Bridge Repair 28
Board Member Potasnik opened the bid and Board Member Potasnik read them aloud: 29 Contractor Bid 30
Superior Construction $1,418,791.12 31
32
Bid Opening for 24-STR-08 Tarkington and Palladium Surface Replacement 33
Board Member Potasnik opened the bids and Board Member Potasnik read them aloud: 34
Contractor Bid 35
Morphey Construction $746, 008.10 36
William Charles $730,000.00 37
Calumet Civil Contractors $799,000.00 38
39
40
41
42
Bid Opening for Well 29 43
Board Member Potasnik opened the bids and Board Member Potasnik read them aloud: 44 Contractor Bid 45
Layne Christianson Company $1,128,458.00 46
National Water Services, LLC $848,848.00 47
48
Bid Opening for West Ground Storage Tank Booster Pump Station 49
Board Member Potasnik opened the bids and Board Member Potasnik read them aloud: 50
Contractor Bid 51
Patterson Horth, Inc. $5,580,00.00 52
Thieneman Construction, Inc $5,497,000.00 53
54
Bid Opening for West Ground Storage Tank 55
Board Member Potasnik opened the bids and Board Member Potasnik read them aloud: 56
Contractor Bid 57
Preload LLC $6,288,000.00 58
DN Tanks, LLC $7,143,200.00 59
60
Quote Award for Carmel Police Vehicles Purchase; Chief Drake Sterling, Carmel Police 61
Department, recommended awarding the quote to Eby Ford Sales, Inc., for $280,288.00 as they were 62
the lowest quote and most responsive. Board Member Barlow moved to approve. Board Member 63 Potasnik seconded. Quote approved 3-0. 64 65
Bid Award for 2025 Rock Salt Bid; Mike Hendricks, Assistant Utilities Director, recommended 66
awarding the bid to Morton Salt Inc for $113.30 per ton as they were the lowest bid and most 67
responsive. Board Member Potasnik moved to approve. Board Member Barlow seconded. Award 68 approved 3-0. 69 70
TABLED ITEMS 71
72
Request for Revocation of Consent to Encroach; 41 North Rangeline; Lot One Partners, LLC TABLED 73
11-06-24 REMAINS TABLED 74
CONTRACTS 75
76
Request for Purchase of Goods and Services; Impact Rescue LLC; ($180,517.10); Rescue Tools; Kurt 77
Weddington, Chief of Operations, briefly speaks; this contract is for extrication tools that are more 78
ergonomic and allow less injury and will replace older equipment. Board Member Barlow moved to 79
approve. Board Member Potasnik seconded. Request approved 3-0. 80 81
Request for Purchase of Goods and Services; Macqueen Equipment, LLC; ($3,495,715.00); Pierce 82 Enforcer Pumper; Board Member Barlow moved to approve. Board Member Potasnik seconded. 83
Request approved 3-0. 84 85
Request for Purchase of Goods and Services; Macqueen Equipment, LLC; ($2,405,400.00); Two 86 Pierce Enforcer Pumpers; Additional Services Amendment; Kurt Weddington, Chief of Operations, 87 briefly speaks; it takes three to four years to get a new engine. This engine will replace the current 88
aged engine. Board Member Potasnik moved to approve. Board Member Barlow seconded. Request 89
approved 3-0. 90 91
Request for Purchase of Goods and Services; Penn Care, Inc; ($265,577.00); Refurbishment/Re-92 Chassis of an Ambulance; Additional Services Amendment; Kurt Weddington, Chief of Operations, 93
briefly speaks; this will be taking an Ambulance that is five years old and replacing the drive train and 94
will cost less to refurbish and less time than buying a new ambulance. Board Member Barlow moved 95
to approve. Board Member Potasnik seconded. Request approved 3-0. 96 97 Request for Purchase of Goods and Services; Pro-Tech Security Sales; ($64,510.00); Gas Mask Kits; 98
Board Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 3-0. 99 100
Request for Purchase of Goods and Services; Eby Ford Sales, Inc.; ($280,288.00); Six 2025 F-150 101 Police Responder Trucks; Board Member Barlow moved to approve. Board Member Potasnik 102 seconded. Request approved 3-0. 103 104
Request for Agreement of Professional Services; CrossRoad Engineers, P.C.; ($208,000.00); 106TH 105
Street and Westfield Boulevard Roundabout; Additional Services Amendment; Board Member Potasnik 106
moved to approve. Board Member Barlow seconded. Request approved 3-0. 107 108
REQUEST TO USE CITY STREETS/PROPERTY 109
110
Request to Use Carter Green; Special Request to Use Electricity; Food Truck; December 26 through 111
December 31, 2024; 9:00 AM to 10:00 PM; Board Member Potasnik moved to approve. Board 112
Member Barlow seconded. Request approved 3-0. 113
114
Request to Use City Streets and Sidewalks; Festival of Ice; January 17, 2025; 1:00 PM to 9:00 PM; 115 Board Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 3-0.. 116 Request approved 3-0. 117
118
Request to Use Carter Green; Special Request to Use Electricity and Restrooms; Festival of Ice 119
Sculpting Event; January 18 through January 19, 2025; 7:00 AM to 7:00 PM; Board Member 120 Potasnik moved to approve. Board Member Barlow seconded. Request approved 3-0. 121 122
Request to Use Carter Green; Special Request to Use Electricity and Restrooms; Carmel Winter 123
Games; January 24 through January 25, 2025; 7:00 AM to 7:00 AM (January 25, 2025); Board 124
Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 3-0. 125 126 Request to Use Civic Square Gazebo and Lawn; Special Request to Use Electricity and Restrooms; 127 Indianapolis-Carmel Children’s Festival; April 26, 2025; 7:00 AM to 4:00 PM; Board Member 128
Potasnik moved to approve. Board Member Barlow seconded. Request approved 3-0. 129 130
OTHER 131
Request for Consent to Encroach; 1337 Ironwood Drive W; Board Member Barlow moved to approve. 132 Board Member Potasnik seconded. Request approved 3-0. 133
134
Request for Secondary Plat; Singh Subdivision; Board Member Potasnik moved to approve. Board 135
Member Barlow seconded. Request approved 3-0. 136
Request for Replat; Block 3 of Grand and Main Subdivision; Board Member Barlow moved to 137 approve. Board Member Potasnik seconded. Request approved 3-0. 138 139
ADD-ONS 140
141
ADJOURNMENT 142
Chairwoman Campbell adjourned the meeting at 10:23 AM. 143 144
APPROVED: ____________________________________ 145
Jacob Quinn – City Clerk 146 147 148
_____________________________________ 149
Chairwoman Laura Campbell 150
151 152 ATTEST: 153
__________________________________ 154
Jacob Quinn – City Clerk 155
156
October 29, 2024
Board of Public Works and Safety
One Civic Square
Carmel, Indiana 46032
RE: REVOCATION OF CONSENT TO ENCROACH AGREEMENT- 41 NORTH RANGELINE - LOT ONE
PARTNERS, LLC
Dear Board Members:
The Department of Engineering is recommending revocation of the existing consent to encroach
agreement between the City and Lot One Partners, LLC, approved by the Board on September 6, 2023.
The agreement allowed a 2.5’ encroachment into the east/west alley accessed via 1st AVE NE to install a
curb and handrail along the pedestrian access walkway. This encroachment has been found to limit
vehicular access through the alley, causing vehicles to drive onto the private property south of the alley
to access a loading zone.
The Department of Engineering has confirmed the removal of the encroachment will not create any
code violations or other safety hazards and therefore requests the board revoke the consent to
encroach agreement and require removal of the encroachment to restore unobstructed vehicular
access through the alley.
Sincerely,
Bradley Pease, P.E.
City Engineer
ATTACHMENTS: CONSENT TO ENCROACH AGREEMENT
City of Carmel Project 20-ENG-06
Haverstick Rd. MU Path
CHANGE ORDER #3
Added two hydrant extensions for locations where Water Main is greater than 5’ depth per direction
from Carmel Water.
Contract Price prior to this Change Order $899,043.79
Contract Price will be increase by this Change Order $3,943.00
New Contract Price including this Change Order $902,986.79
Amount Adjusted Contract
Price
Cumulative % Change
from Original Contract
Original Contract $885,000.00 N/A N/A
CO 01 $8,930.85 $893,930.85 1.01%
CO 02 $5,112.94 $899,043.79 1.59%
CO 03 $3,943.00 $902,986.79 2.03%
AR-1
Version 2024-09-23
CITY OF CARMEL
TO: CONTRACT CHANGE ORDER NO.: 3
DATE: 11/15/2024
PROJECT NAME:20-ENG-06 Haverstick Rd. MUT Path
CITY REQ. NO.:
CITY PO NO.: 110089
CITY PO DATE: _
I. You are directed to make the following changes in this Contract:
Supply and install two hydrant extensions for Carmel Water hydrants where Main is 5’
depth or greater.
SCHEDULED ADJUSTMENT
ITEM AMOUNT (+) OR (-) 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.: ________ W.D.C. No.: _______
Other:__Change_Order_03_____________________________________________________
The changes result in the following adjustment of Contract Price and Contract Time:
Contract Price prior to this Change Order $__899,043.79___________
Contract Price will be increased/decreased by this Change Order $__3,943.00______________
New Contract Price including this Change Order $__902,986.79____________
Contract Time Prior to this Change Order _N/A__ Days _N/A_ Completion Date
Net increased/decreased resulting from this Change Order__N/A Days
Current Contract Time including this Change Order__N/A Days _N/A___ 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
Recommended
The Above Changes Are
Accepted:
Approved:
Clark Dietz, Inc. United Construction Services, LLC
ENGINEER CONTRACTOR Laura Campbell, Presiding
Officer
8900 Keystone Crossing 347 South Broadway
Address Address James Barlow, Member
Suite 475
Alan Potasnik, Member
Indianapolis, IN 46240 Pendleton, IN 46064
City/State/Zip City/State/Zip Brad Pease, PE, City Engineer
By:
____________________
By:
______________________
ATTEST:
Phone:_219-775-1427_____ Phone:__765-238-1989____
Jacob Quinn, Clerk
Date:__11/15/24_________ Date: _______ Date: _______ 11/15/24
Project No.:20-ENG-06
Description:Haverstick Rd. MU Path
Type:Change Conditions
Summary:Added Hydrant Extensions for Main Greater than 5-ft. Depth
Change Order Description:
Awarded Project Amount:$885,000.00
Authorized Project Amount:$899,043.79
Change Order Amount:$3,943.00
Revised Project Amount:$902,986.79
Item No.Unit Unit Price Quantity
84*EA 1,971.50$ 2.00
NOTES:
This Change includes added work for procuring and installing hydrant extensions on two Carmel Water hydrants where the
Water Main is greater than 5' depth per the direction of Carmel Water.
Description Amount
Hydrant Extension, 5 Ft. or Greater $3,943.00
Quantity Changes:
DateContractor
$3,943.00
Submitted To Phone/Fax Date
City of Carmel Attn: Chris Ogg 317-571-2441 10/29/2024
Street Job Name
1 Civic Square Haverstick Path 96th to 99th
City, State and Zip Code Job Location
Carmel, IN 46032 Haverstick Road
Architect/Engineer Date of Plans Project Number Job Phone
Clark Dietz 8/9/2023 20-ENG-06
We hereby submit bids for:
Cost to add 2 hydrant extensions per Carmel Water, Main was deeper than typical 5' depth
COST ITEM QUANTITY PRICE
Labor
Superintendent 8 HRS @ $96 768.00$
Laborer 8 HRS @ $67 536.00$
1,304.00$
Equipment
18000 lbs excavator 8 HRS @ $158 1,264.00$
1,264.00$
Materials
Hydrant Extensions $625 each @ 2 1,250.00$
1,250.00$
Allowable Markup on Materials 10%125.00$
Respectfully Submitted: 3,943.00$
United Construction Services, LLC
Proposal Request Reply
347 S Broadway St., Pendleton, IN 46064
General Contractor
Phone: (765)278-6246
City of Carmel Project 20-ENG-06
Haverstick Rd. MU Path
CCHANGE ORDER #4
Time and Materials work for sod repairs as directed by City of Carmel at Pre-final Walkthrough.
Contract Price prior to this Change Order $902,986.79
Contract Price will be increase by this Change Order $1,938.70
New Contract Price including this Change Order $904,925.49
Amount Adjusted Contract
Price
Cumulative % Change
from Original Contract
Original Contract $885,000.00 N/A N/A
CO 01 $8,930.85 $893,930.85 1.01%
CO 02 $5,112.94 $899,043.79 1.59%
CO 03 $3,943.00 $902,986.79 2.03%
CO 04 $1,938.70 $904,925.49 2.25%
AR-1
Version 2024-09-23
CITY OF CARMEL
TO: CONTRACT CHANGE ORDER NO.: 4
DATE: 11/15/2024
PROJECT NAME:20-ENG-06 Haverstick Rd. MUT Path
CITY REQ. NO.:
CITY PO NO.: 110089
CITY PO DATE:_
I. You are directed to make the following changes in this Contract:
Force Account Work (Time and Materials) for sod repair.
SCHEDULED ADJUSTMENT
ITEM AMOUNT (+) OR (-) 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.: ________ W.D.C. No.: _______
Other:__Change_Order_04_____________________________________________________
The changes result in the following adjustment of Contract Price and Contract Time:
Contract Price prior to this Change Order $__902,986.79___________
Contract Price will be increased/decreased by this Change Order $__1.938.70______________
New Contract Price including this Change Order $__904,925.49____________
Contract Time Prior to this Change Order _N/A__ Days _N/A_ Completion Date
Net increased/decreased resulting from this Change Order__N/A Days
Current Contract Time including this Change Order__N/A Days _N/A___ 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
Recommended
The Above Changes Are
Accepted:
Approved:
Clark Dietz, Inc.United Construction Services, LLC
ENGINEER CONTRACTOR Laura Campbell, Presiding
Officer
8900 Keystone Crossing 347 South Broadway
Address Address James Barlow, Member
Suite 475
Alan Potasnik, Member
Indianapolis, IN 46240 Pendleton, IN 46064
City/State/Zip City/State/Zip Brad Pease, PE, City Engineer
By:
____________________
By:
______________________
ATTEST:
Phone:_219-775-1427_____Phone:__765-238-1989____
Jacob Quinn, Clerk
Date:__11/15/24_________Date: _______Date: _______
__________________
11/15/24
WƌŽũĞĐƚEŽ͗͘ϮϬͲE'ͲϬϲ
ĞƐĐƌŝƉƚŝŽŶ͗,ĂǀĞƌƐƚŝĐŬZĚ͘DhWĂƚŚ
dLJƉĞ͗&ŽƌĐĞĐĐŽƵŶƚ
^ƵŵŵĂƌLJ͗dΘDtŽƌŬĨŽƌ^ŽĚZĞƉĂŝƌƐ
ŚĂŶŐĞKƌĚĞƌĞƐĐƌŝƉƚŝŽŶ͗
ǁĂƌĚĞĚWƌŽũĞĐƚŵŽƵŶƚ͗Ψϴϴϱ͕ϬϬϬ͘ϬϬ
ƵƚŚŽƌŝnjĞĚWƌŽũĞĐƚŵŽƵŶƚ͗ΨϵϬϮ͕ϵϴϲ͘ϳϵ
ŚĂŶŐĞKƌĚĞƌŵŽƵŶƚ͗Ψϭ͕ϵϯϴ͘ϳϬ
ZĞǀŝƐĞĚWƌŽũĞĐƚŵŽƵŶƚ͗ΨϵϬϰ͕ϵϮϱ͘ϰϵ
,WHP1R8QLW 8QLW3ULFH 4XDQWLW\
/6
EKd^͗
ĂƚĞŽŶƚƌĂĐƚŽƌ
dŚŝƐŚĂŶŐĞŝŶĐůƵĚĞƐ&ŽƌĐĞĐĐŽƵŶƚ;dŝŵĞĂŶĚDĂƚĞƌŝĂůƐͿǁŽƌŬƚŽƌĞƉĂŝƌĚĂŵĂŐĞĚƐŽĚĂƐĚŝƌĞĐƚĞĚďLJƚŚĞŝƚLJŽĨĂƌŵĞůĂƚƚŚĞ
WƌĞͲĨŝŶĂůtĂůŬƚŚƌŽƵŐŚ͘
'HVFULSWLRQ $PRXQW
)RUFH$FFRXQW6RG5HSDLUV
YƵĂŶƚŝƚLJŚĂŶŐĞƐ͗
APPROVED
2x4, CMN
Checked: CMN
Checked: CMN
CzTfshfzHsfdivlijobu2;45qn-Efd22-3135
CzBmmjtpoMzodi.NdHsbuibu2;24qn-Efd22-3135
CzBmmjtpoMzodi.NdHsbuibu:;23bn-Efd23-3135
Andris Berzins
Marketing andCommunity Relations Department - 2024
Appropriation #1203 10143-404.01; P.O. #113094
Contract NotToExceed $54,000.00
7. NONDISCRIMINATION:
Contractor represents and warrants that itand allofitsofficers, employees, agents, contractors and
subcontractors shallcomply with alllawsoftheUnited States, theState ofIndiana andCityprohibiting
discrimination against anyemployee, applicant for employment orother person intheprovision ofanyGoods
and Services provided bythisAgreement with respect totheirhire, tenure, terms, conditions andprivileges of
employment and any other matter related totheiremployment orsubcontracting, because ofrace, religion,
color, sex, handicap, national origin, ancestry, age, disabled veteran status and/orVietnam era veteran status.
8. NOIMPLIED WAIVER:
The failure ofeither party torequire performance bytheother ofany provision ofthisAgreement shallnotaffect
theright ofsuchparty torequire such performance atanytime thereafter, norshall thewaiver by anyparty of
abreach ofanyprovision ofthisAgreement constitute awaiver ofanysucceeding breach ofthesame orany
other provision hereof.
9. NON-ASSIGNMENT:
Contractor shall notassign orpledge this Agreement, whether ascollateral foraloan orotherwise, and shall
notdelegate itsobligations under this Agreement without City’sprior written consent.
10. RELATIONSHIP OFPARTIES:
The relationship oftheparties hereto shall beasprovided forinthisAgreement, and neither Contractor nor
any ofitsofficers, employees, contractors, subcontractors and agents areemployees ofCity. The contract
price setforth herein shall bethefulland maximum compensation andmonies required ofCity tobepaid to
Contractor under orpursuant tothis Agreement.
11. GOVERNING LAW; LAWSUITS:
This Agreement istobeconstrued inaccordance with and governed bythelaws oftheStateofIndiana, except
foritsconflict oflaws provisions. The parties agree that, intheevent alawsuit isfiled hereunder, theywaive
theirright toajurytrial, agree tofile anysuch lawsuit inanappropriate courtinHamilton County, Indiana only,
and agree that suchcourt istheappropriate venue forand hasjurisdiction oversame.
12. SEVERABILITY:
Ifany term ofthisAgreement isinvalid orunenforceable under any statute, regulation, ordinance, executive
order orother rule oflaw, suchterm shallbedeemed reformed ordeleted, butonly totheextent necessary to
comply with same, and theremaining provisions ofthisAgreement shall remain infullforce andeffect.
13. TERMINATION:
13.1 Notwithstanding anything tothecontrary contained inthis Agreement, City may, upon notice to
Contractor, immediately terminate thisAgreement forcause, inthe event ofadefault hereunder by
Contractor and/orifsufficient funds arenot appropriated orencumbered topayfortheServices tobe
provided hereunder. Inthe event ofsuch termination, Contractor shall beentitled toreceive only
payment forthe undisputed invoice amount representing conforming Services delivered asofthe date
oftermination, except that such payment amount shall not exceed theEstimate amount ineffect atthe
time oftermination, unless theparties have previously agreed inwriting toagreater amount.
13.2 Citymay terminate thisAgreement atanytimeupon thirty (30) days prior notice toContractor. Inthe
event ofsuch termination, Contractor shallbe entitled toreceive onlypayment forthe undisputed
invoice amount ofconforming Services delivered asof thedate oftermination, except that such
payment amount shall notexceed the Estimate amount ineffect atthe time oftermination, unless the
parties havepreviously agreed inwriting toagreater amount.
Andris Berzins
Marketing andCommunity Relations Department - 2024
Appropriation #1203 10143-404.01; P.O. #113094
Contract NotToExceed $54,000.00
14. REPRESENTATIONS AND WARRANTIES
Theparties represent and warrant that theyareauthorized toenterinto this Agreement andthatthe persons
executing this Agreement havethe authority tobind theparty which they represent.
15. ADDITIONAL SERVICES
Contractor understands and agrees that Citymay, fromtimetotime, request Contractor toprovide additional
services toCity. When City desires additional services from Contractor, the Cityshall notify Contractor ofsuch
additional services desired, aswellasthetime frame inwhich same are tobeprovided. Onlyafter City has
approved Contractor’stimeand cost estimate forthe provision ofsuch additional services, has encumbered
sufficient monies topay forsame, andhas authorized Contractor, inwriting, toprovide suchadditional services,
shall such goods andservices be provided byContractor toCity. Acopy ofthe City’sauthorization documents
for the purchase ofadditional goods andservices shall benumbered andattached hereto inthe order inwhich
they areapproved byCity.
16. TERM
This Agreement shallbeineffect from the Effective Date through thecompletion ofservices unless terminated
according tothe terms ofthis Agreement
17. HEADINGS
Allheading and sections ofthis Agreement areinserted forconvenience onlyand donotform apartofthis
Agreement nor limit, expand orotherwise alter themeaning ofanyprovision hereof.
18. NOTHIRD PARTY BENEFICIARIES
This Agreement gives norights orbenefits toanyone other than Cityand Contractor.
19. ENTIRE AGREEMENT:
ThisAgreement, together with anyexhibits attached hereto orreferenced herein, constitutes the entire
agreement between Contractor andCitywith respect tothesubject matter hereof, and supersedes allprior
oralorwritten representations and agreements regarding same. This Agreement may onlybemodified by
written amendment executed byboth parties hereto, ortheir successors ininterest.
City ofCarmel Sister Cities & Community Engagement Consultant
Assist theCityofCarmel withthedevelopment ofitsSister Citypartnership programs
andtopromote mutual respect, understanding, and cooperation andfacilitate lasting
connections between organizations, governments, businesses, and individuals withour
respective SisterCities around theworld.
Workproducts will include, butarenotlimited to:
Organizing andcoordinating meetings andeventswiththeSister City Committee
organizations
Identifying opportunities topartner withpublic andprivate institutions andnot
forprofit organizations toexpand interactions withourSister Cities
Consultation provided onvarious aspects ofinternational diplomacy including
exchange programs between citymunicipal operations, educational institutions,
artsandmusic, andbusiness
Represent thecityonvarious community boards andcommissions andassist
these organizations intheirengagement withtheSister CityCommittees and
communities
Workinconjunction with other cityoffices andconsultants asrequested from
timetotime
Theamount forservices isnottoexceed $4,500/month
12/10/2024
ANDRIS BERZINS
ZIONSVILLE, IN 46077 -
113094
3805 W 116TH STREET
City of Carmel
ONE CIVIC SQUARE
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
FEDERAL EXCISE TAX EXEMPT
35-6000972
PURCHASE ORDER NUMBER
THIS NUMBER MUST APPEAR ON INVOICES, A/P
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
VENDOR SHIP
TO
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
EXTENSION
SISTER CITIES & COMMUNITY ENGAGEMENT CONSULTANT
COMMUNITY RELATIONS
1 CIVIC SQ
Carmel, IN 46032-
377336
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
93854
1203Department:101Fund:General Fund
43-404.01Account:
SISTER CITIES & COMMUNITY ENGAGEMENTCONSULTANT1 $54,000.00 $54,000.00Each
54,000.00SubTotal
54,000.00
Send Invoice To:
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID.
C.O.D. SHIPMENT CANNOT BE ACCEPTED.
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO.
THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
PAYMENT
A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
CONTROL NO. 113094
ORDERED BY
TITLE
COMMUNITY RELATIONS
1 Civic Square
Carmel, IN 46032-
Kelly Douglas
Director
CzBmmjtpoMzodi.NdHsbuibu4;58qn-Efd22-3135
CityofCarmel Street Department
Change OrderForm
35.TUS.14QbuiQsftfswbujpoProjectName: __________________________________________
2ChangeOrderNo.: ______________________________________
Listeditemsforthischangeorder:
Btqibmusfqbjsbeejujpot-\[fspefquinjmmjohbeejujpot-Mjrvjespbebeejujpot
235.TUS.14QbuiQsftfswbujpoChangeOrderNo. ____ isforworkcompletedregarding (projectname) ___________________________.
285-611/11Contractpricepriortothischangeorder $ ________________________
34-871/11Contractpricewillbeincreased/decreased bythischangeorder $ ________________________
2:9-371/11Newcontractpriceincludingthischangeorder$ ________________________
Cumulative % AdjustedContractAmountChange fromPriceOriginalContract
Original ContractN/A N/A285-611/11
CO1: 34-871/11%2:9-371/1125& Beejujpobmbtqibmusfqbjs-{fspefqui-boemjrvjespbe
CO2:
CO3:
CITYOFCARMELTO:
2CONTRACTCHANGEORDERNO.: ______________
2301:03135DATE: _______________________________________
35.TUS.14QbuiQsftfswbujpoPROJECTNAME: ______________________________
O0BCITYREQ. NO.: _______________________________
223562-223:84CITYPONO.: _________________________________
1803303135-22036035CITYPODATE: _______________________________
I.
Youaredirectedtomakethefollowing changes inthisContract:
2ChangeOrderNo. ____ listedbelow.
SCHEDULED ADJUSTMENTITEMAMOUNTOR (-) DAYS
Beejujpobmbtqibmusfqbjs-{fspefqui 34-871/113njmmjoh-boemjrvjespbe
Thefollowing referenced Documents further describethechanges outlinedinParagraph I, andaretobe
considered apartofthisChange Order: R.F.P.: ______ W.D.C. No.: ______ Other: __________________
Thechanges resultinthefollowing adjustment ofContract PriceandContract Time:
285-611/11ContractPricepriortothisChangeOrder $ _________________
34-871/11ContractPricewillbeincreased/ decreased bythisChange Order $ _________________
2:9-371/11NewContractPriceincludingthisChangeOrder $ _________________
29123034035ContractTimePriortothisChangeOrder: ______ Days. Completion Date: ____________
3Netincrease/decreaseresulting fromthisChangeOrder: ______ Days
23036035293CurrentContractTimeincludingthisChangeOrder: ______ Days. Completion Date: __________
ThisChange Order isforfullandfinalsettlement ofalldirect, indirect, impactcostsandtime
extensions incurred atanytimeresulting fromtheperformance ofthechanged work.
DjuzpgDbsnfm.TusffuEfqu/IpxbseDpnqbojft
4511X/242tuTu/3:27LfouvdlzBwf
Dbsnfm-JO57185Joejbobqpmjt-JO57332
Ejhjubmmz!tjhofe!cz!Njlf!Qbssjti
EO;!D>VT-!
F>nqbssjtiAibsejohhspvq/dpn- Njlf!QbssjtiP>Ibsejoh!Hspvq-!PV>Tfojps!
Qspkfdu!Nbobhfs-!DO>#Njlf!Qbssjti!#
428.844.3112
2301:03135
CzBmmjtpoMzodi.NdHsbuibu5;14qn-Efd22-3135
CityofCarmel Street Department
Change OrderForm
35.TUS.13QbwjohProjectName: __________________________________________
3ChangeOrderNo.: ______________________________________
Listeditemsforthischangeorder:
Beejujpobmdpodsfufqbzjufnt-efevdudpodsfufbnpvou
335.TUS.13QbwjohChangeOrderNo. ____ isforworkcompletedregarding (projectname) ___________________________.
5-51:-144/57Contractpricepriortothischangeorder $ ________________________
29:-546/55Contractpricewillbeincreased/decreased bythischangeorder $ ________________________
5-6:9-579/:1Newcontractpriceincludingthischangeorder$ ________________________
Original ContractN/A N/A5-418-393/:2
CO1: 211-861/66%5-51:-144/573/45& Beejujpobmqbwjoh-beejujpobmNPU
CO2: 29:-546/55%5-6:9-579/:17/9& Beejujpobmdpodsfufqbzjufnt-
efevdudpodsfufbnpvou
CO3:
CITYOFCARMELTO:
3CONTRACTCHANGEORDERNO.: ______________
2301:03135DATE: _______________________________________
35.TUS.13QbwjohPROJECTNAME: ______________________________
O0BCITYREQ. NO.: _______________________________
22212:-223567-223:86CITYPONO.: _________________________________
4032035-8034035-22036035CITYPODATE: _______________________________
I.
Youaredirectedtomakethefollowing changes inthisContract:
3ChangeOrderNo. ____ listedbelow.
SCHEDULED ADJUSTMENTITEMAMOUNTOR (-) DAYS
Beejujpobmdpodsfufqbzjufnt 29:-546/5525
1
1
Thefollowing referenced Documents further describethechanges outlinedinParagraph I, andaretobe
O0BtffbuubdifeepdvnfoutO0BconsideredapartofthisChangeOrder: R.F.P.: ______ W.D.C. No.: ______ Other: __________________
Thechanges resultinthefollowing adjustment ofContract PriceandContract Time:
5-51:-144/57ContractPricepriortothisChangeOrder $ _________________
29:-546/55ContractPricewillbeincreased/ decreased bythisChange Order $ _________________
5-6:9-579/:1NewContractPriceincludingthisChangeOrder $ _________________
2201203135323ContractTimePriortothisChangeOrder: ______ Days. Completion Date: ____________
1Netincrease/decreaseresulting fromthisChangeOrder: ______ Days
23036035337CurrentContractTimeincludingthisChangeOrder: ______ Days. Completion Date: __________
ThisChange Order isforfullandfinalsettlement ofalldirect, indirect, impactcostsandtime
extensions incurred atanytimeresulting fromtheperformance ofthechanged work.
DbsnfmTusffuEfqbsunfouIpxbseDpnqbojft
4511X/242tuTu/3:27LfouvdlzBwf/
Dbsnfm-JO57185Joejbobqpmjt-JO57332
Ejhjubmmz!tjhofe!cz!Njlf!Qbssjti
EO;!D>VT-!
F>nqbssjtiAibsejohhspvq/dpn- Njlf!QbssjtiP>Ibsejoh!Hspvq-!PV>Tfojps!Qspkfdu!
Nbobhfs-!DO>#Njlf!Qbssjti!#
428.844.3112
230:03135
CzBmmjtpoMzodi.NdHsbuibu2;26qn-Efd22-3135
Custom Truck & Equipment, LLC
Street Department - 2024
Appropriation #1206 044-650.01Capital LeaseFund, 2201220144-650.01MotorVehicle Highway Fund
P.O. #s112744, 112745
Contract NotToExceed $167,541.00
6. DISCLOSURE AND WARNINGS:
Ifrequested byCity, Vendor shallpromptly furnish toCity, insuch formand detail as Citymay direct, alistof
allchemicals, materials, substances anditems used inorduring theprovision ofthe Goods and Services
provided hereunder, including thequantity, quality and concentration thereof andanyother information relating
thereto. Atthetime ofthe delivery oftheGoods andServices provided hereunder, Vendor agrees tofurnish to
Citysufficient written warning andnotice (including appropriate labels oncontainers and packing) ofany
hazardous material utilized inorthat isapartoftheGoods andServices.
7. LIENS:
Vendor shall notcause orpermit thefilingofanylien onany ofCity’sproperty. Intheevent anysuch lien is
filedand Vendor fails toremove such lien within ten (10) daysafter thefiling thereof, bypayment orbonding,
Cityshallhavethe right topaysuch lien orobtain suchbond, allatVendor’ssolecostandexpense.
8. DEFAULT:
Inthe event Vendor: (a) repudiates, breaches ordefaults under any oftheterms orconditions ofthis
Agreement, including Vendor’swarranties; (b) fails toprovide theGoods andServices asspecified herein; (c)
fails tomake progress so astoendanger timely and proper provision oftheGoods andServices anddoes not
correct such failure orbreach within five (5) business days (orsuch shorter period oftimeas iscommercially
reasonable under the circumstances) afterreceipt ofnotice from Cityspecifying such failure orbreach; or (d)
becomes insolvent, isplaced into receivership, makes ageneral assignment forthe benefit ofcreditors or
dissolves, each such event constituting an event ofdefault hereunder, City shallhave theright to (1) terminate
alloranyparts ofthisAgreement, without liability toVendor; and (2) exercise all other rights and remedies
available toCity atlawand/orinequity.
9. INSURANCE AND INDEMNIFICATION:
Vendor shall procure and maintain infullforce and effect during theterm ofthisAgreement, withaninsurer
licensed todo business intheState ofIndiana, such insurance asisnecessary for theprotection ofCity and
Vendor from allclaims fordamages under anyworkers’ compensation, occupational disease and/or
unemployment compensation act; for bodily injuries including, butnotlimited to, personal injury, sickness,
disease or death ofortoany ofVendor’sagents, officers, employees, contractors andsubcontractors; and, for
any injury toordestruction ofproperty, including, butnotlimited to, any lossofuseresulting therefrom. The
coverage amounts shall benoless than those amounts setforth inattached Exhibit C. Vendor shall cause its
insurers toname Cityasanadditional insured onallsuch insurance policies, shall promptly provide City, upon
request, with copies ofallsuch policies, andshallprovide that such insurance policies shall notbecanceled
without thirty (30) dayspriornotice toCity. Vendor shallindemnify andhold harmless Cityfromand against
anyandall liabilities, claims, demands orexpenses (including, butnotlimited to, reasonable attorney fees) for
injury, death and/or damages toanyperson orproperty arising from orin connection withVendor’sprovision
ofGoods andServices pursuant toorunder this Agreement orVendor’suseofCity property.
Vendor further agrees toindemnify, defend and hold harmless City and itsofficers, officials, agents and
employees fromallclaims andsuits ofwhatever type, including, butnotlimited to, allcourtcosts, attorney fees,
and other expenses, caused byany act oromission ofVendor and/orof anyofVendor’sagents, officers,
employees, contractors orsubcontractors intheperformance ofthisAgreement. These indemnification
obligations shall survive thetermination ofthisAgreement.
2
Custom Truck & Equipment, LLC
Street Department - 2024
Appropriation #1206 044-650.01Capital LeaseFund, 2201220144-650.01MotorVehicle Highway Fund
P.O. #s112744, 112745
Contract NotToExceed $167,541.00
10. GOVERNMENT COMPLIANCE:
Vendor agrees tocomply with allfederal, state and local laws, executive orders, rules, regulations and codes
which maybeapplicable toVendor’sperformance ofitsobligations under this Agreement, andallrelevant
provisions thereof areincorporated herein by this reference. Vendor agrees to indemnify andholdharmless
Cityfrom any loss, damage and/orliability resulting fromany suchviolation ofsuch laws, orders, rules,
regulations andcodes. This indemnification obligation shall survive the termination ofthis Agreement.
11. NONDISCRIMINATION:
Vendor represents and warrants that itand allof itsofficers, employees, agents, contractors and
subcontractors shallcomply with alllawsoftheUnited States, theState ofIndiana andCityprohibiting
discrimination against anyemployee, applicant for employment orother person intheprovision ofanyGoods
and Services provided bythisAgreement with respect totheirhire, tenure, terms, conditions andprivileges of
employment and any other matter related totheiremployment orsubcontracting, because ofrace, religion,
color, sex, handicap, national origin, ancestry, age, disabled veteran status and/orVietnam era veteran status.
12. E-VERIFY:
Pursuant toI.C. § 22-5-1.7etseq., asthesame may beamended from time totime, and asisincorporated
herein bythis reference (the “Indiana E-Verify Law”), Vendor isrequired toenroll inand verify thework eligibility
status ofitsnewly-hired employees using the E-Verify program, andtoexecute theAffidavit attached herein
asExhibit D, affirming that itisenrolled andparticipating intheE-Verify program anddoes not knowingly
employ unauthorized aliens. Insupport oftheAffidavit, Vendor shall provide theCity withdocumentation
indicating that ithas enrolled andisparticipating intheE-Verify program. Should Vendor subcontract
fortheperformance ofany work under andpursuant tothis Agreement, itshallfullycomply with theIndiana E-
Verify Lawasregards each suchsubcontractor. Should theVendor oranysubcontractor violate theIndiana
E-Verify law, theCitymay require acure ofsuchviolation and thereafter, ifnotimely cure isperformed,
terminate thisAgreement inaccordance witheither the provisions hereof orthose setforth intheIndiana E-
Verify Law. The requirements ofthis paragraph shall notapplyshould the E-Verify program cease toexist.
13. NOIMPLIED WAIVER:
The failure ofeither party torequire performance bytheother ofany provision ofthisAgreement shallnotaffect
theright ofsuch party torequire such performance atanytimethereafter, norshallthe waiver byany partyof
abreach ofanyprovision ofthisAgreement constitute awaiver ofanysucceeding breach ofthesame orany
other provision hereof.
14. NON-ASSIGNMENT:
Vendor shallnot assign orpledge this Agreement, whether ascollateral foraloanorotherwise, and shall not
delegate itsobligations under this Agreement without City’spriorwritten consent.
15. RELATIONSHIP OFPARTIES:
The relationship ofthe parties hereto shall beasprovided forinthisAgreement, andneither Vendor norany
ofitsofficers, employees, contractors, subcontractors andagents areemployees of City. The contract price
setforthherein shall bethefulland maximum compensation andmonies required ofCity tobepaid toVendor
under orpursuant tothisAgreement.
16. GOVERNING LAW; LAWSUITS:
This Agreement istobeconstrued inaccordance with and governed bythelaws oftheStateofIndiana, except
foritsconflict oflaws provisions. The parties agree that, intheevent alawsuit isfiled hereunder, theywaive
3
Custom Truck & Equipment, LLC
Street Department - 2024
Appropriation #1206 044-650.01Capital LeaseFund, 2201220144-650.01MotorVehicle Highway Fund
P.O. #s112744, 112745
Contract NotToExceed $167,541.00
theirright toajurytrial, agree tofile anysuch lawsuit inanappropriate courtinHamilton County, Indiana only,
and agree that suchcourt istheappropriate venue forand hasjurisdiction oversame.
17. SEVERABILITY:
Ifany term ofthisAgreement isinvalid orunenforceable under any statute, regulation, ordinance, executive
order orother rule oflaw, suchterm shallbedeemed reformed ordeleted, butonly totheextent necessary to
comply with same, and theremaining provisions ofthisAgreement shall remain infullforce andeffect.
18. NOTICE:
Anynotice provided forinthis Agreement willbe sufficient ifitisinwriting andisdelivered bypostage prepaid
U.S. certified mail, return receipt requested, totheparty tobe notified attheaddress specified herein:
IftoCity: CityofCarmel AND CityofCarmel
Street Department Office ofCorporation Counsel
st3400W131 Street One Civic Square
Carmel, Indiana 46074 Carmel, Indiana 46032
IftoVendor: Custom Truck & Equipment, LLC
PO Box773385
Chicago, Illinois 60677-3385
Notwithstanding theabove, notice oftermination under paragraph 19 hereinbelow shall beeffective ifgiven
orally, aslong aswritten notice isthen provided assetforth hereinabove within five (5) business days from the
date ofsuch oralnotice.
19. TERMINATION:
19.1 Notwithstanding anything tothecontrary contained inthisAgreement, City may, upon notice toVendor,
immediately terminate thisAgreement forcause, intheeventofadefault hereunder byVendor and/or
ifsufficient funds arenotappropriated orencumbered topayforthe Goods andServices tobeprovided
hereunder. In theevent ofsuch termination, Vendor shall be entitled toreceive onlypayment forthe
undisputed invoice amount representing conforming Goods andServices delivered asofthedate of
termination, except that such payment amount shallnotexceed the Estimate amount ineffect atthe
time oftermination, unless theparties have previously agreed inwriting toagreater amount.
19.2 Citymayterminate thisAgreement atanytime upon thirty (30) days prior notice toVendor. Inthe
event ofsuch termination, Vendor shall be entitled toreceive onlypayment for the undisputed invoice
amount ofconforming Goods andServices delivered asofthedate oftermination, except that such
payment amount shall notexceed theEstimate amount ineffect atthetime oftermination, unless the
parties havepreviously agreed inwriting toagreater amount.
19.3 TheCitymayterminate this Agreement pursuant toParagraph 11hereof, asappropriate.
20. REPRESENTATIONS AND WARRANTIES
Theparties represent and warrant that theyareauthorized toenterinto this Agreement andthatthe persons
executing this Agreement havethe authority tobind theparty which they represent.
4
Custom Truck & Equipment, LLC
Street Department - 2024
Appropriation #1206 044-650.01Capital LeaseFund, 2201220144-650.01MotorVehicle Highway Fund
P.O. #s112744, 112745
Contract NotToExceed $167,541.00
21. ADDITIONAL GOODS AND SERVICES
Vendor understands and agrees that Citymay, from time totime, request Vendor toprovide additional goods
andservices toCity. When Citydesires additional goods and services from Vendor, theCity shall notify Vendor
ofsuch additional goods andservices desired, aswellasthetime frame inwhich same are tobeprovided.
Only afterCity has approved Vendor’stime and cost estimate forthe provision ofsuchadditional goods and
services, hasencumbered sufficient monies topay forsame, and hasauthorized Vendor, inwriting, toprovide
suchadditional goods and services, shall such goods and services beprovided byVendor toCity. Acopy of
theCity’sauthorization documents forthe purchase ofadditional goods andservices shall benumbered and
attached hereto intheorder inwhichthey areapproved byCity.
22. TERM
Unless otherwise terminated inaccordance withthetermination provisions set forth inParagraph 19
hereinabove, this Agreement shall beineffect from the Effective Date through thesatisfactory completion of
services and/ordelivery andacceptance ofgoods contracted forherein.
23. HEADINGS
Allheading and sections ofthis Agreement areinserted forconvenience onlyand donotform apartofthis
Agreement norlimit, expand orotherwise alterthe meaning ofany provision hereof.
24. BINDING EFFECT
The parties, and their respective officers, officials, agents, partners, successors, assigns and legal
representatives, are bound totheother with respect toallofthecovenants, terms, warranties and obligations
set forth inAgreement.
25. NOTHIRD PARTY BENEFICIARIES
This Agreement gives norights orbenefits toanyone other than CityandVendor.
26. DEBARMENT AND SUSPENSION
26.1 The Vendor certifies byentering intothis Agreement thatneither itnoritsprincipals norany ofits
subcontractors arepresently debarred, suspended, proposed fordebarment, declared ineligible orvoluntarily
excluded fromentering into thisAgreement byanyfederal agency orbyany department, agency orpolitical
subdivision oftheState ofIndiana. Theterm “principal” for purposes ofthisAgreement means anofficer,
director, owner, partner, key employee orother person with primary management orsupervisory
responsibilities, oraperson who has acritical influence onorsubstantive control over the operations ofthe
Vendor.
26.2 TheVendor certifies thatithas verified thestate andfederal suspension anddebarment status forall
subcontractors receiving funds under this Agreement and shall besolely responsible forany recoupment,
penalties orcosts thatmight arisefrom useofasuspended ordebarred subcontractor. The Vendor shall
immediately notify theCity ifanysubcontractor becomes debarred orsuspended, andshall, attheCity’s
request, take allsteps required bytheCity toterminate itscontractual relationship withthe subcontractor for
worktobeperformed under this Agreement.
27. IRAN CERTIFICATION
Pursuant toI.C. § 5-22-16.5, the Vendor shallcertify that, insigning thisAgreement, itdoes not engage in
investment activities within the Country ofIran.
5
CUSTOMTRUCK&EQUIPMENTRETAILBUYERSORDER
CITYOFCARMEL,IN
JASONARMESCustomTruck&Equipment
Phone:(317)499-44077701E24Highway
Email:jarmes@carmel.in.govKansasCity,MO64125
Phone:(816)241-4888 Salesperson:BeauMasters
Date:October1,2024Fax:(816)241-8826
QuoteNumber:Q-43616www.customtruck.com
TITLEINFORMATION
NameasitShouldAppearonTitle:CITYOFCARMEL,IN
AddressasitShouldAppearonTitle:1CivicSquare,Carmel,IN46032
BILLINGINFORMATION
Bill-ToName:CITYOFCARMEL,IN
AddressasitShouldAppearonInvoice:1CivicSquare,Carmel,IN46032
SALESORDER
UNIT(S)DESCRIPTIONLINEPRICETOTALPRICE
SOURCEWELLQUOTE**FORDF5504X4TEREXUTLT40F40'FORESTRYBUCKETTRUCK$167,541.00$167,541.00
QL-0095992 Item#:100_01088
CustomerPickupatBranch
AdditionalNotes:CityofCarmelAccount#2142
TerexSourcewellContract#110421-TER
ADMINISTRATIVEFEE:$ 0.00
TOTAL:$167,541.00
INP+ ))UWM+P""JP7#!6+e "7JU"GJ" P+#!b )GJ"fU#N#!"++bbU+"J\\$UP"U#" J! !=#"+N #$JN;J.SJ!+!"INP+)<Y!P$Ub !6=#!Uc#P"UN+Ng)FUNP7#Nges.
DEPOSITWITHORDER:$ 0.00
AMOUNTDUEPRIORTOPICKUPORDELIVERY:$167,541.00
THISISNOTANINVOICE.Paymentshouldnotbemadefromthisdocument.FreightandtaxesquotedinthisRetailBuyersOrder,includingFederalExciseTax,salestax
andothertaxes,areapproximateandforestimationpurposesonly. Actualfreightandtaxesmayvaryandwillbereflectedonafinalinvoice.
AnyPurchaseOrderlistedisforcustomerreferencepurposesonly,termsandconditionsofsalearedictatedbythisRetailBuyersOrder.
hh(G V=YGYFZH ZYi2\\22YFG>Z G>\\\\Y;Y 22 GVYFG>ZH2XjYH2VT\[
ACCEPTEDDEALER(NAME) LAWBUTMAYBECHARGEDBYADEALER.THISADMINISTRATIVEFEEMAY
RESULTINAPROFITTODEALER.NOPORTIONOFTHISADMINISTRATIVEFEEIS
FORTHEDRAFTING,PREPARATION,ORCOMPLETIONOFDOCUMENTSORTHE
SIGNATUREIH>iYVYGf>\\\]2f ViY;2QZ5YFG>ZY;2YFH2XjYH2VT\[\]eQ,
INITIALS
Iwouldlikemoreinformationonthefollowingabouttheabovepurchasedunits:
FLEXIBLEFINANCINGANDLEASEOPTIONS:
EXTENDEDWARRANTYOPTIONS:
IjH;5 F2HgF;2HZY\\Y;ZY>G
1.Iherebycertifythatthisorderincludesallofthetermsandconditionsonboththefaceandreversesidehereof.Thatthisordercancelsandsupersedesanyprioragreementandasofthedate
hereofcomprisesthecompleteandexclusivestatementofthetermsoftheagreementrelatingtothesubjectmatterscoveredhereby,andthatTHISORDERSHALLNOTBECOMEBINDINGUNTIL
ACCEPTEDBYDEALERORHISAUTHORIZEDREPRESENTATIVE;AND
2.Ihavereviewedthisorderandfullyunderstandthatmynewunitwillbeequippedonlywiththeoptionalequipmentspecificallylistedonthefaceofthisorderplusallstandardequipmentas
designatedbythemanufacturerattimeofdelivery;AND
TRANSITDAMAGE
3.Purchaseracknowledgesthattheremayhavebeencertaintransitand/orstoragedamagetothevehiclesoldbythesellerherein,andPurchaserherebyreleasestheSellerforanyandallclaims
DPOUJOVBUJPO!PG!UFSNT!BOE!DPOEJUJPOT!DPOTUJUVUJOH!B!QBSU!PG!QVSDIBTF!PSEFS
arisingoutofsuchtransit and/orstoragedamage.
4. THIS ISACASH SALE
@Q&G>ZY;2-&Y\\&\[>j&H2&Tj\[YGf&jF2V&i25Y;\]2<&F22&Z52&H2i2HF2&FYV2&jGV2H&(IH>iYFY>GF&II\]Y;T\]2&>G&F 2&>\\&jF2V&i25Y;\]2,&T2;jSEIMPLIED WARRANTIES OFMERCHANTABILITY
AND FITNESS FOR APARTICULAR PURPOSE ARE DISCLAIMED AND CERTAIN STATEMENTS ARE MADE CONCERNING THE ODOMETER READING
6. IcertifythatIam18years ofage, orolder; andthatIhavereadtheprinted matteronthefrontandbackhereof andagreetoitasapartofthisorderthesameasifitwereprinted abovemy
signature. I/weauthorize youtocheckmy/ourcreditandemployment historyandtoprovideand/orobtain information aboutcredit experience withme/us
Z?9%@&<@&@9%B?@D?@I%B?&<@%1<:Y?9?:@%OZ?Z%;C%B+%+@3:<D%BC%&Z+%1 97`
Iherebyagree topurchase fromyouunderthetermsandconditions specified: Purchaser(s) SignatureandDate
X
7. IfPurchaser intends toobtain acertificate oftitleforthisvehicleinastatewheresellingdealerislicensed tosellthisvehicle (orisnotrequiredtobelicensed tosellthisvehicle), Purchaser
willacceptdelivery ofthisvehicle atasellingdealerlocationinthatstate, orsuchotherlocation assellingdealerandPurchaser mayagree. IfPurchaser intends toobtain acertificate oftitlefor
this vehicle inastate where selling dealer isnot licensed to sell this vehicle (and would have otherwise been required to belicensed to sell this vehicle), unless selling dealer and Purchaser
otherwise agree, selling dealer willcoordinate theshipment ofthisvehicle topurchaser fromKansas City, Missouri. Insuchcase, Purchaser herebyauthorizes sellingdealer, onbehalf of
Purchaser, to enter into ashipping contract with athird-party common carrier for the shipment ofthis vehicle to Purchaser'sphysical address set forth on the first page ofthis Retail Buyers
Order, or such other location as selling dealer and Purchaser may agree. Purchaser agrees that delivery ofthis vehicle, including the transfer oftitle and risk of loss topurchaser,will occur at
7+&" .+&"7#"&"7 )&R+7P$+& )&$J#b+b&J!"J&"7+&PJ..J!&P#NN +Ngstransport (i.e., FOBshipping point). Thecarrierwillinsurethisvehiclewhileintransit, andthePurchaser willbethebeneficiary of
anyclaimsfordamage tothisvehicle orlossesoccurring whilethisvehicleisinthepossession ofthecommon carrier. Theshipping cost, ifrequired, willeitherbeincluded onthisRetailBuyers
Order asaseparate line item, will be included inthe purchase prP+&Jc&"7+&R+7P$+&JN&)+S#N#"+$9& !RJP+b&S+N&IUNP7#)+Ng)& !)tructions. The sale of this vehicle from selling dealer toPurchaser will
bedeemed tohave occurred inKansas City, Missouri.
8. ARBITRATION
MANDATORY ARBITRATION OFDISPUTES; ANY CLAIM, CONTROVERSY OR DISPUTE OF ANY KIND BETWEEN THE CUSTOMER AND THE COMPANY ARISING OUT OFOR RELATED TO THIS
AGREEMENT (WHETHER BASED ON CONTRACT, TORT, STATUTE, FRAUD, MISREPRESENTATION OR ANY OTHER LEGAL OREQUITABLE THEORY) SHALL BERESOLVED BY FINAL AND BINDING
ARBITRATION PURSUANT TOTHEFOLLOWING TERMS.
a. TheFederal Arbitration Act, notstatelaw, shallgovernthearbitration process andthequestion ofwhether aclaim issubjecttoarbitration. Thecustomer, however, retainstherighttotakeany
claim, controversy or dispute that qualifies tosmall claims court rather than arbitration.
b. Asingle arbiter engaged inthe practice oflaw will conduct the arbitration. The arbitrator will be selected according to the rules of the American Arbitration Association or, alternatively;may be
selected by agreement ofthe parties, who shall cooperate ingood faith to select the arbitrator. The arbitration shall beconducted by, and under the then-applicable rules of the American Arbitration
Association. Any required hearing fees and costs shall bepaid by the parties as required by the applicable rules, but the arbitrator shall have the power to apportion such costs asthe arbitrator
deemsappropriate.
PQ&Z7+&#NW "N#"JNg)&b+P ) J!&#!b#Nb&8 $$&W+&c !#$&#!b&W !b !6<&and judgment onthe award rendered bythe arbitrator may beentered inanycourt with jurisdiction.
NOTICE: LANGUAGE INSECTION 3, SECTION 6, AND SECTION 7BELOW DISCLAIMING IMPLIED WARRANTIES OFMERCHANTABILITY OR FITNESS FOR APARTICULAR
PURPOSE ONVEHICLE WHICH IS SUBJECT OF THIS ORDER DOES NOT APPLY WHEN A SERVICE CONTRACT IS SOLD WITHIN 90DAYS :3%&Z+%Y+Z?A+d9%DATE
OFSALE INWHICH THE DEALER ISLEGALLY LIABLE UNDER THESERVICE CONTRACT.
Provisions Applicable On Sale OfNew Vehicle
1. PRICE REVISION: Inthe event the price todealer ofthe series and body type ordered by purchaser ischanged by the manufacturer prior to delivery topurchaser of the vehicle ordered by
purchaser, dealer has the right to accordingly change the cash delivered price topurchaser, provided that ifpurchaser does not agree with such price change, purchaser may cancel this
Purchase Order, in which event ifaused vehicle has been traded in asapart ofthe consideration for the vehicle purchased bypurchaser such traded-in vehicle shall be returned to purchaser
upon payment ofareasonable charge forstorage and repairs (ifany), or , ifsuch traded-invehicle has been previously sold bydealer the amount received therefore less aselling commission of
15% and any expenses (for storing, insuring, conditioning or advertising such vehicle for sale) shall bereturned to purchaser.
2. Itisunderstood that there isnot relationship ofprincipal and agent between the dealer and the manufacturer and that the dealer isnot authorized to act orattempt toact, or represent
himself, directly or byimplication, asagent ofthe manufacturer, orin any manner assume to create, or attempt to assume tocreate, any obligation onbehalf oforin the name ofthe
manufacturer.
3. The only warranties applying tothis vehicle arethose offered by themanufacturer. The selling dealer hereby expressly disclaims all warranties either expressed or implied, including any
implied warranties of merchantability or fitness for aparticular purpose and neither assumes not authorizes any other person toassume for itany liability inconnection with the sale ofthe
vehicle. Buyer shall not beentitled to recover from the selling dealer any consequential damages, damages to property, damages for loss ofuse, loss oftime, loss ofprofits orincome,or any
other incidental damages.
Z7+&.#!Uc#P"UN+Ng)&SN !"+b&8#NN#!"9&Jcc+N+b&J!&"7+&)#$+&Jc&!+8&vehicles will befurnished tothe purchaser upon delivery ofthe&R+7P$+Q&;JS +)&Jc&.#!Uc#P"UN+Ng)&8#NN#!" +)&#N+&#R# $#W$+&cJN&
study
4. IMPORTANT: Ifyour new passenger car orlight truck purchased onorafter January 1, 1958 is defective and cannot be made to conform to itsapplicable express warranty coverage after four
repair attempts, or itisout ofservice for more than 30 calendar days during the period ofone year orthe term ofif itsapplicable express warranty, whichever isearlier, you may beentitled
under state law toreplacement orto a refund. You must first notify the manufacturer of theproblem in writing and provide the manufacturer an opportunity torepair the vehicle.
Provisions Applicable OnSale OfAUsed Vehicle
5. THE INFORMATION YOU SEE ON THE WINDOW FORM (BUYERS GUIDE) FOR THIS VEHICLE IS PART OFTHIS CONTRACT. INFORMATION ON THE WINDOW FORM OVER- RIDES ANY
CONTRARY PROVISIONS INTHE CONTRACT OF SALE.
W7%O?&Z:8&%O<?&&+@%D+A+<d9%O @&C
DPOUJOVBUJPO!PG!UFSNT!BOE!DPOEJUJPOT!DPOTUJUVUJOH!B!QBSU!PG!QVSDIBTF!PSEFS
A. Thevehicledescribed onthereverseofthispageisbeing )J$b&"J&9JU&(F&YF,&#!b&(eYZ5&j\]ZF<,&#!b&Z52&F2\]\]YGf&V2 2HHEREBY EXPRESSLY DISCLAIMS ALLWARRANTIES, EITHER
EXPRESS ORIMPLIED, INCLUDING ANY WARRANTY OF THE MERCHANTABILITY OR FITNESS FOR APARTICULAR PURPOSE, and neither assumes nor authorizes any other person to assume for it
any liability inconnection with the sale of this vehicle. Further, the undersigned acknowledges that he isnot relying on any representations inpurchasing this vehicle that may have been made
bydealeroritsagentsoremployees concerning thecondition ofthevehicle whicharenotstated herein. Purchaser shallnotbeentitled torecovery fromtheselling dealer foranycon-
sequential damages, incidental damages, propertydamage, ordamages forlossofuse, lossoftime, lossofprofits, forinconvenience orlossofincome. Ifselling dealerissuesawritten express
8#NN#!"9&JN&"7+N+&N+.# !)&#&S#N"&Jc&"7+&.#!Uc#P"UN+Ng)&8#NN#!"9&87ich has not expired according to itsterms, this provision does notapply.
B. Thesellingdealerreceived thisvehicle, withapproximately themileageshown ontheodometer (lessmilesdriven fortestinganddemonstration). However, sellingdealer makes nowarranty
orrepresentation astotheaccuracy ofsaidodometer reading, eitherexpress orimplied, except thatsaidodometer reading hasnotbeenaltered byselling dealer, andthatdealer hasno
a!J8$+b6+&"7#"& "&8#)&#$"+N+b&JN&b )PJ!!+P"+b&SNJN&"J&"7+&" .+&"7 )&R+7P$+&P#.+& !"J&"7+&b+#$+Ng)&SJ))+)) J!Q&Y!&PJ!) b+N#" Jnofthe purchase price stated onthereverse side ofthis page,
purchaser herebyreleases andforeverdischarges dealer, itsofficers, directors, employees, agents, successors, andassigns, fromanyandallclaims, causes ofaction, liabilityanddamages, which
mayresultordevelop fromthe
accuracy ofthe odometer reading, and in the event that aclaim isasserted against dealer by asubsequent purchaser ofthis vehicle based upon the accuracy of the odometer reading,
purchaser agrees toindemnity andholdharmlessthedealertherefrom.
Purchaser understands thatdealerhasnocontrol overwhatmayhavebeendonetotheodometer byprevious owners andthatdealer hasnowaytoascertainthecorrectness oftheodometer
reading. Purchaser acknowledges thathehasreadunderstands andaccepts alloftheprovisions ofthisdisclaimer ofwarranty andrelease assetforthinparagraph 6
X7%O?&Z%D+A+<d9%O<?&&+@%O @&C
A. The only warranties applying tothe sale ofthis vehicle are those extended bythemanufacturer inan unexpired manufacturerg)&8#NN#!"9<& c&#!9&)J&+d )")<&#!boJN&#!&+dSN+))&8N ""+!&$b&
warranty extended byselling dealeranddelivered topurchaser atthetimeofdelivery ofthisvehicle. Theprovisions andtermsofsuchexpresswrittenlimited warranty arethosesetoutinsuch
instrument and SELLING DEALER HEREBY LIMITS ALL IMPLIED WARRANTIES, INCLUDING THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR APARTICULAR PURPOSE, TOTHE
SAME DURATION OFTIME AS THE EXPRESS WRITTEN LIMITED WARRANTY PROVIDED BY SELLER. Some states donot allow limitations onhow long animplied warranty lasts, sothe above
limitation may not apply to you. Further, selling dealer neither assumes not authorizes any person to assume for itany liability other than that expressed in such instrument. The under-signed
acknowledges thatheisnotrelyingonanyrepresentations herei!Q&IUNP7#)+Ng)&b#.#6+)&cJN&"7+&PJ!b " J!&Jc&"7 )&R+7P$+&#N+&$ mitedandrestricted tothosewhicharerecoverable bypurchaser
thereunder, including consequential orincidental damages. Somestatesdonotallowtheexclusion orlimitation ofconsequential orincidental damages, sotheabovelimitation maynotapplyto
9JUQ&Yc&"7+&R+7P$+& )&)J$b&(#)& ),&#!b&(8 "7&#$$&c#U$")<,&"7 )&SNJR ) J!&(bJ+)&!J"&#SS$9Q
B. The selling dealer received this vehicle, with approximately the mileage shown on the odometer (less miles driven for testing and demonstration). However, selling dealer makes no warranty
orrepresentation as tothe accuracy ofsaid odometer reading, either express or implied, except that said odometer reading has not been altered by selling dealer, and that dealer has no
knowledge that ithas altered or disconnected prior to the ti.+&"7 )&R+7P$+&P#.+& !"J&b+#$+Ng)&SJ))+)) J!Q&Y!&PJ!) b+N#" J!&Jcthe purchase price stated on the reverse side ofthis page,
purchaser hereby releases andforeverdischarges dealer, itsofficers, directors, employees, agents, successors andassignees, fromanyandallclaims, causesofaction, liability anddamages,
which may result ordevelop from the accuracy ofthe odometer reading, and in the event that aclaim isasserted against dealer by asubsequent purchaser ofthis vehicle based upon the
accuracy ofthe odometer reading, purchaser agrees toindemnify and hold harmless dealer there from.
Purchaser understands thatdealerhasnocontrolover whatmayhavebeendonetotheodometer byprevious owners, andthatdealerhasnowaytoascertain thecorrectness oftheodometer
reading. Purchaser acknowledges that he has read, understands and accepts allof the provisions of this disclaimer of warranty and release as set forth in paragraph
Other Provisions
8. NOTIFY SELLER WITHIN 20 DAYS: Purchaser shall give notice toseller ofany breach of contract ofexpress or implied warranty applicable to the goods within twenty (20) days ofthe time he
discovers orshould have discovered said breach or the purchaser shall bebarred from any remedy for the breach. Purchaser shall thereafter return the goods toseller, oranyone designated by
seller. Within twenty (20) days after the notice of breach to allow the seller the opportunity tocure the breach orthe purchaser shall bebarred from any remedy for the breach.
9. REAPPRAISAL OF TRADED-INVEHICLE: Ifavehicle has been traded inas apart of the consideration for thevehicle ordered by purchaser hereunder and such vehicle is not delivered to dealer
untildeliverytopurchaser ofthevehiclepurchased bypurchaser, suchtraded-invehicleshallbereappraised atthattimeandsuchreappraisal valueshalldetermine theallowance madefor
such vehicle. If such reappraised value islower than the original allowance therefore shown on the face ofthis Purchase Order, purchaser may, ifdissatisfied therewith, cancel this Purchase
Order, provided, however, that such right to cancel isexercised prior todelivery of vehicle ordered hereunder to the purchaser and surrender ofthe traded-in vehicle to dealer.
VQ7%18<Z 9+<d9%O @&C%:3%&?&A+%@D%1<:;1&%D+A?Y+<%:3%&?&A+H%Purchaser warrants that the traded-invehicle ishis property free and clear ofall liens and encumbrances except as
otherwise noted on the title. Purchaser understands that the delivery and assignment of the certificate of title to any traded-in vehicle isan integral part of the entire sale transaction expressed
7 )&N+"# $&WU9+Ng)&JNb+NQ&Yc&SUNP7#)+N&bJ+)&!J"&) .U$"#!+JU)$9&assign and deliver the certificate oftitle atthe time oftrade-in or fails todoso within fifteen days ofthe trade-in,seller may: (1)
cancel the sale/purchase order and exercise any and all remedies under law including repossession; or (2) treat the sale inevery respect as ifno trade-in took place and revise the purchase price
cJN&"7+&JNb+N+b&R+7P$+&#PPJNb !6$9Q&Y!&)UP7&P#)+)<&SUNP7#)+Ngs trade-inwill be returned upon payment ofareasonable charge forstorage and repairs, ifany.
11. FAILURE OR REFUSAL TO ACCEPT DELIVERY: j!$+))&"7 )&IUNP7#)+&>Nb+N&)7#$$&7#R+&W++!&P#!P+$$+b&W9&SUNP7#)+N&U!b+N&#!b& !&#PPJNb#!P+&8 "7&"7+&SNJR ) J!&Jc&S#N#6N#S7)&(%,&JN&(L,&#WJR+<&
dealer shall have the right upon failure orrefusal ofpurchaser to accept delivery of the vehicle ordered and tocomply with the terms ofthis Purchase Order, toretain as liquidated damages any
cash deposit made by the purchaser, and inthe event avehicle has been traded-inas apart of the consideration for the vehicle ordered bypurchaser hereunder to sell such traded-in vehicle and
N+ .WUN)+&7 .)+$c&8 "7&"7+&SNJP++b)&Jc&)UP7&)#$+&cJN&"7+&+dS+!)+)&)S+Pc +b& !&S#N#6N#S7&(%,&#WJR+&#!b&cJN&)UP7&J"7+N&+dS+!)+)&and losses asdealer may incur or suffer as aresult ofsuch failure
orrefusal by purchaser.
12. FAILURE OR DELAY OF DELIVERY: Dealer shall not be liable forfailure todeliver or delay indelivery ofthe vehicle, accessories, orother parts thereof covered by the Purchase Order where
such failure or delay isdue, inwhole or inpart, toany cause other than the negligence of the dealer.
qbhf!2!pg!21
qbhf!3!pg!21
qbhf!4!pg!21
qbhf!5!pg!21
qbhf!6!pg!21
qbhf!7!pg!21
qbhf!8!pg!21
qbhf!9!pg!21
qbhf!:!pg!21
qbhf!21!pg!21
EXHIBIT B
Invoice
Date:
Name of Company:
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
INSURANCE COVERAGES
Worker’s Compensation & Disability Statutory Limits
Employer’s Liability:
Bodily Injury by Accident/Disease: $100,000 each employee
Bodily Injury by Accident/Disease: $250,000 each accident
Bodily Injury by Accident/Disease: $500,000 policy limit
Property damage, contractual liability,
products-completed operations:
General Aggregate Limit (other than
Products/Completed Operations): $500,000
Products/Completed Operations: $500,000
Personal & Advertising Injury
Policy Limit: $500,000
Each Occurrence Limit: $250,000
Fire Damage (any one fire): $250,000
Medical Expense Limit (any one person): $ 50,000
Comprehensive Auto Liability (owned, hired and non-owned)
Bodily Single Limit: $500,000 each accident
Injury and property damage: $500,000 each accident
Policy Limit: $500,000
Umbrella Excess Liability
Each occurrence and aggregate: $500,000
Maximum deductible: $ 10,000
10/7/2024
CTOS RENTALS LLC
CHICAGO, IL 60677--3385
112744
PO BOX 773385
City of Carmel
ONE CIVIC SQUARE
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
FEDERAL EXCISE TAX EXEMPT
35-6000972
PURCHASE ORDER NUMBER
THIS NUMBER MUST APPEAR ON INVOICES, A/P
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
VENDOR SHIP
TO
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
EXTENSION
Lease = 0
Street Department
3400 W. 131st Street
Carmel, IN 46074-
317) 733-2001
378045
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
92072
1206Department:0Fund:Capital Lease Fund
44-650.01Account:
ForestryTruck1 $101,567.00 $101,567.00Each
101,567.00SubTotal
101,567.00
Send Invoice To:
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID.
C.O.D. SHIPMENT CANNOT BE ACCEPTED.
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO.
THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
PAYMENT
A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. IHEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
CONTROL NO. 112744
ORDERED BY
TITLE
Street Department
3400 W. 131st Street
Carmel, IN 46074-
Lee Higginbotham Zac Jackson
317) 733-2001
Commissioner CFO
10/9/2024
CTOS RENTALS LLC
CHICAGO, IL 60677--3385
112745
PO BOX 773385
City of Carmel
ONE CIVIC SQUARE
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
FEDERAL EXCISE TAX EXEMPT
35-6000972
PURCHASE ORDER NUMBER
THIS NUMBER MUST APPEAR ON INVOICES, A/P
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
VENDOR SHIP
TO
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
EXTENSION
Street Department
3400 W. 131ST Street
Carmel, IN 46074-
317) 733-2001
378045
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
Matt Higginbotham
92135
2201Department:2201Fund:Motor Vehicle Highway FND
44-650.01Account:
ForestryTruck1 $65,974.00 $65,974.00Each
65,974.00SubTotal
65,974.00
Send Invoice To:
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID.
C.O.D. SHIPMENT CANNOT BE ACCEPTED.
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO.
THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
PAYMENT
A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. IHEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
CONTROL NO. 112745
ORDERED BY
TITLE
CONTROLLER
Street Department
3400 W. 131st Street
Carmel, IN 46074-
Lee Higginbotham
317) 733-2001
Commissioner
CzTfshfzHsfdivlijobu5;13qn-Efd21-3135
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
thereof.
3.3 Final Payment. Final payment, constituting theentire unpaid balance ofthe Contract Price, including
anyretainage, shall bepaid byCity toContractor within ninety-one (91) days after ithasbecome due
and payable. Final payment toContractor shallnot become due and payable until and unless all
Goods andServices are delivered, and allWork fortheProject isotherwise fully completed and
performed inaccordance with theContract Documents and issatisfactory toandapproved byCity.
3.4 Effect ofFinal Payment. The making offinalpayment shall constitute awaiver ofClaims byCity
except those arising from:
a. Liens, claims, security interests orencumbrances arising outoftheContract andunsettled;
b. Failure ofthe Work tocomply withthe requirements oftheContract Documents;
c. Terms ofspecial warranties required bytheContract Documents;
d. Claims previously made inwriting andremaining unsettled asofthedate offinalpayment;
e. Claims byCityattributable todefective work orprior corrective work, appearing after final
inspection;
f. Failure ofthe Work tocomply withthe requirements oftheContract Documents;
g. Cityclaims and other rights arising under theterms ofanygeneral orspecial warranties,
guarantees ormaintenance bonds specified bytheContract Documents orarising
thereunder; and
h. City claims andotherrights with respect toContractor’sandSurety’scontinuing obligations
under theContract andtheContract Document.
3.5 Acceptance byContractor ofanysum tendered by Cityasfinal payment shall constitute awaiver of
allclaims by Contractor withrespect tothisAgreement, except those claims authorized bythis
Agreement, previously made inwriting and submitted inatimely manner, and specifically identified
and reserved byContractor asunresolved intheapplication forfinalpayment.
4. CONTRACT DOCUMENTS:
4.1 Scope ofWork. Contractor agrees toprovide alllabor, goods, material, shipping, receiving,
supervision, services, supplies, machinery, equipment, storage and any necessary rigging as
required forthe Project assetforth inthe attached Exhibit “A” andanyreferences, addenda and/or
attachments thereto, Project Manual (ifapplicable), CityofCarmel General Conditions, Cityof
Carmel Supplementary Conditions, andallapplicable Drawings andSpecifications (collectively
Contract Documents”), allofsuch Contract Documents are fully incorporated herein. Contractor
acknowledges thatallreferenced Contract Documents are apartofthisAgreement.
4.2 Contractor Site andDocument Review. Contractor acknowledges that ithashad anadequate
opportunity toexamine sufficiently toitssatisfaction the site oftheWork andto review and/orobtain
copies oftheContract Documents andtobecome fullyfamiliar withthem, and that itshallnot be
excused from anyconditions existing and detectable atthe site oranyprovisions set forth inthe
Contract Documents due toanylack ofknowledge orunderstanding ofthe existence orcontents
thereof atthetime ofexecuting thisAgreement. Contractor acknowledges theContract Documents
tobesuitable for Contractor’sWork and sufficient for their intended purpose, andagrees toperform
theWork and tocomplete thesame forthe Contract Price and within theProject timeline, infulland
strictaccordance with theContract Documents and toCity’ssatisfaction, and thatitwillperform the
Work so asnot toviolate any term, covenant orcondition ofthe Contract Documents orapplicable
codes and laws.
2
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
4.3 AllDrawings, Specifications andother items defined herein asContract Documents that have been
prepared forthe Project and furnished toContractor byoronbehalf ofCityorother third party are
without any representation or warranty bytheCity astothe acceptability, accuracy orsuitability
thereof fortheWork. Citymakes norepresentation orwarranty toContractor concerning the
acceptability, accuracy orcompleteness oftheContract Documents orother information anddata
prepared bypersons other thanCity, and accordingly, City shall have noliability toContractor with
respect toanypatent orlatent defects, deficiencies, errors andomissions therein.
4.4 Contractor represents thatithasreviewed the Contract Documents, visited thesite and provided City
with written notice ofanyconcerns ornecessary clarifications resulting fromthese reviews and
investigations priortosubmitting itsproposal orbidtoCityandexecuting thisAgreement. Contractor
waives therighttorequest andincrease inthe Contract Priceorextension oftheProject completion
deadline asaresult ofitsfailure toraisesuch concerns orclarifications with City.
4.5 Intent oftheContract Documents. The Contract Documents shall be deemed toinclude andrequire
allitems andaspects oflabor, material, equipment, services and transportation incidental toor
necessary fortheproper and efficient execution and completion oftheWork as itrelates tothe
Project. The Contract Documents are complementary, andwhat isrequired by any onedocument
shall beasbinding asifrequired byall. Work notspecifically covered intheContract Documents or
which issubject toquestion andinterpretation because ofconflicts, duplications orambiguities may,
atCity'soption, berequired of Contractor ifitisconsistent therewith and isreasonably inferable
therefrom asbeing necessary toproduce the results intended bythisAgreement. Assuch, anypart
ofthe Work shown onDrawings butnotspecifically mentioned intheSpecifications orviceversa
shall beconsidered aspartofthe Work, thesame as though included inboth.
4.6 Shop Drawings and Submittals. Contractor shall submit shop drawings, product data, samples and
similar submittals required bytheContract Documents with reasonable promptness and insuch
sequence as tocause nodelayintheWork orintheactivities ofothercontractors orsubcontractors.
IfContractor shall make changes indesign, including dimensional changes, either through shop
drawings oractual field work, itshall accept the responsibility forthe structural and functional
adequacy ofsuch changes and their acceptance byCity orProject’sarchitect. Any structural or
functional inadequacies which maydevelop because ofsuch changes shall beremedied by
Contractor unless such change isspecifically included inachange order.
4.7 Taxes. Asapublic, municipal entity, theCity ofCarmel, and its various departments, areexempt
fromsales and compensating use taxes onalltangible personal property (materials, equipment and
components) pursuant tothelawoftheState ofIndiana. Contractor shall notinclude any charges
representing suchtaxes on anyinvoices hereunder. Contractor shall beresponsible forallfranchise
fees andtaxes ofany kind whatsoever.
5. WARRANTY:
5.1 Inaddition toallwarranties required byContract Documents, Contractor expressly warrants thatthe
Goods and Services/theWork covered bythis Agreement willconform tothose certain
specifications, descriptions and/orquotations regarding same aswereprovided toContractor byCity
and/orby Contractor toand accepted byCity, allofwhich documents areincorporated herein by
reference, and thattheGoods andServices/the Work will be delivered and/orperformed inatimely,
goodand workmanlike manner andfreefrom defect. Contractor acknowledges thatitknows ofCity’s
intended use andexpressly warrants that theGoods andServices provided toCity pursuant tothis
3
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
Agreement havebeen selected by Contractor based upon City’sstated useandarefitand sufficient
fortheirparticular purpose.
5.2 Further, Contractor warrants toCitythatmaterials and equipment furnished under theContract
Documents willbe ofthebestquality andnew unless theContract Documents require orpermit
otherwise. The performance oftheWork shall not limit, voidorotherwise compromise ordiminish
anyequipment ormanufacturer warranty thatistobeissued under theContract Documents. Goods,
Work, materials, orequipment not conforming tothese requirements may beconsidered defective.
Contractor’swarranty excludes remedy fordamage ordefect caused byabuse, alterations tothe
Work notexecuted byContractor, improper orinsufficient maintenance, improper operation, or
normal wear andtear and normal usage. Ifrequired bythe City, theContractor shall furnish
satisfactory evidence astothekind andquality ofmaterials and equipment.
5.3 Contractor shall, atitssole expense, promptly andproperly repair, replace orotherwise correct any
Work that is (i) rejected byCity or Architect, or (ii) known, observed ordiscovered atanytimeby
Contractor, City orArchitect tobedefective orfailing toconform tothe Contract Documents andshall
payCity forallexpenses incurred inany delay caused byremedying defective orotherwise
nonconforming Work.
5.4 Ifwithin two (2) years afterfinal completion oftheProject, orsuch longer period asestablished with
respect toContractor’sobligations under the Contract Documents, theWork oranyportion thereof is
found tobenotinaccordance with the requirements oftheContract Documents, Contractor shall
correct itpromptly afterreceipt ofwritten notice from City todoso. Contractor’sobligations under this
Section shall survive completion and acceptance oftheWork and Project and termination ofthe
Agreement.
5.5 Any and allwarranties whichareavailable onany material orequipment orother service which is
partoftheWork willbe provided toCity atnoadditional cost. Upon completion oftheWork,
Contractor shall assign toCityall warranties obtained orobtainable byContractor from
manufacturers andsuppliers ofequipment andmaterials incorporated into theWork bywritten
instrument ofassignment inaformacceptable toCity. Contractor shall furnish City with copies ofall
warranties, guarantees, operating manuals relative toequipment installed, and acomplete set of
reproducible drawings withallfield changes noted onthem relating totheimprovements constructed
under theContract. Theassignment ofsuchmanufacturer andsupplier warranties shall not relieve
Contractor ofany ofits ownwarranty obligations under this Article, whichshall remain infullforce
and effect.
5.6 Notwithstanding anything tothe contrary contained inContract Documents with respect to
warranties, itisunderstood andagreed thatthe foregoing warranties and guarantees shall notaffect,
limitorimpair City'srightagainst Contractor with regard tolatent defects inthe Work which donot
appear within theapplicable warranty period following acceptance ofthe Work and which could not,
bytheexercise ofreasonable care and duediligence, beascertained ordiscovered byCitywithin
suchwarranty period. Contractor shall beand remain liable and responsible tocorrect and cure any
such latent defects which arereported toContractor byCityinwriting within ninety (90) days after
such latent defect first appears orcould, bytheexercise ofreasonable care andduediligence, be
ascertained or discovered byCity. City’swarranty rights and remedies with respect tolatent defects
shall remain infull force and effect andforthe same duration as withany other warranty provided in
this Article orotherwise available orprescribed bylaw.
4
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
6. TIME AND PERFORMANCE:
6.1 This Agreement shall become effective as ofthelast date onwhich aparty hereto executes same
Effective Date”), andboth parties shall thereafter perform their obligations hereunder inatimely
manner. Time isoftheessence ofthis Agreement.
6.2 Contractor shall continuously monitor the construction schedule and advise Cityonaregular basis of
thestatus ofContractor’sprogress with respect tosuch schedule atany timeCity’srepresentative
requests Contractor todoso, including the furnishing ofinformation onthe status ofshop drawings,
samples, submittals and materials, machinery orequipment which may be inthecourse of
preparation ofmanufacture.
6.3 If, intheopinion ofCity, Contractor isbehind schedule intheperformance oftheWorkorisfailing,
without cause, tomaintain progress oftheWork ortoconform tothe general progress ofallwork for
the Project, Contractor agrees that itshall, atitsown expense, perform such overtime work, use
extralabor, and undertake allother means necessary tobringthe Work back on schedule.
6.4 Ifthere are anyconflicting times ordurations foraction, submissions, notices orresponses thereto
byContractor between oramong the Contract Documents, thecontrolling timeorduration for such
action, submissions, notices orresponses thereto byContractor shall betheearlier of such times
and shorter ofsuch durations, unless Cityexpressly agrees inwriting otherwise.
7. MEANS AND METHODS:
Contractor isresponsible forthe means, methods, techniques, sequences orprocedures, and safety
precautions and programs inconnection withprovision ofGoods and Services andrelated work under the
Contract Documents. Atalltimes during performance oftheWork, Contractor shall maintain and designate
toCityadequate, experienced andcooperative supervisory personnel, including afull-time on-siteproject
manager orsuperintendent ifrequired by Contract Document orfederal, state orlocal laws, rules and
regulations. City shall not have control over orcharge of, andshallnotberesponsible for, means, methods,
techniques, sequences orprocedures, orforthesafety precautions andprograms inconnection with the
performance oftheWork byContractor andshallnot beresponsible forany omission orfailure onthepartof
theContractor toproperly perform itsobligations. Contractor shall beresponsible toCity forContractor’s
negligent acts oromissions orfailure toperform.
8. DISCLOSURE AND WARNINGS:
Ifrequested byCity, Contractor shall promptly furnish toCity, insuch form anddetail asCity may direct, alist
ofallchemicals, materials, substances and items used inorduring theprovision oftheGoods and Services
provided hereunder, including the quantity, quality and concentration thereof and any other information
relating thereto. Atthetimeofthe delivery oftheGoods andServices provided hereunder, Contractor agrees
tofurnish toCity sufficient written warning and notice (including appropriate labels oncontainers and
packing) ofanyhazardous material utilized inorthatisapart ofthe Goods and Services.
9. PROTECTION OFWORK:
Contractor shall atitsown expense takeallnecessary precautions toprotect thework ofother trades from
anydamage caused byContractor’soperations, and watch over, care forandprotect from damage orinjury
byanycause whatsoever, allofContractor’sWork, complete orotherwise, and allofitsmaterials, supplies,
tools, machinery and equipment atornear theProject.
5
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
10. SUBCONTRACTS:
Byappropriate agreement, written where legally required forvalidity, Contractor shall require each
subcontractor, totheextent oftheWork to beperformed bythe subcontractor, to bebound toContractor by
terms oftheContract Documents, and toassume toward Contractor alltheobligations andresponsibilities,
including theresponsibility for safety ofContractor’sWork, which Contractor, by theseContract Documents,
assumes toward City. Each subcontract agreement shall preserve andprotect therights ofCityunder the
Contract Documents with respect tothe Work tobeperformed bysubcontractor so that contracting thereof
willnotprejudice such rights, andshall allow tosubcontractor, unless specifically provided otherwise inthe
contract agreement, the benefit ofallrights, remedies and redress against Contractor that Contractor, bythe
Contract Documents, hasagainst City. Where appropriate, Contractor shall require each subcontractor to
enter intosimilar agreements withitssubcontractors.
11. LIENS:
Contractor shall notcause orpermit thefiling ofany lien on any ofCity’sproperty. In theevent any such lien
isfiled and Contractor failstoremove such lien within ten (10) daysafter thefiling thereof, bypayment or
bonding, Cityshall have theright topaysuch lienor obtain such bond, allatContractor’ssole costand
expense.
12. DEFAULT:
Intheevent Contractor: (a) repudiates, breaches ordefaults under any oftheterms orconditions ofthis
Agreement, including Contractor’swarranties; (b) failstoprovide the Goods andServices as specified
herein; (c) failstomake progress soastoendanger timely andproper provision ofthe Goods and Services
and does notcorrect such failure orbreach within five (5) business days (orsuch shorter period oftime asis
commercially reasonable under the circumstances) after receipt ofnotice from City specifying such failure or
breach; or (d) becomes insolvent, is placed intoreceivership, makes ageneral assignment forthebenefit of
creditors ordissolves, eachsuch event constituting anevent ofdefault hereunder, Cityshall have the rightto
1) terminate allorany parts ofthisAgreement, without liability toContractor; and (2) exercise allother rights
and remedies available toCityatlaw and/orinequity.
13. INSURANCE AND INDEMNIFICATION:
13.1 Contractor shall procure and maintain infull force and effect during thetermof this Agreement, with
an insurer licensed todobusiness intheState ofIndiana, such insurance asisnecessary fortheprotection
ofCityand Contractor fromallclaims fordamages under any workers’ compensation, occupational disease
and/orunemployment compensation act; forbodily injuries including, but notlimited to, personal injury,
sickness, disease ordeath ofortoany of Contractor’sagents, officers, employees, contractors and
subcontractors; and, forany injury toordestruction ofproperty, including, but notlimited to, anyloss ofuse
resulting therefrom. Thecoverage amounts shall benoless than those amounts set forth inattached Exhibit
C. Contractor shall cause itsinsurers toname City asanadditional insured onallsuch insurance policies,
shallpromptly provide City, upon request, with copies ofallsuch policies, and shall provide that such
insurance policies shall not becanceled without thirty (30) days prior notice toCity. Contractor shall
indemnify andhold harmless City from andagainst any and allliabilities, claims, demands orexpenses
including, butnot limited to, reasonable attorney fees) forinjury, death and/ordamages toany person or
property arising from orinconnection withContractor’sprovision ofGoods andServices pursuant toorunder
this Agreement orContractor’suse ofCity property.
13.2 Notwithstanding any other provision ofthisAgreement tothecontrary, should anypolicy required by
theContract Documents becanceled orotherwise terminated before thecompletion of theWork hereunder,
Contractor shallexertallreasonable efforts toprocure andmaintain inforce similar insurance from insurers
6
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
satisfactory toCity and provide certificates ofsuch insurance toCity upon itswritten request. Should
Contractor failorneglect toprovide the required insurance, orallow anyrequired coverage tolapse, City
shall havethe right, but nottheduty, toprovide such insurance anddeduct the costthereof from anymoney
due toContractor any andallpremiums paid byCityforandonaccount ofsaid insurance. Thepolicy or
policies, and each certificate ofinsurance, shall further provide thatthe insurance willnot becancelled bythe
Insurer orthelimitsofliability reduced byendorsement prior toatleast thirty (30) days after written notice by
certified mail ofsuchcancellation orchange has been provided bytherespective insurer toCity. No less
than fourteen (14) daysprior tothe expiration, cancellation ortermination ofany suchpolicy, Contractor shall
supply City with anewandreplacement Certificate ofInsurance and Additional Insured endorsement as
proof ofrenewal oftheoriginal policy andcoverage, with suchneworreplacement policy andendorsements
inthesame manner and forthesame coverage and amounts infavor ofCity assetforth inthisParagraph.
13.3 Indemnity. Tothefullest extent permitted bylaw, Contractor shall indemnify, hold harmless and
defend City andallofitsofficers, directors and employees, fromand against allclaims, suits, demands,
causes ofaction, damages, losses, costs andexpenses, including reasonable attorney'sandContractor’s
feesand expenses, butonlytothe extent caused byContractor’snegligent performance oftheWork under
thisAgreement, oroccasioned byanybreach ornonperformance ofitsterms, provided thatanysuchclaim,
suit, demand, cause ofaction, damage, loss, cost, fees orexpense: (a) isattributable tobodily injury,
sickness, disease ordeath, orpatent infringement, orinjury toordestruction oftangible orrealproperty,
including thelossofusethereof andconsequential damages resulting therefrom, orisattributable to
damages fromeconomic harm orloss; and (b) iscaused inwhole orinpart byany negligent actoromission,
wrongful act, orotherbreach ofduty ofContractor oranyone directly orindirectly employed byitoranyone
forwhose acts itmaybeliable, regardless ofwhether such claim, suit, damage, loss, cost orexpense is
caused inpart byanyjoint, several orcomparative, butnot sole, negligent act oromission, ofCity.
13.4 The foregoing obligations ofContractor shallnotbeaffected orlimited inanyway byanyinsurance
required ofor provided to Contractor under the Agreement. The indemnification and hold harmless
obligations asprovided herein shall not negate, abridge orotherwise reduce any other right andremedy of
City orobligation ofindemnity by Contractor which would otherwise exist infavor ofCity under this
Agreement.
14. GOVERNMENT COMPLIANCE:
Contractor agrees tocomply with allfederal, state and local laws, executive orders, rules, regulations and
codes which may beapplicable toContractor’sperformance ofitsobligations under thisAgreement, andall
relevant provisions thereof areincorporated herein bythis reference. Contractor agrees toindemnify and
hold harmless City from any loss, damage and/orliability resulting from anysuch violation ofsuch laws,
orders, rules, regulations andcodes. This indemnification obligation shall survive thetermination ofthis
Agreement.
15. NONDISCRIMINATION:
Contractor represents and warrants that itand allofitsofficers, employees, agents, contractors and
subcontractors shallcomply with alllawsoftheUnited States, theState ofIndiana andCityprohibiting
discrimination against anyemployee, applicant for employment orother person intheprovision ofanyGoods
and Services provided bythisAgreement with respect totheirhire, tenure, terms, conditions andprivileges of
employment and any other matter related totheiremployment orsubcontracting, because ofrace, religion,
color, sex, handicap, national origin, ancestry, age, disabled veteran status and/orVietnam eraveteran
status.
7
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
16. E-VERIFY:
Pursuant toI.C. § 22-5-1.7etseq., asthesame may beamended from time totime, and asisincorporated
herein bythis reference (the “Indiana E-Verify Law”), Contractor isrequired toenroll inand verify thework
eligibility status ofits newly-hired employees using theE-Verify program, andtoexecute the Affidavit
attached herein asExhibit D, affirming that itisenrolled andparticipating intheE-verify program and does
not knowingly employ unauthorized aliens. Insupport oftheAffidavit, Contractor shall provide theCity
with documentation indicating that ithasenrolled and isparticipating inthe E-Verify program.
Should Contractor subcontract fortheperformance ofanywork under andpursuant tothis Agreement, it
shall fully comply with theIndiana E-Verify Law as regards each suchsubcontractor. Should theContractor
orany subcontractor violate the Indiana E-Verify law, theCitymay require acure ofsuch violation and
thereafter, ifnotimely cure isperformed, terminate this Agreement inaccordance with either the provisions
hereof orthose setforth inthe Indiana E-Verify Law. Therequirements ofthis paragraph shall notapply
should theE-Verify program cease toexist.
17. OWNERSHIP AND USE OFDOCUMENTS:
TheReports, Recommendations, Analyses, Surveys, Data, Calculations, Drawings, Schedules, Specifications
andother documents prepared oremployed byContractor during thecourse offurnishing theWork toCity
under thisAgreement shallbeand become theproperty ofthe City, whether the Project iscompleted ornot;
accordingly, such materials may beused by theCity for information andreference and inconnection with City’s
involvement ontheProject. Suchitems anddocuments may alsobeused byCityforcompletion ofthe Project
orwork with respect thereto byothers ifContractor isindefault under this Agreement, inwhich case Contractor
shall provide City with reproducible copies ofsuch reports, recommendations, analyses, surveys, data,
calculations, drawings, schedules, specifications and other documents forsuchuse butshall not beobligated to
sign, certify orseal such copies. Contractor may utilize thename, images ordescriptions ofthe Project inits
promotional andmarketing materials, except thatitshallnotutilize, publish oradvertise any unique ordistinctive
components ofthe design, drawings orspecifications fortheProject insuch promotional and marketing
materials without firstobtaining thewritten consent ofCity. Contractor will have noliability toCityarising from
City’suseoralteration oftheabove-referenced documents onany unrelated project.
18. NOIMPLIED WAIVER:
Thefailure of either party torequire performance bythe other ofanyprovision ofthis Agreement shall not
affect therightofsuch partytorequire such performance atany time thereafter, nor shall thewaiver byany
party ofabreach ofany provision ofthis Agreement constitute awaiver ofany succeeding breach ofthe
same orany other provision hereof.
19. NON-ASSIGNMENT:
Contractor shall notassign orpledge this Agreement, whether ascollateral foraloan orotherwise, and shall
notdelegate itsobligations under this Agreement without City’sprior written consent.
20. RELATIONSHIP OFPARTIES:
The relationship oftheparties hereto shall beasprovided forinthisAgreement, and neither Contractor nor
any ofitsofficers, employees, contractors, subcontractors and agents areemployees ofCity. The contract
price setforth herein shall bethefulland maximum compensation andmonies required ofCity tobepaid to
Contractor under orpursuant tothis Agreement.
21. GOVERNING LAW; CONFLICT RESOLUTION:
21.1 General. Cityand Contractor arefully committed toworking with eachother throughout theProject
andagree tocommunicate regularly with each otheratalltimes soastoavoid orminimize disputes
8
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
ordisagreements. Ifdisputes ordisagreements doarise, City and Contractor each commit to
resolving such disputes ordisagreements inanamicable, professional and expeditious manner so
astoavoid unnecessary losses, delays and disruptions totheWork.
Cityand Contractor shallcommence allclaims and causes ofaction, whether incontract, tort, or
otherwise, against theotherarising out oforrelated tothisAgreement within theperiod specified by
applicable law, butifnototherwise specified byapplicable law, within notmore thanten (10) years
after thedateofSubstantial Completion ofthe Work.
AllContract Documents are tobeconstrued inaccordance with andgoverned bythelaws ofthe
State ofIndiana, except foritsconflict oflaws provisions.
21.2 Litigation. Claims, disputes andother matters incontroversy arising outoforrelated tothis
Agreement, nototherwise resolved inaccordance withtheprovisions above, theparties agree that,
intheevent alawsuit isfiled hereunder, they waive theirright toajury trial, agree tofile anysuch
lawsuit inanappropriate court inHamilton County, Indiana only, andagree thatsuch court isthe
appropriate venue for and has jurisdiction oversame, andany hearing, trial orconference shall take
place inthatlocale, unless agreed tootherwise inwriting byCity and Contractor. City and Contractor
consent tothechoice oflaw, the choice ofdispute resolution designated by them, venue asprovided
herein, andtopersonal jurisdiction over each ofthem asprovided herein andwaive anyrightto
object tothe exercise ofpersonal jurisdiction bythe court andtoexclusive venue inthislocale.
Anyaward, judgment oragreement insettlement ofadispute concerning such matters and resulting
from negotiations orlitigation inwhich City andContractor are parties orparticipants shall beas
binding upon surety asthough surety were named and joined insuch proceeding, provided that
Contractor has been given areasonable opportunity tojoin, participate, assist orprovide supporting
evidence inthe presentation ofany claim, defense orother issue incontroversy thatissettled or
resolved thereby.
21.3 Continuation ofWork. Provided City continues tomake payments ofamounts notindispute, no
dispute under this Paragraph shall interfere with theprogress oftheWork, and Contractor shall
proceed withfurnishing the Work, including disputed performance, despite theexistence of, and
without awaiting theresolution of, anysuch dispute. Thefailure orrefusal ofContractor tocontinue
performing under such circumstances shallconstitute adefault under thisAgreement.
21.4 Claims Against Third Parties. Inany instance orproceeding whereby any claim, dispute orother
matter incontroversy between City and Contractor involves, arises from orgives rise toasimilar
claim, dispute orother matter incontroversy asbetween City andanother third-party, Contractor
shall furnish andpresent toCity non-privileged evidence, documentation and other information to
support itsclaim, defense orother position with respect thereto.
21.5 Waiver ofConsequential Damages. Contractor waives anyclaims against City forconsequential
damages arising out oforrelating tothisAgreement. This waiver includes damages incurred by
Contractor forprincipal office expenses, including the compensation ofpersonnel stationed there
and other components ofhome office overhead, forlosses offinancing, business andreputation, for
lossofmanagement oremployee productivity orofthe services ofsuchpersons and forlossofprofit
except anticipated profit arising directly from theWork being performed hereunder. This waiver is
applicable, without limitation, toallconsequential damages due toeither party’stermination in
9
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
accordance with this Agreement.
22. SEVERABILITY:
Ifany term ofthisAgreement isinvalid orunenforceable under any statute, regulation, ordinance, executive
order orother rule oflaw, suchterm shallbedeemed reformed ordeleted, butonly totheextent necessary to
comply with same, and theremaining provisions ofthisAgreement shall remain infullforce andeffect.
23. NOTICE:
Any notice provided for inthis Agreement will besufficient ifitisinwriting andisdelivered bypostage
prepaid U.S. certified mail, return receipt requested, tothe party tobenotified attheaddress specified
herein:
IftoCity: CityofCarmel AND CityofCarmel
Street Department Office ofCorporation Counsel
st3400W131 Street One Civic Square
Carmel, Indiana 46074 Carmel, Indiana 46032
IftoContractor: Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
th1318E236 Street
Arcadia, Indiana 46030
Notwithstanding theabove, notice oftermination under paragraph 19 hereinbelow shall beeffective ifgiven
orally, aslongaswritten notice isthen provided as set forth hereinabove within five (5) business days from
thedate ofsuchoral notice.
24. TERMINATION:
24.1 Notwithstanding anything tothecontrary contained inthis Agreement, City may, upon notice to
Contractor, immediately terminate thisAgreement forcause, inthe event ofadefault hereunder by
Contractor and/orifsufficient funds arenotappropriated orencumbered topay for theGoods and
Services tobeprovided hereunder. Inthe event ofsuch termination, Contractor shall beentitled to
receive onlypayment for theundisputed invoice amount representing conforming Goods and
Services delivered asofthe date oftermination, except thatsuch payment amount shallnot exceed
theContract Price amount ineffect atthe time oftermination, unless the parties have previously
agreed inwriting toagreater amount.
24.2 Citymay terminate thisAgreement atanytimeupon thirty (30) days prior notice toContractor. Inthe
event ofsuch termination, Contractor shallbe entitled toreceive onlypayment forthe undisputed
invoice amount ofconforming Goods andServices delivered asofthe date oftermination, except
thatsuch payment amount shall not exceed theContract Price amount ineffect atthetime of
termination, unless theparties have previously agreed inwriting toagreater amount.
25. REPRESENTATIONS AND AUTHORITY TO EXECUTE:
Theparties represent and warrant that theyareauthorized toenterinto this Agreement andthatthe persons
executing this Agreement havethe authority tobind theparty which they represent.
10
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
26. FINAL COMPLETION AND CLOSEOUT:
Inaddition toany requirements forfinal completion and closeout listed inGeneral and Supplementary
Conditions, asacondition offinal payment andContract closeout, Contractor certifies orshall submit toCity
thefollowing:
a. Contractor certifies that payrolls, billsformaterials and equipment, and other indebtedness
connected with theWork, forwhich CityorCity’sproperty might beresponsible orencumbered,
lessamounts withheld bytheCity) have been paid orotherwise satisfied;
b. Anyapplicable Contractor guarantees andwarranties;
c. Acertificate evidencing thatinsurance required bytheContract Documents toremain inforce
after final payment iscurrently ineffect;
d. Consent ofsurety, ifany, tofinal payment;
e. As-constructed record copyoftheContract Documents marked toindicate field changes and
selections made during construction;
f. Ifapplicable, allmanufacturer’swarranties, product data, testing and/orinspection results or
reports, and maintenance andoperations manuals;
g. Ifrequired byCity, other data establishing payment orsatisfaction ofobligations, such as
receipts, or releases andwaivers ofliens, claims, security interests, orencumbrances, arising
outoftheContract, totheextent and insuch form asmay bedesignated byCity;
h. Anyother submittals required bythe Contract Documents; and
i. Satisfactory evidence that any claims orliens filedhave been discharged orsatisfied. Ifan
architect, aconsultant, orasubcontractor, orother person orentity providing services orwork
fortheContractor, refuses tofurnish arelease orwaiver required byCity, theContractor may
furnish abond satisfactory tothe Citytoindemnify City against such liens, claims, security
interests, orencumbrances. Ifsuch liens, claims, security interests, orencumbrances remains
unsatisfied after payments aremade, the Contractor shall refund toCity allmoney that City may
becompelled topayin discharging such liens, claims, security interests, orencumbrances,
including allcosts and reasonable attorney’sfees.
27. TERM:
Unless otherwise terminated inaccordance with thetermination provisions under Contract Documents
hereinabove, this Agreement shall beineffect from the Effective Date through satisfactory completion ofthe
Work and delivery ofallGoods andServices according totheestablished schedule.
28. HEADINGS:
Allheading and sections ofthis Agreement areinserted forconvenience onlyand donotform apartofthis
Agreement norlimit, expand orotherwise alterthe meaning ofany provision hereof.
29. BINDING EFFECT:
The parties, and their respective officers, officials, agents, partners, successors, assigns and legal
representatives, are bound totheother with respect toallofthecovenants, terms, warranties and obligations
set forth inAgreement.
30. NOTHIRD PARTY BENEFICIARIES:
This Agreement gives norights orbenefits toanyone other than Cityand Contractor.
31. DEBARMENT AND SUSPENSION:
31.1 The Contractor certifies byentering intothisAgreement that neither itnoritsprincipals nor any of its
11
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
subcontractors arepresently debarred, suspended, proposed fordebarment, declared ineligible orvoluntarily
excluded fromentering into this Agreement byanyfederal agency orbyanydepartment, agency orpolitical
subdivision ofthe State ofIndiana. The term “principal” forpurposes ofthis Agreement means anofficer,
director, owner, partner, key employee orother person with primary management orsupervisory
responsibilities, oraperson who has acritical influence onorsubstantive control over the operations ofthe
Contractor.
31.2 TheContractor certifies thatithasverified thestate andfederal suspension and debarment status
forallsubcontractors receiving funds under this Agreement and shallbesolely responsible forany
recoupment, penalties orcosts that might arise from useofasuspended ordebarred subcontractor. The
Contractor shall immediately notify theCity ifany subcontractor becomes debarred orsuspended, andshall,
attheCity’srequest, take allsteps required bytheCity toterminate itscontractual relationship with the
subcontractor for work tobeperformed under thisAgreement.
32. PRIOR WORK:
Inthe event that Contractor has delivered anyGoods and Services and/orperformed any oftheWork under
this Agreement prior tothe date ofthisAgreement, pursuant toanauthorization toproceed orverbal directive
issued byCity toContractor oraletter ofintent orverbal understanding entered into byand between Cityand
Contractor, thisAgreement andalloftheterms andconditions thereof, including the payment obligations of
Cityforsuch prior deliveries and/orperformance, shall govern such priordeliveries and/orperformance tothe
same extent asthough they were performed ordelivered after the date hereof, andany amounts that were
earned byContractor and paid byCity toContractor, orearned byContractor and still tobepaid byCity to
Contractor, forsuch other previously delivered Goods andServices orperformed Work, shallbeapplied asa
credit against Contractor’soverall compensation under this Agreement.
33. RIGHT TO ATTORNEY FEES:
Inthe event City employs attorneys orincurs other expenses itmay deem necessary toprotect orenforce its
rights under the Agreement where Contractor isindefault orbreach oftheAgreement, orCity otherwise is
required toundertake performance ofContractor’sobligations hereunder because ofContractor’sfailure or
refusal toperform, Contractor agrees topay theattorney fees, costs and expenses soincurred byCity.
Furthermore, wherever intheAgreement Contractor agrees topayexpenses incurred byCity such expenses
shall include, but are notlimited to, attorney fees incurred byCity.
34. DRUG FREE WORK SITE:
Contractor anditsemployees shall comply withallprovisions ofthe Drug Free Workplace Act of1988 as
amended. Theunlawful manufacture, distribution, dispensation, possession oruse ofacontrolled substance
intheworkplace isprohibited. Contractor isresponsible forthedevelopment implementation, administration
and enforcement ofaformal substance abuse policy (“Substance Abuse Policy”) which, as, aminimum,
meets the standards set forth bythe City.
35. COMPLIANCE WITH IND. CODE § 5-16-13:
Totheextent that this Project andAgreement issubject totherequirements ofIndiana Code § 5-16-13et
seq., which areincorporated byreference as iffully restated herein, Contractor shallcomply with all
applicable requirements setforththerein.
36. ACCESS TOPUBLIC RECORDS ACT:
Contractor understands andagrees that any “public record”, asthat term isdefined inIndiana Code 5-14-3-
2(m), asamended, that isrelated to the subject matter ofthe Contract, whether the same isinthe
12
Kevin P. Sullivan Builders, Inc. d/b/aKPSCommercial Construction
Street Department - 2024
Appropriation #1206 10142-389.00, 43-501.00, 43-509.00Funds; P.O. #113075
Contract NotToExceed $425,795.00
possession or control ofContractor orCity, shall besubject torelease under and pursuant tothe provisions
ofIndiana’sAccess toPublic Records Act, ascodified inIndiana Code 5-14-3-1, etseq., asamended.
37. COMPETING LAWS:
As between inconsistent provisions among Federal, Stateandlocal laws, Contractor should generally comply
withthe more stringent requirement, unless aFederal law, rule orregulation requires thatthe affected
Federal provision be observed, notwithstanding theexistence ofamore stringent applicable State orlocal
requirement.
38. IRAN CERTIFICATION:
Pursuant toI.C. § 5-22-16.5, theContractor shallcertify that, insigning thisAgreement, itdoes notengage in
investment activities within the Country ofIran.
39. ADVICE OFCOUNSEL:
Theparties warrant thattheyhave read thisAgreement and understand it, have hadtheopportunity toobtain
legal advice and assistance of counsel throughout thenegotiation ofthisAgreement, andenter intosame
freely, voluntarily, andwithout anyduress, undue influence orcoercion.
40. ENTIRE AGREEMENT:
ThisAgreement, together with anyexhibits attached hereto orreferenced herein, constitutes the entire
agreement between Contractor andCitywith respect tothesubject matter hereof, and supersedes allprior
oral orwritten representations andagreements regarding same. Notwithstanding any other term orcondition
setforth herein, butsubject toparagraph 16hereof, totheextent any term orcondition contained inany
exhibit attached tothisAgreement orinanydocument referenced herein conflicts withanyterm orcondition
contained in thisAgreement, the term orcondition contained in thisAgreement shall govern andprevail.
This Agreement mayonly bemodified bywritten amendment executed byboth parties hereto, ortheir
successors ininterest.
13
EXHIBIT B
Invoice
Date:
Name of Company:
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
INSURANCE COVERAGES
Worker’s Compensation & Disability Statutory Limits
Employer’s Liability:
Bodily Injury by Accident/Disease: $1,000,000 each employee
Bodily Injury by Accident/Disease: $1,000,000 each accident
Bodily Injury by Accident/Disease: $1,000,000 policy limit
Commercial General Liability:
General Aggregate Limit (other than
Products/Completed Operations): $6,000,000
Products/Completed Operations: $5,000,000
Personal & Advertising Injury
Each Occurrence Limit: $5,000,000
Comprehensive Auto Liability (owned, hired and non-owned)
Bodily Injury and Property Damage: $5,000,000 each occurrence
Umbrella Excess Liability
If a commercial umbrella liability policy is used to satisfy the minimum limits of liability
requirements, the combined limits must equal these minimum limits of liability.
12/9/2024
KPS COMMERICAL CONSTRUCTION
ARCADIA, IN 46030 -
113075
1318 E 236TH ST
City of Carmel
ONE CIVIC SQUARE
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
FEDERAL EXCISE TAX EXEMPT
35-6000972
PURCHASE ORDER NUMBER
THIS NUMBER MUST APPEAR ON INVOICES, A/P
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
VENDOR SHIP
TO
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
EXTENSION
24-STR-09 Street Dept Building Upgrade Bid Project
Street Department
3400 W. 131st Street
Carmel, IN 46074-
317) 733-2001
378139
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
93801
1206Department:101Fund:General Fund
42-389.00Account:
24-STR-09 Street Dept Building Upgrade BidProject1 $38,295.00 $38,295.00Each
38,295.00SubTotal
43-501.00Account:
24-STR-09 Street Dept Building Upgrade BidProject1 $166,200.00 $166,200.00Each
166,200.00SubTotal
43-509.00Account:
24-STR-09 Street Dept Building Upgrade BidProject1 $221,300.00 $221,300.00Each
221,300.00SubTotal
425,795.00
Send Invoice To:
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID.
C.O.D. SHIPMENT CANNOT BE ACCEPTED.
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO.
THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
PAYMENT
A/PVOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
CONTROL NO. 113075
ORDERED BY
TITLE
Street Department
3400 W. 131st Street
Carmel, IN 46074-
Lee Higginbotham Zac Jackson
317) 733-2001
Commissioner CFO
CzBmmjtpoMzodi.NdHsbuibu23;46qn-Efd17-3135
City ofCarmel- Snow and Salting Rates 2024-2025 (based on22snowevents)
Location1-3" Per Event3-6" Per Event6"+ Per Event1 Ice Melt AppCurrent HW SqFt
City Hall$ 1,537.00 $ 3,074.00 $ 4,611.00 $ 482.00 341,328
Main St- InROW$ 2,250.00 $ 4,500.00 $ 6,750.00 $ 705.00 Total sqftdoes not include reflection pond
Main St- Out ofROW$ 866.00$ 1,732.00 $ 2,598.00 $ 272.00
Palladium/ Tarkington InROW$ 1,735.00 $ 3,470.00 $ 5,205.00 $ 545.00
Palladium/ Tarkington OutofROW$ 4,290.00 $ 8,580.00 $ 12,870.00$ 1,350.00
Midtown$ 1,400.00 $ 2,800.00 $ 4,200.00 $ 460.00
Midtown West Sidewalks$ 735.00$ 1,470.00 $ 2,205.00 $ 230.00
Midtown South of3rd/ Elm$ 675.00$ 1,350.00 $ 2,025.00 $ 215.00
Palladium Steps$ 150.00$ 300.00$ 450.00$ 40.00
Total$ 13,638.00$ 27,276.00$ 40,914.00$ 4,299.00
Parking garages snow haul$ 4,550.00 $ 6,500.00 $ 9,100.00
Skidsteer season lease December 24-March 25$ 14,500.00
City ofCarmel- Snow plowing Rates 2024-2025 (based on22snow events)
Location1-3" Per Event3-6" Per Event6"+ Per Event
Plowing 8.8acres$ 3,525.00 $ 7,050.00 $ 10,575.00
Total$ 3,525$ 7,050$ 10,575
Hourly Rates
Labor$ 75.00
Snow Blowers$ 75.00
Skid Steerwith Blade$ 160.00
SkidSteer with Bucket$ 160.00
UTV/Snowrator with plow andspreader$ 85.00
Dump Trucks$ 130.00
Mainscape":Mainscape,Inc.
13418BrittonParkRoad
Fishers,IN46038
Customer":CARMELSTREETDEPARTMENT
3400W.131STSTREET
CARMEL,IN46074
EffectiveDate:
THISMASTER AGREEMENTeementasdefinedinMainscape Terms& Conditions)isenteredintobyandbetween
MainscapeandCustomerandiseffective asoftheEffective Date.MainscapeandCustomerare eachreferredtohereinfrom timeto
timeasaartandcollectively,astheartieInconsiderationofthemutual promisesandcommitmentsset forthherein,and
othergoodandvaluable consideration,thereceiptandsufficiencyofwhichare herebyacknowledged,thepartiesagree asfollows:
A.TERM.ThetermofthisAgreement shallcommenceandbeeffective asoftheEffectiveDateandcontinue untilterminatedas
setforthherein.
B.SERVICESANDDELIVERABLES.MainscapeshallprovidetoCustomerthe Productsand/orServicesdescribedinthis
Agreement.
C.TERMSANDCONDITIONS.ThefollowingisattachedheretoorviewedbyCustomerat
http://www.mainscape.com/termsandconditionsandmade apartofthisAgreement asoftheEffective Date,asevidencedbytheinitials
ofanauthorizedrepresentative ofeachpartynext todocument:
MainscapeInitialsPertinent DocumentCustomerInitials
CS MainscapeTerms& Conditions
D.SCHEDULES.Dependingonthe typeofServicesand/orProductstobe provided,oneormoreofthe followingSchedules
maybeattachedtothisAgreement.SuchSchedulesshall beevidencedbythe initialsofanauthorizedrepresentative ofeachpartyin
theboxnext totherelevant Schedule.EachattachedSchedule thatisinitialedbybothpartiesismade apartofthisAgreement asof
theEffectiveDate.
MainscapeInitialsScheduleCustomerInitials
CS Snow/WinterServicesSchedule
INWITNESSWHEREOF,thepartiesacknowledge thatadulyauthorizedrepresentative ofsuchpartyhasexecutedthis
Agreementasofthedatesetforthbelow,andacknowledgesthat suchpartyhasread,understandsandagreestothetermsand
conditionsset forthinthisAgreement.
MAINSCAPECUSTOMER
By:By:
Printed:CfoSpcmft Printed:
PqfsbujpotNbobhfsTitle:Title:
2203703135Date:Date:
2203603135
Dpousbdu!JE;!7::78 SNOW &ICEMANAGEMENTSERVICES TMPDVN-!KPTIVB
SNOWPROPOSAL (2024)
CUSTOMERCONTRACTLOCATION
DBSNFMTUSFFU!EFQBSUNFOU! DBSNFMTUSFFU!EFQBSUNFOU!
4511X/!242TU!TUSFFU4511X/!242TU!TUSFFU
DBSNFM-!JO57185DBSNFM-!JO57185
Dpousbdu!Opuft;
SERVICELEVEL
OpEpvcu#!tfswjdf.Zpvbvuipsj{fNbjotdbqfupqfsgpsnboztfswjdfofdfttbsz)qmpxjoh-iboexpsl-!jdfnfmu!boetbmujoh*bu!uifgjstu!tjhopg!topx
psjdfbddvnvmbujpot/!Nbjotdbqfqspbdujwfmzdifdltzpvstjufgpsib{bsepvtdpoejujpotboebvupnbujdbmmzublftbdujpobtofdfttbszupmjnju!zpvs
pwfsbmmmjbcjmjuzbttpdjbufexjuitopxboejdf/
2#!UsjhhfsQpjou!.Zpvbvuipsj{fNbjotdbqfupqfsgpsntopxdmfbsjohtfswjdfttvdibtqmpxjohboe0psiboexpslbvupnbujdbmmzbgufs2#pg!topx
bddvnvmbujpo/!Xfdbobmtptfu!ju!vqupbvupnbujdbmmzqfsgpsnbtbmujohboejdfnfmu!bqqmjdbujpobgufsuiftopxdmfbsjohbdujwjujftupmjnju!tmjqqfsz
dpoejujpotboezpvspwfsbmmmjbcjmjuz/
3#!UsjhhfsQpjou!.Zpvbvuipsj{fNbjotdbqfupqfsgpsntopxdmfbsjohtfswjdfttvdibtqmpxjohboe0psiboexpslbvupnbujdbmmzbgufs3#pg!topx
bddvnvmbujpo/!Xfdbobmtptfu!ju!vqupbvupnbujdbmmzqfsgpsnbtbmujohboejdfnfmu!bqqmjdbujpobgufsuiftopxdmfbsjohbdujwjujftupmjnju!tmjqqfsz
dpoejujpotboezpvspwfsbmmmjbcjmjuz/
Nbjotdbqfdbodvtupnj{fbtopxsfnpwbmboejdfnbobhfnfou!qsphsbntqfdjgjdupzpvsoffet/!Xjuizpvsifmq-xfxjmmublfjoupdpotjefsbujpozpvs
cvtjofttuzqf-!zpvssjtlupmfsbodfboezpvscvehfu!uptfuvquifcftu!qmbogpszpvqspqfsuz/!Pvshpbmjtup#nblfju!fbtz#!boehjwfzpvqfbdfpg!njoeuibu!
zpvstopxboejdfnbobhfnfou!tfswjdftbsfiboemfe/
PLOWING &SALTINGSERVICES (ParkingAreasandDriveLanes)
SNOW PLOWINGPARKING GARAGES
SnowhaulOutofRowANDInRow
DepthofSnowfall AmountEach 24!!!!!%5-661Initial : Initial :
Breakout$3,525 47!!!!!%7-6111"-3" 3,525.00 7.,!!!!!!!!%:-2113"-6"$7,050.00
6"+ 10,575.00
PerAddt'l1" Opuft;
Opuft;
SIDEWALKS &WALKWAYAREAS
HANDWORKICE MELTER(pertrip)
PleasecheckastartingdepthandanapplicationoptionANDinitialtoapprove.PleasecheckanapplicationoptionANDinitialtoapprove.
Includesmaterialonly, seehandworkforapplication. DepthofSnowfall AmountEachInitial : Initial : NoDoubtPrice/ HR
4,299Yes, automaticafterclearing1"-3" 13,638.00
3"-6" 27,276.00 UponRequest
6"+ 40,914.00
PerAddt'l1Inch Opuft;!%5-3::0!bqqmjdbujpo
Opuft;
SNOWSERVICEAGREEMENT11/25/2024
MAINSCAPE, INC. SPECIFICATIONS,CONDITIONS &TERMS
Specifications:
2*Topx!Sfnpwbm!gspn!QSJNBSZ!ESJWFT-!TUSFFUT-!'!QBSLJOH!BSFBT!xjmmOPSNBMMZ!pddvscfgpsf7;11b/n/pg!uifebz!gpmmpxjohbTopxFwfou/Ipxfwfs-!b!
Topx!Fwfou!xijdijt!frvbmuppshsfbufsuibo7jodift!psxijdibddvnvmbuft!upbgufs5;11b/n/!xjmmdpotujuvufbofydfqujpoupuijt!tqfdjgjdbujpo/TopxSfnpwbm!
qspwjejohfyju!spvuft!uispvhiQSJNBSZ!ESJWFT!'!TUSFFUT!jt!sfgfssfeupbt!bCsfbl!Pvu
3*Sfnpwbm!pg!topx!gspn!TFDPOEBSZ!ESJWFT-!TUSFFUT-!QBSLJOH!BSFBT!'!TJEFXBMLT!xjmmOPSNBMMZ!pddvscfgpsf7;11q/n/pg!uifebzgpmmpxjoh!b!topx!
fwfou/Ipxfwfs-!btopx!fwfou!xijdijt!frvbm!uppshsfbufsuibo7jodift!psxijdibddvnvmbuft!upbgufs5;11b/n/-!xjmmdpotujuvufbofydfqujpoupuijt!tqfdjgjdbujpo/
4*Nbjotdbqf-!Jod/!)Nbjotdjt!opu!sftqpotjcmfgpssfnpwjohtopxgspnqbsljohtqbdft!vomftt!uifsfbsfuisff)4*dpoujhvpvt!tqbdft!pqfo/NBJOTDBQF!JT!OPU!
SFTQPOTJCMF!GPS!TMJQ!BOE!GBMMTCFUXFFODBST!PS!JOBOEBSPVOEQBSLJOH!TQBDFT/
5*Topx!Sfnpwbm!EPFT!OPU!jodmvefsfnpwbm!pg!topxuibu!jt!xjuijouisff)4*gffu!pgboz!tusvduvsf/Sfnpwbmpgtopxxjuijouisff)4*gffu!pg!boz!tusvduvsf!xjmm!sfrvjsf!
Iboexpsl!boenvtu!cfdpousbdufetfqbsbufmz!jobewbodf/
6*Topx!Sfnpwbm!qfsgpsnfepoesjwft!boetusffut!xjmm!opsnbmmz!dsfbufsjehft!pg!topxbmpohcpuifehft/Uiftfsjehft!xjmmopucfsfnpwfegspnesjwfxbzt-!tusffut!ps
tjefxbmlt!uibu!joufstfdu!uiftfbsfbt-!psgspncfijoeqbslfewfijdmft/!Sfnpwbmpg!uiftfsjehft!xjmmsfrvjsfbeejujpobmujnfboenvtu!cfdpousbdufetfqbsbufmz!jo!
bewbodf)TffCsfblPvu!Dibshfcfmpx*/
7*NBJOTDBQF!JT!OPU!SFTQPOTJCMFGPS!EBNBHF!UIBU!NBZ!PDDVSUP!UVSG!BSFBT-!NBOIPMF!DPWFST-!TQFFECVNQT-!BTQIBMU!PSDPODSFUF!
ESJWFT-!TUSFFUT-!QBSLJOH!BSFBT!PS!TJEFXBMLT/Nbjotdbqfdboqspwjefbobeejujpobmtfswjdfpgnbsljohtopxsfnpwbmbsfbt!pouifqspqfsuz!boe0pstjuf!
jotqfdujpobu!bsbufpg%66/11qfsmbcpsipvsqmvtnbufsjbmt/
8*Nbjotdbqfxjmm!efufsnjof!uifefquipg!Topxgbmm!bufbdidvtupnfsqspqfsuz!psqspqfsujft/Uijtefquinbz!wbsz!gspnpofqspqfsuz!upbopuifs/
9*!!!!!!!Nbjotdbqfnbz!jowpjdfbCsfbl!PvuDibshfjobeejujpoupuifopsnbmTopxSfnpwbmTfswjdfDibshf/!UijtCsfbl!PvuDibshfxjmmfrvbmpof.ibmguif!opsnbm!Topx!
Sfnpwbm!TfswjdfDibshf/Uijt!xpvmepddvsxifotopx!dpoujovftupgbmmboebddvnvmbuft!uxppsnpsfjodift!bgufsuifjojujbmCsfbl!Pvuibt!cffoqfsgpsnfe/
Nbjotdbqfnbz!dibshfgpsuxpgvmm!Topx!Sfnpwbm!Tfswjdft!evsjohpofTopxFwfou/Uijt!xpvmepddvsxifotopxdpoujovftgbmmjohboebddvnvmbuft!uxppsnpsf!
jodift!ps!esjgut!bgufsuifjojujbm!Topx!SfnpwbmTfswjdfibt!cffoqfsgpsnfe/
21*Nbjotdbqfxjmm!dibshfIpmjebz!Sbuft!)261&!pgopsnbm!qfstfswjdfsbuft*gpsxpsl!qfsgpsnfepoEfdfncfs35ui-!36ui-!42tuboeKbovbsz!2tu/
22*Nbjotdbqfsftfswft!uifsjhiu!updibshfbnjojnvnipvsmz!sbufpg%86/11gpsbuxpjodiTopxSfnpwbm)jodmvejohUsbwfmUjnf*boejodsfbtjoh%6/11bo!ipvsgpsfbdi!
beejujpobm!uxpjodift!pg!topx/
23*Nbjotdbqfsftfswft!uifsjhiu!upvtftopx!cmpxfst!boe0pstnbmm!usbdupst!upbttjtu!joIboexpsl!boedibshfbddpsejohmz/
24*Tbmu!xjmm!cfdibshfeqfs!bqqspyjnbufupo/Tbmuxfjhiu!dbowbsz!efqfoejohponpjtuvsfdpoufou!boehsbovmftj{f/Pofgspou.foempbefsdvqjt!bqqspyjnbufmz!pof!upo/!
25*Nbjotdbqfsftfswft!uifsjhiu!upjodvsbgvfm0hbtpmjoftvsdibshfjg!hbtpmjofqsjdft!sjtfbtjhojgjdbou!bnpvou!gpmmpxjohfyfdvujpopg!uijt!Bhsffnfou/
26*UIF!QSPQFSUZ!PXOFS!BOE0PS!NBOBHFNFOU!DPNQBOZ!UBLFTUPUBMSFTQPOTJCJMJUZ!BOE0PSJOEFNOJGJFTNBJOTDBQFGSPNBOZ!BOE!BMM!
TMJQ!BOE!GBMMT!PS!QFSTPOBMJOKVSJFT/
AdditionalServices& EquipmentAvailable:Qmfbtfsfgfsfodfipvsmz!bddpvou!qsjdjohtusvduvsfqspwjefecz!zpvsbddpvou!fyfdvujwf/
Conditions: Uijt!Topx!TfswjdfBhsffnfou!jt!wbmjegspn220203135uispvhi50260313622;6:;6:QN-!fyqjsjohbu23;11njeojhiu!po50260313622;6:;6:QN/Bmmxpsl!jt!up!cf!
dpnqmfufejobqspgfttjpobm!nboofs!bddpsejohuptuboebseqsbdujdft!btpvumjofecz!uifTopx'!JdfNbobhfnfou!Bttpdjbujpo/!Bmmbhsffnfoutbsfdpoujohfou!vqpotusjlft-!
bddjefout-!Bdut!pgHpe-!gpsdfnbkfvsf-pspuifsefmbzt!cfzpoeNbjotdbqft!dpouspm/!Uiftdpqfpg!uijt!dpousbduepft!opu!jodmvefboz!jotubmmbujpot-!nbjoufobodf-!ps!puifsqspevdut!
pstfswjdft-!uifoffegpsxijdijt!dbvtfecz!boBdu!pg!Hpepsgpsdfnbkfvsf/
Liability:Dvtupnfs!bhsfft!upjoefnojgz!Nbjotdbqfbhbjotu!boeipmeNbjotdbqfibsnmftt!gspnboz!boebmmmjbcjmjuz-!mptt-!dptu!psfyqfotft!jodvssfeejsfdumz!psjoejsfdumzgspnboz!
dmbjnps!dbvtfpg!bdujpopgboz!obuvsf-!jodmvejoh-xjuipvu!mjnjubujpo-dmbjnt!gpsqfstpobmjokvsjft!boe0pstmjqboegbmmt-!bsjtjohxijmfpopsofbsuifQspqfsuz-!psbt!bsftvmupg!
NbjotdbqfqfsgpsnfepouifQspqfsuz-jodmvejohdmbjnt!sfmbujohupbozbmmfhfepsbduvbmofhmjhfodfpg!Nbjotdbqf-!jut!sfqsftfoubujwft-bhfout!boefnqmpzfft-!psczsfbtpo
pg!boz!dmbjn!ps!ejtqvufpg!bozqfstpopsfoujuz!gpsebnbhft!gspnbozdbvtfejsfdumz!psjoejsfdumz!sfmbujohupboz!bdujpopsgbjmvsfupbdu!czDvtupnfs-!jut!sfqsftfoubujwft-!bhfout!ps!
fnqmpzfft-!ufoboutps!jowjufft-!boexifuifspsopu!ju!jt!bmmfhfeuibu!Nbjotdbqfjoboz!xbzdpousjcvufeupuifbmmfhfexspohepjohpsjt!mjbcmfevfupbopoefmfhbcmfevuz/!
Dvtupnfs!bhsfft!uptbwfefgfoejoefnojgz!boeipmeNbjotdbqfibsnmftt!pg!boegspnboz!boebmmmjbcjmjuz-!mptt-!dptu!psfyqfotft!jodvssfeejsfdumz!psjoejsfdumz!gspnbozbdu!ps
pnjttjpocz!Dvtupnfs!ps!Dvtupnfsbhfout-!fnqmpzfft!psjowjufft!gspnboz!dbvtfpsdbvtft!bsjtjohgspnpssfmbujohupDvtupnft!qfsgpsnbodfvoefsuijt!bhsffnfou/!
Dvtupnfs!ublftgvmm!sftqpotjcjmjuzgps!uiftfqpufoujbmmjbcjmjujft!boegpsdbsszjohbozjotvsbodfuibu!nbz!cfofdfttbszupdpwfsuiftfboebozpuifsmjbcjmjujft!uibunbz!bsjtf/!
Nbjotdbqf-!Jod/!dbssjft!xpslfst!dpnqfotbujpojotvsbodf-!hfofsbm!mjbcjmjuz!jotvsbodfboebvupnpcjmfmjbcjmjuzjotvsbodf/!Dfsujgjdbuft!pgjotvsbodfbsfbwbjmbcmfvqpo!sfrvftu/
AcceptanceofAgreement:Uifbcpwfqsjdft-!tqfdjgjdbujpot-!nfuipepg!qbznfou-!dpoejujpotboeufsnt!pg!qbznfoubsftbujtgbdupsz!boeifsfczbddfqufe/!Nbjotdbqf!jt!
bvuipsj{feupqfsgpsn!uiftfswjdft!tqfdjgjfecz!uijt!bhsffnfou/!Nbjotdbqfnbz!dbodfmuijtBhsffnfou!bu!boz!ujnfcz!hjwjohDvtupnfsbuijsuz.)41*ebz!opujdfjoxsjujoh-!psnbz!
dbodfm!jnnfejbufmz!jouiffwfoupg!efmjorvfou!qbznfou/Dvtupnfsnbz!dbodfm!uijt!Bhsffnfou!cz!hjwjohNbjotdbqfbuijsuz.)41*ebz!opujdfjoxsjujoh/!Dvtupnfsbhsfft!up!qbz!bmm!
cbmbodft!evfgps!xpsl!dpnqmfufe/
Nbjotdbqffsnt!boedpoejujpot!bsfjodpsqpsbufeifsfjo-boetvqfsdfefboz!qspwjtjpot!ifsfjouibu!bsfjodpotjtufou!xjuiuiptfufsnt!boedpoejujpot/Tff
iuuq;00xxx/nbjotdbqf/dpn0ufsntboedpoejujpot/
2203703135
Customer'sAuthorizedSignatureDateMainscapeAuthorized SignatureDate
1/30/2024
MAINSCAPE LANDSCAPING
FISHERS,, IN 46038 -
110834
13418 BRITTON PARK ROAD
City of Carmel
ONE CIVIC SQUARE
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
FEDERAL EXCISE TAX EXEMPT
35-6000972
PURCHASE ORDER NUMBER
THIS NUMBER MUST APPEAR ON INVOICES, A/P
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
VENDOR SHIP
TO
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
EXTENSION
Street Department
3400 W. 131st Street
Carmel, IN 46074-
317) 733-2001
00351837
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
Matt Higginbotham
84536
2201Department:2201Fund:Motor Vehicle Highway FND
43-509.00Account:
SnowRemoval1 $69,445.00 $69,445.00Each
69,445.00SubTotal
69,445.00
Send Invoice To:
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID.
C.O.D. SHIPMENT CANNOT BE ACCEPTED.
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO.
THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
PAYMENT
A/PVOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. IHEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
CONTROL NO. 110834
ORDERED BY
TITLE
Street Department
3400 W. 131st Street
Carmel, IN 46074-
Lee Higginbotham James Crider
317) 733-2001
Commissioner Chief of Staff
12/06/2024 Remainder of PO: $44,923.00
1/30/2024
MAINSCAPE LANDSCAPING
FISHERS,, IN 46038 -
110835
13418 BRITTON PARK ROAD
City of Carmel
ONE CIVIC SQUARE
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
FEDERAL EXCISE TAX EXEMPT
35-6000972
PURCHASE ORDER NUMBER
THIS NUMBER MUST APPEAR ON INVOICES, A/P
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
VENDOR SHIP
TO
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
EXTENSION
Street Department
3400 W. 131st Street
Carmel, IN 46074-
317) 733-2001
00351837
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
84537
1206Department:101Fund:General Fund
43-509.00Account:
SnowRemoval1 $69,752.00 $69,752.00Each
69,752.00SubTotal
69,752.00
Send Invoice To:
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID.
C.O.D. SHIPMENT CANNOT BE ACCEPTED.
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO.
THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
PAYMENT
A/PVOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. IHEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
CONTROL NO. 110835
ORDERED BY
TITLE
Street Department
3400 W. 131st Street
Carmel, IN 46074-
Lee Higginbotham James Crider
317) 733-2001
Commissioner Chief of Staff
12/06/2024 Remainder of PO: $32,971.00
CzTfshfzHsfdivlijobu4;16qn-Efd21-3135
Pearson Ford, Inc.
Street Department - 2024
Appropriation #2201 220144-650.01Motor Vehicle Highway Fund; P.O. #113059
Contract NotToExceed $126,995.00
6. DISCLOSURE AND WARNINGS:
Ifrequested byCity, Vendor shallpromptly furnish toCity, insuch formand detail as Citymay direct, alistof
allchemicals, materials, substances anditems used inorduring theprovision ofthe Goods and Services
provided hereunder, including thequantity, quality and concentration thereof andanyother information relating
thereto. Atthetime ofthe delivery oftheGoods andServices provided hereunder, Vendor agrees tofurnish to
Citysufficient written warning andnotice (including appropriate labels oncontainers and packing) ofany
hazardous material utilized inorthat isapartoftheGoods andServices.
7. LIENS:
Vendor shall notcause orpermit thefilingofanylien onany ofCity’sproperty. Intheevent anysuch lien is
filedand Vendor fails toremove such lien within ten (10) daysafter thefiling thereof, bypayment orbonding,
Cityshallhavethe right topaysuch lien orobtain suchbond, allatVendor’ssolecostandexpense.
8. DEFAULT:
Inthe event Vendor: (a) repudiates, breaches ordefaults under any oftheterms orconditions ofthis
Agreement, including Vendor’swarranties; (b) fails toprovide theGoods andServices asspecified herein; (c)
fails tomake progress so astoendanger timely and proper provision oftheGoods andServices anddoes not
correct such failure orbreach within five (5) business days (orsuch shorter period oftimeas iscommercially
reasonable under the circumstances) afterreceipt ofnotice from Cityspecifying such failure orbreach; or (d)
becomes insolvent, isplaced into receivership, makes ageneral assignment forthe benefit ofcreditors or
dissolves, each such event constituting an event ofdefault hereunder, City shallhave theright to (1) terminate
alloranyparts ofthisAgreement, without liability toVendor; and (2) exercise all other rights and remedies
available toCity atlawand/orinequity.
9. INSURANCE AND INDEMNIFICATION:
Vendor shall procure and maintain infullforce and effect during theterm ofthisAgreement, withaninsurer
licensed todo business intheState ofIndiana, such insurance asisnecessary for theprotection ofCity and
Vendor from allclaims fordamages under anyworkers’ compensation, occupational disease and/or
unemployment compensation act; for bodily injuries including, butnotlimited to, personal injury, sickness,
disease or death ofortoany ofVendor’sagents, officers, employees, contractors andsubcontractors; and, for
any injury toordestruction ofproperty, including, butnotlimited to, any lossofuseresulting therefrom. The
coverage amounts shall benoless than those amounts setforth inattached Exhibit C. Vendor shall cause its
insurers toname Cityasanadditional insured onallsuch insurance policies, shall promptly provide City, upon
request, with copies ofallsuch policies, andshallprovide that such insurance policies shall notbecanceled
without thirty (30) dayspriornotice toCity. Vendor shallindemnify andhold harmless Cityfromand against
anyandall liabilities, claims, demands orexpenses (including, butnotlimited to, reasonable attorney fees) for
injury, death and/or damages toanyperson orproperty arising from orin connection withVendor’sprovision
ofGoods andServices pursuant toorunder this Agreement orVendor’suseofCity property.
Vendor further agrees toindemnify, defend and hold harmless City and itsofficers, officials, agents and
employees fromallclaims andsuits ofwhatever type, including, butnotlimited to, allcourtcosts, attorney fees,
and other expenses, caused byany act oromission ofVendor and/orof anyofVendor’sagents, officers,
employees, contractors orsubcontractors intheperformance ofthisAgreement. These indemnification
obligations shall survive thetermination ofthisAgreement.
2
Pearson Ford, Inc.
Street Department - 2024
Appropriation #2201 220144-650.01Motor Vehicle Highway Fund; P.O. #113059
Contract NotToExceed $126,995.00
10. GOVERNMENT COMPLIANCE:
Vendor agrees tocomply with allfederal, state and local laws, executive orders, rules, regulations and codes
which maybeapplicable toVendor’sperformance ofitsobligations under this Agreement, andallrelevant
provisions thereof areincorporated herein by this reference. Vendor agrees to indemnify andholdharmless
Cityfrom any loss, damage and/orliability resulting fromany suchviolation ofsuch laws, orders, rules,
regulations andcodes. This indemnification obligation shall survive the termination ofthis Agreement.
11. NONDISCRIMINATION:
Vendor represents and warrants that itand allof itsofficers, employees, agents, contractors and
subcontractors shallcomply with alllawsoftheUnited States, theState ofIndiana andCityprohibiting
discrimination against anyemployee, applicant for employment orother person intheprovision ofanyGoods
and Services provided bythisAgreement with respect totheirhire, tenure, terms, conditions andprivileges of
employment and any other matter related totheiremployment orsubcontracting, because ofrace, religion,
color, sex, handicap, national origin, ancestry, age, disabled veteran status and/orVietnam era veteran status.
12. E-VERIFY:
Pursuant toI.C. § 22-5-1.7etseq., asthesame may beamended from time totime, and asisincorporated
herein bythis reference (the “Indiana E-Verify Law”), Vendor isrequired toenroll inand verify thework eligibility
status ofitsnewly-hired employees using the E-Verify program, andtoexecute theAffidavit attached herein
asExhibit D, affirming that itisenrolled andparticipating intheE-Verify program anddoes not knowingly
employ unauthorized aliens. Insupport oftheAffidavit, Vendor shall provide theCity withdocumentation
indicating that ithas enrolled andisparticipating intheE-Verify program. Should Vendor subcontract
fortheperformance ofany work under andpursuant tothis Agreement, itshallfullycomply with theIndiana E-
Verify Lawasregards each suchsubcontractor. Should theVendor oranysubcontractor violate theIndiana
E-Verify law, theCitymay require acure ofsuchviolation and thereafter, ifnotimely cure isperformed,
terminate thisAgreement inaccordance witheither the provisions hereof orthose setforth intheIndiana E-
Verify Law. The requirements ofthis paragraph shall notapplyshould the E-Verify program cease toexist.
13. NOIMPLIED WAIVER:
The failure ofeither party torequire performance bytheother ofany provision ofthisAgreement shallnotaffect
theright ofsuch party torequire such performance atanytimethereafter, norshallthe waiver byany partyof
abreach ofanyprovision ofthisAgreement constitute awaiver ofanysucceeding breach ofthesame orany
other provision hereof.
14. NON-ASSIGNMENT:
Vendor shallnot assign orpledge this Agreement, whether ascollateral foraloanorotherwise, and shall not
delegate itsobligations under this Agreement without City’spriorwritten consent.
15. RELATIONSHIP OFPARTIES:
The relationship ofthe parties hereto shall beasprovided forinthisAgreement, andneither Vendor norany
ofitsofficers, employees, contractors, subcontractors andagents areemployees of City. The contract price
setforthherein shall bethefulland maximum compensation andmonies required ofCity tobepaid toVendor
under orpursuant tothisAgreement.
16. GOVERNING LAW; LAWSUITS:
This Agreement istobeconstrued inaccordance with and governed bythelaws oftheStateofIndiana, except
foritsconflict oflaws provisions. The parties agree that, intheevent alawsuit isfiled hereunder, theywaive
theirright toajurytrial, agree tofile anysuch lawsuit inanappropriate courtinHamilton County, Indiana only,
3
Pearson Ford, Inc.
Street Department - 2024
Appropriation #2201 220144-650.01Motor Vehicle Highway Fund; P.O. #113059
Contract NotToExceed $126,995.00
and agree that suchcourt istheappropriate venue forand hasjurisdiction oversame.
17. SEVERABILITY:
Ifany term ofthisAgreement isinvalid orunenforceable under any statute, regulation, ordinance, executive
order orother rule oflaw, suchterm shallbedeemed reformed ordeleted, butonly totheextent necessary to
comply with same, and theremaining provisions ofthisAgreement shall remain infullforce andeffect.
18. NOTICE:
Anynotice provided forinthis Agreement willbe sufficient ifitisinwriting andisdelivered bypostage prepaid
U.S. certified mail, return receipt requested, totheparty tobe notified attheaddress specified herein:
IftoCity: CityofCarmel AND CityofCarmel
Street Department Office ofCorporation Counsel
st3400W131 Street One Civic Square
Carmel, Indiana 46074 Carmel, Indiana 46032
IftoVendor: Pearson Ford, Inc.
10650 NMichigan Road
Zionsville, Indiana 46077
Notwithstanding theabove, notice oftermination under paragraph 19 hereinbelow shall beeffective ifgiven
orally, aslong aswritten notice isthen provided assetforth hereinabove within five (5) business days from the
date ofsuch oralnotice.
19. TERMINATION:
19.1 Notwithstanding anything tothecontrary contained inthisAgreement, City may, upon notice toVendor,
immediately terminate thisAgreement forcause, intheeventofadefault hereunder byVendor and/or
ifsufficient funds arenotappropriated orencumbered topayforthe Goods andServices tobeprovided
hereunder. In theevent ofsuch termination, Vendor shall be entitled toreceive onlypayment forthe
undisputed invoice amount representing conforming Goods andServices delivered asofthedate of
termination, except that such payment amount shallnotexceed the Estimate amount ineffect atthe
time oftermination, unless theparties have previously agreed inwriting toagreater amount.
19.2 Citymayterminate thisAgreement atanytime upon thirty (30) days prior notice toVendor. Inthe
event ofsuch termination, Vendor shall be entitled toreceive onlypayment for the undisputed invoice
amount ofconforming Goods andServices delivered asofthedate oftermination, except that such
payment amount shall notexceed theEstimate amount ineffect atthetime oftermination, unless the
parties havepreviously agreed inwriting toagreater amount.
19.3 TheCitymayterminate this Agreement pursuant toParagraph 11hereof, asappropriate.
20. REPRESENTATIONS AND WARRANTIES
Theparties represent and warrant that theyareauthorized toenterinto this Agreement andthatthe persons
executing this Agreement havethe authority tobind theparty which they represent.
21. ADDITIONAL GOODS AND SERVICES
Vendor understands and agrees that Citymay, from time totime, request Vendor toprovide additional goods
andservices toCity. When Citydesires additional goods and services from Vendor, theCity shall notify Vendor
4
Pearson Ford, Inc.
Street Department - 2024
Appropriation #2201 220144-650.01Motor Vehicle Highway Fund; P.O. #113059
Contract NotToExceed $126,995.00
ofsuch additional goods andservices desired, aswellasthetime frame inwhich same are tobeprovided.
Only afterCity has approved Vendor’stime and cost estimate forthe provision ofsuchadditional goods and
services, hasencumbered sufficient monies topay forsame, and hasauthorized Vendor, inwriting, toprovide
suchadditional goods and services, shall such goods and services beprovided byVendor toCity. Acopy of
theCity’sauthorization documents forthe purchase ofadditional goods andservices shall benumbered and
attached hereto intheorder inwhichthey areapproved byCity.
22. TERM
Unless otherwise terminated inaccordance withthetermination provisions set forth inParagraph 19
hereinabove, this Agreement shall beineffect from the Effective Date through thesatisfactory completion of
services and/ordelivery andacceptance ofgoods contracted forherein.
23. HEADINGS
Allheading and sections ofthis Agreement areinserted forconvenience onlyand donotform apartofthis
Agreement norlimit, expand orotherwise alterthe meaning ofany provision hereof.
24. BINDING EFFECT
The parties, and their respective officers, officials, agents, partners, successors, assigns and legal
representatives, are bound totheother with respect toallofthecovenants, terms, warranties and obligations
set forth inAgreement.
25. NOTHIRD PARTY BENEFICIARIES
This Agreement gives norights orbenefits toanyone other than CityandVendor.
26. DEBARMENT AND SUSPENSION
26.1 The Vendor certifies byentering intothis Agreement thatneither itnoritsprincipals norany ofits
subcontractors arepresently debarred, suspended, proposed fordebarment, declared ineligible orvoluntarily
excluded fromentering into thisAgreement byanyfederal agency orbyany department, agency orpolitical
subdivision oftheState ofIndiana. Theterm “principal” for purposes ofthisAgreement means anofficer,
director, owner, partner, key employee orother person with primary management orsupervisory
responsibilities, oraperson who has acritical influence onorsubstantive control over the operations ofthe
Vendor.
26.2 TheVendor certifies thatithas verified thestate andfederal suspension anddebarment status forall
subcontractors receiving funds under this Agreement and shall besolely responsible forany recoupment,
penalties orcosts thatmight arisefrom useofasuspended ordebarred subcontractor. The Vendor shall
immediately notify theCity ifanysubcontractor becomes debarred orsuspended, andshall, attheCity’s
request, take allsteps required bytheCity toterminate itscontractual relationship withthe subcontractor for
worktobeperformed under this Agreement.
27. IRAN CERTIFICATION
Pursuant toI.C. § 5-22-16.5, the Vendor shallcertify that, insigning thisAgreement, itdoes not engage in
investment activities within the Country ofIran.
28. ADVICE OFCOUNSEL:
Theparties warrant thattheyhave read thisAgreement and understand it, have hadtheopportunity toobtain
legal advice and assistance of counsel throughout thenegotiation ofthisAgreement, andenter intosame
5
QUICKQUOTEFROMDANPATTERSON
Commercial Accounts Manager
Date: 11/22/2024
Attention: JasonArmes
Company:CityofCarmelStreetDepartment
Address:1CivicSquare
City/St/Zip:Carmel, IN. 46032
PhoneNumber:(317) 499-4407
TypeofVehicle: 2025FordMaverickHybridXLTAWD
ListPrice:$34,850.00
PearsonCommercial Discount:$1,976.00
TotalSellingPrice:$32,874.00
0.00
EQUIPMENT:$0.00
0.00
0.00
0.00
0.00
0.00
Trade-InValue: $0.00
SubTotal: $32,874.00
Gov'tPriceConcession:$300.00
TitleandDoc:$225.00
PriceAfterRebate:$32,799.00
TaxExempt:$0.00
OPUS:$37.50
TireTax:$1.25
Payoff:$0.00
TotalQuote:$32,837.75
ThisQuoteIsGoodUntil:FactoryPricingIncreases
StockNumber:TBD
VIN:TBD
DealerTrade:N/A
PoolUnit:N/A
NOTES: QuoteNumber:QF130-W8J-2024-11-22-2.1
MyPhoneNumber:317-733-6005
MyFaxNumber:317-873-3152
CallTollFree:800-843-2227
QUICKQUOTEFROMDANPATTERSON
Commercial Accounts Manager
Date: 12/3/2024
Attention: JasonArmes
Company:CityofCarmelStreetDepartment
Address:1CivicSquare
City/St/Zip:Carmel, IN. 46032
PhoneNumber:(317) 499-4407
TypeofVehicle: 2025FordMaverickHybridXLTAWD
ListPrice:$99,615.00
PearsonCommercial Discount:$5,349.00
TotalSellingPrice:$94,266.00
0.00
EQUIPMENT:$0.00
0.00
0.00
0.00
0.00
0.00
Trade-InValue: $0.00
SubTotal: $94,266.00
Gov'tPriceConcession:$900.00
TitleandDoc:$675.00
PriceAfterRebate:$94,041.00
TaxExempt:$0.00
OPUS:$112.50
TireTax:$3.75
Payoff:$0.00
TotalQuote:$94,157.25
ThisQuoteIsGoodUntil:FactoryPricingIncreases
StockNumber:TBD
VIN:TBD
DealerTrade:N/A
PoolUnit:N/A
NOTES: QuoteNumber:QF130-W8J-2024-11-22-1.2x3
MyPhoneNumber:317-733-6005hbƒMyFax Number:317-873-
3152CallToll Free:800-843-
EXHIBIT B
Invoice
Date:
Name of Company:
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
INSURANCE COVERAGES
Worker’s Compensation & Disability Statutory Limits
Employer’s Liability:
Bodily Injury by Accident/Disease: $100,000 each employee
Bodily Injury by Accident/Disease: $250,000 each accident
Bodily Injury by Accident/Disease: $500,000 policy limit
Property damage, contractual liability,
products-completed operations:
General Aggregate Limit (other than
Products/Completed Operations): $500,000
Products/Completed Operations: $500,000
Personal & Advertising Injury
Policy Limit: $500,000
Each Occurrence Limit: $250,000
Fire Damage (any one fire): $250,000
Medical Expense Limit (any one person): $ 50,000
Comprehensive Auto Liability (owned, hired and non-owned)
Bodily Single Limit: $500,000 each accident
Injury and property damage: $500,000 each accident
Policy Limit: $500,000
Umbrella Excess Liability
Each occurrence and aggregate: $500,000
Maximum deductible: $ 10,000
12/6/2024
PEARSON FORD,INC
ZIONSVILLE, IN 46077 -
113059
10650 N MICHIGAN RD
City of Carmel
ONE CIVIC SQUARE
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
FEDERAL EXCISE TAX EXEMPT
35-6000972
PURCHASE ORDER NUMBER
THIS NUMBER MUST APPEAR ON INVOICES, A/P
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
VENDOR SHIP
TO
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
EXTENSION
2025 Ford Maverick Hybrid XLT AWD
Street Department
3400 W. 131ST Street
Carmel, IN 46074-
317) 733-2001
237560
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
Matt Higginbotham
93760
2201Department:2201Fund:Motor Vehicle Highway FND
44-650.01Account:
2025 Ford Maverick Hybrid XLT AWD - Black1 $32,837.75 $32,837.75Each
2025 Ford Maverick Hybrid XLT AWD - White3 $31,385.75 $94,157.25Each
126,995.00SubTotal
126,995.00
Send Invoice To:
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID.
C.O.D. SHIPMENT CANNOT BE ACCEPTED.
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO.
THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
PAYMENT
A/PVOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
CONTROL NO. 113059
ORDERED BY
TITLE
Street Department
3400 W. 131st Street
Carmel, IN 46074-
Lee Higginbotham Zac Jackson
317) 733-2001
Commissioner CFO
CzTfshfzHsfdivlijobu9;51bn-Efd22-3135
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
3.3 Final Payment. Final payment, constituting theentire unpaid balance ofthe Contract Price, including
anyretainage, shall bepaid byCity toContractor within ninety-one (91) days after ithasbecome due
and payable. Final payment toContractor shallnot become due and payable until and unless all
Goods andServices are delivered, and allWork fortheProject isotherwise fully completed and
performed inaccordance with theContract Documents and issatisfactory toandapproved byCity.
3.4 Effect ofFinal Payment. The making offinalpayment shall constitute awaiver ofClaims byCity
except those arising from:
a. Liens, claims, security interests orencumbrances arising outoftheContract andunsettled;
b. Failure ofthe Work tocomply withthe requirements oftheContract Documents;
c. Terms ofspecial warranties required bytheContract Documents;
d. Claims previously made inwriting andremaining unsettled asofthedate offinalpayment;
e. Claims byCityattributable todefective work orprior corrective work, appearing after final
inspection;
f. Failure ofthe Work tocomply withthe requirements oftheContract Documents;
g. Cityclaims and other rights arising under theterms ofanygeneral orspecial warranties,
guarantees ormaintenance bonds specified bytheContract Documents orarising
thereunder; and
h. City claims andotherrights with respect toContractor’sandSurety’scontinuing obligations
under theContract andtheContract Document.
3.5 Acceptance byContractor ofanysum tendered by Cityasfinal payment shall constitute awaiver of
allclaims by Contractor withrespect tothisAgreement, except those claims authorized bythis
Agreement, previously made inwriting and submitted inatimely manner, and specifically identified
and reserved byContractor asunresolved intheapplication for finalpayment.
4. CONTRACT DOCUMENTS:
4.1 Scope ofWork. Contractor agrees toprovide alllabor, goods, material, shipping, receiving,
supervision, services, supplies, machinery, equipment, storage and any necessary rigging as
required forthe Project assetforth inthe attached Exhibit “A” andanyreferences, addenda and/or
attachments thereto, Project Manual (ifapplicable), CityofCarmel General Conditions, Cityof
Carmel Supplementary Conditions, andallapplicable Drawings andSpecifications (collectively
Contract Documents”), allofsuch Contract Documents are fully incorporated herein. Contractor
acknowledges thatallreferenced Contract Documents are apartofthisAgreement.
4.2 Contractor Site andDocument Review. Contractor acknowledges that ithashad anadequate
opportunity toexamine sufficiently toitssatisfaction the site oftheWork andto review and/orobtain
copies oftheContract Documents andtobecome fullyfamiliar withthem, and that itshallnot be
excused from anyconditions existing and detectable atthe site oranyprovisions set forth inthe
Contract Documents due toanylack ofknowledge orunderstanding ofthe existence orcontents
thereof atthetime ofexecuting thisAgreement. Contractor acknowledges theContract Documents
tobesuitable for Contractor’sWork and sufficient for their intended purpose, andagrees toperform
theWork and tocomplete thesame forthe Contract Price and within theProject timeline, infulland
strictaccordance with theContract Documents and toCity’ssatisfaction, and thatitwillperform the
Work so asnot toviolate any term, covenant orcondition ofthe Contract Documents orapplicable
codes and laws.
2
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
4.3 AllDrawings, Specifications andother items defined herein asContract Documents that have been
prepared forthe Project and furnished toContractor byoronbehalf ofCityorother third party are
without any representation or warranty bytheCity astothe acceptability, accuracy orsuitability
thereof fortheWork. Citymakes norepresentation orwarranty toContractor concerning the
acceptability, accuracy orcompleteness oftheContract Documents orother information anddata
prepared bypersons other thanCity, and accordingly, City shall have noliability toContractor with
respect toanypatent orlatent defects, deficiencies, errors andomissions therein.
4.4 Contractor represents thatithasreviewed the Contract Documents, visited thesite and provided City
with written notice ofanyconcerns ornecessary clarifications resulting fromthese reviews and
investigations priortosubmitting itsproposal orbidtoCityandexecuting thisAgreement. Contractor
waives therighttorequest andincrease inthe Contract Priceorextension oftheProject completion
deadline asaresult ofitsfailure toraisesuch concerns orclarifications with City.
4.5 Intent oftheContract Documents. The Contract Documents shall be deemed toinclude andrequire
allitems andaspects oflabor, material, equipment, services and transportation incidental toor
necessary fortheproper and efficient execution and completion oftheWork as itrelates tothe
Project. The Contract Documents are complementary, andwhat isrequired by any onedocument
shall beasbinding asifrequired byall. Work notspecifically covered intheContract Documents or
which issubject toquestion andinterpretation because ofconflicts, duplications orambiguities may,
atCity'soption, berequired of Contractor ifitisconsistent therewith and isreasonably inferable
therefrom asbeing necessary toproduce the results intended bythisAgreement. Assuch, anypart
ofthe Work shown onDrawings butnotspecifically mentioned intheSpecifications orviceversa
shall beconsidered aspartofthe Work, thesame as though included inboth.
4.6 Shop Drawings and Submittals. Contractor shall submit shop drawings, product data, samples and
similar submittals required bytheContract Documents with reasonable promptness and insuch
sequence as tocause nodelayintheWork orintheactivities ofothercontractors orsubcontractors.
IfContractor shall make changes indesign, including dimensional changes, either through shop
drawings oractual field work, itshall accept the responsibility forthe structural and functional
adequacy ofsuch changes and their acceptance byCity orProject’sarchitect. Any structural or
functional inadequacies which maydevelop because ofsuch changes shall beremedied by
Contractor unless such change isspecifically included inachange order.
4.7 Taxes. Asapublic, municipal entity, theCity ofCarmel, and its various departments, areexempt
fromsales and compensating use taxes onalltangible personal property (materials, equipment and
components) pursuant tothelawoftheState ofIndiana. Contractor shall notinclude any charges
representing suchtaxes on anyinvoices hereunder. Contractor shall beresponsible forallfranchise
fees andtaxes ofany kind whatsoever.
5. WARRANTY:
5.1 Inaddition toallwarranties required byContract Documents, Contractor expressly warrants thatthe
Goods and Services/theWork covered bythis Agreement willconform tothose certain
specifications, descriptions and/orquotations regarding same aswereprovided toContractor byCity
and/orby Contractor toand accepted byCity, allofwhich documents areincorporated herein by
reference, and thattheGoods andServices/the Work will be delivered and/orperformed inatimely,
goodand workmanlike manner andfreefrom defect. Contractor acknowledges thatitknows ofCity’s
intended use andexpressly warrants that theGoods andServices provided toCity pursuant tothis
3
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
Agreement havebeen selected by Contractor based upon City’sstated useandarefitand sufficient
fortheirparticular purpose.
5.2 Further, Contractor warrants toCitythatmaterials and equipment furnished under theContract
Documents willbe ofthebestquality andnew unless theContract Documents require orpermit
otherwise. The performance oftheWork shall not limit, voidorotherwise compromise ordiminish
anyequipment ormanufacturer warranty thatistobeissued under theContract Documents. Goods,
Work, materials, orequipment not conforming tothese requirements may beconsidered defective.
Contractor’swarranty excludes remedy fordamage ordefect caused byabuse, alterations tothe
Work notexecuted byContractor, improper orinsufficient maintenance, improper operation, or
normal wear andtear and normal usage. Ifrequired bythe City, theContractor shall furnish
satisfactory evidence astothekind andquality ofmaterials and equipment.
5.3 Contractor shall, atitssole expense, promptly andproperly repair, replace orotherwise correct any
Work that is (i) rejected byCity or Architect, or (ii) known, observed ordiscovered atanytimeby
Contractor, City orArchitect tobedefective orfailing toconform tothe Contract Documents andshall
payCity forallexpenses incurred inany delay caused byremedying defective orotherwise
nonconforming Work.
5.4 Ifwithin two (2) years afterfinal completion oftheProject, orsuch longer period asestablished with
respect toContractor’sobligations under the Contract Documents, theWork oranyportion thereof is
found tobenotinaccordance with the requirements oftheContract Documents, Contractor shall
correct itpromptly afterreceipt ofwritten notice from City todoso. Contractor’sobligations under this
Section shall survive completion and acceptance oftheWork and Project and termination ofthe
Agreement.
5.5 Any and allwarranties whichareavailable onany material orequipment orother service which is
partoftheWork willbe provided toCity atnoadditional cost. Upon completion oftheWork,
Contractor shall assign toCityall warranties obtained orobtainable byContractor from
manufacturers andsuppliers ofequipment andmaterials incorporated into theWork bywritten
instrument ofassignment inaformacceptable toCity. Contractor shall furnish City with copies ofall
warranties, guarantees, operating manuals relative toequipment installed, and acomplete set of
reproducible drawings withallfield changes noted onthem relating totheimprovements constructed
under theContract. Theassignment ofsuchmanufacturer andsupplier warranties shall not relieve
Contractor ofany ofits ownwarranty obligations under this Article, whichshall remain infullforce
and effect.
5.6 Notwithstanding anything tothe contrary contained inContract Documents with respect to
warranties, itisunderstood andagreed thatthe foregoing warranties and guarantees shall notaffect,
limitorimpair City'srightagainst Contractor with regard tolatent defects inthe Work which donot
appear within theapplicable warranty period following acceptance ofthe Work and which could not,
bytheexercise ofreasonable care and duediligence, beascertained ordiscovered byCitywithin
suchwarranty period. Contractor shall beand remain liable and responsible tocorrect and cure any
such latent defects which arereported toContractor byCityinwriting within ninety (90) days after
such latent defect first appears orcould, bytheexercise ofreasonable care andduediligence, be
ascertained or discovered byCity. City’swarranty rights and remedies with respect tolatent defects
shall remain infull force and effect andforthe same duration as withany other warranty provided in
this Article orotherwise available orprescribed bylaw.
4
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
6. TIME AND PERFORMANCE:
6.1 This Agreement shall become effective as ofthelast date onwhich aparty hereto executes same
Effective Date”), andboth parties shall thereafter perform their obligations hereunder inatimely
manner. Time isoftheessence ofthis Agreement.
6.2 Contractor shall continuously monitor the construction schedule and advise Cityonaregular basis of
thestatus ofContractor’sprogress with respect tosuch schedule atany timeCity’srepresentative
requests Contractor todoso, including the furnishing ofinformation onthe status ofshop drawings,
samples, submittals and materials, machinery orequipment which may be inthecourse of
preparation ofmanufacture.
6.3 If, intheopinion ofCity, Contractor isbehind schedule intheperformance oftheWorkorisfailing,
without cause, tomaintain progress oftheWork ortoconform tothe general progress ofallwork for
the Project, Contractor agrees that itshall, atitsown expense, perform such overtime work, use
extralabor, and undertake allother means necessary tobringthe Work back on schedule.
6.4 Ifthere are anyconflicting times ordurations foraction, submissions, notices orresponses thereto
byContractor between oramong the Contract Documents, thecontrolling timeorduration for such
action, submissions, notices orresponses thereto byContractor shall betheearlier of such times
and shorter ofsuch durations, unless Cityexpressly agrees inwriting otherwise.
7. MEANS AND METHODS:
Contractor isresponsible forthe means, methods, techniques, sequences orprocedures, and safety
precautions and programs inconnection withprovision ofGoods and Services andrelated work under the
Contract Documents. Atalltimes during performance oftheWork, Contractor shall maintain and designate
toCityadequate, experienced andcooperative supervisory personnel, including afull-time on-siteproject
manager orsuperintendent ifrequired by Contract Document orfederal, state orlocal laws, rules and
regulations. City shall not have control over orcharge of, andshallnotberesponsible for, means, methods,
techniques, sequences orprocedures, orforthesafety precautions andprograms inconnection with the
performance oftheWork byContractor andshallnot beresponsible forany omission orfailure onthepartof
theContractor toproperly perform itsobligations. Contractor shall beresponsible toCity forContractor’s
negligent acts oromissions orfailure toperform.
8. DISCLOSURE AND WARNINGS:
Ifrequested byCity, Contractor shall promptly furnish toCity, insuch form anddetail asCity may direct, alist
ofallchemicals, materials, substances and items used inorduring theprovision oftheGoods and Services
provided hereunder, including the quantity, quality and concentration thereof and any other information
relating thereto. Atthetimeofthe delivery oftheGoods andServices provided hereunder, Contractor agrees
tofurnish toCity sufficient written warning and notice (including appropriate labels oncontainers and
packing) ofanyhazardous material utilized inorthatisapart ofthe Goods and Services.
9. PROTECTION OFWORK:
Contractor shall atitsown expense takeallnecessary precautions toprotect thework ofother trades from
anydamage caused byContractor’soperations, and watch over, care forandprotect from damage orinjury
byanycause whatsoever, allofContractor’sWork, complete orotherwise, and allofitsmaterials, supplies,
tools, machinery and equipment atornear theProject.
5
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
10. SUBCONTRACTS:
Byappropriate agreement, written where legally required forvalidity, Contractor shall require each
subcontractor, totheextent oftheWork to beperformed bythe subcontractor, to bebound toContractor by
terms oftheContract Documents, and toassume toward Contractor alltheobligations andresponsibilities,
including theresponsibility for safety ofContractor’sWork, which Contractor, by theseContract Documents,
assumes toward City. Each subcontract agreement shall preserve andprotect therights ofCityunder the
Contract Documents with respect tothe Work tobeperformed bysubcontractor so that contracting thereof
willnotprejudice such rights, andshall allow tosubcontractor, unless specifically provided otherwise inthe
contract agreement, the benefit ofallrights, remedies and redress against Contractor that Contractor, bythe
Contract Documents, hasagainst City. Where appropriate, Contractor shall require each subcontractor to
enter intosimilar agreements withitssubcontractors.
11. LIENS:
Contractor shall notcause orpermit thefiling ofany lien on any ofCity’sproperty. In theevent any such lien
isfiled and Contractor failstoremove such lien within ten (10) daysafter thefiling thereof, bypayment or
bonding, Cityshall have theright topaysuch lienor obtain such bond, allatContractor’ssole costand
expense.
12. DEFAULT:
Intheevent Contractor: (a) repudiates, breaches ordefaults under any oftheterms orconditions ofthis
Agreement, including Contractor’swarranties; (b) failstoprovide the Goods andServices as specified
herein; (c) failstomake progress soastoendanger timely andproper provision ofthe Goods and Services
and does notcorrect such failure orbreach within five (5) business days (orsuch shorter period oftime asis
commercially reasonable under the circumstances) after receipt ofnotice from City specifying such failure or
breach; or (d) becomes insolvent, is placed intoreceivership, makes ageneral assignment forthebenefit of
creditors ordissolves, eachsuch event constituting anevent ofdefault hereunder, Cityshall have the rightto
1) terminate allorany parts ofthisAgreement, without liability toContractor; and (2) exercise allother rights
and remedies available toCityatlaw and/orinequity.
13. INSURANCE AND INDEMNIFICATION:
13.1 Contractor shall procure and maintain infull force and effect during thetermof this Agreement, with
an insurer licensed todobusiness intheState ofIndiana, such insurance asisnecessary fortheprotection
ofCityand Contractor fromallclaims fordamages under any workers’ compensation, occupational disease
and/orunemployment compensation act; forbodily injuries including, but notlimited to, personal injury,
sickness, disease ordeath ofortoany of Contractor’sagents, officers, employees, contractors and
subcontractors; and, forany injury toordestruction ofproperty, including, but notlimited to, anyloss ofuse
resulting therefrom. Thecoverage amounts shall benoless than those amounts set forth inattached Exhibit
C. Contractor shall cause itsinsurers toname City asanadditional insured onallsuch insurance policies,
shallpromptly provide City, upon request, with copies ofallsuch policies, and shall provide that such
insurance policies shall not becanceled without thirty (30) days prior notice toCity. Contractor shall
indemnify andhold harmless City from andagainst any and allliabilities, claims, demands orexpenses
including, butnot limited to, reasonable attorney fees) forinjury, death and/ordamages toany person or
property arising from orinconnection withContractor’sprovision ofGoods andServices pursuant toorunder
this Agreement orContractor’suse ofCity property.
13.2 Notwithstanding any other provision ofthisAgreement tothecontrary, should anypolicy required by
theContract Documents becanceled orotherwise terminated before thecompletion of theWork hereunder,
Contractor shallexertallreasonable efforts toprocure andmaintain inforce similar insurance from insurers
6
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
satisfactory toCity and provide certificates ofsuch insurance toCity upon itswritten request. Should
Contractor failorneglect toprovide the required insurance, orallow anyrequired coverage tolapse, City
shall havethe right, but nottheduty, toprovide such insurance anddeduct the costthereof from anymoney
due toContractor any andallpremiums paid byCityforandonaccount ofsaid insurance. Thepolicy or
policies, and each certificate ofinsurance, shall further provide thatthe insurance willnot becancelled bythe
Insurer orthelimitsofliability reduced byendorsement prior toatleast thirty (30) days after written notice by
certified mail ofsuchcancellation orchange has been provided bytherespective insurer toCity. No less
than fourteen (14) daysprior tothe expiration, cancellation ortermination ofany suchpolicy, Contractor shall
supply City with anewandreplacement Certificate ofInsurance and Additional Insured endorsement as
proof ofrenewal oftheoriginal policy andcoverage, with suchneworreplacement policy andendorsements
inthesame manner and forthesame coverage and amounts infavor ofCity assetforth inthisParagraph.
13.3 Indemnity. Tothefullest extent permitted bylaw, Contractor shall indemnify, hold harmless and
defend City andallofitsofficers, directors and employees, fromand against allclaims, suits, demands,
causes ofaction, damages, losses, costs andexpenses, including reasonable attorney'sandContractor’s
feesand expenses, butonlytothe extent caused byContractor’snegligent performance oftheWork under
thisAgreement, oroccasioned byanybreach ornonperformance ofitsterms, provided thatanysuchclaim,
suit, demand, cause ofaction, damage, loss, cost, fees orexpense: (a) isattributable tobodily injury,
sickness, disease ordeath, orpatent infringement, orinjury toordestruction oftangible orrealproperty,
including thelossofusethereof andconsequential damages resulting therefrom, orisattributable to
damages fromeconomic harm orloss; and (b) iscaused inwhole orinpart byany negligent actoromission,
wrongful act, orotherbreach ofduty ofContractor oranyone directly orindirectly employed byitoranyone
forwhose acts itmaybeliable, regardless ofwhether such claim, suit, damage, loss, cost orexpense is
caused inpart byanyjoint, several orcomparative, butnot sole, negligent act oromission, ofCity.
13.4 The foregoing obligations ofContractor shallnotbeaffected orlimited inanyway byanyinsurance
required ofor provided to Contractor under the Agreement. The indemnification and hold harmless
obligations asprovided herein shall not negate, abridge orotherwise reduce any other right andremedy of
City orobligation ofindemnity by Contractor which would otherwise exist infavor ofCity under this
Agreement.
14. GOVERNMENT COMPLIANCE:
Contractor agrees tocomply with allfederal, state and local laws, executive orders, rules, regulations and
codes which may beapplicable toContractor’sperformance ofitsobligations under thisAgreement, andall
relevant provisions thereof areincorporated herein bythis reference. Contractor agrees toindemnify and
hold harmless City from any loss, damage and/orliability resulting from anysuch violation ofsuch laws,
orders, rules, regulations andcodes. This indemnification obligation shall survive thetermination ofthis
Agreement.
15. NONDISCRIMINATION:
Contractor represents and warrants that itand allofitsofficers, employees, agents, contractors and
subcontractors shallcomply with alllawsoftheUnited States, theState ofIndiana andCityprohibiting
discrimination against anyemployee, applicant for employment orother person intheprovision ofanyGoods
and Services provided bythisAgreement with respect totheirhire, tenure, terms, conditions andprivileges of
employment and any other matter related totheiremployment orsubcontracting, because ofrace, religion,
color, sex, handicap, national origin, ancestry, age, disabled veteran status and/orVietnam eraveteran
status.
7
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
16. E-VERIFY:
Pursuant toI.C. § 22-5-1.7etseq., asthesame may beamended from time totime, and asisincorporated
herein bythis reference (the “Indiana E-Verify Law”), Contractor isrequired toenroll inand verify thework
eligibility status ofits newly-hired employees using theE-Verify program, andtoexecute the Affidavit
attached herein asExhibit D, affirming that itisenrolled andparticipating intheE-verify program and does
not knowingly employ unauthorized aliens. Insupport oftheAffidavit, Contractor shall provide theCity
with documentation indicating that ithasenrolled and isparticipating inthe E-Verify program.
Should Contractor subcontract fortheperformance ofanywork under andpursuant tothis Agreement, it
shall fully comply with theIndiana E-Verify Law as regards each suchsubcontractor. Should theContractor
orany subcontractor violate the Indiana E-Verify law, theCitymay require acure ofsuch violation and
thereafter, ifnotimely cure isperformed, terminate this Agreement inaccordance with either the provisions
hereof orthose setforth inthe Indiana E-Verify Law. Therequirements ofthis paragraph shall notapply
should theE-Verify program cease toexist.
17. OWNERSHIP AND USE OFDOCUMENTS:
TheReports, Recommendations, Analyses, Surveys, Data, Calculations, Drawings, Schedules, Specifications
andother documents prepared oremployed byContractor during thecourse offurnishing theWork toCity
under thisAgreement shallbeand become theproperty ofthe City, whether the Project iscompleted ornot;
accordingly, such materials may beused by theCity for information andreference and inconnection with City’s
involvement ontheProject. Suchitems anddocuments may alsobeused byCityforcompletion ofthe Project
orwork with respect thereto byothers ifContractor isindefault under this Agreement, inwhich case Contractor
shall provide City with reproducible copies ofsuch reports, recommendations, analyses, surveys, data,
calculations, drawings, schedules, specifications and other documents forsuchuse butshall not beobligated to
sign, certify orseal such copies. Contractor may utilize thename, images ordescriptions ofthe Project inits
promotional andmarketing materials, except thatitshallnotutilize, publish oradvertise any unique ordistinctive
components ofthe design, drawings orspecifications fortheProject insuch promotional and marketing
materials without firstobtaining thewritten consent ofCity. Contractor will have noliability toCityarising from
City’suseoralteration oftheabove-referenced documents onany unrelated project.
18. NOIMPLIED WAIVER:
Thefailure of either party torequire performance bythe other ofanyprovision ofthis Agreement shall not
affect therightofsuch partytorequire such performance atany time thereafter, nor shall thewaiver byany
party ofabreach ofany provision ofthis Agreement constitute awaiver ofany succeeding breach ofthe
same orany other provision hereof.
19. NON-ASSIGNMENT:
Contractor shall notassign orpledge this Agreement, whether ascollateral foraloan orotherwise, and shall
notdelegate itsobligations under this Agreement without City’sprior written consent.
20. RELATIONSHIP OFPARTIES:
The relationship oftheparties hereto shall beasprovided forinthisAgreement, and neither Contractor nor
any ofitsofficers, employees, contractors, subcontractors and agents areemployees ofCity. The contract
price setforth herein shall bethefulland maximum compensation andmonies required ofCity tobepaid to
Contractor under orpursuant tothis Agreement.
21. GOVERNING LAW; CONFLICT RESOLUTION:
21.1 General. Cityand Contractor arefully committed toworking with eachother throughout theProject
andagree tocommunicate regularly with each otheratalltimes soastoavoid orminimize disputes
8
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
ordisagreements. Ifdisputes ordisagreements doarise, City and Contractor each commit to
resolving such disputes ordisagreements inanamicable, professional and expeditious manner so
astoavoid unnecessary losses, delays and disruptions totheWork.
Cityand Contractor shallcommence allclaims and causes ofaction, whether incontract, tort, or
otherwise, against theotherarising out oforrelated tothisAgreement within theperiod specified by
applicable law, butifnototherwise specified byapplicable law, within notmore thanten (10) years
after thedateofSubstantial Completion ofthe Work.
AllContract Documents are tobeconstrued inaccordance with andgoverned bythelaws ofthe
State ofIndiana, except foritsconflict oflaws provisions.
21.2 Litigation. Claims, disputes andother matters incontroversy arising outoforrelated tothis
Agreement, nototherwise resolved inaccordance withtheprovisions above, theparties agree that,
intheevent alawsuit isfiled hereunder, they waive theirright toajury trial, agree tofile anysuch
lawsuit inanappropriate court inHamilton County, Indiana only, andagree thatsuch court isthe
appropriate venue for and has jurisdiction oversame, andany hearing, trial orconference shall take
place inthatlocale, unless agreed tootherwise inwriting byCity and Contractor. City and Contractor
consent tothechoice oflaw, the choice ofdispute resolution designated by them, venue asprovided
herein, andtopersonal jurisdiction over each ofthem asprovided herein andwaive anyrightto
object tothe exercise ofpersonal jurisdiction bythe court andtoexclusive venue inthislocale.
Anyaward, judgment oragreement insettlement ofadispute concerning such matters and resulting
from negotiations orlitigation inwhich City andContractor are parties orparticipants shall beas
binding upon surety asthough surety were named and joined insuch proceeding, provided that
Contractor has been given areasonable opportunity tojoin, participate, assist orprovide supporting
evidence inthe presentation ofany claim, defense orother issue incontroversy thatissettled or
resolved thereby.
21.3 Continuation ofWork. Provided City continues tomake payments ofamounts notindispute, no
dispute under this Paragraph shall interfere with theprogress oftheWork, and Contractor shall
proceed withfurnishing the Work, including disputed performance, despite theexistence of, and
without awaiting theresolution of, anysuch dispute. Thefailure orrefusal ofContractor tocontinue
performing under such circumstances shallconstitute adefault under thisAgreement.
21.4 Claims Against Third Parties. Inany instance orproceeding whereby any claim, dispute orother
matter incontroversy between City and Contractor involves, arises from orgives rise toasimilar
claim, dispute orother matter incontroversy asbetween City andanother third-party, Contractor
shall furnish andpresent toCity non-privileged evidence, documentation and other information to
support itsclaim, defense orother position with respect thereto.
21.5 Waiver ofConsequential Damages. Contractor waives anyclaims against City forconsequential
damages arising out oforrelating tothisAgreement. This waiver includes damages incurred by
Contractor forprincipal office expenses, including the compensation ofpersonnel stationed there
and other components ofhome office overhead, forlosses offinancing, business andreputation, for
lossofmanagement oremployee productivity orofthe services ofsuchpersons and forlossofprofit
except anticipated profit arising directly from theWork being performed hereunder. This waiver is
applicable, without limitation, toallconsequential damages due toeither party’stermination in
9
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
accordance with this Agreement.
22. SEVERABILITY:
Ifany term ofthisAgreement isinvalid orunenforceable under any statute, regulation, ordinance, executive
order orother rule oflaw, suchterm shallbedeemed reformed ordeleted, butonly totheextent necessary to
comply with same, and theremaining provisions ofthisAgreement shall remain infullforce andeffect.
23. NOTICE:
Any notice provided for inthis Agreement will besufficient ifitisinwriting andisdelivered bypostage
prepaid U.S. certified mail, return receipt requested, tothe party tobenotified attheaddress specified
herein:
IftoCity: CityofCarmel AND CityofCarmel
Street Department Office ofCorporation Counsel
st3400W131 Street One Civic Square
Carmel, Indiana 46074 Carmel, Indiana 46032
IftoContractor: William Charles Construction Company, LLC
833 Featherstone Road
Rockford, Illinois 61107
Notwithstanding theabove, notice oftermination under paragraph 19 hereinbelow shall beeffective ifgiven
orally, aslongaswritten notice isthen provided as set forth hereinabove within five (5) business days from
thedate ofsuchoral notice.
24. TERMINATION:
24.1 Notwithstanding anything tothecontrary contained inthis Agreement, City may, upon notice to
Contractor, immediately terminate thisAgreement forcause, inthe event ofadefault hereunder by
Contractor and/orifsufficient funds arenotappropriated orencumbered topay for theGoods and
Services tobeprovided hereunder. Inthe event ofsuch termination, Contractor shall beentitled to
receive onlypayment for theundisputed invoice amount representing conforming Goods and
Services delivered asofthe date oftermination, except thatsuch payment amount shallnot exceed
theContract Price amount ineffect atthe time oftermination, unless the parties have previously
agreed inwriting toagreater amount.
24.2 Citymay terminate thisAgreement atanytimeupon thirty (30) days prior notice toContractor. Inthe
event ofsuch termination, Contractor shallbe entitled toreceive onlypayment forthe undisputed
invoice amount ofconforming Goods andServices delivered asofthe date oftermination, except
thatsuch payment amount shall not exceed theContract Price amount ineffect atthetime of
termination, unless theparties have previously agreed inwriting toagreater amount.
25. REPRESENTATIONS AND AUTHORITY TO EXECUTE:
Theparties represent and warrant that theyareauthorized toenterinto this Agreement andthatthe persons
executing this Agreement havethe authority tobind theparty which they represent.
10
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
26. FINAL COMPLETION AND CLOSEOUT:
Inaddition toany requirements forfinal completion and closeout listed inGeneral and Supplementary
Conditions, asacondition offinal payment andContract closeout, Contractor certifies orshall submit toCity
thefollowing:
a. Contractor certifies that payrolls, billsformaterials and equipment, and other indebtedness
connected with theWork, forwhich CityorCity’sproperty might beresponsible orencumbered,
lessamounts withheld bytheCity) have been paid orotherwise satisfied;
b. Anyapplicable Contractor guarantees andwarranties;
c. Acertificate evidencing thatinsurance required bytheContract Documents toremain inforce
after final payment iscurrently ineffect;
d. Consent ofsurety, ifany, tofinal payment;
e. As-constructed record copyoftheContract Documents marked toindicate field changes and
selections made during construction;
f. Ifapplicable, allmanufacturer’swarranties, product data, testing and/orinspection results or
reports, and maintenance andoperations manuals;
g. Ifrequired byCity, other data establishing payment orsatisfaction ofobligations, such as
receipts, or releases andwaivers ofliens, claims, security interests, orencumbrances, arising
outoftheContract, totheextent and insuch form asmay bedesignated byCity;
h. Anyother submittals required bythe Contract Documents; and
i. Satisfactory evidence that any claims orliens filedhave been discharged orsatisfied. Ifan
architect, aconsultant, orasubcontractor, orother person orentity providing services orwork
fortheContractor, refuses tofurnish arelease orwaiver required byCity, theContractor may
furnish abond satisfactory tothe Citytoindemnify City against such liens, claims, security
interests, orencumbrances. Ifsuch liens, claims, security interests, orencumbrances remains
unsatisfied after payments aremade, the Contractor shall refund toCity allmoney that City may
becompelled topayin discharging such liens, claims, security interests, orencumbrances,
including allcosts and reasonable attorney’sfees.
27. TERM:
Unless otherwise terminated inaccordance with thetermination provisions under Contract Documents
hereinabove, this Agreement shall beineffect from the Effective Date through satisfactory completion ofthe
Work and delivery ofallGoods andServices according totheestablished schedule.
28. HEADINGS:
Allheading and sections ofthis Agreement areinserted forconvenience onlyand donotform apartofthis
Agreement norlimit, expand orotherwise alterthe meaning ofany provision hereof.
29. BINDING EFFECT:
The parties, and their respective officers, officials, agents, partners, successors, assigns and legal
representatives, are bound totheother with respect toallofthecovenants, terms, warranties and obligations
set forth inAgreement.
30. NOTHIRD PARTY BENEFICIARIES:
This Agreement gives norights orbenefits toanyone other than Cityand Contractor.
31. DEBARMENT AND SUSPENSION:
31.1 The Contractor certifies byentering intothisAgreement that neither itnoritsprincipals nor any of its
11
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
subcontractors arepresently debarred, suspended, proposed fordebarment, declared ineligible orvoluntarily
excluded fromentering into this Agreement byanyfederal agency orbyanydepartment, agency orpolitical
subdivision ofthe State ofIndiana. The term “principal” forpurposes ofthis Agreement means anofficer,
director, owner, partner, key employee orother person with primary management orsupervisory
responsibilities, oraperson who has acritical influence onorsubstantive control over the operations ofthe
Contractor.
31.2 TheContractor certifies thatithasverified thestate andfederal suspension and debarment status
forallsubcontractors receiving funds under this Agreement and shallbesolely responsible forany
recoupment, penalties orcosts that might arise from useofasuspended ordebarred subcontractor. The
Contractor shall immediately notify theCity ifany subcontractor becomes debarred orsuspended, andshall,
attheCity’srequest, take allsteps required bytheCity toterminate itscontractual relationship with the
subcontractor for work tobeperformed under thisAgreement.
32. PRIOR WORK:
Inthe event that Contractor has delivered anyGoods and Services and/orperformed any oftheWork under
this Agreement prior tothe date ofthisAgreement, pursuant toanauthorization toproceed orverbal directive
issued byCity toContractor oraletter ofintent orverbal understanding entered into byand between Cityand
Contractor, thisAgreement andalloftheterms andconditions thereof, including the payment obligations of
Cityforsuch prior deliveries and/orperformance, shall govern such priordeliveries and/orperformance tothe
same extent asthough they were performed ordelivered after the date hereof, andany amounts that were
earned byContractor and paid byCity toContractor, orearned byContractor and still tobepaid byCity to
Contractor, forsuch other previously delivered Goods andServices orperformed Work, shallbeapplied asa
credit against Contractor’soverall compensation under this Agreement.
33. RIGHT TO ATTORNEY FEES:
Inthe event City employs attorneys orincurs other expenses itmay deem necessary toprotect orenforce its
rights under the Agreement where Contractor isindefault orbreach oftheAgreement, orCity otherwise is
required toundertake performance ofContractor’sobligations hereunder because ofContractor’sfailure or
refusal toperform, Contractor agrees topay theattorney fees, costs and expenses soincurred byCity.
Furthermore, wherever intheAgreement Contractor agrees topayexpenses incurred byCity such expenses
shall include, but are notlimited to, attorney fees incurred byCity.
34. DRUG FREE WORK SITE:
Contractor anditsemployees shall comply withallprovisions ofthe Drug Free Workplace Act of1988 as
amended. Theunlawful manufacture, distribution, dispensation, possession oruse ofacontrolled substance
intheworkplace isprohibited. Contractor isresponsible forthedevelopment implementation, administration
and enforcement ofaformal substance abuse policy (“Substance Abuse Policy”) which, as, aminimum,
meets the standards set forth bythe City.
35. COMPLIANCE WITH IND. CODE § 5-16-13:
Totheextent that this Project andAgreement issubject totherequirements ofIndiana Code § 5-16-13et
seq., which areincorporated byreference as iffully restated herein, Contractor shallcomply with all
applicable requirements setforththerein.
36. ACCESS TOPUBLIC RECORDS ACT:
Contractor understands andagrees that any “public record”, asthat term isdefined inIndiana Code 5-14-3-
2(m), asamended, that isrelated to the subject matter ofthe Contract, whether the same isinthe
12
William Charles Construction Company, LLC
Street Department - 2024
Appropriation #2201 220143-504.00MotorVehicle Highway Fund; P.O. #113061
Contract NotToExceed $730,000.00
possession or control ofContractor orCity, shall besubject torelease under and pursuant tothe provisions
ofIndiana’sAccess toPublic Records Act, ascodified inIndiana Code 5-14-3-1, etseq., asamended.
37. COMPETING LAWS:
As between inconsistent provisions among Federal, Stateandlocal laws, Contractor should generally comply
withthe more stringent requirement, unless aFederal law, rule orregulation requires thatthe affected
Federal provision be observed, notwithstanding theexistence ofamore stringent applicable State orlocal
requirement.
38. IRAN CERTIFICATION:
Pursuant toI.C. § 5-22-16.5, theContractor shallcertify that, insigning thisAgreement, itdoes notengage in
investment activities within the Country ofIran.
39. ADVICE OFCOUNSEL:
Theparties warrant thattheyhave read thisAgreement and understand it, have hadtheopportunity toobtain
legal advice and assistance of counsel throughout thenegotiation ofthisAgreement, andenter intosame
freely, voluntarily, andwithout anyduress, undue influence orcoercion.
40. ENTIRE AGREEMENT:
ThisAgreement, together with anyexhibits attached hereto orreferenced herein, constitutes the entire
agreement between Contractor andCitywith respect tothesubject matter hereof, and supersedes allprior
oral orwritten representations andagreements regarding same. Notwithstanding any other term orcondition
setforth herein, butsubject toparagraph 16hereof, totheextent any term orcondition contained inany
exhibit attached tothisAgreement orinanydocument referenced herein conflicts withanyterm orcondition
contained in thisAgreement, the term orcondition contained in thisAgreement shall govern andprevail.
This Agreement mayonly bemodified bywritten amendment executed byboth parties hereto, ortheir
successors ininterest.
13
EXHIBIT B
Invoice
Date:
Name of Company:
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
INSURANCE COVERAGES
Worker’s Compensation & Disability Statutory Limits
Employer’s Liability:
Bodily Injury by Accident/Disease: $1,000,000 each employee
Bodily Injury by Accident/Disease: $1,000,000 each accident
Bodily Injury by Accident/Disease: $1,000,000 policy limit
Commercial General Liability:
General Aggregate Limit (other than
Products/Completed Operations): $6,000,000
Products/Completed Operations: $5,000,000
Personal & Advertising Injury
Each Occurrence Limit: $5,000,000
Comprehensive Auto Liability (owned, hired and non-owned)
Bodily Injury and Property Damage: $5,000,000 each occurrence
Umbrella Excess Liability
If a commercial umbrella liability policy is used to satisfy the minimum limits of liability
requirements, the combined limits must equal these minimum limits of liability.
12/6/2024
WILLIAM CHARLES CONSTRUCTION CO
CORAL GABLES, FL 33134 -
113061
800 DOUGLAS RD PENTHOUSE
City of Carmel
ONE CIVIC SQUARE
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997
INDIANA RETAIL TAX EXEMPT
CERTIFICATE NO. 003120155 002 0
FEDERAL EXCISE TAX EXEMPT
35-6000972
PURCHASE ORDER NUMBER
THIS NUMBER MUST APPEAR ON INVOICES, A/P
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
VENDOR SHIP
TO
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
EXTENSION
24-STR-08 Tarkington and Palladium Surface Replacement
Project
Street Department
3400 W. 131ST Street
Carmel, IN 46074-
317) 733-2001
377767
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
Matt Higginbotham
93765
2201Department:2201Fund:Motor Vehicle Highway FND
43-504.00Account:
24-STR-08 Tarkington and Palladium SurfaceReplacement1 $730,000.00 $730,000.00Each
730,000.00SubTotal
730,000.00
Send Invoice To:
PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
SHIPPING INSTRUCTIONS
SHIP PREPAID.
C.O.D. SHIPMENT CANNOT BE ACCEPTED.
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO.
THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
PAYMENT
A/PVOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
CONTROL NO. 113061
ORDERED BY
TITLE
Street Department
3400 W. 131st Street
Carmel, IN 46074-
Lee Higginbotham Zac Jackson
317) 733-2001
Commissioner CFO
CITY OF CARMEL, INDIANA
Information
SPECIAL EVENT / FACILITY USE REQUEST FORM
Please reference the City of Carmel Special Event/Facility Use Policy
* Must be at least 18 years of age to complete this form.
The Event Request Form must be submitted a minimum of 60 days prior
to the planned date of the event or activity.
Please click here to request the Carter Green or East Patio.
Facility(s)
1. CITY FACILITY(S) REQUESTED:
Civic Square Fountain Area
Civic Square Gazebo / Lawn
Japanese Garden
Monon & Main Plaza
Midtown Plaza (Events must be free and open to the public. We are unable to
accommodate public movie requests.)
Reflecting Pool (Please note that Veteran's Memorial Freedom Circle and Plaza
is not available for use)
Sophia Square
Other
Request submission date: 11-25-2024
Department Review:
CFD: Yes,12/10/24MAC: Yes,12/11/24
ENG: Yes,STREETS: Yes, 12/10/24
CPD: Yes,12/10/24 PARKS: Yes, 12/10/24
Neighborhood
Name/Streets to be
closed
Upload Map
Type of Closure:
Further Info for type
of closure
Requests:
2. STREET(S) REQUESTED:
Include addresses as appropriate
An easy to read, color map of the area is required with submission.
Rolling closure
Total closure
Lane restrictions - explain below
Other - explain below
N/A
Explain lane restrictions needed and other needed below:
3. SPECIAL REQUESTS:
Electricity
Fountain Restroom - Fountain/Gazebo
Reflecting Pool Restrooms
N/A
Other
4. CITY SERVICES NEEDED: Mark all that apply
City Services Needed
Event
Use/Purpose:*
Description of
Event:*
Event Date Start *Event Date
End*
If multiple dates,
please list
Set-Up time:*Tear Down End
time:*
Event Start
time:*Event End
time:*
Rehearsal
Rehearsal Date:
Rehearsal Start:Rehearsal End:
Number of People
Expected:*
Fees?
Cones/Barricades (signed agreement required)
Detour/Traffic Redirection Signs (signed agreement required)
Emergency Medical Services (EMS) (Extra fees may apply)
Extra Patrol During Event (when available)
Traffic Control (Extra fees may apply)
On-site Security (Assigned off-duty CPD officers, extra fees will apply)
No Parking Signs (Pick up at Carmel Police Department)
Trash Trailer ($150 fee may be applied for use)
N/A
Other
5. EVENT DETAILS
Summer Yoga Series
Provide a brief description of event
Fire & Flow Yoga in Midtown
Attach additional pages if needed-SEE BELOW
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
5/17/2025 5/17/2025
6/21/2025 and 8/16/2025
8:00:00 AM 11:00:00 AM
8:30:00 AM 9:30:00 AM
NA
Rehearsal Start Time:Rehearsal End Time:
50
Will a Fee be charged for this event? If yes, please describe below.
Yes
No
Vendors
Contact Person*
Email*
Phone Number:*
Cell Number:
Name/Organization:
Address
Organization
Type:*
EVENT SET UP:
Stage
Size of Stage
Tent(s) – If placing a tent over the entire green space at Midtown Plaza, the
exclusive vendor for tent rental is A-Classic Party Rentals (317-251-7368).
Otherwise, you may use the vendor of your choice.
Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-2600)
Bounce House
N/A
Other
Name of Merchants(s) doing the setup
Phone Number of Merchant(s) doing set up:
VENDORS:
Vendors Present
Food Served (May be subject to Hamilton County Health Department Inspection)
Alcohol Served (Please see Section R under “General Terms and Conditions” in
the Special Event/Facility Use Policy)
N/A
6. CONTACT INFORMATION:
Cindi Odle
info@fireandflowyoga.com
3175235985
Fire & Flow Yoga
City
Carmel
State / Province / Region
IN
Postal / Zip Code
46032
Country
Street Address
301 E. Carmel Drive
Address Line 2
For-Profit Organization
Residency
A refundable Security Deposit in the amount of $100 for any applicant located or residing within Carmel city limits or a
non-refundable event fee in the amount of $150 for any applicant located or residing outside of Carmel city limits must
be received prior to application review or processing.
Payment may be made online using a credit or debit card at https://www.govpaynow.com . PLC #A0026j, calling the
Govpay call center at 1-888-604-7888 (give them PLC#) or in the form of a certified check or money order made payable
to the City of Carmel. (Mail to: Carmel City hall, Attn: Lobby Desk, 1 Civic Square, Carmel, IN 46032)
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.
Is the Organization based within the City of Carmel city limits?
Yes
No
SECURITY DEPOSIT AND FEE:
DISCLAIMER:
Acknowledgement and Agreement
Mayor's Office
ACKNOWLEDGEMENT AND AGREEMENT
TO COMPLY WITH SPECIAL EVENT/FACILITY USE POLICY
I have read and understand the City of Carmel, Indiana ("City") Special Event/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 Special Event/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, alter or revoke my request for the use of a City facility for any lawful
reason. I and/or my organization also agree to indemnify and hold harmless the City of Carmel and all of its directors,
officers, employees, agents and affiliates from any claims of whatever nature (whether foreseeable or not) arising from or
in connection with this Application for any damages, costs or expenses incurred directly or indirectly as a result of my/our
use of the City-owned facility and/or property.
Age Confirmation*
Special
Event/Facility Use
Policy*
*
*
GO TO THE CITY OF CARMEL USE ONLY TAB AND CLICK ON SUBMIT
I confirm that I am 18 years of age or older.
By selecting this box, I hereby acknowledge that I have read and fully understand
the City of Carmel, Indiana ("City") Special Event/Facility Use Policy and agree to
be bound by all the terms and conditions set forth therein.
Fire & Flow Yoga - Carmel
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Cindi Odle
Printed Name and Title (If applicable)
31705235985
Phone Number (Required)
301 E. Carmel Drive
Address of Organization/Applicant
11/25/2024
Date
City of Carmel Use Only
Approved this ______day of _______________, 20
CITY OF CARMEL, INDIANA
By and Through its Board of Public Works and Safety
___________________________________
Laura Campbell, Presiding Officer
Date: ______________________________
___________________________________
James Barlow, Member
Date: ______________________________
___________________________________
Alan Potasnik, Member
Date: ______________________________
ATTEST:
_____________________
Jacob Quinn, City Clerk
________________
Date
Special Conditions:__________________________________________________________________
CITY OF CARMEL, INDIANA
Information
CARTER GREEN
SPECIAL EVENT / FACILITY USE REQUEST FORM
Please reference the City of Carmel Special Event/Facility Use Policy
* Must be at least 18 years of age to complete this form.
FACILITY*
Neighborhood
Name/Streets to be
closed
1. CITY FACILITY REQUESTED:
Mark all that apply
CARTER GREEN (area between Palladium & James Building)
PALLADIUM EAST PATIO (on the Campus of the Center for the Performing Arts)
2. STREET(S) REQUESTED:
Include addresses as appropriate
Request submission date: 11-19-2024Department Review:CFD: Yes,12/10/24MAC: Yes,12/11/24
ENG: Yes,STREETS: Yes, 12/10/24
CPD: Yes,12/10/24 PARKS: Yes, 12/10/24
UPLOAD MAP
Type of Closure:
Further Info for type
of closure
REQUESTS:
CITY SERVICES
NEEDED:
Event Use/Purpose:
Description of
Event:
An easy to read, color map of the area is required with submission.
Rolling closure
Total closure
Lane restrictions - explain below
Other - explain below
N/A
Explain lane restrictions needed and other needed below:
3. SPECIAL REQUESTS:
Mark all that apply
ELECTRICITY
JAMES BUILDING RESTROOMS (CARTER GREEN) *Extra fees apply
N/A
Other
4. CITY SERVICES NEEDED:
Mark all that apply
Cones/Barricades (signed agreement required)
Detour/Traffic Redirection Signs (signed agreement required)
Emergency Medical Services (EMS) (Extra fees may apply)
Extra Patrol During Event (when available)
Traffic Control (Extra fees may apply)
On-site Security (Assigned off-duty CPD officers, extra fees will apply)
No Parking Signs (Pick up at Carmel Police Department)
Trash Trailer ($150 fee may be applied for use)
N/A
Other Electrical Access for DJ
5. EVENT DETAILS:
Ceremony for Wedding at Hotel Carmichael from 5 PM - 6 PM on Saturday, August
23rd, 2025
Provide a brief description of event
Hotel will provide (130) White Wooden Chairs for Ceremony and (1) 6'x30" Table +
Chair for DJ. Set-up will occur at 2:00 PM after vendors have left the Farmer's
Market.
Hotel will retrieve all chairs & table at 6:30 PM after Ceremony photos.
No other equipment or assistance necessary.
Attach additional pages if needed-SEE BELOW
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
Event Date Start*Event Date End*
If multiple dates,
please list
Set-Up time*
Tear Down End
time*
Event Start
time:*
Event End
time:*
Rehearsal
Rehearsal Date:
Rehearsal Start
Time:
Rehearsal End
Time:
Number of People
Expected:*
Fees?
8/23/2025 8/23/2025
2:00:00 PM
6:30:00 PM
5:00:00 PM
6:00:00 PM
NA
8/30/2025
5:00:00 PM
6:00:00 PM
30
Will a Fee be charged for this event? If yes, please describe below.
YES
NO
EVENT SET UP:
Mark all that apply
Stage
Size of Stage
Tent(s) – If placing a tent over the entire green space at Midtown Plaza, the
exclusive vendor for tent rental is A-Classic Party Rentals (317-251-7368).
Otherwise, you may use the vendor of your choice.
Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-
2600)
Vendors
Contact Person
Email
Phone Number:
Cell Number:
Name/Organization:
Address
Organization Type:*
Residency
A refundable Security Deposit in the amount of $100 for any applicant located or residing within Carmel city limits or
a non-refundable event fee in the amount of $150 for any applicant located or residing outside of Carmel city
Bounce House
N/A
Other
Hotel Carmichael
Name of Merchants(s) doing the setup
3176889611
Phone Number of Merchant(s) doing set up:
VENDORS:
Mark all that apply
VENDORS PRESENT
FOOD SERVED (May be subject to Hamilton County Health Department
inspection.)
ALCOHOL SERVED - Please see Section R under “General Terms and
Conditions” in the Public Use Policy.
N/A
6. CONTACT INFORMATION:
Mallory Davis, Catering Sales Manager, Hotel Carmichael
mdavis@hotelcarmichael.com
3176889611
Hotel Carmichael
City
Carmel
State / Province / Region
IN
Postal / Zip Code
46032
Country
USA
Street Address
1 Carmichael Square
Address Line 2
For-Profit Organization
Is the Organization based within the City of Carmel city limits?
Yes
No
SECURITY DEPOSIT AND FEE:
limits must be received prior to application review or processing.
Payment may be made online using a credit or debit card at https://www.govpaynow.com . PLC #A0026j, calling the
Govpay call center at 1-888-604-7888 (give them PLC#) or in the form of a certified check or money order made payable
to the City of Carmel. (Mail to: Carmel City hall, Attn: Lobby Desk, 1 Civic Square, Carmel, IN 46032)
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 previsously granted request to use a City facility for any lawful reason.
DISCLAIMER:
Acknowledgement and Agreement
Mayor's Office
ACKNOWLEDGEMENT AND AGREEMENT
TO COMPLY WITH SPECIAL EVENT/FACILITY USE POLICY
I have read and understand the City of Carmel, Indiana ("City") Special Event/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 Special Event/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, alter or revoke my request for the use of a City facility for any lawful
reason. I and/or my organization also agree to indemnify and hold harmless the City of Carmel and all of its directors,
officers, employees, agents and affiliates from any claims of whatever nature (whether foreseeable or not) arising from or
in connection with this Application for any damages, costs or expenses incurred directly or indirectly as a result of my/our
use of the City-owned facility and/or property.
Age Confirmation*
Special
Event/Facility Use
Policy*
*
*
GO TO THE CITY OF CARMEL USE ONLY TAB AND CLICK ON SUBMIT
I confirm that I am 18 years of age or older.
By selecting this box, I hereby acknowledge that I have read and fully
understand the City of Carmel, Indiana ("City") Special Event/Facility Use Policy
and agree to be bound by all the terms and conditions set forth therein.
Hotel Carmichael/Mallory Davis
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Mallory Davis, Catering Sales Manager
Printed Name and Title (If applicable)
3176889611
Phone Number (Required)
1 Carmichael Square
Carmel, IN 46032
Address of Organization/Applicant
11/19/2024
Date
City of Carmel Use Only
Approved this ______day of _______________, 20
CITY OF CARMEL, INDIANA
By and Through its Board of Public Works and Safety
___________________________________
Laura Campbell, Presiding Officer
Date: ______________________________
___________________________________
James Barlow, Member
Date: ______________________________
___________________________________
Alan Potasnik, Member
Date: ______________________________
ATTEST:
_____________________
Jacob Quinn, City Clerk
________________
Date
Special Conditions:__________________________________________________________________
CITY OF CARMEL, INDIANA
Information
CARTER GREEN
SPECIAL EVENT / FACILITY USE REQUEST FORM
Please reference the City of Carmel Special Event/Facility Use Policy
* Must be at least 18 years of age to complete this form.
FACILITY*
Neighborhood
Name/Streets to be
closed
1. CITY FACILITY REQUESTED:
Mark all that apply
CARTER GREEN (area between Palladium & James Building)
PALLADIUM EAST PATIO (on the Campus of the Center for the Performing Arts)
2. STREET(S) REQUESTED:
Include addresses as appropriate
Request submission date: 11-25-2024
Department Review:
CFD: Yes,12/10/24MAC:Yes,12/11/24
ENG: Yes,STREETS: Yes, 12/10/24
CPD: Yes,12/10/24 PARKS: Yes, 12/10/24
UPLOAD MAP
Type of Closure:
Further Info for type
of closure
REQUESTS:
CITY SERVICES
NEEDED:
No Parking Signs*
Event Use/Purpose:
Description of
Event:
An easy to read, color map of the area is required with submission.
Rolling closure
Total closure
Lane restrictions - explain below
Other - explain below
N/A
Explain lane restrictions needed and other needed below:
3. SPECIAL REQUESTS:
Mark all that apply
ELECTRICITY
JAMES BUILDING RESTROOMS (CARTER GREEN) *Extra fees apply
N/A
Other 3 No Parking Passes for Southside of Garden, only
4. CITY SERVICES NEEDED:
Mark all that apply
Cones/Barricades (signed agreement required)
Detour/Traffic Redirection Signs (signed agreement required)
Emergency Medical Services (EMS) (Extra fees may apply)
Extra Patrol During Event (when available)
Traffic Control (Extra fees may apply)
On-site Security (Assigned off-duty CPD officers, extra fees will apply)
No Parking Signs (Pick up at Carmel Police Department)
Trash Trailer ($150 fee may be applied for use)
N/A
Other Access to Electrical for DJ
Please note the number of NO PARKING SIGNS needed
3
5. EVENT DETAILS:
Ceremony for Wedding at Hotel Carmichael from 5 PM - 6 PM on Saturday,
September 20th, 2025.
Provide a brief description of event
Hotel will provide 120 white wooden chairs for ceremony & (1) 6'x30" Table for DJ.
Set up will occur at 2 PM after vendors have left the Farmers Market.
Hotel will retrieve all chairs and table at 6:30 PM after ceremony photos.
No other equipment or assistance necessary.
Attach additional pages if needed-SEE BELOW
Event Date Start*Event Date End*
If multiple dates,
please list
Set-Up time*
Tear Down End
time*
Event Start
time:*
Event End
time:*
Rehearsal
Rehearsal Date:
Rehearsal Start
Time:
Rehearsal End
Time:
Number of People
Expected:*
Fees?
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
9/20/2025 9/20/2025
2:00:00 PM
6:30:00 PM
5:00:00 PM
6:00:00 PM
NA
9/19/2025
4:30:00 PM
5:30:00 PM
30
Will a Fee be charged for this event? If yes, please describe below.
YES
NO
EVENT SET UP:
Mark all that apply
Stage
Size of Stage
Tent(s) – If placing a tent over the entire green space at Midtown Plaza, the
exclusive vendor for tent rental is A-Classic Party Rentals (317-251-7368).
Otherwise, you may use the vendor of your choice.
Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-
2600)
Vendors
Contact Person
Email
Phone Number:
Cell Number:
Name/Organization:
Address
Organization Type:*
Residency
A refundable Security Deposit in the amount of $100 for any applicant located or residing within Carmel city limits or
a non-refundable event fee in the amount of $150 for any applicant located or residing outside of Carmel city
limits must be received prior to application review or processing.
Bounce House
N/A
Other
Name of Merchants(s) doing the setup
Phone Number of Merchant(s) doing set up:
VENDORS:
Mark all that apply
VENDORS PRESENT
FOOD SERVED (May be subject to Hamilton County Health Department
inspection.)
ALCOHOL SERVED - Please see Section R under “General Terms and
Conditions” in the Public Use Policy.
N/A
6. CONTACT INFORMATION:
Mallory Davis
mdavis@hotelcarmichael.com
3176889611
Hotel Carmichael
City
Carmel
State / Province / Region
IN
Postal / Zip Code
46032
Country
USA
Street Address
1 Carmichael Square
Address Line 2
For-Profit Organization
Is the Organization based within the City of Carmel city limits?
Yes
No
SECURITY DEPOSIT AND FEE:
Payment may be made online using a credit or debit card at https://www.govpaynow.com . PLC #A0026j, calling the
Govpay call center at 1-888-604-7888 (give them PLC#) or in the form of a certified check or money order made payable
to the City of Carmel. (Mail to: Carmel City hall, Attn: Lobby Desk, 1 Civic Square, Carmel, IN 46032)
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 previsously granted request to use a City facility for any lawful reason.
DISCLAIMER:
Acknowledgement and Agreement
Mayor's Office
ACKNOWLEDGEMENT AND AGREEMENT
TO COMPLY WITH SPECIAL EVENT/FACILITY USE POLICY
I have read and understand the City of Carmel, Indiana ("City") Special Event/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 Special Event/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, alter or revoke my request for the use of a City facility for any lawful
reason. I and/or my organization also agree to indemnify and hold harmless the City of Carmel and all of its directors,
officers, employees, agents and affiliates from any claims of whatever nature (whether foreseeable or not) arising from or
in connection with this Application for any damages, costs or expenses incurred directly or indirectly as a result of my/our
use of the City-owned facility and/or property.
Age Confirmation*
Special
Event/Facility Use
Policy*
*
*
GO TO THE CITY OF CARMEL USE ONLY TAB AND CLICK ON SUBMIT
I confirm that I am 18 years of age or older.
By selecting this box, I hereby acknowledge that I have read and fully
understand the City of Carmel, Indiana ("City") Special Event/Facility Use Policy
and agree to be bound by all the terms and conditions set forth therein.
Hotel Carmichael/Mallory Davis
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Mallory Davis, Catering Sales Manager
Printed Name and Title (If applicable)
3176889611
Phone Number (Required)
1 Carmichael Square
Carmel, IN 46032
Address of Organization/Applicant
11/25/2024
Date
City of Carmel Use Only
Approved this ______day of _______________, 20
CITY OF CARMEL, INDIANA
By and Through its Board of Public Works and Safety
___________________________________
Laura Campbell, Presiding Officer
Date: ______________________________
___________________________________
James Barlow, Member
Date: ______________________________
___________________________________
Alan Potasnik, Member
Date: ______________________________
ATTEST:
_____________________
Jacob Quinn, City Clerk
________________
Date
Special Conditions:__________________________________________________________________
December 10, 2024
Board of Public Works and Safety
One Civic Square
Carmel, Indiana 46032
RE: STORMWATER TECHNICAL STANDARDS WAIVER – BUSH RESIDENCE-13280 SIX POINTS ROAD
Dear Board Members:
Benjamin Houle with LandWorx Engineering, LLC has requested a waiver from the Stormwater Technical
Standards Manual in association with a proposed residence at 13280 Six Points Rd (exhibits attached).
The Department of Engineering, in review of the proposed conditions and design standards, has
determined that the waivers requested are valid given the existing site constraints involved with the
project and recommend approval.
Sincerely,
Bradley Pease, P.E.
City Engineer
958 East Washington Street, Suite 100, Indianapolis, IN 46202 | 317.616.0177 | landworxeng.com
November 12, 2024
Mr. Alex Jordan, CPESC
Plan Review Coordinator
City of Carmel Engineering Department
1 Civic Sq, Carmel, IN 46032
Re: Bush Residence – Stormwater Waiver Requests
Greetings Mr. Jordan,
Per our prior email conversations regarding this project, please accept this
letter as an official waiver request for the requirements as follows:
1. City of Carmel Stormwater Technical Manual Section 501.01 – “There
should be no less than 2.5’ of cover along any part of the pipe from final
pavement or final ground surface elevation to the top of the pipe.”
A waiver from this requirement is requested. The storm pipes in question
will have a minimum of 1.25’ of cover and in each case will be reinforced
concrete pipe, not within the pavement section (where pavement is
located) and not within the regular travelway of anything larger than a
personal vehicle. The pipes include a dual pipe connecting ponds under a
grass area (no traffic), pipes under the 15’ wide residential drive on private
property, and a driveway culvert within the right-of-way which is providing
more cover than the one it is replacing.
2. City of Carmel Stormwater Technical Manual Section 302.07 – Hamilton
County detail for the top of bank of the ponds show 2’ of freeboard above
the 100-year elevation.
A waiver from this requirement is requested. Clarifications have been
added to the plan showing that the grade to the adjacent property will be
at least 1’ above the 100-year elevation and modeling shows that the fully
clogged overflow condition will NOT flow to the neighbor or the proposed
building areas.
2
Per the responses above, the waivers will not have a negative impact on any
public or adjacent property and are otherwise in conformance with Carmel
requirements.
Thank you for your consideration of these waivers for this residential
development project. Please don’t hesitate to reach out with any questions
and/or clarifications.
Sincerely,
Benjamin Houle
LandWorx Engineering, LLC
>>
>>
>>>
>>>>>>
T
>>>
>
>
>
>
>>>>>
>
>
>
>
>
>
>
coffeetable coffeetable
endtable
SIX POINTS ROAD 40' HALF R/W
D
A
D
D
D
D
B
B
B
B
A
A
A
A
A
A
B
B
B
B
PR
O
P
O
S
E
D
B
U
I
L
D
I
N
G
±6
,
8
2
5
S
F
FF
E
:
8
8
3
.
4
5
PR
O
P
O
S
E
D
B
U
I
L
D
I
N
G
±6,
7
1
5
S
F
FFE
:
8
8
6
.
0
0
E
C
B
GAT
E
A
N
D
P
E
R
I
M
E
T
E
R
F
E
N
C
I
N
G
(S
E
E
L
A
N
D
S
C
A
P
E
P
L
A
N
S
)
F
D
D
D
24.0'18.0'
CLE
A
N
L
Y
M
A
T
C
H
T
O
EXI
S
T
I
N
G
P
A
V
E
M
E
N
T
B
B
G
H
J
5'
W
A
L
K
T
O
B
E
CO
N
S
T
R
U
C
T
E
D
BY
O
T
H
E
R
S
.
4.0
'
8.0'
7.9'
18.
4
'
107.95' BLDG TO PL
51
.
7
'
5.9
'
10.
0
'
18.
0
'
15
.
0
'
30.2'
8.0
'
8.0
'
30.2'
131.42' BLDG TO PL
26.
4
'
B
L
D
G
TO
P
L
15
.
0
'
15.0'
67.
1
3
'
B
L
D
G
T
O
P
L
74.15' BLDG TO PL
R68'
R83'
R280'R295'
R575'R560'
R4
5
'
R2
0
'
R1
1
2
'
R112'
R112'
R20'
R60'R15'
R5
9
'
R10
'
R3'
R3'
R10'
R4
1
'
R1
5
'
R60
'
R
9
7
'
R97'
R97'
15.0'
15.0'
15.0'
18.0'
24.0'
24.0'
15.0'
22.
9
'
38
.
4
'
41.1'
19.0'
197
.
4
'
23.1'
R15'
R15'
R1
0
'
R10
'
BIO
-
R
E
T
E
N
T
I
O
N
A
R
E
A
BIO
-
R
E
T
E
N
T
I
O
N
A
R
E
A
BIO
-
R
E
T
E
N
T
I
O
N
A
R
E
A
BMP
E
A
S
E
M
E
N
T
DR
A
I
N
A
G
E
E
A
S
E
M
E
N
T
BM
P
E
A
S
E
M
E
N
T
Description No. Date
>ĂŶ
Ě
t
Ž
ƌ
dž
Ŷ
Ő
ŝ
Ŷ
Ğ
Ğ
ƌ
ŝ
Ŷ
Ő
͕
>
>
ϵϱϴ
Ă
Ɛ
ƚ
t
Ă
Ɛ
Ś
ŝ
Ŷ
Ő
ƚ
Ž
Ŷ
^
ƚ
ƌ
Ğ
Ğ
ƚ
^Ƶ
ŝ
ƚ
Ğ
ϭ
Ϭ
Ϭ
/ŶĚ
ŝ
Ă
Ŷ
Ă
Ɖ
Ž
ů
ŝ
Ɛ
͕
/
Ŷ
Ě
ŝ
Ă
Ŷ
Ă
ϰ
ϲ
Ϯ
Ϭ
Ϯ
ϯϭ
ϳ
͘
ϲ
ϭ
ϲ
͘
Ϭ
ϭ
ϳ
ϳ
R
SIT
E
L
A
Y
O
U
T
N
O
T
E
S
:
1.
A
L
L
C
O
N
S
T
R
U
C
T
I
O
N
M
E
T
H
O
D
S
A
N
D
M
A
T
E
R
I
A
L
S
M
U
S
T
C
O
N
F
O
R
M
T
O
CU
R
R
E
N
T
S
T
A
N
D
A
R
D
S
A
N
D
S
P
E
C
I
F
I
C
A
T
I
O
N
S
O
F
T
H
E
F
E
D
E
R
A
L
,
S
T
A
T
E
,
CO
U
N
T
Y
,
C
I
T
Y
,
O
R
L
O
C
A
L
R
E
Q
U
I
R
E
M
E
N
T
S
,
W
H
I
C
H
E
V
E
R
H
A
S
JUR
I
S
D
I
C
T
I
O
N
.
2.
A
L
L
P
A
R
K
I
N
G
S
T
R
I
P
E
S
A
R
E
T
O
B
E
4
"
P
A
I
N
T
E
D
W
H
I
T
E
.
U
N
L
E
S
S
OT
H
E
R
W
I
S
E
N
O
T
E
D
O
N
T
H
E
P
L
A
N
S
,
D
E
T
A
I
L
S
,
O
R
S
P
E
C
I
F
I
C
A
T
I
O
N
S
.
3.
A
L
L
D
I
M
E
N
S
I
O
N
S
A
R
E
T
O
E
D
G
E
O
F
P
A
V
E
M
E
N
T
O
R
F
A
C
E
O
F
C
U
R
B
,
WHE
R
E
A
P
P
L
I
C
A
B
L
E
.
4.
A
L
L
D
I
M
E
N
S
I
O
N
S
T
O
B
U
I
L
D
I
N
G
A
R
E
T
O
T
H
E
O
U
T
S
I
D
E
F
A
C
E
O
F
B
R
I
C
K
OR
F
A
C
I
N
G
M
A
T
E
R
I
A
L
,
W
H
E
R
E
A
P
P
L
I
C
A
B
L
E
.
5.
T
H
E
C
O
N
T
R
A
C
T
O
R
S
H
A
L
L
V
E
R
I
F
Y
A
L
L
D
I
M
E
N
S
I
O
N
S
A
N
D
E
L
E
V
A
T
I
O
N
S
IN
T
H
E
F
I
E
L
D
P
R
I
O
R
T
O
T
H
E
S
T
A
R
T
O
F
C
O
N
S
T
R
U
C
T
I
O
N
.
T
H
E
CO
N
T
R
A
C
T
O
R
S
H
A
L
L
B
E
R
E
S
P
O
N
S
I
B
L
E
F
O
R
A
L
L
F
I
E
L
D
D
I
M
E
N
S
I
O
N
S
AN
D
E
L
E
V
A
T
I
O
N
S
D
U
R
I
N
G
T
H
E
E
N
T
I
R
E
C
O
N
S
T
R
U
C
T
I
O
N
S
C
H
E
D
U
L
E
.
I
F
AN
Y
D
I
S
C
R
E
P
A
N
C
I
E
S
A
R
E
F
O
U
N
D
I
N
T
H
E
S
E
P
L
A
N
S
F
R
O
M
A
C
T
U
A
L
FIE
L
D
D
I
M
E
N
S
I
O
N
S
,
T
H
E
C
O
N
T
R
A
C
T
O
R
S
H
A
L
L
C
O
N
T
A
C
T
T
H
E
EN
G
I
N
E
E
R
I
M
M
E
D
I
A
T
E
L
Y
.
6.
P
R
O
V
I
D
E
S
M
O
O
T
H
T
R
A
N
S
I
T
I
O
N
F
R
O
M
N
E
W
L
Y
P
A
V
E
D
A
R
E
A
S
T
O
EXI
S
T
I
N
G
A
R
E
A
S
A
S
N
E
C
E
S
S
A
R
Y
.
A
L
L
A
R
E
A
S
W
H
E
R
E
P
R
O
P
O
S
E
D
PAV
E
M
E
N
T
M
E
E
T
S
E
X
I
S
T
I
N
G
P
A
V
E
M
E
N
T
,
T
H
E
E
X
I
S
T
I
N
G
E
D
G
E
O
F
PAV
E
M
E
N
T
S
H
A
L
L
B
E
F
R
E
E
O
F
A
L
L
L
O
O
S
E
D
E
B
R
I
S
.
T
H
E
E
D
G
E
O
F
EXI
S
T
I
N
G
A
S
P
H
A
L
T
P
A
V
E
M
E
N
T
S
H
A
L
L
B
E
P
R
O
P
E
R
L
Y
S
E
A
L
E
D
W
I
T
H
A
TAC
K
C
O
A
T
M
A
T
E
R
I
A
L
I
N
A
L
L
A
R
E
A
S
W
H
E
R
E
N
E
W
A
S
P
H
A
L
T
P
A
V
E
M
E
N
T
IS
I
N
D
I
C
A
T
E
D
T
O
J
O
I
N
E
X
I
S
T
I
N
G
.
7.
A
L
L
E
X
C
A
V
A
T
E
D
A
R
E
A
S
T
O
B
E
S
E
E
D
E
D
A
N
D
/
O
R
S
O
D
D
E
D
A
F
T
E
R
F
I
N
I
S
H
GRA
D
I
N
G
U
N
L
E
S
S
O
T
H
E
R
W
I
S
E
N
O
T
E
D
.
A
L
L
N
E
W
L
Y
S
O
D
D
E
D
/
S
E
E
D
E
D
ARE
A
S
S
H
A
L
L
H
A
V
E
A
M
I
N
I
M
U
M
O
F
4
"
O
F
T
O
P
S
O
I
L
.
H
O
L
D
S
O
I
L
D
O
W
N
1
"
FR
O
M
P
A
V
E
M
E
N
T
E
L
E
V
A
T
I
O
N
.
C
O
N
T
R
A
C
T
O
R
T
O
S
U
P
P
L
Y
S
T
R
A
W
MU
L
C
H
W
H
E
R
E
G
R
A
S
S
S
E
E
D
H
A
S
B
E
E
N
P
L
A
N
T
E
D
.
8.
R
E
S
U
R
F
A
C
E
O
R
R
E
C
O
N
S
T
R
U
C
T
A
T
L
E
A
S
T
T
O
O
R
I
G
I
N
A
L
C
O
N
D
I
T
I
O
N
S
ALL
A
R
E
A
S
W
H
E
R
E
T
R
A
F
F
I
C
B
Y
C
O
N
T
R
A
C
T
O
R
S
,
S
U
B
C
O
N
T
R
A
C
T
O
R
S
OR
S
U
P
P
L
I
E
R
S
H
A
V
E
D
A
M
A
G
E
D
E
X
I
S
T
I
N
G
P
A
V
E
M
E
N
T
,
L
A
W
N
S
O
R
OTH
E
R
I
M
P
R
O
V
E
M
E
N
T
S
D
U
R
I
N
G
C
O
N
S
T
R
U
C
T
I
O
N
,
A
F
T
E
R
CON
S
T
R
U
C
T
I
O
N
W
O
R
K
I
S
C
O
M
P
L
E
T
E
.
9.
A
L
L
U
T
I
L
I
T
Y
T
R
E
N
C
H
E
S
W
I
T
H
I
N
5
F
E
E
T
O
F
P
A
V
E
M
E
N
T
S
H
A
L
L
B
E
COM
P
L
E
T
E
L
Y
B
A
C
K
F
I
L
L
E
D
W
I
T
H
G
R
A
N
U
L
A
R
B
A
C
K
F
I
L
L
.
10.
A
L
L
R
A
D
I
I
I
N
D
I
C
A
T
E
D
S
H
A
L
L
B
E
C
O
N
S
T
R
U
C
T
E
D
A
S
C
I
R
C
U
L
A
R
A
R
C
S
.
11.
N
O
E
A
R
T
H
D
I
S
T
U
R
B
I
N
G
A
C
T
I
V
I
T
Y
M
A
Y
C
O
M
M
E
N
C
E
W
I
T
H
O
U
T
A
N
APP
R
O
V
E
D
S
T
O
R
M
W
A
T
E
R
M
A
N
A
G
E
M
E
N
T
P
E
R
M
I
T
.
12.
A
L
L
P
A
V
I
N
G
W
I
T
H
I
N
T
H
E
E
X
I
S
T
I
N
G
A
N
D
P
R
O
P
O
S
E
D
C
I
T
Y
RIG
H
T
-
O
F
-
W
A
Y
S
H
A
L
L
C
O
N
F
O
R
M
T
O
T
H
E
R
E
Q
U
I
R
E
M
E
N
T
S
O
F
T
H
E
DE
P
A
R
T
M
E
N
T
O
F
E
N
G
I
N
E
E
R
I
N
G
.
T
H
E
C
O
N
T
R
A
C
T
O
R
S
H
A
L
L
C
O
N
T
A
C
T
TH
E
D
E
P
A
R
T
M
E
N
T
O
F
E
N
G
I
N
E
E
R
I
N
G
T
O
S
C
H
E
D
U
L
E
A
PR
E
-
C
O
N
S
T
R
U
C
T
I
O
N
M
E
E
T
I
N
G
T
O
R
E
V
I
E
W
T
H
E
D
E
P
A
R
T
M
E
N
T
'
S
CON
S
T
R
U
C
T
I
O
N
R
E
Q
U
I
R
E
M
E
N
T
S
,
S
T
A
F
F
N
O
T
I
F
I
C
A
T
I
O
N
RE
Q
U
I
R
E
M
E
N
T
S
,
R
E
Q
U
I
R
E
D
I
N
S
P
E
C
T
I
O
N
S
F
O
R
C
E
R
T
A
I
N
S
T
A
G
E
S
O
F
TH
E
W
O
R
K
A
N
D
T
O
R
E
V
I
E
W
T
H
E
A
U
T
H
O
R
I
T
Y
O
F
T
H
E
D
E
P
A
R
T
M
E
N
T
A
S
IT
R
E
L
A
T
E
S
T
O
W
O
R
K
W
I
T
H
I
N
T
H
E
E
X
I
S
T
I
N
G
A
N
D
P
R
O
P
O
S
E
D
R
I
G
H
T
O
F
WA
Y
.
( I
N
F
E
E
T
)
1 in
c
h
=
f
t
.
0
30
1
5
3
0
30
DE
T
A
I
L
0
2
/
C
7
0
0
SEE
L
A
N
D
S
C
A
P
E
P
L
A
N
S
F
O
R
D
E
T
A
I
L
S
CIT
Y
O
F
C
A
R
M
E
L
D
R
A
W
I
N
G
1
0
-
2
1
A
DR
I
V
E
W
A
Y
R
E
P
A
I
R
RIG
H
T
-
O
F
-
W
A
Y
P
A
V
E
M
E
N
T
DET
A
I
L
#
/
S
H
.
#
DE
S
C
R
I
P
T
I
O
N
:
LIG
H
T
-
D
U
T
Y
A
S
P
H
A
L
T
P
A
V
E
M
E
N
T
PR
O
P
O
S
E
D
S
I
T
E
L
E
G
E
N
D
:
DE
T
A
I
L
3
2
/
C
7
0
0
A E
PA
V
E
R
S
ST
O
N
E
I
N
F
I
L
T
R
A
T
I
O
N
T
R
E
N
C
H
B C D
BO
L
L
A
R
D
L
I
G
H
T
SEE
L
I
G
H
T
I
N
G
S
I
T
E
P
L
A
N
FU
L
L
D
E
P
T
H
A
S
P
H
A
L
T
P
U
B
L
I
C
R
O
A
D
CA
R
M
E
L
S
T
A
N
D
A
R
D
D
R
A
W
I
N
G
1
0
-
2
4
F
CA
R
M
E
L
S
T
A
N
D
A
R
D
D
R
A
W
I
N
G
1
0
-
2
1
A
RE
I
N
F
O
R
C
E
D
V
E
H
I
C
U
L
A
R
C
O
N
C
R
E
T
E
H
CO
M
P
A
C
T
E
D
A
G
G
R
E
G
A
T
E
D
R
I
V
E
G
SEE
L
A
N
D
S
C
A
P
E
P
L
A
N
S
F
O
R
D
E
T
A
I
L
S
SEE
L
A
N
D
S
C
A
P
E
P
L
A
N
S
F
O
R
D
E
T
A
I
L
S
PR
O
P
E
R
T
Y
A
R
E
A
:
±
3
.
9
8
IM
P
E
R
V
I
O
U
S
A
R
E
A
:
±
1
.
2
3
IM
P
E
R
V
I
O
U
S
C
O
V
E
R
A
G
E
:
±
3
1
%
PERMIT SET
TIM
B
E
R
G
U
A
R
D
R
A
I
L
J
DE
T
A
I
L
1
1
/
C
7
0
0
BM
P
E
A
S
E
M
E
N
T