Loading...
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&#8#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