Loading...
The Snider Group/Engr (2)CA-A r-05. tg Os'. 0(L The Snider Inc. APPROVED Engineering Department - 2008 ' r 131" Street: Towne Road to Ditch Road FORM By: Appropriation # 2006 Road Bond; P.O. 418J31 Clay Township Reg. Waste District-, P.O. #4647: $74,303.65 Contract Not To Exceed S3,478,550.65 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and The Snider Group, Inc. an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 2006 Road Bond Funds and Clay Reg. Waste Funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Three Million Four'Hundred Forty Seventy-Eight Thousand Five Hundred Fifty Dollars and Sixty-Five Cents ($3,478,550.65) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within. sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY:. Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "131St Street Towne Road to Ditch Road Project", with Alternate A, B, and C, received by the City of Carmel Board of Public Works and Safety on or about May 5, 2008, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor 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 Vendor based upon City's stated use and are fit and sufficient for their particular purpose. ,ZEF %I, WwrcxYANa?oail Scn,cxfF.?'GIFEFlUN4l]MBloiEU Gaup fmtlaS?ceei Occ'sit M., W ?Url The Snider Group Inc. Engineering Department - 2008 131" Street: Towne Road to Ditch Road Appropriation # 2006 Road Bond; P.O. #18331 Contract Not To Exceed $3.404.247.00 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date'), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on, containers and.packing) of any hazardous material utilized in or thatis a part of the Goods and Services. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches-or defaults under any of the terms or conditions of this Agreement, including Vendors warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five. (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership; makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. IZ IE6 ,MN IMVmenWRo1®ov1 5enicW'D11MSGO?G a 51 i-.x 8m47 . d¢YIa, 3 W PMI The Snider Group Inc. Engineering Department - 2008 131" Street: Towne Road to Ditch Road Appropriation # 2006 Road Bond; P.O. #18331 Contract Not To'Exceed $3.404,247.00 Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees; and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules,- regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with ail laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. 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. 13. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 14. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 15. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in acpordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. II ^E 9f1„M)?vomfPmlcwomlimi¢a'IUPMSfaW?@5 imh, M60 7p 5nl/ si U, VMS 3 The Snider Group Inc. Engineering Department - 2008 131' Street: Towne'Road to Ditch Road 18331 Appropriation 92006 Road Bond: P.0418331 Contract Not To Exceed $3.404,247.00 16. 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. 17. 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 One Civic Square Carmel, Indiana 46032 ATTN: Mike McBride AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: The Snider Group, Inc. P.& Box 281 Zionsville, Indiana 46077 Telephone: 317-873-5265 E-Mail: dshotts@snider-group.com ATTENTION: Dan Shotts, Vice President Notwithstanding the above, notice of termination under paragraph 18 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.. 18. TERMINATION: 18.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. ILSE &aWS Oxw,[ntMmfessioail Scni[a?NPA6\GmJ, R Smi¢s -Rn N? hw':SN_WP l05 fMl The Snider Group Inc. Engineering Department - 2008 131" Street: Towne Road to Ditch Road Appropriation # 2006 Road Bond: P.O. 918331 Contract Not To Exceed 53,404,247.00 18.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be 'entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of'termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 20. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2008, and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 22. 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. 23. 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. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. 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. JZE°,,.,Mrc xaa;. as vn, 301 PNIJ The Snider Group Inc. Engineering Department-2008 131° Street: Towne Road to Ditch Road Appropriation A 2006 Road Bond; P.O. (118331 Contract Not To Exceed $3,404,247.00 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in Interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety THE SNIDER GROUP, INC. By: ames Braider Presidin fficer Date: d Mary And urke, Member Date: S- 9 Lori E Date: ATTEST: ordra I C, I -Treasurer Date: By: Authorized Signature 'D4iiisa_ SA/crfS Pdnted Name VI" 'P"7 it5t6a'[` Title SSN if Sole Proprietor: Date: MAJ ?LG10 ?. Iz'E we+V u f?msvaW[?rt?mwa.w.warnr vema)m rat 'EABL2 19I.D PROPOSAL 2.1 13asc Bid The undersigned !Bidder proposes to furnish all necessary labor, machinery,, tools, appaMtus,-materials,„equipment; service and other necessary supplies,.and to perform and fulfill all obligations incident thereto •in•strlct accordance with and within the time(s) provided by the terms'and conditions -ofthe-Contragt Documenwfor therabove described Work'and Project, including any,and all addenda thereto, fvr the-UnirPrices applicable. to `the Contract, Items as stated in Part 3 hereof; which Unit',Price_s, when multiplied by estimated unit;quantities for such, Contmetitems,,tvtal 2.2 Alternate Rid `A' The undersigned Bidder proposes to furnish all necessary labor; 'machinery; tools, apparatus, materials,' equipment;, service and other necessary supplies, and to, perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documon&for the.above described' Work and Project, including any and all addenda thereto, for the Uoit Prices applicable to the Alternato Bid `A' Items as stated.inTart,3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Uollars($ 7 .7303.7165`j. 2.3 Alternate Bid.'B' The undersigned Bidder proposes° to furnish all necessary labor; machinery, tools, apparatus; materiels, equipmeismAcrvice and.othcr necessary supplies, and to perform and fulfill all obligations incident thereto in strict,accoidance with and within the tine(s) provided, by the terms and conditions of rho Contract Documents for the above described Work and `Project, including any and all addenda thereto, for the Unit Prices applieable.to the,Ahemate Bid `B' Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit` quantities for such Contract hems, total Dollars', _19, oo 2.4 Alternate Bid 'C' The undersigned ,Bidder proposes, to furnish all necessary labor; machinery, toots, apparatus, materials,'equipment, service and other necessary supplies,;and to perform and fulfill all obligations incident thereto 'in strict ,accordance with arid, within; the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Alternate Bid 'C' Items as stated in Part 3 hereof; which Unit.Prices, when multiplied by'e. tdmated unit quantities for such Contract Items; total Dollars 2.5 The Bidder acknowledges that evaluation of the lowest Bid, shall be based on such price and further acknowledges that°the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not,to be construed as exact or.binding The Bidder further"understands that all. Work whicli may result on the Contract shall be compensated far on a Unit' Price basis and that the OWNER. and ENGINEER cannot and do not: guarantee the. amount or quantity of any item of Workto_ be perforrned.or-furnished under.the Contract 1BID-3 "EXHIBIT ;, CCfY,OF CARMEL PROJECT No&4)9 imsrr smEET - TOSR'NE ROAD To DJTCN ROAD LTEMMED PROPOSAL , 112 s ITEM NO. DESCRIPTION UNIT' QUANTITY UNIT PRICE AMOUNT I CnnstruatianEnginmring IS 1 .$38,500.00. 38500 2 Mobilization and Deraobilitioo, .? I $155,000.00 .155000 3 Clearing Ftght-of--way IS 1 $192,500.00 192500 4 Surface Milling, Asphalt, '1?5-m,(Undistrihidtd), SYS' 3308 $3.00 9924, Excavation, Cumman CYS 16657 $B.OO 133256. 6. Temporary orov Wet Protettron EA I $97.00 970 =7 Temporary Silt Fence I.FI; 4831 $2.50 12077.5 8 Subgrade Ticatment, Type IA SYS 42943 $3.32 14257036 19 Subgrade Trrnrment(Undistributed) CYS' 340 $23.00 7820• 10 Geopd(Undistributed) SYS'. 750 $4.50 3375 11 Stmeture Bsckfill; Type I CYS 3509 $15:15 :53161.35 12 Compacted Aggregate; No 53, Base TON 2345 $16.25 38106.25 13 Colored. and Jointed. Concrete, 7". SYS 14 $12300 17750 14 Ca loved and Jointed' Concrete, 4" SYS 290 $95,00 '27550 15 HMA Snifam,Type C9.5iam TON 2620 $71,70 187854 16 HMA lntettnediatcjype'C, 19.Omm TON 4367 $44,45 19411315 17 llTi7A Bm, Type C;; 25.0. tam'- TON 42775 $43.40 554435 18 UPAk Intermediate, Type C, OG'19mm TON 5046 $47.50 2396,85 19 HMA Surface; Type A -TON 885 $66.65 5898515 20 HMA Intermediate, Type A TON' .1031 $52.30 54127.5 21 Curb Ramp, Concrete (All Types) SYS 543 $75,00 40725 22 Sidewalk;. Concrete, 4 in. SYS, 20 $45.00 900 23 Cumbuied Cum and Gutter TypeB LFT 123713 $9.80 1213C4.4 24 Combined Curb and Outer Type #I LET' 10867 S9.80 106496.6 ,25 Combined Curb and Cutter, Roll; Modified LFT 308 '.$3.00 2464 26 Center Carb, D; Cancrete SYS ,57 $75.00 4275 27 PCCF; for Approaches, 6 in. SYS 652 $50.00 32600 2k HMA for Drive Approaches TON. i9 $112.00 2128 29 Mailbot,Assembly; Single PA 11, $250.00 2750 36 Monument; Section Comer EA 2 $50000 INO -31 Riprap.,Revemient. TON 38 $3t125; 1187.5 32 Gedictdiles 'SYS 78 $225 175.5 ,33 Mobilization and Demobilization for Seeding. FA' .$41000 820 '34 Mulched Secdm& Type T SYS 9600 $0.35 3360 35 Water kCAL 61 $0.28 17:08 36 Topsoil CYS 372 325.00 93000 Is B104A. EXHIBIT ,' CITY OF CARMEL PItOJECT.k85-09.5315T S7'AF.ET - 70WNE RQAP TO DITCD ROAD ,TEMI&D'PROPOSAJ: in rAm 37 Sodding Numery SYS 22661 $2.45- 55559.45 38 Pipe,;Type4, Circular, 6'm: Douhle Wall; Smooth Interior LFr, 1178 56.10 71858 39 Pipe, Type 2, Circular, 12 in: 1:FT 3183 $17,951 56816.55 40 Pipe;.Type 2, Circular,"]5tm. LFT 1222 $21.15 ;25845.3 41 Pipe, Type 2, Circular, 18 in. LFT 284 $23.90 6787.6 42, Pipe, Type' 2, Circular,-24 in, LFT 191 $38.77 '7405.07 43 Pipe, Type 2, Circulm,.60 in_ LFt 24 . $125.00 3000 44 Pipe End Section, Precast Concret, 15 in. PA 3 '.$600.00 1800 45 Pipe End Section. Precast Concrete; 18 in. FA $650.00 1300 46 Pipe Fnd Section; Pa=t Concrete, 60'in: FA 1 $3,150.00 3150 47 Aggregate for Underdrain CYS' -i060 5]7.65 18709 48 Geotextiles forUnderdmfit SYS 8081 .50.70 S6567 49 Inlet,:F.7 EA 1 $845.00 845 50 Manhole, C-4 EA 19 $t 310.00 24690 51 Inlet;-1-50. EA 22 $1,230.00 27060 52 Inlet, M710 'EA 4 11,275.00 5100 53 Catch Basin, 1(10, EA '1 $1,525.00 24400 54 Adjust to Grade, Valve Box EA 7 $200.90 1400 55 C4%ingo Adjust to Crude EA 1 $200.00 .200 56 Canting, 4; Furnish and Adjt St to Crrnde' EA 4 $445.00 1780 57 Manhole, J4 EA ?4 $2,700.00 10800 58 Inle4"B-IS EP. r8 ,$2,04000 16320 59 inlet, C•15. EA 6 '$2,040.00 12240 60 Catch Basin; C 15 EA S 82,300.60 .18400 61 Inlet, A-2 EA "1 $1,290100 1290 62 Modified Manhole, C10 FA 2 $1,695.00 3390 63 Modified.Menhole,l 10 EA 3 $2,550.D0 7650 64 Modified Manhole, 115 EA 1 $3,290.00 . 3290 65 Pipe Catch Basin, I S" EA 3 $500.00 .1500 66 Road Closure Sign Assembly EA 7 $265.00 1855 67 Detour Route Marker Assembly EA 28 ,$52.50' 1470 68. Construction Sign,A EA 6 $150.00 900 69 Construction, Sig n; B EA 3 $14.00 42 70 Maintaining Tmffjc LSUM 1 $8,500.00 8500 71 Barricade; M-B LFT 408 $7;10 2896.8 72 Sip Pose, Squatc. 1, Reinforced Anchor Base LF'r 53 $14:25 7638 73 Sign;Sheet, Encapsulated I= with Les"d,.0,080; m. SFT 256 $18:35 4697.6 BII3kA "EXHIBIT - 3 $, CITY OF.CARMEL Piaos Crg86-091315r "rREET .TOWNS ROAD TO DITCH ROAD rrEM1Z£D PROPOSAL 412rnooa 74 AeW DecoraiveNnaffic Sign EA' 14 , $165,00 10710 75 Decorative Street Sign Assembly EA T $ 51',93500. 29025 76 Sign,'. Sheet Relocation EA' 5 $51.00 255 77 Concrete Feurrdstimo. itlti Grounding -30 in. Dimneter:x 96; in. EA 4 51;325.00 5300- 78 Sight Pole Assembly. Street EA 4 $7,140.00. 28560, 79 Wire, No. 4, Cnppnr, in Plastic Duct, In Trench, 4 1/C' LFT 75 5!3.25 9937.5 80 Service Point, B FA. I SI,02000 1020 81 Cattle Duct MarkeRr .' FA. 3 512-50. 7815 82 Handhole, Lighting FA - 1 $97000 970 83. Win, N6.'4, Copper, In 2 in.r Galvanized Steel Conduit, 4 11C 'LFT 357 $17:75 4730 25 84 Conduil,•PVC, 4" L17 , 530 SI0.20 5405 ',85 ConduiC. PVC, 3/4"L LFT 98 $7.15 700.7 ,86 Contmiler Cabinet, Pli Modified' FA 'I $4590.00 4590 87 Controller Cahinet Foundation; Pl; Modified EA 1 sF,225.00 '1225 88 Line,. Rainove LFF 33 $1.03 346.5 89, Line,'Thermoplastic, Broken; White, A in. LFF 240 50:52 124:8 90 Linz, Thermoplastic; Dotted White, B in. 2' Lino, 2'.Gap LFr 102 $2.60, 265.2 91 Lim,-Tl ennopl1f1, Solid; Wh,M,'4 inh LFr 2072 50:52 1077.41 92; Line„Thermoplastic, Solid, Yellow; 4fir LFT 444 $0.52 231348 93 Ling; Thennoplestic, Solid, Yellow; 8 rg. LFT 261 $1.05 274.05 94 Snowplomble, Raised Pavement Marker' EA $42.00 1948 95 Transverse Marking Thermoplastic, Cr hatch, Yellow, 12 in. LFr 421 $3:15 ' 132615 96 Transverse Marking Therrmplastic,?Sinp Bar,--'24 in. LFT 25 $5.25 1344 97 Transverse. Mattiing,,ThonnopImtic;Crossrvalk fine; 6: in. 4FT 1914 $1.50 2102.4 98 pavemailM=Me Markings; Thencpbauic, Lae ladirtnoa Army EA 13 $135.00 1755 99 Pavement Message Markings: Thermoplastic,Word (ONLr EA 10 $165.00 1650 100 Transvorsc Markings;Tti6nuoplaitic; Crosswalk Line, 24'i- LFT 734 55:50 4059 101 Tmm:vorse Matidnlp: "Riermoplastic, White Y-teld Line,'27 in, EA 51 .522.00 1122 102 IS-23opsoil . Pemnneil Be& and Tree Pits CY 560 54300 24136 103 M-3 Planting bed Preparation SP 1200 56.25 7500 104 L54Wwd Sarrier Owtextile SF' 50 50:35 17.5 105 M-5Mulchdiiver Rock Cy. 3 $53400. ,159 106 LS-6 Mulch, Shredded Hardwood Berk CY 471 5171.30 8051.1 107 LS-7Aluminum,Land9mpc Edging LF 56.65 166.25 108 1S-65padc-CuL Fdge at Planting Bads LF 1 S0.7o 70 169 LS-9 Concrete Curbs, Cast-In-Place LF. $44.90 63309 110 L-, Iostone Walls-W/Bc,W/O Cap, W/ Concrete Foaling 1F, 5300.10 264088 4 ? g? BIZ-4A "EXHIBIT CITY OF CARMEL PROTECT 998 M131ST STREET- TOWNE ROAD TO DFFCH ROAD ITP.Mf7.RD?PROPOSAL 4121120M 111 IS;I I Tree Upligtlt Fi3mm, EA 2 $420.00 840 112 LS-121rrigalion.System SF 6200 $0.80 4960 113 IS=13 Plant - Groundmver, 41 Pot EA 675 $8.90 6007:5 N4 15-14 Plant= Perennial, Nl Pot, EA 1336 58.50 11356 115 LS-IS Plant- t]nuuaental Gms;4 2 Pnr EA 417 $18.95' 7902.15 T 16 LS-16 Platt-Evergreen Shmb, #2 Pot EA 28 1 $24.95 698.6 117 LSII Plant- Deciduous Shrub, 05 Pat .EA. .2 $34.25 68.5 118 L5.18 Plant- Deciduou Tiws;3" Cal. EA 175 $585.46 102445 119 L5-19 Plant - Deddwus Tree, 5"--Cal. - PROVrDPD Br OWNER Coordfoatkoo of De",lmtaflatlun. All lgbar and Wartnnly. by Coamd. EA [ '.$420.00 .420 120 TS-20 Water Line and Connections LF 90 $5.10 459 121 LS-21 Backfiow Pm.venter EA I $450.00, 450 122 LS-22.Wamr:Tap Instill, Meter Pit and Connections is -1 $4,850.00 4850 123 LS-23 Eleclfical Service and COnneetions, Yiansfonners IS 1 5404.82 404.82 131 LS-24 Plain = Everg = Tr=,,8'.Ht. S&:B EA 13 $360.00 4690 TOTAL BASEBID AMOUNT 53,322;167. A LTERNATE. Rm W 124 Sanitary Manhole EA 3 S2;260.00 678 125 Sanitary Drop Manhole EA 1 $8;250.00 825 126 8- Sanitary PVC for Mainline. LF7 1045 $26.00 2717 127 6" Sanitary PVC for Laterals LFT 126 $17.65 2223.. Egg Syuctum Backfillfor Ssnittry Scwvr CYS Ill $26.75 29879.7 ALTERNATE 'A' AMO $74;303.6 129 Cable Interdact I LFT. I 56MI SI4.25 Si -130 HandtAole EA IS $1,045.00 .$1 ALTERNATE ALTERNATEBID'C' ;5A Ezaavatian,Camrnon ,CYS. 4700 -52,85 -513,3950{ ALTERNATE' C' AMOUNT -$13;395.01 "EXHIBIT--LL&-v% GID 4A 3