Loading...
HomeMy WebLinkAboutBPW Paperless Packet 11-05-25Board of Public Works and Safety Meeting Agenda Wednesday, November 5, 2025 – 10:00 a.m. Council Chambers, City Hall, One Civic Square MEETING CALLED TO ORDER 1. MINUTES a. Minutes for October 15, 2025, Regular Meeting 2. BID OPENINGS, QUOTES, AND QUALIFICATIONS a. Request for Quotes for Well Flow Test & Annual Pump Motor Maintenance; Lane Young, Director of Utilities b. Request for Qualifications for Merchants Square Area Road and Utility Improvements Project; Lane Young, Director of Utilities 3.CONTRACTS a. Request for Professional Services; American Structurepoint, Inc.; ($71,000.00); 24-ENG-07b1-Raised Crosswalks at Hazel Dell/Gray Road and Main Street; Additional Services Amendment 1a; Brad Pease, Director of Engineering b. Request for Professional Services; CrossRoad Engineers, P.C.; ($152,400.00); 24-ICS-01 Fiber Optic Improvements; Additional Services Amendment #8; Brad Pease, Director of Engineering c. Request for Purchase of Goods and Services; Rieth-Riley Construction Co. Inc.; ($14,442.14); 25-STR-01 106TH Street over Keystone Parkway Bridge Beam Replacement; CO#3; Matt Higginbotham, Street Commissioner d. Request for Professional Services; CrossRoad Engineers, P.C.; ($165,000.00); Range Line Road On-Street Parking Improvement; Additional Services Amendment; Matt Higginbotham, Street Commissioner e. Request for Acknowledgement of Interlocal Agreement; Hamilton County Solid Waste Board and the City of Carmel; ($37,352.00); 2026 Hazardous Waste Collection; Lane Young, Director of Utilities f. Request for Purchase of Goods and Services; TPI Utility Construction, LLC; ($2,044,880.00); Michigan Road Water Main Extensions and Connections; Lane Young, Director of Utilities 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: November 19, 2025 4. REQUEST TO USE CITY STREETS/PROPERTY a. Request to Use Carter Green and Allied Solution Center for the Performing Arts East Patio; Special Request to Use Electricity and James Building Restrooms; Carmel Farmers Market; May 1 through September 26, 2026 (Every Saturday); 6:00 AM to 2:00 PM; Lisa McLaughlin, Carmel Farmers Market, Inc. b. Request to Use/Close City Streets Late Night on Main June 20, July 18, August 15, and October 10, 2026; 1:00 PM to 11:00 PM; Sondra Schwieterman, Carmel Porchfest, Inc. c. Request to Use/Close City Streets; Carmel Porchfest; September 20, 2026; 7:00 AM to 8:00 PM; Sondra Schwieterman, Carmel Porchfest, Inc. d. Request to Use/Close City Streets; Special Request to Use Electricity; Carmel International Arts Festival; September 25, 26, and 27, 2026; 5:00 PM to 10:00 PM; Meg Gates Osborne, Carmel International Arts Festival e. Request to Use Civic Square Gazebo/Lawn and Use/Close City Streets; Special Request to Use Electricity and Fountain Restrooms; 15th Annual Indiana Women’s Running Festival; October 16 and 17, 2026; 2:00 PM to 2:00 PM; Todd Oliver, Carmel Road Racing Group 5. OTHER a. Request for Approval of the 2026 Board of Public Works Meeting Calendar b. Request for Deed and Dedication of Land for Public Use; 5459 E. Main Street, Carmel, IN 46033; Carmel Dad’s Club Inc c. Request for Grant of Drainage Easement; Gramercy Areas A, B, C; BC Gramercy III, LLC d. Request for Grant of Stormwater Quality Management Easement; Gramercy Areas A, B, C; BC Gramercy III, LLC e. Request for Stormwater Technical Standards Waiver; North End Phase 2-300 W Smoky Row Road; CrossRoad Engineers f. Request for Grant of Stormwater Technical Standards Waiver; Artistic Composite Pallets Phase 2-4518 W 99th Street; American Structurepoint, Inc g. Request for Secondary Plat; North End Phase 2-300 W Smoky Row Road; Ryan Weyer, Old Town Companies h. Request for Secondary Plat; Vance Minor Subdivision 2911 E Smoky Row Road; Charlie Maddox, CrossRoad Engineers i. Request for Aerial Waiver of BPW Resolution NO. 04-28-17-01; 1108 E 96th Street; AES j. Request for Aerial Waiver of BPW Resolution NO. 04-28-17-01; 513 Cornwall Court; Duke Energy 6.ADD-ONS AND DEPARTMENT DIRECTOR COMMENTS 7.PUBLIC HEARINGa. Public Hearing for the Demolition and Removal of Unsafe Building; 11033 Haverstick Road Carmel, IN 46033; Brent Liggett, Code Information Official 8. 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: November 19, 2025 Board of Public Works and Safety 1 Meeting Minutes 2 Wednesday, October 15, 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 10:01 AM 7 MEMBERS PRESENT 8 9 Board Members Laura Campbell, Jim Barlow, and Alan Potasnik, City Clerk Jacob Quinn, and 10 Deputy Clerk Jessica Dieckman were present. 11 MINUTES 12 Minutes for October 15, 2025, Regular Meeting. Board Member Barlow moved to approve. Board 13 Member Potasnik seconded. Minutes approved 3-0. 14 CONTRACT 15 16 Request for Purchase of Goods and Services; JKES Inc. dba Smith Projects; (-$15,319.60); 22-17 SW-01 Spring Mill Run Culvert Replacement; CO#2; Board Member Potasnik moved to approve. 18 Board Member Barlow seconded. Request approved 3-0 19 Request for Professional Services; Schmidt Associaties, Inc.; ($150,000.00) Assessment of Energy 20 Center; Additional Services Amendment; Zach Jackson, Chief Financial Officer, briefly speaks; 21 this contract is to help us take a look at the energy center, which was originally constructed in 22 2010 and 2011. A lot f the components are at the end of the useful life so need to be replaced. 23 Board Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 24 3-0 25 Request for Grant Agreement; Primelife Enrichment, Inc.; ($50,000.00); Grant; Board Member 26 Barlow moved to approve. Board Member Potasnik seconded. Request approved 3-0 27 Request for Purchase of Goods and Services; Hood’s Garden, Inc.; ($130,578.31); 2026 Flower 28 Order; Additional Services Amendment; Board Member Potasnik moved to approve. Board 29 Member Barlow seconded. Request approved 3-0 30 Request for Purchase of Goods and Services; National Pavement Maintenance, LLC; 31 ($61,520.00); Road Maintenance; Board Member Potasnik moved to approve. Board Member 32 Barlow seconded. Request approved 3-0 33 REQUEST TO USE CITY STREETS/PROPERTY 34 35 Request to Use Carter Green and Use/Close City Streets; Special Request to Use Electricity and 36 James Building Restrooms; (Amendment to Approved Application; Originally Approved 03-05-37 2025); Diwali Celebration; October 18, 2025; 8:00 AM to 12:00 AM Board Member Barlow 38 moved to approve. Board Member Potasnik seconded. Request approved 3-0 39 Request to Use/Close City Streets; (Amendment to Approved Application; Originally Approved 40 07-15-25); 17TH Annual Ghost and Goblin 5k Family Run; October 25, 2025; 6:00 AM to 11:00 41 AM; Board Member Barlow moved to approve. Board Member Potasnik seconded. Request 42 approved 3-0 43 Request to Civic Square Gazebo and Lawn; Wedding Ceremony; July 18, 2026; 2:30 PM to 5:30 44 PM; Board Member Barlow moved to approve. Board Member Potasnik seconded. Request 45 approved 3-0 46 Request to Use Midtown Plaza, Art & Design District, Monon and Main Plaza, and Use/Close 47 City Streets; Artmobilia; August 29, 2026; 6:00 AM to 7:00 PM; Board Member Potasnik moved 48 to approve. Board Member Barlow seconded. Request approved 3-0 49 Request to Use Carter Green and Palladium East Patio; Allied Solutions Center for the 50 Performing Arts Annual Center Celebration; September 18 through 21, 2026; 9:00 AM to 4:00 51 PM; Board Member Potasnik moved to approve. Board Member Barlow seconded. Request 52 approved 3-0 53 Request to Use/Close City Streets; Movember-Men’s Health; November 1, 2025; 8:45 AM to 9:20 54 AM; Board Member Potasnik moved to approve. Board Member Barlow seconded. Request 55 approved 3-0 56 OTHER 57 58 Request for Deed and Dedication of Public Right-of-Way; Old Meridian to Guilford Road; Board 59 Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 3-0 60 Request for Underground & Buried Utility Waiver Request of BPW Resolution 04-28-17-01; 61 Replacement of 4 Utility Poles; Board Member Barlow moved to approve. Board Member 62 Potasnik seconded. Request approved 3-0 63 Request for Stormwater Technical Standards Waiver; Baker Village Town Road and 146th Street; 64 Board Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 65 3-0 66 ADD-ONS 67 68 Board Member Potasnik moved to add-on an item. Board Member Barlow seconded. Add-On 69 approved 3-0. 70 Resolution BPW 10-15-25-01; A Resolution of the City of Carmel, Indiana Board of Public Works 71 and Safety Approving the Donation and Transfer of Property; Hamilton County Parks and 72 Recreation; Transfer of AED; Benjamin Legge, Corporation Counsel briefly speaks, this is a 73 transfer of donation of equipment of an AED. This will be donated to Hamilton County Parks for 74 placement in Coxhall Gardens. Hamilton County Parks will maintain this AED once they receive 75 it. Board Member Barlow moved to approve. Board Member Potasnik seconded. Request approved 76 3-0 77 Board Member Potasnik briefly states that he wants to give kudos to the Street Department on 78 how well they are doing with putting together the Christkindlmarkt. 79 ADJOURNMENT 80 Chairwomen Campbell adjourned the meeting at 10:11 AM. 81 82 CzBmmjtpoMzodi.NdHsbuibu5;31qn-Pdu34-3136 September 30, 2025 Mr. BradleyPease DirectorofEngineering OneCivicSquare Carmel, Indiana 46032 Re: Additional ServicesforRaisedCrosswalk InstallationforRoundabouts inCarmel, Indiana DearMr. Pease, AmericanStructurepoint, Inc., ispleasedtosubmitthisproposal foradditional servicestotheRaised Crosswalk InstallationforRoundabouts inCarmel, Indiana. )35.FOH.18c2* Theadditional serviceswillinclude survey, roadway design, andutilitycoordination forthenoted thththroundaboutsat116StreetandHazelDellParkway, 116StreetandGrayRoad, 126StreetandGray thRoad, 126StreetandHazelDellParkway, EMainStreetandGrayRoad, andCherryCreekBoulevard and HazelDellParkway. UponreceivingnoticetoproceedfromtheCityofCarmel, AmericanStructurepoint willcommence with theadditionalsurvey, roadway design, andutilitycoordinationforatotallump-sumfeeof $71,000. Welookforwardtocontinuing toworkwiththeCityofCarmel onthisprojectandifyoushouldhaveany questions, pleasedonothesitatetocontactmeat (317) 547-5580. Verytrulyyours, AmericanStructurepoint, Inc. TannerJ. McKinney, PE TeamLeader TJM: kns Enclosures Attachment 1 – ScopeofServices 2025.00120 Attachment 1 Amendment No. 1 1.AppendixASection I.A.8isadded: 8. Beginning atapproximately 130’ south oftheintersection of Cherry CreekBoulevard andHazelDellParkway andheading northtoapproximately 175’ northoftheintersection. Survey alsoincludes approximately 250’ along CherryCreek Blvd. 2. ItemIIofAppendix A, Roadway DesignandPlanDevelopment, isreplaced with the following: A. TheENGINEER shallprepare Preliminary Plans (40%) and Final Tracings Plans (100%), special provisions forthespecifications, and opinionofprobable construction costfortheproject. Theplansshallbein accordance withtheaccepted standards forsuchworkandinaccordance withthefollowing documents ineffectatthetimetheplans orreportsare submitted except asmodified bysupplemental specifications andspecial provisions, ifany: theCityofCarmel Standard Drawings; theAmerican Association ofState Highway andTransportation Officials “APolicy on Geometric DesignofHighways andStreets, PartV”; andtheIndiana Department ofTransportation’sStandardSpecifications. Theopinion of probable construction costshallbeprepared according tothecurrent practices oftheCityandshallincludealltypes ofworkrequired forthe complete construction ofthework, including alltemporary work necessary inconnection therewith, butshallnotinclude thecostofsuch items ofworkforwhich theCity, through itsownforcesorthrough other partyorparties, willperform theactualconstruction orengineering. The unitprices tobeusedshallbeinaccordance withthemethods usedbythe City. 1. The roaddesign planswillconsist ofreplacement ofexisting thcrosswalkswithraisedcrosswalksattheroundaboutsof116 ththStreetandHazelDellParkway, 116 Street andGrayRoad, 126 thStreetandGrayRoad, 126 StreetandHazel Dell Parkway, E Main StreetandHazel DellParkway, andEmainStreetandGray Road, andCherryCreek Boulevard andHazelDellParkwayat alllegs. 2. Itisanticipated thatallcorresponding curbramps, 81total, willbe reconstructed tofacilitate theconstruction oftheproposed raised crosswalks. 3. Itisanticipated that impacts totheexisting drainage network may benecessary. Thedesign willinclude allnecessary drainage improvements tofacilitate positive drainage flowviaanenclosed stormsewersystem. Page1of4 2025.00120 4. Themaintenance-of-trafficforthisproject isanticipated toconsist ofphased construction tothe extentpossible where spaceallows. Atlocations wheresinglelaneapproaches arepresent, ashort-term closure willberequired withappropriate detourroutes. 5. Thecontract plansshallinclude aTitleSheet, IndexSheet, Typical SectionSheets, Miscellaneous Details Sheets, Maintenance of TrafficSheets, Construction DetailsSheets, SpotElevation Sheets, Pavement Marking andSigning Sheets, ErosionControl Sheets, andStructure DataTable. 6. Anopinion ofprobable construction costshallbeprepared forthe project. 3. Appendix ASection IV.A.4isadded: 4. Subsurface UtilityEngineering Services A) ENGINEER shallutilizethefollowing methods to interpretthepresence ofsubsurface utilities consistent with Utility Quality Level-B ateach ofthe6 intersections includedinthisproject: i) Requesting records fromutilities, onsite visit, anddigitalwalkthrough ii) Estimated footage forbilling purposes is assumed basedontherecordsobtained andmay fluctuate based onadditional findingsduring utilitytargeting iii) Using passive anddirect connect methods of electromagnetic locating thehorizontal position ofutilityfacilities based ontherecordsobtained intheresearch phase. Every reasonable effort willbemade tolocate horizontal position ofall utilityfacilities ofwhich wehavebeenmade aware ofwithin theprovided project area, in accordance withASCE standard 38-22. B) Exclusions andAssumptions: i) Establishing locationofutilities iscollected through passive and conductive means of locating. Theaccuracy oftheresultsissubject to varying factors beyond thecontrol of ENGINEER. These factorsinclude andarenot limited to: ii) Non-conductive materials withouttracer wire iii) Non-conductive materials withtracerwire Page2of4 2025.00120 iv)Reinforced concrete below oraboveautility facility v)Metalstructures secured totheground (fences, guardrails, railroads, etc.) vi) Overhead conductors (electric cables, copper cables, etc.) vii) Underground obstructions (Construction debris, high water table, stone withconductive materials, etc.) viii) Composition ofsubsurface materials C) Thisservice willbeprovidedwith duediligence, ina manner thatisconsistent with thestandards of subsurface utility recording and exchange within the industry. Everyreasonable effort willbemade tolocate allfacilities known within theproject limit including thosefacilities foundonsitethat records maynothave been available oracquired intheresearch phase. ENGINEER doesnotguarantee thatallfacilities canbe detected, norguarantees thatallfacilitiescanbefound. D) Exactutility locations arenotconfirmed unlessvisually exposed andsurveyed, andthenonlyatthose specific exposed locations E) ENGINEER doesnotdetect non-utilitystructures such astanks, wells, septicsystems, tunnels, etc. F) ENGINEER doesnotguarantee thesizeandlimitsof subsurface utilityvaults ormanholes asthisdatais typically obtained fromtheutility. G) ENGINEER doesnotguarantee thatallactive or abandoned utility systems orstructures canorwillbe detected, including, butnotlimited to, nonconductive materials orutilities located underneath other utilities. H) ENGINEER shall notberequired toenterintoany confinedspacessuch assewerordrainmanholes. I) Utility locates conducted byENGINEER areforthe purposes ofidentifying conflicts within thedesign servicesofaproject andarenotsupplemental to811or Private Locating services. 4. Compensation Items1and2aremodified asfollows: 1. TheENGINEER shallbecompensated forservicestobeperformed under thisContract atotalfeenottoexceed $698,000 $769,000unless approved inwriting bytheOwner. Page3of4 2025.00120 2. TheENGINEER shallbecompensated forthefollowing services ona lump-sumbasis. Thetotal obligation under thisportion oftheContract shallnotexceed $388,900 $459,900unless approved inwritingbythe Owner. I. Topographic Survey $59,40065,400 II. RoadDesign & PlanDevelopment $273,800313,800 III.Project Management$14,000 IV. Utility Coordination$28,20053,200 V. BiddingServices $13,500 5.ENGINEERs totalcompensation undertheContractdated February5, 2025, is revised from $698,000to $769,000, anincrease of $71,000. InWitness Whereof, LPA and ENGINEER have, through dulyauthorized representatives, entered intothisAmendment. Thepartieshaving readandunderstand theforegoingtermsofthisAmendment dobytheirrespective signatures dated below herebyagreetotheterms thereof. Page4of4 2025.00120 CzBmmjtpoMzodi.NdHsbuibu2;25qn-Pdu33-3136 Exhibit A October 14, 2025 Mr. Bradley Pease, P.E. CityEngineer City ofCarmel 1CivicSquare Carmel, IN 46032 Re:2024 Bond FiberOpticImprovements Engineering Services FeeProposal DearBrad: Based onourconversations withyou,ourcurrent knowledge oftheproject areas,and communications withCarmel Communications,we haveprepared thisfeeproposalfor your review. Thisproject isexpected tobefundedout ofthe2024Bond. Thefollowing information hasbeen prepared andisincluded herein: I.ProjectDescription II.Scope ofProfessional Services III.Proposed Fees Wewouldlike to thank youforthisopportunity tocontinue ourinvolvement inenhancing the City ofCarmelthrough thisproject. Ifyoushould haveanyquestions orneedanyfurther information, please donothesitate tocall me at (317) 780-1555ext. 114. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E. President th115N. 17Ave BeechGrove, Indiana46107 Tel317·780·1555 Fax317·780·6525 2024 Bond FiberOptic Improvements CrossRoad Engineers, PC I. PROJECTDESCRIPTION This projectinvolves theextension ofaconduit systemandfiberopticcable installation necessary toexpand andimprove fibernetwork connectivity throughout theCity of Carmel. Therearetwo locations inwhich theCityofCarmelICSdepartment isfocusing withinthisprojecttoexpand thefiber facilities tomeettheCfiber needs. ththThefirstlocationspansfrom106StreetandIllinoisStreetsouthto 96Streetand thSpringMillRoad, and then westalong 96 StreettoCommerce Drive. Thescope ofthis project area includes installation ofconduit, fibercable, handholes, andincidentals. Mostoftheconduit hasalready beeninstalled throughout thisarea; however, thereare areaswhereconduits needtobeconnected at theIllinoisStreetandSpringMillRoad throundaboutandthe96StreetandSpringMillRoadroundabout. Along withrunning conduit toconnect intotheexisting P-1cabinets ateachroundabout. thThesecondlocationextendsfromthenorthlegof116StreetandAAAWay intersection north onAAA Way toCarmel Drive andtheneast onCarmel Driveto Keystone Avenue. Thecommunication designworkfortheintersection ofAAAWayand Carmel DrivetoKeystone Avenueandnorth on Kinzer Avenuewillbeincorporated into ththeroadplanscurrentlyindesign. Thesouth portion alongAAAWay to116Streetwill bedesigned tobeconstructed outside oftheroad plans. Thescope ofthisarea includes installation ofconduit, fibercable, handholes, andincidentals. II. SCOPEOFPROFESSIONALSERVICES 1. Preliminary Engineering and Survey Partofpreliminary engineering onthis projectwill includecompleting initial utility coordination foralllimitsofnewconduit installation. Theinitial utility coordination willinclude requesting utility locate markings, completing and issuing initial contact forms toallknowutilities, requesting maps andother pertinent information from allknown utilities, reviewing information, fieldcheck oflocate markings, andon-sitemeetings asnecessary. Theinitial utility coordination process willbecompleted atthe beginning oftheproject to determine thefulllimits oftopographic survey necessary. Targeted areasofsurvey workwillbenecessary atareas ofminimal existing right-of-way, sensitive utility corridors orareas with ahighconcentration of existing utilities. Aspartofoursurveywork, wewillresearch existing property deeds, plats, etc. toestablish existing property lines andplatted easements in areas ofapparent minimal right-of-way. Thefieldtopographic datawillbe collected tore-establish existing R/W. This willallowustomake design designs while being awareoftheimpacts toproperties outside ofexisting right ofway and easement areas. 2. Detailed Design Design oftheconduit systemand fiberoptic cableinstallation asdescribed in Section I. above anddevelopment oftheassociated construction planswill be included inthistask. Design andconstruction planswillbeprepared in accordance with Carmel Information andCommunications Systems guidelines anddirections, CityofCarmel Standard Drawings andSpecifications, and using INDOT Standards Drawings and Standard Specifications where applicable. CrossRoad Engineers willsubmitplans toCarmel Information and Communications Systems forreview atthefollowing milestones: Preliminary Plans (Approximately 30% complete) FinalPlans (100% complete) Itisassumed that there willbenopublicinformation meetings required forthis project. Also, itisnotanticipated that anycoordination willbeneeded with IDNR, IDEM/USACE, Hamilton CountySurveyors Office (HCSO), INDOT, gas pipelines, orother entities. itisassumed thatthere isnopermitting required forthedesign ofthisproject, andtheContractor willberequired toobtainanynecessary CityofCarmelR/W Permits, andany other construction permits. 3. Construction Documents andBidding Phase approval ofField Check Plans, finalbid/quote documents willbeprepared, including construction plans, project specifications Quoting documents willbeprepared Cityanduploaded tothe open govportal. ACrossRoad Engineers representative willalsoattend andprepare agendas andminutes forthepre-bid, bidopening and thepre- construction meetings. 4. Construction Management representative will attend andprepare anagenda andminutes forapre- construction meeting withtheselected contractor. CrossRoad Engineers will then perform Construction Management services through theconstruction of theproject. These management efforts areanticipated toincludefacilitate progress meetings and associated meeting agendas andminutes; review shop drawings fromthecontractor; On-Callinspections toapprove drilling setups / alignments; On-Call conflict resolution andfieldchange approval; review of change orders; processing ofpayestimates; andweekly siteinspections toverify conformance. During theconstruction oftheproject, wehave budgeted an average of20hoursperweek (based on anestimated construction duration of 12weeks) fortheResident Project Representative forsiteinspections. CrossRoad Engineers willalsoassistwithfinal walk-thruandpunch lists, and complete project closeout documentation. Thisphase doesnotinclude the preparation andreview ofas-builtdrawings, asitisunderstood this work willbe completed byCarmel Information and Communications Systems personnel. Construction Management serviceswill beprovided onanhourly basis, atthe ratesincluded inAttachmen III Proposed Fees. 5. UNDERSTANDINGS Foradditional services notcovered herein, theworkwill beperformed through a change order authorized byyou, inwriting, atamutually agreeduponrate. Costsincurred due toagency application fees, postage forplandistribution, publicnotifications, recording fees, andother direct costsshall beinvoiced separately asareimbursable witha15% administrative charge. Payment for theseitemswill notbetheresponsibility ofCrossRoad Engineers. Acceptance of thisproposal isinclusive oftheTerms andConditions included herein. III. PROPOSEDFEES TASKDESCRIPTION FEE thA. 96andCommerce A1. Preliminary Engineering andSurvey $13,500 A2. Detailed Design $16,200 A3. Contract Documents andBidding Phase $8,500 A4. Construction Management (Hourly- NottoExceed) $23,850 B. AAA WayandCarmelDrive B1. Preliminary Engineering andSurvey $18,000 B2. Detailed Design $39,000 B3. Contract Documents andBidding Phase $8,500 B4. Construction Management (Hourly- NottoExceed) $23,850 Miscellaneous Reimbursables $1,000 Estimated Budget Amount See5. Understandings) CONTRACT TOTAL $152,400 HOURLYBILLINGRATES Director$200.00 Senior Project Manager176.00 Project Manager157.00 Senior Project Engineer149.00 Project Engineer140.00 Assistant Project Engineer121.00 CADD Manager140.00 Assistant CADD Manager130.00 Senior CADD Technician130.00 CADD Technician121.00 Assistant CADDTechnician103.00 Senior Plan Reviewer140.00 Plan Reviewer121.00 R/W Manager176.00 R/W Appraiser176.00 R/W Buyer176.00 Director$200.00 Senior Project Manager176.00 SeniorResidentProject Representative167.00 Resident Project Representative157.00 Asst Resident Project Representative145.00 Project Inspector140.00 Assistant Project Inspector99.00 Survey Manager$176.00 Assistant Survey Manager149.00 SurveyCrew 1Person145.00 Crew Chief121.00 Survey Crew Member97.00 Researcher109.00 Survey Technician121.00 Mileage (permile)Current IRSRate OtherDirect Costsat cost +15% RatesEffectivethroughDecember th115N. 17AVE, BEECH GROVE, IN46107 //317.780.1555 //CROSSROADENGINEERS.COM thCityofCarmelProject25-STR-01: 106 StreetoverKeystonePkwyBridgeBeam Replacement CzTfshfzHsfdivlijobu:;21bn-Pdu26-3136CHANGEORDER#3 ChangeOrder #3isabalancingchangeorderforpayitemsonContract25-STR-01. ContractPricepriortothisChangeOrder $1,072,129.09 ContractPricewillbechangedbythisChangeOrder ($14,442.14) NewContractPriceincludingthisChangeOrder $1,057,686.95 Amount Adjusted Contract Cumulative % Change Price fromOriginal Contract Original Contract $939,658.97N/AN/A CO1 $0.00 $939,658.970.0% CO2 $132,470.12 $1,072,129.0914.1% CO3 ($14,442.14) $1,057,686.9512.6% CITYOFCARMEL TO: Ryan MurtCONTRACT CHANGE ORDER NO.: 3 Project ManagerDATE:October 5, 2025 Carmel Street DepartmentPROJECT NAME:106th/Keystone Bridge Beam 3400 W. 131st StreetCITY REQ. NO.: Carmel, IN 46074CITY PO NO.: CITY PO DATE: I.YouaredirectedtomakethefollowingchangesinthisContract: 1.) Change Order #3isabalancing change order forpayitems onContract 25-STR-01. SCHEDULEDADJUSTMENT ITEM AMOUNT (+) OR ( - ) DAYS II.ThefollowingreferencedDocumentsfurtherdescribethechangesoutlinedinParagraphI, andaretobeconsideredapartofthisChangeOrder: R.F.P.: N/A W.D.C. NO.: N/A ThechangesresultinthefollowingadjustmentofContractPriceandContractTime: ContractPricepriortothisChangeOrder 1,072,129.09 ContractPricewillbeincreasedbythisChangeOrder$(14,442.14) NewContractPriceincludingthisChangeOrder$ 1,057,686.95 ContractTimepriortothisChangeOrderDaysClosure7/18/2025SubstantialCompletionDate ContractTimepriortothisChangeOrder8/25/2025FinalCompletionDate NetincreasedresultingfromthisChangeOrderDays CurrentContractTimeincludingthisChangeOrderDaysClosureSubstantialCompletionDate CurrentContractTimeincludingthisChangeOrderFinalCompletionDate ThisChangeOrderisforfullandfinalsettlementofalldirect, indirect, impactcostsandtime extensionsincurredatanytimeresultingfromtheperformanceofthechangedwork. TheAboveChangesAre TheAboveChangesAreAcceptedApproved Recommended AmericanStructurepoint, Inc. Rieth-RileyConstructionCo., Inc. ENGINEERCONTRACTOR LauraCampbell, Presiding 9025RiverRoad, Suite200 1751W. MinnesotaStreet AddressAddress JamesBarlow, Member Indianapolis, IN46240 Indianapolis, IN 46221 City/State/ZipCity/State/Zip AlanPotasnik, Member Digitally signed by Michael A Jaskela DN: C=US, RyanMurt, CSDProjectManagerE=mjaskela@rieth-riley.com, Michael AJaskelaO=Rieth-Riley Construction, CN=Michael AJaskelaDate: 2025.10.0913:05:54-04'00' By:____________________By:____________________________________ Michael A. Jaskela, AreaManager ATTEST: 317-634-5561317-281-9563Phone:_________________Phone:_________________ JacobQuinn, CityClerk 10-05-2025 10/6/25Date:___________________Date:___________________Date:___________________ CzBmmjtpoMzodi.NdHsbuibu9;57bn-Pdu39-3136 Exhibit A September 29, 2025 Mr. Ryan Murt Project Manager City ofCarmel StreetDepartment st3400W. 131Street Carmel, IN 46074 Re: RangeLineRoad On-Street Parking Improvements Engineering Services FeeProposal DearRyan: Based onourconversations withyou andyourdepartment andourcurrent knowledge ofthe projectareas, wehaveprepared thisfeeproposal foryourreview. Thisproposal isintended to include alldesignelements required fortheinstallation ofon-streetparking along theeast side ofRangeLineRoadfromExecutive Drive toCityCenterDrive. Theproposed work willconsist of topographic survey, utilitycoordination, design andconstruction drawings, regulatory permitting and bidding, construction staking, andas-builtsurvey andplans. Asdiscussed, itisunderstood thattheexisting on-streetbikelanewillberemoved tocutinanewdepressed curb line, on- street parking withcurbextensions atdrive andstreetapproaches, newsidewalk, and newdrive approaches. Newstorm sewerinlets willbeinstalled aswell, butitisassumed thattheexisting lighting will bepreserved andremain inplacewithnomodifications. Itisassumed thatnoother conduits, orotherutility installation / modifications willbeincluded intheproject. Itisunderstood thatthisproject willbelocally funded through theCity ofCarmel Street Department. Following isaScope ofProfessional Services andProposed Feesforyourreview. We would like tothank youforthisopportunity tocontinue ourinvolvement inenhancing the CityofCarmel through thisproject. Ifyou should have any questions orneed anyfurther information, please donothesitate tocallmeat (317) 780-1555ext. 140. Sincerely, CrossRoad Engineers, PC William HallII, P. E. Vice President th115N. 17Avenue Beech Grove, Indiana 46107 Tel317·780·1555 RANGE LINEROAD ON-STREET PARKING IMPROVEMENTS CrossRoad Engineers, PC SCOPEOFPROFESSIONALSERVICES 1. Topographic Survey Acomplete topographic surveyoftheproject areawillbeperformed inaccordance with CityofCarmel requirements. Limits forthe topographic survey willbeasshown in ExhibitA. Generally, thetopographic survey shallinclude thenorthbound lane ofRange LineRoad fromExecutive DrivetoCityCenterDrive. Utilities willbeshown basedon information provided afteranIndiana 811call. 2. Design and Construction Drawings Design andconstruction plans fortheproject willbeprepared inaccordance withtheCity and usingINDOT, PROWAG andADA standards andguidelines whereapplicable. CrossRoad Engineers willsubmit plans tothe CityofCarmel StreetDepartment andEngineering Departmentforreview atthefollowing milestone: Preliminary Design (Approximately 75% complete) Final Check Plans (Approximately 100% complete) Itisexpected thattheconstruction plans forthisproject willinclude allnecessary plan sheetstodetail thecurbs, on-streetparking, drive approaches, side anddrainage improvements, including but notlimited to, TitleSheet, Typical Sections andIndex, Plan andProfiles Sheets, Construction Details Sheets, Detailed SpotGrading, Curb Ramp Grading Maintenance ofTraffic (vehicular andpedestrian), Structure Data Tables, Miscellaneous Details andDataTables, SWPPP, andCross-Sections. ThisphaseWILLNOT include anylandscaping designorlighting design. Holding apublic information meeting fortheprojectisnotincludedinthis scope. Itisanticipated that during design wewillcoordinate withtheCity ofCarmel Engineering Department, Information andCommunications Systems Department, andCarmel Utilities, asnecessary. 3. Utility Coordination Coordination with representatives fromeach oftheutility companies havingfacilities within the project areas willbeincluded inthistask. CrossRoad Engineers will communicate any relocation offacilities that may beneeded andthen review the relocation plans thattheutility companies prepare. Wewill review any reimbursable claimsbytheutilitycompanies andcoordinate asnecessary. Thistaskdoesnotinclude This workwillbeingeneral accordance with INDOT policy andprocedures currently ineffect. However, thisscopeonlyaddresses utility coordination through thedesign process. Utility coordination services during theconstruction phase canbeprovided asneeded on anhourlybasis. 4. Permitting andBidding Phase Final CheckPlans, final biddocuments willbe estimate. provided bytheCity. ACrossRoad Engineers representative willalsoattend andprepare agendas andminutes forthepre-bid, bidopening andthepre-construction meetings. Itisassumed thattheproject limitsmayrequire thedisturbance ofmore thanoneacre ofland. Therefore, itassumed thatanIDEM CSGP permit willberequired. Therefore, it isassumed thatSWPPP Plans willbeprepared for theproject, andreviews through the Hamilton County Soils andWater Conservation District willbe coordinated. However, we willnotcoordinate withtheCarmel Engineering Department foranyR/Wpermitsorother requirements thatneed toberesolved bythecontractor. 5. Construction Staking Coordination with theCityofCarmel StreetDepartment andtheawardedcontractor to perform thenecessary operations toprovide adequate fieldinformation forthe construction oftheproposed improvements pertheconstruction planswillbeincluded within thisphase. TheConstruction Staking will include thefollowing items: Component 1 - Identify, verify & establish horizontal and vertical control datum ofproject. Component 2 - Rough stake & grade (onetime w/lath) curb. Component 3 - Finalstake & grade (onetimew/hub) curband storm structures. Thescope willinclude therequired officetime, fieldtime, andmaterials toperform all thework statedabove. Anyservices notlisted above, including, butnotlimited to: restaking, andstaking ofadditional items, shallbecompleted inaddition tothelump sumamount, atamutually agreedupon rate. 6. As-BuiltSurvey andPlans Following thecompletion oftheimprovements, CREshallperformthesurvey fieldwork andoffice worknecessary toprepare asetofas-builtplansasrequired bytheCity of Carmel Engineering Department andnecessary utilities forimprovements constructed aspartofthedocuments prepared within thisscope ofservices. PROPOSEDFEES TaskDescription Fees 1. Topographic Survey 21,000 2. Design andConstruction Drawings 89,800 3. Utility Coordination 7,200 4. Permitting andBidding Phase 10,000 5. Construction Staking 31,000 6. As-Built Survey andPlans 6,000 CONTRACT TOTAL $165,000 Allfeesarelump sum. EXHIBIT 'A' 10/2/2025 CROSSROAD ENGINEERS, PC BEECH GROVE, IN 46107 - 118377 115 N 17TH AVE 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 Range Line Road On-Street Parking Improvements Street Department 3400 W. 131st Street Carmel, IN 46074- 317) 733-2001 068025 UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY Page 1 of 1 105014 1206Department:101Fund:General Fund 43-502.00Account: ProfessionalServices1 $165,000.00 $165,000.00Each 165,000.00SubTotal 165,000.00 Send Invoice To: PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT SHIPPING INSTRUCTIONS SHIP PREPAID. C.O.D. SHIPMENT CANNOT BE ACCEPTED. PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 PAYMENT A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. IHEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. CONTROL NO. 118377 ORDERED BY TITLE Street Department 3400 W. 131st Street Carmel, IN 46074- Lee Higginbotham Zac Jackson 317) 733-2001 Commissioner CFO TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 1 AGREEMENT FOR GOODS AND SERVICES THIS AGREEMENT FOR GOODS AND SERVICES (“Agreement” or “Contract”) is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety (“City” or “Owner” are used interchangeably throughout the Contract Documents), and TPI Utility Construction, LLC, an entity duly authorized to do business in the State of Indiana (“Contractor”). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Contractor acknowledges that it has read and understands this Agreement and all other Contract Documents referenced herein, and agrees that its execution of same constitutes its acceptance of all of the Contract Documents’ terms and conditions. 2. PERFORMANCE: 2.1 City agrees to purchase the goods and services and all related work (the “Goods and Services” or the “Work”) from Contractor using City budget appropriation number 09.1050.56 funds. Contractor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement and all other Contract Documents by applying at all times the highest technical and industry standards. Contractor, in agreeing to provide all Goods and Services and otherwise complete the Work within the times and sequences set forth herein, acknowledges and agrees that the times allotted by the Contract Documents for the performance and completion of the Work are reasonable and take into account the risks and adverse conditions assumed by Contractor under the Contract Documents. 2.2 Contractor shall commence the Work immediately and diligently and continuously prosecute and coordinate such Work with such labor, materials, equipment, supervision and services to insure that City, other contractors, subcontractors and third parties will not be delayed, interrupted, hindered or disrupted by Contractor’s activities or operations, and to insure completion of the Project within the time specified by any construction schedule dates and/or milestones now or hereafter established in accordance with this Agreement and/or other Contract Documents. 3. PRICE AND PAYMENT TERMS: 3.1 Contractor agrees that the total price for the Goods and Services and all related Work to be provided to City hereunder shall be no more than Two Million Forty-Four Thousand Eight Hundred Eighty Dollars ($2,044,880) (the “Contract Price”). Contractor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided or work performed to City within such time period. City shall pay Contractor for such Goods and Services and/or work performed within thirty-five (35) days after the date of City’s receipt of Contractor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A including any references, attachments, and addenda thereto, are submitted on an invoice that contains the information contained on attached Exhibit B, and Contractor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Contractor agrees not to perform any work or provide additional goods and services to City that would cause the total cost of the Goods and Services provided by Contractor to City hereunder to exceed the Contract Price, unless City has previously agreed, in writing, to pay an amount in excess TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 2 thereof. 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 TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 3 Work so as not to violate any term, covenant or condition of the Contract Documents or applicable codes and laws. 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 TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 4 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 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 TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 5 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. 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 TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 6 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. 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. TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 7 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 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, TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 8 color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 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. TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 9 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 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 TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 10 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 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 Utilities Office of Corporation Counsel 30 W Main St, 2nd Floor One Civic Square Carmel, Indiana 46032 Carmel, Indiana 46032 If to Contractor: TPI Utility Construction, LLC 478 North 1100 East Zionsville, Indiana 46077 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. TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 11 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 TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 12 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 TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 13 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. TPI Utility Construction, LLC Carmel Utilities - 2025 Appropriation # 09.1050.56 Contract Not To Exceed $2,044,880 14 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA TPI Utility Construction, LLC 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: 1 MICHIGAN ROAD WATER MAIN EXTENSIONS AND CONNECTIONS TECHNICAL SPECIFICATIONS TS 1 GOVERNING DOCUMENTS The applicable sections of the following documents shall apply except as modified elsewhere herein: 1) Indiana Department of Transportation (INDOT) Standard Drawings and Standard Specifications – Latest Edition. 2) INDOT Supplemental Specifications 3) City of Carmel - Standards for Construction of Required Improvements 4) City of Carmel - Utility Standard Specifications and Details Specifications - Carmel Utilities Unless otherwise specified within the Contract Documents, whenever any specification, standard, reference material, manual or other similar document is incorporated by reference into any of the contract documents, it shall be deemed to be the latest edition of said item including any and all supplemental addendum, which was in effect on the date of the bid opening for this project. TS 2 COMPLETION DATES & PROJECT PHASING Earliest Date to Begin Work: November 5, 2025 Final Project Completion: July 23, 2026 The Substantial Project Completion Date for The Project is based on a Notice to Proceed by the OWNER given on or before June 23, 2026, for the construction of Specified work. All contracts shall be calendar day contracts and shall include all days in the number of days provided for completion including weekend days and holidays, even if these days are identified as non-workdays within the contract documents. Substantial Completion is defined as all water main and service are installed and in service. Final Completion is defined as all restoration items are completed. Liquidated damages of $1,000 dollars per day shall be assessed for every day beyond the agreed upon Substantial Completion and Final Completion date, listed above, that the project does not meet the completion requirements. Inclement weather will be taken into consideration prior to the assessment of damages. 2 TS 3 HOLIDAYS WHEN WORK IS NOT PERMITTED The CONTRACTOR may not perform work on the following days unless requested and approved or permitted by the ENGINEER or OWNER:  Sundays (unless otherwise approved by City Engineer)  New Years Day  Memorial Day  Independence Day  Labor Day  Thanksgiving Day  Christmas Day TS 4 WORK SCHEDULE SUBMITTAL The CONTRACTOR shall provide a critical path work schedule for the entire project with the Post-Bid documents. This schedule shall be submitted to and approved by the ENGINEER prior to the start of construction and shall be updated as necessary. No work will be allowed until this schedule is submitted and approved; however, the CONTRACTOR will not be granted any time extension due to this delay. TS 5 CONSTRUCTION WORK HOURS The CONTRACTOR shall perform all construction activities between the hours of 7:00 am and 7:00 pm unless receiving prior approval from the ENGINEER. 3 TS 6 COOPERATION WITH UTILITIES It shall be the CONTRACTOR’S responsibility to have all utilities located before construction in a particular area. The CONTRACTOR shall coordinate with all utilities in the adjustment of these facilities and in order to avoid damage to any facilities. Damage to any of the existing public utility facilities during the project caused by the CONTRACTOR'S operations or equipment, shall be repaired by the CONTRACTOR at no expense to the Contract. This includes sewer, water, gas, electric, telephone, cable, etc. and includes facilities within proposed storm sewer trenches. However, if any utilities are exposed and must be relocated for construction to continue, this work shall be performed by the utility, or the CONTRACTOR shall be reimbursed at an agreed upon price to perform such work. If the utility performs the work, the CONTRACTOR shall coordinate with the utility in order to expedite said work. The facilities of AES exist within the project limits. If questions arise, James Herin of the utility may be contacted at (317)-261-4980. The facilities of AT&T (Distribution) exist within the project limits. If questions arise, Brad Bailey of the utility may be contacted at (317)-459-4769. The facilities of AT&T (Transmission) exist near the project but outside the project limits. If questions arise, Randy Retschlag of the utility may be contacted at (574)-344-8076. The facilities of Buckeye Partners exist near the project but outside of the project limits. If questions arise, Brian Barr of the utility may be contacted at (717)-215-7028. The facilities of CenterPoint Energy (Transmission) do not exist within the project limits. If questions arise, Jon Eastham of the utility may be contacted at (765)-212-4679. The facilities of CenterPoint Energy (Distribution) exist within the project limits. If questions arise, Chad Miller of the utility may be contacted at (317)-776-5590. The facilities of Charter Communications exist within the project limits. If questions arise, Byron Posey of the utility may be contacted at (317)-538-2016. The facilities of Citizens Energy (Sewer) exist near the project but outside of the project limits. If questions arise, David Clark of the utility may be contacted at (317)-429-3993. The facilities of Citizens Energy (Water) exist near the project but outside of the project limits. If questions arise, David Clark of the utility may be contacted at (317)-429-3993. 4 The facilities of City of Carmel Water exist within the project limits. Relocation work is included in the contract. If questions arise, Steve Cook of the utility may be contacted at (317)-716-3913. The facilities of City of Carmel Sewer exist within the project limits, but no conflict is anticipated with proposed improvements. If questions arise, Ben Donald of the utility may be contacted at (317)-571-2634 x 1650. The facilities of City of Carmel Communications exist within the project limits, but no conflict is anticipated with proposed improvements. If questions arise, Morgan Rinehart of the utility may be contacted at (317)-571-2591. The facilities of City of Indianapolis Fiber Optic exist within the project limits. If questions arise, Theresa Mendoza of the utility may be contacted at (317)-372-2302. The facilities of City of Indianapolis Storm Sewer exist within the project limits. If questions arise, Natalie Stephen of the utility may be contacted at (317)-372-2302. The facilities of Comcast Cable (Indianapolis) exist within the project limits. If questions arise, Rhonda Dalton of the utility may be contacted at (224)-229-5863. The facilities of Crown Castle do not exist within the project limits. If questions arise, Craig Brown of the utility may be contacted at (317)-819-8648. The facilities of Duke Energy (Distribution) exist within the project limits. If questions arise, Don McDuffy of the utility may be contacted at (317)-776-5320. 5 The facilities of Duke Energy (Transmission) exist near the project but outside of the project limits. If questions arise, Zach Boston of the utility may be contacted at (317)- 8381053. The facilities of Everstream Communications exist within the project limits. If questions arise, Ean Elder of the utility may be contacted at (317)-508-6349. The facilities of Lumen National exist within the project limits. If questions arise, Andrew Purcell of the utility may be contacted at (317)-289-9588. The facilities of MCI – Verizon exist within the project limits. If questions arise, Rolland Craig of the utility can be contacted at (317)-498-1242. The facilities of Metronet exist within the project limits. If questions arise, Lori Kemper of the utility may be contacted at (812)-213-1050. The facilities of Panhandle Eastern Pipeline Company exist within the project limits. If questions arise, Jessica Hunter of the utility may be contacted at (317)-879-3039. The facilities of RVP Fiber Company exist within the project limits. If questions arise, Ryan Miedema of the utility may be contacted at (616)-223-7144. The facilities of South-Central Indiana R.E.M.C Fiber exist within the project limits. If questions arise, Joby Jordan of the utility may be contacted at (765)-352-4771. The facilities of Trico Regional Sewer exist within the project limits. If questions arise, Ryan Hartman of the utility may be contacted at (317)-844-9200. The facilities of Windstream exist within the project area. If questions arise, Mark Mills of the utility may be contacted at (217)-460-0002. The facilities of Zayo exist within the project area. If questions arise, Waylon Higgins of the utility may be contacted at (317)-471-8108. TS 7 EROSION CONTROL Prior to commencing work, the Contractor shall prepare and submit to the Engineer for approval an erosion control plan that includes, at a minimum, the following items: 1. Locations of all proposed soil stockpiles, borrow areas, or disposal areas. 2. Locations of all proposed vehicle and equipment parking areas, vehicle and equipment fueling locations, placement of the site construction trailers, location of all on-site batch plants, and designated concrete truck washout areas. 3. Proposed construction sequence and phasing of erosion control measures. 6 4. Location of all construction entrances where vehicles and equipment will enter and exit the site. 5. Material handling and spill prevention plan, which shall include a list of expected materials that may be present on the site during construction operations, as well as a written description of how these materials will be handled to minimize the potential that the materials may enter storm water runoff from the site. 6. Statement that the erosion control measures for the project will be inspected, at a minimum, on a weekly basis and within 24 hours of every ½ inch rain event. Method of Measurement. This work will not be measured for payment. Basis of Payment. This item includes all costs required to prepare the Erosion Control Plan as described. Preparation of the Erosion Control Plan will not be paid for directly, but such cost shall be included in the cost of the other pay items. Temporary erosion control measures will be paid for in the LSUM item Erosion Control. TS 8 LIMITATIONS OF OPERATIONS When in the judgment of the OWNER, the CONTRACTOR has obstructed or closed a greater portion of the work than is necessary for proper construction or is carrying on operations to the prejudice of the work already started, the OWNER may require the CONTRACTOR to finish that portion of the work which is in progress before any additional portions are started. Work shall be conducted with minimum inconvenience to traffic. Except as hereafter specified, no loads of material for any construction shall be dispatched from cars or plants so late in the day that it cannot be placed, finished and protected within the Specification limits and provisions in the daylight hours of that same day. TS 9 EXISTING CONDITIONS The CONTRACTOR shall verify the elevations and measurements of all points where new construction is to match existing conditions prior to the commencement of any construction activities. No direct payment shall be made for this work, but the cost thereof shall be included in the costs of the other items of the contract. TS 10 PROTECTION OF EXISTING STRUCTURES, PIPE, AND YARD TILE On this project there are existing storm drainage and sanitary sewer structures that are to remain in place. The CONTRACTOR shall take care that these structures are not damaged. If any of these structures are damaged, the CONTRACTOR shall be required to repair them at his own expense. 7 Yard tile encountered and affected by the scope of work specified within the Contract Documents shall be given a positive outlet. Any tile damaged by the CONTRACTOR's operations shall be replaced by the CONTRACTOR at his own expense. Yard tile encountered and affected by the scope of work specified within the Contract Documents shall be given a positive outlet. The CONTRACTOR at his own expense shall replace any tile damaged by the CONTRACTOR’S operations. TS 11 MAINTAINING TRAFFIC Maintenance of traffic shall be the sole responsibility of the CONTRACTOR. Access and traffic to all businesses, residences, for all postal deliveries and all emergency traffic such as police, fire, medical, etc. within the project limits, shall be maintained at all times. Unless otherwise directed, or permitted, the work specified shall be arranged and prosecuted in accordance with all applicable provisions of Sections 104.04, 107, 801 and as set out in INDOT Standard Specifications, City of Carmel Standard & Specifications & the latest Indiana MUTCD Standards & Specifications. The names and telephone numbers of the CONTRACTOR'S superintendent and one other responsible employee shall be furnished at the pre-construction conference. These employees shall be on call and available at nights, weekends, or during other non-working periods to repair or replace all traffic control devices, which may become damaged or inoperative. In the event the CONTRACTOR desires not to perform traffic maintenance in accordance with the sequence of operations as called for within the Contract Documents, CONTRACTOR shall submit his alternate plan in writing to the ENGINEER and obtain acceptance at least 1 week prior to the commencement of any construction activities. Open trenches, if permitted by the ENGINEER, shall be spanned per current OSHA requirements and with the concurrence of the ENGINEER. Any trenching areas adjacent to a sidewalk shall be barricaded. The CONTRACTOR shall be prepared to have all construction signs erected for the project as specified by the ENGINEER. All temporary traffic control devices not listed separately or adjustments, labor, materials, etc., necessary for the maintenance of traffic as called for within the Contract Documents, or as permitted by the ENGINEER shall be included in the lump sum price for ‘Maintenance of Traffic’, as set out in the itemized proposal. 8 TS 12 STREET CLEANING The CONTRACTOR shall provide effective dust control throughout the project. Loader mounted pick-up, power sweepers, or other types of pull type models shall be used for street cleaning. Street cleaning shall also be performed prior to the pre-final meeting as directed by the ENGINEER. Street cleaning will not be paid directly but shall be included in the cost of various items of the contract regardless of the amount of times this operation is reasonably requested. Naturally occurring conditions, out of the control of the owner, that cause more dust control than normal shall not be a valid reason for request of payment for dust control. TS 13 PROJECT CONTRACT DOCUMENTS The documents related to the proposed improvements of this project include: - “MICHIGAN ROAD WATER MAIN EXTENSIONS AND CONNECTIONS” CONSTRUCTION PLANS - “MICHIGAN ROAD WATER MAIN EXTENSIONS AND CONNECTIONS” PROJECT MANUAL TS 14 SAW CUTTING In all areas where proposed construction matches existing conditions, full depth saw cutting shall be required. No direct payment will be made for saw cutting but the cost thereof shall be included in the costs of the other items. TS 15 MATERIAL ACCEPTANCE All materials used for the project shall be produced from an approved source. The Contractor shall submit the names and addresses of the suppliers of these materials for the project to the ENGINEER at the pre-construction conference. Prior to delivery the Contractor shall submit to the ENGINEER a copy of the certification for each material supplier. TS 16 FINAL CLEANUP The Contractor shall clean up all areas, including inlets, storm pipes, and streets, within the construction area as well as areas disturbed outside the construction areas at the completion of the project. This work shall be done at the satisfaction of the City of Carmel. The areas disturbed outside of the construction area shall be seeded at no cost to this project. 9 TS 17 STANDARD DRAWINGS See City of Carmel Standards/Details. These can be accessed at www.carmel.in.gov at the Carmel Technical Standards and Standard Drawings link in the Construction Trades drop down menu on the Engineering Main Page. See City of Carmel Utility Standards/Details. These can be accessed at Specifications - Carmel Utilities at the Carmel Technical Standards and Standard Drawings link in the Construction Trades drop down menu on the Engineering Main Page. TS 18 CONSTRUCTION NOISE The CONTRACTOR shall be required to limit construction noise by maintaining his equipment in proper working order, thereby minimizing the effect of construction noise in the project area. TS 19 EROSION CONTROL GUARANTEE Prevailing Specifications: INDOT 621 Additions: The Contractor shall guarantee a stand of grass; and if through the actions of the elements, the seasons, animals, or man the seed does not grow; shall reseed, re-fertilize, and do that which is required to produce an abundant and uniform growth of grass on the areas requiring seeding in this contract. Final acceptance of the project will not be made until the requirements of this special provision have been attained. TS 20 RIGHT OF ENTRY The CONTRACTOR shall receive permission from property owners prior to constructing drives or yard grading or doing any work for their convenience outside of the right-of-way, easements or construction limits provided. Copies of signed Right of Entry forms shall be supplied to the ENGINEER. TS 21 CONSTRUCTION STAKING Production staking shall be performed in accordance with 105.08(c) of the Standard Specifications. Reliance solely on GPS equipped machinery in setting grades will not be acceptable. TS 22 PIPE TESTS AND CLEANING 10 This work shall be included in the costs of other items. The contractor shall furnish the pump, pipe connections, taps, gauges, auxiliary water container, bulkheads, plugs, and other necessary equipment and make pressure and leakage tests of all lines unless otherwise directed by the OWNER. The Contractor shall coordinate with Carmel Water & Wastewater Utilities for all cleaning and testing operations. Testing of pipelines laid in excavation or bedded in concrete shall be done prior to backfilling or placing concrete cover unless otherwise permitted by the Engineer. Tests on lines anchored or blocked by concrete shall not be conducted until the concrete has taken permanent set. The line or section thereof to be tested shall be filled slowly with water to expel all air. Hydrostatic pressure shall be applied by pumping water from an auxiliary supply. The test pressure shall be maintained two hours minimum and additional time as required for thorough inspection to find any leaks or defects in the force main and appurtenances. The test pressure shall be 150 lbs/sq.in for a minimum of 2 hours. Should the pipe section fail to pass the tests, the contractor shall find and correct failures and repeat the tests until satisfactory results are obtained. Leakage tests shall be made simultaneously with or following completion of pressure tests of all lines or valved sections thereof. Leakage is defined as the quantity of water added to the pipe under test to maintain the required test pressure for a specified time. The leakage test pressure shall not be less than the maximum operating pressure of the section under test. The duration of the leakage tests shall not be less than two hours. Allowable leakage shall not exceed 9 gal/in. of pipe diameter per mile of pipe in 24 hours. After the pressure test and prior to sterilizing, the lines shall be thoroughly flushed through hydrants or by other means as approved by the Engineer. All water mains shall be sterilized in accordance with AWWA C-651. No direct payment will be made for PIPE TESTS & CLEANING, but the cost thereof shall be included in the costs of the other items. TS 23 COORDINATION WITH PUBLIC The CONTRACTOR shall coordinate with the OWNER in order to provide ample notice of construction activities and water main “down time” to the affected residents. This may include distribution of notices or “door to door” notification. This work shall not be paid for separately but shall be included in the cost of other items. Water main “down time” will be at the discretion of the OWNER & may require contractor make shutdowns and connections between 7:00pm & 7:00am. 11 TS 24 B-BORROW FOR PIPELINE BACKFILL The Contractor shall furnish and install backfill material as specified by the INDOT & City of Carmel standard drawing details. The material shall be either granular material conforming to INDOT 211.02b and compacted in 6” lifts – installed as shown on the DETAILS sheet of the water line plans. B-Borrow or flowable fill for pipeline backfill will be paid for by the LFT within the Structure Backfill item. TS 25 COMPLETE HYDRANT ASSEMBLY This item shall include all labor, material, equipment, and services necessary to install new 6” fire hydrants and accessories as shown on the drawings and meeting the specifications in the Utility Standard Details for the City of Carmel. Hydrant can be set off either a MJ Tee or an electrofusion tapping saddle. This item shall also include hydrant valves, valve boxes, piping, fittings, reducers, restraints, excavation, backfill, and pipe bedding, blocking from the water main to and including the fire hydrant, and the electrofusion tapping saddle if used. Fire hydrants shall be manufactured by Mueller, (Safety Yellow, M.A.B. #0433291, Sherwin Williams #F75YP2) (Carmel Spec. hydrants shall be open left and will have a “safety blue” stripe around hydrant bonnet from the factory). Contractor will confirm the opening direction of the hydrant and hydrant valve prior to ordering. The hydrant pumper nozzle shall be of one-piece design, compatible with 5” Storz hose coupling. The nozzle shall be an integral part of the fire hydrant and must be furnished by the manufacturer or authorized distributor designated by the manufacturer. Mueller model 290220 for casting and 290221 for cap. STORZ ADAPTERS WILL NOT BE ACCEPTED. The base of the hydrant shall be set on a minimum of two 4” x 8” x 16” solid concrete block, or 6” x 8” x 16” poured base of class B concrete on undisturbed earth. The hydrant barrel shall be set plumb. One cubic yard of No. 8 stone shall be placed around the barrel of the hydrant between the end of the trench and the valve. The stone shall not be placed closer than 2’ to the ground surface. Anchoring glands shall be used on the tee and the tee side of the valve. Restraining glands shall be used on all other fittings. All mechanical joints shall be made with Megalugs. Hydrant grade shall be confirmed by the contractor prior to installation. Hydrant extensions will only be accepted as a method to bring hydrant base to proper grade with prior approval from Carmel Utilities. TS 26 AS-BUILT PLANS At project completion, as-builts must have all corrections made and submitted in the following digital and paper formats: 1. Files must be saved and submitted on a usb flash drive case w/o using file compression. 12 1. Disc must be labeled with Engineering Company Name, Project Name, & Date cd burned. 2. All file names need to be easily identifiable to all users. 3. Projection shall be referenced to NAD83, Indiana State Plane Coordinate System, East Zone, using U.S. Survey Feet and per the Hamilton County datum – using section corner reference ties on said system, available through the Hamilton County Surveyors Office. 4. All pertinent drawing elements will reside in the primary drawing file. There shall be no cells, nodes, blocks, or reference files attached to the drawing. 5. The as-builts, both paper and digital, must be revised to show the exact location of all water mains, taps, service lines, hydrants, valves, fittings, etc. as installed. 6. Final as-built drawing must include dimensions between all fittings installed in the project. A. CARMEL WATER: POINT FEATURE LOCATION CAPTURE STANDARDS: 1. After installation of the water distribution system, actual point coordinate locations (X, Y) of the following features must be captured: hydrants, valves, tees, bends, reducers, and fittings. Subsurface features such as tees, bends, reducers, and fittings must have their coordinate locations either captured prior to burial (preferred method) or marked by a stake protruding from the surface labeled with a description (fitting size & type), to be captured after burial. All other methods must be approved by Carmel Water Department prior to beginning of construction. Surface features such as hydrants and valves can be captured post-installation. 2. File format for final delivery shall be.dwg,. dgn, or .shp file format. Submittals must be on usb flash drive (2 copies) and may be included with digital as-built submission. Point symbology must not include cells. Points will be attributed with feature type. Feature coordinates must be referenced to NAD83, Indiana State Plane Coordinate System, East Zone, using U.S. Survey Feet per the Hamilton County datum. Locations must be accurate to within 1 foot of actual earth location. Also to be included with the final project completion is an original copy of the field markup drawings showing all installed facilities with dimensions. This work will not be paid for directly but included in the cost of other items. 3. It is important to have as-builts submitted correctly to avoid delays in any future projects. Should you have any questions, please feel free to contact Steve Cook at (317)-733-2855 with any questions or concerns. 4. No direct payment will be made for the preparation of as-built drawings, and any cost associated with the preparation of as-built drawings shall be paid for as part of the cost of the WATER MAIN, LFT. TS 27 WATER UTILITY STANDARD DETAILS & REQUIREMENTS Water utility standards for installation & relocations can be found at: https://carmelutilities.com/specifications/ 13 TS 28 WATER MAIN/Casing, HDPE SDR11, 30 IN, 16 IN, 12 IN, 8 IN Via HDD The work performed under this section includes, but is not limited to, the supply and installation of High-Density Polyethylene (HDPE) Pipe, Tubing and fittings as shown. Provide HDPE pipe and fittings complete with all necessary jointing facilities and materials, specials, mechanical joint adapter kits and other appurtenances required for installation in and completion of the water pipelines to be constructed. Provide HDPE service tubing complete with all necessary jointing facilities and materials, and other appurtenances required for installation in and completion of the water services to be constructed. Related Supplemental Sections: HORIZONTAL DIRECTIONAL DRILLING QUALITY ASSURANCE Contractor’s Qualifications: CONTRACTOR or SUBCONTRACTOR performing any fusion (heat or electrofusion) on the HDPE pipe shall be able to provide evidence and references for satisfactory service in at least 3 projects of similar pipe diameter and with similar service types. These references may be asked for and approved before the contract is awarded. SUBMITTALS Shop drawings and manufacturer's literature for all CONTRACTOR supplied materials shall be promptly submitted to the OWNER for approval. The following items shall be submitted before delivery of HDPE pipe, tubing or fittings: 1. Pipe: SDR11 Certification by the manufacturer that the HDPE material and pipe was manufactured and tested in accordance with American National Standards Institute (ANSI) / American Water Works Association (AWWA), C-906. 2. Service Tubing: Certification by the manufacturer that the HDPE material and tubing was manufactured and tested in accordance with ANSI/AWWA, C-901. 3. All water main piping and components shall be certified for conformance to ANSI / National Sanitation Foundation (NSF) International Standard 14, and NSF Standard 61, Drinking Water System Components – Health Effects, except Section 9, 14 Mechanical Plumbing Product. The piping and components must display the ANSI/NSF 61 seal. 4. Manufacturer's installation instruction and literature to the CONTRACTOR so that manufacturer's recommended procedure and practice of installing pipe and fittings are followed. MANUFACTURERS HDPE Pipe. HDPE pipe shall be as manufactured by Performance Pipe, North American Pipe Company, CSR Poly Pipe Industries, Charter Plastics, W. L. Plastics, Flying W. Plastics, J.M. Eagle. PART 1 PRODUCTS PIPE MATERIAL HDPE Pipe. HDPE pipe shall conform to the latest edition of ANSI/AWWA C901 and C906. Material used in the manufacture of HDPE pipe shall conform to the HDPE Standard Code PE3408. All HDPE SDR11 pipe shall have the same outside diameter as DI pipe. SDR11 – to be determined by OWNER for each project. 1. Dimensions. The pipe shall have ductile iron pipe (DIP) equivalent outside dimensions for the nominal size indicated. 2. Working Pressure Rating (WPR). The pipe shall have a wall thickness dimension ratio (DR) of 11 for pipe 6-inch through 24-inch in diameter. 3. Pipe Identification. Each pipe length shall be marked in accordance with AWWA C906 and shall be black in color with blue striping. 4. Pipe Section Lengths. Pipe sections proposed to be fused together shall be a minimum of 20 feet in length unless otherwise approved by the OWNER. FITTINGS Pipe Fittings. All standard fittings (tees, bends, etc.) shall be ductile iron conforming to ANSI/AWWA C110/A21. Ductile iron fittings shall be suitable for the 350 pound working pressures unless otherwise noted. The fittings shall be coated with an asphalt coating in accordance with ANSI/AWWA C110/A21.10 and lined inside with cement mortar and seal coated in accordance with ANSI/AWWA C104/A21.4. The cement mortar lining shall be double thickness. All ductile iron fittings shall be connected to the HDPE main by a means of mechanical restraint as noted in Section 2.3. Mechanical Joints, including accessories, shall conform to ANSI/AWWA C111/A21.11. All mechanical joints shall be made with megalugs. 15 HDPE Fittings. HDPE Fittings shall be made from the same resins and material designations, cell classifications, pressure class (minimum of 160 psi) and dimensions as the HDPE pipe. Permitted HDPE fittings are listed below: 1. Electrofusion Service Saddle. For service connections to a HDPE main. Saddle must be fused (electrofusion) to the HDPE main and may NOT be mechanically attached. Saddle shall also accommodate standard City of Carmel Water Utility corporations. 2. Mechanical Joint Adapters. For mechanical connections on an HDPE mainline. MJ adapters shall be butt fused onto the HDPE main. 3. Fuse – A Corp. For 1.5” or larger service or connections to a HDPE main. 4. Stainless Steel Insert/Stiffener. All non-fused connections shall require the use of stainless-steel inserts inside the end of the HDPE pipe. Inserts shall be as follows: 1. HDPE Pipe. At HDPE pipe connections to fittings and/or other pipe materials, the inside of the HDPE pipe shall be reinforced by inserting a two-piece wedge style stainless steel stiffener/insert. Insert shall be properly sized and approved by the manufacturer for actual HDPE pipe diameter and wall thickness (DR) being utilized. 2. HDPE Service Tubing. At HDPE pipe connections to fittings and/or other pipe materials, the inside of the HDPE pipe shall be reinforced by inserting a one- piece seamless stainless steel insert. Insert shall be properly sized and approved by the manufacture for the actual HDPE tubing diameter and wall thickness being utilized. Insert length should not extend beyond the end of the compression fitting, have one end flared to ensure proper seating into end of HDPE tubing, and be designed for use with compression style connections PIPE AND FITTING JOINTING/CONNECTIONS Butt Fusion. The Butt (or Heat) Fusion technique shall be used to join all HDPE pipe sections and connect HDPE fittings to the HDPE pipe. The joints shall conform to ASTM D2657 and shall be performed in strict accordance with the pipe manufacture’s recommendations. The butt fusion equipment should be capable of meeting all conditions recommended by the manufacturer, including but not limited to, temperature requirements of 400 degrees Fahrenheit, alignment, and an interfacial fusion pressure of 75 psi. The fusion joining shall produce a joint weld strength equal to or greater than the tensile strength of the pipe itself. Sidewall Fusion. The Sidewall (or Heat) Fusion technique shall be used to connect HDPE fittings to the HDPE pipe. The joints shall conform to ASTM D2657 and shall be performed in strict accordance with the pipe manufacture’s recommendations. The sidewall fusion heating irons shall have an inside diameter equal to the outside diameter of the HDPE pipe and shall be ¼ inch wider than the size of the fitting being attached. 16 The fusion joining shall produce joint weld strength equal to or greater than the tensile strength of the pipe itself. Pipe Mechanical Joining. Mechanical joining shall be used to make connections to ductile iron fittings and/or non-HDPE pipe. Permitted methods of HDPE joining are listed below. Service Tubing Mechanical Joining. Mechanical joining shall be used to make connections to fittings and/or non-HDPE pipe. Permitted methods of HDPE joining are listed below. 1. Stainless steel stiffener combined with brass mechanical compression fittings. Compression fittings must be designed for and approved by manufacturer for use with HDPE CTS Tubing and utilize an internal gripping band type restraint. The HDPE side of the connection shall be reinforced with a stainless steel insert. INSTALLATION Installation Method The HDPE pipe shall be installed using the horizontal directional drilling method as per Carmel Utility Standards practices noted below. Locations where pipe material transitions are required i.e. (HDPE/DIP) may be installed by open cut. Pipe Joining 1. The HDPE pipe shall be assembled and joined at the site using the butt-fusion method to provide a leak proof joint. Threaded or solvent-cement joints and connections are not permitted. All equipment and procedures used shall be used in strict compliance with the manufacturer’s recommendations. Fusing shall be accomplished by personnel trained as fusion technicians by a manufacturer of polyethylene pipe and/or fusing equipment. 2. Square the pipe ends by using the fusion machine facing tool. In the fusion machine, pipe ends shall meet squarely so that the entire area to be fused is covered. The pipe ends shall make firm contact without applying pressure to the heat plate. The heat plate temperature shall be as required by the pipe manufacturer's recommendations. The melt bead shall be according to pipe diameter and as recommended by the pipe manufacturer. Pipe ends shall be carefully moved away from heat plate once the appropriate melt bead is achieved. The pipe ends shall be joined quickly without slamming. The butt-fused joint shall be true alignment and shall have uniform roll back beads resulting from the use of proper temperature and pressure. The joint shall be allowed adequate cooling time before removal of pressure. The fused joint shall be watertight and shall have tensile strength equal to that of the pipe. All joints shall be subject to acceptance by the OWNER prior to insertion. 3. All defective joints shall be cut out and replaced at no cost to the Owner. Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in depth than ten percent (10%) of the wall thickness, shall not be 17 used and must be removed from the site. However, a defective area of the pipe may be cut out and the joint fused in accordance with procedures stated above. In addition, any section of pipe having other defects such as concentrated ridges, discoloration, excessive spot roughness, pitting, variable wall thickness or any other defect of manufacturing or handling as determined by the OWNER and/or the project representative shall be discarded and not used. Pressure Testing 1. Under no circumstances shall HDPE pipe be pressure tested when the temperature of the pipe is above 80 degrees Fahrenheit. 2. HDPE pipe holds pressure by developing stress in its walls, thus the pipe will increase slightly in diameter when under high pressures. The procedure for pressure testing HDPE main should take in account the expansion of the HDPE main. The recommended procedure is to: a. Initially pressurize the main to the standard test pressure (150 psi) and let a majority of the main expansion take place, which should occur in 2 – 3 hours. b. After the above expansion time period, the main should be pressurized again to test pressure (150 psi) and the Pressure Test is conducted for the two (2) hour period. The HDPE pipe will continue to expand during the test itself and the following table contains maximum allowances for this expansion. Allowance for Expansion under Test Pressure (U.S. Gallons per 100 ft. of pipe) NOMINAL PIPE DIA. TWO HOUR TEST 4 0.25 6 0.60 8 1.00 12 2.30 3. Under no circumstances shall the HDPE main remain under test pressure (125 psi) for longer than eight (8) hours. If the test is not completed due to leakage, equipment failure, etc., the HDPE shall be allowed to “relax” for eight (8) hours prior to re-testing HORIZONTAL DIRECTIONAL DRILLING PART 1 GENERAL 1.1 SECTION INCLUDES 18 A. The work specified in this Section documents the approved construction methods, procedures, and materials for Horizontal Directional Drilling (HDD). 1.2 QUALIFICATIONS A. The contractor or sub-contractor performing the HDD work shall be a company that has been in continuous operation in this area of work for at least three (3) years. B. The contractor or sub-contractor shall have performed at least five (5) HDD projects of similar pipe diameter and length in the last three (3) years. PART 2 PRODUCTS 2.1 MATERIALS A. See Related Sections for pipe materials approved for the project. 2.2 EQUIPMENT REQUIREMENTS A. The Contractor shall ensure that appropriate equipment is provided to facilitate the installation. Equipment shall be matched to the size of pipe being installed and shall have appropriate torque and thrust/pullback capacity for the diameter and length of the intended drilling sections. The Contractor will ensure that the drill rod can meet the bend radius required for the proposed installation. 2.3 DRILLING FLUIDS A. A mixture of bentonite clay or other approved slurry and potable water shall be used as the cutting and soil stabilization fluid. The viscosity shall be varied to best fit the soil conditions encountered. Water shall be clean and fresh. No other chemicals or polymer surfactant is to be used in the drilling fluid without the written consent of the OWNER and after a determination is made that the chemicals to be added are not harmful or corrosive to the facility and are environmentally safe. B. The Contractor shall identify the source of fresh water for mixing the drilling mud. The Contractor shall be responsible for approvals and permits required for such sources as streams, rivers, ponds, or fire hydrants. Any water source other than potable water may require a pH Test. C. Monitoring of the drilling fluids such as the pumping rate, pressures, viscosity, and density is required during the pilot bore, back reaming, and pipe installation stages, to ensure adequate removal of soil cuttings and the stability of the bore hole. Relief holes can be used as necessary to relieve excess pressure down hole. To minimize heaving during pullback, the pull back rate is determined in order to maximize the removal of soil cuttings without building excess down hole pressure. Excess drilling fluids shall be contained at entry and exit points until they are recycled or removed from the site. Entry and exit pits shall be of sufficient size to contain the expected return of drilling fluids and soil cuttings. D. The Contractor shall ensure that all drilling fluids are disposed of or recycled in a manner acceptable to the appropriate local, state, or federal regulatory agencies. When drilling in suspected contaminated ground, the drilling fluid shall be tested for 19 contamination and disposed of appropriately. Any excess material shall be removed upon completion of the bore. E. Restoration for damage to any transportation facility or non-transportation facility caused by heaving, settlement, escaping drilling fluid (fracout) or the directional drilling operation, is the responsibility of the Contractor. Any pavement heaving or settlement damage requires restoration/replacement of the pavement per applicable City standards. PART 3 EXECUTION 3.1 GENERAL CONSTRUCTION REQUIREMENTS A. The pipe shall be installed in the location and to the line and grade designated on the drawings. B. Provide for testing and cleanup as soon as practicable, so these operations do not lag far behind pipe installation. Perform preliminary cleanup and grading operations immediately after backfilling. C. All surfaces shall be finish graded to original contours and ground cover. D. All materials delivered to the project shall be neatly stored. Excavated material, which is not removed from the immediate work site, shall be stockpiled so as to cause as little inconvenience to the property owners as possible. Driveways and street crossings must be kept clear. E. Excavation for entry, recovery pits, slurry sump pits, or any other excavation shall be carried out in accordance with City Standard Specifications for applicable work. Sump areas or holding tanks are required to contain drilling fluids. F. After completing installation of the product, the work site shall be restored. The work site shall be cleaned of all excess slurry left on the ground. Removal and final disposition of excess slurry or spoils as the product is introduced shall be the responsibility of the CONTRACTOR. G. Excavated areas shall be restored in accordance with the City Standard Specifications. The cost of restoring damaged pavement, curb, sidewalk, driveways, lawns, storm drains, landscape, and other facilities is borne by the CONTRACTOR. H. If underground utilities and/or structures not shown on the Drawings are encountered, notify the OWNER and do not proceed until instructions are obtained. Notify the OWNER if springs or running water are encountered. I. Charges from the CONTRACTOR for rock obstructions resulting in delay or damage to CONTRACTOR equipment will NOT be paid for by the OWNER. 3.2 SPECIFIC REQUIREMENTS A. Back Ream Hole Diameter 20 The back-ream hole diameter shall be no greater than the sum of the maximum product outside diameter (OD) plus six inches (6”). B. Testing When there is any indication, a pipe has sustained damage and may leak, the work is to be stopped and the damage investigated. The City may require a pressure test. The testing may consist of one of the following methods but shall always meet or exceed City’s testing requirements: 1. Manufacturer's pressure testing recommendations for the type of pipe being installed are followed. The City’s Representative shall be notified be present during the test for review of the test results for compliance. The pressure test shall be performed within twenty-four (24) hours. A copy of the test results shall be furnished to the City's Representative. If the pipe is not in compliance with specifications, the City may require it to be filled with flowable fill. 2. Product carrier pipes installed without a casing must meet pressure requirements set by the Owner. A copy of the test results shall be furnished to the City’s Representative. If the pipe is not in compliance with specifications the City may require it to be filled with flowable fill. C. Locating and Tracking The Contractor shall describe the method of locating and tracking the drill head during the pilot bore. The City recognizes walkover, wire line, and wire line with surface grid verification, or any other system as approved by the OWNER, as the accepted methods of tracking directional bores. The locating and tracking system shall be capable of ensuring that the proposed installation is installed as intended. The locating and tracking system shall provide information on: 1. Clock and pitch information. 2. Depth. 3. Battery status. 4. Position (x,y). 5. Azimuth, where direct overhead readings (walkover) are not possible (i.e. subaqueous or limited access transportation facility.) 6. Alignment readings or plot points shall be taken and recorded every five (5) feet. 7. Before commencement of a directional drilling operation, proper calibration of the equipment (if required) shall be undertaken. B. All facilities shall be installed in such a way that their location can be readily determined by electronic designation after installation. For non-conductive installations this shall be accomplished by attachment of tracing wire, as per City of Carmel Technical Specifications. 4 QUALITY CONTROL 21 A. A representative of the Contractor must always be in control of the operation. The representative must have a thorough knowledge of the equipment and the procedures to be performed and must be present at the job site during the installation. B. The City must be notified forty-eight (48) hours in advance of starting work. The installation shall not begin until the City's representative is present at the job site and agrees that proper preparations have been made. 5 TESTING AND CLEANUP A. Provide for testing and cleanup as soon as practicable, so these operations do not lag far behind pipe installation. Perform preliminary cleanup and grading operations immediately after backfilling. B. All surfaces shall be finish graded to original contours and ground cover. C. All surplus excavated material shall be disposed of off-site in a legal manner by the Contractor. Method of Measurement The actual number of linear feet of water main measured along the centerline of the pipe will be measured for payment under the water main item. No deduction will be made for laying lengths of valves, MJ Harvey adaptors, and fittings. Basis of Payment Water main will be paid for at the contract unit price per linear foot of HDPE SDR11 water main of the size specified, complete in place TS 29 WATER MAIN DUCTILE IRON, 16IN, 12 IN, 8IN, 6 IN Water mains and fittings will be paid for at the applicable Contract Unit Price per linear foot for the size and type of water mains, which price shall include the furnishing of all materials, labor, equipment, and appurtenances necessary to construct and test the water mains, complete and ready for service, as shown on the drawings, as specified, and as ordered by the Engineer. The work shall include all pipe, fittings, all connections to existing service, excavation, installing and jointing of pipe, pipe bedding and initial backfill, removal and disposal of water, sheeting and shoring, disposal of excess excavated materials, dewatering, cutting and capping of existing mains, protection of existing structures and utilities, flushing of water mains, locator wire and utility marking tape, hydrostatic testing, disinfection, clean-up, and all other operations and appurtenances, including connection to existing fittings and valves. 22 These items will include the cost for the labor, materials and installation of the water main as shown on the plans. This includes the removal and disposal of existing asphalt within the trenching limits and all labor and materials required for directional boring. All repair of existing utilities damaged during construction is included under this item. All tees, elbows, fittings, common excavation, temporary pavement restoration etc. necessary to complete the installation of the water main as per the plans shall also be included within the cost of this item. In addition, this item shall include all work under this contract unless specifically included for payment under other items. These Water Mains shall be ductile cast iron pressure pipe. The pipe shall conform to ANSI A-21.51 or AWWA C-151 and at a minimum shall be pressure class 350. Fittings for ductile cast iron pressure pipe shall be ductile cast iron and conform to ANSI A-21.10 or AWWA C-110 and shall have a thickness class of 53. Fittings for 4-inch to 12-inch may conform to ANSI A-21.3 or AWWA C-153. All fittings shall be American made, and all new water mains shall be put in place with American made tracer wire and reflective warning tape. There must be access to the tracer wire at each valve box, with enough wire in the valve box to insure the proper connection to the locating equipment. All mechanical joints shall be made with American manufactured mechanical joint restraints including wedges. All ductile iron water mains and fittings shall be wrapped in V-Bio Polyethylene encasement. The cost of protection, repair and/or replacement of existing drainage structures, field tile, sanitary service laterals, and other miscellaneous items of construction shall be included in the unit price per lineal foot of water main and no additional payment will be made for these items. INSPECTION AND TESTS OF BURIED TAPES AND LOCATOR WIRES Prior to burial, all tapes and locator wires shall be inspected for quality and the Contractor shall have a statement of compliance from the manufacturer acknowledging that the conditions set forth in Part 1, Section 1.2 of this specification have been met. Upon completion of the water main, the Contractor shall demonstrate that the wire is continuous and unbroken through the entire run of the pipe. Demonstration shall include full signal conductivity (including splices) when energizing for the entire run in the presence of the CWU or Engineer. If the wire is broken, the Contractor shall repair or replace it. Pipeline installation will not be accepted until the wire passes a continuity test. No direct payment shall be made for this work, but the cost thereof shall be included in the cost per linear foot of pipe. TRACER WIRE High strength tracer wire that is Blue in color shall be a #10 AWG HS-CCS high strength copper clad steel conductor (HS-CCS), insulated with a 30 mil, high-density, high molecular weight polyethylene (HDPE) insulation, and rated for direct burial use at 30 23 volts. HS-CCS conductor must be a 21% conductivity for locating purposes, Break load 600# minimum. HDPE insulation shall be RoHS complaint and utilize virgin grade material. Insulation color shall meet the APWA color code standard for identification of buried utilities. Tracer wire shall be HS-CCS, HDPE 30 mil insulation and made in the USA. One wire for open cut installation, two wires for horizontal directional drilling installations. No direct payment shall be made for this work but the cost thereof shall be included in the cost per linear foot of pipe. IDENTIFICATION TAPE Identification tape shall be manufactured of polyethylene with a minimum thickness of 4mils and shall have a 1-mil thick metallic foil core. The tape shall be highly resistant to alkalis, acid and other destructive agents found in soil. Tape width shall be a minimum of 3 inches and a maximum of 6 inches and shall have the background color specified below, imprinted with black letters. Imprint shall be as specified below and shall repeat itself a minimum of once every 2 feet for entire length of the tape. No direct payment shall be made for this work, but the cost thereof shall be included in the costs of the other items of the contract. Tape background colors and imprints shall be as follows: Imprint Background Color “CAUTION - WATER LINE BURIED BELOW” Blue Method of Measurement The actual number of linear feet of water mains measured along the centerline of the pipe will be measured for payment under the water main items. No deduction will be made for laying lengths of valves and fittings. Basis of Payment Water main will be paid for at the contract unit price per linear foot of ductile iron water main of the size specified, complete in place. TS 30 TAP/GATE/BUTTERFLY VALVES 16 IN, 12 IN, 8 IN, 6 IN These items shall include all labor, material, equipment, and services necessary to install new main line valves at the locations shown on the plans. Valves shall conform to AWWA C-500, AWWA C-509, or AWWA C-504. Valves shall be cast iron body, bronze mounted, AWWA C-500 double disc or AWWA C-509 resilient seat, gear operated non-rising stem type with mechanical joint ends. Approved valves shall be furnished with an O-ring seal incorporating two rubber O-ring seals. All valves shall be designed for 150 24 psi working pressure and shall be shop tested at 300 psi pressure, with the pressure held on the valve for at least one minute. All Carmel Spec. valves shall be designed to open in counterclockwise directions (open left) with an arrow indicating the direction for opening. (Carmel Spec. valves shall be open left). Contractor to verify open direction prior to ordering valves. Valve Boxes shall be Union Tyler or East Jordan Iron Works, Domestic Star Pipe Products, or approved equal. Posi-caps (or Box Loks) to be used on all gate valves. Wrench nuts shall be 2” square. All iron parts shall be painted by the manufacturer with two coats of acceptable high grade bituminous paint. Valve boxes shall be cast iron three-piece screw type with cover marked “Water”. All valve stems shall be installed plumb and boxes clear of debris. Butterfly valves shall be used for pipe sizes over 12 inch. Tapping sleeves shall be Smith Blair, Romac or JCM. Item includes all valve key extensions required to install valve per owner specifications. Valves shall be manufactured by Muller/American Carmel Spec. valves shall be open left and made of cast iron valve box and lid. Special Utility CI valve box and lid shall be installed for each valve and blow-off assembly with a plastic riser, as specified in the standard drawings. The valve box riser will be a solid ribbed 8” diameter PVC riser shall be required and shall be centered over the valve. If the valve is 6’ deep or greater, a valve nut extension shall be provided to bring the operating nut to a depth of 4’ below finished grade. Acceptable manufactures are Burger Metal Products, Sigma, and Union Tyler. Method of Measurement Tap/Gate/Butterfly valves will be measured per each Basis of Payment Tap/Gate/Butterfly valves will be paid per each installed complete in place per each TS 31 CONNECTIONS 16 IN, 12 IN, 8 IN, 6 IN This item is to complete the last 15 LFT of connecting the new water main to the existing water main. Method of Measurement Connection 16”, 12”, 8”, and 6” is to be paid per each. Basis of Payment This item is to include all material, labor, equipment, backfill, coordination, thrust blocking, rodding, etc. To complete the last 15 LFT of water main and connect the existing into the new. The only item that is paid for separately are the valves. This item will also include the cost to retire/cut and plug/cap the old water main per the owner’s standards of that water utility. The location of the retirement of the existing water main will be at the owner’s discretion. This also includes any backfill, temporary and permanent restoration. 25 TS 32 REMOVE & RETIRE VALVE This item shall include all labor, material, equipment, and services necessary to remove & retire existing valves at the direction of OWNER. Removal shall meet the minimum standards set forth in the City Of Carmel Water Utility Standard Details. TS 33 LONG SIDE (S1) & SHORT SIDE (S2) SERVICES Description: This item shall include all costs to furnish all labor, materials, tools, and equipment, to provide installation of “Long” or far side water services from the proposed or existing water main to the proposed meter pit. The work includes earth excavation, bracing or shoring, dewatering, disposal of surfaces and spoil where required, furnishing and placement (by boring as specified) of HDPE sleeve (3” for ¾” or 1” service; 4” for 11/2” or 2” service), with Type “K” copper tubing, (or approved other), corporation stop, curb box curb stop, adjustment of the curb box, coordinating and cooperating with Carmel Water Utility throughout the pressure testing and disinfection process, protection of existing utilities, protection of existing trees, light poles, fences and mailboxes, site restoration and incidentals for performing all work as specified. Where existing service lines are located & must be replaced, the item shall include all items above, plus the relocation of the existing meter to a location outside of the right-of-way Method of Measurement Water service lines (LS) and (SS) are to be measured by the EA. Basis of Payment Water Service lines to include all necessary materials to install a new service line of ¾”, 1”, or 1.5” complete in place. This includes but not limited to taps, water line, tracer wire, new meter pit, new meter set, new meter pit lid, backfill, bedding, and restoration. TS 34 LANDSCAPE RESTORATION This item is for the restoration of any disturbed landscaping during the construction of the new water main per the City of Carmel Standards complete in place. Method of Measurement This item will be paid for by the square yard area of landscaping disturbed along the path of the water main installed. TS 35 ASPHALT RESTORATION This item shall include all labor, material, equipment, and services necessary to repair roadway asphalt cuts to the detail as shown in the “STREET CUT REPAIR DETAIL” detail as shown on the “WATER MAIN DETAILS AND SPECIFICATIONS” sheet in the 26 plan set. Asphalt restoration must be completed within 30 days of the water main in service date. TS 36 CONCRETE ROAD RESTORATION This item is for the complete replacement of concrete road replacement per the City of Carmel Standards complete in place. Concrete Road Restoration must be completed within 30 days of the water main in service date. Method of Measurement This item will be paid for by the square yard area of concrete road replaced along the path of the water main installed. TS 37 CONCRETE SIDEWALK REPLACEMENT This item is for the complete replacement of concrete sidewalk per the City of Carmel Standards complete in place. Concrete sidewalk replacement must be completed within 30 days of the water main in service date. Method of Measurement This item will be paid for by the square yard area of concrete sidewalk replaced along the path of the water main installed. TS 39 RELOCATE FIRE HYDRANT This item shall include all labor, material, equipment, and services necessary to relocate and reinstall to grade an existing fire hydrant as shown on the drawings and meeting the specifications in the Utility Standard Details for the City of Carmel. This item shall also include removal of existing hydrant & plugging at the valve assembly if required. This item shall also include all hydrant valves, tap valves, tapping sleeves, valve boxes, piping, fittings, reducers, restraints, excavation, backfill, and pipe bedding, blocking from the water main to and including the fire hydrant. The base of the hydrant shall be set on two 4” x 8” x 16” solid concrete block, or 6” x 8” x 16” poured base of class B concrete on undisturbed earth. The hydrant barrel shall be set plumb. One cubic yard material specified by the Utility shall be placed around the barrel of the hydrant between the end of the trench and the valve. The material shall not be placed closer than 2’ to the ground surface. Anchoring glands shall be used on the tee and the tee side of the valve. Restraining glands shall be used on all other fittings. 27 END OF TECHNICAL SPECIFICATIONS Gsjbufd.WBFmfduspgvtjpoTfswjdfTbeemft NdXbof.EvdujmfJspoQjqf-EvdujmfSftusbjofeKpjout JTDP.IEQFES22 Nvfmmfs.CbmmDpsqWbmwft-CbmmBohmfNfufsWbmwft-HbufWbmwft- Izesbout-CbmmDvscWbmwft Mfhfoe.GvmmQpsuTubjomfttTuffmCbmmWbmwft Dfoufoojbm.IEQFTES:-IEQFTES24/6 Gpse.CsbttCvtijoht TpmptipuDpqqfsifbeJoevtusjft.UsbdfXjsf Eszdpoo.Dpoofdupst UzmfsVojpo.NfdibojdbmKpjout-QvtipoNfdibojdbmKpjouHbtlfut-Dvsc boeWbmwfCpy Joufhsjuz.NfdibojdbmKpjouBebqufst FCCBJspo.Nfhbmvht Cpympl.WbmwfCpy FK.WbmwfCpyDpwfs-WbmwfCpyGsbnf Dbmmbibo'BttpdjbuftDpodsfufSfqbjsUCE BdfQbwjoh BtqibmuSfqbjsUCE CsbeSzofbstpo 16th April 2025 LucianneBischoff TheGrayCasualty & SuretyCompany CsbeSzofbstpo UQJVujmjuzDpotusvdujpo-MMD Nfncfs Bqsjm26ui 36 CsbeSzofbstpo CsbeSzofbstpo CARTER GREEN SPECIAL EVENT / FACILITY USE REQUEST FORM Information FACILITY* Event Purpose & Description: Event Date Start*Event Date End* If multiple dates, please list Set-Up time* Tear Down End time* Event Start time:* Event End time:* Rehearsal* Number of People Expected:* Fees? Neighborhood Name/Streets to be closed UPLOAD MAP 1. CITY FACILITY REQUESTED: Mark all that apply CARTER GREEN (area between Center for the Performing Arts & James Building) ALLIED SOLUTIONS CENTER FOR THE PERFORMING ARTS EAST PATIO (on the Campus of the Center for the Performing Arts) 2. EVENT DETAILS: Provide a brief description of event Carmel Farmers Market Attach additional pages if needed-SEE BELOW 5/1/2026 9/26/2026 Every Saturday from May 2, 2026 - September 26, 2026 6:00:00 AM 2:00:00 PM 8:00:00 AM 11:30:00 PM No Yes 8,000 Will a Fee be charged for this event? If yes, please describe below. YES NO 3. STREET(S) REQUESTED: No Street Closures Include addresses as appropriate An easy to read, color map of the area is required with submission. 10/13/2025 yes, 10/14/2025 yes, 10/14/2025 yes, 10/20/205 yes, 10/20/2025 yes, 10/14/2025 yes, 10/14/2025 Waiting for clarification about July 4th, CarmelFest Type of Closure: Further Info for type of closure REQUESTS: CITY SERVICES NEEDED: Cones* Crowd-Control Gates* Standard Cones* Rolling closure Total closure Lane restrictions - explain below Other - explain below N/A Explain lane restrictions needed and other needed below: NA 4. SPECIAL REQUESTS: Mark all that apply ELECTRICITY JAMES BUILDING RESTROOMS (CARTER GREEN) *Extra fees apply N/A Other 5. CITY SERVICES NEEDED: Mark all that apply Cones/Barricades (signed agreement required) Detour/Traffic Redirection Signs (signed agreement required) Emergency Medical Services (EMS) (Extra fees may apply) Extra Patrol During Event (when available) Traffic Control (Extra fees may apply) On-site Security (Assigned off-duty CPD officers, extra fees will apply) No Parking Signs (Pick up at Carmel Police Department) Trash Trailer ($150 fee may be applied for use) N/A Other Agreement must be signed with Carmel Street Department before delivery/pickup Standard Cones Tall Skinny Cones Barricades (used to close roads)Crowd-Control Gates Please note the number of Crowd-Control Gates needed 30 Please note the number of Standard Cones needed 30 EVENT SET UP: Mark all that apply Stage Size of Stage Tent(s) – If placing a tent over the entire green space at Midtown Plaza, the exclusive vendor for tent rental is A-Classic Party Rentals (317-251-7368). Otherwise, you may use the vendor of your choice. Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-2600) |x 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: 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 Approximently how many vendors will be present? 90 6. CONTACT INFORMATION: Lisa McLaughlin Lisa McLaughlin Carmel Farmers Market Inc City Carmel State / Province / Region IN Postal / Zip Code 46032 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 previsously 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* * * ___________________________________ Laura Campbell, Presiding Officer Date: ______________________________ ___________________________________ James Barlow, Member Date: ______________________________ ___________________________________ Alan Potasnik, Member I confirm that I am 18 years of age or older. By selecting this box, I hereby acknowledge that I have read and fully understand the City of Carmel, Indiana ("City") Special Event/Facility Use Policy and agree to be bound by all the terms and conditions set forth therein. Carmel Farmers Market Name of Organization/Applicant Phone Number (Required) 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 October 15, 2025 Request to Use City Property 2026 Farmers Market The Board of Directors of the Carmel Farmers Market, an Indiana non-profit corporation, respectfully requests from the Carmel Board of Public Works and Safety the following: Exclusive use, for the purpose of conducting the Carmel Farmers Market, on Carter Green, the adjacent drives, and the adjacent sidewalks, along with non-exclusive use of the James Building and Veterans Way parking structures, along with the lobby and restroom facilities in the James Building, from 6 AM until 1:30 PM each Saturday from May 01, 2026, through September 26, 2026. In addition, the Carmel Farmer Market requests to use and to have control of the following spaces and amenities:  A 20' x 20' area on the south lawn of the Veterans Memorial, adjacent to the center walkway and the east sidewalk, to be designated as a Public Expression Space.  The parking spaces on the east side of 3rd Avenue SW, north of the exit drive from the James Building Parking Garage to the south edge of the exit for Carter Green Drive. This is for the purpose of temporarily designating these parking spaces, as the need arises; as handicapped, parcel unloading and loading, or vendor and short-term parking for the Farmers Market or vendor spaces. However, if there is a Saturday morning event in the Tarkington for which extra specialized parking is needed by the Center, Carmel Farmers Market will coordinate with the Center for the Performing Arts regarding the use of only the parking spaces on the east side of 3rd Ave SW running south from the entrance to Carter Green Drive to the exit from the James Building Parking Garage.  Outside faucet and hot water at Tarkington Garage.  Install ground receivers for umbrellas (9) on the NE Green and for handicap signs (3) on 3rd Ave.  Use of the bollards.  Water faucets on the NE and SE Green. Submitted for the Board of the Carmel Farmers Market by Lisa McLaughlin, Carmel Farmers Market, Inc., 2 Carter Green, Carmel, IN 46032. SPECIAL EVENT / FACILITY USE REQUEST Information Facility(s) Please click here to request the Carter Green or East Patio. Event Purpose & Description:* Has this event been held at City facility before?* Event Date Start * 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 Late Night on Main is a street party with live music and food and beverage vendors. Opportunity for Main Street businesses to stay open late and participate in event. Attach additional pages if needed-SEE BELOW Yes No 6/20/2026 Event Date End * 10/10/2026 1:00:00 PM 11:00:00 PM End Time 6:00:00 PM 11:00:00 PM No Yes 8,000 Will a Fee be charged for this event? If yes, please describe below. Yes No 2. STREET(S) REQUESTED: Main Street from 2nd Ave NW to Range Line Rd. Include addresses as appropriate An easy to read, color map of the area is required with submission. June 2026 LNOM Map.pdf 359.16KB x Streets: MAIN + Sophia Square x x 10/21/2025 06/20/2026- June LNOM07/18/2026 - July LNOM08/15/2026 - August LNOM10/10/2026- October LNOM Sophia Square OK Monon and Main LLC OK yes, 10/22/2025yes, 10/22/2025 yes, 10/22/2025yes, 10/22/2025 Type of Closure: Further Info for type of closure Requests: City Services Needed Cones* Barricades* Crowd-Control Gates* Standard Cones* No Parking Signs* Rolling closure Total closure Lane restrictions - explain below Other - explain below N/A Explain lane restrictions needed and other needed below: Full closure on three entries, partial closure on S. Veterans Way for vendor entrance. 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 Requesting Trash Trailer but it may not be needed. TBD. Valet No Parking Cones Agreement must be signed with Carmel Street Department before delivery/pickup Standard Cones Tall Skinny Cones Barricades (used to close roads)Crowd-Control Gates Please note the number of Barricades needed 6 - 8 Please note the number of Crowd-Control Gates needed 40 Please note the number of Standard Cones needed 15 to block off dance floor Please note the number of NO PARKING SIGNS needed 30 5. EVENT SET UP: Stage City Stage Size of Stage 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. Tent(s) – If placing a tent over the entire green space at Midtown Plaza, the exclusive vendor for tent rental is A-Classic Party Rentals (317-251-7368). Otherwise, you may use the vendor of your choice. 10x10 Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-2600) Bounce House N/A Other 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? 5 7. CONTACT INFORMATION: Sondra Schwieterman Carmel PorchFest, Inc. 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: 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. Carmel PorchFest Inc. Name of Organization/Applicant Signature of Authorized Agent/Applicant Sondra Schwieterman, Executive Director Printed Name and Title (If applicable) Phone Number (Required) Address of Organization/Applicant 10/20/2025 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:__________________________________________________________________ Saturday, June 20, 2026 Late Night on Main 6 – 11 p.m. Feinstein’s VIP Lounge 7 - 10 p.m. VIP Lo u n g e Re s t r o o m s 2nd Av e N W Detour Route No Parking Road Closed/Barricades Parking Roads close at 1 pm VE T E R A N S W A Y VE T E R A N S W A Y Tr a s h Tr a i l e r Vendor Entrance Vendor Seating St a g e X X X No Left/Right Turn 1 7 65 4 3 2 9 810 1 Detour Signage SPECIAL EVENT / FACILITY USE REQUEST Information Facility(s) Please click here to request the Carter Green or East Patio. 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 1. CITY FACILITY(S) REQUESTED: Civic Square Fountain Area Civic Square Gazebo / Lawn Japanese Garden Monon & Main Plaza Midtown Plaza Reflecting Pool Other Sophia Square Restrooms, cleaned & open 2. EVENT DETAILS Provide a brief description of event Carmel PorchFest is a free, family friendly event in the neighborhood north of the Arts & Design District. A variety of musical acts perform on neighborhood porches. Food and Beverage vendors attend as well. Attach additional pages if needed-SEE BELOW Yes No 9/20/2026 9/20/2026 7:00:00 AM 8:00:00 PM End Time 12:00:00 PM 6:00:00 PM No Yes 10,000 Will a Fee be charged for this event? If yes, please describe below. Yes No 2. STREET(S) REQUESTED: 1st Ave NW from 1st St. NW to 6th St. NW 2nd Ave NW from 1st St. NW to 3rd St. NW Include addresses as appropriate  ; CFD: STREETS: Request submission date: Department Review: MAC: yes, 10/22/2025 ENG: yes, 10/22/2025 CPD: yes, 10/22/2025 PARKS: yes, 10/22/2025 Sophia Square OK Monon and Main LLC OK Upload Map Type of Closure: Further Info for type of closure Requests: City Services Needed Cones* Barricades* Crowd-Control Gates* Standard Cones* No Parking Signs* An easy to read, color map of the area is required with submission. Carmel Porchfest_2025 Map_FINAL.jpg 3.03MB 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 Bike Parking Racks Agreement must be signed with Carmel Street Department before delivery/pickup Standard Cones Tall Skinny Cones Barricades (used to close roads)Crowd-Control Gates Please note the number of Barricades needed 10 Please note the number of Crowd-Control Gates needed 50 Please note the number of Standard Cones needed 75 Please note the number of NO PARKING SIGNS needed 70 5. EVENT SET UP: Stage Size of Stage 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 Tent(s) – If placing a tent over the entire green space at Midtown Plaza, the exclusive vendor for tent rental is A-Classic Party Rentals (317-251-7368). Otherwise, you may use the vendor of your choice. Size of Tent (s) (Tents 20 x 20 or larger require inspection by Carmel Fire Department, 317-571-2600) Bounce House N/A Other Name of Merchants(s) doing the setup Phone Number of Merchant(s) doing set up: 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? 10-12 7. CONTACT INFORMATION: Sondra Schwieterman Carmel PorchFest, Inc. 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: 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. Carmel PorchFest Inc./Sondra Schwieterman Name of Organization/Applicant Signature of Authorized Agent/Applicant Sondra Schwieterman, Executive Director Printed Name and Title (If applicable) Phone Number (Required) Treasurer's address: Exec. Director: Address of Organization/Applicant 10/20/2025 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:__________________________________________________________________ SPECIAL EVENT / FACILITY USE REQUEST Information Facility(s) Please click here to request the Carter Green or East Patio. 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 Main Street and Range Line 2. EVENT DETAILS Provide a brief description of event Carmel International Arts Festival Attach additional pages if needed-SEE BELOW Yes No 9/25/2026 9/27/2026 9/25/2026, 9/26/2026, 9/27/2026 5:00:00 PM 10:00:00 PM End Time 10:00:00 AM 8:00:00 PM No Yes 25,000 Will a Fee be charged for this event? If yes, please describe below. Yes No 2. STREET(S) REQUESTED: Main Street - East of 3rd Ave SW/NW to just west of 1st Ave NE/SE. Range Line - south of 2nd St NE/NW to just north 1st St SW/SE. Include addresses as appropriate An easy to read, color map of the area is required with submission. CIAF 25 Map LETTER Size 09-21-2025 1a.pdf 853.79KB 10/06/2025 yes, 10/14/2025 yes, 10/14/2025 Monon and Main LLC: Reservations pending discussion with Meg yes, 10/20/205 yes, 10/20/2025 yes, 10/14/2025 yes, 10/14/2025 Type of Closure: Further Info for type of closure Requests: City Services Needed Cones* Barricades* Crowd-Control Gates* Standard Cones* Tall Skinny Cones * No Parking Signs* Rolling closure Total closure Lane restrictions - explain below Other - explain below N/A Explain lane restrictions needed and other needed below: Barricades or Dump Trucks 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 Agreement must be signed with Carmel Street Department before delivery/pickup Standard Cones Tall Skinny Cones Barricades (used to close roads)Crowd-Control Gates Please note the number of Barricades needed 20 Please note the number of Crowd-Control Gates needed 20 Please note the number of Standard Cones needed 155 Please note the number of Tall Skinny Cones needed 40 Please note the number of NO PARKING SIGNS needed 200 5. EVENT SET UP: Stage City Stage Size of Stage 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 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 Party Time Name of Merchants(s) doing the setup 3175362022 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? 150 7. CONTACT INFORMATION: Meg Gates Osborne Carmel International Arts Festival City Carmel State / Province / Region IN Postal / Zip Code 46082 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: 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. Carmel International Arts Festival Name of Organization/Applicant Signature of Authorized Agent/Applicant Meg Gates Osborne Printed Name and Title (If applicable) Phone Number (Required) Address of Organization/Applicant 10/6/2025 Date City of Carmel Use Only Approved this ______day of _______________, 20 CITY OF CARMEL, INDIANA By and Through its Board of Public Works and Safety ___________________________________ Laura Campbell, Presiding Officer Date: ______________________________ ___________________________________ James Barlow, Member Date: ______________________________ ___________________________________ Alan Potasnik, Member Date: ______________________________ ATTEST: _____________________ Jacob Quinn, City Clerk ________________ Date Special Conditions:__________________________________________________________________ SPECIAL EVENT / FACILITY USE REQUEST Information Facility(s) Please click here to request the Carter Green or East Patio. 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? Fees (cont'd) Neighborhood Name/Streets to be closed 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 15th Annual Indiana Women's Running Festival, the largest women's-only running event in Indiana featuring a half marathon, 10K and 5K. Celebrating active women. Attach additional pages if needed-SEE BELOW Yes No 10/17/2026 10/17/2026 set up beginning on Friday, Oct 16th at 2 PM 2:00:00 PM 2:00:00 PM End Time 8:00:00 AM 12:00:00 PM No Yes 1,200 Will a Fee be charged for this event? If yes, please describe below. Yes No Purpose of fee registration fees 2. STREET(S) REQUESTED: Guilford, Meadowlark Park, Monon Greenway, Central Park, Lexington Farms, Orchard Park and Home Place Include addresses as appropriate 10/01/2025 Approved CCPR Application included Same process as last year yes, 10/14/2025 yes, 10/14/2025 yes, 10/20/205yes, 10/20/2025 yes, 10/14/2025 yes, 10/14/2025 Upload Map Type of Closure: Further Info for type of closure Requests: City Services Needed Cones* Barricades* An easy to read, color map of the area is required with submission. Womens Running Festival course map - NORTH SECTION.pdf 287.64KB Womens Running Festival Map - MIDDLE SECTION.pdf 2.69MB Womens Running Festival Map - SOUTH SECTION 2025.pdf 154.25KB 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 Agreement must be signed with Carmel Street Department before delivery/pickup Standard Cones Tall Skinny Cones Barricades (used to close roads)Crowd-Control Gates Please note the number of Barricades needed 4 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 10 x 10 popup tents only 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? 3-4 7. CONTACT INFORMATION: Todd Oliver Carmel Road Racing Group City Carmel State / Province / Region IN Postal / Zip Code 46032 Country US Street Address Address Line 2 For-Profit Organization Is the Organization based within the City of Carmel city limits? Yes No SECURITY DEPOSIT AND FEE: 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. Carmel Road Racing Group / Todd Oliver Name of Organization/Applicant Signature of Authorized Agent/Applicant Todd Oliver / President Printed Name and Title (If applicable) Phone Number (Required) Carmel, IN 46032 Address of Organization/Applicant 9/30/2025 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:__________________________________________________________________ Gradle Dr Gu i l d f o r d R d Gu i l d f o r d R d Meadowlark Park MO N O N P A T H MO N O N P A T H Main Street 5K Route Emerson Rd 3r d A v e S W STARTFINISH MILE1 MILE4 MILE2 MILE3 MILE2 5K MILE3 5K City C e n t e r D r . North Section Water Station Restrooms 7:35-7:48AM 7:46-8:24AM 7:53-8:42AM MO N O N P A T H 7:41-8:06AM Half Marathon and 10K 7:41 - 8:06AM Trail Path 5K connects to Monon Main Street 1st St. SW Cone lightly CTR Cone lightly CTR Cone lightly CTR Cone lightly CTR Cone N. Curb Runners stay RIGHT Runners Stay Right Sign 5K Turn Sign A B Moves to Trail La k e D r . Trail Path Add Warning Signs on Monon Mo n o n B l v d Mo n o n T r a i l 1st Street Main Street Cones MononCommunityCenter STARTFINISH MO N O N MO N O N 111th St. 116th Co l l e g e A v e Lexington Dr. To Finish MILE4 MILE5 MILE6 MILE6 MILE MILE3 10K 7:53 - 8:42AM 5:58 - 9:00AM 8:04 - 9:18AM 8:39 - 11:06AM 8:44 - 11:24AM Water Station Restrooms Middle Section 10K Turn-Around Trail Path C 111th St. Monon Ctr Lexington Dr. Station D D 8:27-10:30AM 8:15-9:54AM 8:21-10:12AM 8:10-9:36AM 106th L e x i n g t o n D r . MILE7 MILE8 MILE9 MILE Co m b s A v e 105th Et h e l A v e B r i s t o l R d Gu i l f o r d A v e 101st Moves to Tra i l MO N O N MO N O N MO N O N 106th W. School Pkwy Or c h a r d P a r k D r W . Or c h a r d Orc h a r d Par k D r N . WoodlawnDr. MILE 8:33-10:48AM E D F G Cone lightly CTR Cone lightly CTR Cone lightly CTR Cone lightly CTR Trail Path Trail Path Stay RIGHT sign Warning Signs on MONON Cone CTR of Rd Runners Stay RIGHT NO Westbound Trac P P P P Winchester Pl. Chevy Chase Ln. CAUTION sign W o o d l a w n D r . Form Name: Community Events Application Submission Time: October 1, 2025 11:25 am Browser: Firefox 143.0 / Windows IP Address: 172.56.252.161 Unique ID: 1385758322 Location: 39.8079, -86.0949 Community Events Application Event Information Event Name Indiana Women's Running Festival Event Date Oct 17, 2026 Event Purpose & Description 15th Annual Indiana Women's Running Festival, the largest women's-only running event in Indiana. Event Website URL https://www.womensrunningfestival.com/ Have you held this event previously and utilized space through Carmel Clay Parks & Recreation? Yes Event Start Time 08:00 AM Event End Time 11:40 AM Set Up Will Begin At 06:00 AM Clean Up Will Be Completed By 12:30 PM Location Requesting (please note: we cannot accept events that go over parking lot capacities) meadowlark park trails, monon greeway, central park trails Additional Needs at Location:Trails What shelters, if any, do you plan on using? N/A What are your estimated attendance numbers (please note: we cannot accept events that go over parking lot capacities)? 1000 Estimated Number of Cars 0 Is there an admission fee?Yes Money will be taken by which of the below options? Pre-Registration Registration Fee:35-90 Do you plan on bringing in food?No Upload an Event Schedule if available (max 5MB) https://www.formstack.com/admin/download/file/18575492952 Upload map illustrating event routes and/or areas of park being used if available (max 5MB) https://www.formstack.com/admin/download/file/18575492953 Upload Marketing/Promotional Materials for Approval https://www.formstack.com/admin/download/file/18575492961 How did you hear about our parks/facilities? Used Prior or Returning Event Safety Plan Safety plan based on FEMA National Incident Management System standards. We agree to: Event Manager will watch for inclement weather using internet and/or other sources of climate conditions Agree to cancelling the event due to lightining or emergency weather situations Are aware of emergency shelter locations and agree to evacuate to them in emergency situations In case of severe weather, Event Manager will make announcements for participants and volunteers to evacuate the area Event Director's Name:todd oliver Phone (317) 407-8489 Event Manager's Name:todd oliver Phone (317) 407-8489 Safety Plan Terms & Conditions I have read and agree to the above Safety Plan. Accessibility Plan Accessibility Plan Terms & Conditions Although the organization doesn't conduct formal assessments, staff are aware of the need to accommodate reasonable requests in regards to the above areas. Additionally, the status of the Accessibility Plan will be reviewed annually. I agree that our organization's staff is responsible for prioritizing and reviewing of the Accessibility Plan as well as all the requests for reasonable accommodations. All requests will be identified, reviewed, decided upon and documented. Organization Information Name of Applicant todd oliver Applicant Email todd@carmelroadracinggroup.com Organization Name Carmel Road Racing Group Organization Address 3575 inverness blvd carmel, IN 46032 Organization Phone (317) 407-8489 Organization Website https://www.womensrunningfestival.com/ Certificate of Insurance(s) Terms & Conditions Printed Name of Authorized Representative Todd Oliver Agree to Terms & Conditions Regarding Additional Fees I have read and understand that I will be held accountable for added fees associated with this community event. Failure to pay or comply with park rules may result in additional fines and denial of future requests. Terms & Conditions It is understood that no person, group or organization has any vested right to the exclusive use of park property. The use of any/all park property is subject to availability and approval by Carmel Clay Parks & Recreation (CCPR), subject to the policies, rules and guidelines of the Carmel/Clay Board of Parks & Recreation (the "Rules"). All requests and paperwork related to it must be received by CCPR before the requested usage date. It is understood that CCPR-sponsored activities have priority over all other activities in using park facilities and this permit is subject to cancellation in the event of an emergency. If a facility rental permit is granted, the users agree to be responsible for any accidents or injuries sustained by any person attending or participating in the program or activity at the park, and to be responsible for replacement in case any damage or loss is incurred. A certificate of insurance naming the Carmel/Clay Board of Parks & Recreation, Carmel/Clay Department of Parks & Recreation, City of Carmel, and Clay Township as additional insures may be required. All users agree to adhere to the Rules, applicable federal, state and local laws, and any specific guidelines outlined in the facility reservation permit. A minimum of one adult chaperone (age 18 and above) is required for every ten youth (age 17 and under) in attendance at the activity. The undersigned hereby acknowledge receipt of the Rules. Failure to comply with all of the Carmel Clay Parks & Recreation Parks rental rules & regulations may result in event being cancelled without notification. Agree to Terms & Conditions I have read the terms of this agreement and, as the authorized representative of the group making this request, I do agree to abide by these rules and terms. Signature * ALL AGENDA ITEMS ARE DUE AT 4 PM UNLESS SPECIFIED OTHERWISE BPW Date *Due Date for Agenda January 7th December 30th Deadline will be at 12pm on December 30th due to the holiday week January 21st January 14th February 4th January 28th February 18th February 11th March 4th February 25th March 18th March 11th April 1st March 25th April 15th April 8th May 6th April 29th May 20th May 13th June 3rd May 27th June 17th June 10th July 1st June 24th July 15th July 8th August 5th July 29th August 19th August 12th September 2nd August 26th September 16th September 9th October 7th September 30th October 21st October 14th November 4th October 28th November 18th November 10th December 2nd November 24th Deadline will be at 12pm on November 24th due to the holiday week December 16th December 9th BOARD OF PUBLIC WORKS & SAFETY ACCEPTANCE OF DEED AND DEDICATION OF LAND FOR PUBLIC USE WHEREAS, the foregoing Grantor having filed with the City of Carmel, Indiana, an Indiana municipal corporation ("City"), its Quitclaim Deed of certain real property ("Property") to the City exclusively for public purpose and use subject to terms and conditions contained therein; WHEREAS, the City believes that said fee simple conveyance of the Property is desirable, necessary and in the City's best interests; and NOW THEREFORE, the City, by and through its Board of Public Works and Safety, hereby accepts said land Quitclaim Deed, and orders that said Deed be recorded in the Recorder's Office of Hamilton County, Indiana, and that the Property be, and the same hereby is, declared open and dedicated to the City. SO ORDERED: CITY OF CARMEL BOARD OF PUBLIC WORKS & SAFETY Laura Campbell, Presiding Officer Date: ___________ _ James Barlow, Member Date: ___________ _ Alan Potasnik, Member Date: ___________ _ ATTEST: Jacob Quinn, Clerk Date: ______ _ STATE OF INDIANA ) ) SS: COUNTY OF HAMIL TON ) Before me, a Notary Public in and for said County and State, personally appeared LAURA CAMPBELL, JAMES BARLOW 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 Dedication and Deed of Public Rights-of-Way on behalf of the City of Carmel, Indiana. Witness my hand and Notarial Seal this __ day of November 2025. NOTARY PUBLIC My Commission No./Expiration: Printed Name My County of Residence: ______ _ Cross Reference: Instrument No. 199609639618 Tax Parcel No. 29-09-27-000-026.00i-018 QUITCLAIM DEED OF LAND FOR PUBLIC USE THIS INDENTURE WITNESSETH, that Carmel Dads Club Inc ("Grantor") with an address of 5459 E. Main St., Carmel, IN, 46033 donates and quitclaims to City of Carmel, an Indiana political subdivision and a tax exempt entity ("Grantee") with an address of One Civic Sq, Carmel, IN 46032 for the sum of zero dollars ($0) and no other valuable consideration, the receipt of which is hereby acknowledged, the real estate known as parcel number 29-09-27-000- 026.00 l-018 and located in the City of Carmel, Hamilton County, State of Indiana (hereinafter called the "Real Estate"), and being more particularly described in the attached Exhibit A, which are attached hereto and incorporated herein. The Real Estate hereby conveyed is subject to (i) all easements, rights-of-way, covenants, conditions, restrictions and other matters of record; (ii) all current, non-delinquent real estate taxes and assessments; and (iii) all matters that would be disclosed by an ALT A survey, title commitment, or physical inspection of said Real Estate. Grantor hereby specifically acknowledges and agrees that the Real Estate conveyed herein is conveyed in fee simple and that no reversionary rights whatsoever shall remain with the Grantor, or any successors in title. This acknowledgement and agreement is a covenant running with the land and shall be binding upon the Grantor and all successors and assigns. This deed restricts current and future use of the Real Estate and is intended to assure the Real Estate will be perpetually preserved in its predominantly natural condition for recreation and other tax exempt, charitable, nonprofit purposes outlined in Grantor's articles of incorporation filed with the Indiana Secretary of State's office. Subject to the terms, conditions, and restrictions set forth in the Replacement Special Warranty Deed recorded with the Hamilton County Recorder's office as Instrument No. 199609639618 ("Special Warranty Deed"), Grantee is allowed to use the Real Estate for public purposes. A permanent, perpetual restriction is created and use of Real Estate can only be for uses allowed under the Special Warranty Deed. Except as expressly provided herein and subject to any existing easements, right of ways, interests, or restrictions of record prior to the creation of this deed, any activity on, or use of the , Real Estate inconsistent with the purposes of this deed and the Special Warranty Deed is prohibited. The covenants, terms, conditions, and restrictions of this deed and the Special Warranty Deed shall be binding upon, and shall inure to the benefit of Grantee and his/her/its heirs, successors, and assigns, and shall continue as a covenant and servitude running with the Real Estate in perpetuity. These restrictions are enforceable against Grantee and all present and future children, devisees, distributees, estates, heirs, interested persons, issue, personal representatives, owners, shareholders, directors, officers, members, managers, partners, contractors, principals, agents, affiliates, associates, tenants, and other holders of any interest in the Real Estate. The undersigned person executing this Quitclaim Deed on behalf of Grantor represents and certifies he is a duly authorized representative of Grantor and has been fully empowered by Grantor's governing body to execute and deliver this quitclaim deed; Grantor has full authority and capacity to quitclaim the Real Estate; and all necessary action for the making of such quitclaim has been taken and done. IN WITNESS WHEREOF, Grantor has executed this Quitclaim Deed this 20th day of October 2025. STATE OF INDIANA ) ) SS: COUNTY OF HAMILTON ) Title: Chairman Before me, a Notary Public in and for said County and State, personally appeared Dean Theofanis, Chairman of Carmel Dads Club Inc, who acknowledged execution of the foregoing Quitclaim Deed for and on behalf of the Grantor. Witness my hand and Notarial Seal this 20th day of October 2025. My Commission Expires: 2/27/33 My County of Residence: Hendricks �t?� Jonathan A. Becker, Notary Public NP0697267 STATE OF INDIANA ) ) SS: COUNTY OF HAMILTON ) Title: Secretary I I Before me, a Notary Public in and for said County and State, personally appeared [o,,.,.,,,,1L-­�,"""-IW"\.... , Secretary of Carmel Dads Club Inc, who acknowledged execution of the foregoing Quitclaim Deed for and on behalf of the Grantor. Witness my hand and Notarial Seal this 20th day of October 2025. My Commission Expires: 2/27/33 My County of Residence: Hendricks �ts� Jonathan A. Becker, Notary Public NP0697267 This instrument prepared by Jonathan A. Becker, CCHA, Two N Ninth St, Noblesville, IN 46060, without examination oftitle. Preparer does not warrant the legal description nor any reference to acreage. 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. /s/ Jonathan A. Becker Send Tax bills and return after recording to Grantee at: City of Carmel, IN, One Civic Sq, Carmel, IN 46032 Exhibit A One Civic Square Carmel, IN 46032 engineering@carmel.in.gov O: (317) 571-2441 carmel.in.gov ENGINEERING October 23, 2025 Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: GRANT OF DRAINAGE EASEMENT – GRAMERCY AREAS A, B, & C Dear Board Members: BC Gramercy III, LLC has requested the city accept a Grant of Drainage Easement associated with the construction of new and renovation of current multifamily apartments in Gramercy Areas A, B, & C. Attached are the required Grant of Drainage Easement documents. The Department of Engineering has reviewed the attached forms and found them sufficient for Board signatures. Sincerely, Brad Pease, P.E. City Engineer One Civic Square Carmel, IN 46032 engineering@carmel.in.gov O: (317) 571-2441 carmel.in.gov ENGINEERING October 23, 2025 Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: STORMWATER TECHNICAL STANDARDS WAIVER – NORTH END PHASE 2 – 300 W SMOKY ROW RD Dear Board Members: Charlie Mattox, with CrossRoad Engineers, PC, has requested a waiver from the Stormwater Technical Standards Manual in association with Phase 2 of the North End project proposed at 300 W Smoky Row Rd (exhibits attached). The Department of Engineering, in review of the proposed conditions and design standards, has determined that the waivers requested are valid given the existing site constraints involved with the project and recommend approval. Sincerely, Bradley Pease, P.E. City Engineer 115 N 17TH AVENUE, BEECH GROVE, IN 46107 // 317.780.1555 // CROSSROADENGINEERS.COM PAGE 1 of 1 September 16, 2025 John Thomas City of Carmel Engineering Department City Hall, One Civic Square Carmel, IN 46032 RE: North End Ph 2 PZ-2025-00012 PP, PZ-2025-00014 ADLS, PZ-2025-00015 ADLS Dear Mr. Thomas, Please accept this letter as a formal waiver request from the requirements of the following sections of the City of Carmel Stormwater Technical Standards. Section 302.03 of the STSM requires development discharge rates are no more that 0.1 cfs per acre for the 10-year storm and no more than 0.3 cfs per acre for the 100-year storm. The developer has coordinated the proposed detention methodology with the City of Carmel, and the impact of North End Phase 2 is to be offset by the over-detaining of another proposed development downstream that also ultimately drains to Cool Creek. The methodology is such that the proposed development at 2911 E Smoky Row Rd (Vance Property), which will be subdivided into two single-family lots, will be restricted significantly more than required. The developer intends to capture as much additional runoff from adjacent properties as possible to further assist in offsetting the impact of North End Phase 2. Our analysis shows that the over-detained scenario holds back an additional 65,221 cft (232,080 cft vs. 166,859 cft) of runoff for the duration and restricts the pond release rate by an additional 86%. This is more than enough volume to offset the 54,450 cft required per the North End calculations. The traditional release rate summary is provided below for record: North End Ph 2 10-yr Allowable Release Rate = 0.82 cfs 10-yr Release Rate = 21.71 cfs (peak) 100-yr Allowable Release Rate = 2.46 cfs 100-yr Release Rate = 40.51 cfs (peak) Vance Property 10-yr Allowable Release Rate = 1.02 cfs 10-yr Release Rate = 0.28 cfs (peak) 100-yr Allowable Release Rate = 3.06 cfs 100-yr Release Rate = 0.41 cfs (peak) Combined Allowable 10-yr allowable (both sites) = 1.84 cfs 10-yr Release Rate = 21.99 cfs (peak) 100-yr allowable (both sites) = 5.52 cfs 100-yr Release Rate = 40.92 (peak) We appreciate your time and consideration of this request. If you should have any questions or comments concerning this project, feel free to contact me at (317) 780-1555 ext 131. Sincerely, CrossRoad Engineers, PC. Charlie Mattox, PE Project Engineer One Civic Square Carmel, IN 46032 engineering@carmel.in.gov O: (317) 571-2441 carmel.in.gov ENGINEERING October 23, 2025 Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: STORMWATER TECHNICAL STANDARDS WAIVER – ARTISTIC COMPOSITE PALLETS PHASE 2 – 4518 W 99TH STREET Dear Board Members: Nathan Winslow, with American Structurepoint Inc., has requested a waiver from the Stormwater Technical Standards Manual in association with Phase 2 of the Artistic Composite Pallets Building expansion project proposed at 4518 W 99th Street (exhibits attached). The Department of Engineering, in review of the proposed conditions and design standards, has determined that the waivers requested are valid given the existing site constraints involved with the project and recommend approval. Sincerely, Bradley Pease, P.E. City Engineer August 25, 2025 Ms. Shelby Isaacson Engineering Department City of Carmel One Civic Square Carmel, Indiana 46032 Re: Request for Variance – Minimum separation of building from stormwater detention area Docket No. #PZ-2025-00131 DP/ADLS – Artistic Composite Pallets Phase 2 Building expansion Dear Ms. Isaacson: American Structurepoint, Inc., on behalf of our client, Artistic Composite Pallets, respectfully requests the following variance from The City of Carmel Stormwater Technical Standards. We are requesting a variance from standard 302.06, which requires the building to be a minimum 25 feet away from the 100-year elevation of the stormwater detention facility. The master plan for the site proposed a future building expansion within 25 feet of the top of bank of the dry stormwater detention system. The proposed Phase 2 Building Expansion project follows the intent of the original master plan,but keeps the 100-year stormwater elevation well below the finished floor. The 100-year stormwater ponding elevation will be 887.40 feet (consistent with the master plan) and finished floor is based on the existing building elevation at 890.71, almost 3.3 feet higher in elevation. The site has been graded to perpetuate all drainage away from the building to the southeast where the existing emergency overflow spillway is located. The building will not be inundated by overflow during emergency situations. We appreciate your time and consideration of our request. Please call me at (317) 547-5580 if you have any questions. Sincerely, American Structurepoint, Inc. Nathan Winslow, PE Project Manager NFW October 8, 2025 Ms. Shelby Isaacson Engineering Department City of Carmel One Civic Square Carmel, Indiana 46032 Re: Request for Variance – Minimum slope in dry detention facilities Docket No. #PZ-2025-00131 DP/ADLS – Artistic Composite Pallets Phase 2 Building expansion Dear Ms. Isaacson: American Structurepoint, Inc., on behalf of our client, Artistic Composite Pallets, respectfully requests the following variance from The City of Carmel Stormwater Technical Standards. We are requesting a variance from standard 302.08, which requires a 2% minimum slope in all directions or 1% minimum with underdrains. The proposed Phase 2 Building Expansion project requires the expansion of the pond to accommodate additional detention volume. Given the existing outlet elevation, underdrains are infeasible and the pond cannot provide the detention volume required. Allowing the bottom of this dry detention facility to remain flat, we are able to provide the requisite stormwater detention volume as well as providing a 0.10’ drop through the structure, as required by standard 501.03. We appreciate your time and consideration of our request. Please call me at (317) 547-5580 if you have any questions. Sincerely, American Structurepoint, Inc. Nathan Winslow, PE Project Manager NFW October 29, 2025 Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 RE: WAIVER OF BPW RESOLUTION NO. 04-28-17-01 – AES – 1108 E 96TH STREET Dear Board Members: AES is requesting a waiver from the City’s Buried Utility District requirements (BPW Resolution No. 04-28-17-01) to replace 6 existing utility poles near 1108 E 96th Street (exhibits attached). The pole replacements are needed to maintain existing aerial utility services. 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 shall be responsible for coordinating relocation of all utility lines attached to the poles and complete removal of any retired or replaced poles. • 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 October 29, 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 – 513 CORNWALL CT 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 replace an existing pole in the rear yard easement at 513 Cornwall Ct (exhibit attached). The pole replacement is typical maintenance of the existing above ground electric service distribution network. 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 shall be responsible for coordinating relocation of all utility lines attached to the pole and complete removal of any retired or replaced poles. • 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 1 inch = 44 ft -Remove pole 201-321 (40 ft class 5) and replace with 40 ft class 4 pole -Remove guy wires and install new guy wires -Remove cutout and arrestor and transfer to new pole -Remove high voltage riser and transfer to new pole -Dead end framing transfer and transfer primary through conduit Scope Of Work -Clay/Hamilton -Pole 201-321 is in 513 Cornwall Ct's backyard -NOTE: UG primary is 2 AL NOT 1/0 Construction Notes 10/16/25 Date Page 1/1 59500484 Work Order Number POLERPL Job Plan Number 513 CORNWALL CT, CARMEL, IN, 46032, USA Job Site Address Nathan Vu Nguyen Designer 765-736-2776 Designer Phone Customer Name Customer Phone CARMEL SPRINGMILL RD (547) 1285 Circuit Id 12.47/7.2 Primary Voltage -Breaker @ SS CARMEL SPRINGMILL RD (547) 1285 Upstream Protective Devices Permits