Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
BPW Paperless Packet 09-03-25
Board of Public Works and Safety Meeting Agenda Wednesday, September 03, 2025 – 10:00 a.m. Council Chambers, City Hall, One Civic Square MEETING CALLED TO ORDER 1. MINUTES a. Minutes for August 20, 2025, Regular Meeting 2. BID OPENINGS, AWARDS, AND REVOCATION a. Bid Request for Proposals for Health Services, Annual Medical Examinations, and New Hire Testing; Chief Drake Sterling, Carmel Police Department b. Bid for Quotes for Carmel School Zone Signage Installation; Brad Pease, Director of Engineering c. Bid Award for 136th Street Multi-use Path Construction; Brad Pease, Director of Engineering d.Bid Award 2026 Rock Salt for Drinking Water Softening; Lane Young, Director of Utilities 3.CONTRACTS a. Request for Purchase of Goods and Services; Wireless Networking Solutions, Inc.; ($102,339.00); Monon Community Center Security Upgrades; Michael Klitzing, Executive Director, CEO Carmel Parks and Recreation Department b. Resolution BPW 09-03-25-01; Resolution of the City of Carmel Board of Public Works and Safety Acknowledging and Ratifying Agreement Between City and Vendor; OpportunitySpace, Inc. d//b/a Tolemi; ($55,000.00); BuildingBlocks Agreement; Mike Hollibaugh, Director of Department of Community Services c. Request for Professional Services; Engineering Resources Inc; ($120,000.00); 25-04 On Call Professional Services; Additional Services Amendment #2; Brad Pease, Director of Engineering d. Request for Purchase of Goods and Services; Morphey Construction, Inc.; ($980,000.00); 136th Street Multi-use Path Construction; Brad Pease, Director of Engineering e. Request for Purchase of Goods and Services; RTC Manufacturing Inc; ($261,567.00); Traffic Control, Enforcement, and Signal Equipment; Brad Pease, Director of Engineering Board of Public Works Members: Laura Campbell, Presiding Officer Appointed by Mayor Finkam Term January 17, 2024, Until a Successor is Appointed Alan Potasnik Appointed by Mayor Finkam Term January 17, 2024, Until a Successor is Appointed James Barlow Appointed by Mayor Finkam Term August 27, 2025, Until a Successor is Appointed Next Meeting: Sept 17, 2025 f. Request for Purchase of Goods and Services; Bright Equipment, Inc.; ($99,5662.85); Bobcat L95; Matt Higginboth, Street Commissioner 4. REQUEST TO USE CITY STREETS/PROPERTY a. Request to Carter Green and Use/Close City Street; (Amendment to Approved Application for Parking Originally Approved 02-06-25); Allied Solutions Center Celebration; September 20, 2025; 1:00 PM to 11:59 PM; Nicole Chernish, Director of Events b.Request to Use Civic Square Gazebo and Lawn; (Amendment to Approved Application Originally Approved on 8-06-25) Special Request to Use Electricity and Fountain Restrooms; Constitution Day; September 20, 2025; 11:00 AM to 4:00 PM; Sharon Boller c. Request to Use/Close City Streets; Kingswood HOA Neighborhood Party; September 20, 2025; 1:00 PM to 10:00 PM; Kelly Sims, Kingswood HOA d. Request to Use Reflecting Pool; Wedding Ceremony; October 4, 2025; 9:30 AM to 12:00 PM; Peter LaRosa e. Request to Use Midtown Plaza; Special Request to Use Electricity; Carmel Jazz Fest City Tour VIP Event; October 9, 2025; 5:00 PM to 10:00 PM; Jeff Blair, Fork and Ale House 5. OTHER a. Request for Consent to Encroach; 12434 Springbrooke Run; Erik and Yuko Mroz, Property Owners b. Request for Stormwater Quality Management Easement; 10415 Westfield Blvd; JB Partners c. Request for Aerial Waiver of BPW Resolution NO 04-28-17-01; Various Locations; Macey Davis, Crown Castle d. Request for Aerial Waiver of BPW Resolution NO 04-28-17-01; Townhomes at Guilford; Duke Energy e. Request for Aerial Waiver of BPW Resolution NO 04-28-17-01; Plum Creek Development; Duke Energy 6. ADD-ONS 7. ADJOURNMENT Board of Public Works Members: Laura Campbell, Presiding Officer Appointed by Mayor Finkam Term January 17, 2024, Until a Successor is Appointed Alan Potasnik Appointed by Mayor Finkam Term January 17, 2024, Until a Successor is Appointed James Barlow Appointed by Mayor Finkam Term August 27, 2025, Until a Successor is Appointed Next Meeting: Sept 17, 2025 Board of Public Works and Safety 1 Meeting Minutes 2 Wednesday, August 20, 2025 – 10:00 a.m. 3 Council Chambers, City Hall, One Civic Square 4 5 MEETING CALLED TO ORDER 6 Board Member Campbell called the meeting to order at 10:06 AM 7 8 MEMBERS PRESENT 9 10 Board Members Laura Campbell, Jim Barlow, and Alan Potasnik, City Clerk Jacob Quinn, and 11 Deputy Clerk Jessica Dieckman were present. 12 MINUTES 13 Minutes for August 06, 2025, Regular Meeting. Board Member Potasnik moved to approve. Board 14 Member Barlow seconded. Minutes approved 3-0. 15 BID OPENINGS, AWARDS, AND REVOCATION 16 Bid Opening for 136th Street Multi-Use Path Construction; Board Member Potasnik unsealed 17 the bids, and Board Member Potasnik read them aloud: 18 Contractor Bid 19 Morphey Construction, Inc. $980,000.00 20 HIS Constructors, Inc. $1,112,862.75 21 Calumet Civil Contractors Inc. $1,194,000.00 22 Rieth-Riley Construction. Inc $1,264,785.00 23 Midwest Paving $1,266,569.69 24 Beaty Construction, Inc. $1,300,765.00 25 E&B Paving LLC $1,396,969.82 26 Yarberry Companies, Inc. $1,667,862.00 27 Millennium Contractors, LLC $1,742,470.00 28 Bid Quotes for On Call Towing Services Carmel Police Department; Board Member Potasnik 29 read them aloud: 30 Benjamin Legge, Corporation Counsel briefly speaks that we this was a request for quotes and 31 we used OpenGov. This request for quotes should not have come here to the Board but the 32 verbiage was incorrect on the Quotes, We request that this item be added on and the quotes be 33 read aloud. Board Member Potasnik moved to add-on the Bid Opening. Board Member Barlow 34 seconded. Add-On approved 3-0. 35 Contractor Bid 36 Zionsville Towing & Recovery, LLC $1,560.00 37 Prestige Towing $2,797.00 38 Miller’s Towing and Transport $3,823.00 39 Intersate Delaware & South Inc $27,153.00 40 Paddack Wrecker Service, Inc, $57,218.00 41 CONTRACTS 42 43 Request for Agreement of Professional Services; CTI Construction, LLC; ($266,130.00); 24-CFD-44 03 Station 42, 45, and 46 Renovations; Board Member Potasnik moved to approve. Board Member 45 Barlow seconded. Request approved 3-0 46 Request for Agreement of Professional Services; DLZ Indiana, LLC; ($170,575.00); 24-CFD-03 47 Station 45 Remodel; Board Member Barlow moved to approve. Board Member Potasnik seconded. 48 Request approved 3-0 49 Request for Agreement of Professional Services; The Etica Group, Inc.; ($189,000.00); 24-CFD-50 03 Station 42 and 46 Renovation; Board Member Potasnik moved to approve. Board Member 51 Barlow seconded. Request approved 3-0 52 Request for Purchase of Goods and Services; William Charles Construction; ($2,925.00); 23-04 53 Auman-Neward Sidewalk and Drainage; CO # 1; Board Member Potasnik moved to approve. 54 Board Member Barlow seconded. Request approved 3-0 55 Request for Purchase of Goods and Services; Rieth-Riley Construction Co., Inc; ($500,726.08); 56 20-ENG-03 3rd Avenue SW Reconstruction Autumn to 2nd Street; CO #2; Board Member Barlow 57 moved to approve. Board Member Potasnik seconded. Request approved 3-0 58 Request for Purchase of Goods and Services; Preload, LLC; (-$130,942.00); West Ground Storage 59 Tank; CO #2; Board Member Potasnik moved to approve. Board Member Barlow moved to 60 approve. Board Member Potasnik seconded. Request approved 3-0 61 62 63 64 65 66 67 REQUEST TO USE CITY STREETS/PROPERTY 68 69 Request to Use/Close City Streets; Special Request to Use Electricity; Awning Recover; September 70 24, 2025; 8:00 AM to 5:00 PM; Board Member Potasnik moved to approve. Board Member 71 Barlow seconded. Request approved 3-0 72 Request to Use Civic Square Fountain Area, Civic Square Gazebo and Lawn and to Use/Close 73 City Streets; Special Request to Use Electricity and Fountain Restrooms; EidFest.; May 30, 2026; 74 3:00 PM to 9:00 PM; Board Member Barlow moved to approve. Board Member Potasnik 75 seconded. Request approved 3-0 76 Request to Use Midtown Plaza and Use/Close City Streets; Window Cling Installation for World 77 Aquatics Event; September 16, 2025; 8:00 AM to 5:00 PM; Board Member Potasnik moved to 78 approve. Board Member Barlow seconded. Request approved 3-0 79 OTHER 80 81 Request for Dedication and Deed of Right of Way; 100 Woodland Lane; Board Member Potasnik 82 moved to approve. Board Member Barlow seconded. Request approved 3-0 83 Request for Dedication and Deed of Right of Way; 931 W 136th Street; Board Member Potasnik 84 moved to approve. Board Member Barlow seconded. Request approved 3-0 85 Request for Stormwater Quality Management Easement; 931 W 136th Street; Board Member 86 Potasnik moved to approve. Board Member Barlow seconded. Request approved 3-0 87 Request for Stormwater Technical Standards Waiver; 331 W Main Street; Board Member Potasnik 88 moved to approve. Board Member Barlow seconded. Request approved 3-0 89 Request for Utility Easement; 116th Street and AAA Way Roundabout; Board Member Potasnik 90 moved to approve. Board Member Barlow seconded. Request approved 3-0 91 Request for Utility Easement; 106th Street and Westfield Boulevard Roundabout; Parcel #1; Board 92 Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 3-0 93 Request for Utility Easement; 106th Street and Westfield Boulevard Roundabout; Parcel #2; Board 94 Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 3-0 95 96 97 ADD-ONS 98 Board Member Potasnik moved to add-on an item. Board Member Barlow seconded. Add-On 99 approved 3-0. 100 Resolution BPW 08-20-25-01; Resolution of the City of Carmel Board of Public Works and 101 Safety Declaring the Center of Roundabouts as Nonpublic Spaces; Prohibits Public 102 Access/Congregation in or on a Roundabout; Benjamin Legge, Corporation Counsel briefly 103 speaks; This item prohibits public access/congregation in or on a roundabout’s raised central 104 island. We apologize for the short notice. The City needs to address emerging situations where 105 people are crossing the roadway to enter a roundabout’s central island, an area never intended 106 to be accessible to the public. This Resolution will aid officers as they attempt to educate 107 pedestrians about the accessible areas of a roundabout and proper pedestrian navigation. Board 108 Member Potasnik moved to approve. Board Member Campbell seconded. Resolution approved 109 3-0. 110 111 112 ADJOURNMENT 113 Chairwomen Campbell adjourned the meeting at 10:25 AM. 114 APPROVED: ____________________________________ 115 Jacob Quinn – City Clerk 116 117 118 _____________________________________ 119 Chairwoman Laura Campbell 120 121 122 ATTEST: 123 __________________________________ 124 Jacob Quinn – City Clerk 125 126 CzBmmjtpoMzodi.NdHsbuibu3;59qn-Bvh37-3136 Wireless Networking Solutions, Inc. Carmel Clay Parks & Recreation Department - 2025 Appropriation #1115 0 43-509.00 Capital Lease Fund; P.O.#118156 Contract Not To Exceed $102,339.00 particular purpose. 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same Effective Date”), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City’s property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor’s sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor’s warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers’ compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor’s agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled 2 Wireless Networking Solutions, Inc. Carmel Clay Parks & Recreation Department - 2025 Appropriation #1115 0 43-509.00 Capital Lease Fund; P.O.#118156 Contract Not To Exceed $102,339.00 without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor’s provision of Goods and Services pursuant to or under this Agreement or Vendor’s use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor’s agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor’s performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the “Indiana E-Verify Law”), Vendor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that itis enrolled and participating in the E-Verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E- Verify Law. The requirements of this paragraph shall not apply should the E-Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement 3 Wireless Networking Solutions, Inc. Carmel Clay Parks & Recreation Department - 2025 Appropriation #1115 0 43-509.00 Capital Lease Fund; P.O.#118156 Contract Not To Exceed $102,339.00 shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City’s prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND City of Carmel CCPR Department Office of Corporation Counsel th1411E116 Street One Civic Square Carmel, Indiana 46032 Carmel, Indiana 46032 If to Vendor: Wireless Networking Solutions, Inc. 4701 Dale Drive Lafayette, Indiana 47905 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 4 Wireless Networking Solutions, Inc. Carmel Clay Parks & Recreation Department - 2025 Appropriation #1115 0 43-509.00 Capital Lease Fund; P.O.#118156 Contract Not To Exceed $102,339.00 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES: Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor’s time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City’s authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM: Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through the satisfactory completion of services and/or delivery and acceptance of goods contracted for herein. 23. HEADINGS: All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT: The parties, and their respective officers, officials, agents, partners, successors, assigns and legal 5 Wireless Networking Solutions, Inc. Carmel Clay Parks & Recreation Department - 2025 Appropriation #1115 0 43-509.00 Capital Lease Fund; P.O.#118156 Contract Not To Exceed $102,339.00 representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES: This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. DEBARMENT AND SUSPENSION: 26.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term “principal” for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Vendor. 26.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City’s request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. 27. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. 28. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 29. ACCESS TO PUBLIC RECORDS ACT: Vendor understands and agrees that any “public record”, as the term is defined in Indiana Code 5- 14-3-2(m), as amended, that is related to the subject matter of the Contract, whether the same is in the possession or control of Vendor or City, shall be subject to release under and pursuant to the provisions of Indiana’s Access to Public Records Act, as codified in Indiana Code 5-14-3-1, et seq., as amended. 30. SUSPENSION OF SERVICES: A. Suspension due to security or integrity threats. Vendor agrees to provide at least twelve (12) hours notice to the City if any suspension of services or good deliveries will be necessary due to a threat to the technical security or technical integrity of the services or delivery systems. B. Suspension due to payment dispute. If the Parties are having a billing or payment dispute, Vendor shall not suspend the services under the Agreements between the Parties until such disputes is 6 Wireless Networking Solutions, Inc. Carmel Clay Parks & Recreation Department - 2025 Appropriation #1115 0 43-509.00 Capital Lease Fund; P.O.#118156 Contract Not To Exceed $102,339.00 resolved or Agreements between the Parties are terminated. 31. DATA TRANSFER UPON TERMINATION: Upon termination of the Agreement, and if Vendor possesses any City digital data or electronic content (collectively “Customer Data and Content”), Vendor shall not delete and shall allow the City to download and export all such Customer Data and Content held in the services by Vendor for ninety 90) days following termination. 32. LIMITATION ON USE OF CUSTOMER DATA AND CONTENT: Vendor shall not use, disclose, sell, license, rent, or otherwise exploit Customer Data and Content for any commercial purposes, nor for any purpose beyond the scope of providing the services set forth in the Agreements between the Parties. All use of Customer Data and Content by Vendor must comply with all applicable federal, state, and local laws, rules, and regulations. 33. MARKETING: Any Vendor press-releases announcing the partnership between the Parties, shall be coordinated with the City’s marketing department. 34. DATA AND INFORMATION PROTECTION: A. Definitions. Capitalized terms used in this Section shall have the meanings set forth, below: Authorized Persons" means (i) the Vendor's employees; and (ii) the Vendor's subcontractors and agents who have a need to know or otherwise access Personal Information to enable the Vendor to perform its obligations under this Addendum and the Agreement, and who are bound in writing by confidentiality and other obligations sufficient to protect Personal Information in accordance with the terms and conditions of this Addendum and the Agreement. Highly Sensitive Personal Information" means an (i) individual's government-issued identification number (including Social Security number, driver's license number, or state-issued identification number); (ii) financial account number, credit card number, debit card number, or credit report information, with or without any required security code, access code, personal identification number, or password that would permit access to an individual's financial account; or (iii) biometric, genetic, health, medical, or medical insurance data. Personal Information" means information provided to the Vendor by or at the direction of the City, information which is created or obtained by the Vendor on behalf of the City, or information to which access was provided to the Vendor by or at the direction of the City, in the course of the Vendor's performance under this Addendum and the Agreement that: (i) identifies or can be used to identify an individual (including, without limitation, names, signatures, addresses, telephone numbers, email addresses, and other unique identifiers); or (ii) can be used to authenticate an individual (including, without limitation, employee identification numbers, government-issued identification numbers, passwords or PINs, user identification and account access credentials or passwords, financial account numbers, credit report information, student information, biometric, health, genetic, medical, or medical insurance data, answers to security questions, and other personal identifiers), in case of both subclauses (i) and (ii), including, without limitation, all Highly Sensitive Personal Information. 7 Wireless Networking Solutions, Inc. Carmel Clay Parks & Recreation Department - 2025 Appropriation #1115 0 43-509.00 Capital Lease Fund; P.O.#118156 Contract Not To Exceed $102,339.00 Security Breach" means (i) any act or omission that compromises either the security, confidentiality, or integrity of Personal Information or the physical, technical, administrative, or organizational safeguards put in place by the Vendor or any Authorized Persons, or by the City should the Vendor have access to the City's systems, that relate to the protection of the security, confidentiality, or integrity of Personal Information, or (ii) receipt of a complaint in relation to the privacy and data security practices of the Vendor or any Authorized Persons or a breach or alleged breach of this Addendum and/or Agreement relating to such privacy and data security practices. Without limiting the foregoing, a compromise shall include any unauthorized access to or disclosure or acquisition of Personal Information. B. Standard of Care. i. Vendor acknowledges and agrees that, during the term of the Agreement, Vendor may create, receive, or have access to Personal Information. For any Personal Information, Vendor shall comply with this Section in its creation, collection, receipt, transmission, storage, disposal, use, and disclosure of such Personal Information and be responsible for any unauthorized creation, collection, receipt, transmission, access, storage, disposal, use, or disclosure of Personal Information under its control or in its possession by all Authorized Persons. Vendor shall be responsible for, and remain liable to, the City for the actions and omissions of all Authorized Persons concerning the treatment of Personal Information. ii. Personal Information is deemed to be Confidential Information of the City and is not Confidential Information of Vendor. iii. Vendor agrees and covenants that it shall: a. Keep and maintain all Personal Information in strict confidence, using such degree of care as is appropriate to avoid unauthorized access, use, or disclosure; b. Not create, collect, receive, access, or use Personal Information in violation of law; c. Use and disclose Personal Information solely and exclusively for the purposes for which the Personal Information, or access to it, is provided pursuant to the terms and conditions of this Addendum and the Agreement, and not use, sell, rent, transfer, distribute, or otherwise disclose or make available Personal Information for Vendor's own purposes or for the benefit of anyone other than the City, in each case, without the City's prior written consent; and d. Not directly or indirectly, disclose Personal Information to any person other than Authorized Persons, without the City's prior written consent. iv. Vendor shall implement and maintain a written information security program, including appropriate policies, procedures, and risk assessments. v. At a minimum, Vendor's safeguards for the protection of Personal Information shall include: a. Limiting access of Personal Information to Authorized Persons; 8 Company Name Department - 2025 Appropriation # Fund; P.O. # Contract Not To Exceed $ b. Securing business facilities, data centers, paper files, servers, backup systems, and computing equipment, including, but not limited to, all mobile devices and other equipment with information storage capability; c. Implementing network, application, database, and platform security; (iv) securing information transmission, storage, and disposal; d. Implementing authentication and access controls within media, applications, operating systems, and equipment; e. Encrypting Highly Sensitive Personal Information stored on any media; f. Encrypting Highly Sensitive Personal Information transmitted over public or wireless networks; g. Strictly segregating Personal Information from information of Vendor or its other customers so that Personal Information is not commingled with any other types of information; h. Conducting risk assessments, penetration testing, and vulnerability scans and promptly implementing, at Vendor's sole cost and expense, a corrective action plan to correct any issues that are reported as a result of the testing; i. Implementing appropriate personnel security and integrity procedures and practices, including, but not limited to, conducting background checks consistent with applicable law; and j. Providing appropriate privacy and information security training to Authorized Persons. C. Security Breach. If Security Breach occurs that affects Vendor’s obligations to the City under the Agreements between the Parties, or Personal or Confidential Information, Vendor shall: i. Notify the City of a Security Breach as soon as practicable, but no later than forty-eight (48) hours after the Vendor becomes aware of it; ii. At its own expense, use best efforts to immediately contain and remedy any Security Breach and prevent any further Security Breach, including, but not limited to taking any and all action necessary to comply with applicable privacy rights, laws, regulations, and standards. Vendor shall reimburse the City for all actual costs incurred by the City in responding to, and mitigating damages caused by any Security Breach, including all costs of notice and/or remediation; iii. Maintain and preserve all documents, records, and other data related to any Security Breach; iv. Fully cooperate, at its own expense, with the City in any litigation, investigation, or other action deemed necessary by the City to protect its rights relating to the use, disclosure, protection, and maintenance of Personal or Confidential Information. D. Cyber Liability Insurance. Vendor shall maintain cyber liability insurance coverage of not less than 1,000,000 each claim and annual aggregate providing coverage for damages and claims expenses, including notification expenses, arising from (1) breach of network security, (2) alteration, corruption, destruction or deletion of information stored or processed on a computer system, (3) invasion of privacy, including identity theft and unauthorized transmission or publication of personal information, (4) unauthorized access and use of computer systems, including hackers, (5) the transmission of malicious 9 Company Name Department - 2025 Appropriation # Fund; P.O. # Contract Not To Exceed $ 35. code, and (6) website content, including claims of libel, slander, trade libel, defamation, infringement of copyright, trademark and trade dress and invasion of privacy. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: Laura Campbell, Presiding Officer Date: James Barlow, Member Date: Alan Potasnik, Member Date: ATTEST: Wireless Networking Solutions, Inc. By:QlfaAuthorizedSignature ieyPrintedName Tresidest Title FIDITIN: 35-2077347 Date: 08-25-2025 Jacob Quinn, Clerk Date: 10 Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Person Providing Date Goods/Services Goods/ Service Provided Signature Printed Name EXHIBIT B Invoice Goods/Services Provided Describe each good/service separately and in detail) GRAND TOTAL Date: Goods Cost Per Item Services Hourly Total Rate/ Hours Worked EXHIBIT C INSURANCE COVERAGES Worker’s Compensation & Disability Statutory Limits Employer’s Liability: Bodily Injury by Accident/Disease: $500,000 each employee Bodily Injury by Accident/Disease: $500,000 each accident Bodily Injury by Accident/Disease: $1,000,000 policy limit Commercial General Liability (Occurrence Basis), Bodily Injury, Personal Injury, Property Damage, Contractual Liability, Products – Completed Operations: General Aggregate Limit (other than Products/Completed Operations): $2,000,000 Products/Completed Operations: $1,000,000 Personal & Advertising Injury Limit: $500,000 Each Occurrence Limit: $1,000,000 Damage to Premises: $100,000 each occurrence Fire Damage (any one fire): $250,000 each occurrence Medical Expense Limit (any one person): $10,000 Auto Liability (owned, hired, and non-owned) Bodily Single Limit: $1,000,000 each accident Injury and Property Damage: $1,000,000 each accident Policy Limit: $1,000,000 Umbrella/Excess Liability Each Occurrence: $1,000,000 Aggregate: $1,000,000 Maximum Deductible: $10,000 Jessica Moss EXHIBIT D AFFIDAVIT being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein hav been employedbyWirelessNitworkingsoluhims (the "Employer") e ain r H Nragr 3. I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E-Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH N. EXECUTED on the 216 day or August 2025 iaMinessiaMossPrinted: I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. Joyia. n Printed:Jessica Moss RESOLUTION NO. BPW 09-03-25-01 RESOLUTION OF THE CITY OF CARMEL BOARD OF PUBLIC WORKS AND SAFETY ACKNOWLEDGING AND RATIFYING AGREEMENT BETWEEN CITY AND VENDOR WHEREAS, pursuant to Indiana Code 36-1-4-7, the City of Carmel, Indiana (“City”), is authorized to enter into contracts; and WHEREAS, the Department of Community Services (“DOCS”) Director entered into acontract on behalf of the City that, due to the multi-year payment structure, exceeded his signatory authority; and WHEREAS, DOCS now wishes to present the contract to the City’sBoard of Public Works and Safety for it to be publicly acknowledged, ratified, and filed in the Clerk’sOffice, and made available to the public for review. NOW, THEREFORE, BE IT RESOLVED by the City of Carmel Board of Public Works and Safety as follows: 1. The foregoing Recitals are incorporated herein by this reference. 2. The receipt of the Contract is hereby acknowledged and ratified. 3. The Contract shall be promptly filed in the office of the Clerk and thereafter made available to the public for review. SO RESOLVED this day of , 2025. CITY OF CARMEL, INDIANA By and through its Board of Public Works and Safety BY: Laura Campbell, Presiding Officer Date: James Barlow, Member Date: Alan Potasnik, Member Date: ATTEST: Jacob Quinn, Clerk Date: Engineering Resources, Inc. Engineering Department – 2025 Appropriation #2200 202 43-509.00 Local Road & Street Fund; P.O. #118148 Contract Not To Exceed $120,000.00 ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES THIS AMENDMENT TO THE AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) entered into by and between the City of Carmel and Engineering Resources, Inc. (the “Professional”), as City Contract dated June 4, 2025 shall amend the terms of the Agreement by adding the additional services to be provided by Professional consistent with the Scope of Work attached hereto and incorporated herein as Exhibit “A”. The terms and conditions of the Agreement shall not otherwise be affected by this Additional Services Amendment and shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment as follows: CITY OF CARMEL, INDIANA Engineering Resources, Inc. by and through its Board of Public Works and Safety By: By: Laura Campbell, Presiding Officer Authorized Signature Date: Printed Name James Barlow, Member Date: Title Alan Potasnik, Member FID/TIN: Date: ATTEST: Date: Jacob Quinn, Clerk Date: Kurt Heidenreich President 35-2006763 August 18, 2025 Page 1 of1INDIANARETAILTAXEXEMPT PURCHASE ORDERNUMBERCERTIFICATENO. 003120155 0020CityofCarmel FEDERAL EXCISE TAX EXEMPT 118148 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A/PONECIVICSQUARE VOUCHER, DELIVERY MEMO, PACKING SLIPS, CARMEL, INDIANA 46032-2584 SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION Professional Services Agreement - 09/04/24 - ASA 2 - 25.048/14/2025377973 ENGINEERING RESOURCES INC City Engineering's Office VENDORSHIP4175NEWVISIONDRIVE 1 Civic Square TO Carmel, IN 46032- FORT WAYNE, IN 46845 - Laurie Slick PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 103848 QUANTITYUNIT OF MEASUREDESCRIPTIONUNIT PRICEEXTENSION Department:Fund: 2200202Local Road & Street Fund Account: 43-509.00 Each1ASA 2 - 25-04 - On-Call - As-Needed Professional Services$120,000.00$120,000.00 Sub Total 120,000.00 Send Invoice To: City Engineering's Office Laurie Slick 1 Civic Square Carmel, IN 46032- PLEASE INVOICE IN DUPLICATE DEPARTMENTACCOUNTPROJECTPROJECT ACCOUNTAMOUNT 120,000.00PAYMENT A/PVOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADEASHIPPINGINSTRUCTIONSPARTOFTHEVOUCHERANDEVERYINVOICEANDVOUCHERHASTHEPROPERSWORN SHIP PREPAID. AFFIDAVIT ATTACHED. IHEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN C.O.D. SHIPMENT CANNOT BE ACCEPTED.THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 ORDEREDBYANDACTSAMENDATORYTHEREOFANDSUPPLEMENTTHERETO. Bradley PeaseZac Jackson TITLEDirectorCFO CONTROL NO. 118148 CzTfshfzHsfdivlijobu9;5:bn-Bvh36-3136 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 3.3 Final Payment. Final payment, constituting the entire unpaid balance of the Contract Price, including any retainage, shall be paid by City to Contractor within ninety-one (91) days after it has become due and payable. Final payment to Contractor shall not become due and payable until and unless all Goods and Services are delivered, and all Work for the Project is otherwise fully completed and performed in accordance with the Contract Documents and is satisfactory to and approved by City. 3.4 Effect of Final Payment. The making of final payment shall constitute a waiver of Claims by City except those arising from: a. Liens, claims, security interests or encumbrances arising out of the Contract and unsettled; b. Failure of the Work to comply with the requirements of the Contract Documents; c. Terms of special warranties required by the Contract Documents; d. Claims previously made in writing and remaining unsettled as of the date of final payment; e. Claims by City attributable to defective work or prior corrective work, appearing after final inspection; f. Failure of the Work to comply with the requirements of the Contract Documents; g. City claims and other rights arising under the terms of any general or special warranties, guarantees or maintenance bonds specified by the Contract Documents or arising thereunder; and h. City claims and other rights with respect to Contractor’s and Surety’s continuing obligations under the Contract and the Contract Document. 3.5 Acceptance by Contractor of any sum tendered by City as final payment shall constitute a waiver of all claims by Contractor with respect to this Agreement, except those claims authorized by this Agreement, previously made in writing and submitted in a timely manner, and specifically identified and reserved by Contractor as unresolved in the application for final payment. 4. CONTRACT DOCUMENTS: 4.1 Scope of Work. Contractor agrees to provide all labor, goods, material, shipping, receiving, supervision, services, supplies, machinery, equipment, storage and any necessary rigging as required for the Project as set forth in the attached Exhibit “A” and any references, addenda and/or attachments thereto, Project Manual (if applicable), City of Carmel General Conditions, City of Carmel Supplementary Conditions, and all applicable Drawings and Specifications (collectively Contract Documents”), all of such Contract Documents are fully incorporated herein. Contractor acknowledges that all referenced Contract Documents are a part of this Agreement. 4.2 Contractor Site and Document Review. Contractor acknowledges that it has had an adequate opportunity to examine sufficiently to its satisfaction the site of the Work and to review and/or obtain copies of the Contract Documents and to become fully familiar with them, and that it shall not be excused from any conditions existing and detectable at the site or any provisions set forth in the Contract Documents due to any lack of knowledge or understanding of the existence or contents thereof at the time of executing this Agreement. Contractor acknowledges the Contract Documents to be suitable for Contractor’s Work and sufficient for their intended purpose, and agrees to perform the Work and to complete the same for the Contract Price and within the Project timeline, in full and strict accordance with the Contract Documents and to City’s satisfaction, and that it will perform the Work so as not to violate any term, covenant or condition of the Contract Documents or applicable codes and laws. 2 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 4.3 All Drawings, Specifications and other items defined herein as Contract Documents that have been prepared for the Project and furnished to Contractor by or on behalf of City or other third party are without any representation or warranty by the City as to the acceptability, accuracy or suitability thereof for the Work. City makes no representation or warranty to Contractor concerning the acceptability, accuracy or completeness of the Contract Documents or other information and data prepared by persons other than City, and accordingly, City shall have no liability to Contractor with respect to any patent or latent defects, deficiencies, errors and omissions therein. 4.4 Contractor represents that it has reviewed the Contract Documents, visited the site and provided City with written notice of any concerns or necessary clarifications resulting from these reviews and investigations prior to submitting its proposal or bid to City and executing this Agreement. Contractor waives the right to request and increase in the Contract Price or extension of the Project completion deadline as a result of its failure to raise such concerns or clarifications with City. 4.5 Intent of the Contract Documents. The Contract Documents shall be deemed to include and require all items and aspects of labor, material, equipment, services and transportation incidental to or necessary for the proper and efficient execution and completion of the Work as it relates to the Project. The Contract Documents are complementary, and what is required by any one document shall be as binding as if required by all. Work not specifically covered in the Contract Documents or which is subject to question and interpretation because of conflicts, duplications or ambiguities may, at City's option, be required of Contractor if it is consistent therewith and is reasonably inferable therefrom as being necessary to produce the results intended by this Agreement. As such, any part of the Work shown on Drawings but not specifically mentioned in the Specifications or vice versa shall be considered as part of the Work, the same as though included in both. 4.6 Shop Drawings and Submittals. Contractor shall submit shop drawings, product data, samples and similar submittals required by the Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of other contractors or subcontractors. If Contractor shall make changes in design, including dimensional changes, either through shop drawings or actual field work, it shall accept the responsibility for the structural and functional adequacy of such changes and their acceptance by City or Project’s architect. Any structural or functional inadequacies which may develop because of such changes shall be remedied by Contractor unless such change is specifically included in a change order. 4.7 Taxes. As a public, municipal entity, the City of Carmel, and its various departments, are exempt from sales and compensating use taxes on all tangible personal property (materials, equipment and components) pursuant to the law of the State of Indiana. Contractor shall not include any charges representing such taxes on any invoices hereunder. Contractor shall be responsible for all franchise fees and taxes of any kind whatsoever. 5. WARRANTY: 5.1 In addition to all warranties required by Contract Documents, Contractor expressly warrants that the Goods and Services/the Work covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Contractor by City and/or by Contractor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services/the Work will be delivered and/or performed in a timely, good and workmanlike manner and free from defect. Contractor acknowledges that it knows of City’s intended use and expressly warrants that the Goods and Services provided to City pursuant to this 3 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 Agreement have been selected by Contractor based upon City’s stated use and are fit and sufficient for their particular purpose. 5.2 Further, Contractor warrants to City that materials and equipment furnished under the Contract Documents will be of the best quality and new unless the Contract Documents require or permit otherwise. The performance of the Work shall not limit, void or otherwise compromise or diminish any equipment or manufacturer warranty that is to be issued under the Contract Documents. Goods, Work, materials, or equipment not conforming to these requirements may be considered defective. Contractor’s warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the City, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 5.3 Contractor shall, at its sole expense, promptly and properly repair, replace or otherwise correct any Work that is (i) rejected by City or Architect, or (ii) known, observed or discovered at any time by Contractor, City or Architect to be defective or failing to conform to the Contract Documents and shall pay City for all expenses incurred in any delay caused by remedying defective or otherwise nonconforming Work. 5.4 If within two (2) years after final completion of the Project, or such longer period as established with respect to Contractor’s obligations under the Contract Documents, the Work or any portion thereof is found to be not in accordance with the requirements of the Contract Documents, Contractor shall correct it promptly after receipt of written notice from City to do so. Contractor’s obligations under this Section shall survive completion and acceptance of the Work and Project and termination of the Agreement. 5.5 Any and all warranties which are available on any material or equipment or other service which is part of the Work will be provided to City at no additional cost. Upon completion of the Work, Contractor shall assign to City all warranties obtained or obtainable by Contractor from manufacturers and suppliers of equipment and materials incorporated into the Work by written instrument of assignment in a form acceptable to City. Contractor shall furnish City with copies of all warranties, guarantees, operating manuals relative to equipment installed, and a complete set of reproducible drawings with all field changes noted on them relating to the improvements constructed under the Contract. The assignment of such manufacturer and supplier warranties shall not relieve Contractor of any of its own warranty obligations under this Article, which shall remain in full force and effect. 5.6 Notwithstanding anything to the contrary contained in Contract Documents with respect to warranties, it is understood and agreed that the foregoing warranties and guarantees shall not affect, limit or impair City's right against Contractor with regard to latent defects in the Work which do not appear within the applicable warranty period following acceptance of the Work and which could not, by the exercise of reasonable care and due diligence, be ascertained or discovered by City within such warranty period. Contractor shall be and remain liable and responsible to correct and cure any such latent defects which are reported to Contractor by City in writing within ninety (90) days after such latent defect first appears or could, by the exercise of reasonable care and due diligence, be ascertained or discovered by City. City’s warranty rights and remedies with respect to latent defects shall remain in full force and effect and for the same duration as with any other warranty provided in this Article or otherwise available or prescribed by law. 4 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 6. TIME AND PERFORMANCE: 6.1 This Agreement shall become effective as of the last date on which a party hereto executes same Effective Date”), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6.2 Contractor shall continuously monitor the construction schedule and advise City on a regular basis of the status of Contractor’s progress with respect to such schedule at any time City’s representative requests Contractor to do so, including the furnishing of information on the status of shop drawings, samples, submittals and materials, machinery or equipment which may be in the course of preparation of manufacture. 6.3 If, in the opinion of City, Contractor is behind schedule in the performance of the Work or is failing, without cause, to maintain progress of the Work or to conform to the general progress of all work for the Project, Contractor agrees that it shall, at its own expense, perform such overtime work, use extra labor, and undertake all other means necessary to bring the Work back on schedule. 6.4 If there are any conflicting times or durations for action, submissions, notices or responses thereto by Contractor between or among the Contract Documents, the controlling time or duration for such action, submissions, notices or responses thereto by Contractor shall be the earlier of such times and shorter of such durations, unless City expressly agrees in writing otherwise. 7. MEANS AND METHODS: Contractor is responsible for the means, methods, techniques, sequences or procedures, and safety precautions and programs in connection with provision of Goods and Services and related work under the Contract Documents. At all times during performance of the Work, Contractor shall maintain and designate to City adequate, experienced and cooperative supervisory personnel, including a full-time on-site project manager or superintendent if required by Contract Document or federal, state or local laws, rules and regulations. City shall not have control over or charge of, and shall not be responsible for, means, methods, techniques, sequences or procedures, or for the safety precautions and programs in connection with the performance of the Work by Contractor and shall not be responsible for any omission or failure on the part of the Contractor to properly perform its obligations. Contractor shall be responsible to City for Contractor’s negligent acts or omissions or failure to perform. 8. DISCLOSURE AND WARNINGS: If requested by City, Contractor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Contractor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 9. PROTECTION OF WORK: Contractor shall at its own expense take all necessary precautions to protect the work of other trades from any damage caused by Contractor’s operations, and watch over, care for and protect from damage or injury by any cause whatsoever, all of Contractor’s Work, complete or otherwise, and all of its materials, supplies, tools, machinery and equipment at or near the Project. 5 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 10. SUBCONTRACTS: By appropriate agreement, written where legally required for validity, Contractor shall require each subcontractor, to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by terms of the Contract Documents, and to assume toward Contractor all the obligations and responsibilities, including the responsibility for safety of Contractor’s Work, which Contractor, by these Contract Documents, assumes toward City. Each subcontract agreement shall preserve and protect the rights of City under the Contract Documents with respect to the Work to be performed by subcontractor so that contracting thereof will not prejudice such rights, and shall allow to subcontractor, unless specifically provided otherwise in the contract agreement, the benefit of all rights, remedies and redress against Contractor that Contractor, by the Contract Documents, has against City. Where appropriate, Contractor shall require each subcontractor to enter into similar agreements with its subcontractors. 11. LIENS: Contractor shall not cause or permit the filing of any lien on any of City’s property. In the event any such lien is filed and Contractor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Contractor’s sole cost and expense. 12. DEFAULT: In the event Contractor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Contractor’s warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to 1) terminate all or any parts of this Agreement, without liability to Contractor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 13. INSURANCE AND INDEMNIFICATION: 13.1 Contractor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Contractor from all claims for damages under any workers’ compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Contractor’s agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Contractor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Contractor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Contractor’s provision of Goods and Services pursuant to or under this Agreement or Contractor’s use of City property. 13.2 Notwithstanding any other provision of this Agreement to the contrary, should any policy required by the Contract Documents be canceled or otherwise terminated before the completion of the Work hereunder, Contractor shall exert all reasonable efforts to procure and maintain in force similar insurance from insurers 6 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 satisfactory to City and provide certificates of such insurance to City upon its written request. Should Contractor fail or neglect to provide the required insurance, or allow any required coverage to lapse, City shall have the right, but not the duty, to provide such insurance and deduct the cost thereof from any money due to Contractor any and all premiums paid by City for and on account of said insurance. The policy or policies, and each certificate of insurance, shall further provide that the insurance will not be cancelled by the Insurer or the limits of liability reduced by endorsement prior to at least thirty (30) days after written notice by certified mail of such cancellation or change has been provided by the respective insurer to City. No less than fourteen (14) days prior to the expiration, cancellation or termination of any such policy, Contractor shall supply City with a new and replacement Certificate of Insurance and Additional Insured endorsement as proof of renewal of the original policy and coverage, with such new or replacement policy and endorsements in the same manner and for the same coverage and amounts in favor of City as set forth in this Paragraph. 13.3 Indemnity. To the fullest extent permitted by law, Contractor shall indemnify, hold harmless and defend City and all of its officers, directors and employees, from and against all claims, suits, demands, causes of action, damages, losses, costs and expenses, including reasonable attorney's and Contractor’s fees and expenses, but only to the extent caused by Contractor’s negligent performance of the Work under this Agreement, or occasioned by any breach or nonperformance of its terms, provided that any such claim, suit, demand, cause of action, damage, loss, cost, fees or expense: (a) is attributable to bodily injury, sickness, disease or death, or patent infringement, or injury to or destruction of tangible or real property, including the loss of use thereof and consequential damages resulting therefrom, or is attributable to damages from economic harm or loss; and (b) is caused in whole or in part by any negligent act or omission, wrongful act, or other breach of duty of Contractor or anyone directly or indirectly employed by it or anyone for whose acts it may be liable, regardless of whether such claim, suit, damage, loss, cost or expense is caused in part by any joint, several or comparative, but not sole, negligent act or omission, of City. 13.4 The foregoing obligations of Contractor shall not be affected or limited in any way by any insurance required of or provided to Contractor under the Agreement. The indemnification and hold harmless obligations as provided herein shall not negate, abridge or otherwise reduce any other right and remedy of City or obligation of indemnity by Contractor which would otherwise exist in favor of City under this Agreement. 14. GOVERNMENT COMPLIANCE: Contractor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Contractor’s performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Contractor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 15. NONDISCRIMINATION: Contractor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 7 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 16. E-VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the “Indiana E-Verify Law”), Contractor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Contractor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Contractor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Contractor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E-Verify program cease to exist. 17. OWNERSHIP AND USE OF DOCUMENTS: The Reports, Recommendations, Analyses, Surveys, Data, Calculations, Drawings, Schedules, Specifications and other documents prepared or employed by Contractor during the course of furnishing the Work to City under this Agreement shall be and become the property of the City, whether the Project is completed or not; accordingly, such materials may be used by the City for information and reference and in connection with City’s involvement on the Project. Such items and documents may also be used by City for completion of the Project or work with respect thereto by others if Contractor is in default under this Agreement, in which case Contractor shall provide City with reproducible copies of such reports, recommendations, analyses, surveys, data, calculations, drawings, schedules, specifications and other documents for such use but shall not be obligated to sign, certify or seal such copies. Contractor may utilize the name, images or descriptions of the Project in its promotional and marketing materials, except that it shall not utilize, publish or advertise any unique or distinctive components of the design, drawings or specifications for the Project in such promotional and marketing materials without first obtaining the written consent of City. Contractor will have no liability to City arising from City’s use or alteration of the above-referenced documents on any unrelated project. 18. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 19. NON-ASSIGNMENT: Contractor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City’s prior written consent. 20. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Contractor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Contractor under or pursuant to this Agreement. 21. GOVERNING LAW; CONFLICT RESOLUTION: 21.1 General. City and Contractor are fully committed to working with each other throughout the Project and agree to communicate regularly with each other at all times so as to avoid or minimize disputes 8 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 or disagreements. If disputes or disagreements do arise, City and Contractor each commit to resolving such disputes or disagreements in an amicable, professional and expeditious manner so as to avoid unnecessary losses, delays and disruptions to the Work. City and Contractor shall commence all claims and causes of action, whether in contract, tort, or otherwise, against the other arising out of or related to this Agreement within the period specified by applicable law, but if not otherwise specified by applicable law, within not more than ten (10) years after the date of Substantial Completion of the Work. All Contract Documents are to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. 21.2 Litigation. Claims, disputes and other matters in controversy arising out of or related to this Agreement, not otherwise resolved in accordance with the provisions above, the parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same, and any hearing, trial or conference shall take place in that locale, unless agreed to otherwise in writing by City and Contractor. City and Contractor consent to the choice of law, the choice of dispute resolution designated by them, venue as provided herein, and to personal jurisdiction over each of them as provided herein and waive any right to object to the exercise of personal jurisdiction by the court and to exclusive venue in this locale. Any award, judgment or agreement in settlement of a dispute concerning such matters and resulting from negotiations or litigation in which City and Contractor are parties or participants shall be as binding upon surety as though surety were named and joined in such proceeding, provided that Contractor has been given a reasonable opportunity to join, participate, assist or provide supporting evidence in the presentation of any claim, defense or other issue in controversy that is settled or resolved thereby. 21.3 Continuation of Work. Provided City continues to make payments of amounts not in dispute, no dispute under this Paragraph shall interfere with the progress of the Work, and Contractor shall proceed with furnishing the Work, including disputed performance, despite the existence of, and without awaiting the resolution of, any such dispute. The failure or refusal of Contractor to continue performing under such circumstances shall constitute a default under this Agreement. 21.4 Claims Against Third Parties. In any instance or proceeding whereby any claim, dispute or other matter in controversy between City and Contractor involves, arises from or gives rise to a similar claim, dispute or other matter in controversy as between City and another third-party, Contractor shall furnish and present to City non-privileged evidence, documentation and other information to support its claim, defense or other position with respect thereto. 21.5 Waiver of Consequential Damages. Contractor waives any claims against City for consequential damages arising out of or relating to this Agreement. This waiver includes damages incurred by Contractor for principal office expenses, including the compensation of personnel stationed there and other components of home office overhead, for losses of financing, business and reputation, for loss of management or employee productivity or of the services of such persons and for loss of profit except anticipated profit arising directly from the Work being performed hereunder. This waiver is applicable, without limitation, to all consequential damages due to either party’s termination in 9 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 accordance with this Agreement. 22. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 23. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND City of Carmel Engineering Department Office of Corporation Counsel One Civic Square One Civic Square Carmel, Indiana 46032 Carmel, Indiana 46032 If to Contractor: Morphey Construction, Inc. 1499 N Sherman Drive Indianapolis, Indiana 46201-1515 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 24. TERMINATION: 24.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Contractor, immediately terminate this Agreement for cause, in the event of a default hereunder by Contractor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Contractor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Contract Price amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 24.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Contractor. In the event of such termination, Contractor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Contract Price amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 25. REPRESENTATIONS AND AUTHORITY TO EXECUTE: The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 10 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 26. FINAL COMPLETION AND CLOSEOUT: In addition to any requirements for final completion and closeout listed in General and Supplementary Conditions, as a condition of final payment and Contract closeout, Contractor certifies or shall submit to City the following: a. Contractor certifies that payrolls, bills for materials and equipment, and other indebtedness connected with the Work, for which City or City’s property might be responsible or encumbered, less amounts withheld by the City) have been paid or otherwise satisfied; b. Any applicable Contractor guarantees and warranties; c. A certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect; d. Consent of surety, if any, to final payment; e. As-constructed record copy of the Contract Documents marked to indicate field changes and selections made during construction; f. If applicable, all manufacturer’s warranties, product data, testing and/or inspection results or reports, and maintenance and operations manuals; g. If required by City, other data establishing payment or satisfaction of obligations, such as receipts, or releases and waivers of liens, claims, security interests, or encumbrances, arising out of the Contract, to the extent and in such form as may be designated by City; h. Any other submittals required by the Contract Documents; and i. Satisfactory evidence that any claims or liens filed have been discharged or satisfied. If an architect, a consultant, or a subcontractor, or other person or entity providing services or work for the Contractor, refuses to furnish a release or waiver required by City, the Contractor may furnish a bond satisfactory to the City to indemnify City against such liens, claims, security interests, or encumbrances. If such liens, claims, security interests, or encumbrances remains unsatisfied after payments are made, the Contractor shall refund to City all money that City may be compelled to pay in discharging such liens, claims, security interests, or encumbrances, including all costs and reasonable attorney’s fees. 27. TERM: Unless otherwise terminated in accordance with the termination provisions under Contract Documents hereinabove, this Agreement shall be in effect from the Effective Date through satisfactory completion of the Work and delivery of all Goods and Services according to the established schedule. 28. HEADINGS: All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 29. BINDING EFFECT: The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 30. NO THIRD PARTY BENEFICIARIES: This Agreement gives no rights or benefits to anyone other than City and Contractor. 31. DEBARMENT AND SUSPENSION: 31.1 The Contractor certifies by entering into this Agreement that neither it nor its principals nor any of its 11 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term “principal” for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Contractor. 31.2 The Contractor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Contractor shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City’s request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. 32. PRIOR WORK: In the event that Contractor has delivered any Goods and Services and/or performed any of the Work under this Agreement prior to the date of this Agreement, pursuant to an authorization to proceed or verbal directive issued by City to Contractor or a letter of intent or verbal understanding entered into by and between City and Contractor, this Agreement and all of the terms and conditions thereof, including the payment obligations of City for such prior deliveries and/or performance, shall govern such prior deliveries and/or performance to the same extent as though they were performed or delivered after the date hereof, and any amounts that were earned by Contractor and paid by City to Contractor, or earned by Contractor and still to be paid by City to Contractor, for such other previously delivered Goods and Services or performed Work, shall be applied as a credit against Contractor’s overall compensation under this Agreement. 33. RIGHT TO ATTORNEY FEES: In the event City employs attorneys or incurs other expenses it may deem necessary to protect or enforce its rights under the Agreement where Contractor is in default or breach of the Agreement, or City otherwise is required to undertake performance of Contractor’s obligations hereunder because of Contractor’s failure or refusal to perform, Contractor agrees to pay the attorney fees, costs and expenses so incurred by City. Furthermore, wherever in the Agreement Contractor agrees to pay expenses incurred by City such expenses shall include, but are not limited to, attorney fees incurred by City. 34. DRUG FREE WORK SITE: Contractor and its employees shall comply with all provisions of the Drug Free Workplace Act of 1988 as amended. The unlawful manufacture, distribution, dispensation, possession or use of a controlled substance in the workplace is prohibited. Contractor is responsible for the development implementation, administration and enforcement of a formal substance abuse policy (“Substance Abuse Policy”) which, as, a minimum, meets the standards set forth by the City. 35. COMPLIANCE WITH IND. CODE § 5-16-13: To the extent that this Project and Agreement is subject to the requirements of Indiana Code § 5-16-13 et seq., which are incorporated by reference as if fully restated herein, Contractor shall comply with all applicable requirements set forth therein. 36. ACCESS TO PUBLIC RECORDS ACT: Contractor understands and agrees that any “public record”, as that term is defined in Indiana Code 5-14-3- 2(m), as amended, that is related to the subject matter of the Contract, whether the same is in the 12 Morphey Construction, Inc. Engineering Department - 2025 Appropriation #2200 0 44-628.71 2024 Bond Fund; P.O. #118180 Contract Not To Exceed $980,000.00 possession or control of Contractor or City, shall be subject to release under and pursuant to the provisions of Indiana’s Access to Public Records Act, as codified in Indiana Code 5-14-3-1, et seq., as amended. 37. COMPETING LAWS: As between inconsistent provisions among Federal, State and local laws, Contractor should generally comply with the more stringent requirement, unless a Federal law, rule or regulation requires that the affected Federal provision be observed, notwithstanding the existence of a more stringent applicable State or local requirement. 38. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Contractor shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. 39. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 40. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Contractor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. 13 Steven P. Milbourne Steven P. Milbourne President 35-2046222 8/22/25 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. Steven P. Milbourne Morphey Construction, Inc. President 25August22nd Steven P. Milbourne Steven P. Milbourne Steven P. Milbourne Steven P. Milbourne CzTfshfzHsfdivlijobu22;25bn-Bvh38-3136 The execution ofthis Agreement and the rendering of services prescribed by this Agreement do not change the independent status of H-GAC or the Contractor. No provision of this Agreement oract of H-GAC in performance of the Agreement shall be construed as making the Contractor the agent, servant oremployee ofH-GAC, the State of Texas or the United States Government. Employees ofthe Contractor are subject tothe exclusive control and supervision of the Contractor. The Contractor is solely responsible for employee related disputes and discrepancies, including employee payrolls and any claims arising therefrom. ARTICLE 5: ANTI-COMPETITIVE BEHAVIOR Contractor will not collude, in any manner, or engage in any practice which may restrict or eliminate competition or otherwise restrain trade. ARTICLE 6: SUSPENSION AND DEBARMENT Debarment and Suspension (Executive Orders 12549 and 12689) A contract award (2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory orregulatory authority other than Executive Order 12549. Pursuant to the Federal Rule above, Respondent certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency or by the State of Texas and at all times during the term of the Contract neither it nor its principals will be debarred, suspended, proposed for debarment, declared ineligible, orvoluntarily excluded from participation by any federal department or agency or by the State of Texas Respondent shall immediately provide the written notice to H-GAC if at any time the Respondent learns that this certification was erroneous when submitted orhas become erroneous by reason of changed circumstances. H-GAC may rely upon acertification of the Respondent that the Respondent is not debarred, suspended, ineligible, orvoluntarily excluded from the covered contract, unless the H-GAC knows the certification is erroneous. BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS (if subcontracts are to be let) H- goal is to assure that small and minority businesses, women'sbusiness enterprises, and labor surplus area firms are used when possible in providing services under acontract. In accordance with federal procurements requirements of 2CFR §200.321, if subcontracts are to be let, the prime contractor must take the affirmative steps listed below: 1. 2. they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller task or quantities topermit 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small 5. Using the services and assistance as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 6. Nothing in this provision will be construed to require the utilization of any firm that is either unqualified or unavailable. The Small Business Administration (SBA) is the primary reference and database for information on requirements related to Federal Subcontracting https://www.sba.gov/federal-contracting/contracting-guide/prime- subcontracting NOTE: The term DBE as used in this solicitation is understood to encompass all programs/business enterprises Page 2 of 13 such as: Small Disadvantaged Business (SDB), Historically Underutilized Business (HUB), Minority Owned Business Enterprise (MBE), Women Owned Business Enterprise (WBE) and Disabled Veteran Business Enterprise DVBE) or other designation as issued by acertifying agency. Contractor agrees to work with and assist HGACBuy customer in meeting any DBE targets and goals, as may be required by any rules, processes or programs they might have in place. Assistance may include compliance with reporting requirements, provision of documentation, consideration ofCertified/Listed subcontractors, provision of documented evidence that an active participatory role for aDBE entity was considered in aprocurement transaction, etc. ARTICLE 8: SCOPE OF SERVICES The services tobe performed by the Contractor are outlined in an Attachment tothis Agreement. ARTICLE 9: PERFORMANCE PERIOD This Agreement shall be performed during the period which begins May 01 2021 and ends Apr 30 2023. All services under this Agreement must be rendered within this performance period, unless directly specified under a written change or extension provisioned under Article 21, which shall be fully executed by both parties to this Agreement. ARTICLE 10: PAYMENT OR FUNDING Payment provisions under this Agreement are outlined in the Special Provisions. H-GAC will not pay for any expenses incurred prior to the execution date of acontract, or any expenses incurred after the termination date of the contract. ARTICLE 11: PAYMENT FOR WORK The H-GAC Customer is responsible for making payment to the Contractor upon delivery and acceptance of the goods or completion of the services and submission of the subsequent invoice. ARTICLE 12: PAYMENT TERMS/PRE-PAYMENT/QUANTITY DISOUNTS Ifdiscounts for accelerated payment, pre-payment, progress payment, orquantity discounts are offered, they must these terms isat the discretion ofthe Customer. ARTICLE 13: REPORTING REQUIREMENTS If the Contractor fails to submit to H-GAC in atimely and satisfactory manner any report required by this Agreement, orotherwise fails to satisfactorily render performances hereunder, H-GAC may terminate this agreement with notice as identified in Article 29 of these General Provisions. H-GAC has final determination of the adequacy of performance and reporting by Contractor. Termination of this agreement for failure to perform sability to participate in future opportunities with H-GAC. The Contractor'sfailure to timely submit any report may also be considered cause for termination of this Agreement. Any additional reporting requirements shall be set forth in the Special Provisions of this Agreement. ARTICLE 14: INSURANCE Contractor shall maintain insurance coverage for work performed or services rendered under this Agreement as outlined and defined in the attached Special Provisions. ARTICLE 15: SUBCONTRACTS AND ASSIGNMENTS Except as may be set forth in the Special Provisions, the Contractor agrees not to assign, transfer, convey, sublet or otherwise dispose of this Agreement or any right, title, obligation or interest it may have therein to any third party without prior written approval of H-GAC. The Contractor acknowledges that H-GAC is not liable to any subcontractor or assignee of the Contractor. The Contractor shall ensure that the performance rendered under all Page 3 of 13 subcontracts shall result in compliance with all the terms and provisions of this Agreement as if the performance rendered was rendered by the Contractor. Contractor shall give all required notices, and comply with all laws and regulations applicable to furnishing and performance of the work. Except where otherwise expressly required by applicable law or regulation, H-GAC shall not be responsible for monitoring Contractor'scompliance, or that of ARTICLE 16: AUDIT Notwithstanding any other audit requirement, H-GAC reserves the right to conduct or cause tobe conducted an independent audit of any transaction under this Agreement, such audit may be performed by the H-GAC local government audit staff, acertified public accountant firm, or other auditors designated by H-GAC and will be conducted in accordance with applicable professional standards and practices. The Contractor understands and agrees that the Contractor shall be liable to the H-GAC for any findings that result in monetary obligations to H- GAC. ARTICLE 17: TAX EXEMPT STATUS H-GAC and Customer members are either units of government orqualified non-profit agencies, and are generally exempt from Federal and State sales, excise or use taxes. Respondent must not include taxes in its Response. It is theresponsibility of Contractor to determine the applicability of any taxes to an order and act accordingly. Exemption certificates will be provided upon request. ARTICLE 18: EXAMINATION OF RECORDS The Contractor shall maintain during the course of the work complete and accurate records of all of the Contractor'scosts and documentation ofitems which are chargeable toH-GAC under this Agreement. H-GAC, through its staff or designated public accounting firm, the State ofTexas, and United States Government, shall have the right at any reasonable time to inspect, copy and audit those records on or off the premises by authorized representatives of its own or any public accounting firm selected by H-GAC. The right of access to records isnot limited to the required retention period, but shall last as long as the records are retained. Failure to provide access to records may be cause for termination of the Agreement. The records to be thus maintained and retained by the Contractor shall include (without limitation): (1) personnel and payroll records, including social security numbers and labor classifications, accounting for total time distribution of the Contractor'semployees working full or part time on the work, as well as cancelled payroll checks, signed receipts for payroll payments in cash, or other evidence ofdisbursement of payroll payments; (2) invoices for purchases, receiving and issuing documents, and all other unit inventory records for the Contractor'sstocks or capital items; and (3) paid invoices and cancelled checks for materials purchased and for subcontractors' and any other third parties' charges. Contractor agrees that H-GAC will have the right, with reasonable notice, to inspect its records pertaining to purchase orders processed and the accuracy of the fees payable to H-GAC. The Contractor further agrees that the examination of records outlined inthis article shall be included in all subcontractor or third-party agreements. ARTICLE 19: RETENTION OF RECORDS The Contractor and its subcontractors shall maintain all records pertinent to this Agreement, and all other financial, statistical, property, participant records, and supporting documentation for aperiod of no less than seven 7) years from the later of the date of acceptance of the final payment or until all audit findings have been resolved. If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the retention period, the records shall be retained until completion ofthe action and resolution of all issues which arise from it, or until the end of the seven (7) years, whichever is later, and until any outstanding litigation, audit, orclaim has been fully resolved. ARTICLE 20: DISTRIBUTORS, VENDORS, RESELLERS Contractor agrees and acknowledges that any such designations of distributors, vendors, resellers or the like are for the convenience of the Contractor only and the awarded Contractor will remain responsible and liable for all Page 4 of 13 obligations under the Contract and the performance of any designated distributor, vendor, reseller, etc. Contractor is also responsible for receiving and processing any Customer purchase order in accordance with the Contract and forwarding of the Purchase Order tothe designated distributor, vendor, reseller, etc. to complete the sale or service. H- after acontract is awarded. ARTICLE 21: CHANGE ORDERS AND AMENDMENTS A. Any alterations, additions, or deletions to the terms ofthis Agreement, which are required by changes in federal or state law or by regulations, are automatically incorporated without written amendment hereto, and shall become effective on the date designated by such law or by regulation. B. To ensure the legal and effective performance ofthis Agreement, both parties agree that any amendment that affects the performance under this Agreement must be mutually agreed upon and that all such amendments must be in writing. After aperiod of no less than 30 days subsequent to written notice, unless sooner implementation is required by law, such amendments shall have the effect of qualifying the terms of this Agreement and shall be binding upon the parties as if written herein. C. Customers have the right to issue achange order to any purchase orders issued to the Contractor for the purposes of clarification or inclusion of additional specifications, qualifications, conditions, etc. The change order must be in writing and agreed upon by Contractor and the Customer agency prior to issuance of any Change Order. A copy of the Change Order must be provided by the Contractor to, and acknowledged by, H-GAC. ARTICLE 22: CONTRACT ITEM CHANGES A. If amanufacturer discontinues acontracted item, that item will automatically be considered deleted from the contract with no penalty to Contractor. However, H-GAC may at its sole discretion elect to make a contract award to the next lowest Respondent for the item, or take any other action deemed by H-GAC, at its sole discretion, to be in the best interests of its Customers. B. If amanufacturer makes any kind of change in acontracted item which affects the contract price, Contractor must advise H-GAC of the details. H-GAC may allow or reject the change at its sole discretion. If the change is rejected, H-GAC will remove the item from its program and there will be no penalty to Contractor. However, H-GAC may at its sole discretion elect to make acontract award to the next lowest Respondent for the item, or take any other action deemed by H-GAC, at its sole discretion, to be inthe best interests ofits Customers. C. If amanufacturer makes any change in acontracted item which does not affect the contract price, Contractor shall advise H-GAC of the details. If the 'new' item is equal to orbetter than the originally contracted item, the 'new' item shall be approved as areplacement. Ifthe change is rejected H-GAC will remove the item from its program and there will be no penalty to Contractor. However, H-GAC may at its sole discretion elect to make acontract award to the next lowest Respondent for the item or may take any other action deemed by H-GAC at its sole discretion, to be in the best interests of its Customers. D. In the case of specifically identified catalogs orprice sheets which have been contracted as base bid items or as published options, routine published changes to products and pricing will be automatically incorporated into the contract. However, Contractor must still provide thirty (30) calendar days written notice and an explanation of the changes toproducts and pricing. H-GAC will respond with written approval. Page 5 of 13 ARTICLE 23: CONTRACT PRICE ADJUSTMENTS Price Decreases pass the decrease on to H-GAC and lower its prices by the amount of the decrease in Direct Cost. (Direct Cost manufacturer of any item or if Contractor is the manufacturer, the cost of raw materials required tomanufacture the item, plus costs of transportation from manufacturer to Contractor and Contractor to H-GAC. Contractor must notify H-GAC of price decreases in the same way as for price increases set out below. The price decrease shall become effective upon H- Contractor routinely offers discounted contract pricing, H-GAC may request Contractor accept amended contract pricing equivalent to the routinely discounted pricing Price Increases Contractors may request aprice increase after twelve (12) months from the bid opening date of the bid received by H-GAC. The amount of any increase will not exceed actual documented i and will not exceed 10% ofthe previous bid price. Considerations on the percentage limit will be given if the price increase is the result of increased tariff charges, orother economic factors. Price Changes Any permanent increase or decrease in offered pricing for abase contract item or published option is considered a catalogs and price sheets as part of an H-GAC contract, requests toamend the contract to reflect any new published catalog or price sheet must be submitted whenever the manufacturer publishes anew document. The request must include the new catalog or price sheet. All Products shall, at time of sale, be equipped as required under any then current applicable local, state, and federal government requirements. If, during the course of any contract, changes are made to any government requirements which cause amanufacturer'scosts of production to increase, Contractor may increase pricing to the umentation acceptable to H-GAC prior to taking effect. Modifications to aProduct required to comply with such requirements which become effective after the date of any sale are the responsibility ofthe Customer. Requesting Price Increase/Required Documentation Contractor must submit awritten notification at least thirty (30) calendar days prior to the requested effective date of the change, setting the amount of the increase, along with an itemized list of any increased prices, showing the current price, revised price, the actual dollar difference and the percentage of the price increase by line item. Price change requests must include H-GAC Forms D Offered Item Pricing and E Options Pricing, orthe documentation used to submit pricing in the original Response and be supported with substantive documentation e.g. manufacturer'sprice increase notices, copies of invoices from suppliers, etc.) clearly showing that Contractor'sactual costs have increased per the applicable line item bid. The Producer Price Index (PPI) may be used as partial justification, subject to approval by H-GAC, but no price increase based solely on an increase in the PPI will be allowed. This documentation should be submitted in Excel format to facilitate analysis and updating of the website. The letter and documentation must be sent to the Bids and Specifications manager, William Burton, at William.Burton@h-gac.com Review/Approval of Requests If H-GAC approves the price increase, Contractor will be notified in writing; no price increase will be effective until Contractor receives this notice. IfH- terminate its performance upon sixty (60) days advance written notice toH-GAC, however Contractor must fulfill Page 6 of 13 GAC does not approve the price increase. H-GAC reserves the right to accept or reject any price change request. ARTICLE 24: DELIVERIES AND SHIPPING TERMS The Contractor agrees to make deliveries only upon receipt of authorized Customer Purchase Order acknowledged by H- H-GAC the option of canceling any contract awarded to the Contractor. The Contractor must secure and deliver any item within five (5) working days, oras agreed to on any corresponding customer Purchase Order. Shipping must be Freight On Board Destination to the delivery location designated on the Customer purchase order. The Contractor will retain title and control of all goods until delivery is completed and the Customer has accepted the delivery. All risk of transportation and all related charges are the responsibility of the Contractor. The Customer will notify the Contractor and H-GAC promptly of any damaged goods and will assist the Contractor in arranging for inspection. The Contractor must file all claims for visible or concealed damage. Unless otherwise stated in the Agreement, deliveries must consist only of new and unused merchandise. ARTICLE 25: RESTOCKING (EXCHANGES AND RETURNS) There will be no restocking charge to the Customer for return or exchange of any item purchased under the terms of any award. If the Customer wishes to return items purchased under an awarded contract, the Contractor agrees to exchange, these items for other items, with no additional charge incurred. Items must be returned to Contractor within thirty (30) days from date of delivery. If there is adifference in price in the items exchanged, the Contractor must notify H-GAC and invoice Customer for increase price or provide the Customer with acredit or issued by the Contractor to Customer. This return and exchange option will extend for thirty (30) days following the expiration of the term of the Contract. All items returned by the Customer must be unused and in the same merchantable condition as when received. Items that are special ordered may be returned only upon approval of the Contractor. ARTICLE 26: MANUALS Each product delivered under contract to any Customer must be delivered with at least one (1) copy of asafety and operating manual and any other technical or maintenance manual. The cost of the manual(s) must be included inthe price for the Product offered. ARTICLE 27: OUT OF STOCK, PRODUCT RECALLS, AND DISCONTINUED PRODUCTS H-GAC does NOT purchase the products sold pursuant to aSolicitation or Agreement. Contractor is responsible for ensuring that notices and mailings, such as Out of Stock or Discontinued Notices, Safety Alerts, Safety Recall Notices, and customer surveys, are sent directly to the Customer with acopy sent to H-GAC. Customer will have ontractor is not authorized to make substitutions without prior approval. ARTICLE 28: WARRANTIES, SALES, AND SERVICE Warranties must be the manufacturer'sstandard and inclusive of any other warranty requirements stated in the Agreement; any warranties o will not be a substitute for such. Pricing for any product must be inclusive of the standard warranty. Contractor is responsible for the execution and effectiveness of all product warranty requests and any claims, Contractor agrees to respond directly to correct warranty claims and to ensure reconciliation of warranty claims that have been assigned to athird party. ARTICLE 29: TERMINATION PROCEDURES The Contractor acknowledges that this Agreement may be terminated for Convenience or Default. Page 7 of 13 H-GAC will not pay for any expenses incurred after the termination date ofthe contract. A. Convenience H-GAC may terminate this Agreement at any time, in whole orin part, with or without cause, whenever H-GAC determines that for any reason such termination is in the best interest ofH-GAC, by providing written notice by certified mail to the Contractor. Upon receipt of notice of termination, all services hereunder ofthe Contractor and its employees and subcontractors shall cease to the extent specified inthe notice of termination. The Contractor may cancel or terminate this Agreement upon submission of thirty (30) days written notice, presented to H-GAC via certified mail. The Contractor may not give notice ofcancellation after it has received notice of default from H-GAC. B. Default H-GAC may, by written notice of default to the Contractor, terminate the whole or any part of the Agreement, in any one of the following circumstances: 1) If the Contractor fails toperform the services herein specified within the time specified herein or any extension thereof; or 2) If the Contractor fails to perform any of the other provisions of this Agreement for any reason whatsoever, or so fails to make progress or otherwise violates the Agreements that completion of services herein specified within the Agreement term is significantly endangered, and in either of these two instances does not cure such failure within aperiod often (10) days (or such longer period of time asmay be authorized by H-GAC inwriting) after receiving written notice by certified mail of default from H-GAC. 3) In the event ofsuch termination, Contractor will notify H-GAC of any outstanding Purchase Orders and H-GAC will consult with the End User and notify the Contractor to what extent the End User wishes the Contractor to complete the Purchase Order. If Contractor is unable to do so, Contractor may be subject to aclaim for damages from H-GAC and/or the End User. ARTICLE 30: SEVERABILITY H-GAC and Contractor agree that should any provision of this Agreement be determined to be invalid or unenforceable, such determination shall not affect any other term ofthis Agreement, which shall continue in full force and effect. ARTICLE 31: FORCE MAJEURE To the extent that either party to this Agreement shall be wholly or partially prevented from the performance of any obligation or duty placed on such party by reason of or through strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection, accident, order of any court, act of God, or specific cause reasonably beyond the party's control and not attributable to its neglect or nonfeasance, in such event, the time for the performance of such obligation or duty shall be suspended until such disability to perform is removed. Determination of force majeure shall rest solely with H-GAC. ARTICLE 32: CONFLICT OF INTEREST No officer, member or employee of the Contractor or subcontractor, no member of the governing body of the Contractor, and no other public officials of the Contractor who exercise any functions or responsibilities in the review or Contractor approval of this Agreement, shall participate in any decision relating to this Agreement which affects his or her personal interest, or shall have any personal or pecuniary interest, direct or indirect, in this Agreement. A. Conflict of Interest Questionnaire: Chapter 176 of the Texas Local Government Code requires contractors contracting or seeking to contract with H-GAC to file aconflict of interest questionnaire (CIQ) Page 8 of 13 if they have an employment or other business relationship with an H- family member. The required questionnaire and instructions are located on the H-GAC website or at the Texas Ethics Commission website https://www.ethics.state.tx.us/forms/CIQ.pdf. H-GAC officers include its Board of Directors and Executive Director, who are listed on this website. Respondent must complete and file aCIQ with the Texas Ethics Commission ifan employment or business relationship with H-GAC office B. Certificate ofInterested Parties Form Form 1295: As required by Section 2252.908 of the Texas Government Code. H-GAC will not enter aContract with Contractor unless (i) the Contractor submits a disclosure ofinterested parties form toH-GAC at the time the Contractor submits the contract H-GAC, or ii) the Contractor is exempt from such requirement. The required form and instructions are located at the Texas Ethics Commission website https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. Respondents who are awarded aContract must submit their Form 1295 with the signed Contract to H-GAC. ARTICLE 33: FEDERAL COMPLIANCE Contractor agrees to comply with all federal statutes relating to nondiscrimination, labor standards, and subrecipient wishes to enter into acontract with asmall business firm or nonprofit organization regarding the substitution ofparties, assignment or performance of experimental, developmental, or research work under that Contracts and Coop Contractor agrees to be wholly compliant with the provisions of 2 CFR 200, Appendix II. Additionally, for work to be performed under the Agreement or subcontract thereof, including procurement of materials or leases of equipment, Contractor shall notify each potential subcontractor or supplier of the Contractor'sfederal compliance obligations. These may include, but are not limited to: (a) Title VI ofthe Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. §§ 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) the Fair Labor Standards Act of 1938 (29 USC 676 et. seq.), (d) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794), which prohibits discrimination on the basis of handicaps and the Americans with Disabilities Act of 1990; (e) the Age Discrimination in Employment Act of 1967 (29 USC 621 et. seq.) and the Age Discrimination Act of 1974, as amended (42 U.S.C. §§ 6101-6107), which prohibits discrimination on the basis of age; (f) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92- 255), as amended, relating to nondiscrimination on the basis of drug abuse; (g) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating tothe nondiscrimination on the basis of alcohol abuse or alcoholism; (h) §§ 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. 290 dd-3and 290 ee-3), as amended, relating toconfidentiality of alcohol and drug abuse patient records; (i) Title VIII ofthe Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental orfinancing of housing; (j) any other nondiscrimination provisions in any specific statute(s) applicable to any Federal funding for this Agreement; (k) the requirements of any other nondiscrimination statute(s) which may apply to this Agreement; (l) applicable provisions of the Clean Air Act 42 U.S.C. §7401 etseq.), the Federal Water Pollution Control Act, as amended (33 U.S.C. §1251 et seq.), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and the Environmental Protection Agency regulations at 40 CPR Part 15; (m) applicable provisions of the Davis- Bacon Act (40 U.S.C. 276a - 276a-7), the Copeland Act (40 U.S.C. 276c), and the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-332), asset forth in Department ofLabor Regulations at 20 CPR 5.5a; (n) the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (P.L. 94-163). ARTICLE 34: CRIMINAL PROVISIONS AND SANCTIONS Page 9 of 13 The Contractor agrees to perform the Agreement in conformance with safeguards against fraud and abuse as set forth by the H-GAC, the State of Texas, and the acts and regulations of any related state or federal agency. The Contractor agrees to promptly notify H-GAC of any actual or suspected fraud, abuse, or other criminal activity through the filing of awritten report within twenty-four (24) hours of knowledge thereof. Contractor shall notify H-GAC of any accident or incident requiring medical attention arising from its activities under this Agreement within twenty-four (24) hours of such occurrence. Theft or willful damage to property on loan to the Contractor from H-GAC, ifany, shall be reported to local law enforcement agencies and H-GAC within two (2) hours of discovery of any such act. The Contractor further agrees to cooperate fully with H-GAC, local law enforcement agencies, the State ofTexas, the Federal Bureau of Investigation and any other duly authorized investigative unit, in carrying out afull investigation of all such incidents. The Contractor shall notify H-GAC of the threat of lawsuit or of any actual suit filed against the Contractor this Agreement. ARTICLE 35: INDEMNIFICATION AND RECOVERY H- tort or otherwise, is limited to its order processing charge. In no event will H-GAC be liable for any loss of use, loss of time, inconvenience, commercial loss, lost profits orsavings orother incidental, special or consequential damages to the full extent such use may be disclaimed by law. Contractor agrees, to the extent permitted by law, to defend and hold harmless H-GAC, its board members, officers, agents, officials, employees and indemnities from any and all claims, costs, expenses (including reasonable attorney fees), actions, causes of action, is Agreement. Contractor shall notify H-GAC of the threat of lawsuit or of any actual suit filed against Contractor relating to this Agreement. Except as specified in any separate writing between the Contra under this Agreement, whether for breach of contract, warranty, negligence, strict liability, in tort or otherwise, but excluding its obligation to indemnify H-GAC, is limited to the price ofthe particular products/services sold hereunder, and Contractor agrees either to refund the purchase price or to repair or replace product(s) that are not as warranted. In no event will Contractor be liable for any loss of use, loss of time, inconvenience, commercial loss, loss of profits or savings or other incidental, special or consequential damages to the full extent such use may be disclaimed by law. Contractor understands and agrees that it shall be liable to repay and shall repay upon demand to END USER any amounts determined by H-GAC, its independent auditors, or any agency of State or Federal government to have been paid in violation of the terms of this Agreement. ARTICLE 37: TITLES NOT RESTRICTIVE The titles assigned to the various Articles of this Agreement are for convenience only. Titles shall not be considered restrictive ofthe subject matter of any Article, or part of this Agreement. ARTICLE 38: JOINT WORK PRODUCT This Agreement is the joint work product ofH-GAC and the Contractor. This Agreement has been negotiated by H-GAC and the Contractor and their respective counsel and shall be fairly interpreted in accordance with its terms and, in the event of any ambiguities, no inferences shall be drawn against any party. ARTICLE 39: PROCUREMENT OF RECOVERED MATERIAL H-GAC and the Respondent must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include: (1) procuring only items Page 10 of 13 designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining asatisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; (2) procuring solid waste management services in amanner that maximizes energy and resource recovery; and (3) establishing an affirmative procurement program for procurement ofrecovered materials identified in the EPA guidelines. Pursuant to the Federal Rule above, as required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. § 6962(c)(3)(A)(i)), Respondent certifies that the percentage of recovered materials content for EPA-designated items to be delivered or used in the performance of the Contract will be at least the amount required by the applicable contract specifications or other contractual requirements. Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3as may be applicable, which are incorporated by reference into the contract. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as appropriate agency instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. A breach of the contract clauses above may be grounds for termination of the Contract, and for debarment as acontractor and subcontractor as provided in 29 C.F.R. § 5.12. ARTICLE 41: DISCRIMINATION Respondent and any potential subcontractors shall comply with all Federal statutes relating to nondiscrimination. These include, but are not limited to: a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352), which prohibits discrimination on the basis of race, color, or national origin; b) Title IX ofthe Education Amendments of 1972, as amended (20 U.S.C. §§1681-1683, and 1685- 1686), which prohibits discrimination on the basis of sex; c) Section 504 ofthe Rehabilitation Act of1973, asamended (29 U.S.C. §794), which prohibits discrimination on the basis ofhandicaps; d) The Age Discrimination Act of 1975, as amended (42 U.S.C. §§6101- 6107), which prohibits discrimination on the basis of age; e) The Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; f) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; g) Sections 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. §§290 dd-3and 290 ee-3), as amended, relating toconfidentiality of alcohol and drug abuse patient records; h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq.), as amended, relating to nondiscrimination in the sale, rental, or financing of housing; i) Any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and j) The requirements of any other nondiscrimination statute(s) that may apply tothe application. ARTICLE 42: DRUG FREE WORKPLACE Contractor must provide adrug-free workplace in accordance with the Drug-Free Workplace Act, as applicable. inthe unlawful manufacture, distribution, dispensation, possession, oruse of acontrolled substance. H-GAC may request acopy ofthis policy. Page 11 of 13 ARTICLE 43: APPLICABILITY TO SUBCONTRACTORS Respondent agrees that all contracts it awards pursuant to the contract awarded as aresult of this Agreement will be bound by the foregoing terms and conditions. ARTICLE 44: WARRANTY AND COPYRIGHT Submissions must include all warranty information, including items covered, items excluded, duration, and renewability. Submissions must include proof of licensing if using third party code for programming. ARTICLE 45: DATA HANDLING AND SECURITY It will always be the responsibility of the selected Contractor to manage data transfer and to secure all data appropriately during the project to prevent unauthorized access to all data, products, and deliverables. ARTICLE 46: DISPUTES All disputes concerning questions of fact or of law arising under this Agreement, which are not addressed within the Whole Agreement as defined pursuant to Article 4hereof, shall be decided by the Executive Director of H- GAC or his designee, who shall reduce his decision towriting and provide notice thereof tothe Contractor. The decision of the Executive Director or his designee shall be final and conclusive unless, within thirty (30) days from the date of receipt of such notice, the Contractor requests arehearing from the Executive Director ofH- GAC. In connection with any rehearing under this Article, the Contractor shall be afforded an opportunity to be heard and offer evidence in support of its position. The decision of the Executive Director after any such rehearing shall be final and conclusive. The Contractor may, if it elects to do so, appeal the final and conclusive decision of the Executive Director to acourt of competent jurisdiction. Pending final decision of adispute hereunder, the Contractor shall proceed diligently with the performance of the Agreement and inaccordance with H- GAC's final decision. ARTICLE 47: CHOICE OF LAW: VENUE This Agreement shall be governed by the laws of the State of Texas. Venue and jurisdiction of any suit or cause of action arising under or in connection with the Agreement shall lie exclusively in Harris County, Texas. Disputes between END USER and Contractor are to be resolved in accordance with the law and venue rules of the state of purchase. Contractor shall immediately notify H-GAC of such disputes. ARTICLE 48: ORDER OF PRIORITY Inthe case of any conflict between or within this Agreement, the following order ofpriority shall be utilized: 1) General Provisions, 2) Special Provisions, 3) Scope of Work, and, 4) Other Attachments. ARTICLE 49: WHOLE AGREEMENT The General Provisions, Special Provisions, and Attachments, as provided herein, constitute the complete itten agreements between the parties relating to matters herein. Except as otherwise provided herein, this Agreement cannot be modified without written consent of the parties. Page 12 of 13 SIGNATURES: H-GAC and the Contractor have read, agreed, and executed the whole Agreement as of the date first written above, as accepted by: Consolidated Traffic Controls, Inc. H-GAC Signature $docusign:SignHere::Customer1 Signature $docusign:SignHere::InternalSigner Name Bryan Jones Name Chuck Wemple Title Senior Vice President Title Executive Director Date $docusign:DateSigned::Customer1 Date $docusign:DateSigned::InternalSi Page 13 of 13 H-GAC Houston-Galveston Area Council P.O. Box 22777· 3555 Timmons· Houston, Texas 77227-2777 Cooperative Agreement - Contract - Consolidated Traffic Controls, Inc. - Public Services - 6676 SPECIAL PROVISIONS Incorporated by attachment, as part of the whole agreement, H-GAC and the Contractor do, hereby agree to the Special Provisions as follows: ARTICLE 1: BIDS/PROPOSALS INCORPORATED Inaddition to the whole Agreement, the following documents listed in order of priority are incorporatedinto the Agreement by reference: Bid/Proposal Specifications and Response to the Bid/Proposal. ARTICLE 2: END H- Contractor through this Agreement, and that the term of the EUA may exceed the term of the current H-GAC Agreement. H- and conditions. Contractor agrees not to offer, agree to or accept from the END USER, any terms or conditions GAC. Contractor affirms that termination of its Agreement with H-GAC for any reason shall not result in the termination of any underlying EUA, which shall Agreement, termination of this Agreement will disallow the Contractor from entering into any new EUA with END USERS. Applicable H-GAC order processing charges will be due and payable to H-GAC on any EUAs, surviving termination of this Agreement between H-GAC and Contractor. ARTICLE 3: MOST FAVORED CUSTOMER CLAUSE Contractor shall provide its most favorable pricing and terms to H-GAC. If at any time during this Agreement, Contractor develops a regularly followed standard procedure of entering into agreements with other governmental customers within the State of Texas, and offers the same or substantially the same products/services offered to H-GAC on a basis that provides prices, warranties, benefits, and or terms more favorable than those provided to H-GAC, Contractor shall notify H-GAC within ten (10) business days thereafter, and this Agreement shall be deemed to be automatically retroactively amended, to the effective date de the same prices, warranties, benefits, or terms to H-GAC and its END USER as provided in its most favorable past agreement. H-GAC shall have the right and option at any time to decline to accept any such change, in which case the amendment shall be deemed null and void. If Contractor claims that a more favorable price, warranty, benefit, or term that was charged or offered to another entity during the term of this Agreement, does not constitute more favorable treatment, than Contractor shall, within ten (10) business days, notify H-GAC in writing, setting forth the detailed reasons Contractor believes the aforesaid offer is not in fact most favored treatment. H-GAC, planation and thereupon this Agreement between H-GAC and Contractor shall be automatically amended, effective retroactively, to the effective date of the most favored agreement, to provide the same prices, warranties, benefits, or terms to H-GAC and the END USER. EXCEPTION: This clause shall not be applicable to prices and price adjustments offered by a bidder, concession\], or to any prices offered to the Federal Government and its agencies. Page1of8 ARTICLE 4: PARTY LIABILITY liability, in tort or otherwise, is limited to the price of the particular products/services sold hereunder. Contractor agrees either to refund the purchase price or to repair or replace product(s) that are not as warranted. Contractor accepts liability to repay, and shall repay upon demand to END USER, any amounts determined by H-GAC, its independent auditors, or any state or federal agency, to have been paid in violation of the terms of this Agreement. ARTICLE 5: GOVERNING LAW & VENUE Contractor and H-GAC agree that Contractor will make every reasonable effort to resolve disputes with the END USER in accord with the law and venue rules of the state of purchase. Contractor shall immediately notify H- GAC of such disputes. ARTICLE 6: SALES AND ORDER PROCESSING CHARGE Contractor shall sell its products to END USERS based on the pricing and terms of this Agreement. H-GAC will invoice Contractor for the applicable order processing charge when H-GAC receives notification of an END USER order. Contractor shall remit to H-GAC the full amount of the applicable order processing charge, after delivery of any product or service and subsequent END USER acceptance. Payment of the Order Processing Charge shall be remitted from Contractor to H-GAC, within thirty (30) calendar days or ten (10) receipt of invoice. For sales made by Contractor based on this Agreement, including sales to entities without Interlocal Agreements, Contractor shall pay the applicable order processing charges to H-GAC. Further, Contractor agrees to encourage entities who are not members of H- execute an H-GAC Interlocal Agreement. H-GAC reserves the right to take appropriate actions including, but not limited to, Agreement termination if Contractor fails to promptly remit the appropriate order processing charge to H-GAC. In no event shall H-GAC have any liability to Contractor for any goods or services an END USER procures from Contractor. At all times, Contractor shall remain liable to pay to H-GAC any order processing charges on any portion of the Agreement actually performed, and for which compensation was received by Contractor. ARTICLE 7: LIQUIDATED DAMAGES Contractor and H-GAC agree that Contractor shall cooperate with the END USER at the time an END USER purchase order is placed, to determine terms for any liquidated damages. ARTICLE 8: INSURANCE Unless otherwise stipulated in Section B of the Bid/Proposal Specifications, Contractor must have the following insurance and coverage minimums: a. General liability insurance with a Single Occurrence limit of at least $1,000,000.00, and a General Aggregate limit of at least two times the Single Occurrence limit. b. Product liability insurance with a Single Occurrence limit of at least $1,000,000.00, and aGeneral Aggregate limit of at least two times the Single Occurrence limit for all Products except Automotive Fire Apparatus. For Automotive Fire Apparatus, see Section B of the Bid/Proposal Specifications. c. Property Damage or Destruction insurance is required for coverage of End User owned equipment while in Contractor's possession, custody or control. The minimum Single Occurrence limit is $500,000.00 and the General Aggregate limit must be at least two times the Single Occurrence limit. This insurance may be carried in several ways, e.g. under an Inland Marine policy, as art of Automobile coverage, or under a Garage Keepers policy. In any event, this coverage must be specifically and clearly listed on insurance certificate(s) submitted to H-GAC. Page2of8 d. Insurance coverage shall be in effect for the length of any contract made pursuant to the Bid/Proposal, and for any extensions thereof, plus the number of days/months required to deliver any outstanding order after the close of the contract period. e. Original Insurance Certificates must be furnished to H-GAC on request, showing Contractor as the insured and showing coverage and limits for the insurances listed above. f. If any Product(s) or Service(s) will be provided by parties other than Contractor, all such parties are required to carry the minimum insurance coverages specified herein, and ifrequested by H-GAC, a separate insurance certificate must be submitted for each such party. g. H-GAC reserves the right to contact insurance underwriters to confirm policy and certificate issuance and document accuracy. ARTICLE 9: PERFORMANCE AND PAYMENT BONDS FOR INDIVIDUAL ORDERS H-ts DO NOT include a Performance & Payment Bond (PPB); therefore, Contractor shall offer pricing that reflects this cost savings. Contractor shall remain prepared to offer a PPB to cover any order if so requested by the END USER. Contractor shall quote a price to END USER for provision of any requested PPB, and agrees to furnish the PPB within ten business (10) days of receipt of END USER's purchase order. ARTICLE 10: ORDER PROCESSING CHARGE H-GAC will apply an Order Processing Charge for each sale done through the H-GAC contract, with the exception of orders for motor vehicles. Any pricing submitted must include this charge amount per the most current H-GAC schedule. For motor vehicle orders, the Processing Charge is paid by the Customer. ARTICLE 11: CHANGE OF STATUS Contractor shall immediately notify H-GAC, in writing, of ANY change in ownership, control, dealership/franchisee status, Motor Vehicle license status, or name. Contractor shall offer written guidance to advise H-GAC if this Agreement shall be affected in any way by such change. H-GAC shall have the right to determine whether or not such change is acceptable, and to determine what action shall be warranted, up to and including cancellation of Agreement. ARTICLE 11: REQUIREMENTS TO APPLICABLE PHYSICAL GOODS In the case of physical goods (e.g. equipment, material, supplies, as opposed to services), all Products offered must comply with any applicable provisions of the Texas Business and Commerce Code, Title 1, Chapter 2 and with at least the following: a. Be new, unused, and not refurbished. b.Not be a prototype as the general design, operation and performance. This requirement is NOT meant to preclude the Contractor from offering new models or configurations which incorporate improvements in a current design or add functionality, but in which new model or configuration may be new to the marketplace. c. Include all accessories which may or may not be specifically mentioned in the Agreement, but which are normally furnished or necessary to make the Product ready for its intended use upon delivery. Such accessories shall be assembled, installed and adjusted to allow continuous operation of Product at time of delivery. d.Have assemblies, sub-assemblies and component parts that are standard and interchangeable throughout the entire quantity of a Product as may be purchased simultaneously by any Customer. e. Be designed and constructed using current industry accepted engineering and safety practices, and materials. f.Be available for inspection at any time prior to or after procurement. Page3of8 ARTICLE 12: TEXAS MOTOR VEHICLE BOARD LICENSING All that deal in motor vehicles shall maintain current licenses that are required by the Texas Motor Vehicle Commission Code. If at any time during this Agreement term, any required Contractor license is denied, revoked, or not renewed, Contractor shall be in default of this Agreement, unless the Texas Motor Vehicle Board issues astay or waiver. Contractor shall promptly provide copies of all current applicable Texas Motor Vehicle Board documentation to H-GAC upon request. ARTICLE 13: INSPECTION/TESTING All Products sold pursuant to this Agreement will be subject to inspection/testing by or at the direction of H- GAC and/or the ordering Customer, either at the delivery destination or the place of manufacture. In the event a Product fails to meet or exceed all requirements of this Agreement, and unless otherwise agreed in advance, the cost of any inspection and/or testing, will be the responsibility of the Contractor. ARTICLE 14: ADDITIONAL REPORTING REQUIREMENTS Contractor agrees to submit written quarterly reports to H-GAC detailing all transactions during the previous three (3) month period. Reports must include, but are not limited, to the following information: a. Customer Name b. Product/Service purchased, including Product Code if applicable c. Customer Purchase Order Number d. Purchase Order Date e. Product/Service dollar amount f. HGACBuy Order Processing Charge amount ARTICLE 15: BACKGROUND CHECKS direct contact with students, or for any other reason they so choose, any may require contractor to pay the cost of obtaining any background information requested by the Customer. ARTICLE 16: PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL CERTIFICATION As required by Chapter 2271 of the Texas Local Government Code the Contractor must verify that it1) does not boycott Israel; and 2) will not boycott Israel during the term of the Contract. Pursuant to Section 2271.001, Texas Government Code: any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and ns a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. ARTICLE 17: NO EXCLUDED NATION OR TERRORIST ORGANIZATION CERTIFICATION As required by Chapter 2252 of the Texas Government Code the Contractor must certify that it is not a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) Page4of8 ARTICLE 18: PROHIBITION ON CONTRACTING WITH ENTITIES USING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT (Effective Aug. 13, 2020 and as amended October 26, 2020) Pursuant to 2 CFR 200.216, Contractor shall not offer equipment, services, or system that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); 2) for the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); 3) telecommunications or video surveillance services provided by such entities or using such equipment; or 4) telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Contractor must comply with requirements for certifications. The provision at 48 C.F.R Section 52.204-26 requires that Contractors review SAM prior to completing their required representations. This rule applies to all acquisitions, including acquisitions at or below the simplified acquisition threshold and to acquisitions of commercial items, including commercially available off the-shelf items. ARTICLE 19: BUY AMERICA ACT (National School Lunch Program and Breakfast Program) With respect to products purchased by Customers for use in the National School Lunch Program and/or National School Breakfast Program, Contractor shall comply with all federal procurement laws and regulations with respect to such programs, including the Buy American provisions set forth in 7 C.F.R. Part 210.21(d), to the extent applicable. Contractor agrees to provide all certifications required by Customer regarding such programs. American Provision, or the applicability of an exception to the Buy American provision, H-GAC Customers may decide not to purchase from Contractor. Additionally, H-GAC Customers may require country of origin on all products and invoices submitted for payment by Contractor, and Contractor agrees to comply with any such requirement. ARTICLE 20: BUY AMERICA REQUIREMENT (Applies only to Federally Funded Highway and Transit Projects) With respect to products purchased by Customer for use in federally funded highway projects, Contractor shall comply with all federal procurement laws and regulations with respect to such projects, including the Buy American provisions set forth in 23 U.S.C. Section 313, 23 C.F.R. Section 635.410, as amended, and the Steel and Iron Preference provisions of Texas Transportation Code Section 223.045, to the extent applicable. Contractor agrees to provide all certifications required by Customer regarding such programs. With respect to products purchased by Customer for use in federally funded transit projects, Contractor shall comply with all federal procurement laws and regulations with respect to such projects, including the Buy American provisions set forth in 49 U.S.C. Section 5323(j)(1), 49 C.F.R. Sections 661.6 or 661.12, to the extent applicable. Contractor agrees to provide all certifications required by Customer regarding such programs. ARTICLE 21: DOMESTIC PREFERENCE Page5of8 In accordance with 2 CFR 200.322, as appropriate and to the extent consistent with law, a Customer using federal grant award funds should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The Customer must include this requirement in all subawards including all contracts and purchase orders for work or products under the federal grant award. If Contractor intends to qualify for Purchase Orders using federal grant money, the it shall work with the Customer to provide all required certifications and other documentation needed to show compliance. ARTICLE 22: TITLE VI REQUIREMENTS H-GAC in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any disadvantaged business enterprises will be afforded full and fair opportunity to submit in response to this Agreement and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. ARTICLE 23: EQUAL EMPLOYMENT OPPORTUNITY Except as otherwise provided under 41 CFR Part 60, all Contracts and Customer Purchase Orders that meet the 1.3shall be deemed to include the equal opportunity clause provided under 41 CFR 60- 1965 Comp., pg.339), as amended by The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Contractor 1.3 and agrees that it will comply with such provision. ARTICLE 24: CLEAN AIR AND WATER POLLUTION CONTROL ACT Customer Purchase Orders using federal funds must contain a provision that requires the Contractor to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency EPA). Pursuant to the Federal Rule above, Contractor certifies that it is in compliance with all applicable provisions of the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387) and will remain in compliance during the term of the Contract. ARTICLE 25: PREVAILING WAGE Contractor and any potential subcontractors have aduty to and shall pay the prevailing wage rate under the Davis-Bacon Act, 40 U.S.C. 276a 276a-5, as amended, and the regulations adopted thereunder contained in 29 C.F.R. pt. 1 and 5. ARTICLE 26: CONTRACT WORK HOURS AND SAFETY STANDARDS As per the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708), where applicable, all Customer Purchase Orders in excess of ,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations 29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of Page6of8 every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and ahalf times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. ARTICLE 27: PROFIT AS A SEPARATE ELEMENT OF PRICE For purchases using federal funds in excess of ,000, a Customer may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). Contractor agrees to provide information and negotiate with the Customer regarding profit as a separate element of the price for the purchase. Contractor also agrees that the total price, including profit, charged by Contractor to Customer will not exceed the awarded pricing, including any applicable discount, under any awarded contract. ARTICLE 28: BYRD ANTI-LOBBYING AMENDMENT Byrd Anti-Lobbying Amendment (31U.S.C. 1352) Contractors that apply or bid for an award exceeding ,000 must file the required anti-lobbying certification. Each tier must certify to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of amember of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the Customer. As applicable, Contractor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 USC 1352).Contractor certifies that it is currently in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) and will continue to be in compliance throughout the term of the Contract and further certifies that: 1.No Federal appropriated funds have been paid or will be paid by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal Grant, the making of aFederal Loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing, or attempting to influence, an officer or employee of a Member of Congress in connection with a Federal contract, grant, loan, or cooperative agreement, Contractor shall complete and submit Standard Form 3.Contractor shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subcontractors shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certificate is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than ,000 and not more than ,000 for each such failure. Page7of8 ARTICLE 29: COMPLIANCE WITH EPA REGULATIONS APPLICABLE TO GRANTS, SUBGRANTS, COOPERATIVE AGREEMENTS, AND CONTRACTS Contractor certifies compliance with all applicable standards, orders, regulations, and/or requirements issued pursuant to the Clean Air Act of 1970, as amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (13 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15. ARTICLE 30: COMPLIANCE WITH ENERGY POLICY AND CONSERVATION ACT Contractor certifies that Contractor will be in compliance with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). Page8of8 HGACBuy Attachment A Consolidated Traffic Controls, Inc. Traffic Control, Enforcement andSignalPreemption Equipment Contract No.: PE05-21 H-GAC Item DescriptionOfferedProductOfferormaynotchangeanydesctiptionoradditems)PriceCode RTCSchoolFlasherSystems FlashCubeforSchoolor24HourFlashers MustAddSolarPanels,Batteries,Poles,Anchors,Signs,TimeSwitchesand CommunicationifApplicable IfyouwantayellowFlashCubeenterY IfyouwantayellowSignalFaceenterY IfyouwantayellowVisorenterY IfyouwantaRedLEDEnterY Ifyouwanta24HourFlasherEnterY PNS10-FlashCubeBlack Flash Cube Includes Cabinet, LED, Signal Face, Visor and Wiring and Solar Mounting Receiver$ 1,253.00 PNS10-FlashCube-ACAC Black Flash Cube Includes Cabinet, LED, Signal Face, Visor and Wiring and Solar Mounting Receiver$ 1,113.00 PNS10-Cube2Add a Second LED, Signal, Visor and Mount to FlashCube 378.00 PNS10-Cube3Add a Third Confirmation LED, Signal, Visor and Mount$ 378.00 FlashCubeMountingOptions PNS10-503396Pole Mount 4.5" OD Pole$ 160.00 PNS10-503396-3Pole Mount 2 7/8 to 3.00" OD Pole 163.00 PNS10-503398Pole Mount 2 3/8" OD Pole$ 156.00 PNS10-503397Pole Mount 2"x 2" Unistrut Pole 125.00 PNS10-503396WWooden Pole 4x4 or 6x6 125.00 FlashCubeSolarPanelOptions PNS10-502400-2020 Watt Solar Panel Assy incl Mount and Wiring 345.00 PNS10-502400-3030 Watt Solar Panel Assy incl Mount and Wiring$ 390.00 PNS10-502400-4040 Watt Solar Panel Assy incl Mount and Wiring 449.00 PNS10-502400-5050 Watt Solar Panel Assy incl Mount and Wiring$ 481.00 PNS10-502400-6565 Watt Solar Panel Assy incl Mount and Wiring 545.00 FlashCubeReplacementLED's PNS10-506444MTSCAmber Replacement Master LED W/ Regulator & Dimming for a School Flasher or 24 Hour Flasher$ 311.00 PNS10-506445MTSCRed Replacement Master LED W/ Regulator & Dimming for a 24 Hour Flasher 311.00 PNS10-506444SAmber Second LED $ 126.00 PNS10-506445SRed Second LED 126.00 SchoolZoneFlashers SelectCabinet,SolarPanel,Battery,ILLEDS,Signals,Signs,Poles,TimeSwitchesandComm.Equip. below) Ifthisisa24HourFlasherenterY StandardCabinets PNS10-503333KOne Battery Cabinet Including Panel No. 2 lock, Regulator and 4.5" Ubolt Mount 18W"x17H"x14"D$ 807.00 One Battery Cabinet Including Panel No. 2 lock, Regulator and Hinged Mounting Bracket (All Poles Sizes) PNS10-503333HBK18W"x17H"x14"D$ 807.00 PNS10-503333FBKOne Battery Cabinet Including Panel No. 2 lock, Regulator and Flared Bracket Mount 18W"x17H"x14"D$ 807.00 Page 1 of 44 HGACBuy PNS10-503568KTwo Battery Cabinet Including Panel No. 2 lock, Regulator and 4.5" Ubolt Mount 17 1/4"x26"x17"$ 1,070.00 PNS10-503576KTwo Battery Cabinet Including Panel No. 2 lock, Regulator and Flare Mounting Bracket 17 1/4"x26"x17"$ 1,070.00 PNS10-502565KAC Cabinet Including Panel, NEMA Flasher, #2 Lock 4.5" Flare Mount 14"x16"x10" 636.00 PNS10-502564KAC Cabinet Including Panel, NEMA Flasher, #2 Lock 4.5" Ubolt Mount 14"x16"x10"$ 636.00 PNS10-502564HBKAC Cabinet Including Panel, NEMA Flasher, #2 Lock 4.5" Hinge Bracket Mount 14"x16"x10" 636.00 PNS10-502565TWCKAC Cabinet Including Panel, CUBE Flasher, #2 Lock 4.5" Flare Mount 14"x16"x10"$ 714.00 PNS10-SUBGUARD DCSubstitute 502598SWG DC Guardian Panel for Regular Swingout Panel, Cables and Harnesses 285.00 PNS10-SUBGUARD ACSubstitute 502505G AC Guardian Panel for Regular Swingout Panel, ables and Harnesses$ 488.00 PNS10-SUBGUARD LCBGSubstitute 502598LCB DC Guardian Panel for 2 Battery Cabinet Swingout Panel, Cables and Harnesses$ 285.00 TacomaWashingtonSchoollFlasherKits PNS10-TACOMAR2ACFBAC Cabinet Including R2 Radio, Panel, CUBE Flasher, #2 Lock 4.5" Flare Mount 14"x16"x10"$ 2,018.00 PNS10-TACOMAR2ACAC Cabinet Including R2 Radio, Panel, CUBE Flasher, #2 Lock 4.5" Ubolt Mount 14"x16"x10"$ 2,018.00 PNS10- TACOMAM2MACFBAC Cabinet Including M2M Modem, Panel, CUBE Flasher, #2 Lock 4.5" Flare Mount 14"x16"x10"$ 2,444.00 PNS10-TACOMAM2MACAC Cabinet Including M2M Modem, Panel, CUBE Flasher, #2 Lock 4.5" Ubolt Mount 14"x16"x10"$ 2,444.00 PNS10- TACOMAM2MDCFBDC Cabinet Including M2M Modem, Panel, CUBE Flasher, #2 Lock 4.5" Flare Mount 14"x16"x10"$ 4,117.00 PNS10-TACOMAM2MDCDC Cabinet Including M2M Modem, Panel, CUBE Flasher, #2 Lock 4.5" Ubolt Mount 14"x16"x10"$ 4,109.00 TXDOTApprovedCabinets RemembertoaddTXDOTAP22timeswitchifyouselectTXDOTCabinetPanel PNS10-TXDCSZTXDOT One Battery Cabinet Including Panel No. 2 lock, Regulator and Flared Bracket Mount$ 972.00 PNS10-TXDC2BATTTXDOT Two Battery Cabinet Including Panel No. 2 lock, Regulator and Flared Bracket Mount 1,312.00 PNS10-RTCACTXDOT AC Cabinet Including Panel, NEMA Flasher, #2 Lock Flared Bracket Mount$ 638.00 0 Enter $ amt. for Custom Cabinet If Applicable IfyouwantaBLACKCabinet&MountEnterYandenterquantitybelowinPowder Coating IfyouwantaBLACKPoleAssemblyEnterYandenterquantitybelowinPowderCoating PNS10-Cab BlackPowder Coat Cabinet & Mounting Bracket Black$ 90.00 SpecialColorsareavailablebuttakelonger.Callforprices. RegularSolarPanels Includes4.5"ODPoleMountHardware PNS10-SP2020 Watt Solar Panel Assy incl Side Pole Mount and Wiring$ 308.00 PNS10-SP3030 Watt Solar Panel Assy incl Side Pole Mount and Wiring 397.00 PNS10-SP4040 Watt Solar Panel Assy incl Side Pole Mount and Wiring$ 406.00 PNS10-SP5050 Watt Solar Panel Assy incl Side Pole Mount and Wiring 438.00 PNS10-SP6565 Watt Solar Panel Assy incl Top of Pole Mount and Wiring$ 524.00 PNS10-SP8585 Watt Solar Panel Assy incl Top of Pole Mount and Wiring 642.00 PNS10-SP100100 Watt Solar Panel Assy incl Top of Pole Mount and Wiring$ 710.00 PNS10-SP130130 Watt Solar Panel Assy incl Top of Pole Mount and Wiring 801.00 PNS10-SP150150 Watt Solar Panel Assy incl Top of Pole Mount and Wiring$ 1,044.00 IfyouwanttomountPaneltotheshaftorMastArmofaSignalPoleenterY PNS10-503371IRS2Side of Pole mount cost for 85 - 150 W Panel 360.00 PNS10-503371IRIron Ridge 110 MPH Wind rated Mount$ 315.00 Batteries PNS10-506484-1822 (was 18) Amp Hour Gel Cell Battery$ 138.00 PNS10-500645-3636 Amp Hour Gel Cell Battery Interstate 182.00 PNS10-500645-5353 Amp Hour Gel Cell Battery Interstate$ 264.00 PNS10-500645-104104 Amp Hour Gel Cell Battery Interstate 416.00 PNS10-500645AGMI110 Amp Hour AGM Battery Interstate$ 416.00 PoleAssemblies(includesBase,Collar,AnchorBoltsandGroundingLug) PNS10-POLE15SPALASSY15' Spun Aluminum Pole, Base and Collar and Anchor Bolts 571.00 PNS10-POLE15SSASSY15' Stainless Steel Pole, Base and Collar and Anchor Bolts$ 601.00 PNS10-POLE15BLKASSY15' Spun Aluminum Pole, Base and Collar and Anchor Bolts Powdercoated Black$ 638.00 Page 2 of 44 HGACBuy PNS10-Pole1212' Spun Aluminum Pole, Base and Collar Anchor Bolts 517.00 PNS10-POLE20SPALASSY20' Spun Aluminum Pole, Base and Collar and Anchor Bolts 668.00 IfyouwanttouseaScrewInAnchorinsteadofAnchorBoltsselectanAnchor PNS10- 35.00 PNS10-501312SA44" Anchor Pelco PB-5364$ 298.00 PNS10-501312SA88" Anchor Pelco PB-5375 516.00 12"Signals(IncludesVisor,closurekitandUboltmountinghdwre) PNS10-SIGPY12" Signal Heads Poly Yellow (1, 2 or 3 per flasher) 144.00 PNS10-SIGPB12" Signal Heads Poly Black (1,2 or 3 per flasher)$ 144.00 PNS10-SIGAY12" Signal Heads Aluminum Yellow (1, 2 or 3 per Flasher) 152.00 PNS10-SIGAB12" Signal Heads Aluminum Black (1, 2 or 3 per flasher)$ 152.00 IfyouwanttouseaSidebySideMountinginsteadofTopandBottomenterY 12"LED's PNS10-50246312" Amber DC 5 Watt LED IL (RTC Standard) (1, 2 or 3 per flasher) 68.00 PNS10-PNS-82-TSL12YLX12" Amber AC LED IL (1, 2 or 3 per flasher) 68.00 PNS10-502463-8W-Red12" Red DC 8 Watt LED IL$ 85.00 8"Signals&LEDs,IncludesVisor,closureKitandUboltMount PNS10-SIG8PY8" Signal Heads Poly Yellow$ 116.00 PNS10-SIG8AY8" Signal Heads Aluminum Yellow 138.00 PNS10-502463-8L8" Amber 5 Watt DC LED IL$ 77.00 PNS10-5064938" Amber AC LED 77.00 StaticSigns(IncludesUboltMountingHdwre,Bandingonrequest) PNS10-S1S5-1-MPH?S5-1 Speed Limit Sign High Vis Florescent Green (24"x48") 183.00 PNS10-501510S5-1 Speed Limit Sign Engineer Grade Std Yellow (24"x48")$ 183.00 PNS10-501511VDOTS5-1 Speed Limit Sign High Vis Florescent Green (30"x60") 283.00 MPH? WhatSpeedLimitdoyouwantonthesign? IfYoupreferSpecificTimesinsteadofWhileFlashing,enteraYand thetimesneededbelow AmPm 7:45 - 8:453:15 - 4:00 PNS10-S1S7-1TKCell Phone Prohibited Sign (24"x18")$ 86.00 PNS10-S1S1-1-LGKS1-1 School Pedestrian Sign Left WITHOUT Lines (36"x36") HV Green 222.00 PNS10-S1S1-1-RGKS1-1 School Pedestrian Sign Right WITHOUT Lines (36"x36") HV Green$ 222.00 PNS10-S1S2-1-LGKS2-1 School Pedestrian Sign Left WITH Lines (36"x36") HV Green 222.00 PNS10-S1S2-1-RGKS2-1 School Pedestrian Sign Right WITH Lines (36"x36") HV Green$ 222.00 PNS10-S1S4-3P-KS4-3P "School" Sign HV Green (10"x24") 62.00 PNS10-S1S4-4PKS4-4P "When Flashing" Sign HV Black/White (10"x24")$ 62.00 PNS10-S1W11-15KW11-15 "Ped/Bicycle Crossing" Sign HV Green (30"x30") 147.00 PNS10-S1S5-2KS5-2 "End School Zone" Sign Black/White (24"x30")$ 121.00 PNS10-S1W16-7P24-GKW16-7P Arrow Pointing Left to Crossing Sign (24"x12") HV Green 79.00 PNS10-S1W16-7P24-RGKW16-7P Arrow Pointing Right to Crossing Sign (24"x12") HV Green$ 79.00 PNS10-S1W16-7P-GKW16-7P Arrow Pointing Left to Crossing Sign (30"x18") HV Green 117.00 PNS10-S1W16-7PR-GKW16-7P Arrow Pointing Right to Crossing Sign (30"x18") HV Green$ 117.00 PNS10-S1W16-9P-GKW16-9P "Ahead" Sign (30"x18") HV Green 116.00 PNS10-502309Sign Brackets ONLY (Signs come with Brackets)$ 26.00 EdgeLightSchoolZoneSigns(SignOnlytoaddtoexistingbatterycabinetinstallation) This line adds a Cabinet (Including Configurable Dimming and Configurable Flash Patterns ),20W Solar Panel, 22Ah Battery to ANY Edgelight© sign. Note: with one battery cabinet you can add an AP22 Time Switch, PNS10-S1ELASSY Guardian© and M2M communication to any sign from School Flasher Section. Pole Assembly also not included. 814.00 Page 3 of 44 HGACBuy S5-1Speed Limit Edge Light Sign 15MPH (High Vis Florescent Green 24"x48", 12 LED's) PNS10-S1ELS5-1-15 1,050.00 Ifnot15MPH,WhatSpeeddoyouwantonthesign? IfYoupreferSpecificTimesinsteadofWhenFlashing,enteraYand thetimesneededbelow AmPm 7:45 - 8:453:15 - 4:00 PNS10-S1S1-1-LGK30KS1-1 Edge Light School Pedestrian Sign Left WITHOUT Lines (30"x30") $ 1,045.00 PNS10-S1ELS1-1-RGK30KS1-1 Edge Light School Pedestrian Sign Right WITHOUT Lines (30"x30") 1,045.00 PNS10-S1ELS1-1-LGKS1-1 Edge Light School Pedestrian Sign Left WITHOUT Lines (36"x36") $ 1,082.00 PNS10-S1ELS1-1-RGKS1-1 Edge Light School Pedestrian Sign Right WITHOUT Lines (36"x36") 1,082.00 PNS10-S1ELS2-1-LGKS1-1 Edge Light School Pedestrian Sign Left WITH Lines (36"x36") $ 1,082.00 PNS10-S1ELS2-1-RGKS1-1 Edge Light School Pedestrian Sign Right WITH Lines (36"x36") 1,082.00 PNS10-S1ELW16-7P24-GKW16-7P Edge Light Arrow Pointing Left to Crossing Sign (24"x12") 972.00 PNS10-S1ELW16-7P24- RGKW16-7P Edge Light Arrow Pointing Right to Crossing Sign (24"x12") 972.00 PNS10-S1ELW16-7P-GKW16-7P Edge Light Arrow Pointing Left to Crossing Sign (30"x18")$ 1,010.00 PNS10-S1ELW16-7PR-GKW16-7P Edge Light Arrow Pointing Right to Crossing Sign (30"x18")$ 1,010.00 PNS10-S1ELW16-9P-GKW16-9P Edge Light "Ahead" Sign (30"x18") 1,010.00 PNS10-S1ELS7-1TKEdge Light Cell Phone Prohibited Sign (24"x18")$ 766.00 TimeSwitches PNS10-503644AP22 Time Switch W/ Harness$ 452.00 PNS10-503644TXTXDOT/ELTEC Replacement AP22 Time Switch W/ Harness 452.00 PNS10-503644BAP22 Time Switch Without Harness$ 430.00 PNS10-503644BTXTXDOT/ELTEC Replacement AP22 Time Switch W/O Harness 430.00 PNS10-501614AP21 Time Switch W/ Harness$ 338.00 PNS10-501614BAP21 Time Switch W/O Harness 320.00 PNS10-503602-D-KITDCCPR 2102 with Pager W/ Harness (DC Cabinet mount)$ 699.00 PNS10-503602-D-KITACCPR 2102 with Pager W/ Harness (AC Cabinet mount) 699.00 PNS10-503645XCPR 2102 without Pager W/O Harness for M2M Systems$ 452.00 PNS10-503645XPCPR 2102 without Pager W/O Harness for Radio Systems 452.00 PNS10-501628ADD a CPR 2102 TXDOT/ELTEC Replacement Wiring Harness$ 36.00 PNS10-503518ADD a CPR 2102 Replacement Wiring Harness 36.00 RTCTimeSwitchM2MUpgradeProgram PNS10-AP22 UPGRAP22 Upgrade (Board Replacement) includes 5 Yr Warranty 250.00 PNS10-AP22 UPGRAP22 Upgrade (NO Board Replacement)$ 135.00 PNS10-CPR UPGRCPR 2102 Upgrade Years 1-5 (Board Replacement) 5 Yr Warranty 250.00 PNS10-CPR UPGRCPR 2102 Upgrade Years 1-5 (NO Board Replacement)$ 135.00 PNS10-CPR UPGR10YRCPR 2102 Upgrade Year 6and up (Board Replacement) 322.00 GuardianFlasherMonitoringSystem DC Guardian Board with Complete 3 way Wiring Harness only (use to replace existing FCB Board and only if PNS10-Guardthere is an existing functional 6 terminal regulator)$ 382.00 DC Guardian Board with Complete 3 way Wiring Harness mounted on small panel (use if there is an existing PNS10-Guard1functional 6 terminal regulator)$ 404.00 DC Guardian Board with Complete 3 way TXDOT Wiring Harness and Large Panel, includes a new 20A PNS10-GuardTXregulator 495.00 PNS10-Guard2DC Guardian Board with Complete 3 way Wiring Harness and Large Panel, includes a new 20A regulator 495.00 AC Guardian (Blue Enclosure) with Complete 2way Wiring Harness (to be wired into panel with existing PNS10-GuardAC1NEMA Flasher) 434.00 PNS10-GuardCARGuardian Board to monitor aCarmanah Flasher$ 450.00 PNS10-507403SOptional Door Switch for DC Guardian 30.00 PNS10-507403SCOptional Door Switch for AC Guardian $ 30.00 PNS10-507403H2DC Guardian Complete 3 Way Harness 29.00 PNS10-507403HACAC Guardian Complete 3 Way Harness $ 68.00 M2MSystems Five Year Plan With Modem, RTC Connect© Software, Premium "Always up" Cloud Based Data Storage, Cell PNS10-M2M5YR-4KService, Cable, Mount and Antenna 1,300.00 Page 4 of 44 HGACBuy Three Year Plan With Modem, RTC Connect© Software, Premium "Always up" Cloud Based Data Storage, PNS10-M2M3YR-4KCell Service, Cable, Mount and Antenna$ 1,100.00 One Year Plan With Modem, RTC Connect© Software, Premium "Always up" Cloud Based Data Storage, Cell PNS10-M2M1YR-4KService, Cable, Mount and Antenna$ 900.00 Five Year RTC Connect© Software, Premium "Always up" Cloud Based Data Storage and Cell Service Plan PNS10-M2M5YR-REOnly$ 720.00 Three Year RTC Connect © Software, Premium "Always up" Cloud Based Data Storage Data and Cell Service PNS10-M2M3YR-REPlan Only$ 540.00 One Year RTC Connect © Software, Premium "Always up" Cloud Based Data Storage Data and Cell Service PNS10-M2M1YR-REPlan Only$ 241.00 One MONTH Adder to renewal plan to match existing service ONLYPNS10-M2M1MONTH-RE 16.00 PNS10-CANADACanadian Plans Per Year Adder 25.00 PNS10-503644Include an AP22 with ANY Modem and Plan$ 387.00 PNS10-503644TXInclude a TXDOT AP22 with ANY Modem and Plan 387.00 PNS10-M2M4WAModem With Cable, Mount and Paddle Antenna$ 716.00 PNS10-M2MTSCTSC Modem With Cable, Slide on Bracket, Antenna (Include SIM card, plan billed directly to customer)$ 625.00 PNS10-M2M4WOAModem With Cable, Mount but no Antenna 625.00 PNS10-M2MOBSWARModem Obsolescence Warranty (ONLY for Use with 5 yr plan Renewals)$ 325.00 PNS10-M2MYagi7-10 Db M2M Yagi Antenna with 15' Lead and 20" Offset Mounting Bracket 333.00 PNS10-5064737-10 Db M2M Omni Puck Antenna with 3' Lead and Mounting Bracket$ 125.00 PNS10-506473MTInternal Paddle Antenna 48.00 PNS10-M2MYCBLM2M and E2 Y Programming Cable$ 36.00 PNS10-506475M2Modem Cable for 3G or 4G modem 34.00 PNS10-M2MWRTY3Additional 3Year Warranty on Modem to get to 5 year total Warranty$ 176.00 CentralR2RadioSystem PNS10-R2MasterMaster 900 MHz Radio with Mounted 6dB OMNI Antenna & 50' Lead w/ Suppressor 891.00 PNS10-R2RemoteRemote 900 MHz with Mounted 10dB Yaggi Antenna & 25' Lead$ 874.00 PNS10-503649FACSAAC Repeater Station (CPR2102 Time Switch, Cabinet, MH Repeater Radio, 5dB Omni Antenna, 50' Lead)$ 1,353.00 DC Repeater Station (CPR 2102 Time Switch, Cabinet, Solar Panel, Battery, MH Repeater Radio, 5dB Omni PNS10-503649FSAAntenna, 50' Lead)$ 2,521.00 PNS10-503647DSAReplacement Master Radio with Power Supply (No Antenna Included) 641.00 PNS10-503648DMReplacement Master Radio without Power Supply (No Antenna Included)$ 602.00 PNS10-503648DSAReplacement Remote Radio without Power Supply (No Antenna Included) 602.00 IfeitherReplacementRadioisaRepeaterpleaseenteraY PNS10-R2ESR2ESR 902 Serial Port Server & Cables to connect existing radio to network$ 779.00 PNS10-501676FMMaster Radio and ESR 902 Ethernet Switch and Cables 1,834.00 ThisLANassemblycomeswitha50ft.antennalead.Ifyouneedmore(orless)cable,pleasecallRTC at(800)7828721forpricing. MobileR2 PNS10-503646BTwo Way Mobile Radio for Vehicle w/5Db Antenna, Power Cord and Serial Cable 858.00 PNS10-R2RemoteRemote 900 MHz with Mounted 10dB Yaggi Antenna & 25' Lead$ 874.00 E2EthernetSwitch PNS10-503486E2 Ethernet Switch Converter$ 259.00 PNS10-503486YCE2 Y programming Cable 17.00 CentralR1(MDS)RadioSystem(ExistingCustomersOnly) PNS10-503646KITMaster MDS 900 MHz Radio with Mounted 5dB OMNI Antenna & 50' Lead w/ Suppressor$ 1,083.00 PNS10-503648CKITRemote MDS 900 MHz Radio with Mounted 10dB Yagi Antenna & 25' Lead w/ Suppressor 1,083.00 PNS10-503646Replacement Master Radio with Adapter for CPR 2102 Power Supply (No Antenna Included)$ 885.00 PNS10-505402Replacement Master Radio without Power Supply or cable (No Antenna Included)$ 885.00 PNS10-503648CReplacement Remote Radio without Power Supply ( for AP22 or CPR2102 Antenna Included) 976.00 Page 5 of 44 HGACBuy CPR2102 with Remote MDS 900 MHz Radio with Mounted 5dB Omni Antenna and 50' Lead/ suppressor for PNS10-503645LVLas Vegas Nevada 1,323.00 CPR2102 with Remote MDS 900 MHz Radio with Mounted 5dB Omni Antenna and 50' Lead/ suppressor for PNS10-503645EClark County$ 1,323.00 IfeitherReplacementRadioisaRepeaterpleaseenteraY PNS10-501676FMaster MDS Radio and ESR 902 Ethernet Switch and Cables$ 2,041.00 ThisLANassemblycomeswitha50ft.antennalead.Ifyouneedmore(orless)cable,pleasecallRTC at(800)7828721forpricing. RTCDriverFeedbackSigns PowerTimingandCommuincationOptions 11" A/C Basic Driver Feedback Sign to tie into existing A/C Cabinet (add Time Switch, Communication PNS10-DFS-AC11Plan/Gateway and Guardian Board as needed) $ 2,370.00 11" A/C "Stand Alone" Basic Driver Feedback Sign (add Time Switch, Communication Plan/Gateway and PNS10-DFS-AC11PGuardian Board as needed) 2,542.00 11" D/C Basic Driver Feedback Sign to tie into existing D/C Power (add Time Switch, Communication PNS10-DFS-DC11Plan/Gateway and Guardian Board as needed) $ 2,319.00 11" D/C "Stand Alone" Basic Driver Feedback Sign includes (2) 22 Ah Batteries and 20 Watt Solar Panel (add PNS10-DFS-DC11PTime Switch, Communication Plan/Gateway and Guardian Board as needed) 2,765.00 12" A/C Stand Alone Basic Driver Feedback Sign (add Time Switch, Communication Plan/Gateway and PNS10-DFS-AC12Guardian Board as needed) 2,230.00 12" D/C Stand Alone Basic Driver Feedback Sign to tie into existing D/C Power (add Time Switch, PNS10-DFS-DC12Communication Plan/Gateway and Guardian Board as needed) $ 2,179.00 12" D/C Stand Alone Basic Driver Feedback Sign includes (2) 22 Ah Batteries and 20 Watt Solar Panel (add PNS10-DFS-DC12PTime Switch, Communication Plan/Gateway and Guardian Board as needed) $ 2,807.00 15" A/C Stand Alone Basic Driver Feedback Sign (add Time Switch, Communication Plan/Gateway and PNS10-DFS-AC15Guardian Board as needed) 2,813.00 15" D/C Stand Alone Basic Driver Feedback Sign to tie into existing D/C Power (add Time Switch, PNS10-DFS-DC15Communication Plan/Gateway and Guardian Board as needed) $ 2,763.00 15" D/C Stand Alone Basic Driver Feedback Sign includes (2) 22 Ah Batteries and 20 Watt Solar Panel (add PNS10-DFS-DC15PTime Switch, Communication Plan/Gateway and Guardian Board as needed) $ 3,389.00 PNS10-503644BAdd AP22 Time Switch to any Driver Feedback sign$ 430.00 PNS10-507413If you add a Commuication Plan below also add a gateway board$ 59.00 Add Five Year Communicaion Plan With Modem, RTC Connect© Software, Premium "Always up" Cloud PNS10-M2M5YR-4KBased Data Storage, Cell Service, Cable, Mount and Antenna 1,300.00 Add Three Year Communicaion Plan With Modem, RTC Connect© Software, Premium "Always up" Cloud PNS10-M2M3YR-4KBased Data Storage, Cell Service, Cable, Mount and Antenna 1,100.00 Add One Year Communicaion Plan With Modem, RTC Connect© Software, Premium "Always up" Cloud PNS10-M2M1YR-4KBased Data Storage, Cell Service, Cable, Mount and Antenna 900.00 Add D/C Guardian Board with wiring harness only (use only ifthere is an existing functional 6 terminal PNS10-Guardregulator) 382.00 PNS10-SUB40WSubstitute 40 Watt for 20 Watt Solar Panel$ 98.00 PNS10-ADD22AHAdd 2 more 22Ah Gel cell Batteries 155.00 RTCEdgelight©Signs This line adds a Cabinet (Including Configurable Dimming and Configurable Flash Patterns ),20W Solar Panel, 22Ah Battery to ANY Edgelight© sign. Note: with one battery cabinet you can add an AP22 Time Switch, Guardian© and M2M communication to any sign from School Flasher Section. Pole Assembly also not PNS10-S1ELASSY included.$ 814.00 Page 6 of 44 HGACBuy EdgeLightSchoolZoneSigns(SignOnlytoaddtoregularorexistingbatterycabinetinstallation) UboltMountingHdwreincluded,Bandingavailableonrequest PNS10-S1ELS5-1-15S5-1Speed Limit Edge Light Sign 15MPH (High Vis Florescent Green 24"x48", 12 LED's) $ 1,050.00 MPH? Ifnot15MPH,WhatSpeeddoyouwantonthesign? PNS10-S1S1-1-LGK30KS1-1 Edge Light School Pedestrian Sign Left WITHOUT Lines (30"x30") 1,045.00 PNS10-S1ELS1-1-RGK30KS1-1 Edge Light School Pedestrian Sign Right WITHOUT Lines (30"x30") 1,045.00 PNS10-S1ELS1-1-LGKS1-1 Edge Light School Pedestrian Sign Left WITHOUT Lines (36"x36") 1,082.00 PNS10-S1ELS1-1-RGKS1-1 Edge Light School Pedestrian Sign Right WITHOUT Lines (36"x36") 1,082.00 PNS10-S1ELS2-1-LGKS1-1 Edge Light School Pedestrian Sign Left WITH Lines (36"x36") $ 1,082.00 PNS10-S1ELS2-1-RGKS1-1 Edge Light School Pedestrian Sign Right WITH Lines (36"x36") 1,082.00 PNS10-S1ELW16-7P24-GKW16-7P Edge Light Arrow Pointing Left to Crossing Sign (24"x12") 972.00 PNS10-S1ELW16-7P24- RGKW16-7P Edge Light Arrow Pointing Right to Crossing Sign (24"x12") 972.00 PNS10-S1ELW16-7P-GKW16-7P Edge Light Arrow Pointing Left to Crossing Sign (30"x18") 1,010.00 PNS10-S1ELW16-7PR-GKW16-7P Edge Light Arrow Pointing Right to Crossing Sign (30"x18")$ 1,010.00 PNS10-S1ELW16-9P-GKW16-9P Edge Light "Ahead" Sign (30"x18")$ 1,010.00 PNS10-S1ELS7-1TKEdge Light Cell Phone Prohibited Sign (24"x18") 766.00 EdgeLightStopSigns(EdgeLightSignOnlytoaddtoregularorexistingbatterycabinet installation)UboltMountingHdwreincluded,Bandingavailableonrequest PNS10-ELR1-1 30KR1-1 Stop Edge Light Sign (30"x30", 8 LED's) 1,041.00 PNS10-ELR1-1 36KR1-1 Stop Edge Light Sign (36"x36", 8 LED's) $ 1,067.00 PNS10-ELR1-1 48KR1-1 Stop Edge Light Sign (48"x48", 8 LED's) 1,117.00 EdgeLightPedestrianCrossingSigns(EdgeLightSignOnlytoaddtoregularorexistingbattery cabinetinstallation) PNS10-ELW11-2-36KW11-2 Edge Light Pedestrian Sign Walking Left HV Green, No Lines (36"x36")$ 1,101.00 PNS10-ELW11-2R-36KW11-2Edge Light Pedestrian Sign Walking Right HV Green, No Lines (36"x36") 1,101.00 PNS10-ELW11-2KW11-2 Edge Light Pedestrian Sign Walking Left HV Green, No Lines (30"x30")$ 1,065.00 PNS10-ELW11-2RKW11-2 Edge Light Pedestrian Sign Walking Right HV Green, No Lines (30"x30") 1,065.00 PNS10-S1ELW16-7P24-GKW16-7P Edge Light Arrow Pointing Left to Crossing Sign (24"x12") 972.00 PNS10-S1ELW16-7P24- RGKW16-7P Edge Light Arrow Pointing Right to Crossing Sign (24"x12")$ 972.00 PNS10-S1ELW16-7P-GKW16-7P Edge Light Arrow Pointing Left to Crossing Sign (30"x18") 1,010.00 PNS10-S1ELW16-7PR-GKW16-7P Edge Light Arrow Pointing Right to Crossing Sign (30"x18") 1,010.00 PNS10-S1ELW16-9P-GKW16-9P Edge Light "Ahead" Sign (30"x18")$ 1,010.00 EdgeLightOtherSigns(SpecifyMUTCDSignorANYOtherSign) Describe Sign Here (Include MUTCD Code if known and Size ) RTCFireStationWarningSystems Page 7 of 44 HGACBuy IncludesCabinet,PushtoActivateSign,FireStationTextandTruckIconSign,20WSolarPaneland 53AhBatteryforSolarOptions AddPoles,PoleAnchors,SignalHeads,OtherSigns,LED'sorRRFB'sif Required IfyouwanttomountCabinettotheshaftofaSignalPoleenterY ActivationCabinetOptions Fire Station Warning System Facility and Remote Activated (for use with Light Duty Handheld Device, Not PNS10-600001MCIncluded)$ 2,688.00 Opticom© Activated Transmission and Opticom© Receiving (Does not include GTT Opticom phase selector or PNS10-600001Edetector or cable)$ 2,831.00 Radio Activated Transmission and Opticom© Receiving (Does not include GTT Opticom phase selector or PNS10-600001RTdetector or cable) Includes upgrade to 40 W Solar Panel$ 3,017.00 ReceivingCabinetOptions DC Fire Station Receiving Cabinet From Facility or Light Duty Remote (20 Watt Solar Panel and 53 AH PNS10-600002RBattery)$ 2,478.00 PNS10-600007RAC Fire Station Receiving Cabinet From Facility or Light Duty Remote (Part # 502507HH)$ 1,951.00 PNS10-502547MCLight Duty Vehicle Remote Control$ 99.00 PoleAssemblies(includesBase,Collar,AnchorBoltsandGroundingLug) PNS10-POLE15SPALASSY15' Spun Aluminum Pole, Base and Collar and Anchor Bolts$ 571.00 PNS10-POLE15BLKASSY15' Spun Aluminum Pole, Base and Collar and Anchor Bolts Powdercoated Black$ 638.00 IfyouwanttouseaScrewInAnchorinsteadofAnchorBoltsselectanAnchor PNS10-$ 35.00 PNS10-501312SA44" Anchor Pelco PB-5364 298.00 PNS10-501312SA88" Anchor Pelco PB-5375$ 516.00 12"Signals(IncludesVisor,closurekitandUboltmountinghdwre) PNS10-SIGPY12" Signal Heads Poly Yellow (1, 2 or 3 per flasher)$ 144.00 PNS10-SIGPB12" Signal Heads Poly Black (1,2 or 3 per flasher) 144.00 PNS10-SIGAY12" Signal Heads Aluminum Yellow (1, 2 or 3 per Flasher)$ 152.00 PNS10-SIGAB12" Signal Heads Aluminum Black (1, 2 or 3 per flasher) 152.00 IfyouwanttouseaSidebySideMountinginsteadofTopandBottomenterY PNS10- 12"LED's PNS10-50246312" Amber DC 5 Watt LED IL (RTC Standard) (1, 2 or 3 per flasher) 68.00 PNS10-PNS-82-TSL12YLX12" Amber AC LED IL (1, 2 or 3 per flasher) 68.00 0Change Solar and Battery Sizing$ - PNS10-SUB30WSubstitute 30 Watt for 20 Watt Solar Panel 88.00 PNS10-SUB40WSubstitute 40 Watt for 20 Watt Solar Panel$ 98.00 PNS10-SUB50WSubstitute 50 Watt for 20 Watt Solar Panel 130.00 PNS10-SUB65WSubstitute 65 Watt for 20 Watt Solar Panel$ 216.00 PNS10-SUB85WSubstitute 85 Watt for 20 Watt Solar Panel 334.00 PNS10-SUB100WSubstitute 100 Watt for 20 Watt Solar Panel$ 402.00 PNS10-SUB130WSubstitute 130 Watt for 20 Watt Solar Panel 493.00 PNS10-SUB150WSubstitute 150 Watt for 20 Watt Solar Panel$ 736.00 PNS10-SUB104ASubstitute 104Ah for 53Ah Battery 152.00 RTCPedestrianCrossingSystems IncludesCabinet,"PushtoActivate"Sign,40WattSolarPaneland53AhBatteryforSolarStations AddPoles,PoleAnchors,SignalHeads,LED'sorRRFB'sorOtherSignsif Required IfyouwanttomountCabinettotheshaftofaSignalPoleenterY PNS10-600008IDDC Pedestrian Crossing W/ Polara Model X APS Bluetooth Pushbutton $ 2,388.00 PNS10-600008MDC Pedestrian Crossing Master W/ Pushbutton (1 -2 Remotes) 2,388.00 Page 8 of 44 HGACBuy PNS10-600008MADC Pedestrian Crossing Master W/ Pushbutton (3 -6 Remotes) 2,652.00 PNS10-600008RDC Pedestrian Crossing Remote W/ Pushbutton$ 2,388.00 PNS10-FlashCube-MDC Flash Cube © Pedestrian Crossing Master W/ Pushbutton (Includes One Flashing beacon) 1,968.00 PNS10-FlashCube-RDC Flash Cube © Pedestrian Crossing Remote W/ Pushbutton (Includes one flashing Beacon)$ 1,968.00 PNS10-600005MAC Pedestrian Crossing Master W/ Pushbutton (1-2 Remotes) 1,892.00 PNS10-600005MAAC Pedestrian Crossing Master W/ Pushbutton (3 or more remotes)$ 2,155.00 PNS10-600004RAC Pedestrian Crossing Remote W/ Pushbutton 1,892.00 PNS10-50643062Gateway Radio for Ped Crossing$ 451.00 PNS10-506430N2Node Radio for Ped Crossing 451.00 PNS10-Cube2Add a Second LED, Signal, Visor and Mount to FlashCube$ 378.00 PNS10-Cube3Add a Third Confirmation LED, Signal, Visor and Mount 378.00 ChangeSolarandBatterySizing PNS10-SUB20WSubstitute 20 Watt for 40 Watt Solar Panel$ (97.00) PNS10-SUB30WSubstitute 30 Watt for 40 Watt Solar Panel 9.00) PNS10-SUB50WSubstitute 50 Watt for 40 Watt Solar Panel$ 33.00 PNS10-SUB65WSubstitute 65 Watt for 40 Watt Solar Panel 118.00 PNS10-SUB85WSubstitute 85 Watt for 40 Watt Solar Panel$ 237.00 PNS10-SUB100WSubstitute 100 Watt for 40 Watt Solar Panel 304.00 PNS10-SUB130WSubstitute 130 Watt for 40 Watt Solar Panel$ 395.00 PNS10-SUB150WSubstitute 150 Watt for 40 Watt Solar Panel 638.00 PNS10-SUB104ASubstitute 104Ah for 53Ah Battery$ 152.00 Substitute a Yellow Model X APS pushbutton for Bulldog Including Changing Control Panel (Add One for PNS10-SUBAPSeach Master and One for each Remote) 619.00 PNS10-Remove Push button from Assembly$ (196.00) PNS10-Add a Second Pushbutton 196.00 PNS10-503499SPolara 9X12 Push to Activate Sign$ 35.00 PNS10-APS MSGSpecial Message Fee 40.00 SignsforPedCrossings(IncludesUBoltMounting) PNS10-S1W11-2-G-36KW11-2 Pedestrian Sign Walking Left HV Green No Lines (36"x36") 226.00 PNS10-S1W11-2R-G-36KW11-2 Pedestrian Sign Walking Right HV Green No Lines (36"x36")$ 226.00 PNS10-S1W11-2KW11-2 Pedestrian Sign Walking Left HV Green No Lines (30"x30")$ 178.00 PNS10-S1W11-2RKW11-2 Pedestrian Sign Walking Right HV Green No Lines (30"x30") 178.00 PNS10-5003357ATBolt Kit for Back to Back Edge Light Signs or Back to Back RRFB's 18.00 PNS10-S1S2-1-LGKS2-1 School Pedestrian Sign Left WITH Lines (36"x36") HV Green $ 222.00 PNS10-S1S2-1-RGKS2-1 School Pedestrian Sign Right WITH Lines (36"x36") HV Green 222.00 PNS10-S1W16-7P24-GKW16-7P Arrow Pointing Left to Crossing Sign (24"x12") HV Green 79.00 PNS10-S1W16-7P24-RGKW16-7P Arrow Pointing Right to Crossing Sign (24"x12") HV Green 79.00 PNS10-S1W16-9P-GKW16-9P "Ahead" Sign (30"x18") HV Green 116.00 EdgeLightPedestrianCrossingSigns(EdgeLightSignOnlytoaddtoexistingbatterycabinet installation) PNS10-ELW11-2KW11-2 Edge Light Pedestrian Sign Walking Left HV Green, No Lines (30"x30")$ 1,065.00 PNS10-ELW11-2RKW11-2 Edge Light Pedestrian Sign Walking Right HV Green, No Lines (30"x30") 1,065.00 PNS10-ELW11-2-36KW11-2 Edge Light Pedestrian Sign Walking Left HV Green, No Lines (36"x36")$ 1,101.00 PNS10-ELW11-2R-36KW11-2 Edge Light Pedestrian Sign Walking Right HV Green, No Lines (36"x36")$ 1,101.00 PNS10-S1ELW16-7P24-GKW16-7P Edge Light Arrow Pointing Left to Crossing Sign (24"x12")$ 972.00 PNS10-S1ELW16-7P24- RGKW16-7P Edge Light Arrow Pointing Right to Crossing Sign (24"x12")$ 972.00 PNS10-S1ELW16-7P-GKW16-7P Edge Light Arrow Pointing Left to Crossing Sign (30"x18")$ 1,010.00 PNS10-S1ELW16-7PR-GKW16-7P Edge Light Arrow Pointing Right to Crossing Sign (30"x18")$ 1,010.00 PNS10-S1ELW16-9P-GKW16-9P Edge Light "Ahead" Sign (30"x18")$ 1,010.00 Page 9 of 44 HGACBuy This line adds a Cabinet (Including Configurable Dimming and Configurable Flash Patterns ),20W Solar Panel, 22Ah Battery to ANY Edgelight© sign. Note: with one battery cabinet you can add an AP22 Time Switch, Guardian© and M2M communication to any sign from School Flasher Section. Pole Assembly also not PNS10-S1ELASSYincluded.$ 814.00 RRFB'sinBlackAluminum(UboltMountingHdwre,BandingAvailableonrequest) IfyouwanttochangethecolortoYellowenterY PNS10-503661DSingle Solar RRFB (No Confirmation Light) (Ubolt Mount)$ 705.00 PNS10-503661DBSingle Solar RRFB (No Confirmation Light) (Banding Mount) 672.00 PNS10-503661D2Back to Back Solar RRFBs (No Confirmation Light) (Ubolt Mount)$ 1,326.00 PNS10-503661DCSingle Solar RRFB W/ Confirmation Light (Ubolt Mount) 790.00 PNS10-503661DCBSingle Solar RRFB W/ Confirmation Light (Banding Mount)$ 758.00 PNS10-503661DCCSingle Solar RRFB W/ Two Confirmation Lights (Ubolt Mount) 874.00 PNS10-503661DCCBSingle Solar RRFB W/ Two Confirmation Lights (Banding Mount)$ 842.00 PNS10-503661DC2Back to Back Solar RRFBs W/ One Confirmation Light (Ubolt Mount) 1,485.00 PNS10-503661DC2BBack to Back Solar RRFBs W/ One Confirmation Light (Banding Mount)$ 1,430.00 PNS10-503661DC3Back to Back Solar RRFBs W/ Two Confirmation Lights (Ubolt Mount) 1,570.00 PNS10-503661DCC2Back to Back Solar RRFBs W/ Four Confirmation Lights (UBolt Mount)$ 1,729.00 PNS10-503661ASingle AC RRFB (No Confirmation Light) (Ubolt Mount) 775.00 PNS10-503661ABSingle AC RRFB (No Confirmation Light) (Banding Mount)$ 742.00 PNS10-503661A2Back to Back AC RRFBs (No Confirmation Light) (Ubolt Mount) 1,542.00 PNS10-503661ACSingle AC RRFB W/ Confirmation Light (Ubolt Mount)$ 861.00 PNS10-503661ACBSingle AC RRFB W/ Confirmation Light (Banding Mount) 829.00 PNS10-503661ACCSingle AC RRFB W/ two Confirmation Light (Ubolt Mount)$ 946.00 PNS10-503661ACCBSingle AC RRFB W/ two Confirmation Light (Banding Mount) 914.00 PNS10-503661AC2Back to Back AC RRFBs W/ One Confirmation Light (Ubolt Mount)$ 1,616.00 PNS10-503661AC2BBack to Back AC RRFBs W/ One Confirmation Light (Banding Mount) 1,561.00 PNS10-SUB30WSubstitute 30 Watt for 20 Watt Solar Panel$ (9.00) PNS10-SUB40WSubstitute 40 Watt for 20 Watt Solar Panel 97.00) PNS10-SUB50WSubstitute 50 Watt for 20 Watt Solar Panel$ 31.00 PNS10-SUB65WSubstitute 65 Watt for 20 Watt Solar Panel 118.00 PNS10-SUB85WSubstitute 85 Watt for 20 Watt Solar Panel$ 237.00 PNS10-SUB104ASubstitute 104Ah for 53Ah Battery 152.00 PoleAssemblies(includesBase,Collar,AnchorBoltsandGroundingLug) PNS10-POLE15SPALASSY15' Spun Aluminum Pole, Base and Collar and Anchor Bolts$ 571.00 PNS10-POLE15BLKASSY15' Spun Aluminum Pole, Base and Collar and Anchor Bolts Powdercoated Black$ 638.00 IfyouwanttouseaScrewInAnchorinsteadofAnchorBoltsselectanAnchor PNS10-$ 35.00 PNS10-501312SA44" Anchor Pelco PB-5364 298.00 PNS10-501312SA88" Anchor Pelco PB-5375$ 516.00 12"Signals(IncludesVisor,closurekitandUboltmountinghdwre) PNS10-SIGPY12" Signal Heads Poly Yellow (1, 2 or 3 per flasher)$ 144.00 PNS10-SIGPB12" Signal Heads Poly Black (1,2 or 3 per flasher) 144.00 PNS10-SIGAY12" Signal Heads Aluminum Yellow (1, 2 or 3 per Flasher)$ 152.00 PNS10-SIGAB12" Signal Heads Aluminum Black (1, 2 or 3 per flasher) 152.00 IfyouwanttouseaSidebySideMountinginsteadofTopandBottomenterY 12"LED's PNS10-50246312" Amber DC 5 Watt LED IL (RTC Standard) (1, 2 or 3 per flasher) 68.00 PNS10-PNS-82-TSL12YLX12" Amber AC LED IL (1, 2 or 3 per flasher) 68.00 RTCAlaCarteSection SignalCabinets(ALLRTCCabinetsincludeallloadswitches,flashtransferrealys,isolators,power suppliesandBIU'sasneeded) PNS10-TS1TS1 Cabinet No Conflict Monitor or Controller$ 9,096.00 PNS10-TS1MTS1 Cabinet with EDI Conflict Monitor but No Controller 10,132.00 PNS10-TS1MCTS1 Cabinet with EDI Conflict Monitor and McCain Controller$ 12,520.00 PNS10-TS2TS2 Cabinet No Conflict Monitor or Controller 10,751.00 PNS10-TS2MTS2 Cabinet with EDI Conflict Monitor but No Controller$ 11,787.00 Page 10 of 44 HGACBuy PNS10-TS2MCTS2 Cabinet with EDI Conflict Monitor and McCain Controller 14,177.00 PNS10-TS2TXTXDOT TS2 Cabinet with EDI Conflict Monitor but No Controller$ 12,277.00 TimeSwitchesAlaCarte PNS10-503644BAP22 Time Switch W/O Harness$ 430.00 PNS10-AP22HAP22 Harness 48" 31.00 PNS10-504567Program Transfer Cable PC to AP22/CPR/TR4$ 40.00 PNS10-500637Program Transfer Cable Kit PC to AP22/CPR/TR4 129.00 PNS10-504558AP22 Transfer Cable (Clock to Clock)$ 23.00 PNS10-AP22 Time Clock Upgrade and Warranty 137.00 PNS10-501614BAP21 Time Switch W/O Harness$ 320.00 PNS10-503518AP21 & CPR2102 Harness 48" 31.00 PNS10-500512Program Transfer Cable PC to AP21 or AP21 to AP21$ 10.00 PNS10-500635DProgram Transfer Cable KIT PC to AP21 or AP21 to AP21 72.00 PNS10-500482DB9 to RJ45 Adapter Cable$ 55.00 PNS10-500625AP21TR AC Time Switch (No Keypad or Display) 195.00 PNS10-500634AP21TR DC Time Switch (No Keypad or Display)$ 195.00 PNS10-500455Base Relay for DCF 2 circuit Flasher and AP21TR 7.00 PNS10-505426Adapter USB to DB9$ 52.00 PNS10-500517Power Cord for all Time Switches 43.00 PNS10-507409Memory Capacitor (was 501808)$ 10.00 PNS10-500335EMounting Bracket for Pager Antenna in DC Cabinet 36.00 PNS10-503349KMounting Bracket for Pager Antenna in AC Cabinet$ 83.00 PNS10-501532CGPS Receiver W/ Harness 260.00 PNS10-506445CPWM-3CPR 2102 Time Clock Upgrade and Warranty 138.00 PNS10-503525ACPR 2102 Pager Antenna w/ 30' Lead$ 94.00 PNS10-501628ADD a CPR 2102 TXDOT/ELTEC Replacement Wiring Harness 36.00 PNS10-503518ADD a CPR 2102 Replacement Wiring Harness$ 36.00 CommunicationOptions: R1andR2RadioandAntennaOptions PNS10-505472-11dB11dB Omni Antenna with Mounting Bracket$ 536.00 PNS10-503525Y10dB Yagi Antenna W/ Mounting Bracket, 25' Lead 189.00 PNS10-505472-55dB OMNI Antenna W/O Mounting Bracket, No Lead$ 176.00 PNS10-503525BE3dB OMNI Antenna W/O Mounting Bracket, 30' Lead 105.00 PNS10-502356Mounting Bracket for all Yagi Antennas$ 98.00 PNS10-505472-5BMounting Bracket For 5dB Omni Antenna on 1.5" pole (for 505472-5) 38.00 PNS10-500335EMounting Bracket For 5dB Omni, CPR Pager 3dB Omni Antennas on Solar Panel$ 22.00 PNS10-505472L-2525' 240 Series Antenna Lead Only (No Lightning Suppressor) 40.00 PNS10-505472L-5050' 240 Series Antenna Lead With Suppressor$ 235.00 PNS10-505472L-100100' 400 Series Antenna Lead With Suppressor 299.00 PNS10-505472L-100BE100' 400 Series Antenna Lead With Suppressor (for 503525BE, Fire Station WS)$ 326.00 PNS10-505472L-150150' 400 Series Antenna Lead With Suppressor 394.00 PNS10-505433Lightning Suppressor for Antenna Lead$ 43.00 PNS10-505476-2ESR 902 Serial Port Server (No Cables) 755.00 PNS10-505476C6 Foot Serial Cable from Radio to Switch $ 22.00 PNS10-505476EC7 Foot Cat 5 Cable from LAN to Switch 13.00 PNS10-5012572 Conductor Cable for RRFB Pigtail (Per Foot) (A/C Only)$ 1.00 SolarandACCabinetBackPanelsandComponents PNS10-EngSpecialty Panel Engineering Adder Per Hour$ 125.00 PNS10-503333UBOne Battery Cabinet Cabinet Only 478.00 PNS10-503333FBOne Battery Cabinet - Cabinet Only + Flared Pole Mount$ 486.00 PNS10-503333HBOne Battery Cabinet - Cabinet Only + Hinge Bracket Mount 486.00 PNS10-502598SW One Battery Cabinet - Panel Only$ 309.00 PNS10-503568Two Battery Cabinet - Cabinet Only - Ubolt mount 819.00 PNS10-503576Two Battery Cabinet - Cabinet Only - Flare Bracket mount $ 819.00 PNS10-503568-3PTHouston Two Battery Cabinet - + 3PT Lock 819.00 PNS10-502598Houston Two Battery Cabinet - Panel Only Add 50489-15 Regulator, and 500540 Flasher$ 234.00 Grand Prairie Two Battery Cabinet (Complete with Radio and CPR 2102 Time Switch, Pole, base, anchor bolts, PNS10-SFGP3LED signals and LED's)$ 4,905.00 PNS10-502598GPGrand Prairie Two Battery Cabinet Panel Only (Add 20A SS Regulator & DCF2) 247.00 PNS10-501302-3PTHouston Two Battery Cabinet with Three Point lock$ 670.00 PNS10-500341CCNKClark County AC School Cabinet and Panel 939.00 PNS10-500341CCNPKClark County AC Pedestrian Crossing Cabinet and Panel (No Ped ISO)$ 1,204.00 PNS10-502598LCBPanel Only for Two Battery Cabinet With Regulator 283.00 PNS10-502564AC Cabinet - Cabinet Only + Ubolts$ 373.00 Page 11 of 44 HGACBuy PNS10-502565AC Cabinet - Cabinet Only + Flared Pole Mount 373.00 PNS10-502565HBAC Cabinet - Cabinet Only + Hinge Bracket Mount$ 373.00 PNS10-502505A/C Panel ( NEMA Flasher Only, No Flash Transfer Relay) 248.00 PNS10-500533NEMA Flasher$ 40.00 PNS10-502505PPelco Cabinet Replacement Panel (does not include AP22, M2M or Guard) 348.00 PNS10-500357Mounting Bracket 4.5" Ubolt$ 55.00 PNS10-500357BMounting Bracket 4.5" Ubolt Powder Coated 59.00 PNS10-502364-4Mounting Bracket - Flared for Signal Poles (AC cabinet needs one, DC cabinets need 2 each) 22.00 PNS10-502364HBMounting Bracket 4.5" Hinged Bracket (DC Cabinets) 129.00 PNS10-502364HBAMounting Bracket 4.5" Hinged Bracket (AC Cabinets)$ 151.00 PNS10-502598DC Panel Assy (Houston Spec)(No DCF, No Regulator) 111.00 PNS10-502598BPDC Panel Assy (Quick Replacement/Small Footprint)$ 309.00 PNS10-502598GPDC Panel Assy (Grand Prairie Spec) 300.00 PNS10-500540DCF 2 circuit Flasher$ 159.00 PNS10-502598FCBACircuit Board Flasher Interface W/ Automotive Fuses) 163.00 PNS10-500489-1515 Amp Regulator PROSTAR LCD Screen (up to 250 Watt System) 257.00 PNS10-504459SS2020 Amp Sun Saver Regulator Without LCD Display (up to 320 Watt System)$ 143.00 PNS10-501359# 2 Key for Lock 4.00 PNS10-500380# 2 Lock (includes 1 key)$ 31.00 PNS10-500316# 1 (Police) Key for Lock 3.00 PNS10-500315# 1 (Police) Lock (includes 1 key)$ 22.00 SolarPanels(WiringKitIncluded),BracketsandWiringKits PNS10-502400-2020 Watt Solar Panel ONLY$ 120.00 PNS10-502400-3030 Watt Solar Panel ONLY 208.00 PNS10-502400-4040 Watt Solar Panel ONLY$ 217.00 PNS10-502400-5050 Watt Solar Panel ONLY 250.00 PNS10-502400-6565 Watt Solar Panel ONLY$ 335.00 PNS10-502400-8585 Watt Solar Panel ONLY 454.00 PNS10-502400-100100 Watt Solar Panel ONLY$ 521.00 PNS10-502400-130130 Watt Solar Panel ONLY 612.00 PNS10-502400-150150 Watt Solar Panel ONLY$ 855.00 PNS10-502400-MBanding Mounting Bracket 20-50 W for Most Pole Sizes (Includes Bolt Kit) 86.00 PNS10-503371UGimble Mount for 2" Square Pole$ 213.00 PNS10-503371PKSmall Top of Pole Mount Kit 174.00 PNS10-502400-M24.5 OD Top of Pole Gimble Mounting Bracket 65-130 W (Includes Bolt Kit)$ 199.00 PNS10-503364BSide of Pole Riser Mount 5' 243.00 Poles&AnchorsAlaCarte PNS10-50130715' Spun Aluminum Pole (Pole Only) 300.00 PNS10-501310Pole Base SPTX-1014$ 153.00 PNS10-501311Pole Collar PB-5325 65.00 PNS10-501310GLGrounding Lug PB-5378-BRS$ 17.00 PNS10-501312Anchor Bolts Pelco 5306-GLV 35.00 PNS10-501312GRGrounding Rod with Clamp and Wire$ 48.00 PNS10-501309MPole Cap PB-5402 12.00 SignalLEDandWiringAlaCarte PNS10-502463-8W12" Amber DC 8 Watt LED IL (1, 2or 3 per flasher) To Match Existing LED'sONLY 85.00 PNS10-503375NSMounting Hdwre Pelco SE-5053-ALO Single$ 51.00 PNS10-503375NSBMounting Hdwre Pelco SE-5053-ALO Single Black Powdercoat 51.00 PNS10-503375SSCMounting Hdwre Pelco SE-5186-ALO Side by Side$ 103.00 PNS10-501304Signal Closure Kit Yellow 4.00 PNS10-501304BSignal Closure Kit Black$ 4.00 PNS10-504580SSignal Wiring Kit 21.00 PNS10-501422BPLOne Section Black Poly 12" Backplate (Louvered)$ 48.00 PNS10-501422BPOne Section Black Poly 12" Backplate (non Louvered) 47.00 TR4's PNS10-501661F4TR4 GPS Time Reference (includes GPS Receiver, Power Cord and Wiring Harness)$ 616.00 PNS10-501532GPS Receiver Only 221.00 PNS10-501661-4MDOTTR4 GPS Time Reference for Missouri DOT (add 501532M)$ 371.00 PNS10-501532MGPS Receiver Only for Missouri DOT 221.00 PNS10-501661-4KTR4 Time Reference (W/O GPS)$ 328.00 PNS10-502586TR4 72" Harness to GPS Receiver 43.00 Page 12 of 44 HGACBuy PNS10-502585TR4 72" Harness and Power Cord 43.00 PNS10-505495TProcessor Chip Upgrade (TR3 to TR4)$ 23.00 PNS10-501664GPS Remote Mounting Assembly 326.00 Other PNS10-501610POpticom IR Emitter Reader with Soft Side Pouch$ 569.00 PNS10-506440Hardshell Pelican Case for Reader$ 137.00 PNS10-500632Gate Opener Board for Opticom Gate Opener 237.00 RTCInstallationLabor(CTC) CTCINSTALLFire Station Warning System 8 hours $260 per hour$ 2,080.00 CTCINSTALL15Ó Pole Installation Î Screw in Anchor or Bolts 4 Hours $260 per hour$ 1,040.00 CTCINSTALLSignal Cabinet Install TS/1 & TS/2 8 Hours $210 per hour 1,680.00 RTCRepairs(doesNOTincludePageronCPR2102) PNS10-AP22 REP1-5AP22 or CPR2102 Time Switch Repair Year 1-5 (Non Warranty) 125.00 PNS10-AP22 REP6AP22 or CPR2102 Time Switch Repair Year 6$ 216.00 PNS10-AP22 REP7AP22 or CPR2102 Time Switch Repair Year 7 259.00 PNS10-AP22 REP8AP22 or CPR2102 Time Switch Repair Year 8$ 302.00 PNS10-AP22 REP9AP22 or CPR2102 Time Switch Repair Year 9 345.00 PNS10-AP22 REP10AP22 or CPR2102 Time Switch Repair Year 10$ 387.00 PNS10-CPRREPPGCPR 2102 Pager Replacement ADD on to any repair 150.00 PNS10-AP22 REP1-5AP22 Time Switch Repair Year 1-5 (Non Warranty)$ 125.00 PNS10-AP21 REP6AP21 Time Switch Repair Year 6 160.00 PNS10-AP21 REP7AP21 Time Switch Repair Year 7$ 192.00 PNS10-AP21 REP8AP21 Time Switch Repair Year 8 224.00 PNS10-AP21 REP9AP21 Time Switch Repair Year 9$ 256.00 PNS10-AP21 REP10AP21 Time Switch Repair Year 10 287.00 GTTOpticom GTTOpticomIRTraffic 110283Model 794H LED Emitter 1,030.00 110260Model 792H Strobe Emitter$ 1,030.00 110261793S Emitter Switch (On/Off Box) 144.00 110619Model 762 Phase Selector $ 1,868.00 110610-MMModel 764 Multimode Phase Selector 2,946.00 110274Model 462 Phase Selector$ 1,384.00 110620Model 464 Phase Selector 1,999.00 110245Model 711 Detector $ 479.00 110258Model 721 Detector 535.00 110247Model 722 Detector $ 741.00 TradeInTradeUpSection OnlyIncludetheitemsthatareeligibleforthediscountinthisseaction 110283Model 794H LED Emitter$ 1,030.00 110260Model 792H Strobe Emitter 1,030.00 110261793S Emitter Switch (On/Off Box)$ 144.00 110619Model 762 Phase Selector 1,868.00 110610-MMModel 764 Multimode Phase Selector$ 2,946.00 110274Model 462 Phase Selector 1,384.00 110620Model 464 Phase Selector$ 1,999.00 110245Model 711 Detector 479.00 110258Model 721 Detector $ 535.00 110247Model 722 Detector 741.00 GTT Trade InTrade in Trade Up Discount 20.6248%20.625% GTTOpticomGPSTraffic 110610-MMModel 764 Multimode Phase Selector$ 2,946.00 110610-MMEWExtended Warranty 764 MM Phase Selector 442.00 110610-CELLModel 7614 Multimode Phase Selector - Cellular$ 3,413.00 110610-CELLEWExtended Warranty 7614 MM Phase Selector 512.00 110620Model 464 Phase Selector$ 1,999.00 110620-MMEWExtended Warranty 464 MM Phase Selector 479.00 110603-MMModel 768 Auxiliary Panel $ 531.00 110603-MMEWExtended Warranty 768 Aux Panel 83.00 1106113100 GPS Radio Unit (Mast Mount)$ 2,840.00 110611-EWExtended Warranty 3100 GPS Radio 426.00 110611CAB3100 GPS Radio Unit (Cabinet Mount)$ 2,830.00 110611CAB-EWExtended Warranty 3100 GPS Radio 424.00 Page 13 of 44 HGACBuy 1106012100 GPS Preemption Vehicle Kit 3,192.00 110601EWExtended Warranty 2000 Series Vehicle Kit$ 479.00 110617GPS Intelligreen Fire Station System 6,012.00 110617EWGPS Intelligreen 5 Yr Warranty$ 902.00 GTTGPSSubscriptionPricespermonth 1000-1337-0Subscription Service per Vehicle$ 105.00 1000-1338-0Subscription Service per Intersection 171.00 GTTOpticomMultimodeTraffic 110610-MMModel 764 Multimode Phase Selector$ 2,946.00 110610-MMEWExtended Warranty 764 MM Phase Selector$ 442.00 110610-CELLModel 7614 Multimode Phase Selector - Cellular 3,413.00 110610-CELLEWExtended Warranty 7614 MM Phase Selector$ 512.00 110603-MMModel 768 Auxiliary Panel 531.00 110603-MMEWExtended Warranty 768 Aux Panel$ 83.00 110253Model 755 Four Channel Adapter Card 54.00 1106113100 GPS Radio Unit (Mast Mount)$ 2,840.00 110611-EWExtended Warranty 3100 GPS Radio 426.00 110611CAB3100 GPS Radio Unit (Cabinet Mount)$ 2,830.00 110611CAB-EWExtended Warranty 3100 GPS Radio 424.00 110283-MMModel 794HM Multimode Emitter$ 1,031.00 110283-MMEWExtended Warranty Model 794HM 155.00 110609MM Vehicle Kit (2100 GPS VCU/Radio, 794HM, Cable & Hdwre)$ 3,675.00 110609EWExtended Warranty MM Vehicle Kit 551.00 GTTOpticomTransit(LowPriority) 110269Model 794T LED Emitter 1,020.00 110269Model 792T Strobe Emitter$ 1,020.00 1106012000 Series GPS Preemption Vehicle Kit 3,192.00 110601EWExtended Warranty 2000 Series Vehicle Kit$ 479.00 110283-MM (Low)Model 794TM Multimode Emitter 1,020.00 110283-MMEWExtended Warranty Model 794HM $ 153.00 76-1000-1298-04010 Vehicle Computer Kit 1,733.00 76-1000-1282-0400 2.4 Ghz Radio/GPS Unit$ 1,050.00 76-1000-1242-0211 Vehicle Interface Cable W/ Dead Reconing 158.00 GTTCable,Mounting&Accessories 108001External Mounting Cabinet$ 512.00 110216AModel 138 Cable 500 Ft Roll (Per Ft.) 0.68 110216BModel 138 Cable 1,000 Ft Roll (Per Ft.) $ 0.68 110216CModel 138 Cable 2,500 Ft Roll (Per Ft.) 0.73 110605AGPS Cable 500 Ft Roll (Per Ft.) $ 1.10 110605GPS Cable 1,000 Ft Roll (Per Ft.) 1.10 110605CGPS Cable 2,500 Ft Roll (Per Ft.) $ 1.10 2010113/4" Narrow Hub (IR) 13.00 101001Span Wire Clamp$ 4.00 201011 (hub)Mast Arm Mount (GPS) 83.00 110280Opticom Software Kit Includes RS232 cable$ 1,025.00 100201Model 380 Card Rack 172.00 110214GTT Model 760 Card Rack (Incl. Harness)$ 302.00 0760 Card Rack Harness Only 71.00 110284Remote Code Reader (794 Emitters only)$ 308.00 PNS10-501610PHandheld Code Reader (794 Only) 561.00 110282Serial Comm Cable RS232 (Emitter Programming)$ 21.00 110270Y Cable (Emitter Programming) 359.00 0794/494 & 792/492 Hardware Install Kit $ 338.00 110271794/494 & 792/492 Emitter Cable Assy. 82.00 110613Gps Radio Antenna 1050 White$ 205.00 110613AGps Radio Antenna 1050 Black 205.00 110615GPS Vehicle Interface Cable$ 167.00 GTTSoftware 0CMS Software for Five Intersections 750.00 0CMS Annual Maintenance for Five Intersections$ 113.00 0Analytics Software Setup Charge 7,380.00 0Analytics Software Per Vehicle$ 123.00 GTTGateOpenerKit Page 14 of 44 HGACBuy 721 Gate Opener Kit includes 721 Detector, 462 Phase selector, RTC 380 Card Rack with 100 ft of 138 Cable, 200201BNarrow Hub$ 2,740.00 GTTInstallationandHealthCheckLabor(CTC) CTCINSTALLGPS Opticom Intersection 5 hours $260 per hour$ 1,300.00 CTCINSTALLIR Intersection 4 direction 10 hours $260 per hour 2,600.00 CTCINSTALLIR Diamond Intersection 12 hours $260 per hour$ 3,120.00 CTCINSTALLGPS Diamond Intersection* 5 hours $260 per hour (requires site visit) 1,300.00 CTCINSTALLIR Emitter Install 4 hours $130 per hour$ 520.00 CTCINSTALLGPS/Multimode Vehicle kit 5 hours $130 per hour 650.00 CTCINSTALLIntelligreen System/RTC System FSW 8 hours $260 per hour$ 2,080.00 CTCINSTALLOpticom Initial HealthCheck per Intersection 75.00 CTCINSTALLOpticom Annual Maintenance per Intersection$ 230.00 GTTCanoga GTTCanogaNote:MeasurementandCarriersandinstallneedtobeincludedwitanyquoteof CanogaMicroloops 1103309004 Four Channel Card (Two Lanes Speed and Length)$ 675.00 1115011000 ft Spool Home run cable per FT 0.70 78-8114-5717-1Installaton Kit 702 Non invasive Microloop$ 118.00 78-8114-5707-2Installaton Kit 7002 Non-Invasive Microloop 67.00 78-8118-6123-2Carrier Package@ 25 Units 702 Non Invasive Microloops$ 182.00 78-8118-6124-0Carrier Package@ 50 Units 702 Non Invasive Microloops 364.00 75-0301-3114-0701-1 Single Microlooop with 75 ft Cable$ 202.00 75-0301-3115-7701-1 Single Microlooop with 150 ft Cable 235.00 75-0301-3116-5701-1 Single Microlooop with 250 ft Cable$ 278.00 75-0301-3117-3701-1 Single Microlooop with 500 ft Cable 388.00 75-0301-3118-1701-1 Single Microlooop with 1000 ft Cable$ 608.00 75-0301-3119-9701-2 Double Microlooop with 75 ft Cable 373.00 75-0301-3120-7701-2 Double Microlooop with 150 ft Cable$ 406.00 75-0301-3121-5701-2 Double Microlooop with 250 ft Cable 450.00 75-0301-3122-3701-2 Double Microlooop with 500 ft Cable$ 560.00 75-0301-3123-1701-2 Double Microlooop with 1000 ft Cable 780.00 PolaraPushbuttonsandAPS PedDetectionPushButtons(Std.)PolaraBulldog BulldogButtons&Misc 87-BDL3-YBulldog Button Yellow 75.00 87-BDL3-BBulldog Button Black$ 75.00 871003-014-YBulldog Button Yellow (TS1 Only) 75.00 871003-014-BBulldog Button Black (TS1 Only)$ 75.00 87-BDL3-010-YBulldog Button NO LED Yellow 79.00 87-BDL3-010-BBulldog Button NO LED Black$ 79.00 87-BDL3AL-YBulldog Button Yellow - Left Arrow 86.00 87-BDL3AL-BBulldog Button Black - Left Arrow$ 86.00 87-BDL3AR-YBulldog Button Yellow - Right Arrow 86.00 87-BDL3AR-BBulldog Button Black - Right Arrow$ 86.00 87-BDPM3-YBulldog Pole Universal Mount Yellow 12.00 87-BDPM3-BBulldog Pole Universal Mount Black$ 12.00 87-APBC-YBulldog Pushbutton Cup Aluminum Yellow 12.00 87-APBC-BBulldog Pushbutton Cup Aluminum Black$ 12.00 ie. (87-BDL3CE-Y)Bulldog One Time Custom Etching Fee (Add CE to Part number) 200.00 87-RBDSP-014-Y-4HRectangular Bulldog Button Yellow 81.00 87-RBDSP-014-B-4HRectangular Bulldog Button Black$ 81.00 Bulldog5X7 871011-Y5x7 Bulldog Button Frame Yellow 39.00 871011-B5x7 Bulldog Button Frame Black$ 39.00 87-PBFA9X12-B5x7 Coversion to 9X12 Bulldog Backplate Black 17.00 87-PBFA9X12-Y5x7 Coversion to 9X12 Bulldog Backplate Yellow$ 17.00 87-PBFA9X15-B5x7 Coversion to 9X15 Bulldog Backplate Black 21.00 87-PBFA9X15-Y5x7 Coversion to 9X15 Bulldog Backplate Yellow$ 21.00 87-800-875x7 Reversable Sign (Hand Man) Option A 13.00 87-800-885x7 Bidirectional Sign (Hand Man) Option A$ 13.00 87-800-595x7 Reversable Sign (Flashing Hand) Option B 15.00 Page 15 of 44 HGACBuy 87-800-635x7 Bidirectional Sign (Flashing Hand) Option B 15.00 Bulldog9X12 871012-Y9X12 Bulldog Button Frame Yellow$ 56.00 871012-B9X12 Bulldog Button Frame Black 56.00 8710199X12 Reversable Sign (Flashing Hand R10-3B) Option U$ 24.00 87-800-729X12 Bidirectional Sign (Flashing Hand R10-3B) Option U 16.00 87-800-679X12 Reversable Sign (International) Option D$ 17.00 87-800-709X12 Bidirectional Sign (International) Option D 17.00 87-800-859X12 Reversable Sign (Countdown R10-3E) Option C$ 17.00 87-800-909X12 Bidirectional Sign (Countdown R10-3E) Option C 17.00 87-800H-869X12 Reversable Sign (MUTCD R10-3) Option V$ 19.00 87-800H-899X12 Bidirectional Sign (MUTCD R10-3) Option V 13.00 Bulldog9X15 87-PBF9X15-Y9X15 Bulldog Button Frame Yellow$ 59.00 87-PBF9X15-B9X15 Bulldog Button Frame Black 59.00 87-800H-849X15 Reversable Sign (Countdown R10-3E) Option T$ 30.00 87-800H-999X15 Bidirectional Sign (Countdown R10-3E) Option T 20.00 BulldogPushButtonControlUnits&Accessories 87-PBCUPush Button Control Unit A/C Powered$ 268.00 87-PBCU-DCPush Button Control Unit D/C Powered$ 301.00 87-PBCUHK-12PBCU Hardware Kit 12' Cable (6 and 15 ft discontinued) 72.00 87-BDPM3-BBulldog Pole Mount - Black$ 12.00 87-BDPM3-YBulldog Pole Mount - Yellow 12.00 87-PA-iBPelco Poly Adaptor - Black$ 12.00 87-PA-iYPelco Poly Adaptor - Yellow 12.00 87-PBC-BPush Button Cup - Black$ 12.00 87-PBC-YPush Button Cup - Yellow 12.00 87-PBFE-06Push Button Frame Pole Extender 6"$ 87.00 87-PBFE-12Push Button Frame Pole Extender 12" 95.00 87-PBFS4.5X2-BPBF Adapter for 2 Frames on one 4.5" Pole (all sizes) Black$ 78.00 87-PBFS4.5X2-YPBF Adapter for 2 Frames on one 4.5" Pole (all sizes) Yellow 78.00 2WireNavigatorControlUnitNOLONGERONPRICELIST!!! 87-CCU2ENCCU (Add Hardware Kit if needed) 2,285.00 87-CCU2ENCCU Including 6' Cable Hardware Kit$ 2,518.00 87-CCU2ENHKCCU Hardware Kit (6' cable) 233.00 87-CCU2ENHK-8CCU Hardware Kit (8' cable)$ 243.00 87-CCU2ENHK-12CCU Hardware Kit (12' cable) 280.00 87-850-1861st GEN Circuit Board (Replacement Part)$ 87.00 87-850-317Latest GEN Circuit Board (Replacement Part) 67.00 87-850-217CCU Cable Harness Assy (Replacement Part)$ 167.00 87-850-172CCU Wall Mount Kit 21.00 iNS2(SDLCConnector)2WireIntellegentAPS,(BaseisalwaysBlack) 87 - ICCU-S2+SDLCCPICCU - Shelf Model Including Hardware Kit, Power Supply and ICB$ 2,335.00 87 - ICCU-C2+SDLCCPICCU - Rack Mount Including Hardware Kit, Power Supply and ICB$ 2,342.00 87 - ICCU-BICCU - BIU Model Including Hardware Kit, Power Supply and ICB 2,222.00 87 - ICCU-SHKICCU - Shelf Model Hardware Kit Only$ 239.00 87 - ICCU-CHKICCU - Rack Mount Hardware Kit Only 246.00 87 - ICCU-BHKICCU - BIU Model Hardware Kit Only$ 280.00 iNS(50Pinconnector)2WireIntellegentAPS,(BaseisalwaysBlack) 87 - ICCU-S+SDLCCPICCU - Shelf Model Including Hardware Kit, Power Supply and ICB$ 2,335.00 87 - ICCU-C+SDLCCPICCU - Rack Mount Including Hardware Kit, Power Supply and ICB 2,342.00 87 - ICCU-BICCU - BIU Model Including Hardware Kit, Power Supply and ICB$ 2,222.00 87 - ICCU-SHKICCU - Shelf Model Hardware Kit Only 239.00 87 - ICCU-CHKICCU - Rack Mount Hardware Kit Only$ 246.00 87 - ICCU-BHKICCU - BIU Model Hardware Kit Only 280.00 iNS2APSMiscellaneous 87-iNS2-SUBiNS2 Setup box 308.00 cust msgCustom Message$ 25.00 BraileBraile on Plastic Plate with Adhesive Back 40.00 87-Add -NANo Arrow Button (Sign has arrow)$ 27.00 87-Add -BDBidirectional Button Add On 27.00 87-Add -ESExternal Speaker Option (allow 8-10 weeks delivery)$ 86.00 Page 16 of 44 HGACBuy iNButtonDiaphramReplacementAssemblies 87-850-372-1Button Diaphram Right or Left Arrow 23.00 87-850-372-3Button Diaphram Bidirectional Arrow$ 33.00 87-850-372-4Button Diaphram No Arrow 33.00 iNS2andiDetect5X7Including80059ReversableSign 87-iDS25ENO-Y5X7 iDetect S2 APS Push Button Station Black/Yellow$ 371.00 87-iDS25ENO-B5X7 iDetect S2 APS Push Button Station Black/Black 371.00 87-iNS25ANO-Y5X7 iNS2 APS Push Button Station Black/Yellow$ 353.00 87-iNS25ANO-B5X7 iNS2 APS Push Button Station Black/Black 353.00 87-800-595x7 Reversable Sign (Flashing Hand) Option B$ 15.00 87-800-635x7 Bidirectional Sign (Flashing Hand) Option B 15.00 87-800H-865x7 Reversable Sign (Hand Man) Option A$ 13.00 87-800H-895x7 Bidirectional Sign (Hand Man) Option A 13.00 iNS2andiDetect9X12Including80085ReversableSign 87-iDS29RNO-Y9X12 iDetect S2 APS Push Button Station Black/Yellow$ 408.00 87-iDS29RNO-B9X12 iDetect S2 APS Push Button Station Black/Black 408.00 87-iNS29UNO-Y9X12 iNS2 APS Push Button Station Black/Yellow$ 389.00 87-iNS29UNO-B9X12 iNS2 APS Push Button Station Black/Black 389.00 87-800H-699X12 Reversable Sign (Flashing Hand) Option U$ 24.00 87-800H-729X12 Bidirectional Sign (Flashing Hand) Option U 16.00 87-800-859X12 Reversable Sign (Countdown) Option C$ 17.00 87-800-909X12 Bidirectional Sign (Countdown) Option C 17.00 iNS2andiDetect9X15Including800H84ReversableSign 87-iDS23RNO-Y9X15 iDetect S2 APS Push Button Station Black/Yellow$ 416.00 87-iDS23RNO-B9X15 iDetect S2 APS Push Button Station Black/Black 416.00 87-iNS23TNO-Y9X15 iNS2 APS Push Button Station Black/Yellow$ 397.00 87-iNS23TNO-B9X15 iNS2 APS Push Button Station Black/Black 397.00 87-800H-849X15 Reversable Sign (Countdown) Option C$ 30.00 87-800H-999X15 Bidirectional Sign (Countdown) Option C 20.00 87-87-7YRExtended Warranty to 7 years (Put a 1 in Quantity Box) 12% 4WirePedHeadControlUnit 87-PHCU4WPHCU (Need one per pushbutton)(Add Cable) $ 206.00 87-850-288-12PHCU Interconnect Cable 12' 15.00 87-850-288-25PHCU Interconnect Cable 25'$ 35.00 87-HK-011PHCU4W Bracket Kit 7.00 iNS33WireIntellegentAPS,(BaseisalwaysBlack) iNS3APSMiscellaneous 87-iNS3-SUBiNS3 Setup box 308.00 cust msgCustom Message$ 25.00 BraileBraile on Plastic Plate with Adhesive Back 40.00 87-Add -NANo Arrow Button (Sign has arrow)$ 27.00 87-Add -BDBidirectional Button Add On 27.00 87-Add -ESExternal Speaker Option (allow 8-10 weeks delivery)$ 86.00 87-iPHCU3WPed Head Control Unit (1 per Push Button) 214.00 87-iNS3-CABLE-1212' interconnect Cable (1 per Control Unit)$ 15.00 87-iNS3-CABLE-1515' interconnect Cable (1 per Control Unit) 31.00 87-iN-DGLiNAV Bluetooth Dongle$ 60.00 87-iN-CCK-XiNAV Color Change Kit (incl lid, exc screws) 87.00 87-iN- 90DEGADPTR-690 Degree Reach or Orientation Adaptor - 6 inch 113.00 87-iN- 90DEGADPTR-1291 Degree Reach or Orientation Adaptor - 12 inch 113.00 iNButtonDiaphramReplacementAssemblies 87-850-372-1Button Diaphram Right or Left Arrow$ 23.00 87-850-372-3Button Diaphram Bidirectional Arrow 33.00 87-850-372-4Button Diaphram No Arrow$ 33.00 iNS3andiDetect5X7Including80059ReversableSign 87-iDS35ENO-Y5X7 iDetect S2 APS Push Button Station Black/Yellow 365.00 87-iDS35ENO-B5X7 iDetect S2 APS Push Button Station Black/Black$ 365.00 87-iNS35ANO-Y5X7 iNS3 APS Push Button Station Black/Yellow 339.00 87-iNS35ANO-B5X7 iNS3 APS Push Button Station Black/Black$ 339.00 87-800-595x7 Reversable Sign (Flashing Hand) Option B 15.00 87-800-635x7 Bidirectional Sign (Flashing Hand) Option B$ 15.00 87-800H-865x7 Reversable Sign (Hand Man) Option A 13.00 87-800H-895x7 Bidirectional Sign (Hand Man) Option A$ 13.00 Page 17 of 44 HGACBuy iNS3andiDetect9X12Including80085ReversableSign 87-iDS39RNO-Y9X12 iDetect S2 APS Push Button Station Black/Yellow 401.00 87-iDS39RNO-B9X12 iDetect S2 APS Push Button Station Black/Black$ 401.00 87-iNS39UNO-Y9X12 iNS3 APS Push Button Station Black/Yellow 375.00 87-iNS39UNO-B9X12 iNS3 APS Push Button Station Black/Black$ 375.00 87-800H-699X12 Reversable Sign (Flashing Hand) Option U 24.00 87-800H-729X12 Bidirectional Sign (Flashing Hand) Option U$ 16.00 87-800-859X12 Reversable Sign (Countdown) Option C 17.00 87-800-909X12 Bidirectional Sign (Countdown) Option C$ 17.00 iNS3andiDetect9X15Including800H84ReversableSign 87-iDS33RNO-Y9X12 iDetect S2 APS Push Button Station Black/Yellow$ 411.00 87-iDS33RNO-B9X12 iDetect S2 APS Push Button Station Black/Black$ 411.00 87-iNS33TNO-Y9X15 iNS3 APS Push Button Station Black/Yellow 383.00 87-iNS33TNO-B9X15 iNS3 APS Push Button Station Black/Black$ 383.00 87-800H-849X15 Reversable Sign (Countdown) Option C 30.00 87-800H-999X15 Bidirectional Sign (Countdown) Option C$ 20.00 PedDetectionPushButtons(APS)PolaraNavigator APSMiscellaneous 87-ECONFIGEZ Comm Configurator$ 295.00 cust msgCustom Message 25.00 BraileBraile on Plastic Plate with Adhesive Back$ 40.00 87-Add -NANo Arrow Button (Sign has arrow) 27.00 87-850-275Preemtion Adapter for Opticom 500 or 700 series$ 129.00 87-850-390Custom Cable Harness Assemblyin CCU2ENHK-8( Cable #3, 8' for P\\reemption 177.00 87-NPA4X2-XPole Adapter for two 9x12 or 9x15 Navs on one pole$ 85.00 87-NPA-B-FPPole Adapter for Fluted Pole (Black only) 60.00 87-EZ523-06Navigator Pole Extender 6" (Galvanized Only)$ 87.00 87-EZ523-12Navigator Pole Extender 12" (Galvanized Only) 95.00 Navigator5X7Including80059ReversableSign 87-EN25BNO-Y5X7 Navigator Button (2 Wire) Yellow/Black$ 340.00 87-EN25BNO-PY5X7 Navigator Button (2 Wire) Yellow/Yellow 367.00 87-EN25BNO-B5X7 Navigator Button (2 Wire) Black/Black$ 340.00 87-EN45BNO-Y5X7 Navigator Button (4 Wire) Yellow/Black 340.00 87-EN45BNO-PY5X7 Navigator Button (4 Wire) Yellow/Yellow$ 367.00 87-EN45BNO-B5X7 Navigator Button (4 Wire) Black/Black 340.00 87-800-595x7 Reversable Sign (Flashing Hand) Option B$ 15.00 87-800-635x7 Bidirectional Sign (Flashing Hand) Option B 15.00 87-800H-865x7 Reversable Sign (Hand Man) Option A$ 13.00 87-800H-895x7 Bidirectional Sign (Hand Man) Option A 13.00 Navigator9X12Including80085ReversableSign 87-EN29CNO-Y9X12 Navigator Button (2 Wire) Yellow/Black$ 375.00 87-EN29CNO-PY9X12 Navigator Button (2 Wire) Yellow/Yellow 402.00 87-EN29CNO-B9X12 Navigator Button (2 Wire) Black/Black$ 375.00 87-EN49CNO-Y9X12 Navigator Button (4 Wire) Yellow/Black 375.00 87-EN49CNO-PY9X12 Navigator Button (4 Wire) Yellow/Yellow$ 402.00 87-EN49CNO-B9X12 Navigator Button (4 Wire) Black/Black 375.00 87-800H-699X12 Reversable Sign (Flashing Hand) Option U$ 24.00 87-800H-729X12 Bidirectional Sign (Flashing Hand) Option U 16.00 87-800-859X12 Reversable Sign (Countdown) Option C$ 17.00 87-800-909X12 Bidirectional Sign (Countdown) Option C Navigator9X15Including800H84ReversableSign 87-EN23TNO-Y9X15 Navigator Button (2 Wire) Yellow/Black$ 383.00 87-EN23TNO-PY9X15 Navigator Button (2 Wire) Yellow/Yellow 409.00 87-EN23TNO-B9X15 Navigator Button (2 Wire) Black/Black$ 383.00 87-EN43TNO-Y9X15 Navigator Button (4 Wire) Yellow/Black 383.00 87-EN43TNO-PY9X15 Navigator Button (4 Wire) Yellow/Yellow$ 409.00 87-EN43TNO-B9X15 Navigator Button (4 Wire) Black/Black 383.00 87-800H-849X15 Reversable Sign (Countdown) Option C$ 30.00 87-800H-999X15 Bidirectional Sign (Countdown) Option C 20.00 ModelXPedestrianCrossing INX(NoControllerRequired) 87-iNX9WNO-Y9X12 APS Push Button Station Black/Yellow$ 375.00 87-iNX9WNO-B9X12 APS Push Button Station Black/Black 375.00 87-iDX9WNO-Y9X12 iDetect APS Push Button Station Black/Yellow$ 401.00 87-iDX9WNO-B9X12 iDetect APS Push Button Station Black/Black 401.00 Page 18 of 44 HGACBuy PedSignals(Countdown) PedHeads 190006Ped Head Poly Yellow$ 55.00 190109Ped Head Aluminum Yellow drilled Left 90.00 191106Ped Head Poly Black$ 55.00 191109Ped Head Alum Black drilled left 90.00 PedHeadswithClamshells 19011016" Ped Head Aluminum Yellow with Clamshell$ 146.00 19111016" Ped Head Aluminum Black With Clamshell 143.00 Clamshells 190006CAluminum Clamshell Yellow$ 56.00 191109CAluminum Clamshell Black 53.00 AstroBracsforPedHeads 20AS-0157-961W Ped Head (96" Cable)$ 155.00 20AS-0158-962W Ped Head (96" Cable) 256.00 0Paint Adder For Assy (Add Color code Pxx)$ 21.00 LeotekLED'sforPedHeads 821002-IL-TXD16" Countdown Ped 143.00 821002 48V16" Countdown Ped (48 Volt DC)$ 137.00 PedPoleAssembly(Greaterthan5'Pole) Anchors,Poles,BasesandCollars 201018Anchor Bolts 33.00 20PB-53644" Screw in Anchor$ 284.00 3000088" Screw in Anchor 492.00 201502Square Base$ 146.00 Paint AdderPaint for Base 26.00 PB-5303-PNC2 Piece Dec Cover$ 129.00 20PB-5378Grounding Lug PB-5378-BRS 16.00 PNS-10-501312GRGrounding Rod with Clamp and Wire$ 46.00 201020Collar 62.00 PB-5325-PXXCollar Paint$ 10.00 PB-5325-PXXPainted Collar 72.00 20100110' Aluminum Pole$ 191.00 201001B10' Aluminum Pole (Paint) 225.00 PB-5100-11-PNC11' Aluminum Pole$ 210.00 PB-5100-11-PXX11' Aluminum Pole (Paint) 248.00 20102212' Aluminum Pole$ 236.00 201022B12' Aluminum Pole (Paint) 277.00 201043-1313' Aluminum Pole$ 255.00 20152414' Aluminum Pole 266.00 20104315' Aluminum Pole$ 286.00 201043B15' Aluminum Pole (Paint) 337.00 201043-1616' Aluminum Pole$ 304.00 201043-1717' Aluminum Pole 334.00 201043-1818' Aluminum Pole$ 352.00 20107120' Aluminum Pole 379.00 PB-5200-10-GLVSteel Pole 10'$ 196.00 PB-5201-10-PXXSteel 10' Pole (Paint) 230.00 201041-15Steel 15' Pole$ 315.00 PB-5200-15-GLV-PXXSteel 15' Pole (Paint) 366.00 201007Cap$ 11.00 PB-5402-PNCCap-Painted 18.00 Paint AdderPaint for pole (per ft)$ 3.00 PedPushbuttonPole(5'orLessPole) Anchors,Poles,BasesandCollars 201018Anchor Bolts 33.00 20PB-53644" Screw in Anchor$ 284.00 3000088" Screw in Anchor 492.00 201502Square Base$ 146.00 Paint AdderPaint for Base 26.00 PB-5303-PNC2 Piece Dec Cover$ 129.00 20PB-5378Grounding Lug PB-5378-BRS 16.00 PNS-10-501312GRGrounding Rod with Clamp and Wire$ 46.00 201020Collar 62.00 PB-5325-PXXCollar Paint$ 10.00 Page 19 of 44 HGACBuy PB-5325-PXXPainted Collar 72.00 201120-44' Aluminum Pole$ 86.00 201043-55' Aluminum Pole 97.00 PB-5200-04-GLVSteel 4' Pole$ 92.00 PB-5201-05-GLVSteel 5' Pole 117.00 PB-5201-05-PXXSteel 5' Pole (paint)$ 133.00 201007Cap 11.00 Paint AdderCap-Painted$ 18.00 Paint AdderPaint for pole (per ft) 3.00 PolaraInstallionLabor(CTC) CTCINSTALLAPS Install (8 Navigators and CCU,No Wire Pulling) 8 Hours $125 per hour 1,000.00 CTCINSTALLAPS Install (8 Navigators and CCU,With Wire Pulling) 8 Hours $125 per hour and 8 hours $210 2,680.00 CTCINSTALL15Ó Pole Installation Î Screw in Anchor or Bolts 4 Hours $260 per hour$ 1,040.00 MHCorbinTrafficCounters&MeasuringEquip NC350TrafficAnalyzers 121877-350 Portable Traffic Analyzer NC350 Includes: Manual, Battery Charger w/US Plug $ 1,295.00 121877COVER Protective Cover $ 165.00 121877CABLE Interface Cable Assembly - USB 190.00 121877-300SFT Highway Data Management Software (HDM -Full Verison) $ 1,100.00 70700052 Highway Data Management Software (HDM -Full Verison, Discounted if customer has previous version) $ 450.00 90300204 Poly Bags - Protective (package of 100) 35.00 70002031 Protective Cover Installation Kit- ASPHALT (Includes: 500 washers, screws, 5 bits) $ 380.00 70002030 Protective Cover Installation Kit- CONCRETE (Includes: 500 washers, screws, 5 bits) 350.00 121877CHARGER Charger, NC300/NC200, 110 VAC, US Plug $ 55.00 60002100 Charger, NC300/NC200, 220 VAC, Euro Plug 55.00 121877BATERY NC200 Replacement Battery $ 150.00 660101 Tapecoat Roll (12 inches x 150 feet) 374.00 NitestarDistanceMeasuringEquipment 120659GPS-DMI Pro (Includes GPS Unit, OBDII Cable, Display Cable, Garmin Antenna, Velcor Carrying Case)$ 995.00 120657 NS-50 NiteStar Distance Measuring Instrument 405.00 120668 NS-60 NiteStar Distance Measuring Instrument ( RS-232 Port to connect to GPS) $ 560.00 120657-SS10 SS-10 Electronic Interface 208.00 120657-CABLEKIT SS10 Standard Cable Kit (Includes: Sensor to NS Cable, and Sensor to Vehicle Cable. " Standard "Cables) 70.00 120608 1082 Wheel Proximity Sensor $ 175.00 120608 1082F Wheel Proximity Sensor with U-Bolt 180.00 1030 Wiring Harness, to be used with the proximity sensor (Includes: Wiring Harness, Terminal Block, Fuse, 70004150etc.) 60.00 120655 OBD-II Interface Adapter DMI VDT Accessory $ 465.00 120615 NS-50/60 Mounting Bracket 38.00 70004065 1080 Transmission Sensor $ 145.00 120611 Target Kit (10 Targets) Use with 1084 Proximity Sensor 95.00 120658 Survey Data Management Software (SDM) Package on CD. $ 465.00 120653 RS-232 Cable 1023, needed for use with SDM Software 40.00 EtherwanEthernetSwitches ManagedHardenedSwitches: Hardened (-40°C - 75°C) Managed 28 Port Layer 3 Ethernet Switch, 28 GE Ports (8 GE RJ45 + 16 GE 100/1000 SFP Ports) + 4 1G/10G SFP+ Ports, Rack Mount, Redundant Internal Universal 100-240VAC Power EG97244-4VCRSupply, IEC Power Connector 11,020.00 Hardened (-40°C - 75°C) Managed Ethernet Switch with 8 10/100TX Ports + 2 Gigabit SFP Slots. DIN Rail or EX71802-0VBPanel Mount. Terminal Block or DC Jack Power Connector (12VDC - 48VDC). 1,134.00 Hardened (-40°C - 75°C) Managed 12 Port LL3 Gigabit Ethernet Switch with 8 GE Ports + 4 1000Base SFP ports. DIN RAIL Mount, Terminal Block Power Input 12 - 48VDC, power supply sold separately. (LL3 - EX73921-0VBLight Layer 3 Option Available)$ 1,679.00 Page 20 of 44 HGACBuy Hardened (-40°C - 75°C) Managed LL3 Gigabit Ethernet Switch with 8 Gigabit Ethernet Ports + 2 100/1000Base SFP ports. DIN-Rail Mount, Terminal Block Redundant Power Input 12-48VDC, power supply EX73922E-0VBsold separately. 1,299.00 Hardened (-40°C - 75°C) Managed LL3 Gigabit Ethernet Switch with 8 Gigabit Ethernet Ports + 2 100/1000Base SFP ports. DIN-Rail Mount, Terminal Block Redundant Power Input 12-48VDC, power supply EX73922E-0VB-CCsold separately. (With Conformal Coating)$ 1,749.00 Hardened (-40°C - 75°C) Managed LL3 Gigabit Ethernet Switch with 8 Gigabit Ethernet Ports + 4 100/1000Base SFP ports. DIN-Rail Mount, Terminal Block Redundant Power Input 12-48VDC, power supply EX73924E-0VBsold separately. 1,399.00 Hardened (-40°C - 75°C) Managed 16 Port LL3 Gigabit Ethernet Switch with 12 GE Ports + 4 1000Base SFP ports. DIN RAIL Mount, Terminal Block Power Input 12 - 48VDC, power supply sold separately. (LL3 - EX73931-0VBLight Layer 3 Option Available) 1,941.00 Hardened ( -40°C - 75°C ) Managed Ethernet Switch, 24 100FX Fiber Ports + 4 Gigabit / SFP Combo Ports. EX77064-V0VCRack Mount with Internal Universal Power Supply, 90VAC-264VAC.$ 3,045.00 Hardened ( -40°C - 75°C ) Managed Ethernet Switch, 24 10/100/1000BASE-TX 802.3bt PoE ports + 4 1G SFP EX75960-0VTUPorts. Rack Mount, Terminal Block 52-57VDC Redundant Power Inputs.$ 2,749.00 Hardened ( -40°C - 75°C ) Managed Ethernet Switch, 24 10/100/1000BASE-TX 802.3bt PoE ports + 4 1G/10G EX75964-0VTUSFP+ Ports. Rack Mount, Terminal Block 52-57VDC Redundant Power Inputs.$ 2,999.00 Hardened ( -40°C - 75°C ) Managed Ethernet Switch, 8 Port 10/100 + 16 100FX Fiber Ports + 4 Gigabit / SFP EX77244-V0VCCombo Ports. Rack Mount with Internal Universal Power Supply, 90VAC-264VAC. 2,913.00 Hardened ( -40°C - 75°C ) Managed Ethernet Switch, 8 Port 10/100 + 16 100FX Fiber Ports + 4 Gigabit / SFP EX77244-V0VCRCombo Ports. Rack Mount with Redundant Internal Universal Power Supply, 90VAC-264VAC. 3,333.00 Hardened ( -40°C - 75°C ) Managed Ethernet Switch, 16 Port 10/100 + 8 100FX Ports + 4 Gigabit / SFP EX77424-V0VCCombo Ports. Rack Mount with Internal Universal Power Supply, 90VAC-264VAC. 2,779.00 Hardened (-40°C - 75°C ) Managed Ethernet Switch, 16 Port 10/100 + 8 100FX Ports + 4 Gigabit / SFP Combo EX77424-V0VCRPorts. Rack Mount with Redundant, Internal, Universal Power Supply, 90VAC-264VAC.$ 2,989.00 Hardened ( -40°C - 75°C ) Managed Ethernet Switch, 24 Port 10/100 + 4 Gigabit/SFP Combo Ports. Rack EX77604-00VCMount with Internal Universal Power Supply, 90VAC-264VAC.$ 2,646.00 Hardened ( -40°C - 75°C ) Managed Ethernet Switch, 24 Port 10/100 + 4 Gigabit/SFP Combo Ports. Rack EX77604-00VCRMount with Redundant Internal Universal Power Supplies, 90VAC-264VAC. 2,909.00 16-port 10/100/1000BASE-TX +8-port 100/1000BASE SFP Combo +4-port 1G/10G SFP+ Hardened Managed Ethernet Switch (12-24VDC) Depth of 254mm allows for installation in smaller enclosures (LL3 - EX77964-8VBLight Layer 3 Option Available) 3,623.00 Hardened (-40°C - 75°C) Managed 28 Port LL3 Gigabit Ethernet Switch, 24 GE Ports (16 GE RJ45 + 8 GE Combo SFP Ports) + 4 1G/10G SFP+ Ports, Rack Mount, Internal Universal 90-260VAC Power Supply, EX77964-8VWTerminal Block Power Connector (LL3 - Light Layer 3 Option Available)$ 3,938.00 Hardened (-40°C - 75°C) Managed 28 Port LL3 Giagbit Ethernet Switch, 24 GE Ports (16 GE RJ45 + 8 GE Combo SFP Ports) + 4 1G/10G SFP+ Ports, Rack Mount, Redundant Internal Universal 90-260VAC Power EX77964-8VWRSupply, Terminal Block Power Connector (LL3 - Light Layer 3 Option Available) 4,043.00 Hardened (-40°C - 75°C) Managed Ethernet Switch with 16 10/100 PoE Ports + 2 Gigabit Ports, 802.3at 30W EX78162-0VBPoE available on all Ports, Rear Mount Terminal Block Power Input 48VDC - 57VDC. 240W$ 2,625.00 Hardened (-40°C - 75°C) Managed LL3 Gigabit Ethernet PoE Switch with 12 Gigabit Ports, (8 GE PoE+ 60W) 4 GE Non PoE + 4 1000Base SFP ports. IEEE802.3at 60W on Ports 1-8 with 240W PoE power budget. DIN RAIL Mount, Terminal Block Power Input 52VDC - 57VDC, power supply sold separately. (LL3 - Light EX78921-0VBLayer 3 Option Available) 240W$ 2,046.00 Hardened (-40°C - 75°C) Managed LL3 Gigabit Ethernet PoE Switch with 8 Gigabit PoE Ports + 4 100/1000Base SFP ports. IEEE802.3bt 60W on 4 ports with 240W PoE power budget. DIN-rail mount, EX78924E-0VBTerminal Block Redundant Power Input 52-57VDC, power supply sold separately. 1,699.00 Page 21 of 44 HGACBuy Hardened (-40°C - 75°C) Managed LL3 Gigabit Ethernet PoE Switch with 8 Gigabit PoE Ports + 4 100/1000Base SFP ports. IEEE802.3bt 60W on 4 ports with 240W PoE power budget. DIN-rail mount, Terminal Block Redundant Power Input 52-57VDC, power supply sold separately. Conformal Coating, 50pcs EX78924E-0VB-CCminimum$ 2,124.00 Hardened (-40°C - 75°C) Managed LL3 Gigabit Ethernet PoE Switch with 12 Gigabit Ports (8 PoE+ 60W & + 4 GE Non PoE) + 4 1000Base SFP ports. IEEE802.3at 60W on Ports 1-8 with 240W PoE power budget. DIN RAIL Mount, Terminal Block Power Input 52VDC - 57VDC, power supply sold separately. (LL3 - Light EX78931-0VBLayer 3 Option Available) 240W$ 2,361.00 Hardened (-40°C - 75°C) Managed LL3 Gigabit Ethernet PoE Switch with 12 Gigabit PoE Ports + 4 100/1000Base SFP ports. IEEE802.3bt 60W on 4 ports with 240W PoE power budget. DIN-rail mount, EX78934E-0VBTerminal Block Redundant Power Input 52-57VDC, power supply sold separately.$ 1,849.00 Hardened (-40°C - 75°C) Managed LL3 Gigabit Ethernet PoE Switch with 12 Gigabit PoE Ports + 4 100/1000Base SFP ports. IEEE802.3bt 60W on 4 ports with 240W PoE power budget. DIN-rail mount, Terminal Block Redundant Power Input 52-57VDC, power supply sold separately. Conformal Coating, 50pcs EX78934E-0VB-CCminimum$ 2,311.00 HardenedUnmanagedSwitches: Hardened (-40°C to 75°C) Unmanaged 4 10/100/1000BaseX port Ethernet switch, 2 Gigabit RJ45 + 2 Dual Rate 100/1000 SFP ports. Din-Rail Mount, Redundant 12-48VDC Power Input, Port Fault & Power Failure EX41922Alarm Relay.$ 329.00 Hardened (-40°C to 75°C) Unmanaged 4 port Ethernet switch, 2 802.3at PoE Gigabit ports + 2 Dual Rate 100/1000 SFP ports. 60W PoE Power Budget, Din-Rail Mount, Redundant 12-48VDC Power Input, Port Fault EX41922-T& Power Failure Alarm Relay. 60W 415.00 5 Port Hardened (-40°C - 75°C) PoE+ Ethernet Switch 4 10/100 BaseT 802.3at PoE Ports + 1 Gigabit Port, 120W PoE Power Budget, DIN Rail Mounting , Supports QoS, EEE, 24/48VDC Terminal Block Power Input, EX42305Power supply sold separately. 120W 625.00 6 Port Hardened (-40°C - 75°C) PoE+ Ethernet Switch 4 10/100 BaseT 802.3at PoE Ports + 1 Gigabit RJ45 Port + 1 Fiber Port, 120W PoE Power Budget, DIN Rail Mounting , Supports QoS, EEE, 24/48VDC Terminal EX42315-3Block Power Input, Power supply sold separately. 120W$ 793.00 6 Port Hardened (-40°C - 75°C) PoE+ Ethernet Switch 4 10/100 BaseT 802.3at PoE Ports + 1 Gigabit RJ45 Port + 1 SFP Port, 120W PoE Power Budget, DIN Rail Mounting , Supports QoS, EEE, 24/48VDC Terminal EX42315-VBlock Power Input, Power supply sold separately. 120W 693.00 6 Port Hardened (-40°C - 75°C) PoE+ Ethernet Switch 4 10/100 BaseT 802.3at PoE Ports + 1 Gigabit RJ45 Port + 1 Fiber Port, 120W PoE Power Budget, DIN Rail Mounting , Supports QoS, EEE, 24/48VDC Terminal EX42315-4Block Power Input, Power supply sold separately. 120W 887.00 6 Port Hardened (-40°C - 75°C) PoE+ Ethernet Switch 4 10/100 BaseT 802.3at PoE Ports + 1 Gigabit RJ45 Port + 1 Fiber Port, 120W PoE Power Budget, DIN Rail Mounting , Supports QoS, EEE, 24/48VDC Terminal EX42315-ABlock Power Input, Power supply sold separately. 120W$ 887.00 Wireless Bridge Kit - Contains two paired Wireless Bridge Units, 2x 24VDC, 1.5A Power Supplies, 2 x Passive PoE Injectors and 2 x Mounting Kits. 300Mbps, Hardened (-40C - +70C). Supports 6VDC to 30VDC EasyLink-300-USPassive PoE 379.00 6 Port Hardened (-40°C - 75°C) PoE+ Ethernet Switch 4 10/100/1000 BaseT 802.3bt PoE Ports + 1 Combo Gigabit RJ45/SFP Port + 1 Gigabit SFP Port, 240W PoE Power Budget, DIN Rail Mounting, 52-56VDC EX42395BTTerminal Block Power Input, Power supply sold separately.$ 499.00 Hardened (-40°C - 75°C) Gigabit PoE Injector with 802.3bt PoE, 90W Power Output, DIN Rail Mounting, 24- INJ90BT-2456VDC Terminal Block Power Input, Power supply sold separately.$ 249.00 Hardened (-40°C ~ 75°C) Unmanaged 6-port 10/100BASE-TX Ethernet Switch. DIN Rail Mount, Terminal EX94006-00-1-AABlock with Alarm Relay (12~48VDC) Power Input, Power Supply sold Separately.$ 887.00 Hardened (-40°C ~ 75°C) Unmanaged 8-port 10/100BASE-TX Ethernet Switch. DIN Rail Mount, Terminal EX94008-00-1-AABlock with Alarm Relay (12~48VDC) Power Input, Power Supply sold Separately.$ 284.00 MediaConverters: Hardened ( -40°C - 75°C ) 1 10/100TX port to 1 100FX Fiber port Media Converter. Din Rail or Panel Mount. EL900-A-B-1-ATerminal Block Power Connector (10VDC - 48VDC) Complies with U/L 1604 252.00 Hardened ( -40°C - 75°C ) 1 10/100TX port to 1 100FX Fiber port Media Converter. Din Rail or Panel Mount. EL900-A-B-1-C24 VAC Terminal Block Power, Complies with U/L 1604 278.00 Hardened ( -40°C - 75°C ) 1 10/100TX port to 1 100FX Fiber port Media Converter. Din Rail or Panel Mount. EL900-A-N-1-ATerminal Block Power Connector (10VDC - 48VDC) Complies with U/L 1604 378.00 Hardened ( -40°C - 75°C ) 1 10/100TX port to 1 100FX Fiber port Media Converter. Din Rail or Panel Mount. EL900-A-O-1-ATerminal Block Power Connector (10VDC - 48VDC) Complies with U/L 1604 515.00 EthernetExtenders Page 22 of 44 HGACBuy Industrial (-10°C - 60°C) VDSL2 Ethernet Extender with 110/100TX Port to 1Pair of straight or twisted ED3501-Ucopper wire. Shelf, Panel or Chassis Mount, Power Supply Included 100 VAC - 240VAC.$ 314.00 Hardened (-40 °C - 75°C) VDSL2 Ethernet Extender with 110/100TX Port to 1 Pair of straight or twisted ED3541copper wire. Din Rail or Panel Mount. Terminal Block power connector, power input range 12 - 48VDC.$ 478.00 Hardened (-40°C - 75°C) Managed Switch with 2 VDSL2 Ethernet Extender ports. 6 10/100TX, + Gigabit SFP Combo + 2 Copper Pair VDSL2 Ports. Din Rail or Panel Mount. Terminal Block power connector, redundant ED3575-62212 - 48VDC power input. 1,775.00 ConformalCoating(CC) A -CC at the end of any hardened switch, media converter or extender indicates that this model shall have the PCB conformal coated with moisture and fungus resistant coating. Orders or less than 30 units of the same Conformal Coating Option model will require the Conformal Coating Setup Fee of $500 $ 100.00 Conformal Coating - SetupConformal Coating setup fee - fee is waived for orders of 30 or more units of the same model. 500.00 PowerSupplies: DR-30-24Power Supply, ( -10C - +60C ) 30 Watts 24VDC Output Industrial DIN-Rail Power Supply$ 42.00 DR-60-24Power Supply, ( -10C - +60C ) 60 Watts 24VDC Output Industrial DIN-Rail Power Supply$ 63.00 DR-75-48Power Supply, ( -10C - +60C ) 75 Watts 48VDC Output Industrial DIN-Rail Power Supply$ 89.00 EDR-75-24Power Supply, ( -20C - +60C ) 75 Watts 24VDC Output Industrial DIN-Rail Power Supply 89.00 EDR-75-48Power Supply, ( -20C - +60C ) 75 Watts 48VDC Output Industrial DIN-Rail Power Supply$ 89.00 Power Supply, Hardened ( -40C - +75C ) External 100-240 VAC Input; TS2 rated; has DC Jack for DC Power EX41-145044-1Connection - 45W, 12VDC, 0-3.7A$ 100.00 Power Supply, Hardened ( -40C - +75C ) External, TS2 rated; Input Rating - 90-264VAC (47-63Hz), Output EX41-145046-1Rating 45W, 12VDC, 0-3.7A 100.00 MDR-40-48Power Supply, Industrial ( -20C - +70C ) External 100-240VAC Input, TS2 Rated, 48VDC Output @ 20W.$ 50.00 NDR-120-48-20 ~ +60C Input: 90-264VAC, Output: 48VDC 120W/2.5A DIN-Rail 48VDC Industrial Power Supply 104.00 NDR-240-48-20 ~ +60C Input: 90-264VAC Output: 48VDC 240W/5A DIN-Rail 48VDC Industrial Power Supply 168.00 SDR-120-48Power Supply, ( -25°C - 60°C ) 120 Watts 48VDC Output Industrial DIN-Rail Power Supply$ 152.00 Industrial (-25C - +70C) 240W Power Supply, Input: 90VAC - 260VAC, Output: 48VDC @ 5 A, DIN Rail SDR-240-48Mount, Terminal Block Connections$ 226.00 SFPModules: EX-0155NSP-MB2L-ASFP Module, Hardened ( -40C - +75C ) 100FX 2KM 1310nm 158.00 EX-0155TSP-MB5L-ASFP Module, Hardened ( -40C - +75C ) 100FX SFP SM 15KM, LC Connector$ 313.00 EX-0155TSP-MB6L-ASFP Module, Hardened ( -40C - +75C ) 100FX SFP SM 40KM 368.00 EX-1250NSP-SB1L-ASSFP Module, Hardened ( -40C - +75C ) Gigabit$ 152.00 EX-1250TSP-MB2L-ASSFP Module, Hardened ( -40C - +75C ) Gigabit MM 2Km 1310nm (Duplex LC) 268.00 EX-1250TSP-MB4L-ASSFP Module, Hardened ( -40C - +75C ) Gigabit, Gigabit SM 10KM, LC Connector 224.00 EX-1250TSP-MB5L-ASSFP Module, Hardened -40 to 85°C/-40 to 185°F), Gigabit SM 20KM (2LC) 379.00 EX-LS38-C3L-TI-N-EBSFP Module, Hardened -40 to 85°C/-40 to 185°F, Gigabit SM 40KM (2 LC), DDM, 1310nm 541.00 EX-LS48-C3U-TI-N-EBSFP Module, Hardened -40 to 85°C/-40 to 185°F, Gigabit SM 70KM (2 LC), DDM, 1550nm$ 741.00 Page 23 of 44 HGACBuy SFPTIS10MSFP Module, Hardened -40 to 85°C/-40 to 185°F, 10-Gigabit SM 10KM (2 LC), DDM, 1310nm$ 945.00 SFPTIS20MSFP Module, Hardened -40 to 85°C/-40 to 185°F, 10-Gigabit SM 20KM (2 LC), DDM, 1310nm$ 998.00 Wireless: Hardened (-40°C - 70°C) Managed IP67 Dual Band 802.11ac, Wireless Bridge/Access Point with 5GHz/8dBi EW75200-0804Omni Directional Antenna and 2.4GHz/4dBi Omni Directional Antenna. Powered by 802.3af/at PoE 1,364.00 Hardened (-40°C - 70°C) Managed IP67 Dual Band 802.11ac, Wireless Bridge/Access Point with 5GHz/13dBi EW75200-1304Internal Panel Antenna and 2.4GHz/4dBi Omni Directional Antenna. Powered by 802.3af/at PoE$ 1,311.00 Hardened (-40°C - 70°C) Managed IP67 Single Band 802.11ac, Wireless Bridge/Access Point with EW75000-085GHz/8dBiOmni Directional Antenna. Powered by 802.3af/at PoE$ 1,095.00 Hardened (-40°C - 70°C) Managed IP67 Single Band 802.11ac, Wireless Bridge with 5GHz/13dBi Internal EW75000-13Panel Antenna. Powered by 802.3af/at PoE$ 996.00 CellularRoutersandAccessories: C4G-M-4P3M-PS LTE Router with integrated: LTE-A (CAT6 300M / 50M), GPS/GNSS, 4 x 10/100/1000 RJ45 Ethernet, USB-C Port, RS232, GPIO, IGN (ignition sense pin), 2 x Digital Inputs, Alarm Relay, RS485 half-duplex, IP54 C4G-M-4P3Menclosure. North American power adapter included. 1,013.00 C4G-M-4P3MW-PS LTE Router with integrated: LTE-A (CAT6 300M / 50M), GPS/GNSS, Wireless LAN (2.4/5 GHz), 4 x 10/100/1000 RJ45 Ethernet, USB-C Port, RS232, GPIO, IGN (ignition sense pin), 2 x Digital Inputs, Alarm C4G-M-4P3MWRelay, RS485 half-duplex, IP54 enclosure. North American power adapter included.$ 1,166.00 C4G-M-4P6FW-PS FirstNet Ready LTE Router with integrated: LTE-A PRO (CAT12 600M with B14 NA support), GPS/GNSS, Wireless LAN (2.4/5 GHz), 4 x 10/100/1000 RJ45 Ethernet, USB-C Port, RS232, GPIO, IGN (ignition sense C4G-M-4P6FWpin), 2 x Digital Inputs, Alarm Relay, 485 half-duplex, IP54 enclosure. North American power adapter included. 1,785.00 C4G-M-4P6M-PS LTE Router with integrated: LTE-A PRO (CAT12 600M / 150M), GNSS, 4 x 10/100/1000 RJ45 Ethernet, USB C Port, RS232, GPIO, IGN (ignition sense pin), 2 x Digital Inputs, Alarm Relay, RS485 half-duplex, IP54 C4G-M-4P6Menclosure. North American power adapter included.$ 1,279.00 C4G-M-4P6MW-PS LTE Router with integrated: LTE-A PRO (CAT12 600M / 150M), GPS/GNSS, Wireless LAN (2.4/5 GHz), 4 x 10/100/1000 RJ45 Ethernet, USB-C Port, RS232, GPIO, IGN (ignition sense pin), 2 x Digital Inputs, Alarm C4G-M-4P6MW Relay, RS485 half-duplex, IP54 enclosure. North American power adapter included.$ 1,433.00 1 x PSU 12 VDC / 2 A with 4 pin Molex connector, 1.8m / 6ft cable and AUS wall plug for C4G Desktop C4G-PSU-AURouter product lines.$ 49.00 1 x PSU 12 VDC / 2 A with 4 pin Molex connector, 1.8m / 6ft cable and Euro wall plug for C4G Desktop C4G-PSU-EURouter product lines.$ 49.00 1 x PSU 12 VDC / 2 A with 4 pin Molex connector, 1.8m / 6ft cable and UK wall plug for C4G Desktop Router C4G-PSU-UKproduct lines.$ 49.00 1 x PSU 12 VDC / 2 A with 4 pin Molex connector, 1.8m / 6ft cable and NA wall plug for C4G Desktop Router C4G-PSU-USproduct lines.$ 49.00 Power Supply, Hardened ( -40C - +75C ) External, TS2 rated; Input Rating - 90-264VAC (47-63Hz), Output C4G-PSU-US-HRating 45W, 12VDC, 0-3.7A for C4G Desktop Router product lines.$ 99.00 C4G-S-1P3M-PS LTE Router with integrated: LTE-A (CAT6 300M / 50M), GPS/GNSS, 1 x 10/100/1000 RJ45 Ethernet, USB-C C4G-S-1P3MPort, RS232, GPIO, IGN (ignition sense pin), IP54 enclosure. North American power adapter included.$ 871.00 C4G-S-1P6M-PS LTE Router with integrated: LTE-A PRO (CAT12 600M / 150M), GPS/GNSS, 1 x 10/100/1000 RJ45 Ethernet, C4G-S-1P6MUSB-C Port, RS232, GPIO, IGN (ignition sense pin), IP54 enclosure. North American power adapter included. 1,005.00 C4G-WIFI2ANT2 x Wi-Fi Antenna with RP-SMA direct attach connector for C4G Router product line.$ 37.00 1 x pigtail cable with 4 pin Molex connector, 3m / 10ft for C4G Desktop Router product lines for GPIO and C4G-4PIN-PTpower.$ 29.00 Page 24 of 44 HGACBuy C4G-8PIN-PT1 x pigtail cable with 8 pin Molex connector, 3m / 10ft for C4G Desktop Router product lines$ 29.00 Universal DIN Rail Router Mount for C4G Series. The router can be attached either on the side or flat on the C4G-DINbottom. 29.00 1 x GPS/GNSS (GPS, Galileo, Glonass, Beidou) Passive Antenna with 5m / 16ft cable SMA connector for C4G C4G-GPS1ANTRouter product line. 39.00 C4G-LTE2ANT2 x LTE Antenna with SMA direct attach connector for EW-CELL4G product line.$ 49.00 ACCESSORIES: PC-183-72Power Cord, 6' 18AWG / 3C Unshielded, NEMA 5-15P Plug, ROJ 2 5/8" Stripped$ 15.00 KR-BKNEMABracket for NEMA cabinet shelf that can mount EX77964$ 50.00 KR-BKZDINZ-shaped rack vertical mounting bracket for DIN-rail switches (EX78900/78000/73900), black, set of 1$ 20.00 KR-BKZDIN2Z-shaped rack horizontal mounting bracket for DIN-rail switches (EX78900/78000/73900), black, set of 1$ 20.00 Din-rail configuration for Z-shaped rack horizontal mounting bracket for DIN-rail switches KR-BKZDIN2-D(EX78900/78000/73900), black, set of 1$ 25.00 Din configuration for Z-shaped rack vertical mounting bracket for DIN-rail switches (EX78900/78000/73900), KR-BKZDIN-Dblack, set of 1$ 25.00 KR-DINRAILBTransRack 19 rack mount adjustable DIN rail bracket" 129.00 Hardened (-40°C - 75°C) Gigabit PoE Surge Protection Device, supporting 10/100/1000BaseT and 802.3at PoE PD1041pass through surge protection. Din-Rail mounting.$ 89.00 Hardened (-40°C - 75°C) Copper Pair/DSL Surge Protector, RJ11 and Terminal Block Connector for input and PD3041output pairs, 10kv total surge current protection, IEC 61643-21, UL497B , Din-Rail mounting. 100.00 DymecEthernetSwitches EthernetSwitches 48999710 Port (CSV,CCT,KY-1 Button Support, DDMI) Rugedized Din Rail or Shelf Mount 10 Gig Ethernet Switch 1,553.00 10 Port 10 gig (CSV,CCT,KY-1 Button Support, DDMI)Rack Mount Ethernet Switch 1 Gig (Oklahoma City) 489998(Phasing out in 2019 replace with KY-3170XM below) 1,345.00 48999810 Port (CSV,CCT,KY-1 Button Support, DDMI)Rack Mount Ethernet Switch 1 Gig (Oklahoma City) 1,349.00 4899994 Port Daughter Card$ 414.00 4900008 Port Daughter Card 518.00 0ITS 10 Port Managed Layer 2 Ethernet 10 Gig Rack Mount Ethernet Switch$ 899.00 490001ITS 10 Port Rack Mount Gigabit Ethernet Switch (Tulsa OK) 934.00 490002Non Rack Mount Ethernet Switches$ 674.00 490002PSPower Supply Ethernet Switch 47.00 490002SPRJ45 Surge protection Device$ 42.00 490002SPPOEPOE RJ45 Surge protection Device 57.00 4900003KY 1 Button Back Up Restore Unit$ 156.00 4900004LX 20 Km/A 116.00 4900005LX 20 KM/B$ 116.00 4900006VDSL A 207.00 4900007VDSL B $ 207.00 4900007VDSL B 78.00 4900008Ethernet Extender$ 275.00 0DBU Flash Drive Config Device 99.00 McCainTrafficControllers McCainControllersandTransparity/OmniSoftware 193317RRack Mount Flex Controller- ATC Cabinet (W/ Omni Software)$ 3,000.00 M73101RARack Mount Flex Controller- Caltrans Cabinet (W/ Omni Software) 3,336.00 193317Shelf Mount Flex Controller- ATC Cabinet (W/ Omni Software)$ 2,952.00 M73101SAShelf Mount Flex Controller- Caltrans Cabinet (W/ Omni Software) 3,384.00 M57970ATC NEMA eX2 TS-2 Type 1 W/ Omni software$ 2,604.00 193000ATC NEMA eX2 TS-2 Type 2 W/ Omni software 2,988.00 M465412070 ATC w/ 2E (Harris County) w/ Omni software$ 3,215.00 M573552070 ATC W/ 2B w/ Omni software 2,999.00 1930022070L w/7A Module ( Houston) w/ Omni software$ 3,323.00 1930032070 GPS Plug In Module 599.00 1930012070-E w/ Omni Software$ 3,326.00 1930122070LX 1C, 2e+, 3b-lx, 4, Linux (No Omni) 2,340.00 M33160 2070L$ 3,072.00 M66670 ATC NEMA eX2 TS-2 Type 1 W/ D4 software 2,785.00 M46539 ATC NEMA eX2 TS-2 Type 2 W/ D4 software$ 3,106.00 Page 25 of 44 HGACBuy M52565 170E-2C Mach PIN Socket (El Paso) 3,213.00 TransparityTransparity Software (1-50 Controllers)$ 40,800.00 TransparityTransparity Software (51-100 Controllers) 76,500.00 TransparityTransparity Software (101-150 Controllers)$ 107,100.00 TransparityTransparity Software (151-200 Controllers) 132,600.00 TransparityTransparity Software (201-300 Controllers)$ 153,000.00 TransparityTransparity Software (301-400 Controllers) 183,600.00 Transparity MaintAnnual Software Maitenance (1-100 controllers)$ 6,000.00 Transparity MaintAnnual Software Maitenance (101-150 controllers) 8,100.00 Transparity MaintAnnual Software Maitenance (151-200 controllers)$ 9,600.00 Transparity MaintAnnual Software Maitenance (201-300 controllers) 12,600.00 Transparity MaintAnnual Software Maitenance (301-400 controllers)$ 14,400.00 OmniOmni Software per Controller 1,200.00 TrafficCabinets McCainITSCabinets Harris County 340 ITS Cabinet (No Controller/GPS) Includes 2070 ATC Controller, CMU-212, AMU-214, M62850 SIU-218, Locks, Flashers, Load Swiches, DC and AC Isolators, 222S Detectors and 430 Xfer Relays 18,350.00 Houston 340 ITS Cabinet (With Controller and GPS)Includes 2070 1B Controller with 7A and GPS Modules, CMU-218, AMU-212, SIU-218, Locks, Flashers, Load Swiches, DC and AC Isolators, 222S Detectors and 430 193202Xfer Relays$ 20,042.00 Houston 342 ITS Cabinet Includes 2070L Controller with 7A and GPS Modules, CMU-212, AMU-214, SIU- M62854218, Locks, Flashers, Load Swiches, DC and AC Isolators, 222S Detectors and 430 Xfer Relays 15,715.00 Houston 346 ITS Cabinet Includes 2070L Controller with 7A and GPS Modules, CMU-212, AMU-214, SIU- M62855218, Locks, Flashers, Load Swiches, DC and AC Isolators, 222S Detectors and 430 Xfer Relays$ 12,486.00 332 San Antonio Cabinet Includes 2070E Controller, CMU-212, Anchor Bolts, Locks, Flashers, Load Swiches, 193201DC and AC Isolators and 430 Xfer Relays$ 10,997.00 332S San Antonio Cabinet (Add Controller) Includes CMU-212, Anchor Bolts, Locks, Flashers, Load Swiches, M76287DC and AC Isolators and 430 Xfer Relays 8,300.00 332 El Paso Cabinet Includes 170-2C Controller, CMU-210, Anchor Bolts, Locks, Flashers, Load Swiches, DC 193203and AC Isolators, Fiber and Voice Modems and 430 Xfer Relays 12,636.00 332 Dallas 18 Channel Cabinet (Add Controller) Includes CMU-2018 KCLiP, LMD 622T Detectors, Corbin 193201 DALLocks, Aux File, Flashers, LS 200 Load Swiches, 242 DC Isolators and Flash Xfer Relays 9,235.00 332 Irving Cabinet (Add Controller) Includes CMU-2010 ECLiP, LMD 622T Detectors, Locks, Aux File, M32644Flashers, LS 200 Load Swiches, 242 DC Isolators and Flash Xfer Relays 11,310.00 332 Lubbock Cabinet (Add Controller) Includes Flashers, LS 200 Load Swiches, 242 DC Isolators and Flash 193201 LUBXfer Relays 9,294.00 332 Austin Cabinet (Add Controller) Includes Both Doors Louvered, Flashers, LS 200 Load Swiches, 242 DC 193216Isolators and Flash Xfer Relays 8,896.00 0McCain ATC Cabinets$ - 193215358i ATC Backpack Cabinet, Fully Loaded, NO Controller, 7,688.00 M53391358i ATC STRETCH Backpack Cabinet, Fully Loaded, NO Controller,$ 7,856.00 M54705356i ATC Cabinet, Fully Loaded, NO Controller, 10,882.00 M54123352i Cabinet ATCC-HV, IA-24CH, OA-16CH, FOTA, SA, Nat$ 11,747.00 193223352i Cabinet ATCC-HV, IA-24CH, FITA-24CH, (2) FOTA-16CH 15,882.00 193209350i ATC Cabinet 16 Ch OP, Fully Loaded, NO Controller, $ 14,382.00 M56764350i ATC Cabinet 16 Ch OP, Fully Loaded, NO Controller, 18,294.00 0McCain Agency Specific ATC Cabinets$ - 353i ATCC-HV Allen IA-24CH, OA-32CH, FOTA 16CH(2), SA,Gen Inlet Cabinet Includes CMU, 9 LS 2202 Flashers, SIU 2218-MC, 6 Detection Suppressors, 9 HDSP Suppressors, ISO DC 244L 4CH HalfWidth LS, M785862202 Load Switches 18,376.00 353i ATCC-HV Allen (With 8 Relays and 8 Load Switched REMOVED) IA-24CH, OA-32CH, FOTA 16CH(2), SA,Gen Inlet Cabinet Includes CMU, 9 LS 2202 Flashers, SIU 2218-MC, 6 Detection Suppressors, 9 M78586HDSP Suppressors, ISO DC 244L 4CH HalfWidth LS, 2202 Load Switches 16,370.00 352i Montgomery Cnty ATCC-HV, IA-24CH, FITA-24CH, OA-16CH, SA, NAT Cabinet (Add Controller) Includes CMU-2212 LV-MC 32 Channel w/ Ethernet port, 2 SIU-2218's, 8 ATC Flashers, 8 Load Switches, 193204MCand 24 HV ATC Power Supply and Isolators$ 10,502.00 Page 26 of 44 HGACBuy 350i Cedar Park ATCC-HV, IA-24CH, FITA-24CH, OA-16CH, SA (TWO FLASHER), NAT Cabinet (Add Controller) Includes CMU-2212 LV-MC 32 Channel w/ Ethernet port, 2 SIU-2218's, 8 ATC Flashers, 8 Load M56764Switches, and 24 HV ATC Power Supply and Isolators 15,587.00 352i Coppell Cabinet Black NO Controller, Includes CMU-2212 HV (ip) 32 Channel w/ Ethernet port, 2 SIU- 2218's, 2 10" Shelves EIA Mount, Aux Unit Display, Locks, 8 ATC Flashers, 8 Load Switches, and 24 HV ATC Power Supply and Isolators193206$ 11,706.00 352i Fort Worth Cabinet Add Controller 1 FOTA-16CH, Includes CMU-2212 HV (ip) 32 Channel w/ Ethernet port, 2 SIU-2218's, 2 10" Shelves EIA Mount, Aux Unit Display, Locks, 8 ATC Flashers, 8 Load Switches, and 193204 24 HV ATC Power Supply$ 10,588.00 352i Fort Worth Cabinet Add Controller (2 FOTA-16CH), Includes CMU-2212 HV (ip) 32 Channel w/ Ethernet port, 2 SIU-2218's, 2 10" Shelves EIA Mount, Aux Unit Display, Locks, 8 ATC Flashers, 8 Load M55409Switches, and 24 HV ATC Power Supply 13,394.00 352i Dallas ATCC-HV, IA-48CH, 2 FITA-24CH, OA-32CH, 2 FOTA-16CH, SA, Includes 18 LS 2202-HV- MC HDSP Flashers, 4 SIU-2218's, CMU, 2212 HV-MC(ip), 32 Channel w/ Ethernet port, 12 Detection 193204 DALSuppressors, HESCO HE6LC-6, 16 HDSP Suppressor HESCO HE103C-9$ 15,774.00 352i Dallas ATCC-HV, IA-48CH, 2 FITA-24CH, OA-16CH, FOTA-16CH, SA, Includes Dual Flasher Service Assy, 10 LS 2202-HV-MC HDSP Flashers, 3 SIU-2218's, CMU, 2212 HV-MC(ip), 32 Channel w/ Ethernet 0port, 12 Detection Suppressors, HESCO HE6LC-6, 8 HDSP Suppressor HESCO HE103C-10 12,688.00 353i Garland (and Grapevine Allen) Cabinet Includes Aux Display, Input Test Panel/Card, 9 LS 2202 Flashers, 2 SIU 2218-MC, 12 Suppressors, 8 HDSP Suppressors, 4 EDI Oracle 4H Det, EDI, ISO DC 242 4CH 193217HalfWidthLS 200 Load Switches, 242 DC Isolators and Flash Xfer Relays 13,277.00 352i Garland Cabinet NO Controller, Includes CMU-2212 HV (ip) 16 Channel w/ Ethernet port, 2 SIU-2218's, 2 10" Shelves EIA Mount, Aux Unit Display, BEST Locks, 1 ATC Flasher, 8 Load Switches, and 24 HV ATC M76592Power Supply 12,370.00 353i ATCC-HV Grapevine Cabinet IA-24CH,FITA-24CH, OA-16CH,SA, Gen Inlet, NAT/WHITE, Input Test Panel, 9 LS 2202 Flashers, 2 SIU 2218-MC, 6 Suppressors, 9 HDSP Suppressors, 4 EDI Oracle 4H Det, ISO M91004DC 244L 4CH HalfWidth, LS 2202 Load Switches$ 13,664.00 353i ATCC-HV Wylie Cabinet IA-24CH,FITA-24CH, OA-16CH, NAT/ WHITE, 9 LS 2202 Flashers, 2 SIU 2218-MC, 6 Suppressors, 9 HDSP Suppressors, 4 EDI Oracle 4H Det, ISO DC 244L 4CH HalfWidth, LS 2202 193217WYLIELoad Switches 13,010.00 352i Montgomery County ATCC-HV, IA-24CH, FITA-24CH, OA-16CH, SA, NAT Cabinet (Add Controller) Includes CMU-2212 LV-MC 32 Channel w/ Ethernet port, 2 SIU-2218's, 8 ATC Flashers, 8 Load Switches, M55515and 24 HV ATC Power Supply and Isolators, Battery Charging Slide out Shelf 11,326.00 350i Montgomery County ATCC-HV, IA-24CH, FITA-24CH, OA-16CH, SA, NAT Cabinet (Add Controller) Includes CMU-2212 LV-MC 32 Channel w/ Ethernet port, 2 SIU-2218's, 8 ATC Flashers, 8 Load Switches, M73473and 24 HV ATC Power Supply and Isolators$ 14,462.00 352i ATCC-HV Lubbock IA-24CH, FITA-24CH, OA-32CH, (2 FOTA-16CH), SA, NAT Cabinet Add Controller, Includes CMU-2212 LV 32 Channel w/ Ethernet port, 2 SIU-2218's, 8 ATC Flashers, 8 Load M55409Switches, and 24 HV ATC Power Supply 15,147.00 352i ATCC-HV Lubbock IA-24CH, FITA-24CH, OA-32CH, (2 FOTA-16CH), SA, NAT Cabinet (Add Controller), Includes CMU-2212 LV 32 Channel w/ Ethernet port, 2 SIU-2218's, 8 ATC Flashers, 8 Load M91132Switches, and 24 HV ATC Power Supply$ 12,617.00 353i ATCC-HV Prosper Cabinet IA-24CH,FITA-24CH, OA-16CH, PWDR, (Add Controller) 9 LS 2202 Flashers, 2 SIU 2218-MC, 6 Suppressors, 9 HDSP Suppressors, 4 EDI Oracle 4H Det, ISO DC 244L 4CH M78508-SCHalfWidth, LS 2202 Load Switches$ 14,962.00 M55517356i ATCC-HV Prosper Cabinet IA-24CH,FITA-24CH, OA-16CH, NAT, (Add Controller) $ 11,641.00 M91096P44 Rack ATCC-HV Tyler Cabinet IA-24CH,FITA-24CH, OA-16CH, SA, Gen, (Add Controller) 15,787.00 353i Arlington Cabinet Includes CMU, SIU, HDSP, ADU and CPS (Rack BOM) , Fiber Optic 12 port pendingRackMount (616SMSC) 10,810.00 McCainITSCabinetAccessories M14317 Corbin Locks L/H (2 required for 340 Cabinet)$ 44.00 M14318 Corbin Locks R/H (2 Required for 340 Cabinet) 44.00 M50061 222S Detector$ 133.00 M56812DC 242L EDI Isolator 38.00 M11422 252 AC Isolator$ 36.00 Page 27 of 44 HGACBuy M34480 AMU-214, EDI 260.00 M34482 SIU-218, EDI$ 244.00 M34481 CMU-212, EDI 526.00 M68359CMU 2018 KCLiP$ 828.00 M84650CMU Data Key Programmer (USB) 450.00 M11556 430 X-Fer Relay$ 28.00 McCainATCCabinetAccessories M36255AUXILLARY UNIT DISPLAY $ 513.00 M36256LS, 2202-HV-MC HDSP/Flasher Unit ATC 194.00 M36258SIU, 2218 ATC$ 240.00 M36259CMU, 2212-HV-MC (ip) 32 CH w/ Ethernet Port, ATC 640.00 M35344Detection Suppressor, EDCO MRA-6LC$ 23.00 M31647HDSP Suppressor EDCO 18.00 M59831Auxillary Display Unit For Backpack Cabinet$ 438.00 M36261EDI Power Supply 2216 (24,48VDC) 473.00 M58360AASSY, PBC ATC Input Test Card$ 281.00 M73860ATC Cabinet Input Test Panel 325.00 M74151Kit, ATC Cabinet Input Test Panel$ 413.00 M73140Railroad Interface Panel, ATC Cabinet Rack Mount 281.00 McCainNEMACabinets&Accessories M47800P-44 Cab TS2 Type 1 (TxDOT) Fully Loaded, BIU, MMU,FTR,LS, PS (Add Controller) 10,495.00 M76680P-44 Cab TS2 Type 1 Farmers Branch Fully Loaded, BIUs, MMU,FTR,16LSs,PS, (Add Controller) 12,693.00 M57202P-44 Cab TS2 Type 1 Front and Rear Door Fully Loaded (Add Controller)$ 12,693.00 193205P-44 Cab TS2 Type 1 Front and Rear Door (McKinney) Powder Coated Fully Loaded (Add Controller)$ 12,064.00 F02P-44 Cab TS2 Type 2 Front and Rear Door (Allen) (Add Controller) 11,610.00 M78245P-44 Cab TS2 Type 1 Stretch Cab (Flower Mound) Powder Coated 16 Load Switches (Add Controller) 9,434.00 M78246Size 6 Cab TS2 Type 1 (Arlington) Fully Loaded, 16 LS, 32 DET-CH, 4PE-CH (Add Controller) 12,551.00 M57970ATC NEMA eX2 TS-2 Type 1 W/ Omni software$ 2,713.00 193000ATC NEMA eX2 TS-2 Type 2 W/ Omni software 3,113.00 1930022070L w/7A Module ( Houston) w/ Omni software$ 3,461.00 1930032070 GPS Plug In Module 624.00 193300EDI 16 Channel Enhanced TS2 NEMA Monitor $ 679.00 193313EDI 16 Channel LCD Enhanced TS2 NEMA Monitor 776.00 193302EDI 16 Ch LCD Enhanced TS2 NEMA Monitor W/ Ethernet$ 906.00 MMU2-16LEIP-115EDI 16 Channel LCD Enhanced TS2 Smart Monitor 1,039.00 260026EDI TS2 Heavy Duty Power Supply 250 TXDOT$ 446.00 260008EDI BIU 700 (3 required) 245.00 M81188EDI Oracle 2E (Loop Amplifier)$ 216.00 280911Model 204 Flasher 25.00 280910Model 200 Load Switch$ 24.00 193117430 Transfer Relay 28.00 M58340AASSY, PBC NEMA Input Test Card$ 281.00 M58985Alarm Input File Module 350.00 M14663NEMA Adapter Base (Garland)$ 325.00 M55433Suitcase Tester, 170/2070 Controller w/ IO Matrix Display 2,938.00 M55434Suitcase Tester, 170/2070 Controller w/ Intersection Display$ 2,938.00 M58800 et alCabinet Test Display (specify Voltage and Lugs) 938.00 M54419ARailroad Interface Panel, Nema/Caltrans PCB$ 281.00 M54419A et alRailroad Interface Panel Harness and Mounting Kit, Specify C5/C11 and lugs 231.00 SignalCabinets(ALLRTCCabinetsincludeallloadswitches,flashtransferrealys,isolators,power suppliesandBIU'sasneeded) TS1TS1 Cabinet No Conflict Monitor or Controller 8,746.00 TS1MTS1 Cabinet with EDI Conflict Monitor but No Controller$ 9,743.00 TS1MCTS1 Cabinet with EDI Conflict Monitor and McCain Controller 12,039.00 TS2TS2 Cabinet No Conflict Monitor or Controller$ 10,338.00 TS2MTS2 Cabinet with EDI Conflict Monitor but No Controller 11,334.00 TS2MCTS2 Cabinet with EDI Conflict Monitor and McCain Controller$ 13,631.00 TS2TXTXDOT TS2 Cabinet with EDI Conflict Monitor but No Controller 11,805.00 OtherCabinetItems 171036Southern Mfg. ITS Cabinet WE302424-NMDOT-DMS-P 3,413.00 Page 28 of 44 HGACBuy 171039Southern Mfg. ITS Cabinet WE302424-NMDOT-CCTV-P 3,519.00 200803Pelco Clear Confirmation Light$ 139.00 161407ArmorCast Traffic Cabinet Pedestal 456.00 PNS10-03-VP4003LLED Light Strip$ 70.00 PelcoStructuralPoles HarrisCountyMastArmPoles(IncludesAnchorBolts,AddILSNSignArmifneeded) HC-SP-30-100HC-SP-30-100$ 5,523.00 HC-SP-30-100L-15HC-SP-30-100L-15$ 6,607.00 HC-SP-30-100-20' MAHC-SP-30-100-20' MA$ 7,763.00 HC-SP-30-100-25' MAHC-SP-30-100-25' MA 8,144.00 HC-SP-30-100-30' MAHC-SP-30-100-30' MA$ 8,651.00 HC-SP-30-100-35' MAHC-SP-30-100-35' MA 9,114.00 HC-SP-30-100-40' MAHC-SP-30-100-40' MA$ 9,552.00 HC-SP-30-100-42' MAHC-SP-30-100-42' MA 9,611.00 HC-SP-30-100-42' MAHC-SP-30-100-42' MA$ 9,823.00 HC-SP-30-100-20' MA-L15HC-SP-30-100-20' MA-L15$ 8,835.00 HC-SP-30-100-25' MA-L15HC-SP-30-100-25' MA-L15$ 9,228.00 HC-SP-30-100-30' MA-L15HC-SP-30-100-30' MA-L15$ 9,735.00 HC-SP-30-100-35' MA-L15HC-SP-30-100-35' MA-L15$ 10,211.00 HC-SP-30-100-40' MA-L15HC-SP-30-100-40' MA-L15$ 10,635.00 HC-SP-30-100-42' MA-L15HC-SP-30-100-42' MA-L15$ 10,694.00 HC-SP-30-100-45' MA-L15HC-SP-30-100-45' MA-L15$ 10,907.00 HC-SP-34-100HC-SP-34-100 6,291.00 HC-SP-34-100L-15HC-SP-34-100L-15$ 7,374.00 HC-SP-34-100-20' MAHC-SP-34-100-20' MA 8,346.00 HC-SP-34-100-25' MAHC-SP-34-100-25' MA$ 8,657.00 HC-SP-34-100-30' MAHC-SP-34-100-30' MA 9,061.00 HC-SP-34-100-35' MAHC-SP-34-100-35' MA$ 9,550.00 HC-SP-34-100-40' MAHC-SP-34-100-40' MA 9,962.00 HC-SP-34-100-42' MAHC-SP-34-100-42' MA$ 10,020.00 HC-SP-34-100-45' MAHC-SP-34-100-45' MA 10,233.00 HC-SP-34-100-20' MA-L15HC-SP-34-100-20' MA-L15 9,419.00 HC-SP-34-100-25' MA-L15HC-SP-34-100-25' MA-L15 9,730.00 HC-SP-34-100-30' MA-L15HC-SP-34-100-30' MA-L15 10,144.00 HC-SP-34-100-35' MA-L15HC-SP-34-100-35' MA-L15 10,621.00 HC-SP-34-100-40' MA-L15HC-SP-34-100-40' MA-L15 11,046.00 HC-SP-34-100-42' MA-L15HC-SP-34-100-42' MA-L15 11,103.00 HC-SP-34-100-45' MA-L15HC-SP-34-100-45' MA-L15 11,316.00 HC-20'/20' DMA-100L-15HC-20'/20' DMA-100L-15 10,849.00 HC-25'/20' DMA-100L-15HC-25'/20' DMA-100L-15 11,101.00 HC-25'/25' DMA-100L-15HC-25'/25' DMA-100L-15 11,300.00 HC-30'/20' DMA-100L-15HC-30'/20' DMA-100L-15$ 11,391.00 HC-30'/25' DMA-100L-15HC-30'/25' DMA-100L-15$ 11,616.00 Page 29 of 44 HGACBuy HC-30'/30' DMA-100L-15HC-30'/30' DMA-100L-15$ 11,934.00 HC-35'/20' DMA-100L-15HC-35'/20' DMA-100L-15$ 11,901.00 HC-35'/25' DMA-100L-15HC-35'/25' DMA-100L-15$ 12,127.00 HC-35'/30' DMA-100L-15HC-35'/30' DMA-100L-15 12,443.00 HC-35'/35' DMA-100L-15HC-35'/35' DMA-100L-15$ 12,952.00 HC-40'/20' DMA-100L-15HC-40'/20' DMA-100L-15$ 12,351.00 HC-40'/25' DMA-100L-15HC-40'/25' DMA-100L-15$ 12,576.00 HC-40'/30' DMA-100L-15HC-40'/30' DMA-100L-15 12,893.00 HC-40'/35' DMA-100L-15HC-40'/35' DMA-100L-15$ 13,894.00 HC-40'/40' DMA-100L-15HC-40'/40' DMA-100L-15$ 14,208.00 HC-42'/20' DMA-100L-15HC-42'/20' DMA-100L-15$ 13,097.00 HC-42'/25' DMA-100L-15HC-42'/25' DMA-100L-15 13,362.00 HC-42'/30' DMA-100L-15HC-42'/30' DMA-100L-15 13,795.00 HC-42'/35' DMA-100L-15HC-42'/35' DMA-100L-15 13,956.00 HC-42'/40' DMA-100L-15HC-42'/40' DMA-100L-15 14,378.00 HC-42'/42' DMA-100L-15HC-42'/42' DMA-100L-15 14,468.00 HC-44'/20' DMA-100L-15HC-44'/20' DMA-100L-15$ 13,101.00 HC-44'/25' DMA-100L-15HC-44'/25' DMA-100L-15$ 13,326.00 HC-44'/30' DMA-100L-15HC-44'/30' DMA-100L-15$ 13,642.00 HC-44'/35' DMA-100L-15HC-44'/35' DMA-100L-15$ 14,153.00 HC-44'/40' DMA-100L-15HC-44'/40' DMA-100L-15 14,602.00 HC-44'/42' DMA-100L-15HC-44'/42' DMA-100L-15 14,665.00 HC-44'/44' DMA-100L-15HC-44'/44' DMA-100L-15 14,860.00 4) 2 1/4" Anchor Bolts w/ Templates.(4) 2 1/4" Anchor Bolts w/ Templates. 1,030.00 TXDOT80MPHMastArmPoles(InclAnchorBolts,AddILSNSignArmifneeded) SP-30B-80SP-30B-80$ 4,453.00 SP-30B-80L-8SP-30B-80L-8 5,289.00 SP-34D-80SP-34D-80$ 5,358.00 SP-34D-80L-8SP-34D-80L-8 6,193.00 20' SMA-8020' SMA-80$ 4,782.00 20' SMA-80L-820' SMA-80L-8 6,098.00 24' SMA-8024' SMA-80$ 4,969.00 24' SMA-80L-824' SMA-80L-8 6,317.00 28' SMA-8028' SMA-80$ 5,132.00 28' SMA-80L-828' SMA-80L-8 6,502.00 Page 30 of 44 HGACBuy 32' SMA-8032' SMA-80$ 5,798.00 32' SMA-80L-832' SMA-80L-8$ 7,276.00 36' SMA-8036' SMA-80 6,399.00 36' SMA-80L-836' SMA-80L-8$ 7,912.00 40' SMA-8040' SMA-80 6,982.00 40' SMA-80L-840' SMA-80L-8$ 8,412.00 44' SMA-8044' SMA-80 7,384.00 44' SMA-80L-844' SMA-80L-8$ 9,002.00 48' SMA-8048' SMA-80 8,083.00 48' SMA-80L-848' SMA-80L-8$ 9,389.00 50' LMA-80/10050' LMA-80/100 14,170.00 50' LMA-80/100L-850' LMA-80/100L-8$ 16,232.00 55' LMA-80/10055' LMA-80/100 14,502.00 55' LMA-80/100L-855' LMA-80/100L-8$ 16,543.00 60' LMA-80/10060' LMA-80/100 14,769.00 60' LMA-80/100L-860' LMA-80/100L-8$ 16,961.00 65' LMA-80/10065' LMA-80/100 15,041.00 65' LMA-80/100L-865' LMA-80/100L-8$ 17,377.00 20'/20' DMA-8020'/20' DMA-80 7,374.00 20'/20' DMA-80L-820'/20' DMA-80L-8$ 8,840.00 24'/20' DMA-8024'/20' DMA-80 7,533.00 24'/20' DMA-80L-824'/20' DMA-80L-8$ 9,039.00 24'/24' DMA-8024'/24' DMA-80 8,072.00 24'/24' DMA-80L-824'/24' DMA-80L-8$ 9,739.00 28'/20' DMA-8028'/20' DMA-80 7,930.00 28'/20' DMA-80L-828'/20' DMA-80L-8$ 8,783.00 28'/24' DMA-8028'/24' DMA-80 8,111.00 28'/24' DMA-80L-828'/24' DMA-80L-8$ 9,705.00 28'/28' DMA-8028'/28' DMA-80 8,315.00 28'/28' DMA-80L-828'/28' DMA-80L-8$ 9,945.00 32'/20' DMA-8032'/20' DMA-80 8,312.00 32'/20' DMA-80L-832'/20' DMA-80L-8$ 9,943.00 32'/24' DMA-8032'/24' DMA-80 8,503.00 32'/24' DMA-80L-832'/24' DMA-80L-8$ 10,134.00 32'/28' DMA-8032'/28' DMA-80 8,708.00 32'/28' DMA-80L-832'/28' DMA-80L-8$ 10,374.00 32'/32' DMA-8032'/32' DMA-80 9,624.00 32'/32' DMA-80L-832'/32' DMA-80L-8$ 11,328.00 36'/20' DMA-8036'/20' DMA-80 8,994.00 36'/20' DMA-80L-836'/20' DMA-80L-8$ 10,335.00 36'/24' DMA-8036'/24' DMA-80 9,186.00 36'/24' DMA-80L-836'/24' DMA-80L-8$ 10,889.00 36'/28' DMA-8036'/28' DMA-80 9,327.00 36'/28' DMA-80L-836'/28' DMA-80L-8$ 11,062.00 36'/32' DMA-8036'/32' DMA-80 9,742.00 36'/32' DMA-80L-836'/32' DMA-80L-8$ 11,446.00 36'/36' DMA-8036'/36' DMA-80 10,096.00 36'/36' DMA-80L-836'/36' DMA-80L-8$ 11,836.00 40'/20' DMA-8040'/20' DMA-80 9,567.00 40'/20' DMA-80L-840'/20' DMA-80L-8$ 11,307.00 40'/24' DMA-8040'/24' DMA-80 9,762.00 40'/24' DMA-80L-840'/24' DMA-80L-8$ 11,502.00 40'/28' DMA-8040'/28' DMA-80 9,904.00 40'/28' DMA-80L-840'/28' DMA-80L-8$ 11,644.00 40'/32' DMA-8040'/32' DMA-80 10,462.00 40'/32' DMA-80L-840'/32' DMA-80L-8$ 12,274.00 40'/36' DMA-8040'/36' DMA-80 10,758.00 40'/36' DMA-80L-840'/36' DMA-80L-8$ 12,571.00 44'/20' DMA-8044'/20' DMA-80 10,011.00 44'/20' DMA-80L-844'/20' DMA-80L-8$ 11,823.00 44'/24' DMA-8044'/24' DMA-80 10,206.00 44'/24' DMA-80L-844'/24' DMA-80L-8$ 12,019.00 44'/28' DMA-8044'/28' DMA-80 10,347.00 44'/28' DMA-80L-844'/28' DMA-80L-8$ 12,160.00 44'/32' DMA-8044'/32' DMA-80 11,417.00 44'/32' DMA-80L-844'/32' DMA-80L-8$ 13,113.00 44'/36' DMA-8044'/36' DMA-80 11,714.00 44'/36' DMA-80L-844'/36' DMA-80L-8$ 13,563.00 50'/20' LDMA-8050'/20' LDMA-80 17,309.00 50'/20' LDMA-80L-850'/20' LDMA-80L-8$ 19,300.00 Page 31 of 44 HGACBuy 55'/28' LDMA-8055'/28' LDMA-80 17,664.00 55'/28' LDMA-80L-855'/28' LDMA-80L-8$ 20,207.00 60'/32' LDMA-8060'/32' LDMA-80 18,208.00 60'/32' LDMA-80L-860'/32' LDMA-80L-8$ 20,848.00 65'/44' LDMA-8065'/44' LDMA-80 19,788.00 65'/44' LDMA-80L-865'/44' LDMA-80L-8$ 21,070.00 8' Luminaire Arm8' Luminaire Arm 1,005.00 TXDOT100MPHMastArmPoles(InclAnchorBolts,AddILSNSignArmifneeded) SP-30B-100SP-30B-100$ 4,453.00 SP-30B-100L-8SP-30B-100L-8 5,289.00 SP-34D-100SP-34D-100$ 5,358.00 SP-34D-100L-8SP-34D-100L-8 6,193.00 20' SMA-10020' SMA-100$ 5,525.00 20' SMA-100L-820' SMA-100L-8 7,037.00 24' SMA-10024' SMA-100$ 5,839.00 24' SMA-100L-824' SMA-100L-8 7,343.00 28' SMA-10028' SMA-100$ 5,879.00 28' SMA-100L-828' SMA-100L-8 7,462.00 32' SMA-10032' SMA-100$ 6,334.00 32' SMA-100L-832' SMA-100L-8 7,952.00 36' SMA-10036' SMA-100$ 6,983.00 36' SMA-100L-836' SMA-100L-8 8,695.00 40' SMA-10040' SMA-100$ 7,822.00 40' SMA-100L-840' SMA-100L-8 9,581.00 44' SMA-10044' SMA-100$ 8,201.00 44' SMA-100L-844' SMA-100L-8 9,994.00 20'/20' DMA-10020'/20' DMA-100$ 7,902.00 20'/20' DMA-100L-820'/20' DMA-100L-8 9,099.00 24'/20' DMA-10024'/20' DMA-100$ 8,273.00 24'/20' DMA-100L-824'/20' DMA-100L-8 9,919.00 24'/24' DMA-10024'/24' DMA-100$ 8,839.00 24'/24' DMA-100L-824'/24' DMA-100L-8 10,444.00 28'/20' DMA-10028'/20' DMA-100$ 8,604.00 28'/20' DMA-100L-828'/20' DMA-100L-8 10,290.00 28'/24' DMA-10028'/24' DMA-100$ 9,063.00 28'/24' DMA-100L-828'/24' DMA-100L-8 10,786.00 28'/28' DMA-10028'/28' DMA-100$ 9,335.00 28'/28' DMA-100L-828'/28' DMA-100L-8 11,056.00 32'/20' DMA-10032'/20' DMA-100$ 9,080.00 32'/20' DMA-100L-832'/20' DMA-100L-8 10,802.00 32'/24' DMA-10032'/24' DMA-100$ 9,476.00 32'/24' DMA-100L-832'/24' DMA-100L-8 11,199.00 32'/28' DMA-10032'/28' DMA-100$ 10,186.00 32'/28' DMA-100L-832'/28' DMA-100L-8 11,944.00 32'/32' DMA-10032'/32' DMA-100$ 10,598.00 32'/32' DMA-100L-832'/32' DMA-100L-8 12,357.00 36'/20' DMA-10036'/20' DMA-100$ 9,684.00 36'/20' DMA-100L-836'/20' DMA-100L-8 10,120.00 36'/24' DMA-10036'/24' DMA-100$ 9,977.00 36'/24' DMA-100L-836'/24' DMA-100L-8 11,814.00 36'/28' DMA-10036'/28' DMA-100$ 10,168.00 36'/28' DMA-100L-836'/28' DMA-100L-8 11,963.00 36'/32' DMA-10036'/32' DMA-100$ 10,807.00 36'/32' DMA-100L-836'/32' DMA-100L-8 12,602.00 36'/36' DMA-10036'/36' DMA-100$ 11,208.00 36'/36' DMA-100L-836'/36' DMA-100L-8 13,008.00 40'/20' DMA-10040'/20' DMA-100$ 10,175.00 40'/20' DMA-100L-840'/20' DMA-100L-8 12,007.00 40'/24' DMA-10040'/24' DMA-100$ 10,410.00 40'/24' DMA-100L-840'/24' DMA-100L-8 13,801.00 40'/28' DMA-10040'/28' DMA-100$ 12,020.00 40'/28' DMA-100L-840'/28' DMA-100L-8 13,889.00 40'/32' DMA-10040'/32' DMA-100$ 12,674.00 40'/32' DMA-100L-840'/32' DMA-100L-8 14,543.00 40'/36' DMA-10040'/36' DMA-100$ 13,049.00 40'/36' DMA-100L-840'/36' DMA-100L-8 14,955.00 44'/20' DMA-10044'/20' DMA-100$ 12,119.00 44'/20' DMA-100L-844'/20' DMA-100L-8 14,023.00 44'/24' DMA-10044'/24' DMA-100$ 12,354.00 44'/24' DMA-100L-844'/24' DMA-100L-8 14,259.00 Page 32 of 44 HGACBuy 44'/28' DMA-10044'/28' DMA-100 12,607.00 44'/28' DMA-100L-844'/28' DMA-100L-8$ 14,549.00 44'/32' DMA-10044'/32' DMA-100 13,262.00 44'/32' DMA-100L-844'/32' DMA-100L-8$ 15,203.00 44'/36' DMA-10044'/36' DMA-100 13,573.00 44'/36' DMA-100L-844'/36' DMA-100L-8$ 15,515.00 50' LMA-80/10050' LMA-80/100 17,309.00 50' LMA-80/100L-850' LMA-80/100L-8$ 19,300.00 55' LMA-80/10055' LMA-80/100 17,664.00 55' LMA-80/100L-855' LMA-80/100L-8$ 20,207.00 60' LMA-80/10060' LMA-80/100 18,208.00 60' LMA-80/100L-860' LMA-80/100L-8$ 20,848.00 65' LMA-80/10065' LMA-80/100 19,788.00 65' LMA-80/100L-865' LMA-80/100L-8$ 21,070.00 SignalsandLEDs UsethisSeparateLEDsectionforLED'sonlyQuotes,theyareduplicatedin eachsignalsectionalso LeotekP3singleLEDHeads 82000612" Green Arrow$ 36.00 82000312" Green Ball 34.00 82000512" Yellow Arrow$ 36.00 82000212" Yellow Ball 34.00 82000412" Red Arrow$ 36.00 82000112" Red Ball 34.00 Leotek15YearWarrantyLED's 820006-1512" Green Arrow - 15 Year Warranty 48.00 820003-1512" Green Ball- 15 Year Warranty$ 53.00 820005-1512" Yellow Arrow - 15 Year Warranty 48.00 820002-1512" Yellow Ball- 15 Year Warranty $ 53.00 820004-1512" Red Arrow - 15 Year Warranty 48.00 820001-1512" Red Ball- 15 Year Warranty$ 53.00 Leotek8"BicycleLED's TP08A-BC-IL8" Green Bicycle$ 51.00 TP08A-BB-IL8" Yellow Bicycle 51.00 TP08A-BA-IL8" Red Bicycle$ 51.00 Leotek12vDCLED's 820021 ULPDC 12" Yellow Ball Ultra Low Power (5 Watt)$ 52.00 820061DC 12" Yellow Ball 45.00 820062DC 12" Green Ball$ 45.00 820060DC 12" Red Ball 45.00 Leotek48vDCLED's 820006 48V12" Green Arrow 61.00 820003 48V12" Green Ball$ 56.00 820005 48V12" Yellow Arrow 61.00 820002 48V12" Yellow Ball $ 56.00 820004 48V12" Red Arrow 61.00 820001 48V12" Red Ball$ 56.00 821002 48V16" Countdown Ped (48 Volt DC) 137.00 UTurnandBimodalLED's 8200012" Red U-Turn Arrow$ 57.00 8200012" Yel U-Turn Arrow 57.00 8200012" Grn U-Turn Arrow$ 57.00 82001012" Yellow/Green Bi-Modal Arrow (IL) 88.00 OneSectionSignals McCainOneSectionSignalHeads 1900001 Section Poly Head (With Visor) TxDot Yellow$ 47.00 1901021 Section Alum Head (With Visor) TxDot Yellow 55.00 1910021 Section Poly Head (With Visor) TxDot Black$ 43.00 1901031 Section Alum Head (With Visor) TxDot Black 55.00 OneSectionBackPlates 1921011 Sec Alum$ 21.00 M178761 Sec Alum - Louvered 42.00 M181621 Sec Poly (Flat)$ 21.00 Page 33 of 44 HGACBuy 192101RT1 Sec Alum w/ 2" Reflective Tape 29.00 M442871 Sec Alum Louvered w/ 2" Reflective Tape$ 27.00 OneSectionAstroBracs AS-0125-1-62-PNC1Way, 1 Sec (62" Cable)$ 133.00 OneSectionSpanWireAssemblies 200902Span Wire Assy 1Way 1-Point Mount 1 Sec $ 61.00 201082Span Wire Assy 2Way 1-Point Mount 1 Sec 84.00 200072Span Wire Assy 3Way 1-Point Mount 1 Sec $ 144.00 201083Span Wire Assy 4Way 1-Point Mount 1 Sec 146.00 0Paint Adder For Brac or Assy (Add Color code Pxx)$ 21.00 TwoSectionSignals TwoSectionMcCainSignals 2YP2 Section Poly Head (With Visor) TxDot Yellow$ 79.00 2YA2 Section Alum Head (With Visor) TxDot Yellow$ 109.00 2BP2 Section Poly Head (With Visor) TxDot Black 69.00 2BA2 Section Alum Head (With Visor) TxDot Black$ 109.00 TwoSectionBackPlates 1921022 Sec Alum$ 26.00 M178942 Sec Alum - Louvered$ 27.00 M181642 Sec Poly (Flat) 23.00 192102RT2 Sec Alum w/ 2" Reflective Tape$ 36.00 M566782 Sec Alum Louvered w/ 2" Reflective Tape 38.00 TwoSectionAstroBracs AS-0125-2-62-PNC1Way, 2 Sec (62" Cable)$ 136.00 2sec Split2 Sec Split Span (Top & Bottom) w/ Gap between 96.00 Paint AdderPaint Adder For Brac or Assy (Add Color code Pxx)$ 21.00 TwoSectionLeotekNewP3LED's 82000212" Yellow Ball 34.00 82000112" Red Ball$ 34.00 ThreeSectionSignals McCainThreeSectionSignals 190003TX3 Section Poly Head (With Visor) TxDot Yellow 148.00 190103TX3 Section Alum Head (With Visor) TxDot Yellow$ 169.00 191003TX3 Section Poly Head (With Visor) TxDot Black 133.00 191103TX3 Section Alum Head (With Visor) TxDot Black$ 169.00 ThreeSectionBackPlates 1921033 Sec Alum 33.00 192103RT3 Sec Alum w/ 2" Reflective Tape$ 43.00 1921163 Sec Alum (HAWK) Cluster fro AB -0168 52.00 1921133 Sec Alum - Louvered$ 34.00 192113RT3 Sec Alum Louvered w/ 2" Reflective Tape 43.00 M615973 Sec Alum - Louvered (HAWK) Cluster (Max Border)$ 55.00 TBD3 Sec Alum - Louvered (HAWK) Cluster (Max Border) w/ 2" Reflective Tape 62.00 1920033 Sec VF, ABS$ 36.00 192003RT3 Sec VF, ABS with 2" Reflective Tape 66.00 BK-8000-3-PNC3 Sec Pelco Aeroflex (No Tape)$ 77.00 BK-1032-A-PNC3 Sec VF, ABS (Cluster) 193.00 ThreeSectionAstroBracs 2011601Way, 3 Sec (62" Cable)$ 145.00 201160-841Way, 3 Sec (84" Cable) 151.00 201160-961Way, 3 Sec (96" Cable)$ 154.00 201160-1201Way, 3 Sec (120" Cable) 160.00 AB-0168-62-PNC1Way, 3 Sec (62" Cable) (Cluster) Only use if spec'd$ 288.00 2000501Way, 3 Sec (62" Cable) w/CGB 151.00 AS-0194-3-84-2-PNC1Way, 3 Sec (84" Cable) w/CGB$ 157.00 2000511Way, 3 Sec (96" Cable) w/CGB 160.00 AS-0194-3-120-2-PNC1Way, 3 Sec (120" Cable) w/CGB$ 166.00 AB-0150-3-62-PNC1 Way, 3 Sec (62" Cable) Articulated w/CGB 195.00 AB-0150-3-84-PNC1 Way, 3 Sec (84" Cable) Articulated w/CGB$ 201.00 AB-0150-3-96-PNC1 Way, 3 Sec (96" Cable) Articulated w/CGB 202.00 ThreeSectionSpanWireAssy 200150Span Wire Assy, 1Way 2-Point Mount 3 Sec$ 126.00 200151Span Wire Assy, Full Piping (3 Sec) 283.00 201177-3Span Wire Assy, Houston (3 Sec)$ 227.00 SP-3011-TX-3-PNC3 Sec Signal (Type E) FOR EL PASO 120.00 Page 34 of 44 HGACBuy SE-3315-PNC3 Sec HAWK Cluster w/Universal Hub Plates 181.00 20SE-5094-PNC3 Sec Top and Bottom Mount$ 138.00 Paint AdderPaint Adder For Brac or Assy (Add Color code Pxx) 21.00 ThreeSectionLeotekNewP3LED's 82000612" Green Arrow$ 36.00 82000312" Green Ball 34.00 82000512" Yellow Arrow$ 36.00 82000212" Yellow Ball 34.00 82000412" Red Arrow$ 36.00 82000112" Red Ball 34.00 FourSectionSignals McCainFourSectionSignals 190004TX4 Section Poly Head (With Visor) TxDot Yellow$ 192.00 190104TX4 Section Alum Head (With Visor) TxDot Yellow(Horiz) 221.00 191004TX4 Section Poly Head (With Visor) TxDot Black$ 177.00 191104TX4 Section Alum Head (With Visor) TxDot Black (Horiz) 221.00 0 FourSectionBackPlates 1920044 Sec VF, ABS$ 44.00 1921044 Sec Alum 36.00 192104RT4 Sec Alum w/ 2" Reflective Tape$ 62.00 1921144 Sec Alum - Louvered 39.00 192114RT4 Sec Alum Louvered w/ 2" Reflective Tape$ 57.00 M18219D4 Sec VF, ABS 44.00 192004RT4 Sec VF, ABS with 2" Reflective Tape$ 70.00 04 Sec Louisiana Backplate 52.00 BK-8000-4-PNC4 Sec Aeroflex (No Tape)$ 92.00 0 FourSectionAstroBracs 201160-41Way, 4 Sec (62" Cable) 152.00 201160-4-841Way, 4 Sec (84" Cable)$ 158.00 201160-4-961Way, 4 Sec (96" Cable) 161.00 201160-4-1201Way, 4 Sec (120" Cable)$ 167.00 AS-0194-4-621Way, 4 Sec (62" Cable) w/CGB 147.00 AS-0194-4-841Way, 4 Sec (84" Cable) w/CGB$ 162.00 AS-0194-4-961Way, 4 Sec (96" Cable) w/CGB 161.00 AS-0194-4-1201Way, 4 Sec (120" Cable) w/CGB$ 171.00 AB-0150-4-96-PNC1 Way, 4 Sec (96" Cable) Articulated w/CGB 203.00 FourSectionSpanWireAssy 200150Span Wire Assy, 1Way 2-Point Mount 3 Sec$ 126.00 200152Span Wire Assy, Full Piping (4 Sec) 293.00 201177Span Wire Assy, Houston (4 Sec)$ 234.00 SP-3011-TX-4-PNC4 Sec Signal (Type E) FOR EL PASO 126.00 Paint AdderPaint Adder For Brac or Assy (Add Color code Pxx)$ 21.00 FourSectionLeotekNewP3LED's 82000612" Green Arrow 36.00 82000312" Green Ball$ 34.00 82000512" Yellow Arrow 36.00 82000212" Yellow Ball $ 34.00 82000412" Red Arrow 36.00 82000112" Red Ball$ 34.00 FiveSectionSignals McCainFiveSectionSignals 191005TX5 Section Poly Head (With Visor) TxDot Black 221.00 M321585 Section Poly Cluster (With Visor) TxDot Black$ 221.00 190005TX5 Section Poly Head (With Visor) TxDot Yellow 241.00 M445155 Section Poly Cluster (With Visor) TxDot Yellow$ 241.00 190105TX5 Section Alum Head (With Visor) TxDot Yellow 280.00 M658575 Section Alum Cluster (With Visor) TxDot Yellow$ 280.00 190105TX5 Section Alum Head (With Visor) TxDot Yellow 280.00 191105TX5 Section Alum Head (With Visor) TxDot Black$ 280.00 M561705 Section Alum Cluster (With Visor) TxDot Black 280.00 FiveSectionBackPlates 1920055 Sec VF, ABS$ 55.00 192005RT5 Sec VF, ABS with 2" Reflective Tape 83.00 1921055 Sec Alum$ 44.00 192105RT5 Sec Alum W/ 2" Reflective Tape 72.00 Page 35 of 44 HGACBuy 192105C5 Sec Alum (Cluster) 57.00 1921155 Sec Alum - Louvered$ 55.00 192115RT5 Sec Alum - Louvered w/ 2" Reflective Tape 69.00 M180845 Sec Alum (Cluster) - Louvered for Pelco Bracket$ 59.00 M666785 Sec Alum (Cluster) - Louvered for Pelco Bracket w/ 2" RT 72.00 M42514D5 Sec VF, ABS (Cluster)$ 72.00 5 Sec La5 Sec Louisiana Backplate 73.00 BK-8000-5-PNC5 Sec Aeroflex (No Tape)$ 104.00 FiveSectionAstroBracs 201160-51Way, 5 Sec (62" Cable)$ 160.00 201160-5-841Way, 5 Sec (84" Cable)$ 165.00 201160-5-961Way, 5 Sec (96" Cable) 168.00 201160-5-1201Way, 5 Sec (120" Cable)$ 175.00 20AS-0138-621Way, 5 Sec (62" Cable) (Cluster) 244.00 20AS-0138-961Way, 5 Sec (96" Cable) (Cluster)$ 253.00 20AS-0138-1201Way, 5 Sec (120" Cable) (Cluster) 259.00 AS-0194-5-621Way, 5 Sec (62" Cable) w/CGB$ 164.00 AS-0194-5-841Way, 5 Sec (84" Cable) w/CGB 170.00 2000521Way, 5 Sec (96" Cable) w/CGB$ 173.00 AS-0194-5-1201Way, 5 Sec (120" Cable) w/CGB 179.00 AB-0150-5-96-PNC1 Way, 5 Sec (96" Cable) Articulated w/CGB$ 216.00 FiveSectionSpanWireAssy SP-1001-TX-PNCSpan Wire Assy, 1Way 2-Point Mount 5 Sec 126.00 200153Span Wire Assy, Full Piping (5 Sec)$ 304.00 201177-5Span Wire Assy, Houston (5 Sec) 245.00 SP-3041-TX-PNCSpan Wire Assy, (5 Sec Cluster)$ 135.00 SP-3011-TX-5-PNC5 Sec Signal (Type E) FOR EL PASO 133.00 Paint AdderPaint Adder For Brac or Assy (Add Color code Pxx)$ 21.00 FiveSectionLeotekNewP3LED's 82000612" Green Arrow 36.00 82000312" Green Ball$ 34.00 82000512" Yellow Arrow 36.00 82000212" Yellow Ball $ 34.00 82000412" Red Arrow 36.00 82000112" Red Ball$ 34.00 Louvers&Visors Louvers 20115412" GPL 8 degree Slotted Full Circle Louver - Yellow 172.00 201154B12" GPL 8 degree Slotted Full Circle Louver - Black$ 172.00 2600115 Vane, 7° Louver 47.00 Visors 19000112" Poly Visor Yellow$ 9.00 Full Circle Visor12" Alum Full Circle Visor - Yellow 13.00 19010112" Alum Tunnel Visor - Yellow$ 13.00 19100112" Poly Visor Black 5.00 M1930012" Alum Full Circle Visor - Black$ 13.00 19110112" Alum Tunnel Visor - Black 13.00 OtherSignalRelatedParts&NMAssemblies M66676Reflective Tape per foot to add to Backplate 3.00 AstroBracsClampsONLYwithGalvanizedCable 201151Astro Brac Clamp Kit w/62" Galv Cable$ 72.00 201151-84Astro Brac Clamp Kit w/84" Galv Cable 77.00 201151-96Astro Brac Clamp Kit w/96" Galv Cable$ 80.00 201151-120Astro Brac Clamp Kit w/120" Galv Cable 86.00 2011063 Section Gusseted Tube$ 27.00 201106-584 Section Gusseted Tube 35.00 201106-745 Section Gusseted Tube$ 41.00 2010139 inch Standard Arm Kit 29.00 2000849 inch CGB Arm Kit$ 34.00 0Paint Adder (Add Color code Pxx) 7.00 PelcoWindDampers 200079-62Wind Damper (MA-DPD-12) less sign - 62" Cable$ 455.00 200079-84Wind Damper (MA-DPD-12) less sign - 84" Cable 466.00 200079-96Wind Damper (MA-DPD-12) less sign - 96" Cable$ 472.00 0Paint Adder (Add Color code Pxx) 0School Zone Assembly (3 head Mast Arm)FOR EL PASO$ - 201057School Zone Assembly (3 head Mast Arm)FOR EL PASO 497.00 Page 36 of 44 HGACBuy Kit TxDOT2SectionSplitSpanAssemblyWithGap 20SE-5089Span Hanger$ 57.00 20SE-0448Check Nut (2 Required each) 5.00 20SE-0354Neoprene Washer (2 Required Each))$ - 20SE-0436-12Nipple 1.5" (12") 10.00 20SE-5050-PNCTether Assy Tri Stud Breakaway$ 19.00 Kit NMSignalMntEndofArm 201052Hub Plate (SE-0444) (2 required each)$ 13.00 2011914" All Thread (SE-0309) 13.00 20-SE-0436-1010" Nipple (SE-0436)$ 10.00 200085Serrated Ell (SE-0457) (2 required Each) 11.00 201400Lock Ring (SE-0360) (2 Required Each)$ 3.00 201046Hex Nipple (SE-0443) (2 Required Each) 5.00 Home DepotHome Depot 1 1/2" LB w/cover & Gasket$ 19.00 Kit NMSignalMountSideofPole/MidArm 201052Hub Plate (SE-0444) (2 required each)$ 13.00 20-SE-0436-1010" Nipple (SE-0436)$ 10.00 200085Serrated Ell (SE-0457) (2 required Each) 11.00 201400Lock Ring (SE-0360) (2 Required Each)$ 3.00 201046Hex Nipple (SE-0443) (2 Required Each) 5.00 0 NMSignalMntPedPoleHead 201052Hub Plate (SE-0444) (2 required each)$ 13.00 2011914" All Thread (SE-0309) 13.00 200085Serrated Ell (SE-0457) (2 required Each)$ 11.00 201400Lock Ring (SE-0360) (2 Required Each) 3.00 201046Hex Nipple (SE-0443) (2 Required Each)$ 5.00 0 NMPedHead&TXType1 201052Hub Plate (SE-0444) (2 required each) 13.00 20-SE-0436-1212" Nipple (SE-0436) (2 Required Each)$ 10.00 200085Serrated Ell (SE-0457) (2 required Each) 11.00 201400Lock Ring (SE-0360) (2 Required Each)$ 3.00 201046Hex Nipple (SE-0443) (2 Required Each) 5.00 CoaxialandHeliaxCable CoaxialCableIncludingConnectors PNS10-500200ACoaxial Cable LMR-400 (Per Ft.) 1.33 LMR 400 ConnN Male Connector - LMR-400 (2 per radio)$ 17.00 HeliaxCableIncludingConnectors PNS10-500200HHeliax Cable LMR-600 (Per Ft.) 2.55 LMR600 ConnN Male Connector - LMR-600 (2 per radio)$ 29.00 VideoDetection IterisVIVD'sProcessorSystem Detector/ProcessorCards 260300Edge 2 Detector Card - 1 Camera$ 1,625.00 260301Edge 2 Detector Card - 2 Camera (use for 4 Cam Sys) 2,500.00 260302Edge 2 Detector Card - 4 Camera$ 4,750.00 InterfacePanels&Dinrail 260312Edgeconnect Card (for Comm Back to TCC) 3,169.00 260314Vec-Edge-2 (Processor)$ 2,938.00 260303Surge Panel w/Mounting Clips for 6 suppressors 188.00 260305Dinrail Clip$ - 130880Mouse 20.00 260309Y Cable for Monitor$ - 2603087" Color Monitor 156.00 IterisVIVD'sCameraAssembly Page 37 of 44 HGACBuy 260306Color Camera$ 1,188.00 Vec CamVector Sensor (Camera) 4,688.00 260304Video Surge Supressor w/1 FCABLE$ 63.00 260307Camera Mounting Bracket 156.00 AS-0175-74-62-PNCPelco Camera Mounting Bracket - 62" 158.00 AS-0175-74-120-PNCPelco Camera Mounting Bracket - 120"$ 173.00 PNS10-504415BNC Connectors 4.00 Vivds System Set Up$ 300.00 VIVD's Central Control (Laptop) 2,000.00 ViVDS Communication Cable (Coaxial)$ 1.03 MyersBatteryBackups BBUSystem(ExternalBatteryCabinet) 47-UPSCAB$ 3,875.00MyersBC1280BBUW/O Batteries 47-UPS332 RACK Myers BBU W/O Batteries 332 Retrofit (San Antonio)$ 3,944.00 47-UPS332 RACK$ 3,944.00MyersBBUW/O Batteries 332 Retrofit (San Antonio) Generator Option (Incl. Automatic Switch, Dead Face Panel, 30A Generator Receptacle, Wiring ) Gen Option$ 269.00 MP2000 in 232 Cabinet Includes: MP2000E, PTS/MBPS, Swing Out Battery Trays, Battery, Cable & Wiring MP2000 Kit$ 1,875.00 Batt ShelvesSlide Out Battery Shelves in TXDOT Cabinet$ 225.00 Mems MEMS (Myers Ethernet Monitoring Software)$ 625.00 13-HR4000 334.00MK100AmpBatteries 161409 Battery Box$ 538.00 SchneiderAPCUPS's UPSSystem(ExternalBatteryCabinet) UPS w/ APC Secure UPS 1300VA/1300 W 120 VAC In/Out RM Plus Bypass Unit with 12' Harness (No 710010Cabinet or Power Panel) $ 2,195.00 Complete UPS w/ APC Secure UPS 1300VA/1300 W 120 VAC In/Out RM Plus Bypass Unit with 12' Harness 710011(NO Cabinet or Power Panel but with Generator Option)$ 2,245.00 Turnkey UPS w/ APC Secure UPS 1300VA/1300 W 120 VAC In/Out RM, Bypass Unit, 12' Harness, RTC APC-TXDOTCabinet and Power Panel 4 MK 110 AH Batteries (No Generator Plug) $ 4,642.00 Turnkey UPS w/ APC Secure UPS 1300VA/1300 W 120 VAC In/Out RM Plus Bypass Unit, 12' Harness, RTC Cabinet and Power Panel 4 MK 110 AH Batteries and Generator Plug APC-DOT 4,911.00 710001APC Secure UPS 1300VA/1300 W 120 VAC In/Out RM Conformal Coated$ 1,757.00 710002APC Schneider SecureUPS Bypass Unit W/ Generator input, W/O Batteries 300.00 710002NOGENAPC Schneider SecureUPS Bypass Unit W/O Generator input, W/O Batteries$ 250.00 710003APC Schneider Battery Harness 12' 188.00 47-HAR4APC Schneider Battery Harness 4'$ 150.00 03-UPSGENGenerator Option (Incl. Automatic Switch, Dead Face Panel, 30A Generator Receptacle, Wiring ) 269.00 13-8A30 HEIMK 110 Amp 12V Batteries$ 254.00 710006APC 100 Amp 12V Batteries 313.00 710009Set of 4 APC 100 Amp 48V Batteries$ 1,250.00 260012Aluminum Mounting Cabinet 1,100.00 PNS10 -03-UPSCTCPower Panel, wiring and Labor$ 331.00 PNS10 -03- UPSFANTHERMAdd ,Thermostat and Fan Only (NO POWER PANEL)$ 326.00 PNS10 -03-UPSCONFAdd Confirmation Light 50.00 PNS10 -03-UPSDOORAdd Door Switch$ 120.00 710004One Year Extended Warranty on APC Secure UPS 140.00 710005One Year Extended Warranty on APC Secure UPS Bypass $ 51.00 SouthernIlluminatedSigns CleanProfileSingleSidedTXDOT CP618SRDNNAAG16' x 18" viewable area standard blocking background 1,516.00 CP621SRDNNAAG26' x 21" viewable area standard blocking background$ 1,595.00 CP624SRFNNAAG16' x 24" viewable area standard blocking background 1,681.00 CP618SRDNNAAD16' x 18" viewable area with retroreflective background and EC film$ 1,672.00 CP621SRDNNAAD26' x 21" viewable area with retroreflective background and EC film 1,751.00 CP624SRFNNAAD16' x 24" viewable area with retroreflective background and EC film$ 1,837.00 Page 38 of 44 HGACBuy CP818SRDNNAAG18' x 18" viewable area standard blocking background 1,629.00 CP821SRDNNAAG28' x 21" viewable area standard blocking background$ 1,715.00 CP824SRFNNAAG18' x 24" viewable area standard blocking background 1,817.00 CP818SRDNNAAD28' x 18" viewable area with retroreflective background and EC film$ 1,837.00 CP821SRDNNAAD18' x 21" viewable area with retroreflective background and EC film 1,923.00 CP824SRFNNAAD18' x 24" viewable area with retroreflective background and EC film$ 2,025.00 CP1018SRDNNAAG110' x 18" viewable area standard blocking background 2,146.00 CP1018SRDNNAAG210' x 21" viewable area standard blocking background$ 2,232.00 CP1024SRFNNAAG110' x24" viewable area standard blocking background 2,335.00 CP1021SRDNNAAD110' x 21" viewable area with retroreflective background and EC film$ 2,406.00 CP1018SRDNNAAD210' x 18" viewable area with retroreflective background and EC film 2,492.00 CP1024SRFNNAAD110' x 24" viewable area with retroreflective background and EC film$ 2,595.00 CleanProfileDoubleSidedTXDOT CP618DTJNNAAG16' x 18" viewable area standard blocking background 1,600.00 CP621DTJNNAAG26' x 21" viewable area standard blocking background$ 1,708.00 CP624DTJNNAAG16' x 24" viewable area standard blocking background 2,124.00 CP618DTJNNAAD16' x 18" viewable area with retroreflective background and EC film$ 1,912.00 CP621DTJNNAAD26' x 21" viewable area with retroreflective background and EC film 2,020.00 CP624DTJNNAAD16' x 24" viewable area with retroreflective background and EC film$ 2,436.00 CP818DTJNNAAG18' x 18" viewable area standard blocking background 1,715.00 CP821DTJNNAAG28' x 21" viewable area standard blocking background$ 1,828.00 CP824DTJNNAAG18' x 24" viewable area standard blocking background 2,386.00 CP818DTJNNAAD18' x 21" viewable area with retroreflective background and EC film$ 2,131.00 CP821DTJNNAAD28' x 18" viewable area with retroreflective background and EC film 2,244.00 CP824DTJNNAAD18' x 24" viewable area with retroreflective background and EC film$ 2,802.00 CP1018DRDNNAAG110' x 18" viewable area standard blocking background 2,232.00 CP1018DRDNNAAG210' x 21" viewable area standard blocking background$ 2,345.00 CP1024DRFNNAAG110' x 24" viewable area standard blocking background 3,028.00 CP1021DRDNNAAD110' x 21" viewable area with retroreflective background and EC film$ 2,752.00 CP1018DRDNNAAD210' x 18" viewable area with retroreflective background and EC film 2,865.00 CP1024DRFNNAAD110' x 24" viewable area with retroreflective background and EC film$ 3,548.00 ThinLEDSingleSided TL619SRDNNAAG16' x 19" Overall size standard blocking background 1,401.00 TL619SRDNNAAD16' x 19" Overall size with retroreflective film and EC overlay$ 1,557.00 TL819SRDNNAAG18' x 19" Overall size standard blocking background 1,516.00 TL819SRDNNAAD18' x 19" Overall size with retroreflective film and EC overlay$ 1,724.00 ThinLEDDoubleSided TL619DTJNNAAG16' x 19" Overall size standard blocking background$ 1,743.00 TL619DTJNNAAD16' x 19" Overall size with retroreflective film and EC overlay 2,055.00 TL819DTJNNAAG18' x 19" Overall size standard blocking background$ 1,942.00 TL819DTJNNAAD18' x 19" Overall size with retroreflective film and EC overlay 2,358.00 Options MISCDECALLogo One color logo price per side$ 33.00 MISCDECALLogo Two or more colors price per sign 65.00 PHOTOCELL-SWIVELPhotocell Tork Swivel$ 26.00 Tork Int Tork Internal 26.00 Intermatic Intermatic (Controls up to 4)$ 26.00 Brackets EZ Bar Even Free Swing from mast arm both fixed heights $ 189.00 BRACKET-EZ-BAR- UNEVEN Free swing from mast arm one side adjustable 254.00 Pelco 0142 Rigid Rear Mount (Single Sided Only)$ 252.00 Pelco 1006 Rigid Mount top and bottom of sign (Single only) 338.00 Pelco 5148 Free Swing both fixed heights $ 338.00 Free Swing Free Swing with one side extender 358.00 BlankOutSigns BO2424BBNNAAYR3-124" x24" Symbolic display R3-1. Size of display 2,756.00 BO2424BBNNAAYR3-224" x24" Symbolic display R3-2. Size of display$ 2,756.00 BO2430BBNNAAYR3-1T24" x 30" 30" R3-1 with TRAIN below$ 3,608.00 BO3030BBNNAAYR3-130" x 30" Symbolic display R3-1. Size of display$ 3,487.00 BO3036BBNNAAYR3-1T30" x 36" 30" R3-1 with TRAIN below in 6" single stroke letters 3,861.00 Page 39 of 44 HGACBuy BO2424BBNNAAY-W10-724" X 24" Symbolic Train R10-15 Size of Display$ 3,419.00 LC1818BBNNAAY-2R-2W18" x 18" Lane Use Signal Red X and Green Arrow$ 3,120.00 BO3036BBNNAAY- R3(2WAY)30" x 36" Dual Symbol Lane Use R3-5A & R3-5L$ 3,959.00 4,178.00BO3036BBNNAAY- R3(2WAY)30" x 36" Dual Symbol Lane Use R3-5L & R3-6L StandardLEDSigns 0Single Sided LE619SRDNNAAG16' x 19" viewable area standard blocking background 1,425.00 LE624SRDNNAAG16' x 24" viewable area standard blocking background 1,538.00 LE819SRDNNAAG18' x 19" viewable area standard blocking background 1,538.00 LE824SRDNNAAG18' x 24" viewable area standard blocking background 1,652.00 0Double Sided LE619DTJNNAAG16' x 19" viewable area standard blocking background 1,794.00 LE624DTJNNAAG16' x 24" viewable area standard blocking background 1,908.00 LE819DTJNNAAG18' x 19" viewable area standard blocking background 1,976.00 LE824DTJNNAAG18' x 24" viewable area standard blocking background 2,090.00 AluminumNEMA3REnclosures&ITSCommander CE3RAL322014PMTR 32"x20"x14" Pole Mounted Control Cabinet NEMA 3R .125" 5052 Aluminum. 995.00 CE3RAL5030165BMNOPD 50"x30"x16.5" Base Mounted Control Cabinet NEMA 3R .125" 5052 Aluminum. 1,164.00 336S Pole Mount CCTV Cabinet with PDA 30 amp, 4 equipment outlets, 2 GFI outlets, fan light, shelf and WE336S-CCTVFL-P/Bdrawer. No sunshields 3,504.00 WE332-DMSFL-B 332 DMS cabinet with 60 amp 120/240 Split phase PDA, fan light, shelf and drawer. No sunshield.$ 4,323.00 30"H x 24"W x 24"D Pole Mounted cabinet with power panel for CCTV 30 Amp main breaker and 2 15 amp breakers. New MexicoWE302424-ITSNM-P-CCTV$ 3,738.00 30"H x 24"W x 24"D Pole Mounted cabinet with power panel for DMS, 2-30 Amp main breaker and 2-15 amp breakers. New Mexico WE302424-ITSNM-P-CCTV 3,894.00 MedocoLocks LOCK-DB-EA-100221Nexgen Traffic Box Lock 302.00 KEY-S-EA-100156Nexgen Electronic XT Slim Line Key$ 115.00 KEY-PROG-USB-S-EA- 100109Nexgen Electronic XT Slim Line Key Programmer$ 277.00 CHARGER-KEY-USB- CABLE-94-0290Nexgen Electronic XT Slim Line Key Charger USB Cable$ 302.00 SOFTWARE-XT-PLUS-SW- 500301-2BASIC Medeco Electronic Lock and Key Software (LIMIT 750 Keyholders) ANNUAL CHARGE!!!$ 698.00 SOFTWARE-XT-PLUS-SW-ADVANCED Medeco Electronic Lock and Key Software (LIMIT 750 Keyholders) Adds Remote and Mobile 500301-3Programming and extended Schedules to Basic ANNUAL CHARGE!!! $ 2,194.00 SOFTWARE-XT-PLUS-SW- 500301-4Medeco Electronic Lock and Key Software (LIMIT 1500 Keyholders) ANNUAL CHARGE!!!$ 3,591.00 SouthernILSNSignInstallLabor(CTC) CTCINSTALLILSN Installation to Mast Arm 2.5 hours/per sign $260 per hour 650.00 CTCINSTALLILSN Installation LARGE Sign 5 hours/per sign $260 per hour (requires site visit)$ 1,300.00 CTCINSTALLILSN Installation Wire pull cabinet to sign 2 Hours/per sign $260 per hour 520.00 PNS WireWire for Sign (250 ft) per sign $.35 per ft inrolls of 2,900 ft$ 114.00 PNS FuseIn Line Fuse (check with Agency to see if necessary) 65.00 HoustonRadarCounters Speedlane(2Radars,ColorHDCamera,Bluetooth) Speedlane Base Unit (Dual Radar, Color HD Camera, Bluetooth Interface, SQL Database, RS232 and 12VDC HRSL BASEPower, Mounting Bracket, StatsAnalyser Software) 5,064.00 Solar Kit (96WHr LifePO Rechargeable Battery, 30 W Solar Panel, mounting bracket, 5 ft cable, AC Charger, HRSL SOLAR30On/Off Switch) 1,104.00 HRSL UPSUPS Kit (96WHr LifePO Rechargeable Battery, AC Charger, On/Off Switch)$ 844.00 HRSL CELL3G Penta Cell Modem w/ GPS (Full sized SIM and data plan NOT included) 779.00 Page 40 of 44 HGACBuy HRSL ENETBuilt in Ethernet Port (for video streaming) 649.00 HRSL BIPOEBuilt in Power over Ethernet$ 389.00 HRSL EXPOEExternal Power over Ethernet Injector 103.00 HRSL 16PC16 ft Power and Serial Cable (M12-DB9)$ 48.00 HRSL 33PC33 ft Power and Serial Cable (M12-DB9) 81.00 HRSL 20EC20 ft Ethernet Cable (M12-RJ45)$ 81.00 HRSL 39EC39 ft Ethernet Cable (M12-RJ45) 140.00 HRSL BATExternal Battery Augment$ 168.00 HRSL 9VR9 hours of onboard 800x60010ffps Video Recording 727.00 HRSL 18VR18 hours of onboard 800x60010ffps Video Recording$ 1,039.00 HRSL BLUEBluetooth DongleClass 1 Windows 30.00 HRSL PWPSUP15 Watt, 12VDC Power Supply 51.00 HRSL TETACTTetyon Server Client Activation (allows Callout and aggregates data in cloud) 649.00 HRSL TETLXTetyon Package for Ubuntu Liux HRSL TET MAINTTetyon Annual Maintenance 2,600.00 ArmadilloTracker(CountandClassRadar) Armadillo Base Unit ( LifePO Rechargeable Battery, Bluetooth Interface, USB Slow Charger, AC Quick Charger, 12V Car Charger, Mounting Bracket, ON/Off Switch, StatsAnalyser Software) HRSL BASE$ 2,980.00 HRSL SOLAR5Solar Kit ( 5 W Solar Panel, mounting bracket, 3 ft cable, Mounting Bracket)$ 563.00 HRSL SOLAR10Solar Kit ( 10 W Solar Panel, mounting bracket, 3 ft cable, Mounting Bracket) 649.00 HRSL GPSGPS Data Tagging Includes GPS Module and antenna)$ 311.00 HRSL CELL3G Penta Cell Modem w/ GPS (Full sized SIM and data plan NOT included) 779.00 HRSL CASEWeatherproof Carrying Case$ 260.00 3MLoopSealant 3M 110501Detector Loop Sealant (5 Gal Pail) 455.00 110506Loop Sealant Ply-Pack$ 38.00 110507Loop Sealant Ply-Pack Gun 260.00 FlirDetectionProducts TraficonVisualCameras(Legacy) 0Traficon VIP/3D.1s - Vehicle Presence & Data Monitor Detector Board - 1 camera input - US Edge Connector 1,827.00 0Traficon VIP/3D.2s - Vehicle Presence & Data Monitor Detector Board - 2 camera input - US Edge Connector 2,841.00 Traficon VIEWCOM/Es MAX + - Remote Monitoring & Setup Board - MPEG-4/H.264 - single slot - US Edge 0Connector 2,438.00 0 Traficon VIP Set Up Keypad - for DB9 Connector & Stereo Jack Connector$ 195.00 04 I/Os - Output Expansion Board - 4 outputs - single slot - US Edge Connector 514.00 02 I/Os - Output Expansion Board - 2 outputs - single slot - US Edge Connector$ 345.00 AnalogThermalImagers 0FC-369 T2 - QVGA, 69° H FOV, NTSC $ 2,126.00 0FC-344 T2 - QVGA, 44° H FOV, NTSC$ 2,126.00 0FC-332 T2 - QVGA, 32° H FOV, NTSC 2,126.00 0FC-324 T2 - QVGA, 24° H FOV, NTSC$ 2,126.00 0FC-317 T2 - QVGA, 17° H FOV, NTSC 2,126.00 TrafiCamVisualVehicleDetection(Legacy) 0TrafiCam wide angle$ 1,235.00 0TrafiCam narrow angle 1,235.00 04TI ETH Edge - 4 outputs, SDLC via PIM module, USB, ETH - single slot - US Edge Connector $ 390.00 04/Os xp. Edge - Output Expansion Board - 4 outputs - single slot - US Edge Connector 325.00 04TI ETH - 16 outputs, USB, ETH$ 715.00 01TI - 4 outputs, USB 475.00 0USB/A - USB/B Cable - for setup of 1TI, 4TI ETH and 4TI ETH Edge with PC$ 8.00 0Spare Power / RS485 connector (8 pins, of which 5 pins color coded) 33.00 0Sunshield for aluminum housing$ 39.00 TrafiCamxStream2VehicleDetection,TrafficDataandVisualTrafficMonitoring 0Traficam Xstream2 Digital Visual Camera with Streaming capability Wide Angle 2,730.00 0Traficam Xstream2 Digital Visual Camera with Streaming capability Narrow Angle$ 2,730.00 0TI BPL2 Edge Card (supports up to 4 Cameras) 936.00 0TI BPL2 Edge W/ BIU and SIU Interface SDLC Interface(supports up to 4 Cameras) (if SDLC needed) 1,287.00 04 I/O USB - Input Output Expansion Board (If more than 4 cameras needed in an intersection)$ 325.00 0TI BPL2 interface - Power Line Interface - 16 outputs 936.00 0Spare Connector - 8 pins - BPL2 - PoE$ 39.00 Page 41 of 44 HGACBuy 0FLIR POE Interface 195.00 TraffiRadarVisualStopBarDetection,TrafficData&TrafficMonitoring.RadarDilemnazone protectionandAdvanceDetection(RadarandVisualDual) 0TrafiRadar BPL Dual Detection Radar and Visual $ 4,615.00 0TI BPL2 Edge Card (supports up to 4 Cameras) 780.00 04/Os xp. Edge - Output Expansion Board - 4 outputs - single slot - US Edge Connector$ 325.00 0TI x-stream BPL interface - Power Line Interface - 16 outputs 936.00 0TI xp BPL Expansion Board$ 475.00 0Spare PosewerBPL Connector (3 wire) 39.00 0TrafiOne Thermal Pedestrian Presence Detection & Visual Traffic Monitoring$ 1,287.00 0TrafiOne 195 - QQVGA, 95° H FOV, 9Hz, including HD visual stream license 1,853.00 0TrafiOne 156 - QQVGA, 56° H FOV, 9Hz, including HD visual stream license$ 1,853.00 0TrafiOne pedestrian counting license fee - optionally, to be ordered in addition with 10-7070 or 10-7075$ 475.00 0TI BPL2 EDGE - interface - 4 outputs - SDLC via PIM module - double slot - US Edge Connector 936.00 0TI BPL2 EDGE - BIU & SIU interface - 4 outputs - SDLC - double slot - US Edge Connector$ 1,287.00 04I/O USB - input/output expansion board - 4 outputs - single slot - US Edge Connector 325.00 0TI BPL2 interface - Power Line Interface - 16 outputs$ 936.00 0Ethernet interface 195.00 0FLIR POE Interface$ 195.00 0Spare Rain Shield - for 10-7075 39.00 TraffiSense2ThermalVehicle/Bicycle/PedestrianDetection,TrafficData&TrafficMonitoring 0Traffisense 2 Thermal Camera 690 (90 deg Field of View) Includes Sunshield$ 4,290.00 0Traffisense 2 Thermal Camera 645 (45 deg Field of View) Includes Sunshield 4,290.00 0Traffisense 2 Thermal Camera 632 (32 deg Field of View) Includes Sunshield$ 4,290.00 0Traffisense 2 Thermal Camera 690 V2X (90 deg Field of View) Includes Sunshield (V2X Ready)$ 5,005.00 0Traffisense 2 Thermal Camera 645 V2X (45 deg Field of View) Includes Sunshield (V2X Ready) 4,290.00 0Traffisense 2 Thermal Camera 632 V2X (32 deg Field of View) Includes Sunshield (V2X Ready)$ 4,290.00 0ITS-IQ Tier 1 Cloud Connectivity annual license fee (price per sensor per year) 224.00 0ITS-IQ Tier 1 Cloud Connectivity annual license fee (price per sensor for 5 years)$ 1,047.00 0ITS-IQ Tier 1 Cloud Connectivity annual license fee (price per sensor for 10 years) 1,794.00 0ITS-IQ Tier 1 Wi-Fi Monitoring annual license fee (price per sensor per year)$ 897.00 0ITS-IQ Tier 1 Wi-Fi Monitoring annual license fee (price per sensor for 5 years) 2,093.00 0ITS-IQ Tier 1 Wi-Fi Monitoring annual license fee (price per sensor for 10 years)$ 2,990.00 0Premium Traffic Data License Fee 650.00 0Stopped Vehicle License Fee (Consult Flir for Price)$ - 0TI BPL2 Edge Card (supports up to 4 Cameras) 936.00 0TI BPL2 Edge W/ BIU and SIU Interface SDLC Interface(supports up to 4 Cameras) (if SDLC needed) 1,287.00 04 I/O USB - Input Output Expansion Board (If more than 4 cameras needed in an intersection)$ 325.00 0TI BPL2 interface - Power Line Interface - 16 outputs 936.00 0Spare Connector - 8 pins - BPL2 - PoE$ 39.00 0FLIR POE Interface 195.00 TraffiSense2DUALThermalandVisual(forVehicle/Bike/PedestrianDetection,TrafficDataand ThermalANDVisualTrafficmonitoring) 0Traffisense 2 Dual Thermal Camera 690 (90 deg Field of View) Visual 30-90 Deg HD, Includes Sunshield 5,590.00 0Traffisense 2 Dual Thermal Camera 645 (45 deg Field of View) Visual 5-50 Deg HD, Includes Sunshield 5,590.00 0Traffisense 2 Dual Thermal Camera 632 (32 deg Field of View) Visual 5-50 Deg HD, Includes Sunshield 5,590.00 0TI BPL2 Edge Card (supports up to 4 Cameras)$ 936.00 0TI BPL2 Edge W/ BIU and SIU Interface SDLC Interface(supports up to 4 Cameras) (if SDLC needed)$ 1,287.00 04 I/O USB - Input Output Expansion Board (If more than 4 cameras needed in an intersection) 325.00 0FLIR POE Interface$ 195.00 0Spare Rain Shield - for 10-7075 39.00 AcyclicaHardwareCloundConnectivity,TravelTimes/OriginDestination,CabinetHealth Monitoring 0DA4 Data Aggregator (Requires software license to use)$ 1,803.00 0SDLC Y Cable 5 ft 338.00 0Cabinet Interface Harness Kit$ 338.00 Page 42 of 44 HGACBuy 05 Band MIMO Antenna - SMA 182.00 05 Band MIMO Antenna - SMA Low Profile$ 345.00 0SIM Card fro Cell Service 13.00 Acyclica1YrSoftwareLicensesandModules(PerLocation,PerYear) 0Flir Detectors VSO (Vehicle Speed and Occupancy)1 yr License (Historical and Real Time, Images and Events)$ 195.00 0NON-Flir Detectors VSO (Vehicle Speed and Occupancy as avaiable) 1 yr License$ 156.00 0Travel Time (Travel and Delay Time, O/D) 1 Yr License 585.00 0Modules requiring Travel Time Basic Module$ - Signal Timing Tools (Advance travel and Delay Time, progression Diagram, Speed by Segment, Timing 0Planning)$ 312.00 0Reporting Module (Route and segment Travel Time Distribution, Turning Movement Count) 312.00 0Planning Module Advanced O/D)$ 312.00 ModulesrequiringTravelTimeBasicModuleANDFLIRVSOLicense 0Route Performance Measures 312.00 ModulesrequiringTravelTimeBasicModuleANDConnectiontoSignalPhaseInfo 0Intersection Performance Measures$ 312.00 ModuleBundle Flir Sensor Package (Flir VSO, Travel Time, Sinal Timing Tools, Reporting Module, Planning Module, Route 0Performance and intersection Performance)$ 2,028.00 0Cellular Data Service 1 Yr 520.00 0Dedicated cloud VPN (price per client group per year)$ 5,200.00 Acyclica5YrSoftwareLicensesandModules(PerLocation,5Yearsforpriceof4) 0Flir Detectors VSO (Vehicle Speed and Occupancy)5 yr License (Historical and Real Time, Images and Events)$ 780.00 0NON-Flir Detectors VSO (Vehicle Speed and Occupancy as avaiable) 5 yr License 624.00 0Travel Time (Travel and Delay Time, O/D) 5 Yr License$ 2,340.00 ModulesrequiringTravelTimeBasicModule Signal Timing Tools (Advance travel and Delay Time, progression Diagram, Speed by Segment, Timing 0Planning)$ 1,248.00 0Reporting Module (Route and segment Travel Time Distribution, Turning Movement Count) 1,248.00 0Planning Module Advanced O/D)$ 1,248.00 ModulesrequiringTravelTimeBasicModuleANDFLIRVSOLicense 0Route Performance Measures 1,248.00 ModulesrequiringTravelTimeBasicModuleANDConnectiontoSignalPhaseInfo 0Intersection Performance Measures$ 1,248.00 ModuleBundle Flir Sensor Package (Flir VSO, Travel Time, Sinal Timing Tools, Reporting Module, Planning Module, Route 0Performance and intersection Performance)$ 8,112.00 0Cellular Data Service 5 Yr 2,600.00 0Dedicated cloud VPN (price per client group per year)$ 20,800.00 DA400andSoftwareBundles DA-400 5 Yr Congestion Package (Includes DA-400 with Power Cable only, Travel Time, Intersection 0Performance)(Must add Antenna and Harness and cell service if needed)$ 4,251.00 DA-400 5 Yr All Package (Includes DA-400 with Power Cable only, Travel Time, Intersection Performance, Signal Timing, Reporting, Planning, Route Performance) (Must add Antenna and Harness and cell service if 0needed) 7,995.00 APIIntegrationandUsage 0API Integration and Usage (Consult Flir for pricing FLUXTrafficManagementSystem 0FLUX Traffic Mgt Sytem 1 Server License (must ALWAYS add 10-150 and 10-160 to this?)$ 5,590.00 0FLUX Embedded Clustering LibraryLicense 325.00 0FLUX Embedded Database License$ 325.00 0FLUX 1 video Channel License for viewing Data Streaming 163.00 0Queue Length & Waiting Time License - for ramp metering applications (price per single video channel) 390.00 FLIRExtendedWarranty(3YrStandard) 01 additional Year Extended Warranty 7%, (5 Year Total Maximum) Add 1 to QTY)7.00% 02 Additional Year Extended Warranty 14%, (5 Year Total Maximum (Add 1 to QTY) 14.00% CTCInstallationLabor(PerHour) CTCINSTALLDriving Time One Man and Pickup Truck$ 130.00 CTCINSTALLOn Site Time One Man and Pickup Truck (2 Hr minimum including drive time) 130.00 CTCINSTALLSecond Man (Include Both Drive and On Site time)$ 85.00 Page 43 of 44 HGACBuy Second Man with a Pickup to be used as a Crash Truck (Use whenever a bucket truck is needed on a two lane CTCINSTALLor larger road) (Include Both Drive and On Site time)$ 130.00 CTCINSTALLBucket Truck Upcharge (Include Both Drive and On Site Time) 50.00 CTCINSTALLIntersection Turn on$ 1,350.00 CTCINSTALLLocal or Additional Intersections (Same Day) 375.00 CTCINSTALLMobilization Charge Per Hour (includes Site Survey and Line Locates)$ 130.00 CTCINSTALLEquipment Rental CTCINSTALLTravel and Other Expenses (Hotel Air rent car meals etc.) Page 44 of 44 AMENDMENT No. 1to CONTRACT No. PE05-21 For Traffic Control, Enforcement and Signal Preemption Equipment Between HOUSTON-GALVESTON AREA COUNCIL And Consolidated Traffic Controls, Inc. THIS AMENDMENT modifies the above referenced Contract as follows: Clarifies Articles 26, 27, and 28 in Special Provisions of the above referenced Agreement (#6676) should read as follows: ARTICLE 26: CONTRACT WORK HOURS AND SAFETY STANDARDS As per the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708), where applicable, all Customer Purchase Orders inexcess of $100,000 that involve the employment ofmechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages ofevery mechanic and laborer on the basis ofa standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated ata rate ofnot less than one and a half times the basic rate ofpay for all hours worked in excess of40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required towork insurroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. ARTICLE 27: PROFIT AS A SEPARATE ELEMENT OF PRICE For purchases using federal funds in excess of $150,000, a Customer may be required to negotiate profit as a separate element ofthe price. See, 2 CFR 200.323(b). Contractor agrees toprovide information and negotiate with the Customer regarding profit as a separate element of the price for the purchase. Contractor also agrees that the total price, including profit, charged by Contractor to Customer will not exceed the awarded pricing, including any applicable discount, under any awarded contract. ARTICLE 28: BYRD ANTI-LOBBYING AMENDMENT Byrd Anti-Lobbying Amendment (31U.S.C. 1352) Contractors that apply or bid for an award exceeding 100,000 must file the required anti-lobbying certification. Each tier must certify to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the Customer. As applicable, Contractor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 USC 1352).Contractor certifies that it iscurrently in compliance with all applicable provisions of the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352) and will continue to be in compliance throughout the term of the Contract and further certifies that: 1. No Federal appropriated funds have been paid or will be paid by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of aMember of Congress in connection with the awarding of a Federal contract, the making ofa Federal Grant, the making of a Federal Loan, the entering into a cooperative Master Agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative Revised 6.1.18 Master Agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing, or attempting to influence, an officer or employee ofa Member of Congress in connection with a Federal contract, grant, loan, or cooperative Master Agreement, Contractor shall complete and submit Standard Form with its instructions. 3. Contractor shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative Master Agreements) and that all subcontractors shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission ofthis certificate isa prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Unless otherwise noted, this amendment goes into effect on the date signed by H-GAC. All other terms and conditions of this Contract shall remain unchanged and in full force and effect. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective duly authorized representatives. Signed for Houston-Galveston Area Council, ____________________________________ Houston, Texas Chuck Wemple, Executive Director Date: _______________________________ Signed for: Consolidated Traffic Controls, Inc. ___________________________________ Printed Name & Title: ____________________________________ Date: _______________________________ Revised 6.1.18 AMENDMENT No. 2to CONTRACT No. PE05-21 For Traffic Control, Enforcement & Signal Preemption Equipment Between HOUSTON-GALVESTON AREA COUNCIL And Consolidated Traffic Controls, Inc. THIS AMENDMENT modifies the above referenced Contract as follows: This contract is extended through April 30, 2024 Midnight CT. Unless otherwise noted, this amendment goes into effect on the date signed by H-GAC. All other terms and conditions of this Contract shall remain unchanged and in full force and effect. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective duly authorized representatives. Signed for Houston-Galveston Area Council, ____________________________________ Houston, Texas Chuck Wemple, Executive Director Date: _______________________________ Signed for: Consolidated Traffic Controls, Inc. ____________________________________ Printed Name & Title: ____________________________________ Date: _______________________________ Revised 6.1.18 AMENDMENT No. 3toCONTRACTNo. PE05-21 For TrafficControl, Enforcement & SignalPreemptionEquipment Between HOUSTON-GALVESTONAREACOUNCIL And ConsolidatedTrafficControls, Inc. THISAMENDMENT modifiestheabovereferencedContractasfollows: Thiscontract isextendedthroughApril30, 2025MidnightCT. Unlessotherwisenoted, thisamendmentgoes intoeffectonthedatesignedbyH-GAC. Allotherterms and conditionsofthisContract shallremainunchangedandin fullforceandeffect. INWITNESSWHEREOF, thepartieshavecaused thisAgreementto beexecutedbytheirrespectiveduly authorizedrepresentatives. SignedforHouston-GalvestonAreaCouncil, ____________________________________ Houston, Texas ChuckWemple, Executive Director Date: _______________________________ Signedfor: ConsolidatedTrafficControls, Inc. ____________________________________ PrintedName & Title: ____________________________________ Date: _______________________________ Revised 6.1.18 H-GAC Houston-Galveston Area Council P.O. Box 22777· 3555 Timmons· Houston, Texas 77227-2777 Cooperative Agreement - Extension - Consolidated Traffic Controls, Inc. - Public Services - ID: 13942 EXTENSION No. 4 to CONTRACT No. PE05-21 For Traffic Control, Enforcement & Signal Preemption Equipment Between HOUSTON-GALVESTON AREA COUNCIL And Consolidated Traffic Controls, Inc. THIS AMENDMENT modifies the above referenced Contract as follows: Contract is extended through Apr 30 2026 Midnight CST or the effective date of the contracts resulting from the most recently awarded Request For Proposal (RFP) for Traffic Control, Enforcement & Signal Preemption Equipment, whichever occurs first. Unless otherwise noted, this amendment goes into effect on the date signed by H-GAC.All other terms and conditions of this Contract shall remain unchanged and in full force and effect. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective duly authorized representatives. Signed for: Houston-Galveston Area Council$docusign:SignHere::InternalSigner Chuck Wemple Executive Director Date: $docusign:DateSigned::InternalSigner Signed for: Consolidated Traffic Controls, Inc. docusign:SignHere::Customer1 Printed Name: Bryan Jones Title: Senior Vice President Date: $docusign:DateSigned::Customer1 Revised 19Mar2024 JasonStickley Vice President 08/26/2025 8/22/2025 RTC MANUFACTURING INC ARLINGTON, TX 76001 - 118198 1016 ENTERPRISE PLACE 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 25-05 - RTC Flashing Signals City Engineering's Office 1 Civic Square Carmel, IN 46032- 378622 UNIT PRICEDESCRIPTIONUNIT OF MEASUREQUANTITY Page 1 of 1 Laurie Slick 104010 2200Department:202Fund:Local Road & Street Fund 43-509.00Account: Traffic Control, Enforcement & Signal Equipment1 $261,567.00 $261,567.00Each $261,567.00Sub Total $261,567.00 Send Invoice To: PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT SHIPPING INSTRUCTIONS *SHIP PREPAID. *C.O.D. SHIPMENT CANNOT BE ACCEPTED. *PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. *THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 PAYMENT * A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. CONTROL NO. 118198 ORDERED BY TITLE City Engineering's Office 1 Civic Square Laurie Slick Carmel, IN 46032- Bradley Pease Zac Jackson Director CFO CzBmmjtpoMzodi.NdHsbuibu2;47qn-Bvh38-3136 Bright Equipment, Inc. Street Department - 2025 Appropriation #2201 2201 44-650.01 Motor Vehicle Highway Fund; P.O.#118196 Contract Not To Exceed $99,562.85 particular purpose. 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same Effective Date”), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City’s property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor’s sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor’s warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers’ compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor’s agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled 2 Bright Equipment, Inc. Street Department - 2025 Appropriation #2201 2201 44-650.01 Motor Vehicle Highway Fund; P.O.#118196 Contract Not To Exceed $99,562.85 without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor’s provision of Goods and Services pursuant to or under this Agreement or Vendor’s use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor’s agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor’s performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the “Indiana E-Verify Law”), Vendor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that itis enrolled and participating in the E-Verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E- Verify Law. The requirements of this paragraph shall not apply should the E-Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement 3 Bright Equipment, Inc. Street Department - 2025 Appropriation #2201 2201 44-650.01 Motor Vehicle Highway Fund; P.O.#118196 Contract Not To Exceed $99,562.85 shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City’s prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND City of Carmel Street Department Office of Corporation Counsel st3400W131 Street One Civic Square Carmel, Indiana 46074 Carmel, Indiana 46032 If to Vendor: Bright Equipment, Inc. PO Box 7410722 Chicago, Illinois 60674-0685 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 4 Bright Equipment, Inc. Street Department - 2025 Appropriation #2201 2201 44-650.01 Motor Vehicle Highway Fund; P.O.#118196 Contract Not To Exceed $99,562.85 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES: Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor’s time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City’s authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM: Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through the satisfactory completion of services and/or delivery and acceptance of goods contracted for herein. 23. HEADINGS: All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT: The parties, and their respective officers, officials, agents, partners, successors, assigns and legal 5 Bright Equipment, Inc. Street Department - 2025 Appropriation #2201 2201 44-650.01 Motor Vehicle Highway Fund; P.O.#118196 Contract Not To Exceed $99,562.85 representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES: This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. DEBARMENT AND SUSPENSION: 26.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term “principal” for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Vendor. 26.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City’s request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. 27. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. 28. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 29. ACCESS TO PUBLIC RECORDS ACT: Vendor understands and agrees that any “public record”, as the term is defined in Indiana Code 5- 14-3-2(m), as amended, that is related to the subject matter of the Contract, whether the same is in the possession or control of Vendor or City, shall be subject to release under and pursuant to the provisions of Indiana’s Access to Public Records Act, as codified in Indiana Code 5-14-3-1, et seq., as amended. 30. SUSPENSION OF SERVICES: A. Suspension due to security or integrity threats. Vendor agrees to provide at least twelve (12) hours notice to the City if any suspension of services or good deliveries will be necessary due to a threat to the technical security or technical integrity of the services or delivery systems. B. Suspension due to payment dispute. If the Parties are having a billing or payment dispute, Vendor shall not suspend the services under the Agreements between the Parties until such disputes is 6 Bright Equipment, Inc. Street Department - 2025 Appropriation #2201 2201 44-650.01 Motor Vehicle Highway Fund; P.O.#118196 Contract Not To Exceed $99,562.85 resolved or Agreements between the Parties are terminated. 31. DATA TRANSFER UPON TERMINATION: Upon termination of the Agreement, and if Vendor possesses any City digital data or electronic content (collectively “Customer Data and Content”), Vendor shall not delete and shall allow the City to download and export all such Customer Data and Content held in the services by Vendor for ninety 90) days following termination. 32. LIMITATION ON USE OF CUSTOMER DATA AND CONTENT: Vendor shall not use, disclose, sell, license, rent, or otherwise exploit Customer Data and Content for any commercial purposes, nor for any purpose beyond the scope of providing the services set forth in the Agreements between the Parties. All use of Customer Data and Content by Vendor must comply with all applicable federal, state, and local laws, rules, and regulations. 33. MARKETING: Any Vendor press-releases announcing the partnership between the Parties, shall be coordinated with the City’s marketing department. 34. DATA AND INFORMATION PROTECTION: A. Definitions. Capitalized terms used in this Section shall have the meanings set forth, below: Authorized Persons" means (i) the Vendor's employees; and (ii) the Vendor's subcontractors and agents who have a need to know or otherwise access Personal Information to enable the Vendor to perform its obligations under this Addendum and the Agreement, and who are bound in writing by confidentiality and other obligations sufficient to protect Personal Information in accordance with the terms and conditions of this Addendum and the Agreement. Highly Sensitive Personal Information" means an (i) individual's government-issued identification number (including Social Security number, driver's license number, or state-issued identification number); (ii) financial account number, credit card number, debit card number, or credit report information, with or without any required security code, access code, personal identification number, or password that would permit access to an individual's financial account; or (iii) biometric, genetic, health, medical, or medical insurance data. Personal Information" means information provided to the Vendor by or at the direction of the City, information which is created or obtained by the Vendor on behalf of the City, or information to which access was provided to the Vendor by or at the direction of the City, in the course of the Vendor's performance under this Addendum and the Agreement that: (i) identifies or can be used to identify an individual (including, without limitation, names, signatures, addresses, telephone numbers, email addresses, and other unique identifiers); or (ii) can be used to authenticate an individual (including, without limitation, employee identification numbers, government-issued identification numbers, passwords or PINs, user identification and account access credentials or passwords, financial account numbers, credit report information, student information, biometric, health, genetic, medical, or medical insurance data, answers to security questions, and other personal identifiers), in case of both subclauses (i) and (ii), including, without limitation, all Highly Sensitive Personal Information. 7 Bright Equipment, Inc. Street Department - 2025 Appropriation #2201 2201 44-650.01 Motor Vehicle Highway Fund; P.O.#118196 Contract Not To Exceed $99,562.85 Security Breach" means (i) any act or omission that compromises either the security, confidentiality, or integrity of Personal Information or the physical, technical, administrative, or organizational safeguards put in place by the Vendor or any Authorized Persons, or by the City should the Vendor have access to the City's systems, that relate to the protection of the security, confidentiality, or integrity of Personal Information, or (ii) receipt of a complaint in relation to the privacy and data security practices of the Vendor or any Authorized Persons or a breach or alleged breach of this Addendum and/or Agreement relating to such privacy and data security practices. Without limiting the foregoing, a compromise shall include any unauthorized access to or disclosure or acquisition of Personal Information. B. Standard of Care. i. Vendor acknowledges and agrees that, during the term of the Agreement, Vendor may create, receive, or have access to Personal Information. For any Personal Information, Vendor shall comply with this Section in its creation, collection, receipt, transmission, storage, disposal, use, and disclosure of such Personal Information and be responsible for any unauthorized creation, collection, receipt, transmission, access, storage, disposal, use, or disclosure of Personal Information under its control or in its possession by all Authorized Persons. Vendor shall be responsible for, and remain liable to, the City for the actions and omissions of all Authorized Persons concerning the treatment of Personal Information. ii. Personal Information is deemed to be Confidential Information of the City and is not Confidential Information of Vendor. iii. Vendor agrees and covenants that it shall: a. Keep and maintain all Personal Information in strict confidence, using such degree of care as is appropriate to avoid unauthorized access, use, or disclosure; b. Not create, collect, receive, access, or use Personal Information in violation of law; c. Use and disclose Personal Information solely and exclusively for the purposes for which the Personal Information, or access to it, is provided pursuant to the terms and conditions of this Addendum and the Agreement, and not use, sell, rent, transfer, distribute, or otherwise disclose or make available Personal Information for Vendor's own purposes or for the benefit of anyone other than the City, in each case, without the City's prior written consent; and d. Not directly or indirectly, disclose Personal Information to any person other than Authorized Persons, without the City's prior written consent. iv. Vendor shall implement and maintain a written information security program, including appropriate policies, procedures, and risk assessments. v. At a minimum, Vendor's safeguards for the protection of Personal Information shall include: a. Limiting access of Personal Information to Authorized Persons; 8 Bright Equipment, Inc. Street Department - 2025 Appropriation #2201 2201 44-650.01 Motor Vehicle Highway Fund; P.O.#118196 Contract Not To Exceed $99,562.85 b. Securing business facilities, data centers, paper files, servers, backup systems, and computing equipment, including, but not limited to, all mobile devices and other equipment with information storage capability; c. Implementing network, application, database, and platform security; (iv) securing information transmission, storage, and disposal; d. Implementing authentication and access controls within media, applications, operating systems, and equipment; e. Encrypting Highly Sensitive Personal Information stored on any media; f. Encrypting Highly Sensitive Personal Information transmitted over public or wireless networks; g. Strictly segregating Personal Information from information of Vendor or its other customers so that Personal Information is not commingled with any other types of information; h. Conducting risk assessments, penetration testing, and vulnerability scans and promptly implementing, at Vendor's sole cost and expense, a corrective action plan to correct any issues that are reported as a result of the testing; i. Implementing appropriate personnel security and integrity procedures and practices, including, but not limited to, conducting background checks consistent with applicable law; and j. Providing appropriate privacy and information security training to Authorized Persons. C. Security Breach. If Security Breach occurs that affects Vendor’s obligations to the City under the Agreements between the Parties, or Personal or Confidential Information, Vendor shall: i. Notify the City of a Security Breach as soon as practicable, but no later than forty-eight (48) hours after the Vendor becomes aware of it; ii. At its own expense, use best efforts to immediately contain and remedy any Security Breach and prevent any further Security Breach, including, but not limited to taking any and all action necessary to comply with applicable privacy rights, laws, regulations, and standards. Vendor shall reimburse the City for all actual costs incurred by the City in responding to, and mitigating damages caused by any Security Breach, including all costs of notice and/or remediation; iii. Maintain and preserve all documents, records, and other data related to any Security Breach; iv. Fully cooperate, at its own expense, with the City in any litigation, investigation, or other action deemed necessary by the City to protect its rights relating to the use, disclosure, protection, and maintenance of Personal or Confidential Information. D. Cyber Liability Insurance. Vendor shall maintain cyber liability insurance coverage of not less than 1,000,000 each claim and annual aggregate providing coverage for damages and claims expenses, including notification expenses, arising from (1) breach of network security, (2) alteration, corruption, destruction or deletion of information stored or processed on a computer system, (3) invasion of privacy, including identity theft and unauthorized transmission or publication of personal information, (4) unauthorized access and use of computer systems, including hackers, (5) the transmission of malicious 9 Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Person Providing Date Goods/Services Goods/ Service Provided Signature Printed Name EXHIBIT B Invoice Goods/Services Provided Describe each good/service separately and in detail) GRAND TOTAL Date: Goods Cost Per Item Services Hourly Total Rate/ Hours Worked EXHIBIT C INSURANCE COVERAGES Worker’s Compensation & Disability Statutory Limits Employer’s Liability: Bodily Injury by Accident/Disease: $500,000 each employee Bodily Injury by Accident/Disease: $500,000 each accident Bodily Injury by Accident/Disease: $1,000,000 policy limit Commercial General Liability (Occurrence Basis), Bodily Injury, Personal Injury, Property Damage, Contractual Liability, Products – Completed Operations: General Aggregate Limit (other than Products/Completed Operations): $2,000,000 Products/Completed Operations: $1,000,000 Personal & Advertising Injury Limit: $500,000 Each Occurrence Limit: $1,000,000 Damage to Premises: $100,000 each occurrence Fire Damage (any one fire): $250,000 each occurrence Medical Expense Limit (any one person): $10,000 Auto Liability (owned, hired, and non-owned) Bodily Single Limit: $1,000,000 each accident Injury and Property Damage: $1,000,000 each accident Policy Limit: $1,000,000 Umbrella/Excess Liability Each Occurrence: $1,000,000 Aggregate: $1,000,000 Maximum Deductible: $10,000 8/26/2025 BOBCAT OF ANDERSON CHICAGO, IL 60674--0685 118196 PO BOX 7410722 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 Bobcat L95 Street Department 3400 W. 131ST Street Carmel, IN 46074- 317) 733-2001 362487 UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY Page 1 of 1 Matt Higginbotham 104135 2201Department:2201Fund:Motor Vehicle Highway FND 44-650.01Account: BobcatL951 $99,562.85 $99,562.85Each 99,562.85SubTotal 99,562.85 Send Invoice To: PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT SHIPPING INSTRUCTIONS SHIP PREPAID. C.O.D. SHIPMENT CANNOT BE ACCEPTED. PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 PAYMENT A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. CONTROL NO. 118196 ORDERED BY TITLE Street Department 3400 W. 131st Street Carmel, IN 46074- Lee Higginbotham Zac Jackson 317) 733-2001 Commissioner CFO CITY OF CARMEL, INDIANA Information 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: Carter Green Loop closed following the Farmers Market Include addresses as appropriate 08/20/2025 yes, 08/26/2025 AMENDMENT TO PARKING FOR ALLIED SOLUTIONS GALA. Original request attached to back. Email also attached yes, 08/25/205 yes, 08/25/2025 UPLOAD MAP Type of Closure: Further Info for type of closure REQUESTS: CITY SERVICES NEEDED: Event Purpose & Description: Event Date Start *Event Date End * If multiple dates, please list Set-Up time * An easy to read, color map of the area is required with submission. Rolling closure Total closure Lane restrictions - explain below Other - explain below N/A Explain lane restrictions needed and other needed below: 3. SPECIAL REQUESTS: Mark all that apply ELECTRICITY JAMES BUILDING RESTROOMS (CARTER GREEN) *Extra fees apply N/A Other 4. CITY SERVICES NEEDED: Mark all that apply Cones/Barricades (signed agreement required) Detour/Traffic Redirection Signs (signed agreement required) Emergency Medical Services (EMS) (Extra fees may apply) Extra Patrol During Event (when available) Traffic Control (Extra fees may apply) On-site Security (Assigned off-duty CPD officers, extra fees will apply) No Parking Signs (Pick up at Carmel Police Department) Trash Trailer ($150 fee may be applied for use) N/A Other 5. EVENT DETAILS: Provide a brief description of event This is an update to our previously submitted form for the Allied Solutions Center Celebration. We now believe that completely closing the Carter Green loop will be beneficial to both our Gala and the wedding on the East Patio. Attach additional pages if needed-SEE BELOW 9/20/2025 9/20/2025 1:00:00 PM Tear Down End time * Event Start time:* Event End time:* Rehearsal * Number of People Expected:* Fees? Vendors 11:59:00 PM 5:00:00 PM 11:59:00 PM No Yes 400 Will a Fee be charged for this event? If yes, please describe below. YES NO EVENT SET UP: Mark all that apply Stage Size of Stage Tent(s) – If placing a tent over the entire green space at Midtown Plaza, the exclusive vendor for tent rental is A-Classic Party Rentals (317-251-7368). Otherwise, you may use the vendor of your choice. We have an approved tent on our West Loop Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571- 2600) Bounce House N/A Other A Classic Name of Merchants(s) doing the setup Phone Number of Merchant(s) doing set up: VENDORS: Mark all that apply VENDORS PRESENT FOOD SERVED (May be subject to Hamilton County Health Department inspection.) ALCOHOL SERVED - Please see Section R under “General Terms and Conditions” in the Public Use Policy. N/A 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. 6. CONTACT INFORMATION: Nicole Chernish nchernish@thecenterpresents.org 3178193520 Director of Events City Carmel State / Province / Region IN Postal / Zip Code 46032 Country United States Street Address 1 Carter Green, Carmel, IN 46032, USA 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 * * * ___________________________________ Laura Campbell, Presiding Officer Date: ______________________________ ___________________________________ James Barlow, Member Date: ______________________________ 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. Allied Solutions Center for the Performing Arts Name of Organization/Applicant Signature of Authorized Agent/Applicant Nicole Chernish, Director of Events Printed Name and Title (If applicable) 317-819-3520 Phone Number (Required) ___________________________________ Alan Potasnik, Member Date: ______________________________ ATTEST: _____________________ Jacob Quinn, City Clerk ________________ Date Special Conditions:__________________________________________________________________ GO TO THE CITY OF CARMEL USE ONLY TAB AND CLICK ON SUBMIT Address of Organization/Applicant 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 a a a a a a a a a a a a a a a aaaaaaa Valet Enter Reg Tent Guest Drive Through proposed for 2025 a a a a aaa aaaaaaa From: Nicole Chernish <nchernish@thecenterpresents.org> Sent: Wednesday, August 20, 2025 11:30 AM To: Hoskins, Elizabeth <ehoskins@carmel.in.gov> Cc: Ramona Adams <Radams@thecenterpresents.org> Subject: 9/20/25 Gala request Hi, Elizabeth. I wanted to let you know that I have submitted an update for our Gala on September 20, 2025. We are now requesting for a Carter Green loop closure that day, following the Farmers Market. We feel this will be best for our Gala attendees, as well as the wedding on the East Patio. Please let me know if you have any questions. Thanks, Nicole CITY OF CARMEL, INDIANA Information CARTER GREEN SPECIAL EVENT / FACILITY USE REQUEST FORM Please reference the City of Carmel Special Event/Facility Use Policy * Must be at least 18 years of age to complete this form. FACILITY * Neighborhood Name/Streets to be closed 1. CITY FACILITY REQUESTED: Mark all that apply CARTER GREEN (area between Palladium & James Building) PALLADIUM EAST PATIO (on the Campus of the Center for the Performing Arts) 2. STREET(S) REQUESTED: Include addresses as appropriate 01/14/2025 Yes 01/21/2025 Yes 01/21/2025 Yes 01/21/2025 Yes 01/23/2025 Yes 01/23/2025 Yes 01/24/2025 Request submission date: Department Review: MAC: CFD: ENG: STREETS: CPD: PARKS: Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 UPLOAD MAP Type of Closure: Further Info for type of closure REQUESTS: CITY SERVICES NEEDED: Event Use/Purpose: Description of Event: Event Date Start *Event Date End * An easy to read, color map of the area is required with submission. Rolling closure Total closure Lane restrictions - explain below Other - explain below N/A Explain lane restrictions needed and other needed below: 3. SPECIAL REQUESTS: Mark all that apply ELECTRICITY JAMES BUILDING RESTROOMS (CARTER GREEN) *Extra fees apply N/A Other Tent outside Palladium steps 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 5. EVENT DETAILS: ASCPA Annual Gala tent and parking on Carter Green Provide a brief description of event Allied Solutions Center for the Performing Arts holds their annual Gala in September each year. They will install a registration tent on Friday near the South steps, and will use Carter Green for parking. The tent will come down on Monday. Attach additional pages if needed-SEE BELOW ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT 9/19/2025 9/22/2025 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 If multiple dates, please list Set-Up time * Tear Down End time * Event Start time:* Event End time:* Rehearsal Number of People Expected:* Fees? Fees (cont'd) Tent set up - Friday Gala - Saturday Tent Tear Down - Monday 10:00:00 AM 5:00:00 PM 4:00:00 PM 12:00:00 AM NA 400 Will a Fee be charged for this event? If yes, please describe below. YES NO Purpose of fee Table reservation EVENT SET UP: Mark all that apply Stage Size of Stage Tent(s) – If placing a tent over the entire green space at Midtown Plaza, the exclusive vendor for tent rental is A-Classic Party Rentals (317-251-7368). Otherwise, you may use the vendor of your choice. 20x40 Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571- 2600) Bounce House N/A Other A Classic Name of Merchants(s) doing the setup 3172517368 Phone Number of Merchant(s) doing set up: Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Vendors Contact Person Email Phone Number: Cell Number: Name/Organization: Address Organization Type:* Residency A refundable Security Deposit in the amount of $100 for any applicant located or residing within Carmel city limits or a non-refundable event fee in the amount of $150 for any applicant located or residing outside of Carmel city limits must be received prior to application review or processing. 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: Mark all that apply VENDORS PRESENT FOOD SERVED (May be subject to Hamilton County Health Department inspection.) ALCOHOL SERVED - Please see Section R under “General Terms and Conditions” in the Public Use Policy. N/A 6. CONTACT INFORMATION: Nicole Chernish nchernish@thecenterpresents.org 3178213520 3172898226 Allied Solutions Center for the Performing Arts City Carmel State / Province / Region IN Postal / Zip Code 46032 Country USA Street Address 1 Carter Green Address Line 2 Non-Profit Organization Is the Organization based within the City of Carmel city limits? Yes No SECURITY DEPOSIT AND FEE: DISCLAIMER: Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 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. Allied Solutions Center for the Performing Arts Name of Organization/Applicant Signature of Authorized Agent/Applicant Nicole Chernish, Event Manager Printed Name and Title (If applicable) 317-821-3520 Phone Number (Required) 1 Carter Green Carmel, IN 46032 Address of Organization/Applicant 1/14/2025 Date Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 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:__________________________________________________________________ Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 25 2/6/2025 2/6/2025 2/6/2025 5 February NOT PRESENT SPECIAL EVENT / FACILITY USE REQUEST Information Facility(s) Event Purpose & Description:* Has this event been held at City facility before?* Event Date Start * Per the City of Carmel Special Event/Facility Use Policy, requests must be received at least 60 days prior to the event. Event Date End * If multiple dates, please list 1. CITY FACILITY(S) REQUESTED: Civic Square Fountain Area Civic Square Gazebo / Lawn Japanese Garden Monon & Main Plaza Midtown Plaza Reflecting Pool Other 2. EVENT DETAILS Provide a brief description of event This is an AMENDMENT to the approved application. Approval was received on 8/6/2025. It has been amended to reflect addition of 4 port-a-lets, which we will secure from Service Sanitation. A grassroots group of Carmel and Hamilton County citizens is hosting a Constitution Festival in honor of the anniversary of the signing of the U.S. Constitution (signing day was September 17, 1787, the day delegates to the Constitutional Convention signed the document in Philadelphia.) The event title is "Voices for Democracy: A Constitution Day Festival" The event's goal is civic education and engagement in American Democracy. The event is a "mini-festival" and rally to commemorate Constitution Day in America. The hope is to make this a recurring event that other communities around Indiana and the country can emulate, ideally as part of our country's 250-year celebration of independence/democracy. The attached document offers greater detail. Attach additional pages if needed-SEE BELOW Yes No 9/20/2025 9/20/2025 NA 08/12/2025Amendment Highlighted Adding 4 portable restrooms Nothing else has changed. Original request included Yes, 08/18/2025 Yes, 08/18/2025 Yes, 08/18/2025 yes, 08/20/2025 yes, 08/20/2025 yes, 08/21/2025 Set-Up time:* Tear Down time:* Event Start time:*Event End time:* Rehearsal Number of People Expected:* Fees? Neighborhood Name/Streets to be closed Upload Map Type of Closure: Further Info for type of closure Requests: City Services Needed 11:00:00 AM 4:00:00 PM End Time 1:00:00 PM 4:00:00 PM No Yes 500 Will a Fee be charged for this event? If yes, please describe below. Yes No 2. STREET(S) REQUESTED: No closures required. Include addresses as appropriate An easy to read, color map of the area is required with submission. Revised Constitution Day Festival Map 08122025.pdf 384.23KB Constitution Day Festival Description.pdf 220.15KB 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 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 Vendors Contact Person * Email * Phone Number:* Cell Number: Name/Organization: Address Organization Type:* Residency 5. 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 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 Name of Merchants(s) doing the setup Phone Number of Merchant(s) doing set up: 6. 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 7. CONTACT INFORMATION: Sharon Boller NA - I am an individual, though part of an unincorporated group we are calling Voices4Democracy City Carmel State / Province / Region IN Postal / Zip Code 46280 Country USA Street Address Address Line 2 Individual Is the requestor a citizen of the City of Carmel? Yes No SECURITY DEPOSIT AND FEE: 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. 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 * * * 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. Sharon Boller Name of Organization/Applicant Signature of Authorized Agent/Applicant Sharon Boller Printed Name and Title (If applicable) Phone Number (Required) Carmel, IN 46280 Address of Organization/Applicant 8/12/2025 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:__________________________________________________________________ Start Peaceful Protest March End Peaceful Protest March F FreedomForum Stage D Democracy in Action Tent P Protest Prep Pavilion I Inspiration Row O CommunityOrganization Tents Peaceful Protest March Route KEY CONSTITUTION DAY FESTIVAL SATURDAY | SEPTEMBER 20, 2025 Voices for Democracy P P P P Portalets P F I P V D 1 What it is: A county-wide festival organized by grassroots individuals within Hamilton County. It’s purpose is to celebrate the anniversary of the signing of our nation’s Constitution and educate local citizens on the Constitution and what it takes to protect and maintain a democracy. This will be done via a blend of art, music, speeches from local activists and citizens, and hands-on activities. Planned activities and attractions. The map included in this document identifies the space we want to use and how it will be used. Key features/events: Feature Description Freedom Forum Stage This stage is where a variety of speakers, each “A voice for democracy,” will deliver 10-minute speeches on some aspect of democracy. We anticipate topics addressing current events in our country - immigration, citizenship, the Constitution, threats to democracy, pillars of democracy, etc. Speakers will be local and volunteers - not paid speakers. (The goal is to demonstrate citizens’ right to free speech and protest.) Between speakers local musicians (soloists, not bands) will perform patriotic or original songs connected to democracy, the Constitution, America. Attendees are welcome to sing along. An emcee will introduce each speaker and musician. Democracy in Action area This is a power-packed area that aims to identify various ways citizens can be engaged in America’s democracy. Within this area, a series of small tents enable attendees to do many things: 1) check their voter registration status and get help with voter registration, as needed. 2) take a “Constitution Quiz” to see how much they know about America’s constitution and obtain a pocket-sized copy of the U.S. Constitution. 3) Identify their state and federal legislative districts, identify their local, state, and federal elected officials, and learn what each elected official’s job is. 4) Have the chance to write a letter or a postcard to send to a legislator on an issue of their choice. 5) Vote via a mock voting booth (one that allows children to vote!) so that participants can experience the power of voting and see the consequences of their vote/nonvote. Protest Prep Pavilion The ability to peacefully assemble and engage in civil protest is enshrined in our Constitution. This area is intended for children. Within this area, kids and their caregivers can create a button, protest sign, or a rally flag that they can then use Voices For Democracy Constitution Day Festival Saturday, Sep 20, 2025 2 along the Peaceful Protest March route at the designated times during the 3-hour event. Inspiration Row We are inviting community members and local artists to submit artwork (likely 8 x 10 or 10 x 17 in size) that we can display around the fountain at Civic Square. The art will depict some image or aspect of democracy that the artist values, feels is threatened, or wants to highlight. We plan to invite local schools and community members to submit drawings. The theme for the art will be “American Democracy.” Peaceful Protest March After the event concludes, we will invite attendees to join in a short peaceful protest march - using signage they’ve created during the event or bringing their own. The attendance goal is 500 attendees coming from across Hamilton County and possibly the. North side of Indianapolis.The long-term vision is to expand this festival in 2026, the year America celebrates 250 years since America declared its independence and set about creating a democracy. 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 Notes included from CPD Lt Rush 07/14/2025 included 07/11/2025 yes, 07/23/2025 yes, 07/23/2025 yes, 07/24/2025 yes, 07/25/2025yes, 07/28/2025 Neighborhood Name/Streets to be closed Upload Map Type of Closure: Further Info for type of closure Requests: 2. STREET(S) REQUESTED: We are not requesting any street closures, though we do anticipate foot traffic on the sidewalks around Civic Square. We are including a map of the event so you can see our plan. It does include a march on the sidewalks - but not in any streets. It is limited to a small area that goes north on Veteran’s Way up to Monon Green Blvd, south on Rangeline Road, east on Gradle Drive and back to the lawn area next to Civic Square. Include addresses as appropriate An easy to read, color map of the area is required with submission. ConstitutionFest_Map_DRAFT2.jpeg 1.69MB 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:* Has this event been held at City facility before?* 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:* 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 A grassroots group of Carmel and Hamilton County citizens is hosting a Constitution Festival in honor of the anniversary of the signing of the U.S. Constitution (signing day was September 17, 1787 - which is the day that delegates to the Constitutional Convention signed the document in Philadelphia. Yes No Provide a brief description of event The event title is “Voices for Democracy: A Constitution Day Festival. The event’s goal is civic education and engagement in American democracy. The event is a “mini-festival” and rally to commemorate Constitution Day in America. The hope is to make this a recurring event that other communities around Indiana and the country can emulate, ideally as part of our country’s 250-year celebration of independence/democracy. The attached document offers greater detail. Attach additional pages if needed-SEE BELOW Constitution Day Festival Description.docx 1.14MB ADDITIONAL PAGES OF DESCRIPTION OF THE EVENT 9/20/2025 9/27/2025 8:00:00 AM 4:00:00 PM 10:00:00 AM 1:00:00 PM Rehearsal Rehearsal Date: Rehearsal Start:Rehearsal End: Number of People Expected:* Fees? Vendors Contact Person * Email * Phone Number:* NA Rehearsal Start Time:Rehearsal End Time: 500 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 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: Sharon Boller 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. NA - I am an individual, though part of an unincorporated group we are calling Voices4Democracy City Carmel State / Province / Region IN Postal / Zip Code 46280 Country Street Address Address Line 2 Individual Is the requestor a citizen of the City of Carmel? 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 * * * *CLICK THE NEXT BUTTON TO SUBMIT YOUR FORM 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. Sharon Boller Name of Organization/Applicant Signature of Authorized Agent/Applicant Sharon Boller Printed Name and Title (If applicable) Phone Number (Required) Carmel, IN 46280 Address of Organization/Applicant 7/12/2025 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:__________________________________________________________________ F D PI O O O O O O O O O O O O Start Peaceful Protest March End Peaceful Protest March F FreedomForum Stage D Democracy in Action Tent P Protest Prep Pavilion I Inspiration Row O CommunityOrganization Tents Peaceful Protest March Route KEY CONSTITUTION DAY FESTIVAL SATURDAY | SEPTEMBER 20, 2025 Voices for Democracy 1 What it is: A county-wide festival organized by grassroots individuals within Hamilton County. It’s purpose is to celebrate the anniversary of the signing of our nation’s Constitution and educate local citizens on the Constitution and what it takes to protect and maintain a democracy. This will be done via a blend of art, music, speeches from local activists and citizens, and hands-on activities. Planned activities and attractions. The map included in this document identifies the space we want to use and how it will be used. Key features/events: Feature Description Freedom Forum Stage This stage is where a variety of speakers, each “A voice for democracy,” will deliver 10-minute speeches on some aspect of democracy. We anticipate topics addressing current events in our country - immigration, citizenship, the Constitution, threats to democracy, pillars of democracy, etc. Speakers will be local and volunteers - not paid speakers. (The goal is to demonstrate citizens’ right to free speech and protest.) Between speakers local musicians (soloists, not bands) will perform patriotic or original songs connected to democracy, the Constitution, America. Attendees are welcome to sing along. An emcee will introduce each speaker and musician. Democracy in Action area This is a power-packed area that aims to identify various ways citizens can be engaged in America’s democracy. Within this area, a series of small tents enable attendees to do many things: 1) check their voter registration status and get help with voter registration, as needed. 2) take a “Constitution Quiz” to see how much they know about America’s constitution and obtain a pocket-sized copy of the U.S. Constitution. 3) Identify their state and federal legislative districts, identify their local, state, and federal elected oƯicials, and learn what each elected oƯicial’s job is. 4) Have the chance to write a letter or a postcard to send to a legislator on an issue of their choice. 5) Vote via a mock voting booth (one that allows children to vote!) so that participants can experience the power of voting and see the consequences of their vote/nonvote. Protest Prep Pavilion The ability to peacefully assemble and engage in civil protest is enshrined in our Constitution. This area is intended for children. Within this area, kids and their caregivers can create a button, protest sign, or a rally flag that they can then use Voices For Democracy Constitution Day Festival Saturday, Sep 20, 2025 2 along the Peaceful Protest March route at the designated times during the 3-hour event. Inspiration Row We are inviting community members and local artists to submit artwork (likely 8 x 10 or 10 x 17 in size) that we can display around the fountain at Civic Square. The art will depict some image or aspect of democracy that the artist values, feels is threatened, or wants to highlight. We plan to invite local schools and community members to submit drawings. The theme for the art will be “American Democracy.” Peaceful Protest March At two diƯerent time points during the 3-hour event, we will invite attendees to join in a short peaceful protest march - using signage they’ve created during the event or bringing their own. The goal is to showcase one powerful tool private citizens have in a democracy: the right to protest. The attendance goal is 500 attendees coming from across Hamilton County and possibly the. North side of Indianapolis.The long-term vision is to expand this festival in 2026, the year America celebrates 250 years since America declared its independence and set about creating a democracy. ---------- Forwarded message ---------- From: Rush, Michael T < mrush@carmel.in.gov> Date: On Tue, Jul 15, 2025 at 10:24 AM Subject: Fw: RE: Event planned for 9/20/25 To: 'SharonBoller@protonmail.com' < SharonBoller@protonmail.com> Cc: Ma’am, Major Collins forwarded me your email regarding the planned event in September. I appreciate you reaching out to us regarding the event and we simply ask that anyone planning a similar march or demonstration ensures participants comply with applicable state laws. The primary concern is that vehicular or pedestrian traƯic is not obstructed or impeded. Please feel free to contact me at any time as you continue planning for the event if you have any questions or require any assistance from us. The only formal approval that will be required will be the facility use agreement/event application. Rush M. Todd Rush Lieutenant, Carmel Police Dept 317-571-2500 mrush@carmel.in.gov CONFIDENTIALITY NOTICE: This E-mail (including attachments) is covered by the Electronic Communications Privacy Act, 18 U.S.C. §§ 2510-2521, is confidential and may be legally privileged. If you are not the intended recipient, you are hereby notified that any retention, dissemination, distribution, or copying of this communication is strictly prohibited, and may be subject to criminal and civil penalties. If you have received this transmission in error, please immediately call us at (317) 571-2500, delete the transmission from all forms of electronic storage, and destroy all hard copies. DO NOT FORWARD this transmission. Receipt of this electronic mail message by anyone other than the intended recipient(s) is not a waiver of any attorney-client work product, investigatory law enforcement privilege or any other applicable privilege. Thank you. Begin forwarded message: From: SharonBoller <SharonBoller@protonmail.com> Date: July 14, 2025 at 10:01:52 CDT To: "Collins, Shane P" <SCollins@carmel.in.gov> Cc: "Hoskins, Elizabeth" <ehoskins@carmel.in.gov> Subject: Event planned for 9/20/25 Hello Major Collins, My name is Sharon Boller. I’m a Carmel resident who is working alongside several other individuals to plan a mini festival on Saturday, September 20th (or Saturday, September 27 if we need to select an alternate date) in honor of the anniversary of Constitution Day (9/17/1787), which is the date our first Constitution was ratified. It is a blend of civic education and political protest rally, intended to help people understand the components of a democracy and the criticality of citizen involvement in a healthy democracy. I’ve attached a description of our event, along with a map so you can see the logistics and scope of our event. Our goal attendance is 500 peeps, though depending on weather we expect anywhere from 250 - 500. We will promote the event throughout the county via social media channels as well as through various civic and community action groups. Per Beth Hoskins, the oƯice administrator who handles event applications, I first need to obtain the Carmel police dept’s approval for our plan for a “peaceful protest march,” which is one of the components of the festival. Thanks, in advance, for your help. Please let me know what other information you require and what, if any, forms I need to fill out through your department. Warm Regards, Sharon Boller 1475 Morningcrest Court Carmel, IN (317) 490-3833 SPECIAL EVENT / FACILITY USE REQUEST Information Facility(s) Event Purpose & Description:* Has this event been held at City facility before?* Event Date Start * Per the City of Carmel Special Event/Facility Use Policy, requests must be received at least 60 days prior to the event. Event Date End * If multiple dates, please list Set-Up time:* 1. CITY FACILITY(S) REQUESTED: Civic Square Fountain Area Civic Square Gazebo / Lawn Japanese Garden Monon & Main Plaza Midtown Plaza Reflecting Pool Other Westwood cul de sac in Kingsood 2. EVENT DETAILS Provide a brief description of event Kingswood HOA will rent tables and chairs, hire a DJ, purchased catered food, activities for kids, possibly Kona Ice etc. for a neighborhood party. Food will be purchases from City BBQ or similar. See attached email informing residents on the cul de sac. Additional notices will be sent out to all Kingswood residents. Emails were sent to residence within the effected street closures. Attach additional pages if needed-SEE BELOW Yes No 9/20/2025 9/20/2025 1:00:00 PM Tear Down time: * 10:00:00 PM End Time Event Start time: * 5:00:00 AM Rehearsal Number of People Expected: * Event End time: * 9:00:00 PM No Yes 300 Request submission date: Department Review: MAC: CFD: ENG: STREETS: CPD: PARKS: Yes, 08/18/2025 Yes, 08/18/2025 Yes, 08/18/2025 yes, 08/20/2025yes, 08/20/2025yes, 08/21/2025 Fees? Neighborhood Name/Streets to be closed Upload Map Type of Closure: Further Info for type of closure Requests: City Services Needed Will a Fee be charged for this event? If yes, please describe below. Yes No 2. STREET(S) REQUESTED: Kingswood Neighborhood Westwood Drive, the western cul de sac closed East to Bradbury Place 5011, 5005, 4999, 5002, 5008, 5014 Westwood Drive Include addresses as appropriate An easy to read, color map of the area is required with submission. Kingswoodmap.png 362.7KB Rolling closure Total closure Lane restrictions - explain below Other - explain below N/A Explain lane restrictions needed and other needed below: The closure is in the cul-de-sac. Everything can be moved in case of an emergency. 3. SPECIAL REQUESTS: Electricity Fountain Restroom - Fountain/Gazebo Reflecting Pool Restrooms 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 5. 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) 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) Bounce House N/A Other Name of Merchants(s) doing the setup Phone Number of Merchant(s) doing set up: 6. 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? 3 7. CONTACT INFORMATION: Kelli Sims Kingswood HOA City CARMEL State / Province / Region IN Postal / Zip Code 46033 Country United States 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: 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. 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 * * * 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. Kingswood HOA Name of Organization/Applicant Signature of Authorized Agent/Applicant Kelli Sims Printed Name and Title (If applicable) Phone Number (Required) Kingswood HOA 0234 Address of Organization/Applicant 8/11/2025 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:__________________________________________________________________ 08/05/2025 Yes, 08/18/2025 Yes, 08/18/2025 Yes, 08/18/2025 yes, 08/21/2025 yes, 08/20/2025 yes, 08/20/2025 SPECIAL EVENT / FACILITY USE REQUEST Information Facility(s) Event Purpose & Description:* Has this event been held at City facility before?* Event Date Start *Event Date End * If multiple dates, please list Set-Up time:* Tear Down time:* Event Start time:*Event End time:* Rehearsal Number of People Expected:* Fees? Neighborhood Name/Streets to be closed Upload Map 1. CITY FACILITY(S) REQUESTED: Civic Square Fountain Area Civic Square Gazebo / Lawn Japanese Garden Monon & Main Plaza Midtown Plaza Reflecting Pool Other 2. EVENT DETAILS Provide a brief description of event Carmel Jazz Fest City Tour VIP Event. Event held at Fork + Ale. Music by Carmel Jazzfest on Midtown Stage Yes No 10/9/2025 10/9/2025 5:00:00 PM 10:00:00 PM End Time 6:00:00 PM 9:00:00 PM No Yes 100 Will a Fee be charged for this event? If yes, please describe below. Yes No 2. STREET(S) REQUESTED: none Include addresses as appropriate An easy to read, color map of the area is required with submission. 08/08/2025Request submission date: Department Review: MAC: CFD: ENG: STREETS: CPD: PARKS: Yes, 08/20/2025yes, 08/20/2025 yes, 08/21/2025 yes, 08/20/2025 yes, 08/20/2025 yes, 08/21/2025 Type of Closure: Further Info for type of closure Requests: City Services Needed 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 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 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 Fork and Ale House and Blair Clark Name of Merchants(s) doing the setup 8082717304 Phone Number of Merchant(s) doing set up: 6. VENDORS: Vendors Contact Person * Email * Phone Number:* Cell Number: Name/Organization: Address Organization Type:* Residency A refundable Security Deposit in the amount of $100 for any applicant located or residing within Carmel city limits or a non-refundable event fee in the amount of $150 for any applicant located or residing outside of Carmel city limits must be received prior to application review or processing. 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 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 7. CONTACT INFORMATION: Jeff Blair jeffblair088@gmail.com 8082717304 Fork and Ale House City Carmel State / Province / Region IN Postal / Zip Code 46033 Country United States Street Address 5297 Charles Court Address Line 2 suite 150 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 * * * 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. Fork and Ale House/Jeff Blair and Blair Clark Name of Organization/Applicant Signature of Authorized Agent/Applicant jeff blair-owner Printed Name and Title (If applicable) 808-271-7304 Phone Number (Required) 350 Veterans Blvd, Suite 150 Carmel, IN 46032 Address of Organization/Applicant 8/8/2025 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:__________________________________________________________________ WHEREAS, the official plat of the Subdivision was recorded in PC 1 SLIDE 567, Instrument Number 9540553 in the Office of the Hamilton County Recorder on 06/25/1995, as BROOKFIELD, section 2 (the “Plat”); and WHEREAS, the current Owner wishes to install a patio and accessory structure on the Lot (the “Site Improvement”); and WHEREAS, Owner has given the City a sketch (“Sketch”) depicting the location of the Site Improvement on the Lot, a copy of which is attached hereto and incorporated herein by this reference as Exhibit B; and WHEREAS, the Site Improvement will be constructed on portions of the Lot designated as 15-foot regulated drainage utility and sewer easement , identified as "15' RDU&SE" on Exhibit B (the “Easement”); and WHEREAS, the Easement is beneficial to the City and its residents; and WHEREAS, as indicated on the Sketch, the Site Improvement will encroach (the “Encroachment”) upon the Easement, which Encroachment is crosshatched on Exhibit B; and WHEREAS, City of Carmel Board of Public Works and Safety approves the Owner’s request for a variance from Carmel City Code Section 6-227(4); and WHEREAS, Owner and City acknowledge the location of the Encroachment; and WHEREAS, Owner acknowledges that this Agreement does not imply any approval of existing or future improvements not indicated by Owner on Exhibit B; and WHEREAS, the location of the Site Improvement as indicated by the Owner on Exhibit B should not materially interfere with the City’s use of the Easement. CONSENT TO ENCROACH THIS CONSENT TO ENCROACH (hereinafter the "Agreement") is entered into by and between Mroz, Erik S & Yuko Nogami Mroz h&w, 12434 Springbrooke Run, Carmel, Hamilton County, Indiana 46033, (individually and collectively, "Owner"), and the City of Carmel, Hamilton County, Indiana, by and through its Board of Public Works and Safety ("City"). WITNESSETH: WHEREAS, Owner owns in fee simple Lot 59 ("Lot") in BROOKFIELD, section 2, which is located within the corporate limits of the City of Carmel, Indiana ("Subdivision"), which real estate is more particularly described in Exhibit A, attached hereto and incorporated herein by the reference; and The parties executing this Agreement represent and warrant that they are authorized to enter into and execute this Agreement for and on behalf of the party which they represent. 9. The foregoing preambles, recitations and definitions are made a part hereof as though such were fully set forth herein. 1. The City consents to the Encroachment for only so long as (i) the Encroachment exists; and (ii) Owner complies with all of the terms and provisions of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, the parties mutually promise, agree and covenant as follows: Owner covenants and agrees not to extend, increase, modify, alter, landscape, reconfigure or otherwise change the Site Improvement from what is depicted on Exhibit B, and to maintain the Site Improvement in good condition and repair. 2. 3. 4.Owner agrees that City shall have the right to remove any portion of the Site Improvement as City deems necessary, in City's sole discretion, to install, protect and/or repair any utility lines, sewer lines or drainage ditches located in the Easement, or for any other lawful purpose, and that, should the City take such action, the City shall incur no obligation to repair, replace or reimburse Owner for the cost of any damages thereby caused to the Site Improvment, the Lot, or to Owner Owner agrees and acknowledges that the City’s consent to encroach upon the Easement, as provided in this instrument, regards the City’s Easement interests only, and does not constitute permission or authority for the Owner to otherwise enter on, in, under, over, or upon the property interests of any other person without that person’s consent even if such property interests are also located within the Easement. Owner agrees to indemnify and hold harmless City, its officers, officials, members, employees, invitees, licensees and agents, from and against any and all losses, liabilities, damages, claims, judgments, attorney fees and costs arising from any bodily injury and/or death, and from any destruction or damage to any property or improvements, located on the Lot, or otherwise, and/or for any failure of proper disclosure pursuant to Paragraph 12 hereof, which results directly or indirectly from any act of Owner, its employees, contractors and/or agents in, on, under, across or to the Easement. Owner agrees to reimburse City for any and all costs and expenses incurred by City to replace or repair any damage to the Easement and any improvements located therein caused by the installation, construction, maintenance and/or operation of the Site Improvement. The parties agree that the terms of this Agreement shall be binding upon and inure to the benefit of their respective heirs, administrators, successors and assigns. 5. 6. 7. 8. This Agreement shall be effective as of the date on which it is last executed by a party hereto.10. "CITY" CITY OF CARMEL, INDIANA, BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY BY: Laura Campbell, Presiding Officer James Barlow, Member Alan Potasnik, Member Jacob Quinn, Clerk Date: Date: Date:Date: STATE OF INDIANA COUNTY OF HAMILTON ) ) SS: ) Before me, a Notary Public in and for said County and State, personally appeared JAMES BARLOW, LAURA CAMPBELL and ALAN POTASNIK, by me known, and by me known to be the Members of the City of Carmel Board of Public Works and Safety, and Jacob Quinn, Clerk of THE CITY OF CARMEL, who acknowledged the execution of the foregoing “CONSENT TO ENCROACH” on behalf of the City of Carmel, Indiana. Witness my hand and Notarial Seal this _____ day of ______________, 20__. NOTARY PUBLICMy Commission Expires: Printed Name My County of Residence: This instrument was prepared by Sergey Grechukhin, Esquire, Transactions Chief, One Civic Square, Carmel, Indiana 46032. I affirm, under the penalties for perjury, that I have taken reasonable care to redact each Social Security Number in this document, unless required by law. Sergey Grechukhin, Esquire Exhibit A Exhibit B August 27, 2025 Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: WAIVER OF BPW RESOLUTION NO. 04-28-17-01- SMALL CELL INSTALLATION-CROWN CASTLE Dear Board Members: Macey Davis, Operations Coordinator with Crown Castle, is requesting a waiver from BPW Resolution No. 04-28- 17-01 to install new wireless support structures for small cell installations within the Carmel Buried Utilities District. The new support structures will be modified city standard light poles and all utility lines serving the proposed small cell locations will be placed underground (exhibits attached). The locations of the structures are listed below: • SC-2025-00001: 903 W Main St. • SC-2025-00004; 597 Congressional Blvd • SC-2025-00005; 11809 Pennsylvania St. • SC-2025-00006; 93 1st Ave NE • SC-2025-00007; 13079 Grand Blvd • SC-2025-00008; 914 E 116th St. • SC-2025-00009: 429 E Main St. • SC-2025-00010; 13501 Old Meridian St. • SC-2025-00011; 14106 Spring Mill Rd • SC-2025-00012; 12548 Old Meridian St. The Department of Engineering, in review of the proposed requested waiver, has determined that the waiver is valid. The department recommends approval of the waiver conditioned upon the following: • The petitioner acknowledges that the waiver approved on this date does not guarantee approval of any future waiver requests for this or any other project. Sincerely, Bradley Pease, P.E. City Engineer Proposed CrownCastle Small Cells 1 mi N ➤➤ N TH E I N F O R M A T I O N C O N T A I N E D I N T H I S S E T O F C O N S T R U C T I O N D O C U M E N T S I S P R O P R I E T A R Y B Y N A T U R E . A N Y U S E O R D I S C L O S U R E O T H E R T H A N T H A T W H I C H R E L A T E S T O C A R R I E R S E R V I C E S I S S T R I C T L Y P R O H I B I T E D . REVISIONS DATE NOT FOR CONSTRUCTION UNLESS LABELED AS CONSTRUCTION SET REV. INITIALSDESCRIPTION DATE: SHEET TITLE SHEET NUMBER GPD JOB #: 2023717.01.521853.01 A 10/08/2024 90 CDs FOR REVIEW CJW 520 South Main Street, Suite 2531Akron, OH 44311330.572.2100 Fax 330.572.2101 SCU #: 521853 MDG LOCATION ID: 5000922800 CROWN NODE ID: CC_MINKY_0091 PRELIMINARY ADDRESS: 1335 W MAIN ST CARMEL, IN 46032 B 11/05/2024 REV. PER EQUIPMENT LJC C 11/20/2024 PERMITTING SET LJC 0 01/13/2025 CONSTRUCTION SET CJW 1 04/07/2025 REV. PER UTILITIES LRK 2 06/19/2025 REVISED PER JDX LRK FINAL POLE ELEVATIONS C-3 3/8"=1'-0" (22x34) (OR) SCALE: 3/16"=1'-0" (11x17) 01'2'3'13/8"=1'-0" (22x34) (OR) SCALE: 3/16"=1'-0" (11x17) 01'2'3'212LOOKING NORTH ELEVATIONLOOKING WEST ELEVATION 5G RAD CENTER @ ±29'-6" A.G.L. T/ PROPOSED POLE @ ±31'-0" A.G.L. CABLE HOISTING GRIPS AND COAX GROUND KITS, SUPPLIED & INSTALLED BY CONTRACTOR PROPOSED CONCEALFAB ANTENNA MOUNT & SHROUD PROPOSED JMA CYL2Q24GR-20XYZ ANTENNA 1 A-1 3 N-1 STREET SIDE RF CAUTION SIGNAGE @ ±22'-0" A.G.L. 2 A-3 1 A-3 PROPOSED ERICSSON AIR 1672 B48 B77D ANTENNAS W/ SHROUD & DOWNTILT BRACKET BANDED TO POLE 1 A-2 2 A-1 2 A-2 T/ 4G ANTENNA @ ±34'-0" A.G.L. 4G RAD CENTER @ ±33'-0" A.G.L. IC 8-1-32.3-9: EQUIPMENT VOLUME SUMMARY DESCRIPTION MANUF./MODEL VOLUME 4G ANTENNA JMA CYL2Q24GR-20XYZ 2.3 FT3 5G ANTENNA W/ SHROUD ERICSSON AIR 1672 W/ CONCEALFAB 901734 1.3 FT3 PRIMARY EQUIPMENT ENCLOSURE RAYCAP RAGF-204000-N 26.0 FT3 PROPOSED ELECTRIC AND FIBER SERVICE TO BE ROUTED WITHIN POLE PROPOSED 30'-9" TOTAL CONCEALFAB METAL POLE - SEE SHEETS S-2 & S-3 PROPOSED FIBER HAND HOLE -REFER TO FINAL FIBER DESIGN DRAWINGS PROPOSED 2" FIBER CONDUIT FROM CABINET TO FOUNDATION STUB UP PROPOSED 2" POWER CONDUIT FROM AC PANEL TO FOUNDATION STUB UP PROPOSED 2" FIBER CONDUIT FROM HAND HOLE TO CABINET PROPOSED ELECTRIC METER 2 E-2 PROPOSED RAYCAP RSX-FMN-Z02MS-21NN AC LOAD CENTER PROPOSED RAYCAP RAGF-204000-N EQUIPMENT CABINET ON CONCRETE PAD 1 C-7 PROPOSED FOUNDATION AND CONDUIT STUB UP - SEE SHEET S-2 PROPOSED 2" FIBER CONDUIT FROM CABINET TO FOUNDATION STUB UP PROPOSED 2" POWER CONDUIT FROM AC PANEL TO FOUNDATION STUB UP PROPOSED RAYCAP RAGF-204000-N EQUIPMENT CABINET ON CONCRETE PAD 1 C-7 PROPOSED FOUNDATION AND CONDUIT STUB UP - SEE SHEET S-2 4 A-1 6 A-1 5 A-1 STREETLIGHT @ ±30'-0" A.G.L. T/ PROPOSED POLE @ ±31'-0" A.G.L. CABLE HOISTING GRIPS AND COAX GROUND KITS, SUPPLIED & INSTALLED BY CONTRACTOR PROPOSED CONCEALFAB ANTENNA MOUNT & SHROUD PROPOSED JMA CYL2Q24GR-20XYZ ANTENNA 1 A-1 2 A-3 1 A-3 PROPOSED ERICSSON AIR 1672 B48 B77D ANTENNAS W/ SHROUD & DOWNTILT BRACKET BANDED TO POLE 1 A-2 2 A-1 2 A-2 T/ 4G ANTENNA @ ±34'-0" A.G.L. 4G RAD CENTER @ ±33'-0" A.G.L. 5G RAD CENTER @ ±29'-6" A.G.L. STREETLIGHT ARM @ ±27'-2" A.G.L. STREET SIDE PROPOSED ELECTRIC AND FIBER SERVICE TO BE ROUTED WITHIN POLE PROPOSED 30'-9" TOTAL CONCEALFAB METAL POLE - SEE SHEETS S-2 & S-3 3 A-2 3 A-2 SEE SHEET C-1 PROPOSED 120/240V, 1-PH, 100A UNDERGROUND ELECTRIC SERVICE (INSTALLED BY UTILITY) 3 N-1 RF CAUTION SIGNAGE @ ±22'-0" A.G.L. PROPOSED (1) ERICSSON 4890 RRU, (1) ERICSSON POWER 6302 PSU, AND (1) MEGLADON NID-24-LC-LGX FIBER ENCLOSURE TO BE INSTALLED WITHIN CABINET PROPOSED STREETLIGHT -STREETLIGHT MODEL TO MATCH CARMEL CITY STANDARD DETAIL 10-43B -STREETLIGHT TO BE FED FROM EXISTING CARMEL CITY LIGHT CIRCUIT NOTES: 1. ALL U-GUARD, CONDUITS, EQUIPMENT INCLUDING ALL MOUNTING HARDWARE SHALL COLOR BLEND WITH POLE AS REQUIRED. 2. EQUIPMENT ATTACHMENT METHODS SHALL CONSIST OF STAINLESS STEEL BANDING WHERE REQUIRED. 3. PROPOSED POLE FINISH SHALL BE BLACK PAINT TO MATCH COLOR SPECIFICATIONS ON CARMEL CITY STANDARD DETAIL 10-43B. PROPOSED SITE IDENTIFICATION PLAQUE TO MEET CARMEL CITY CODE § 6-238(E)(5) -PLAQUE TO INCLUDE STRUCTURE ID, POLE OWNER, AND CONTACT INFORMATION -PLAQUE TO BE NO LARGER THAN 0.25 SQ. FT. NOTES: 1. ALL U-GUARD, CONDUITS, EQUIPMENT INCLUDING ALL MOUNTING HARDWARE SHALL COLOR BLEND WITH POLE AS REQUIRED. 2. EQUIPMENT ATTACHMENT METHODS SHALL CONSIST OF STAINLESS STEEL BANDING WHERE REQUIRED. 3. PROPOSED POLE FINISH SHALL BE BLACK PAINT TO MATCH COLOR SPECIFICATIONS ON CARMEL CITY STANDARD DETAIL 10-43B. NOTES: -PROPOSED POLE, SHROUDING, EQUIPMENT CABINET, METER, AND ALL OTHER APPURTENANCES SHALL BE PAINTED BLACK TO MATCH COLOR SPECIFICATIONS ON CARMEL CITY STANDARD DETAIL 10-43B. NOTES: -PROPOSED POLE, SHROUDING, EQUIPMENT CABINET, METER, AND ALL OTHER APPURTENANCES SHALL BE PAINTED BLACK TO MATCH COLOR SPECIFICATIONS ON CARMEL CITY STANDARD DETAIL 10-43B. PROPOSED (1) ERICSSON 4890 RRU, (1) ERICSSON POWER 6302 PSU, AND (1) MEGLADON NID-24-LC-LGX FIBER ENCLOSURE TO BE INSTALLED WITHIN CABINET 4 A-1 6 A-1 5 A-1 ±4'-0" DATE: 06/19/2025 TH E I N F O R M A T I O N C O N T A I N E D I N T H I S S E T O F C O N S T R U C T I O N D O C U M E N T S I S P R O P R I E T A R Y B Y N A T U R E . A N Y U S E O R D I S C L O S U R E O T H E R T H A N T H A T W H I C H R E L A T E S T O C A R R I E R S E R V I C E S I S S T R I C T L Y P R O H I B I T E D . REVISIONS DATE NOT FOR CONSTRUCTION UNLESS LABELED AS CONSTRUCTION SET REV. INITIALSDESCRIPTION DATE: SHEET TITLE SHEET NUMBER GPD JOB #: 2023717.01.521853.01 A 10/08/2024 90 CDs FOR REVIEW CJW 520 South Main Street, Suite 2531Akron, OH 44311330.572.2100 Fax 330.572.2101 SCU #: 521853 MDG LOCATION ID: 5000922800 CROWN NODE ID: CC_MINKY_0091 PRELIMINARY ADDRESS: 1335 W MAIN ST CARMEL, IN 46032 B 11/05/2024 REV. PER EQUIPMENT LJC C 11/20/2024 PERMITTING SET LJC 0 01/13/2025 CONSTRUCTION SET CJW 1 04/07/2025 REV. PER UTILITIES LRK 2 06/19/2025 REVISED PER JDX LRK FINAL POLE ELEVATIONS C-3 3/8"=1'-0" (22x34) (OR) SCALE: 3/16"=1'-0" (11x17) 01'2'3'13/8"=1'-0" (22x34) (OR) SCALE: 3/16"=1'-0" (11x17) 01'2'3'212LOOKING NORTH ELEVATIONLOOKING WEST ELEVATION 5G RAD CENTER @ ±29'-6" A.G.L. T/ PROPOSED POLE @ ±31'-0" A.G.L. CABLE HOISTING GRIPS AND COAX GROUND KITS, SUPPLIED & INSTALLED BY CONTRACTOR PROPOSED CONCEALFAB ANTENNA MOUNT & SHROUD PROPOSED JMA CYL2Q24GR-20XYZ ANTENNA 1 A-1 3 N-1 STREET SIDE RF CAUTION SIGNAGE @ ±22'-0" A.G.L. 2 A-3 1 A-3 PROPOSED ERICSSON AIR 1672 B48 B77D ANTENNAS W/ SHROUD & DOWNTILT BRACKET BANDED TO POLE 1 A-2 2 A-1 2 A-2 T/ 4G ANTENNA @ ±34'-0" A.G.L. 4G RAD CENTER @ ±33'-0" A.G.L. IC 8-1-32.3-9: EQUIPMENT VOLUME SUMMARY DESCRIPTION MANUF./MODEL VOLUME 4G ANTENNA JMA CYL2Q24GR-20XYZ 2.3 FT3 5G ANTENNA W/ SHROUD ERICSSON AIR 1672 W/ CONCEALFAB 901734 1.3 FT3 PRIMARY EQUIPMENT ENCLOSURE RAYCAP RAGF-204000-N 26.0 FT3 PROPOSED ELECTRIC AND FIBER SERVICE TO BE ROUTED WITHIN POLE PROPOSED 30'-9" TOTAL CONCEALFAB METAL POLE - SEE SHEETS S-2 & S-3 PROPOSED FIBER HAND HOLE -REFER TO FINAL FIBER DESIGN DRAWINGS PROPOSED 2" FIBER CONDUIT FROM CABINET TO FOUNDATION STUB UP PROPOSED 2" POWER CONDUIT FROM AC PANEL TO FOUNDATION STUB UP PROPOSED 2" FIBER CONDUIT FROM HAND HOLE TO CABINET PROPOSED ELECTRIC METER 2 E-2 PROPOSED RAYCAP RSX-FMN-Z02MS-21NN AC LOAD CENTER PROPOSED RAYCAP RAGF-204000-N EQUIPMENT CABINET ON CONCRETE PAD 1 C-7 PROPOSED FOUNDATION AND CONDUIT STUB UP - SEE SHEET S-2 PROPOSED 2" FIBER CONDUIT FROM CABINET TO FOUNDATION STUB UP PROPOSED 2" POWER CONDUIT FROM AC PANEL TO FOUNDATION STUB UP PROPOSED RAYCAP RAGF-204000-N EQUIPMENT CABINET ON CONCRETE PAD 1 C-7 PROPOSED FOUNDATION AND CONDUIT STUB UP - SEE SHEET S-2 4 A-1 6 A-1 5 A-1 STREETLIGHT @ ±30'-0" A.G.L. T/ PROPOSED POLE @ ±31'-0" A.G.L. CABLE HOISTING GRIPS AND COAX GROUND KITS, SUPPLIED & INSTALLED BY CONTRACTOR PROPOSED CONCEALFAB ANTENNA MOUNT & SHROUD PROPOSED JMA CYL2Q24GR-20XYZ ANTENNA 1 A-1 2 A-3 1 A-3 PROPOSED ERICSSON AIR 1672 B48 B77D ANTENNAS W/ SHROUD & DOWNTILT BRACKET BANDED TO POLE 1 A-2 2 A-1 2 A-2 T/ 4G ANTENNA @ ±34'-0" A.G.L. 4G RAD CENTER @ ±33'-0" A.G.L. 5G RAD CENTER @ ±29'-6" A.G.L. STREETLIGHT ARM @ ±27'-2" A.G.L. STREET SIDE PROPOSED ELECTRIC AND FIBER SERVICE TO BE ROUTED WITHIN POLE PROPOSED 30'-9" TOTAL CONCEALFAB METAL POLE - SEE SHEETS S-2 & S-3 3 A-2 3 A-2 SEE SHEET C-1 PROPOSED 120/240V, 1-PH, 100A UNDERGROUND ELECTRIC SERVICE (INSTALLED BY UTILITY) 3 N-1 RF CAUTION SIGNAGE @ ±22'-0" A.G.L. PROPOSED (1) ERICSSON 4890 RRU, (1) ERICSSON POWER 6302 PSU, AND (1) MEGLADON NID-24-LC-LGX FIBER ENCLOSURE TO BE INSTALLED WITHIN CABINET PROPOSED STREETLIGHT -STREETLIGHT MODEL TO MATCH CARMEL CITY STANDARD DETAIL 10-43B -STREETLIGHT TO BE FED FROM EXISTING CARMEL CITY LIGHT CIRCUIT NOTES: 1. ALL U-GUARD, CONDUITS, EQUIPMENT INCLUDING ALL MOUNTING HARDWARE SHALL COLOR BLEND WITH POLE AS REQUIRED. 2. EQUIPMENT ATTACHMENT METHODS SHALL CONSIST OF STAINLESS STEEL BANDING WHERE REQUIRED. 3. PROPOSED POLE FINISH SHALL BE BLACK PAINT TO MATCH COLOR SPECIFICATIONS ON CARMEL CITY STANDARD DETAIL 10-43B. PROPOSED SITE IDENTIFICATION PLAQUE TO MEET CARMEL CITY CODE § 6-238(E)(5) -PLAQUE TO INCLUDE STRUCTURE ID, POLE OWNER, AND CONTACT INFORMATION -PLAQUE TO BE NO LARGER THAN 0.25 SQ. FT. NOTES: 1. ALL U-GUARD, CONDUITS, EQUIPMENT INCLUDING ALL MOUNTING HARDWARE SHALL COLOR BLEND WITH POLE AS REQUIRED. 2. EQUIPMENT ATTACHMENT METHODS SHALL CONSIST OF STAINLESS STEEL BANDING WHERE REQUIRED. 3. PROPOSED POLE FINISH SHALL BE BLACK PAINT TO MATCH COLOR SPECIFICATIONS ON CARMEL CITY STANDARD DETAIL 10-43B. NOTES: -PROPOSED POLE, SHROUDING, EQUIPMENT CABINET, METER, AND ALL OTHER APPURTENANCES SHALL BE PAINTED BLACK TO MATCH COLOR SPECIFICATIONS ON CARMEL CITY STANDARD DETAIL 10-43B. NOTES: -PROPOSED POLE, SHROUDING, EQUIPMENT CABINET, METER, AND ALL OTHER APPURTENANCES SHALL BE PAINTED BLACK TO MATCH COLOR SPECIFICATIONS ON CARMEL CITY STANDARD DETAIL 10-43B. PROPOSED (1) ERICSSON 4890 RRU, (1) ERICSSON POWER 6302 PSU, AND (1) MEGLADON NID-24-LC-LGX FIBER ENCLOSURE TO BE INSTALLED WITHIN CABINET 4 A-1 6 A-1 5 A-1 ±4'-0" DATE: 06/19/2025 August 27, 2025 Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: WAIVER OF BPW RESOLUTION NO. 04-28-17-01 – DUKE ENERGY – TOWNHOMES AT GUILFORD Dear Board Members: Duke Energy is requesting a waiver from the City’s Buried Utility District requirements (BPW Resolution No. 04-28- 17-01) to install a decorative light pole within the Townhomes at Guilford development near the intersection of 117th Street and Guilford Rd (exhibit attached). The pole is being installed on behalf of the Homeowners Association to illuminate a bus stop. The Department of Engineering, in review of the proposed requested waiver, has determined that the waiver is valid and recommends approval of the waiver conditioned upon the following: • The project’s contractor shall comply with the provisions of Carmel City Code 6-227(a)(1), 6-227(a)(8) and 6-227(b). • Any damage to the existing improvements within the right of way of and City of Carmel roadway shall be restored to the satisfaction of the City when work is completed. • Access to all adjoining properties shall be maintained at all times. • The petitioner acknowledges that this waiver is for the items described above only. • The petitioner acknowledges that the waiver approved this date does not guarantee approval of any future waiver requests for this or any other project. Sincerely, Bradley Pease, P.E. City Engineer Permits If needed I will attach in maximo Upstream Protective Devices Secondary work only: Transformer is shown on print Date Work Order # Job Site Address Designer Name Designer Phone Customer Name Customer Phone Feeder/Circuit ID Primary Voltage 6/9/2025 57920471 11726 YALE DR, CARMEL, IN, 46032-4658, USA Colton Drake Byrum 765-244-3030 TOWNES OF GUILFORD 317-251-9393 N1325451221 12.47/7.2 kV Page 1/1 Construction Notes Flagging maybe Required Scope of Work Installing: Stya DB 15FT SM BLK Styb Shroud Mitchell 50W blk type V Trenching from Ped to new pole location For additional information, contact us at ODLMidwest@duke-energy.com. Light source: LED Wattage: 50 watts Lumens: 5,811 Light pattern:IESNA Type III | Type V IESNA cutoff classifi cation:Non-cutoff BUG rating:Type III B2U4G3 | Type V B3U4G3 Color temperature:3,000K | 4,000K MITCHELL LED (with ribs, bands and medallions) ©2023 Duke Energy Corporation 230945 MW 5/23 Outdoor Lighting Light distribution patterns Type III Type V FEATURES BENEFITS Turnkey operation Provides hassle-free installation and service Little or no installation cost Frees up capital for other projects Design services by lighting professionals included Meets industry standards and lighting ordinances Maintenance, electricity & warranty included Eliminates high and unexpected repair bills One low monthly cost on your electric bill Convenience and savings for you POLE AVAILABLE MOUNTING HEIGHT COLOR Aluminum 12', 15', 17', 19', 24'Black MITCHELL TOP HAT LED (with ribs, bands and medallions) LED (Light-emitting diode)50 watts Mounting height 12'-24' Color Black Pole Style A Style B Style C Style D Style E Style F Applications Neighborhoods Parks Shopping centers Streets Products and specifi cations are subject to change August 27, 2025 Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: WAIVER OF BPW RESOLUTION NO. 04-28-17-01 – DUKE ENERGY – PLUM CREEK Dear Board Members: Duke Energy is requesting a waiver from the City’s Buried Utility District requirements (BPW Resolution No. 04-28- 17-01) to install 3 decorative light poles within the Plum Creek development (exhibit attached). The poles are being installed on behalf of the Homeowners Association to illuminate the entrances to the subdivision. The Department of Engineering, in review of the proposed requested waiver, has determined that the waiver is valid and recommends approval of the waiver conditioned upon the following: • The project’s contractor shall comply with the provisions of Carmel City Code 6-227(a)(1), 6-227(a)(8) and 6-227(b). • Any damage to the existing improvements within the right of way of and City of Carmel roadway shall be restored to the satisfaction of the City when work is completed. • Access to all adjoining properties shall be maintained at all times. • The petitioner acknowledges that this waiver is for the items described above only. • The petitioner acknowledges that the waiver approved this date does not guarantee approval of any future waiver requests for this or any other project. Sincerely, Bradley Pease, P.E. City Engineer Permits Yes, Will be attached in Maximo Upstream Protective Devices Secondary Work only All Transformers are shown on prints Date Work Order # Job Site Address Designer Name Designer Phone Customer Name Customer Phone Feeder/Circuit ID Primary Voltage 7/14/2025 57920324 5810 PLUM CREEK BLVD, CARMEL, IN, 46033-8219, USA Colton Drake Byrum 765-244-3030 PLUM CREEK FARMS HOA 317-262-4989 N1324441252 12.47/7.2 kV Page 1/4 Construction Notes Traffic Flagging Required Scope of Work Installing 3-Stya-DB-20ft-blk 1-Otrad-50W-blk-III-3 000k 2-Otrad-50W-blk-V-30 00k Boring with Conduit 3-LPOLE-SHROUD-ST YB-ASSEMBLY-AL-BL K-M Permits Yes, Will be attached in Maximo Upstream Protective Devices Secondary Work only All Transformers are shown on prints Date Work Order # Job Site Address Designer Name Designer Phone Customer Name Customer Phone Feeder/Circuit ID Primary Voltage 7/14/2025 57920324 5810 PLUM CREEK BLVD, CARMEL, IN, 46033-8219, USA Colton Drake Byrum 765-244-3030 PLUM CREEK FARMS HOA 317-262-4989 N1324441252 12.47/7.2 kV Page 2/4 Construction Notes Traffic Flagging Required Scope of Work Installing 3-Stya-DB-20ft-blk 1-Otrad-50W-blk-III-3 000k 2-Otrad-50W-blk-V-30 00k Boring with Conduit 3-LPOLE-SHROUD-ST YB-ASSEMBLY-AL-BL K-M Permits Yes, Will be attached in Maximo Upstream Protective Devices Secondary Work only All Transformers are shown on prints Date Work Order # Job Site Address Designer Name Designer Phone Customer Name Customer Phone Feeder/Circuit ID Primary Voltage 7/14/2025 57920324 5810 PLUM CREEK BLVD, CARMEL, IN, 46033-8219, USA Colton Drake Byrum 765-244-3030 PLUM CREEK FARMS HOA 317-262-4989 N1324441252 12.47/7.2 kV Page 3/4 Construction Notes Traffic Flagging Required Scope of Work Installing 3-Stya-DB-20ft-blk 1-Otrad-50W-blk-III-3 000k 2-Otrad-50W-blk-V-30 00k Boring with Conduit 3-LPOLE-SHROUD-ST YB-ASSEMBLY-AL-BL K-M Permits Yes, Will be attached in Maximo Upstream Protective Devices Secondary Work only All Transformers are shown on prints Date Work Order # Job Site Address Designer Name Designer Phone Customer Name Customer Phone Feeder/Circuit ID Primary Voltage 7/14/2025 57920324 5810 PLUM CREEK BLVD, CARMEL, IN, 46033-8219, USA Colton Drake Byrum 765-244-3030 PLUM CREEK FARMS HOA 317-262-4989 N1324441252 12.47/7.2 kV Page 4/4 Construction Notes Traffic Flagging Required Scope of Work Installing 3-Stya-DB-20ft-blk 1-Otrad-50W-blk-III-3 000k 2-Otrad-50W-blk-V-30 00k Boring with Conduit 3-LPOLE-SHROUD-ST YB-ASSEMBLY-AL-BL K-M OPEN TRADITIONAL LED ©2023 Duke Energy Corporation 230945 MW 5/23 For additional information, contact us at ODLMidwest@duke-energy.com. Light source: LED Wattage: 50 watts Lumens: 5,261 Light pattern:IESNA Type III | Type V IESNA cutoff classifi cation:Full-cutoff BUG rating: Type = B2U3G2 Color temperature:3,000K | 4,000K FEATURES BENEFITS Turnkey operation Provides hassle-free installation and service Little or no installation cost Frees up capital for other projects Design services by lighting professionals included Meets industry standards and lighting ordinances Maintenance, electricity & warranty included Eliminates high and unexpected repair bills One low monthly cost on your electric bill Convenience and savings for you POLE AVAILABLE MOUNTING HEIGHT COLOR Aluminum 12', 15', 17', 19', 24'Black, Green LED (Light-emitting diode)50 watts Mounting height 12'-24' Color Black Green Pole Style A Style B Style C Style D Style E Style F Applications Neighborhoods Parks Shopping centers Streets Outdoor Lighting Light distribution patterns Type III Type V Products and specifi cations are subject to change