HomeMy WebLinkAboutBPW Paperless Packet 03-05-25Board of Public Works and Safety Meeting
Agenda
Wednesday, March 5, 2025 – 10:00 a.m.
Council Chambers City Hall, One Civic Square
MEETING CALLED TO ORDER
1. MINUTES
a. Minutes from the February 19, 2025, Regular Meeting
2. BID OPENINGS, RECOMMENDATIONS, AND AWARDS
a. Bid Award for the City of Carmel RFQ for Vehicles 2025; Chief Drake Sterling, Carmel
Police Department
b. Bid Award for 22-ENG-05 99th Street Path Construction Between Westfield Blvd and
Haverstick Road; Brad Pease, Director of Engineering
c. Bid Award for 25-STR-01 106TH Street Bridge Repair; Matt Higginbotham, Street
Commissioner
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 Agreement between the City of Carmel Fire Department and Hamilton
Southeastern Schools; Emergency Medical Services Clinical Affiliation Agreement;
Chief Joel Thacker, Carmel Fire Department
b. Request for Agreement between the City of Carmel and Carmel Professional Fire
Fighters International Association of Fire Fighters, Local 4444; Union Agreement;
Chief Joel Thacker, Carmel Fire Department
c. Request for Agreement between the City of Carmel and Fraternal Order of Police
Lodge #185; Union Agreement; Chief Drake Sterling, Carmel Police Department
d. Request for Purchase of Goods and Services; Calumet Civil Contractors, Inc.;
($575,000.00); 22-ENG-05 99th Street Mult-Use Path from Westfield Blvd to
Haverstick Road; Brad Pease Director of Engineering
e. Request for Purchase of Goods and Services; Rieth-Riley Construction Inc.;
($1,295.02); 20-ENG-01 Smoky Row Road Reconstruction from Old Meridian Road to
Rangeline Road; Change Order #9; Brad Pease Director of Engineering
f. Request for Purchase of Goods and Services; Angel Oak Tree Care-Angel’s Touch
Lawn Care, Inc.; ($75,000.00); Tree Stump Removal Work; Additional Services
Amendment; Matt Higginbotham, Street Commissioner
g. Request for Purchase of Goods and Services; Howard Asphalt, LLC dba Howard
Companies; (6,853,166.82); 25-STR-02 2025 Street Paving; Matt Higginbotham, Street
Commissioner
h. Request for Purchase of Goods and Services; TMT, Inc.;($80,287.50); Mulching; Matt
Higginbotham, Street Commissioner
i. Request for Purchase of Goods and Services; Preload, LLC.; (-$202,037.00); West
Ground Storage Tank; Change Order #1; John Duffy, Director of Utilities
5. REQUEST TO USE CITY STREETS/PROPERTY
a. Request to Use Japanese Garden and Use/Close City Streets; Special Request to Use
Electricity; Cherry Blossom Festival; May 4, 2025; 8:00 AM to 6:00 PM; Evan
Kreutzer, Carmel Sister Cities
b. Request to Use Midtown Plaza and Use/Close City Streets; Special Request to Use
Electricity; Midtown Block Party; May 10, 2025; 8:00 AM to 10:00 PM, Tierra Bush,
City of Carmel
c. Request to Use Veterans Memorial Plaza; Special Request to Use Electricity and
Reflecting Room Restroom; Memorial Day Ceremony; May 23, 2025; 7:00 AM to
10:00 AM; Kenna Dishmon, City of Carmel
d. Request to Use Civic Square Fountain Area and Civic Square Gazebo and Lawn;
Additional Request to Use/Close City Streets; Special Request to Use Electricity and
Fountain Restrooms; Eid al Fatir; May 31, 2025; 8:00 AM to 5:00 PM; Ashhar Madni,
Eid al Fatir Committee
e. Request to Use Midtown Plaza; Carmel Clay Parks Foundation Virtual Summer Fun
Run/Walk; June 13, 2025; 3:00 PM to 7:00 PM; Kari Berger, Carmel Clay Parks &
Recreation
f. Request to Use Civic Square Gazebo and Lawn; Special Request to Use Electricity
and Fountain Restroom; Associate Family Picnic; June 29, 2025; 11:30 AM to 4:00
PM; Judy Knafel, Lauth Group, Inc
g. Request to Use Carmel City Center and to Use/Close City Streets; Special Request to
Use Electricity; OktoberFest; October 3, 2025; 7:00 AM to 11:00 PM; Kenna Dishmon,
City of Carmel
h. Request to Use Monon & Main Plaza and Use/Close City Streets; Special Request to
Use Electricity; Community Wine Festival; October 4, 2025; 8:00 AM to 8:00 PM;
Sondra Schwieterman, Indiana on Tap
i. Request to Use Carter Green and Use/Close City Streets; Special Request to Use
Electricity and James Building Restrooms; Diwali Celebration; October 18, 2025; 8:00
AM to 12:00 AM; Anita Joshi, Diwali Committee
6. OTHER
a. Request for Restricted Parking Spaces; 89 Veterans Way; Ristorante Roma Valet
Parking
b. Resolution BPW 03-05-25-01; A Resolution of the Board of Public Works and Safety
of the City of Carmel, Indiana, Appointing Special Police Officer; Chief Drake Sterling,
Carmel Police Department
7. ADD-ONS
8. ADJOURNMENT
Board of Public Works and Safety Meeting 1
Minutes 2
Wednesday, February 19, 2025 – 10:00 a.m. 3
Council Chambers City Hall, One Civic Square 4
5 6 7
MEETING CALLED TO ORDER 8
Board Member James Barlow called the meeting to order at 10:00 AM 9
10
MEMBERS PRESENT 11
12 Board Members James Barlow, Alan Potasnik, City Clerk Jacob Quinn, and Jessica Dieckman were 13
present. 14
MINUTES 15
Minutes from the February 05, 2025, Regular Meeting. Board Member Potasnik moved to approve. 16
Board Member Barlow seconded. Minutes approved 2-0. 17
BID OPENINGS, RECOMMENDATIONS, AND AWARDS 18
19
Bid Opening for City of Carmel RFQ for Vehicles 2025; 20
Board Member Potasnik unsealed the bids, and Board Member Potasnik read them aloud: 21 Group 1 22
Contractor Bid 23
Eby Ford Sales, Inc $970,889.80 24
Kelley Automotive Group $975,568.00 25
Tom Wood Ford $1,022,810.00 26
Pearson Ford, Inc. $1,055,222.75 27
Andy Mohr Ford $1,125,149.18 28
Group 2 29
Contractor Bid 30
Kelley Automotive Group $168,484.00 31
Eby Ford Sales, Inc $169,365.60 32
Tom Wood Ford $177,840.00 33
Pearson Ford, Inc. $185,521.00 34
Andy Mohr Ford $194,218.32 35
Group 3 36
Contractor Bid 37
Eby Ford Sales, Inc $127,906.20 38
Kelley Automotive Group $128,520.00 39
Tom Wood Ford $134,460.00 40
Pearson Ford, Inc. $140,052.75 41
Andy Mohr Ford $148,060.74 42
Group 4 43
Contractor Bid 44
Dan Young Tipton LLC $49,802.95 45
John Jones Police Pursuit Vehicles $50,739.22 46
Group 5 47
Contractor Bid 48
Eby Ford Sales, Inc $46,325.40 49
Tom Wood Ford $46,530.00 50
Pearson Ford, Inc. $48,351.25 51
Andy Mohr Ford $49,084.68 52
Group 6 53
Contractor Bid 54
John Jones Police Pursuit Vehicles $94,546.00 55
Group 7 56
Contractor Bid 57
Dan Young Tipton LLC $107,483.92 58
John Jones Police Pursuit $112,134.44 59
Group 8 60
Contractor Bid 61
Dan Young Tipton LLC $107,483.92 62
John Jones Police Pursuit Vehicles $126,472.50 63
Group 9 64
Contractor Bid 65
John Jones Police Pursuit Vehicles $42,944.50 66
Group 10 67
Contractor Bid 68
Dan Young Tipton LLC $83,160.60 69
John Jones Police Pursuit Vehicles $85,722.80 70
Group 11 71
Contractor Bid 72
Eby Ford Sales, Inc $49,240.00 73
Pearson Ford, Inc $49,306.25 74
Tom Wood Ford $50,225.00 75
Andy Mohr Ford $5,191,328.00 76
Group 12 77
Contractor Bid 78
Tom Wood Ford $125,4480.00 79
Pearson Ford, Inc. $126,861.00 80
Eby Ford Sales, Inc $127,390.80 81
Andy Mohr Ford $129,083.92 82
83
84
85
86
87
Group 13 88
Contractor Bid 89
Eby Ford Sales, Inc $50,646.26 90
Tom Wood Ford $50,870.00 91
Pearson Ford, Inc. $52,407.25 92
Andy Mohr Ford $55,175.53 93
Group 14 94
Contractor Bid 95
Tom Wood Ford $68,350.00 96
Pearson Ford, Inc. $69,810.25 97
Eby Ford Sales, Inc $70,721.00 98
Andy Mohr Ford $70,937.24 99
Group 14 100
Contractor Bid 101
Tom Wood Ford $68,350.00 102
Pearson Ford, Inc. $69,810.25 103
Eby Ford Sales, Inc $70,721.00 104
Andy Mohr Ford $70,937.24 105
Group 15 106
Contractor Bid 107
Eby Ford Sales, Inc $68,510.36 108
Tom Wood Ford $69,960.00 109
Pearson Ford, Inc. $70,541.25 110
Andy Mohr Ford $72,587.24 111
Group 16 112
Contractor Bid 113
Tom Wood Ford $54,150.00 114
Pearson Ford, Inc. $54,235.25 115
Eby Ford Sales, Inc $54,438.20 116
Andy Mohr Ford $56,326.08 117
Group 17 118
Contractor Bid 119
Eby Ford Sales, Inc $55,510.00 120
Tom Wood Ford $55,825.00 121
Pearson Ford, Inc. $55,963.25 122
Andy Mohr Ford $58,040.08 123
124
125 126 127 128
129
130 131 132
Bid Opening for 22-ENG-05 99th Street Path Construction Between Westfield Blvd and Haverstick 133 Road; 134 Board Member Potasnik unsealed the bids, and Board Member Potasnik read them aloud: 135
Contractor Bid 136
Calumet Civil Contractors, Inc. $575,000.00 137
All Star Paving Inc $668,835.00 138
E&B Paving LLC $668,943.82 139
Morphey Contruction, Inc $677,000.00 140
OLCO, Inc $688,842.1852 141
Yarberry Companies, Inc. $824,272.90 142
Rieth-Riley Construction Co, Inc $886,086.183 143
TABLED ITEMS 144
145
Request for Revocation of Consent to Encroach; 41 North Rangeline; Lot One Partners, LLC TABLED 146
11-06-24 REMAINS TABLED 147
148
CONTRACTS 149
150
Request for Agreement between the Park Board and City of Carmel; Parks Resource Officer 151
Agreement with Carmel Police Department; Board Member Potasnik moved to approve. Board 152
Member Barlow seconded. Request approved 2-0. 153
Request for Professional Services; American Structurepoint, Inc.; ($698,000.00); 24-ENG-07 Raised 154
Crosswalks at Hazel Dell, Gray Road, and Main Street; Additional Services Amendment #1; Board 155
Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 2-0. 156
Request for Professional Services; CHA Consulting, Inc.; ($57,500.00); 18-ENG-02 106TH Hazel Dell 157
Roundabout; Additional Services Amendment #1; Board Member Potasnik moved to approve. Board 158
Member Barlow seconded. Request approved 2-0. 159
Request for Professional Services; CrossRoad Engineers, P.C.; ($240,000.00); On Call Plan Review 160
2025-2026; Additional Services Amendment #3; Board Member Potasnik moved to approve. Board 161
Member Barlow seconded. Request approved 2-0. 162
REQUEST TO USE CITY STREETS/PROPERTY 163
164
Request to Use Carter Green and Palladium East Patio; Special Request to Use Electricity; Mira 165
Awards; February 26 through 27, 2025; 5:00 PM to 11:00 PM; Board Member Potasnik moved to 166
approve. Board Member Barlow seconded. Request approved 2-0. 167
Request to Use Midtown Plaza; Community Sensory Day; March 8, 2025; 9:00 PM to 2:00 PM; Board 168
Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 2-0. 169
170
Request to Use/Close City Streets; Annual St. Patrick’s Celebration; March 14 though 17, 2025; 8:00 171
AM to 1:00 PM; Board Member Potasnik moved to approve. Board Member Barlow seconded. 172
Request approved 2-0. 173
Request to Use Civic Square Gazebo and Lawn; The CardioCare Race for Hearts 5K; March 29, 174
2025; 8:00 AM to 1:00 PM; Board Member Potasnik moved to approve. Board Member Barlow 175
seconded. Request approved 2-0. 176
Request to Use/Close City Streets; High School Graduation; May 17, 2025; 12:00 PM to 5:00 PM; 177
Board Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 2-0. 178
Request to Use Carter Green and Use/Close City Streets; Special Request to Use Electricity; 179
Juneteenth Celebration; June 19, 2025; 10:00 AM to 10:00 PM; Board Member Potasnik moved to 180
approve. Board Member Barlow seconded. Request approved 2-0. 181
Request to Use/Close City Streets; RUN (317) Village of WestClay 5k; June 19, 2025; 12:00 PM to 182
9:30 PM; Board Member Potasnik moved to approve. Board Member Barlow seconded. Request 183
approved 2-0. 184
Request to Use Reflecting Pool; Special Request to Use Electricity and Reflecting Pool Restrooms; 185
Submarine Club Event; August 9 through 10, 2025; 7:00 AM to 5:00 PM; Board Member Potasnik 186
moved to approve. Board Member Barlow seconded. Request approved 2-0. 187
Request to Use Civic Square Gazebo and Lawn; Special Request to Use Fountain Restrooms; Wedding 188
Ceremony; September 06, 2025; 5:00 PM to 10:30 PM; Board Member Potasnik moved to approve. 189
Board Member Barlow seconded. Request approved 2-0. 190
OTHER 191
Resolution BPW 02-19-25-01; Approving the Exchange of Property Between Government Entities; 192
Board of Trustees of Sugar Creek Township, Hancock County; ($300,000.00); 2013 Marion Body 193
Works Inc. Rescue Truck; Board Member Potasnik moved to approve. Board Member Barlow 194
seconded. Resolution approved 2-0. 195
Request for Waiver of BPW Resolution No. 04-28-17-01; 10604 106TH Place; Board Member Potasnik 196
moved to approve. Board Member Barlow seconded. Request approved 2-0. 197
Request for Stormwater Technical Standard Waiver; Carmel High School Tennis Complex; Board 198
Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 2-0. 199
Request for Stormwater Technical Standard Waiver; 4411 E 146th Street; Board Member Potasnik 200
moved to approve. Board Member Barlow seconded. Request approved 2-0. 201
Request for Acknowledgment of Grant Agreement; Gregory Hancock Dance Theatre; ($103,000.00); 202
2025 Arts Grants; Board Member Potasnik moved to approve. Board Member Barlow seconded. 203
Acknowledgment approved 2-0. 204
Request for Acknowledgment of Grant Agreement; Booth Tarkington Civic Theatre; ($205,000.00); 205
2025 Arts Grants; Board Member Potasnik moved to approve. Board Member Barlow seconded. 206
Acknowledgment approved 2-0. 207
Request for Acknowledgment of Grant Agreement; Carmel International Arts Festival, Inc.; 208
($56,000.00); 2025 Arts Grants; Board Member Potasnik moved to approve. Board Member Barlow 209
seconded. Acknowledgment approved 2-0 210
Request for Acknowledgment of Grant Agreement; Carmel Symphony Orchestra, Inc.; ($275,000.00); 211
2025 Arts Grants; Board Member Potasnik moved to approve. Board Member Barlow seconded. 212
Acknowledgment approved 2-0 213
Request for Acknowledgment of Grant Agreement; The Great American Songbook Foundation; 214
($208,000.00); 2025 Arts Grants; Board Member Potasnik moved to approve. Board Member Barlow 215
seconded. Acknowledgment approved 2-0 216
Request for Acknowledgment of Grant Agreement; The Cat; ($70,000.00); 2025 Arts Grants; Board 217
Member Potasnik moved to approve. Board Member Barlow seconded. Acknowledgment approved 2-0 218
Request for Acknowledgment of Grant Agreement; Actors Theatre of Indiana, Inc.; ($205,000.00); 219
2025 Arts Grants; Board Member Potasnik moved to approve. Board Member Barlow seconded. 220
Acknowledgment approved 2-0 221
Request for Grant Agreement; Carmel Clay Historical Society; ($100,000.00); Grant for Carmel Clay 222
History Museum; Board Member Potasnik moved to approve. Board Member Barlow seconded. 223
Request approved 2-0. 224
Uniform Conflict of Interest; Board Member Potasnik moved to approve. Board Member Barlow 225
seconded. Acknowledgment approved 2-0 226
Uniform Conflict of Interest; Board Member Potasnik moved to approve. Board Member Barlow 227
seconded. Acknowledgment approved 2-0 228
ADD-ONS 229
Board Member Potasnik moved to add-on a item to the agenda. Board Member Barlow seconded. 230
Add-On Approved 2-0. 231
232
Request for Agreement with Ground Lease; Martin Marietta Materials, Inc.; ($10 per month); 233
The Utilities Department respectfully requests to add the Ground Lease with Martin Marietta 234
Materials, Inc. The ground lease is necessary to place the drilling equipment to create two new wells 235
to improve Carmel’s long-term water supply. The wells will also be beneficial for Martin Marietta’s 236
operation. Still, as far as I understand it, water removal in that area is beneficial for mining operations 237
because Martin Marietta doesn’t have to do it on their own, or at least not as much. Because of that 238
synergetic relationship, Martin Marietta will only charge us nominal rent (10$/month), and if the 239
equipment would have to be moved because of Martin Marietta, it will compensate the City for such 240
move. In sum, it is an exceptionally beneficial lease for the City. Board Member Potasnik moved to 241
approve. Board Member Barlow seconded. Request approved 2-0. 242
243
244
ADJOURNMENT 245
Board Member Barlow adjourned the meeting at 10:34 AM. 246
247 248
249
APPROVED: ____________________________________ 250
Jacob Quinn – City Clerk 251 252 253
_____________________________________ 254
Chairwoman Laura Campbell 255
256 257 ATTEST: 258
__________________________________ 259
Jacob Quinn – City Clerk 260 261
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
CzTfshfzHsfdivlijobu5;35qn-Gfc37-3136
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Engineering Department Office ofCorporation Counsel
One Civic Square One Civic Square
Carmel, Indiana 46032 Carmel, Indiana 46032
IftoContractor: Calumet CivilContractors, Inc.
4898 Fieldstone Drive
Whitestown, Indiana 46075
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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
Calumet Civil Contractors, Inc.
Engineering Department - 2025
Appropriation #2200 044-628.712022BondFund; P.O. #116517
Contract NotToExceed $575,000.00
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.
City of Carmel Project 20-ENG-01
Smoky Row Road Reconstruction from
Old Meridian Road to Rangeline Road
CHANGE ORDER #9
This Change Order shall consist of establishing additional new contract pay items for added work
associated with the Smoky Row Contract for Project 20-ENG-01. This change in contract items consists of
incorporating additional items performed on a time and materials basis and adjustment of original plan
quantities to reflect the final quantities in place.
Contract Price prior to this Change Order $8,610,255.81
Contract Price will be increased/decreased by this Change Order $ 1,295.02
New Contract Price including this Change Order $8,611,550.83
Amount Adjusted Contract
Price
Cumulative % Change
from Original Contract
Original Contract $7,198,416.21 $7,198,416.21 N/A
CO1 $ 67,144.18 $7,265,560.39 0.93%
CO2 $ 793,523.68 $8,059,084.07 11.96%
CO3 $ 171,824.40 $8,230,908.47 14.34%
CO4 $ - 21,052.12 $8,209,856.35 14.05%
CO5 $ 36,949.54 $8,246,805.89 14.56%
CO6 $ 59,928.64 $8,306,734.53 15.40%
CO7 $ 201,137.72 $8,507,872.25 18.19%
CO8 $ 102,383.56 $8,610,255.81 19.61%
CO9 $ 1,295.02 $8,611,550.83 19.63%
CITY OF CARMEL
TO: Rieth-Riley Construction CONTRACT CHANGE ORDER NO.: 9
1751 W. Minnesota Street DATE: 2/05/25
Indianapolis, IN. 46221 PROJECT NAME: Smoky Row Road Reconstruction
CITY REQ. NO.: 20-ENG-01
CITY P. O. NO.: 106303
CITY P. O. DATE.: 2/23/22
I. You are directed to make the following changes in this Contract:
This Change Order shall consist of establishing additional new contract pay items for added work
associated with the Smoky Row Contract for Project 20-ENG-01. This change in contract items
consists of incorporating additional items performed on a time and materials basis and adjustment
of original plan quantities to reflect the final quantities in place.
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: ATTACHMENT A
The changes result in the following adjustment of Contract Price and Contract Time:
Contract Price prior to this Change Order $ 8,610,255.81
Contract Price will be increased/decreased by this Change Order $ 1,295.02
New Contract Price including this Change Order $ 8,611,550.83
Contract Time Prior to this Change Order 0 Days 12/2/23 Completion Date
Net increased/decreased resulting from this Change Order _____ Days
Current Contract Time including this Change Order 0 Days 12/2/23 Completion Date
This Change Order is for full and final settlement of all direct, indirect, impact costs and time
extensions incurred at any time resulting from the performance of the changed work.
The Above Changes Are The Above Changes Are Approved:
Recommended: Accepted:
EGIS Group Rieth-RileyConstruction Inc. _____________________
ENGINEER CONTRACTOR Laura Campbell, Presiding
Officer
8320 Craig Street 1751 W. Minnesota Street _____________________
Address Address James Barlow, Member
_____________________
Alan Potasnik, Member
Indianapolis, IN 46250 Indianapolis, IN 46221 _____________________
City/State/Zip City/State/Zip Bradley Pease, PE, City
Engineer
By: By: ATTEST:
Phone: 317-849-5832 Phone: 317-634-5561 _____________________
Jacob Quinn,Clerk
Date: Date: Date:_________________
Item
No.
Description Units Unit Price
Increase Decrease Increase Decrease
4 PIPE ABANDON AND GROUT FILL LFT 23.13$ 65 $0.00 $1,503.45
8 SIDEWALK CONCRETE, REMOVE SYS 20.84$ 35.40 $737.74 $0.00
9 INLET, REMOVE EACH 631.33$ 3.00 $1,893.99 $0.00
10 POST, REMOVE EACH 232.64$ 3 $0.00 $697.92
11 PIPE, REMOVE LFT 31.64$ 50.00 $1,582.00 $0.00
13 EXCAVATION, COMMON CYS 69.76$ 125.70 $8,768.83 $0.00
14 BORROW CYS 37.69$ 775 $0.00 $29,209.75
15 EXCAVATION, WATERWAY CYS 76.42$ 65 $0.00 $4,967.30
16 PUMP AROUND EACH 25,304.40$ 1 $0.00 $25,304.40
17 STORMWATER MANAGEMENT BUDGET DOL 1.00$ 25732.47 $0.00 $25,732.47
21 SUBGRADE TREATMENT, TYPE II SYS 18.72$ 581.66 $0.00 $10,888.68
21A SUBGRADE TREATMENT, TYPE II-ESCALATED UNIT COST SYS 0.30$ 581.66 $0.00 $174.50
22 SUBGRADE TREATMENT, TYPE III SYS 4.11$ 689.84 $2,835.24 $0.00
22A SUBGRADE TREATMENT, TYPE III-ESCALATED UNIT COST SYS 0.07$ 689.84 $48.29 $0.00
23 SUBGRADE TREATMENT, TYPE IC SYS 30.85$ 3401.95 $0.00 $104,950.16
23A SUBGRADE TREATMENT, TYPE IC-ESCALATED UNIT COST SYS 2.65$ 3401.95 $0.00 $9,015.17
25 STRUCTURE BACKFILL, TYPE 2 CYS 48.26$ 579.20 $27,952.19 $0.00
26 GEOGRID, TYPE IB SYS 4.53$ 262.17 $1,187.63 $0.00
28 COMPACTED AGGREGATE NO. 53 CYS 95.67$ 183.64 $0.00 $17,568.84
28A COMPACTED AGGREGATE NO. 53-ESCALATED UNIT COST CYS 1.34$ 183.64 $0.00 $246.08
30 COMPACTED AGGREGATE NO. 53 TON 56.01$ 50.57 $2,832.43
30A COMPACTED AGGREGATE NO. 53-ESCALATED UNIT COST TON 0.96$ 50.57 $0.00 $48.55
31 MILLING, ASPHALT, 1 1/2 IN.SYS 7.98$ 559 $0.00 $4,460.82
31A MILLING, ASPHALT, 1 1/2 IN.-ESCALATED UNIT COST SYS 0.08$ 559 $0.00 $44.72
32 QC/QA-HMA, 3, 70, SURFACE, 9.5 mm TON 113.96$ 51.52 $5,871.22 $0.00
32A QC/QA-HMA, 3, 70, SURFACE, 9.5 mm-ESCALATED UNIT COST TON 8.06$ 114.79 $925.21 $0.00
33 QC/QA-HMA, 3, 64, INTERMEDIATE, 19.0 mm TON 111.74$ 93.91 $10,493.50 $0.00
33A QC/QA-HMA, 3, 64, INTERMEDIATE, 19.0 mm-ESCALATED UNIT COST TON 8.46$ 93.91 $794.48 $0.00
34 QC/QA-HMA, 3, 64, BASE, 25.0 mm TON 93.18$ 128.00 $11,927.04 $0.00
34A QC/QA-HMA, 3, 64, BASE, 25.0 mm-ESCALATED UNIT COST TON 7.91$ 128.00 $1,012.48 $0.00
35 JOINT ADHESIVE, SURFACE LFT 0.39$ 3409 $0.00 $1,329.51
36 JOINT ADHESIVE, INTERMEDIATE LFT 0.47$ 3295 $0.00 $1,548.65
37 LIQUID ASPHALT SEALANT LFT 0.20$ 5145 $0.00 $1,029.00
38 QC/QA-HMA, 3, 76, INTERMEDIATE, OG 19.0 mm TON 90.60$ 143.51 $13,002.01 $0.00
38A QC/QA-HMA, 3, 76, INTERMEDIATE, OG 19.0 mm-ESCALATED UNIT COST TON 7.10$ 143.51 $1,018.92 $0.00
39 HMA FOR TEMPORARY PAVEMENT, B TON 168.74$ 87.15 $0.00 $14,705.69
40 ASPHALT FOR TACK COAT TON 0.01$ 12 $0.00 $0.12
41 RAISED PEDESTRAIN CROSSING SYS 254.80$ 16.6 $0.00 $4,229.68
41A RAISED PEDESTRAIN CROSSING-ESCALATED UNIT COST SYS 5.94$ 16.6 $0.00 $98.60
42 COLORED AND JOINTED CONCRETE, 7" SYS 104.57$ 6.70 $700.62 $0.00
42A COLORED AND JOINTED CONCRETE, 7"-ESCALATED UNIT COST SYS 6.47$ 6.70 $43.35 $0.00
48 BARRIER, DELINEATOR EACH 500.00$ 1.00 $500.00 $0.00
50 TEMPORARY FENCE LFT 86.50$ 16.44 $0.00 $1,422.06
50A TEMPORARY FENCE-ESCALATED UNIT COST LFT 10.39$ 16.44 $0.00 $170.81
51 HMA FOR SIDEWALK TON 151.82$ 72.73 $0.00 $11,041.87
51A HMA FOR SIDEWALK-ESCALATED UNIT COST TON 11.09$ 72.73 $0.00 $806.58
51 SIDEWALK, CONCRETE SYS 63.09$ 85.80 $5,413.12
52A SIDEWALK, CONCRETE-ESCALATED UNIT COST SYS 3.39$ 85.80 $290.86 $0.00
53 CURB RAMP, CONCRETE SYS 189.86$ 22.30 $4,233.88 $0.00
53A CURB RAMP, CONCRETE-ESCALATED UNIT COST SYS 6.78$ 22.30 $151.19 $0.00
54 DETECTABLE WARNING SURFACES SYS 301.83$ 2.9 $0.00 $875.31
54A DETECTABLE WARNING SURFACES-ESCALATED UNIT COST SYS 0.93$ 2.9 $0.00 $2.70
55 HAND RAIL, PEDESTRIAN LFT 324.00$ 11.9 $0.00 $3,855.60
55A HAND RAIL, PEDESTRIAN-ESCALATED UNIT COST LFT 9.95$ 11.9 $0.00 $118.41
56 CURB, CONCRETE LFT 31.91$ 39.20 $1,250.87 $0.00
56A CURB, CONCRETE-ESCALATED UNIT COST LFT 1.33$ 39.20 $52.14 $0.00
57 CURB AND GUTTER, CONCRETE, TYPE II LFT 26.53$ 1436 $0.00 $38,097.08
57A CURB AND GUTTER, CONCRETE, TYPE II-ESCALATED UNIT COST LFT 1.57$ 1436 $0.00 $2,254.52
59 CENTER CURB, D CONCRETE SYS 120.87$ 277.5 $33,541.43
59A CENTER CURB, D CONCRETE-ESCALATED UNIT COST SYS 10.65$ 277.5 $0.00 $2,955.38
60 CURB, TURNOUT LFT 102.03$ 14.00 $1,428.42 $0.00
61 CURB AND GUTTER, ROLL CURB LFT 31.70$ 392.40 $12,439.08 $0.00
61A CURB AND GUTTER, ROLL CURB-ESCALATED UNIT COST LFT 1.99$ 354.40 $705.26 $0.00
62 CURB AND GUTTER, CONCRETE, TYPE III LFT 29.31$ 134.50 $3,942.20 $0.00
62A CURB AND GUTTER, CONCRETE, TYPE III-ESCALATED UNIT COST LFT 1.67$ 134.50 $224.62 $0.00
64 HMA FOR APPROACHES, TYPE B TON 272.76$ 7.93 $2,162.99 $0.00
64A HMA FOR APPROACHES, TYPE B-ESCALATED UNIT COST TON 11.83$ 7.93 $93.81 $0.00
65 PCCP FOR APPROACHES, 6 IN.SYS 81.83$ 57.14 $4,675.77
66 PCCP FOR APPROACHES, 9 IN.SYS 110.17$ 38.30 $4,219.51
66A PCCP FOR APPROACHES, 9 IN.-ESCALATED UNIT COST SYS 7.05$ 38.30 $270.02 $0.00
66 MAILBOX ASSEMBLY, SINGLE EACH 200.00$ 1 $0.00 $200.00
67A MAILBOX ASSEMBLY, SINGLE-ESCALATED UNIT COST EACH 2.11$ 1 $0.00 $2.11
68 MAILBOX ASSEMBLY, DOUBLE EACH 300.00$ 2 $0.00 $600.00
68A MAILBOX ASSEMBLY, DOUBLE -ESCALATED UNIT COST EACH 2.12$ 2 $0.00 $4.24
69 MONUMENT, B EACH 700.00$ 19 $0.00 $13,300.00
70 MONUMENT, C EACH 600.00$ 4 $0.00 $2,400.00
71 MONUMENT, D EACH 125.00$ 3 $0.00 $375.00
73 RIPRAP, REVETMENT TON 107.74$ 190.76 $0.00 $20,552.48
74 GEOTEXTILE FOR RIPRAP TYPE 1A SYS 2.26$ 287.26 $0.00 $649.21
75 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 50.00$ 1 $0.00 $50.00
CHANGE ORDER NO. 9-FINAL
ATTACHMENT A
Quantity Amount
76 FERTILIZER TON 500.00$ 0.9 $0.00 $450.00
77 MULCHED SEEDING U SYS 0.75$ 786.00 $589.50 $0.00
77A MULCHED SEEDING U -ESCALATED UNIT COST SYS 0.03$ 786.00 $23.58 $0.00
78 WATER kGAL 1.00$ 15 $0.00 $15.00
79 TOPSOIL CYS 77.38$ 169.00 $13,077.22 $0.00
79A TOPSOIL -ESCALATED UNIT COST CYS 0.63$ 169.00 $106.47 $0.00
80 SODDING, NURSERY SYS 3.00$ 936.70 $2,810.10 $0.00
80A SODDING, NURSERY-ESCALATED UNIT COST SYS 0.41$ 936.70 $384.05 $0.00
81 FIELD OFFICE MOS 3,953.00$ 12 $0.00 $47,436.00
82 TEST PILE, INDICATOR, PRODUCTION LFT 131.83$ 15.9 $0.00 $2,096.10
84 PILE, STEEL PIPE, 0.312 IN., 14 IN.LFT 163.80$ 22.90 $3,751.02 $0.00
86 CONCRETE, C, SUBSTRUCTURE CYS 1,444.67$ 1.70 $2,455.94 $0.00
89 CONCRETE, C, SUPERSTRUCTURE CYS $ 1,200.35 1.8 $0.00 $2,160.63
97 PIPE, TYPE 2, CIRCULAR, 36 IN.LFT 128.96$ 9 $0.00 $1,160.64
98 PIPE, TYPE 4, CIRCULAR, 6 IN.LFT 13.00$ 836 $0.00 $10,868.00
98A PIPE, TYPE 4, CIRCULAR, 6 IN.-ESCALATED UNIT COST LFT 0.61$ 836 $0.00 $509.96
99 PIPE, TYPE 2, CIRCULAR, 12 IN.LFT 56.22$ 46.6 $0.00 $2,619.85
99A PIPE, TYPE 2, CIRCULAR, 12 IN.-ESCALATED UNIT COST LFT 0.64$ 31.6 $0.00 $20.22
100 PIPE, TYPE 2, CIRCULAR, 15 IN.LFT 61.30$ 37.00 $2,268.10 $0.00
101 PIPE, TYPE 2, CIRCULAR, 18 IN.LFT 67.40$ 4.50 $303.30 $0.00
102 PIPE, TYPE 2, CIRCULAR, 24 IN.LFT 85.66$ 7 $0.00 $599.62
103 PIPE, TYPE 2, CIRCULAR, 30 IN.LFT 117.25$ 1.50 $175.88 $0.00
104 PIPE, END BENT DRAIN, 6 IN.LFT 27.93$ 75 $0.00 $2,094.75
105 PIPE, SLOTTED DRAIN, 12 IN.LFT 215.38$ 28.3 $0.00 $6,095.25
105A PIPE, SLOTTED DRAIN, 12 IN.-ESCALATED UNIT COST LFT 3.75$ 28.3 $0.00 $106.13
106 WATER MAIN, DUCTILE IRON, 12 IN. LFT 156.63$ 7.50 $1,174.73 $0.00
107 VIDEO INSPECTION FOR PIPE LFT 2.00$ 6205 $0.00 $12,410.00
107A VIDEO INSPECTION FOR PIPE-ESCALATED UNIT COST LFT 0.03$ 6205 $0.00 $186.15
108 VIDEO INSPECTION FOR UNDERDRAINS LFT 1.00$ 1608 $0.00 $1,608.00
108A VIDEO INSPECTION FOR UNDERDRAINS-ESCALATED UNIT COST LFT 0.02$ 1608 $0.00 $32.16
109 GEOTEXTILES FOR UNDERDRAIN, TYPE 1A SYS 2.00$ 1337.3 $0.00 $2,674.60
109A GEOTEXTILES FOR UNDERDRAIN, TYPE 1A-ESCALATED UNIT COST SYS 0.22$ 1337.3 $0.00 $294.21
111 AGGREGATE FOR UNDERDRAINS CYS 80.00$ 148.3 $0.00 $11,864.00
111A AGGREGATE FOR UNDERDRAINS-ESCALATED UNIT COST CYS 11.36$ 148.3 $0.00 $1,684.69
113 CASTING, FURNISH AND ADJUST TO GRADE EACH 1,728.20$ 4 $0.00 $6,912.80
113A CASTING, FURNISH AND ADJUST TO GRADE-ESCALATED UNIT COST EACH 10.73$ 4 $0.00 $42.92
114 CASTING, INLET, ADJUST TO GRADE EACH 789.36$ 2 $0.00 $1,578.72
114A CASTING, INLET, ADJUST TO GRADE-ESCALATED UNIT COST EACH 10.73$ 4 $0.00 $42.92
115 CASTING, MANHOLE, ADJUST TO GRADE EACH 1,209.74$ 1.00 $1,209.74 $0.00
115A CASTING, MANHOLE, ADJUST TO GRADE-ESCALATED UNIT COST EACH 10.39$ 3 $0.00 $31.17
119 MANHOLE, C4 EACH 4,434.91$ 1.00 $4,434.91 $0.00
119A MANHOLE, C4-ESCALATED UNIT COST EACH 96.23$ 1.00 $96.23 $0.00
120 STRUCTURE, MANHOLE, RECONSTRUCTED LFT $ 826.94 2.00 $1,653.88 $0.00
122 CASTING, WATER VALVE, ADJUST TO GRADE EACH 363.79$ 2 $0.00 $727.58
122A CASTING, WATER VALVE, ADJUST TO GRADE-ESCALATED UNIT COST EACH 5.70$ 2 $0.00 $11.40
125 INLET, C15 EACH 3,754.94$ 3 $0.00 $11,264.82
125A INLET, C15-ESCALATED UNIT COST EACH 66.59$ 3 $0.00 $199.77
127 WALL, DECORATIVE LFT 763.98$ 0.7 $0.00 $534.79
127A WALL, DECORATIVE-ESCALATED UNIT COST LFT 49.24$ 41.40 $2,038.54 $0.00
130 ROAD CLOSURE SIGN ASSEMBLY EACH $ 225.00 46 $0.00 $10,350.00
130A ROAD CLOSURE SIGN ASSEMBLY-ESCALATED UNIT COST EACH $ 40.00 46 $0.00 $1,840.00
131 TEMPORARY PAVEMENT MARKING, REMOVABLE, 4 IN LFT $ 1.10 17411 $0.00 $19,152.10
131A TEMPORARY PAVEMENT MARKING, REMOVABLE, 4 IN-ESCALATED UNIT COST LFT $ 0.20 17411 $0.00 $3,482.20
132 TEMPORARY PAVEMENT MARKING, REMOVABLE, 24 IN LFT 8.00$ 24 $0.00 $192.00
132A TEMPORARY PAVEMENT MARKING, REMOVABLE, 24 IN-ESCALATED UNIT COST LFT 1.00$ 24 $0.00 $24.00
133 DETOUR ROUTE MARKER ASSEMBLY EACH 70.00$ 2 $0.00 $140.00
134 CONSTRUCTION SIGN, A EACH 110.00$ 12.00 $1,320.00 $0.00
134A CONSTRUCTION SIGN, A-ESCALATED UNIT COST EACH 20.00$ 1.00 $20.00 $0.00
135 CONSTRUCTION SIGN, B EACH 50.00$ 10 $0.00 $500.00
135A CONSTRUCTION SIGN, B-ESCALATED UNIT COST EACH 10.00$ 10 $0.00 $100.00
137 BARRICADE, III-A LFT 16.00$ 148 $0.00 $2,368.00
137A BARRICADE, III-A-ESCALATED UNIT COST LFT 2.00$ 148 $0.00 $296.00
138 BARRICADE, III-B LFT 16.00$ 16 $0.00 $256.00
138A BARRICADE, III-B-ESCALATED UNIT COST LFT 2.00$ 16 $0.00 $32.00
139 DETECTABLE PEDESTRIAN BARRICADES LFT 20.00$ 30 $0.00 $600.00
140 SIGN, SHEET, REMOVE EACH 181.00$ 5 $0.00 $905.00
141 SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR BASE LFT 39.60$ 80.00 $3,168.00 $0.00
142 SIGN, SHEET, WITH LEGEND, 0.080 IN. SFT 25.20$ 6 $0.00 $151.20
143 SIGN, SHEET, WITH LEGEND, 0.100 IN. SFT 28.50$ 11.00 $313.50 $0.00
144 SIGN, SHEET, WITH LEGEND, 0.125 IN. SFT 38.30$ 17.00 $651.10 $0.00
145 SIGN GROUND MOUNTED RESET EACH $ 323.00 1 $0.00 $323.00
146 3-IN. (OD) ALUMINUM TUBE, NON-FLUTED LFT 190.00$ 10 $0.00 $1,900.00
147 CONTROLLER AND CABINET, P1 EACH 11,721.00$ 1.00 $11,721.00 $0.00
150 CONDUIT, PVC, 2 IN. SCHEDULE 80 LFT 27.20$ 1,204.00 $32,748.80 $0.00
151 CONTROLLER CABINET FOUNDATION, P1 EACH $ 2,085.00 1.00 $2,085.00 $0.00
152 CONDUIT, PVC, 4 IN. SCHEDULE 80 LFT 56.00$ 675.00 $37,800.00 $0.00
153 LUMINAIRE ORNAMENTAL EACH 5,579.00$ 1.00 $5,579.00 $0.00
154 LIGHT POLE ORNAMENTAL EACH 5,469.00$ 1.00 $5,469.00 $0.00
155 WIRE, NO. 6 COPPER, IN PLASTIC DUCT, 4 1/C LFT 18.50$ 112.00 $2,072.00 $0.00
156 WIRE, NO. 6 COPPER, IN PLASTIC DUCT, IN TRENCH, 4 1/C LFT 15.40$ 8 $0.00 $123.20
157 LIGHTING FOUNDATION, CONCRETE, WITH GROUNDING, 30 IN X 96 IN EACH 1,854.00$ 1.00 $1,854.00 $0.00
158 CABLE, POLE CIRCUIT, THWN, NO. 10 COPPER, STRANDED 1/C LFT 1.20$ 364.00 $436.80 $0.00
159 CONNECTOR KIT, UNFUSED EACH $ 42.50 1.00 $42.50 $0.00
160 CONNECTOR KIT, FUSED EACH $ 45.40 1.00 $45.40 $0.00
161 MULTIPLE COMPRESSION FITTING, WATERPROOFED EACH 15.90$ 4.00 $63.60 $0.00
162 INSULATION LINK, WATERPROOFED EACH 14.60$ 8.00 $116.80 $0.00
163 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 0.65$ 40.00 $26.00 $0.00
163A LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN.-ESCALATED UNIT COST LFT 0.03$ 40.00 $1.20 $0.00
164 LINE, MULTI-COMPONENT, SOLID, YELLOW, 4 IN. LFT 6.00$ 2.00 $12.00 $0.00
164A LINE, MULTI-COMPONENT, SOLID, YELLOW, 4 IN.-ESCALATED UNIT COST LFT 1.35$ 2.00 $2.70 $0.00
165 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN. LFT 1.30$ 16.00 $20.80 $0.00
165A LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN.-ESCALATED UNIT COST LFT 0.05$ 16.00 $0.80 $0.00
166 TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, WHITE, 36 IN. LFT 14.00$ 21 $0.00 $294.00
166A TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, WHITE, 36 IN.-ESCALATED UNIT COST LFT 0.50$ 21 $0.00 $10.50
167 LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN. LFT 0.95$ 19.00 $18.05 $0.00
167A LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN.-ESCALATED UNIT COST LFT 0.02$ 19.00 $0.38 $0.00
168 LINE, THERMOPLASTIC, SOLID, WHITE, 8 IN. LFT 1.30$ 44 $0.00 $57.20
168A LINE, THERMOPLASTIC, SOLID, WHITE, 8 IN.-ESCALATED UNIT COST LFT 0.05$ 44 $0.00 $2.20
169 LINE, THERMOPLASTIC, SOLID, WHITE, 12 IN. LFT 4.50$ 35 $0.00 $157.50
169A LINE, THERMOPLASTIC, SOLID, WHITE, 12 IN.-ESCALATED UNIT COST LFT 0.10$ 35 $0.00 $3.50
170 LINE, PAINT, SOLID, YELLOW, 4 IN.LFT 0.55$ 4,384.50 $2,411.48 $0.00
170A LINE, PAINT, SOLID, YELLOW, 4 IN.-ESCALATED UNIT COST LFT 0.03$ 1,142.00 $34.26 $0.00
171 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 0.65$ 188.00 $122.20 $0.00
171A LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN.-ESCALATED UNIT COST LFT 0.03$ 188.00 $5.64 $0.00
172 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, WHITE, 24 IN. LFT 8.00$ 59 $0.00 $472.00
172A TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, WHITE, 24 IN. -ESCALATED UNIT COST LFT 2.25$ 59 $0.00 $132.75
173 TRANSVERSE MARKING, PAINT, STOP LINE, WHITE, 24 IN. LFT 10.00$ 143.50 $1,435.00 $0.00
173A TRANSVERSE MARKING, PAINT, STOP LINE, WHITE, 24 IN. -ESCALATED UNIT COST LFT 0.25$ 58.00 $14.50 $0.00
174 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, WHITE 6 IN. LFT 0.95$ 39.00 $37.05 $0.00
174A TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, WHITE 6 IN.-ESCALATED UNIT COST LFT 0.02$ 39.00 $0.78 $0.00
176 PAVEMENT MESSAGE MARKING, THERMOPLASTIC PED XING EACH 250.00$ 1 $0.00 $250.00
176A PAVEMENT MESSAGE MARKING, THERMOPLASTIC PED XING-ESCALATED UNIT COST EACH 15.00$ 1 $0.00 $15.00
177 SNOWPLOWABLE RAISED PAVEMENT MARKER EACH 65.00$ 5.00 $325.00 $0.00
177A SNOWPLOWABLE RAISED PAVEMENT MARKER-ESCALATED UNIT COST -ESCALATED UNIT COST EACH 18.00$ 5.00 $90.00 $0.00
179 HANDHOLE EACH 1,731.00$ 1.00 $1,731.00 $0.00
180 TWO 2" CONDUIT HDPE SDR11 VIA HDD LFT 75.40$ 215.00 $16,211.00 $0.00
181 TWO 2" CONDUITS LFT 66.10$ 36.00 $2,379.60 $0.00
182 ONE 1.25" CONDUIT LFT 30.10$ 260 $0.00 $7,826.00
183 BULK 4 SERIES HANDHOLE TYPE 1 EACH 4,207.00$ 2.00 $8,414.00 $0.00
184 SANITARY SEWER SERVICE ADJUSTMENT (UNDISTRIBUTED)LFT 115.11$ 100 $0.00 $11,511.00
186 FORCE ACCOUNT WORK ASBESTOS REMOVAL BUDGET DOL 1.00$ 4000 $0.00 $4,000.00
187 PRIVATE IRRIGATION DOL 1.00$ 733.96 $733.96 $0.00
188 SUBGRADE TREATMENT (UNDISTRIBUTED) CYS 89.86$ 132.99 $11,950.48 $0.00
188A SUBGRADE TREATMENT (UNDISTRIBUTED)-ESCALATED UNIT COST CYS 7.67$ 131.99 $1,012.36 $0.00
189 STAMPED CROSSWALK SYS 243.00$ 7.00 $1,701.00 $0.00
191 FENCE,WOOD, REMOVE AND REPLACE LFT 83.31$ 23.80 $1,982.78 $0.00
191A FENCE,WOOD, REMOVE AND REPLACE-ESCALATED UNIT COST LFT 1.02$ 23.80 $24.28 $0.00
192 MULCHED SEEDING NATIVE SLOPE PRAIRIE SYS 2.69$ 41 $110.29 $0.00
193 TEST PILE INDICATOR,PRODUCTION (H-PILE)LFT 128.02$ 1.9 $243.24 $0.00
194 PILE,STEEL,H HP12x53 LFT 160.39$ 2.2 $0.00 $352.86
198 HMA TRAIL REMOVE AND REPLACE 4”TON 170.00$ 13.02 $0.00 $2,213.40
198A HMA TRAIL REMOVE AND REPLACE 4"-ESCALATED UNIT COST TON 11.09$ 13.02 $0.00 $144.39
199 REPLACE CONCRETE NODE AT TRAIL HEAD 6"SYS 127.59$ 41.7 $0.00 $5,320.50
199A REPLACE CONCRETE NODE AT TRAIL HEAD 6"-ESCALATED UNIT COST SYS 4.29$ 41.7 $0.00 $178.89
200 STONE SHOULDERS TON 75.00$ 31.97 $0.00 $2,397.75
200A STONE SHOULDERS-ESCALATED UNIT COST TON 5.60$ 31.97 $0.00 $179.03
202 LIMESTONE BENCHES REMOVE AND RESET EACH 700.00$ 6 $0.00 $4,200.00
206 SUBGRADE TREATMENT, TYPE IBC,14",4% CEMENT SYS 23.74$ 2,615.95 $62,102.65 $0.00
206A SUBGRADE TREATMENT, TYPE IBC,14",4% CEMENT-ESCALATED UNIT COST SYS 0.53$ 2,615.95 $1,386.45 $0.00
208 UNDERDRAIN OUTLET PIPE LFT 26.86$ 27.00 $725.22 $0.00
209 CURB, TYPE B, MODIFIED, 24"LFT 45.00$ 198.5 $0.00 $8,932.50
209A CURB, TYPE B, MODIFIED, 24"-ESCALATED UNIT COST LFT 1.99$ 289 $0.00 $575.11
219 ADDITIONAL MOBILIZATION FOR GUARDRAIL RESET LSUM 2,685.59$ 1.00 $2,685.59 $0.00
217 FIRE HYDRANT EXTENSION EACH 2,806.86$ 1.00 $2,806.86 $0.00
220 GUARDRAIL, RESET LFT 18.26$ 3.50 $63.91 $0.00
224 SHREDDED HARDWOOD BARK MULCH CYS 118.17$ 18 $0.00 $2,127.06
504 CONCRETE, REMOVE SYS 55.83$ 42.00 $2,344.86 $0.00
506 TEMPORARY INLET PROTECTION EA 100.00$ 9 $0.00 $900.00
507 TEMPORARY SILT FENCE LFT 1.75$ 210 $0.00 $367.50
508 TEMPORARY SEED LBS 2.75$ 33.44 $0.00 $91.96
509 TEMPORARY MULCH, TYPE A TONS 425.00$ 0.45 $0.00 $189.49
510 SUBGRADE TREATMENT, TYPE III SYS 5.17$ 65 $0.00 $336.05
511 STRUCTURE BACKFILL, TYPE 1 CYS 51.81$ 21.85 $0.00 $1,132.05
512 STRUCTURE BACKFILL, TYPE 4 CYS 142.24$ 15.15 $0.00 $2,154.94
513 COMPACTED AGGREGATE, NO. 53, BASE TON 54.80$ 292.08 $0.00 $16,005.98
514 MILLING, ASPHALT, 1.5 IN.SYS 9.37$ 260.22 $2,438.26 $0.00
515 QC/QA-HMA, 3, 70, SURFACE, 9.5mm TON 157.97$ 79.32 $12,530.18 $0.00
516 QC/QA-HMA, 3, 76, INTERMEDIATE, 19.0mm TON 183.94$ 11.6 $0.00 $2,133.70
517 QC/QA-HMA, 3, 64, BASE, 25.0mm TON 137.74$ 22.69 $3,125.32 $0.00
518 QC/QA-HMA, 3, 76, INTERMEDIATE, OG, 19.0mm TON 146.72$ 18.04 $0.00 $2,646.83
519 HMA SURFACE, TYPE B, 9.5mm TON 254.29$ 2.72 $0.00 $691.67
520 HMA INTERMEDIATE, TYPE B, 19.0mm TON 186.30$ 4.26 $0.00 $793.64
521 QC/QA-PCCP, 9 IN.SYS 132.37$ 113.00 $14,957.81 $0.00
523 DETECTABLE WARNING SURFACE SYS 469.72$ 5.16 $2,423.76 $0.00
524 CURB, INTEGRAL CONCRETE LFT 41.70$ 114 $0.00 $4,753.80
525 STRAIGHT CURB, CONCRETE LFT 38.76$ 19 $0.00 $736.44
526 CURB AND GUTTER, CONCRETE LFT 51.96$ 5.00 $259.80 $0.00
528 CENTER CURB, D, CONCRETE SYS 213.47$ 2.44 $520.87 $0.00
529 RIPRAP, REVETMENT TON 105.63$ 5.42 $572.51 $0.00
530 GEOTEXTILES FOR RIPRAP, TYPE 1A SYS 96.17$ 7.59 $729.93 $0.00
531 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EA 50.00$ 1 $0.00 $50.00
532 TOPSOIL CYS 100.58$ 28 $0.00 $2,816.24
533 SODDING SYS 3.00$ 2.00 $6.00 $0.00
534 PIPE, TYPE 4, 6 IN.LFT 21.36$ 101 $0.00 $2,157.36
536 PIPE, TYPE 2 CIRCULAR, 15 IN.LFT 158.54$ 1 $0.00 $158.54
537 PIPE, TYPE 2 CIRCULAR, 24 IN.LFT 135.67$ 9.00 $1,221.03 $0.00
539 PIPE, REMOVE LFT 84.36$ 4 $0.00 $337.44
544 STRUCTURE, MANHOLE, RECONSTRUCTED LFT 1,606.12$ 2.00 $3,212.24 $0.00
545 CASTING, ADJUST TO GRADE EA 1,126.15$ 1.00 $1,126.15 $0.00
547 AGGREGATE FOR UNDERDRAINS CYS 75.96$ 11 $0.00 $835.56
548 GEOTEXTILES FOR UNDERDRAINS SYS 2.15$ 83.00 $178.45 $0.00
549 TEMPORARY PAVEMENT MARKING, REMOVABLE, 4 IN LFT 0.50$ 275.5 $0.00 $137.75
560 SIGNAL CABLE, COPPER, 5C/14 GAUGE LFT 4.70$ 883.00 $4,150.10 $0.00
561 CABLE POLE, CIRCUIT XHHW NO 10 CU STD LFT 1.40$ 330.00 $462.00 $0.00
564 HANDHOLE, LIGHTING EA 1,747.00$ 1.00 $1,747.00 $0.00
565 WIRE NO 4 CU IN DUCT IN CONDUIT 4 1/C LFT 18.70$ 314.00 $5,871.80 $0.00
566 CONDUIT, 2 IN. PVC LFT 27.50$ 1,923.00 $52,882.50 $0.00
567 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, WHITE, 24 IN. LFT 10.00$ 58.00 $580.00 $0.00
568 LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN. LFT 1.00$ 28 $0.00 $28.00
569 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 1.00$ 38.00 $38.00 $0.00
570 LINE, THERMOPLASTIC, SOLID, WHITE, 8 IN. LFT 2.00$ 2 $0.00 $4.00
571 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN. LFT 2.00$ 17.00 $34.00 $0.00
572 TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE LFT 18.00$ 3 $0.00 $54.00
573 LINE, PREFORMED PLASTIC, SOLID, WHITE, 4 IN. LFT 2.25$ 237.00 $533.25 $0.00
574 LINE, PREFORMED PLASTIC, SOLID, YELLOW, 4 IN. LFT 2.25$ 258 $0.00 $580.50
577 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 1.00$ 138.00 $138.00 $0.00
578 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24 IN. LFT 10.00$ 13 $0.00 $130.00
581 7" PCCP - TRUCK APRON SYS 149.72$ 94 $0.00 $14,073.68
590 MOVE STOCKPILED MATERIAL TO FACILITATE CPE LS 1,145.10$ 1.00 $1,145.10 $0.00
591 RAISE PATH ON NS SMOKY FROM FREELAND TO ROHER LS 20,599.53$ 1.00 $20,599.53 $0.00
592 VAC FOR UTILITIES ON ADDED WORK ITEMS LS 16,664.02$ 1.00 $16,664.02 $0.00
593 ASPHALT WEDGING LS 34,927.36$ 1.00 $34,927.36 $0.00
594 ADDITIONAL MOBILIZATION WORK DUE TO OLD TOWN DELAY LS 87,339.75$ 1.00 $87,339.75 $0.00
595 BENCHMARK, POST LS 3,383.85$ 1.00 $3,383.85 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$671,874.07 $670,579.05
$1,295.02
SUBTOTAL
TOTAL NET INCREASE
CzBmmjtpoMzodi.NdHsbuibu:;42bn-Gfc37-3136
CzTfshfzHsfdivlijobu5;35qn-Gfc37-3136
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
3.2 Contractor agrees nottoperform anywork orprovide additional goods andservices toCity that
would cause the total costofthe Goods and Services provided byContractor toCityhereunder to
exceed theContract Price, unless Cityhas previously agreed, inwriting, topay anamount inexcess
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 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
2
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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.
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.
3
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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
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,
4
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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.
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
5
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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.
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
6
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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
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,
7
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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.
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.
8
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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
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.
9
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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
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: Howard Asphalt, LLCd/b/aHoward Companies
2916Kentucky Avenue
Indianapolis, Indiana 46221
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
10
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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.
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.
11
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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
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.
12
Howard Asphalt, LLCd/b/aHoward Companies
Street Department - 2025
Appropriation #1206 10143-502.00, 43-509.00; 2201 220143-502.00, 43-502.02, 43-502.03MotorVehicle Highway Fund;
220020243-502.00LocalRoad & StreetFund; P.O. #s115477, 115478, 115473
Contract NotToExceed $6,853,166.82
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
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
2/26/2025
2025 BaseBidRoad List
106thSt
Street NameFromToAphalt Type
106thStMonon TrailKeystone PkwyC
RohrerRd
Street NameFromToAphalt Type
Rohrer RdEglin Dr146th StC
Westfield Blvd
Street NameFromToAsphalt Type
Westfield Blvd96th St106th StC
WestRd
Street NameFromToAsphalt Type
West Rd116th StEagle Chase WayB
BriarCoveEstates
Street NameFromToAsphalt Type
Valleybrook Pl116th EndB
WilliamsRidgeEstates
Street NameFromToAsphalt Type
Carriage Ln116thEndB
Bradford Place
Street NameFromToAsphalt Type
Branford Pl116thEndB
EdenForest
Street NameFromToAsphalt Type
Forest Dr116thEndB
Eden PlEndEndB
Washington BoulevardMeadows
Street NameFromToAsphalt Type
NWashington Blvd106thEndB
PennViewHeights
Street NameFromToAsphalt Type
NDelaware St103rd106thB
Foxwood
Street NameFromToAsphalt Type
Foxwood Dr @103rdEndB
2025 Base Bid Road ListContinued
CollegePlaza
Street NameFromToAphalt Type
Barmore Ave106th StBarbie LnB
Arthur Dr106th StNCollege AveB
Barbie LnBarmore AveEndB
NorthRidge
Street NameFromToAphalt Type
NDelaware St103rdEndB
NWashington Blvd103rdEndB
NNew JerseyEndEndB
Central AveEndEndB
Ruckle StEndEndB
NPark AveEndEndB
Broadway AveEndEndB
102nd StEndEndB
Walnut CreekWoods
Street NameFromToAphalt Type
Walnut Creek DrW106th StKnight DrB
Walnut Creek CtWalnut Creek DrWEndB
CarmelView
Street NameFromToAphalt Type
Carmel View DrSRichland AveElm StB
EElmStRangeline RdCarmel ViewDrB
SpringMillRidge
Street NameFromToAphalt Type
Cardiff DrSouthampton CtMain StB
Southampton CtCardiff DrEndB
Portsmouth DrEndDorset BlvdB
Leeds CirPortsmouth DrEndB
Portsmouth CtPortsmouth DrEndB
Sheffield BlvdDorset BlvdEndB
Sheffield CtSheffield CtEndB
DorsetBrighton AveSpringmill RdB
SpringMillStream
Street NameFromToAphalt Type
Devon LnDorset BlvdEndB
Hampshire CtDevon LnEndB
Cornwall CtDevon LnEndB
2025 Base Bid Road ListContinued
CrookedStick (EastSide)
Street NameFromToAphalt Type
Crooked Stick LnBurning TreeLnDitch RdB
Burning Tree LnCrooked Stick LnEndB
Preston TrCrooked Stick LnDitch RdB
Woodlake CtPreston TrEndB
Preston CtPreston TrEndB
Prestwick LnDitch RdEndB
Prestwick CirPrestwick LnEndB
Brookshire VillagePhase3
Street NameFromToAphalt Type
Brompton RdKensignton RdBishop GateDrB
Bishopgate DrCamberley LnBrompton RdB
Camberly LnCharing CrossRdLambeth WalkB
Charing Cross Rd126th StCamberly LnB
CedarPoint
Street NameFromToAphalt Type
Cedar Point Dr96th StEndB
MillCreek PlCedar PointDrEndB
Cedar Ridge DrCedar Point DrEndB
Mill RunCedar Point DrEndB
Cedar WoodCedar Point DrEndB
Cedarwood PlCedar WoodEndB
Cedar PlCedar Point DrEndB
Westwood Estates
Street NameFromToAphalt Type
Inglenook Ln141st StCaspian DrB
Quarter Horse CtInglenook LnEndB
Renegade CtInglenook LnEndB
Woodside Hollow DrRenegade CtSunblaze DrB
BayhillEastSide
Street NameFromToAphalt Type
Heatherstone PlWindpointe PassBayhill DrB
Skipping Rock CtHeatherstone PlEndB
Snowberry BayCtHeatherstone PlEndB
2025 Base Bid Road ListContinued
ConcordVillage
Street NameFromToAphalt Type
Lexington BlvdMain St CityCenterDrB
Albert CtLexington BlvdEndB
Altam AveLexington BlvdConcrete TransitionB
Concord LnLexington BlvdEndB
Concord CtLexington BlvdEndB
Lincoln CtLexington BlvdEndB
Kinzer AveConcord LaneCity Center DrB
David PlLexington BlvdEndB
2025 Alternate Bid1Road List
111thSt
Street NameFromToAphalt Type
111th StLexington DrWestfield BlvdC
HazelDellPkwy
Street NameFromToAphalt Type
Hazel DellPkwyMain St126th STC
Cornerstone Place
Street NameFromToAphalt Type
Cornerstone CtEPam RdEndB
EPam RdEndCentral AveB
MeridianMeadows
Street NameFromToAphalt Type
ValiDrE Pam Rd106th StB
Vali CtVali DrEndB
Stephen CtVali DrEndB
MeridianHighlands
Street NameFromToAphalt Type
Penn Dr106th StEndB
CoolCreekEstates (Remainder)
Street NameFromToAphalt Type
Cool Creek DrEndEndB
Lawrence Rd126th StCool Creek DrB
Douglas DrLawrence RdMohawk CtB
Mohawk Ct126th StEndB
Cross StHillcrest DrFairbanks DrB
HarrowGates
Street NameFromToAphalt Type
Beechmont DrMain StWillowick RdB
Brierley WayAlwyne RdWillowick RdB
Bexhill DrMain StWillowick RdB
Alwyne RdEndEndB
Willowick RdBeechmont DrBexhill DrB
2025 Alternate Bid1Road ListContinued
Lexington Farms (WestSide)
Street NameFromToAphalt Type
Pimlico CirLexington DrLexington DrB
Belair DrPimlico CirLexington DrB
Belmont CirPimlico CirBelair DrB
Santa Anita CtBelmont CirEndB
25-STR-02PAVINGSPECIFICATIONS
Thisbidpacket isbased onquantities andnotstreets presented ontheprovided
proposedstreetlist. Theproposed streetlistshouldnotbeconsidered ascomprehensive.
Thestreetlistissubjecttochangewithadditions ordeletions.
Substantialcompletiondate: 08/06/2025
Finalcompletion date: 11/01/2025
thAllmainroadsmustbecompletedbyAugust6, 2025. Projectcompletion
stmustbebeforeNovember1, 2025, orincurapenalty of $500 perday.
Standards forconcrete andpaving mustbe2022INDOTstandards, Section 402forasphalt,
Section502forconcrete. Biddingcompany musthaveINDOTcertifiedconcreteinspector, to
testinaccordance withINDOT frequency manual. Pavement mustbetestedatContractor’s
expense, asrequested byCity.
Concreteandpaving companies must haveatleast10yearsexperience andmustbeINDOT-
certified.
Afterbidhasbeenawarded, apreconstruction meetingwillbescheduled wherethecontractor
mustsubmitadesignmixfortheconcrete andasphalt pavement.
Anyadditionallineitems outside ofthe original bidtabmust beapproved andhaveasigned
change order beforeworkcanbeperformed.
Bi-weeklyprogressmeetingswillbeheldattheCarmel StreetDepartment oncecontract
documents havebeensigned.
Allstreets tobeproperly cleanedbeforeapplying materials.
Allmaterials shallcomply withcurrentIndiana StateHighway Standardspecifications for
material supplied andforapplication ofmaterials. Biddertofurnishallequipment asrequired to
process andapplymaterials. Asphaltplants shallbeownedbybidderandapproved bythe
Indiana Department ofHighways.
Somework ononeormoreCitystreetswillhavetobecoordinated withotherwork onthestreet.
Afterthejobiscomplete, iftheCitydeemsitnecessary, atCity’ssolediscretion, coresamples
willbetakenandanalyzed atjobsitesattheexpenseoftheCity. Arepresentative oftheCarmel
StreetDepartment willbeassignedtoeachjobsite.
Therewillbenoworkdonewithout firstcontacting theCarmelStreetCommissioner for
approvalofdates, timesandlocations.
Anagreement ofconditions shallbesigned bytheacceptedbidder.
TheCitymayrequirethattrucksprovidetickets thatcertify theweight ofthematerial delivered.
PavingSpecifications-1
Allstripingshallbeputbackwiththermoplastic perINDOT specifications.
Alldurable pavementmarking material istobeassetoutintheManualonUniformTraffic
Control Deviceswithin 14daysoffinalpave.
Proper signageandtraffic controlwillbetheresponsibility ofthesuccessful bidder. (For
example:“WorkersPresent” shallbeused inplaceof“MenWorking”).
Inresidential areas, proper notification toresidentsofpaving dateswillbetheresponsibilityof
thesuccessful bidder.
Millingofbuttjoints willbeaminimumof1” indepth.
Formillingpurposes, anydamage tomanholecoverswillbetheresponsibility ofthebidder.
ButylrubberorKentsealwillbeusedwhenresetting manholes.
Duetothepotential damagetoroadway surfaces, alltracmachines willbemovedbytruckfrom
streettostreetandwillnotbedriven onexistingCityroadways.
Insomeareas, therearebrickpaversorstampedconcrete. Special useofsandand4’x8’ pieces
ofplywood needtobeusedtoprotect thoseareasfromtacandasphalt.
Allcoldjointshavetobecutsquare.
Where newpavement meetsnewpavement, theseammustbedouble-tacked.
Forthe
4” – Binder
1” – Surface
Forthepurposes ofthecontract, anyareasPlunge Milled6" depthandreplacedwillconsistof
thefollowing:
PavingSpecifications-2
THERMOPLASTIC
Application:Thermoplastic markingmaterial shallbeusedonasphaltpavements unless
otherwise specified ordirected. Thepavement surfaceshallbeprimedwithabindermaterial in
accordance withthemanufacturer’srecommendations. Thermoplastic marking shallbeapplied
inmolten formbyspray, extrusion, orribbon typeextrusion airlessspraywhen thepavement
temperature is50degreesFahrenheit (10degrees Celsius) orabove. Theaverage thickness of
each36in. (910mm) length ofthermoplastic markingshallbenolessthan3/32in. (2.5mm) nor
morethan3/16in. (5m). Immediately following theapplication ofthethermoplastic markings,
additionalreflectorization shallbeprovided byapplying glassbeadstothesurfaceofthemolten
materialatauniform minimumrate of6lb./100sq. ft. (2.9kg/10m²) ofmarking.
Equipment: Themachine usedfor thesprayapplication ofthermoplastic markings shall
consistofakettlefor melting thematerialandanapplicator forapplying themarkings. Allof
theequipment required forpreheating andapplying thematerialshallmaintainauniform
materialtemperaturewithin thespecifiedlimits, without scorching, discoloring oroverheating
anyportion ofthematerial.
Themachineshallbeequipped withthefollowing: anairblast deviceforcleaningthepavement
aheadofthemarkingoperation; aguide pointertokeepthemachineonanaccurateline; atleast
twospraygunswhichcanbeoperated individually orsimultaneously; agitators; acontroldevice
tomaintainuniform flowandapplication; anautomatic devicewhich willprovideabrokenline
oftherequiredlength; andanautomatic glassbeaddispenser whichissynchronized withthe
marking application.
Preformed Plastic Application: TheContractor shallprovide theDepartment withoriginal
copies ofallnecessarycurrentmanufacturer’sinstallation manualspriortobeginning installation
work. Noinstallation workshallbeginpriortotheDepartment’sreceipt ofthese manuals.
Thesemanualswill become theproperty oftheDepartment.
Preformed plasticshall beapplied whentheairtemperature isaminimum of60degrees
Fahrenheit (16degreesCelsius) andrising, andthepavement temperature isaminimumof70
degreesFahrenheit (21degreesCelsius).
PavingSpecifications-3
TechnicalSpecifications
Plunge Mill
IfPlungeMillbecomesnecessary, achangeorderwillberequestedforadditional payitems.
Description: Removing 7.5” ofasphaltbymillingthen backfillingwithHMAintermediate
witha1.5” liftifHMAintermediate asdirectedbytheEngineer.
Materialsandperformance shallbeinaccordance withINDOT Standard Specification Section
401exceptfortesting. Acceptance ofmaterial shall bebaseduponaTypeDcertification.
Intermediate liftsshallbetwoliftsof3” – 330#/SYDQC/QA – HMA, 3, 64, Intermediate,
19.0mm.
Measurement shallbebythesquareyardofIntermediate mixplaced. TheSurface courseshall
bemeasured bytheton.
Payment shallbepaidbythetonofIntermediate placed. TheSurfacecourseshall bepaidby
theton. Plungemillshallbepaidbythesquareyard.
PavingSpecifications-4
CityofCarmel
Streets
MattHigginbotham, Commissioner
One Civic Square, Carmel, IN46032
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
RESPONSEDEADLINE: January22, 2025at9:00am
ReportGenerated: Friday, February14, 2025
HowardCompaniesResponse
CONTACTINFORMATION
Company:
HowardCompanies
Email:
jdillon@howardcompanies.com
Contact:
JoshDIllon
Address:
2916Kentucky Ave
n/a
indianapolis, IN46221
Phone:
N/A
Website:
www.howardcompanies.com
SubmissionDate:
Jan21, 20254:55PM (EasternTime)
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
ADDENDACONFIRMATION
Addendum #1
W ta W5L
Addendum #2
W ta W5L
Addendum #3
W ta W5L
Addendum #4
W ta W5L
QUESTIONNAIRE
1. BIDDERINFORMATION
AUTHORIZEDREPRESENTATIVECONTACTINFORMATION:*
t
Pleaseentername, title, phoneandemailoftheauthorizedrepresentative
ShelbyHoward, President, 317-223-1156 showard@howardcompanies.com
SeanRizer, CFO, 219-309-0460 srizer@howardcompanies.com
BIDDERISA/AN:*
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page2
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
t
IndianaCorporation
IFYOUSELECTEDOTHER, PLEASEEXPLAINBELOW:
Noresponsesubmitted
ISTHEBIDDERAFOREIGNCORPORATION?*
t
No
2. BIDPROPOSAL
BIDPROPOSALCONFIRMATION*
t
TheundersignedBidderproposestofurnishallnecessarylabor, machinery, tools, apparatus, materials, equipment, serviceandother
necessarysupplies, andtoperformandfulfillallobligationsincidenttheretoinstrictaccordancewithandwithinthetime(s) provided
bythetermsandconditionsoftheContractDocumentsfortheabovedescribed WorkandProject, includinganyandalladdenda
thereto, fortheUnitPricesapplicabletotheContractItemsasstatedinthepricingtable. TheBidderacknowledgesthatevaluationof
thelowestBidshallbebasedonsuchpriceandfurtheracknowledgesthattheunitquantitieslistedinpricingtableofthisProposalare
estimatessolelyforthepurposeofBidevaluation andContractaward, andarenottobeconstruedasexactorbinding. TheBidder
furtherunderstandsthatallWorkwhichmayresultontheContractshallbecompensated foronaUnitPricebasisandthatthe
OWNERandENGINEERcannotanddonotguaranteetheamountorquantityofanyitemofWorktobeperformedorfurnishedunder
theContract.
Confirmed
CONTRACTDOCUMENTSCONFIRMATION*
t
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page3
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
TheBidderagreestobeboundbythetermsandprovisionsofallContractDocumentsasdefinedintheStandardGeneralConditions
andincorporatessuchContractDocumentshereinbyreference.
Confirmed
DOYOUHAVEANYEXCEPTIONSTOTHESPECIFICATIONS OROTHERCONTRACTDOCUMENTS?*
t
No
FINANCIALSTATEMENT*
t
atute
shalltherebyberenderedinvalid. ThefinancialstatementprovidedhereundertoOWNERmustbespecificenoughindetailsothat
informationrequestedontheStateBoardofAccountsForms
Howard_Companies_Financials.pdf
ADDITIONALDECLARATIONS*
t
A. BiddercertifiesforitselfandallitssubcontractorscompliancewithallexistinglawsoftheUnitedStatesandtheStateof
Indianaprohibitingthediscriminationagainstanyemployeeorapplicantforemploymentorsubcontractworkinthe
performanceoftheWorkcontemplated bytheAgreementwithrespecttohire, tenure, terms, conditions, orprivilegesof
employmentoranymatterdirectlyorindirectlyrelatedtoemploymentorsubcontractingbecauseofrace, religion, color, sex,
handicap, nationalorigin, ancestry, age, disabledveteranstatusorVietnameraveteranstatus. TheCityofCarmelreservesthe
righttocollectapenaltyasprovidedinIC5-16-6-1foranypersondiscriminatedagainst.
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page4
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
B. TheBiddercertifiesthathe/shehasthoroughlyexaminedthesiteoftheProject/Workandinformedhimself/herselffully
regardingallconditionsunderwhichhe/shewillbeobligatedtooperateandthatinanywayaffecttheWork, andknows,
understandsandacceptstheexistingconditions. TheBidderfurthercertifiesthathe/shehasthoroughlyreviewedtheContract
Documents, includingallAddenda, andhashadtheopportunitytoaskquestionsandobtaininterpretationsorclarifications
concerningContractDocuments.
Confirmed
3. NON-COLLUSIONAFFIDAVIT
NON-COLLUSIONAFFIDAVIT*
t
Theindividualperson(s) executingthisBidProposal, beingfirstdulysworn, depose(s) andstate(s) thattheBidderhasnotdirectlyor
indirectlyenteredintoacombination, collusion, undertaking oragreementwithanyotherBidderorperson (i) relativetotheprice(s)
proposedhereinortobebidbyanotherperson, or (ii) topreventanypersonfrombidding, or (iii) toinduceapersontorefrainfrom
Bidding; andfurthermore, thisBidProposalismadeandsubmittedwithoutreferencetoanyotherbidsandwithoutagreement,
understandingorcombination, eitherdirectlyorindirectly, withanypersonswithreferencetosuchbiddinginanywayormanner
whatsoever.
Confirmed
SIGNATUREANDNOTARIZATION*
t
Pleasedownloadthebelowdocuments, completeandhavenotarized. Anonlinenotarization optionwillbeprovidedforyouwhen
responding.
Signature.pdf
Carmel_Signature_Doc.pdf
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page5
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
4. BIDBOND
BIDBOND*
t
Pleasedownloadthebelowdocuments, complete, andupload.
BID_BOND.pdf
Carmel_Bid_Bond.pdf
PRICETABLES
BASEBIDTAB
LineItem Description Quantity Unitof UnitCost Total
Measure
1 AETorAE150TAC 16,533 GAL $0.01 $165.33
2 9.5TypeBSurface 17,025 TON $87.75 $1,493,943.75
3 9.5TypeCSurface 9,257 TON $88.90 $822,947.30
4 12.5TypeCIntermediate 3,164 TON $86.70 $274,318.80
5 Standard1.5" - 4" AsphaltMill 286,928 Sq. Yd. $1.62 $464,823.36
6 3.5" - 4.5" Concrete Mill 28,760 Sq. Yd. $4.60 $132,296.00
7 SpeedhumpRoadWidth26' - 30' 5 EA. $2,250.00 $11,250.00
8 BlueReflectors 109 EA. $120.00 $13,080.00
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page6
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
LineItem Description Quantity Unitof UnitCost Total
Measure
9 4" Solid/BrokenYellow 33,435 L.F. $0.75 $25,076.25
10 4" Solid/BrokenWhite 31,000 L.F. $0.75 $23,250.00
11 SharkTeeth 195 L.F. $8.25 $1,608.75
12 24" WhiteStopbars 1,467 L.F. $7.50 $11,002.50
13 LaneIndicatorArrows 14 EA. $235.00 $3,290.00
14 Onlys 9 EA. $265.00 $2,385.00
15 24" WhitePianoKeys 2,557 L.F. $7.50 $19,177.50
16 Roundabout Arrows 4 EA. $385.00 $1,540.00
17 8" SolidWhiteLine 1,587 L.F. $1.50 $2,380.50
18 6" SolidWhiteLine 8,240 L.F. $1.30 $10,712.00
19 24" YellowCrosshatch 582 L.F. $7.50 $4,365.00
20 TemporaryTrafficTape 500 L.F. $3.00 $1,500.00
21 TemporaryTrafficTapeRemoval 500 L.F. $2.00 $1,000.00
22 RollCurbPartialReplacement 3,750 L.F. $71.00 $266,250.00
23 ChairbackCurbPartialReplacement 11,560 L.F. $76.00 $878,560.00
24 RollCurbFullReplacement (CurbMachine) 5,128 L.F. $60.00 $307,680.00
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page7
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
LineItem Description Quantity Unitof UnitCost Total
Measure
25 4' WideSidewalk6" Depth 5,128 L.F. $51.00 $261,528.00
26 4' WideSidewalk4" Depth 260 L.F. $45.00 $11,700.00
27 4' ADARamp 66 EA. $2,100.00 $138,600.00
28 Greaterthan4' ADARamps 34 EA. $2,700.00 $91,800.00
29 ConcreteReplacement 120 Sq. Yd. $125.00 $15,000.00
30 Greenspace 100 Sq. Yd. $60.00 $6,000.00
31 4" WhiteParking "T" 100 L.F. $1.00 $100.00
TOTAL $5,297,330.04
ALTERNATE1BIDTAB
LineItem Description Quantity Unitof UnitCost Total
Measure
32 AETorAE150TAC 4,549 GAL $0.01 $45.49
33 9.5TypeBSurface 5,536 TON $88.10 $487,721.60
34 9.5TypeCSurface 2,281 TON $91.75 $209,281.75
35 Standard1.5" - 4" AsphaltMill 94,762 Sq. Yd. $1.62 $153,514.44
36 BlueReflectors 24 EA. $120.00 $2,880.00
37 4" Solid/BrokenYellow 11,948 L.F. $0.75 $8,961.00
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page8
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
LineItem Description Quantity Unitof UnitCost Total
Measure
38 4" Solid/BrokenWhite 5,686 L.F. $0.75 $4,264.50
39 SharkTeeth 86 L.F. $8.25 $709.50
40 24" WhiteStopbars 370 L.F. $7.00 $2,590.00
41 LaneIndicatorArrows 9 EA. $235.00 $2,115.00
42 Onlys 5 EA. $265.00 $1,325.00
43 24" WhitePianoKeys 975 L.F. $7.50 $7,312.50
44 Roundabout Arrows 8 EA. $385.00 $3,080.00
45 8" SolidWhiteLine 157 L.F. $1.50 $235.50
46 6" SolidWhiteLine 3,100 L.F. $1.30 $4,030.00
47 24" YellowCrosshatch 77 L.F. $7.50 $577.50
48 TemporaryTrafficTape 200 L.F. $3.00 $600.00
49 TemporaryTrafficTapeRemoval 200 L.F. $2.00 $400.00
50 RollCurbPartialReplacement 7,143 L.F. $71.00 $507,153.00
51 ChairbackCurbPartialReplacement 1,050 L.F. $76.00 $79,800.00
52 4' WideSidewalk4" Depth 50 L.F. $45.00 $2,250.00
53 4' ADARamp 2 EA. $2,100.00 $4,200.00
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page9
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
LineItem Description Quantity Unitof UnitCost Total
Measure
54 Greaterthan4' ADARamps 12 EA. $2,700.00 $32,400.00
55 ConcreteReplacement 0 Sq. Yd. $0.00
56 Greenspace 10 Sq. Yd. $60.00 $600.00
57 4" WhiteParking "T" 0 L.F. $0.00
TOTAL $1,516,046.78
ALTERNATE2BIDTAB
CarmelFireStationParkingLot - Station42andStation46
LineItem Description Quantity Unitof UnitCost Total
Measure
58 AETorAE150TAC 100 GAL $0.01 $1.00
59 9.5TypeBSurface 0 TON $0.00
60 9.5TypeCSurface 257 TON $105.00 $26,985.00
61 Standard1.5" - 4" AsphaltMill 2,833 Sq. Yd. $3.00 $8,499.00
62 BlueReflectors 0 EA. $0.00
63 4" Solid/BrokenYellow 0 L.F. $0.00
64 4" Solid/BrokenWhite 300 L.F. $0.75 $225.00
65 SharkTeeth 0 L.F. $0.00
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page10
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
LineItem Description Quantity Unitof UnitCost Total
Measure
66 24" WhiteStopbars 0 L.F. $0.00
67 LaneIndicatorArrows 0 EA. $0.00
68 Accessibility ParkingSpaceMarking 2 EA. $600.00 $1,200.00
69 24" WhitePianoKeys 384 L.F. $7.50 $2,880.00
70 Roundabout Arrows 0 EA. $0.00
71 8" SolidWhiteLine 0 L.F. $0.00
72 6" SolidWhiteLine 0 L.F. $0.00
73 24" YellowCrosshatch 0 L.F. $0.00
74 TemporaryTrafficTape 0 L.F. $0.00
75 TemporaryTrafficTapeRemoval 0 L.F. $0.00
76 RollCurbPartialReplacement 0 L.F. $0.00
77 Chairback CurbPartialReplacement 0 L.F. $0.00
78 4' WideSidewalk4" Depth 0 L.F. $0.00
79 4' ADARamp 0 EA. $0.00
80 Greaterthan4' ADARamps 0 EA. $0.00
81 ConcreteReplacement 0 Sq. Yd. $0.00
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page11
HOWARDCOMPANIES\] RESPONSEDOCUMENTREPORT
IFBNo. IFB-2024-019
25-STR-02Paving
LineItem Description Quantity Unitof UnitCost Total
Measure
82 Greenspace 0 Sq. Yd. $0.00
83 4" WhiteParking "T" 0 L.F. $0.00
TOTAL $39,790.00
HOWARDCOMPANIES\] RESPONSEDOCUMENT REPORT
InvitationForBid - 25-STR-02Paving
Page12
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.
Page 1of1INDIANARETAILTAXEXEMPT
PURCHASE ORDER NUMBERCERTIFICATENO. 003120155 002 0CityofCarmelFEDERALEXCISETAXEXEMPT 115473
35-6000972 THIS NUMBER MUST APPEAR ONINVOICES, A/PONECIVICSQUARE
VOUCHER, DELIVERY MEMO, PACKING SLIPS, CARMEL, INDIANA 46032-2584 SHIPPING LABELS AND ANY CORRESPONDENCEFORMAPPROVEDBYSTATEBOARDOFACCOUNTSFORCITYOFCARMEL - 1997
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION
25-STR-02 - Paving Contractor2/14/2025372681
HOWARD COMPANIES City Engineering'sOffice
VENDORSHIP2916KENTUCKYAVE 1Civic Square
TO Carmel, IN 46032-
INDIANAPOLIS, IN 46221 - Laurie Slick
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT
97423
QUANTITYUNIT OF MEASUREDESCRIPTIONUNIT PRICEEXTENSION
Department:Fund: 2200202Local Road & Street Fund
Account: 43-502.00
Each125-STR-02 - 2025 Street Paving$525,798.00$525,798.00
Sub Total 525,798.00
Send Invoice To:
City Engineering'sOffice
Laurie Slick
1Civic Square
Carmel, IN 46032-
PLEASE INVOICE INDUPLICATE
DEPARTMENTACCOUNTPROJECTPROJECT ACCOUNTAMOUNT
525,798.00PAYMENT
A/PVOUCHER CANNOT BEAPPROVED FORPAYMENT UNLESS THE P.O. NUMBER ISMADE ASHIPPINGINSTRUCTIONSPARTOFTHEVOUCHERANDEVERYINVOICEANDVOUCHERHASTHEPROPERSWORNSHIPPREPAID. AFFIDAVIT ATTACHED. IHEREBY CERTIFY THAT THERE ISAN UNOBLIGATED BALANCE IN
C.O.D. SHIPMENT CANNOT BEACCEPTED.THIS APPROPRIATION SUFFICIENT TOPAY FOR THE ABOVE ORDER.
PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
THIS ORDER ISSUED INCOMPLIANCE WITH CHAPTER 99, ACTS 1945
ORDERED BYANDACTSAMENDATORYTHEREOFANDSUPPLEMENTTHERETO. Bradley PeaseZac Jackson
TITLEDirectorCFO
CONTROL NO. 115473
CzBmmjtpoMzodi.NdHsbuibu:;42bn-Gfc37-3136
2/18/2025
T M T INC
WESTFIELD, IN 46074 -
115490
1719 W 161ST 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
Mulch installation
Street Department
3400 W. 131st Street
Carmel, IN 46032-
317) 733-2001
00352696
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
Matt Higginbotham
97472
2201Department:501Fund:Urban Forestry Fund
43-509.00Account:
Mulchinstall1 $20,000.00 $20,000.00Each
20,000.00SubTotal
43-590.00Account:
Mulchinstall1 $40,000.00 $40,000.00Each
40,000.00SubTotal
60,000.00
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. 115490
ORDERED BY
TITLE
Dept of Community Service
1 Civic Square
Carmel, IN 46032-
Lee Higginbotham Zac Jackson
Commissioner CFO
2/18/2025
T M T INC
WESTFIELD, IN 46074 -
115495
1719 W 161ST 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
Mulch installation
Street Department
3400 W. 131ST Street
Carmel, IN 46074-
317) 733-2001
00352696
UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY
Page 1 of 1
Matt Higginbotham
97479
2201Department:2201Fund:Motor Vehicle Highway FND
43-504.00Account:
Mulching1 $20,287.50 $20,287.50Each
20,287.50SubTotal
20,287.50
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. 115495
ORDERED BY
TITLE
Street Department
3400 W. 131st Street
Carmel, IN 46074-
Lee Higginbotham Zac Jackson
317) 733-2001
Commissioner CFO
West Ground Storage Tank City of Carmel
451.7893.002
EXHIBIT F
CHANGE ORDER
Change Order No.1
Date: 2/19/2025 Name of Project: West Ground Storage Tank
Owner: City of Carmel Contractor: Preload, LLC
The following changes are hereby made to the Agreement:
Description of Change in Work: Updated design information was provided to Preload including adjustment of the ground water table elevation from 918.50’ to 913.5’ and a decrease in the tank bearing pressure from 3,000 psf to 2,500 psf. These changes allowed for
adjustments to the floor/foundation design. Preload additionally will be switching their site
subcontractor to be Thieneman Construction, Inc to allow for additional savings. The change in contractor yielded a unit cost increase of unsuitable fill disposal from $75cy to $116cy.
Justification: The deduction proposed by Preload is due to new geotechnical information
being made available allowing for design alterations to the storage tank’s floor/foundation.
Additional savings will be possible by Preload switching their site contractor to be Thieneman who will already be on site. The unit cost for disposal and replacement of unsuitable subgrade material will be increased, however net savings are anticipated to be greater than the increased cost of removal/replacement of this material.
Original Contract Price: $6,288,000.00 Previous Changes to Contract Price: N/A
Current Contract Price adjusted by previous Change Order(s): $6,288,000.00 The Contract Price due to this Change Order will be decreased by: $202,037.00 The new Contract Price including this Change Order will be: $6,085,963.00
Contract time is unchanged.
Requested by: City of Carmel 2/19/2025 (Owner) (Date) Recommended by: Philip Teague 2/19/2025 (Consulting Engineer) (Date) Accepted by: 2/20/2025 (Contractor) (Date) Approved by: 2/XX/2025 (Name and Title) (Date)
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
02/17/2025
Yes, 02/18/2025
Yes,02/18/2025
Yes, 02/18/2025
Yes,02/18/2025
CCPR: Japanese Garden Construction Will not be completed in time of the event.
Yes, 02/18/2025 Yes, 02/24/2025
Neighborhood
Name/Streets to be
closed
Upload Map
Type of Closure:
Further Info for type
of closure
Requests:
2. STREET(S) REQUESTED:
This festival will require north and south bound Veteran along City Hall Parking Lot
to be barricaded day of.
Include addresses as appropriate
An easy to read, color map of the area is required with submission.
Screenshot 2025-02-17 102644.png 988.19KB
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
Cones*
Barricades *
No Parking Signs*
Event
Use/Purpose:*
Description of
Event:*
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
Agreement must be signed with Carmel Street Department before delivery/pickup
Standard Cones Tall Skinny Cones
Barricades (used to close roads)Crowd-Control Gates
Please note the number of Barricades needed
10
Please note the number of NO PARKING SIGNS needed
50 x for parking lot
5. EVENT DETAILS
Cherry Blossom Festival is a new community event in partnership with the City of
Carmel that celebrates the 30-year designation of the Japanese Sister City
committee at the Japanese garden.
Provide a brief description of event
Cherry Blossom Festival is a new community event in partnership with the City of
Carmel that celebrates the 30-year designation of the Japanese Sister City
committee at the Japanese garden. There will be food vendors, cultural activities,
and a stage program for three hours.
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:Rehearsal End:
Number of People
Expected:*
Fees?
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
5/4/2025 5/4/2025
8:00:00 AM 6:00:00 PM
1:00:00 PM 4:00:00 PM
NA
Rehearsal Start Time:Rehearsal End Time:
3,000
Will a Fee be charged for this event? If yes, please describe below.
Yes
No
EVENT SET UP:
Stage
Mobile stage extensions only set up like
CCKM.
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.
10 x City Tents and 10 other vendor tents
Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-2600)
Bounce House
N/A
Other
Vendors
Vendors Present*
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.
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
City, and other vendors chosen by the Cherry Blossom Committee.
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
Approximately how many vendors will be present?
20
6. CONTACT INFORMATION:
Evan Kreutzer
Carmel Sister cities
City
Carmel
State / Province / Region
Indiana
Postal / Zip Code
46032
Country
Street Address
Address Line 2
Non-Profit Organization
Is the Organization based within the City of Carmel city limits?
Yes
No
SECURITY DEPOSIT AND FEE:
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.
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.
Melissa Hopson on behalf of Cherry Blossom Committee
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Melissa Hopson, Project Manager -Events
City of Carmel
Printed Name and Title (If applicable)
Phone Number (Required)
City of Carmel, One Civic Square, Carmel, Indiana 46032
Address of Organization/Applicant
2/17/2025
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
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
02/06/2025
Yes, 2/18/2025
Yes, 02/18/2025
Yes, 02/18/2025
Yes,02/18/2025
Yes, 02/18/2025 Yes, 02/24/2025
Neighborhood
Name/Streets to be
closed
Upload Map
Type of Closure:
Further Info for type
of closure
Requests:
2. STREET(S) REQUESTED:
Elm Street to Veterans Way to northbound Monon Blvd.
No parking cones along Elm Street and at the parking spaces west of Sun King
patio.
North entrance on Elm Street of Midtown parking garage
Include addresses as appropriate
An easy to read, color map of the area is required with submission.
Midtown Block Party 2025.png 1.29MB
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
Cones*
Barricades *
Standard Cones *
No Parking Signs*
Event
Use/Purpose:*
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
Agreement must be signed with Carmel Street Department before delivery/pickup
Standard Cones Tall Skinny Cones
Barricades (used to close roads)Crowd-Control Gates
Please note the number of Barricades needed
10
Please note the number of Standard Cones needed
12
Please note the number of NO PARKING SIGNS needed
12
5. EVENT DETAILS
Midtown Block Party is the City of Carmel’s summer kickoff event
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
Number of People
Expected:*
Fees?
Provide a brief description of event
Midtown Plaza celebrated its grand opening in 2019. What began as an anniversary
party to honor opening day, has now evolved into a larger celebration to kick off the
summer season with special events and activities. This event is free and open to the
public.
Attach additional pages if needed-SEE BELOW
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
5/10/2025 5/10/2025
8:00:00 AM 10:00:00 PM
2:00:00 PM 6:00:00 PM
NA
1,000
Will a Fee be charged for this event? If yes, please describe below.
Yes
No
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.
10x10 popup tents for vendors
Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-2600)
Bounce House
N/A
Other
City of Carmel or vendors if bringing own
Name of Merchants(s) doing the setup
Vendors
Vendors Present*
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.
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)
3176182799
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
Approximately how many vendors will be present?
10
6. CONTACT INFORMATION:
Tierra Bush
tbush@carmel.in.gov
3176182799
City of Carmel
City
Carmel
State / Province / Region
IN
Postal / Zip Code
46032
Country
United States
Street Address
1 Civic Square
Address Line 2
Non-Profit Organization
Is the Organization based within the City of Carmel city limits?
Yes
No
SECURITY DEPOSIT AND FEE:
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.
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.
Tierra Bush
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Tierra Bush
Printed Name and Title (If applicable)
3176182799
Phone Number (Required)
1 Civic Square
Carmel, IN 46032
Address of Organization/Applicant
2/6/2025
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
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 Veterans Memorial Plaza, Memorial Day Ceremony has historically
always been here
02/05/2025
Yes, 02/18/2025
Yes, 02/18/2025
Yes, 02/18/2025
Yes, 02/18/2025
Yes, 02/18/2025 Yes, 02/24/2025
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
No Parking Signs*
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:*
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
Please note the number of NO PARKING SIGNS needed
5
5. EVENT DETAILS
Memorial Day Ceremony
Provide a brief description of event
The City of Carmel honors its fallen heroes at the Memorial Day Ceremony each
year. The event is held the Friday before Memorial Day at 9 a.m. The event is held
outside at the Veterans Memorial Plaza on Third Avenue SW, south of City Center
Drive.
Attach additional pages if needed-SEE BELOW
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
5/23/2025 5/23/2025
7:00:00 AM 10:00:00 AM
9:00:00 AM 10:00:00 AM
NA
Rehearsal Start Time:Rehearsal End Time:
75
Fees?
Vendors
Contact Person*
Email*
Phone Number:*
Cell Number:
Name/Organization:
Will a Fee be charged for this event? If yes, please describe below.
Yes
No
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:
Kenna Dishmond
kdishmond@carmel.in.gov
3177719972
City of Carmel
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.
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.
City
Carmel
State / Province / Region
IN
Postal / Zip Code
46032
Country
United States
Street Address
One Civic Square
Address Line 2
Non-Profit Organization
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.
Kenna Dishmond, City of Carmel
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Kenna Dishmond
Printed Name and Title (If applicable)
3177719972
Phone Number (Required)
One Civic Square, Carmel IN 46032
Address of Organization/Applicant
2/5/2025
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
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
02/17/2025
Yes, 02/18/2025
Yes, 02/18/2025
Yes,02/18/2025
Yes, 02/18/2025Clayton Bell/City Hall: Yes, 02/18/2025
Yes, 02/18/2025 Yes, 02/24/2025
Neighborhood
Name/Streets to be
closed
Upload Map
Type of Closure:
Further Info for type
of closure
Requests:
2. STREET(S) REQUESTED:
The City of Carmel requests the use of both locations to be barricaded, Gradle,
Veteran's Way, and all streets leading to Fountain Square roundabout. Please see
map attached for reference to the request. MH
Include addresses as appropriate
An easy to read, color map of the area is required with submission.
Screenshot 2025-02-17 124842.png 554.87KB
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
Cones*
Barricades *
No Parking Signs*
Event
Use/Purpose:*
Description of
Event:*
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
Agreement must be signed with Carmel Street Department before delivery/pickup
Standard Cones Tall Skinny Cones
Barricades (used to close roads)Crowd-Control Gates
Please note the number of Barricades needed
25
Please note the number of NO PARKING SIGNS needed
20
5. EVENT DETAILS
Eid al Fatir is a community event in partnership with the City of Carmel celebrated
my Islam worldwide through food, dance, and other culturally specific activities.
Provide a brief description of event
Eid al Fatir is a community event in partnership with the City of Carmel celebrated
my Islam worldwide through food, dance, and other culturally specific activities. The
three-hour event will host several food trucks, dance performances, cultural activities
for all to participate.
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:Rehearsal End:
Number of People
Expected:*
Fees?
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
5/31/2025 5/31/2025
8:00:00 AM 5:00:00 PM
12:00:00 PM 3:00:00 PM
NA
Rehearsal Start Time:Rehearsal End Time:
3,000
Will a Fee be charged for this event? If yes, please describe below.
Yes
No
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.
10 x 10 x 10 tents
Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-2600)
Bounce House
N/A
Other
Still unknown
Name of Merchants(s) doing the setup
Phone Number of Merchant(s) doing set up:
Vendors
Vendors Present*
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.
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.
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
Approximately how many vendors will be present?
10-15
6. CONTACT INFORMATION:
Ashhar Madni
Eid al Fatir Committee
City State / Province / Region
Postal / Zip Code Country
Street Address
Address Line 2
Non-Profit Organization
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.
Melissa Hopson on behalf of the Eid al Fatir Committeee
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Melissa Hospon
Printed Name and Title (If applicable)
Phone Number (Required)
Address of Organization/Applicant
2/17/2025
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
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
02/06/2025
Yes, 02/18/2025
Yes,02/18/2025 Yes, 02/18/2025
Yes, 02/18/2025
PARKS:Actual running takes place in parks on trails or
on Monon Greenway. No traffic lanes closures are apart of course.
Yes, 02/18/2025 Yes, 02/24/2025
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:*
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
Carmel Clay Parks Foundation Virtual Summer Fun Run/Walk Series packet pickup
Provide a brief description of event
Pre-registered runners and walkers can pick up their t-shirts and stickers and
information about the fun run/walk series from CCPF/CCPR representative. One
other event sponsor may be present.
Attach additional pages if needed-SEE BELOW
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
6/13/2025 6/13/2025
3:00:00 PM 7:00:00 PM
4:00:00 PM 6:00:00 PM
NA
Rehearsal Start Time:Rehearsal End Time:
100
Fees?
Vendors
Contact Person*
Email*
Phone Number:*
Cell Number:
Name/Organization:
Will a Fee be charged for this event? If yes, please describe below.
Yes
No
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
Carmel Clay Parks & Recreation
Name of Merchants(s) doing the setup
3175734017
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:
Kari Berger
kberger@carmelclayparks.com
3175734017
3174605040
Carmel Clay Parks & Recreation
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.
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.
City
Carmel
State / Province / Region
IN
Postal / Zip Code
46032
Country
USA
Street Address
1411 E 116th Street
Address Line 2
Non-Profit Organization
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.
Carmel Clay Parks Foundation
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Leah Kareti, CCPF Treasurer
Printed Name and Title (If applicable)
3172509664
Phone Number (Required)
PO Box 3881
Carmel, IN 46082
Address of Organization/Applicant
2/6/2025
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
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
02/04/2025
Yes,02/18/2025
Yes,02/18/2025 Yes,02/18/2025
Yes, 02/18/2025
Clayton Bell/City Hall: Yes, 02/18/2025
Yes, 02/18/2025 Yes, 02/24/2025
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
Associate Family Picnic
Provide a brief description of event
We will host a catered picnic event with lawn games for our associates and their
families. Estimate approximately 100 guests will attend.
Attach additional pages if needed-SEE BELOW
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
6/29/2025 6/29/2025
11:30:00 AM 4:00:00 PM
1:00:00 PM 5:30:00 PM
NA
Rehearsal Start Time:Rehearsal End Time:
100
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
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 We will likely have either the Kona Ice Truck or an Ice Cream
Truck Available - TBD
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:
Judy Knafel
Lauth Group, Inc.
City
Carmel
State / Province / Region
IN
Postal / Zip Code
46032
Country
Street Address
Address Line 2
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.
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.
For-Profit Organization
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.
Lauth Group, Inc.
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Judy L. Knafel, VP Marketing
Printed Name and Title (If applicable)
Phone Number (Required)
Carmel, IN 46032
Address of Organization/Applicant
2/4/2025
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
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 Carmel City Center
02/05/2025
Yes, 02/18/2025
Yes, 02/18/2025
Yes, 02/18/2025
Yes, 02/18/2025Yes, 02/18/2025
Yes, 02/24/2025
Neighborhood
Name/Streets to be
closed
Upload Map
Type of Closure:
Further Info for type
of closure
Requests:
2. STREET(S) REQUESTED:
Veterans Way, Hanover Place
Include addresses as appropriate
An easy to read, color map of the area is required with submission.
Screenshot (16).png 1.58MB
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
Cones*
Barricades *
Standard Cones *
No Parking Signs*
Event
Use/Purpose:*
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
Agreement must be signed with Carmel Street Department before delivery/pickup
Standard Cones Tall Skinny Cones
Barricades (used to close roads)Crowd-Control Gates
Please note the number of Barricades needed
4
Please note the number of Standard Cones needed
30
Please note the number of NO PARKING SIGNS needed
20
5. EVENT DETAILS
OktoberFest
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
Number of People
Expected:*
Fees?
Provide a brief description of event
Annual fall German festival themed event at Carmel City Center highlighting area
merchants.
Attach additional pages if needed-SEE BELOW
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
10/3/2025 10/3/2025
7:00:00 AM 11:00:00 PM
6:00:00 PM 10:00:00 PM
NA
2,000
Will a Fee be charged for this event? If yes, please describe below.
Yes
No
EVENT SET UP:
Stage
24ft x 14ft
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
Party Time Rental
Name of Merchants(s) doing the setup
Vendors
Vendors Present*
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.
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)
3175362022
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
Approximately how many vendors will be present?
9
6. CONTACT INFORMATION:
Kenna Dishmond
kdishmond@carmel.in.gov
3177719972
City of Carmel
City
Carmel
State / Province / Region
IN
Postal / Zip Code
46032
Country
United States
Street Address
One Civic Square
Address Line 2
Non-Profit Organization
Is the Organization based within the City of Carmel city limits?
Yes
No
SECURITY DEPOSIT AND FEE:
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.
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.
City of Carmel
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Kenna Dishmond
Printed Name and Title (If applicable)
3177719972
Phone Number (Required)
One Civic Square, Carmel IN 46032
Address of Organization/Applicant
2/5/2025
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
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
02/10/2025
02/18/2025
02/18/202502/18/2025
02/18/2025
Yes, 02/18/2025
Monon & Main LLC Approved 02/18/2025
Yes, 02/24/2025
Neighborhood
Name/Streets to be
closed
Upload Map
Type of Closure:
Further Info for type
of closure
Requests:
2. STREET(S) REQUESTED:
Main Street between 3rd Ave SW and 1st Ave NE. Range Line Rd. from 1st St. NW
to 1st St. SW. Veterans Way from 1st St. SW to 1st St NW
Include addresses as appropriate
An easy to read, color map of the area is required with submission.
Carmel Wine Fest Map.pdf 294.71KB
Rolling closure
Total closure
Lane restrictions - explain below
Other - explain below
N/A
Explain lane restrictions needed and other needed below:
A detailed document will be provided, as well as an in person meeting can be
scheduled to discuss the closing if necessary
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
Cones*
Barricades *
Crowd-Control
Gates*
Tall Skinny Cones*
No Parking Signs*
Event
Use/Purpose:*
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
Agreement must be signed with Carmel Street Department before delivery/pickup
Standard Cones Tall Skinny Cones
Barricades (used to close roads)Crowd-Control Gates
Please note the number of Barricades needed
22
Please note the number of Crowd-Control Gates needed
12
Please note the number of Tall Skinny Cones needed
95
Please note the number of NO PARKING SIGNS needed
100
5. EVENT DETAILS
Community wine festival open to the public with wine tastings, glasses and bottles
for sale to those 21+. Food and beverage vendors will be present, as well as music
and entertainment.
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
Number of People
Expected:*
Fees?
Provide a brief description of event
Community wine festival open to the public with wine tastings, glasses and bottles
for sale to those 21+. Food and beverage vendors will be present, as well as music
and entertainment.
Attach additional pages if needed-SEE BELOW
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
10/4/2025 10/4/2025
8:00:00 AM 8:00:00 PM
1:00:00 PM 5:00:00 PM
NA
3,000
Will a Fee be charged for this event? If yes, please describe below.
Yes
No
EVENT SET UP:
Stage
TBD
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.
10x10
Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-2600)
Bounce House
N/A
Other
Vendors will bring their own tents
Name of Merchants(s) doing the setup
Vendors
Vendors Present*
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.
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)
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
Approximately how many vendors will be present?
25
6. CONTACT INFORMATION:
Sondra Schwieterman/Mark Lasbury
Indiana On Tap/On Tap Tickets
City
Fishers
State / Province / Region
IN
Postal / Zip Code
46038
Country
United States
Street Address
Address Line 2
For-Profit Organization
Is the Organization based within the City of Carmel city limits?
Yes
No
SECURITY DEPOSIT AND FEE:
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.
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.
Indiana On Tap
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Sondra Schwieterman/Event Planner
Printed Name and Title (If applicable)
Phone Number (Required)
Address of Organization/Applicant
2/10/2025
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:__________________________________________________________________
=
POP =Point of Purchase
= Vendor Entrance
Road
Closed
Stage
Re
s
t
r
o
o
m
s
Restrooms
Carmel Wine Fest – October 4, 2025
Trash
trailer
Parking
Parking
Parking
Parking
Midtown Parking Garage
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:
We are requesting the closure of the horseshoe roads surrounding Carter Green.
Include addresses as appropriate
02/17/2025
Yes, 02/24/2025Yes, 02/18/2025Yes, 02/18/2025Yes, 02/18/2025 Yes, 02/18/2025
Yes, 02/18/2025
Allied Solutions: Made note of concern with closing horseshoe, but it would already be closed due to Chritkindlmarkt.
UPLOAD MAP
Type of Closure:
Further Info for type
of closure
REQUESTS:
CITY SERVICES
NEEDED:
Cones*
Barricades*
No Parking Signs*
An easy to read, color map of the area is required with submission.
Screenshot 2025-02-17 100749.png 1.75MB
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
Agreement must be signed with Carmel Street Department before delivery/pickup
Standard Cones Tall Skinny Cones
Barricades (used to close roads)Crowd-Control Gates
Please note the number of Barricades needed
Bollards or 10 x
Orange Barricades
Please note the number of NO PARKING SIGNS needed
50 No Parking Signs
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:*
5. EVENT DETAILS:
Diwali Celebration is a community event in partnership with the City of Carmel. This
is an annual cultural festival of light that Carmel's Indian community and beyond
celebrates.
Provide a brief description of event
Diwali Celebration is a community event in partnership with the City of Carmel. This
is an annual cultural festival of light that Carmel's Indian community and beyond
celebrates. This is Carmel Diwali's second year of hosting local food vendors,
product vendors, stage celebrations and family fun activities through Carter Green.
We will also host a Pallaidascope show.
Attach additional pages if needed-SEE BELOW
Screenshot 2025-02-17 100749.png 1.75MB
ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT
10/18/2025 10/18/2025
8:00:00 AM
12:00:00 AM
5:00:00 PM
Event End
time:*
Rehearsal
Rehearsal Date:
Rehearsal Start
Time:
Rehearsal End
Time:
Number of People
Expected:*
Fees?
9:00:00 PM
NA
10,000
Will a Fee be charged for this event? If yes, please describe below.
YES
NO
EVENT SET UP:
Mark all that apply
Stage
12 x 24 Mobile Stage on 3rd avenue area
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.
5-10 10 x 10 tents for activities
Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-
2600)
Bounce House
N/A
Other
16-20
Name of Merchants(s) doing the setup
Phone Number of Merchant(s) doing set up:
VENDORS:
Mark all that apply
Vendors
Vendors Present*
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.
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.
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
Approximently how many vendors will be present?
16-20
6. CONTACT INFORMATION:
Anita Joshi
ajoshi@carmel.in.gov
3176719442
7653665230
Diwali Committee
City State / Province / Region
Postal / Zip Code Country
Street Address
Address Line 2
Non-Profit Organization
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.
Melissa Hopson on behalf of the Diwali Committee
Name of Organization/Applicant
Signature of Authorized Agent/Applicant
Melissa Hopson
Printed Name and Title (If applicable)
3176194187
Phone Number (Required)
Carmel City Hall, One Civic Square, Carmel, Indiana 46032
Address of Organization/Applicant
2/17/2025
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:__________________________________________________________________
February 25, 2025
Board of Public Works and Safety
One Civic Square
Carmel, Indiana 46032
RE: RESTRICTED PARKING SPACES– RISTORANTE ROMA VALET PARKING-89 VETERANS WAY
Dear Board Members:
The owner of Ristorante Roma, located at 89 Veterans Way, is requesting approval to restrict 2 adjacent on-street
parking spaces for valet parking services (Exhibit Attached). The proposed valet parking service hours of operation
will be 5 pm to 11 pm on Friday and Saturday evenings.
The Department of Engineering recommends that the Board approve the requested parking restrictions
conditioned upon the following requirements:
• The parking space restriction is limited to the hours of 5pm to 11pm on Friday and Saturday evenings.
• The restricted on-street parking spaces are to be used for vehicle drop-off and pickup. The valet service
shall not impede the flow of traffic on any adjacent public street.
• The valet service must park all vehicles in private off-street parking spaces.
• The adjacent public sidewalk shall remain unobstructed by signs, podiums, or any other equipment
utilized by the valet service.
• Any damage to the existing improvements within the right of way of any Carmel right-of-way shall be
restored to the satisfaction of the City when work is completed.
• Access to all adjoining commercial sites and residential areas shall be maintained at all times.
• The petitioner understands that approval by the Board is for the valet parking space restrictions only. Use
of the parking spaces for valet services can be revoked at any time, as deemed necessary by the City
Engineer, Chief of Police or their designee.
• Restriction of the on-street spaces for valet use will be nullified by any future ordinance passed by Carmel
City Council creating an approval process for valet parking operations in Carmel city limits.
Sincerely,
Bradley Pease, P.E.
City Engineer
RISTORANTE ROMA PARKING SPACE RESTRICTION
RESOLUTION NO. BPW- 03-05-25-01 A RESOLUTION OF THE CITY OF CARMEL BOARD OF PUBLIC WORKS AND SAFETY
APPOINTING SPECIAL POLICE OFFICER WHEREAS, the Animal Control Specialists/Community Service Officers (“CSOs”) are civilian employees
of the Carmel Police Department who enforce the parking and animal control provisions of Carmel City Code; and WHEREAS, numerous parking and animal code enforcement provisions fall exclusively under Indiana
Code, and, as civilian employees, CSOs do not currently have the power to enforce infractions under Indiana Code; and WHEREAS, Indiana Code § 36-8-3-7 grants the City of Carmel Board of Public Works and Safety (the “Safety Board”) authority to “appoint and swear an additional number of special police officers[], to do special duty within the city” (“Special Police Officers”); and WHEREAS, Indiana Code § 36-8-3-7 provides that Special Police Officers shall only have those powers, privileges, and duties assigned to them by the Safety Board and only while fulfilling the specific responsibilities for which the appointment is made, must wear a uniform that is easily distinguishable from uniforms for state and local law enforcement agencies, and may be removed by the Safety Board at any time without notice and without cause;
and WHEREAS, Special Police Officers under Indiana Code § 36-8-3-7 are specifically exempted from the basic
training requirements for a law enforcement officer under Indiana Code Chapter 5-2-1; and WHEREAS, in order to better balance resources and improve economic efficiency, the Carmel Police
Department requests that the Safety Board authorize CSO Brittney Sanford to enforce certain infractions under Indiana Code; and WHEREAS, the Safety Board, pursuant to its authority under Indiana Code § 36-8-3-7, now desires to appoint and swear CSO Brittney Sanford as a Special Police Officer for the limited purpose of enforcing the parking and animal code provisions under Indiana Code where the violations of said provisions are infractions. NOW, THEREFORE, BE IT RESOLVED by the City of Carmel Board of Public Works and Safety, that: Section 1. The foregoing Recitals are incorporated herein by this reference. Section 2. CSO Brittney Sanford is hereby appointed, under Indiana Code § 36-8-3-7, as a Special Police Officers for the City of Carmel for the limited purpose of enforcing parking and animal code enforcement provisions of Indiana Code where the violations of said provisions constitute an infraction,
pursuant to the following conditions: (a) While carrying out the specific responsibilities for which she is appointment as a Special
Police Officer, Brittney Sanford shall: (i) Continue at her current rate of pay with the Carmel Police Department; (ii) Wear the CSO uniform that shall remain easily distinguishable from uniforms
for state and local law enforcement agencies; (iii) Remain an at-will employee of the Carmel Police Department; (iv) Obey the rules of the Carmel Police Department; and (v) Be subject to the Police Chief. (b) While carrying out the specific responsibilities for which she is appointment as a Special Police Officer, Brittney Sanford shall not: (i) Carry a firearm on her person; (ii) Make an arrest; or
(iii) Conduct a search or a seizure of a person or property, except for the impoundment of animals and/or towing of vehicles, as permitted by Indiana Code and/or Carmel City Code.
(c) Brittney Sanford shall continue her appointment as a Special Police Officers until the Safety Board removes her appointment or until she is removed from employment with the City, whichever occurs first.
ALL OF WHICH IS RESOLVED by the City of Carmel Board of Public Works and Safety, this ____ day
of , 2025.
CARMEL BOARD OF PUBLIC WORKS AND SAFETY By: Laura Campbell, Presiding Officer Date:
James Barlow, Member Date:
Alan Potasnik, Member Date:
ATTEST:
Jacob Quinn, City Clerk Date:
Attachment 1 OATH OF SPECIAL POLICE OFFICER
I, ____________________________, do solemnly swear
that I will support the Constitution of the United States
and the Constitution of the State of Indiana,
and that I will faithfully and impartially discharge my duties
as a Special Police Officer of the City of Carmel, Indiana,
according to the law and the best of my ability,
so help me God.