Loading...
The Snider Group/EngrConlvk * o0o.oa •c* . o"5 ;:he Snider Group, Inc. Engineering Depai-nnent-2008 131 Street: Ditch Road to Spring Mill APPROVED, tt/ rk%ry D/Ip Appropriation #2006 Road Bond: P.O. #19132 FORM BY: Contract Not To Exceed $5.386,618.91 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 Cannel, 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. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 2006 Bond 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. 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 Five Million Three Hundred Eighty Six Thousand Six Hundred Eighteen Dollars and Ninety One Cents ($5; 386,618.91) (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 " #06-08-131St Street: Ditch Road to Spring Mill Road" received by the City of Carmel Board of Public Works and Safety on or about July 16, 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. [a+ B 1, 4xumm?.VmfmmilSenac.'F.VGII.EEWAP3WN?lTe Soitle Qw Cu ,RS?i:a.Aor.)RLt?M?A y3 PNq Vi'ESnider Group, Inc. Engineering Department - 2008 131" Street: Ditch Road to Spring Mill Appropriation #2006 Road Bond, P.O. 419132 Contract Not To Exceed $5386.618.91 5. TIME AND PERFORMANCE: I This Agreement shall become effective as of the last date on whichla party. hereto executes isame. ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a tinielyf"I m'ajnner. 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,'dty'may direct, a list of all chemicals, materials, substances and items used in or during the provision of{GiW'G'otds and Services provided hereunder, including the quantity, quality and concentration thereof' avid at 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 tabels,od containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services! i 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of Cit I's property: In tlie' event any such lien is filed and Vendor fails to remove such lien within ten (10) days afterithe filing thereof,; GV?payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's soie'='St and expense. 8. DEFAULT: I In the event Vendor: (a) repudiates, breaches or defaults under any of the' terms orlconditions of this Agreement, including Vendors warranties; (b) fails to provide the Goods and 5e6ii6es, as specified herein; (c) fails to make progress so as to endanger timely and proper prov6on_of the Goods and Services and,does not correct such failure or breach within five (5) business days (or such shorten period of time as is commercially reasonable under the circumstances) after receipt of notice from Cityjspeb ying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a -general'assi' nmenGfor the benefit of creditors or dissolves, each such event constituting an event of default hereunder,?Cityshall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2)iex'ercise 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 A?e'enierit, with an insurer licensed to do business in the State of Indiana, such insurance as is necessarj ?fort"e Protection of City and Vendor from all claims for damages under any workers' compensation, 1,ceupagonal disease and/r unemployment compensation act; for bodily injuries including, buf not limited top persemnl injury, sickness, disease or death of or to any of Vendor's. agents, officers,. employees, contractorsiandlsubcontractors; and, for any injury to or destruction of property, including, but not limited I , any loss of'tlse 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!'$hall;promptly provide City, upon request, with copies of all such policies, and shall provide that such,insuralice 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 (includiing, 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 Vendors use;ot City property, tl?9mUlY 0.ro?n?VAluumal5w„?ENGpVEFRIN(?31X irtiprStiJU fnnipGm4&Sari hw':]/llI {y3 PMT slrc',Snider Group, Inc. Em,neering,Deparpnenr -'2008 131 Street: Ditch Roadao Spring Mill Appropriation #2006, Road Bond; P.O..#19132 ContractNof ToSxeeed:$5,386,618 91. Vendor further agrees to indemnify; defend and'hold harmless City and its employees from all claims' and'sults of whatever type, including, h t not In mit fees„,and other expenses, caused by any act or `omission of Vendor adA officers, employees; contractors or subcontractors `in the performance indemnification obligations shall survive the termination of this Agreement 10. GOVERNMENT COMPLIANCE: Vendoragrees to comply.vvith all federal,rstate:and local laws;,exec which may be applicable to Vendor's performance,of its cbiigation provisions_thereof'are incorporated'herein.by this, reference: Vendc City from any loss, damage andfor liability resulting item any su regulations and codes. This indemnification obligation shall survive 11. NONDISCRIMINATION' Vendor represents, and warrants that it and all of its office subcontractors shall comply with all laws of the United States, discrimination-against any;employee applicant for-emplbyment or, and Services provided.by this Agreemerit with respect to their hire, employment and any othermatter related to their employment or color, sex, -handicap, natiorial origin, ancestry, age, disabled ve status. 12. NO' IMPLIED WAIVER: The failure of either party to require performanceby the,other of affect the right of,such party to,reouire such performance at any tii part y of a breach of any provision of this'.Agreement.constltute a same or any other provision hereof. 13, NON-ASSIGNMENT: Vendor shall not;assign 4 pledge this Agreemeht whether as col delegate its obligations-,,under thiisAgreement without. City's, prior 14. RELATIONSHIP OFl ARTIES` The relationship of the parties hereto. shall be as provided for in thi of its officers, employees,, contractors, subcd- actors`ahd:agents set forth herein shall be the full and maximum compensation ar Vendor underor pursuant to this Agreemerit. officers, loffcials, agents and iii top alhcour't'costs; attorney' j Iof; aR y 'of l Vendor's agents;; lof :t1vs iAgreement These; I ivs orders! (rules iegulations;arid!codes' under this lAgr`eemnt and',alt relevant. agrees to linder Wfy and hold harmless; 1 violation of sdc,h!,?Iaws,, orders, rules,, status Ag monies lagents,• 'contractors and liana and City prohibiting hey provision of any Goods onditions'and.privileges of 'liecause of race, religion; dlor Vietnam era veteran I i of this 11Agreemenl=shall not niit?sall tle•waver. by any y,pcceetling breach,of the, I,. II i 6'Ai rwise; and shall not I Vendor ncf any e contract price y to be paid to 15. GOVERNING LAW, LAWSUITS. I This Agreement isle be construed `in accordance with and governed by ;the l s'of l'the State ofandiana, except for its conflict _cf laws'provisions; The-parlies:agree that, in there vent a lawsuitis filad,h"ereundeF; the'' waive their right to a jury trial; agree. to file.,any such lawsuit in an iappropnate`coluft{In' Ham lten County; Indiana only, and agree that such" court is the appropriate venue for and hasyur'isdictlon over; same. I I? i ; I I IZ?I IImNIy Mmmr?+r??5?.w:EYGWEFIUrIev?nine SuWu Grmp CmidxA SOVIcsxtla,1I116i0A kS pur] I I r? the Snider Group, Inc. Engineering Department - 2008 i I ! 131' Street: Ditch Road to Spring Mill Appropriation #2006 Road Bond; P.O. #19132 Contract Not To Exceed $5.386.618.91 I i 16. SEVERABILITY: I I If any term of this Agreement is invalid or unenforceable under any statute, reyulation,lgrdlnance, executive order or other rule of law, such term shall be deemed reformed or deleted, but onlyjib theieztent necessary to comply with same, and the remaining provisions of this AgreemenI shall remal`nI, !in>fiill ftiice and effect. , I, 17. NOTICE: I Any notice provided for in this Agreement will be sufficient if itlis in writing' and, s?delivered by postage prepaid U.S. certified mail, return receipt requested, to the parry to be notified, atlttie 'address specified herein: I If to City: City of Carmel I - I One Civic Square y Carmel, Indiana 46032 I ATTN: Mike McBride I I AND Douglas C. Haney, City Attorney, I Department of Law One Civic Square I I Carmel, Indiana 46032 If to Vendor: The Snider Group, Inc. P.O. Box 281 Zionsville, Indiana 46077 Telephone: 317-873-5265 j Fax:317-873-5280 E-Mail: msnider@snider-group.com ATTENTION: Michael L. Snider Notwithstanding the above, notice of termination under paragraph 18 hereinbelow $fall be effective if given orally, as long as written notice is then provided as set forth !hereinabov i within five (5) business day`sgfrom the date of such oral notice. 18. TERMINATION: i 18.1 Notwithstanding anything to the contrary contained in this Ag I ement' may, may, upon notice to Vendor, immediately terminate this Agreement forlcause,, in thIe event of Fa default hereunder by Vendor and/or if sufficient funds are not appropriated or enciimbeed; to pay for the Goods and Services to be provided hereunder. In the event of such ter minaiion,;Vendor shall be entitled.to receive only payment for the undisputed invoice1 amount representing conforming Goods and Services delivered as of the date of termination, except that sucfi payment amount shall notlexceed the Estimate amount in effect at the time of termination, unless. the; parties have previously agreed m,' writing to a greater amount. I i 'i i! r I j I• I I ? ' RAE P+uNlygwmmipRUli®ony Smim{EyG?NEEgINC1W5l]pt5nyo fawP Gu,M1v&SVritts.dv:']/'yiWtll?l]P11?Y "f xoad to spring Mill 'pPropriation #2006 Road Bond; P.O. #19132 ( 'i ! k 'ontract Not To Exceed .SS 38.91 I l II I ! ! 18.2 i I City may terminate this Agreement at any time on thirty (30) days piior'notice to, Vendor event of such termination Vendor shall be entitled to receive onl the ? invoice amount of conforming Goods and Services ' the p the undisputed delivered as of da that such payment amount shall not exceed the Estimate arnountin effect al te':6fifelf l imermination, except unless the parties have previously agreed in writing to a gre I`ter amount; l of termination, REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter it to this Agreement and that the person executing this Agreement have the authority to bind,the party which they represent. ADDITIONAL GOODS AND SERVICES s Vendor understands and agrees that City may, from time to time, regiuest Vondo??to'rovitle additi and services to City . When City desires additional goods and services from Vendor, the City shall not;ry Vendor or Of of su such additional goods and services desired, as well as the time frame id or, ch same aall n ti provided. Only after City has approved Vendor's time and cost estimate for the provision h , such additional r " writing, to provide such additional goods and servi esnshall such oods pay fo?same, and?Ies authorized Vendor, in to City. A copy of the City's authorization documents for the purchase of additiorial be numbered and attached hereto in the order in which they are approved by services pe'provided b byy Vendor TERM f y City, goods and services shalt Unless otherwise terminated in accordance with the ter set; forth Paragraph hereinabove, this Agreement shall be in minationI provisions I effect from the Effective Date through' Oecer, t , , 31, shall, on the first day of each January thereafter, automatically renety fora r ridd ofibrie (,1) calendar8 unless otherwise agreed by the parties hereto. and yea HEADINGS I J all heading and sections lgreement nor limit, of this Agreement are inserted for convenience only and do not form a part of this .expand or otherwise alter the meaning of any provision hereof. 'INDING EFFECT he parties, and their respective officers; officials, agents, presentatives, are bound to the other with respect to all of the covenants Pa tners, succe 't rrssors; assigns and legal forth in Agreement. terms; waartie's and obligations THIRD PARTY BENEFICIARIES I is Agreement gives no rights or benefits to anyone other than City Ind Vendor: VICE OF COUNSEL: parties warrant that they have read this Agreement and understa, have had the Opportunity fo obtain 11 advice and assistance of counsel throughout nd it, negotiation of th, ;ahd enter into same ly, Voluntarily, and Without any duress, undue influence or coercio is Agreerilent n, Ii r aNmL 3vrit?1ENGINEENNLVgMThcSoMO (u° T Cv4+& Swua Ja::Il}/EWX `j] Pq The Snider &64, Inc. Engineering Departfn6it-2008 131 Street: Dkh Road to Spring Mill Appropriation 42006 Road Bond; F.01.#19132 Contract Not To Fa coed 55.3,136.618:91 I 26. ENTIRE AGREEMENT: This Agreameril, together with any exhibits attached hereto or referenced herein, constitules the etnK agreement between Vendor and City with respect tc ihe'subJect matter hereof and supersedesall prior oral or written repesentations and a greemenfs;regarding same, Notwithstanding arry,ct&dterm orconditlon set 'forth hereth,.but subject to paragraph 16 hereof;.to the extent anyiterm or'condlfibnjcontairled.in any 46it -attached to lhls Agreemenf.or in any. document referenced herein conflicts uritit anyr term or condiiion contained in-this Agreement, the term or'con'dlddn contained in this Agreement shall govern and proyall, This Agreement may only be modified by written amendment oxacutad•by both prrfiesrhereto, or their successors in interest. I iN WITNESS WHEREOF, the parties hereto have made and 'executed this Agreement I follows: f it I' CITY OF CARMEL; INDIANA' THE SNI i ER GROUF;IINC., by and through its Board 4Pubilc Works and Safety By By, f l l , ' Ja a ralnard, Presiding Officer Authorized Signature Mary Date: --v Vitt I I Date: (Yti hYatrus 1M1sIm?nlYVnW%WNCT9iplYA.9YYi6efs Wp WiP f?wviw:Jll4aou.loJ nil True FiDrTIN'. $SIV if 5 Date: P ill! III I'I 'I I ?I 1 I ' II I I I' j II I I i Jill PARTS CO 4!'r' IMMS AND DNTT PRICES' CITY OP CAP-MEL, PI III misT STREET 7 arrCH ROAM ro SPRLNG.m LL ROAD REGONSTRQCTIO "7-M17.3;D PROPOSA3: I T[ES[NO.. OESCA?f1ON 'HNiT UANTTY ' HNITMUCF. C 1 A%IOUNT+ 1 CmserueCO9 TS 1 SSS.SCUN II 555300. 2 .Ildimem end DII-OWvsnm LS' ' I s i m-" C' l l .5104 000.00. 7 Slebdimumead Da..bil.,IIII STW 74 IS 7 S001100tt i iJf1,000 4 C7 Ri a(Wa LS 1 S6) WLC' _ 167 00.00 3 Pcsem Smvmxe, Rembve'STR2 LS I 52000 r: r 5200000 6 PrsrntS Rmll.e STR3 L" 'I 000p 1 .56000 .00 i Peiem5 Rmeve STR4 LS 1 56000.- 00000 6 Surface Millin -'LS m. SYS I It is I >5119d.fO 9 Ecuwu9,L Camman. CYS' 14d $14451 S'_Ofl947.C0 1 l0 Bornow. CYS 5315 $4. 1 S21 60.0. 11 7em Takl P+vtc'tio¢ FA I i 190 .1990.00 12? Tcm - SiHF. LET= 1 @.3C 1 SI50d430 13' Siobe foe Tem Ac<ni' Pkve l rdismb,aM TON 14 Subwd. T T U SYS q 5312 511846380 Is Str Cnde RIl T 4 CYS $198 5100,405.80 ' 16 nowable B.M CYS $70 i t551 1Q00 17 for Did Bad BWM 17,1 CYS j 541- I 5 16320 18 OrRI Snbham CYS 14 S1.73T60, N C" dikNoll, Bu' TON 5225( $6531).50 J9 SYS llm f 5'_'9600.00 2] Colored lo YS q 781100 22 HMAT C 9.5mm TON SsS a 1 5172 5000 I.. 23 FPfA ln?en¢cduleT G'l9.Gnm TON 335 $62 GC 1 5208 800 24 BMAB T G 25.Onv0 TON 91 5565[ L S5 996.00. 25 Hh1A Intnmdia¢, T OG I9n? TON 5064 $61 OC 1 MC 94.00 26 I2 S,cficc,. A TON T)I 5105.00 1 +.58018100 27 HM IlIli eedlele..T A TON 1783 585.0:. 1 5109 25.00 28- H. f1Tem PaKmad TON 33 581.05 1 127 1600 29 H\4A firT - oecbe4 TON 1 3165.:x 1 53175.00 30 CmhR Cumem A11T SYS 3l. 5131.+" 1 'S4 3513.00 al Sideda?Cao- -d'im SYS' 3 543. I Si 62000 C9mbi Cldb all O k Q LFT .121 110 N:' 1 S01,263.20 33 Combiu6 Club and C4v0er.T M" LFT' -968 sic RI- ' 1 5104619.60" 34 C¢mbieM Ct bend Qu Ro Modified LFf 71 Staff 1 $1288800 35 Cmter Clbb D C_mereh SYS 3. S85 1k 1 .53,115.W ' 36 111f "-.6b1. SYS 1003 S48 (K I 118149.00 37 Barra Cmb for Ai:twi LFT 6It SOX t SI 8MM 1 38 BMAfu Snile - be 'TON 71 '119Up. I .51 4900 39 - Mailbae As b 5 e - 'FA 1 .5250 LC 5475000 40 RevSom<d ClII Rl 121183+ - 15Y5 541 570101 15M.264 CC • 1 41 Mmroern Secvm Corner - FJ. VW (A , $140009 -42 Aencl,ivut Pert - -.BA'. - 3 - '.530004 - :590000 I d3 Ri.. Revehuem _ TON - '. 1132 .'S3oo-: l: :53960000' I a4 (zetexelea ` 87'1 SS 838 00 I 45 FA c91200 46 Mulched T - T SYS Z 604 W = i 1 4) Mulched seed T U 'sY5 589072 - 6272800 1 48 49 We1R T mil Mutrl?ived _ CYS * '11638000 I sSYS 2 . 555590.00 I $0 31 5eddm POe Stttl 'HP 12 53- !LFT 13369600 1 ' 52 Poe Ti SIeeIH- - -EA ;249600 •I 33 Orrnved PeAvTed H. HOtn. LFT - 6 r 5 ' SS 6-0OW I 520 80000 54 Ciwc etc Subshucner - 'CYS 41 55 Concau"A - ' CYS 5 1375 Cv 52175000 p 56 RebiCrn Stce E Caeud +LBS -7"93 . 51.4 :SkN;ts020 I $1 C.: vte: C,S eirne CYS "194 55209, S10D38000 I 58 COnCRie C: RaiF' CYS :S970 p . 156 00.0 I 59 W STA2 LS.. I .580000[ 418 00000 60 Wln 15T3[3 - 15- 1 x,595000 f.- :•S950I 4 61 SOUCns,PIII Jlme-sidd, 20 fk'x 916 m- LIT I14 - - 98 4- 53400 0 1'. 62 Sev.:eae'Pcran Tleer11 11It, 9It 6K -- "LFT 8 1 v53 IRS+ , i5285W012 3 ' 67 s¢ %wni M?bm Cm ci f3oi QwA CB 21 48 in -51'T - '292 561 3" '5181 126 Da i 1' 63 Serf. Scd LS' _ . 1 T8400 C- S 400.00 65 h1 Con IS ! -mw 5860000 1 6b' Pi E? Bcnl Jksin b in ? 1.FT S In 4 51 913 CA II '67 Pix,T- 4Cve¢la.6"ve, 0611610 WaFl,smwth lnrri4or': LFf IM_I 547 3 SCB 3530 I. ''' I ' 66. Pi TpIv -2 CfrcW,, 12m LET 283 8 'SisC MAW C S51 69 Pi 'T - CeraW l3i>t LFT '101 f^_ts - 52 rem 00 1 70 Pi T- 2 Cvcvfar 19 LFT 129 S'3 ?/ ' 511 02 2 20 1 i I I I I l': 1 I ? t I + it I 1 ?1I 1? 1 ,I I a? 11 ? x 1 ? 1 VSI 1 t I I ' ?YF7 ? .. , K r .- iY' 1 r 1 ? it , I ,C Eli C t, 1 S?Sr ` :. ?. I 1 11 1 , { 3 ?I I1 : . L I 6i -EXH. IT; i. fey 11 I I I I I .7naab9d. I I I 71 1 T 2. (124 m. LFr 137 I _A4 4 n Ill, Fix! Scci l it C..W 12 m EA 3 Si s1 60000 I 73 Pit, End Sekti- - ]i Conine. 15 m EA 1 s7G) .5700 .00 : : 74 11 End Sec? Pi Convet 24 in I 1 59501 595000 1 1 75 A for Uod-*= CYS 92 535 N S33,69960 : 1 . ' 76 CxamWo tar Utdix eh. SYS" 700 S0?5 26 65855 77 W F-7 EA 1 $1075 $1075.00 ' 78 W E-7 EA $950 ( S3.800 Do 79 %I=hole CA FA 2 $1575001 S40 50.00 , 80 11.10 FA 1 51.3w i 513 600.00. M-10 81 Wilt EA $1375( 56875.00 I , 32 Catch Bai KIO FA 13 51 850 f I $14.050.00 83 Pi Cncb Bai Ili FA S100ot S7.000 to 11 84 Cm7n Ad'urtbCaadc EA - 1 57501 .$730.00 I1 85 R. Mmlbole Eff I 5500 f SS 000.00 ' I ' 86 Hlh.L Relocate EA 1 SI 7fl .I - $1,500,00 ' 87 Ad'nrt b Gade Val Box PA 5250! SL 00.00 1 88 Mil J4 EA 1 52650r $65000 .1 89 W 8-15 EA 1 SZ 150 r S32 00 . 1 90 W C-15 EA 11 150 r 52365000 1 1 91 Cai ' C15 EA 1 ]0)S S40.500.00 11 92 Road Clmute S' Au b EA 5405 r $3.645,00 1 ! 93 Daum ROUte Marker Axi PA 2 f163( 93.30000 1: 94 1 S' A EA 52551 $204000 ' 95 Caroxtion S' B FA 3 ii r S16200 II % CoiuVUCtian Si C FA 3 53851 $1155.00 i 97 Mavmmin Tmi LSUM 1 S20 W)r S20000.00 I I I I 98 Barricade m-B. LFr 2 527.13 S5.55600 99 Si P 1 Reinforced Al Bate IFF 37 514.' S343024 1 100 Sililrl, Shen. La with Lmxi, 0.080 in SFr 17 5757 53737.28 1 101 Decmauve Si A 11 EA 51 976 t. A7 78 W . 102. Conine Foandatimr with Gondin 30 m Diemetrr. % EA S1.737 f 1422.00 : I 5 Li tPole Auemb Sacn 103 EA 5790+[ ' 5674]4.00 I 101 Wce No.d C fo Plartic NTrerclt4 l? LFT 57 515. 98560 105 Service 1 11 FA SI O9?.t , S184.00 106 Cable Duct Marko FA 3 1931 880.80 i ! 107 Handhole. Li FA 1 $988 ( 8 1 I -108 Conduf Stx 2 M*. LIFT S 14 5 5 S6 811 S44o .06 I I ! 1 109 W'ir No.4 folio. Oslven'vcd Steel Cmduit.41N: LYT 668 Si f7 00.80 110 1 PVC 4' IFf 63 S10.1 56760.00 i 111 Condai PVC 314' 'LFF - 103 S5.2 .554600 •112 CamicBn Cab' PI Modified FA 21 S` 1.3f 58736.00 113 Can iCabinet Fwmd= PI Modified EA SI OtOt " 5^08000 .I 00 I I LFT 560 f I S. . 587 60. 114 Cable Imnduct 'EA 1 S96s1 51482000 .1 115 Harxii 116 Live Wo Dad WTile Air. 7117 1 LIT 101 - S I J 573130 I ? 6830 -1 t " 717 L-me Th Isaic Soli Whi 4 in LFr 35 L) 75 .$2 118 L Th - Lame Soli Yellow 4 m - IFr 1 71 S0 7 75 1 $1029 LFr 137 - S 5 534250 4 4d 119 - _. ' ' 900 I{ 1 120 Lmc Soli Whi '4m - LIFT 25 + $3 _5 81 Lea SoG Yellow 4vi -.. 121 IFr - 25 V1 4i1 '181900 122 S. Towable Ril Pov®era Mnkn ' I- it 5175 . 00 1 •53 123 Trmvvene 'c 5 Bar, 24 m +`LFr ' <. 6 '. $ ' .00 - ! $2 7799. f 46980 I 'I 124 Ton - 'r, Oosswe8t bin ii gra LFr $1 1 SS 5 - EA . 3 Vol MOM I I 123 126 PevemnrtM M I+su Word ONL isxxiti, EA 3 5135, 5405.00 1 I' 127 Trwvnae M lxvi Ciro k L' Vim IFf - 4 S5. S2 160.00 I I .1 00 I 023 128 T7nuveneM j - Whit, Yi Lore'77m PA 116 T . 54 129 T PNvrmmt d'm. Solid, Yi LFr - ' 5, V.15 1 1 1375.00 526125 I I 130 T Pxvemcm M 4 m i Soli ' Wldte - -Li 131 50.75 l Ia a Beds S -- LF X630 SI 05 566130 L4 pil 131 ' Cy - 200 S]900 0 S7 900 -Rolndaboot 132 1 T 133 MmdcoccdT R-ROladab.AN IilaodS -Cy 515 922 L'2 %8 3W 52 14 120 r1 118 3 01944 an < 134 Plantin Bed on -• ' SF LF I •408 S+I rA S16W280 135 Cooactn l]abS atT Cnrt-In-PLace LF 606 55.20 52124.60 I I 136 CamrmeQ b .-O IF 22 $'.77.5 0 550960001 137 Storle Walb W/CalneteF andRWilleemm E - i 226 6 578'3 1]679.981' 1•. 138 foe StormWilla- Stan Ca Cart , CY - '12 ! 1.r-0 -SI 123.20 Ill OmsiadRiver Store A1WcM1- 139 ?'•85 563,4 0 35305.00 1•' 140 Mulch- Shredded hardwood 8adc SF SF '143 6 SLIM .5149144 5! 141 Weal Bonin CeoteIDle - 19 0 l' 0 t I 142 Alwnimlm LF EA 1 2 6 5811.'! 0 979 0 $1 1 91920 .I 147 Trre Li Fixban 14 7 8 Sl 6 . I 148 1 523 I44 bri non S em SF EA' 36 4 SI1_5 1 9 2 319168 4 mdcovcr NI Pot 145 Plant-C, m 76 7 S I4 5 6 53 87296 146 Plant - Pererm' N I Par EA EA 39 7 519.1 8 6 mn OmsaamlCmt N2 Pat 147 22 4 SS2 i) soO 1 t 1 6t8C : D 51 m -Fv Staubg2 Pot 146 Pl EA EA 3 1 55316 0 1337960 -1 i 169 Plant - pmamnailT8 Nt 21 0 SStr, r p -$1l144660 001 150 Plant-DeciduamT 3'Cel. FA EA 2 310 - 0 552000 i s .<I n1A?r-Deeid w.. Trees-TremDlva I I? I I I I I I jl 1 11?i, ?a '+ I I I I i I I I i f •I.I I F t I . 1 .1 -. I r ?y 1S: pS . . t Svx, 5' ' Y { 4?- f3 ttl ?. , ?I 2 I , "EX?I?I, L . I 152 Wmee Lim and Camecda LF 230 $19.72 53 154 155 BxHIOW Prc m.w WawT bmw Matt N and Cpm . Elms mi l S,m end Connccd Tnmt(o EA LS LS 2 3 2 5520,00 $100000 $219600 156 Aqw.Swilf Wm i Uni A 2 EA 3 $849000 157 A -Swirl Waz mUn' A 3 EA 2 $I4 71.00 158 Si Shx Rclet . EA 10 SI01W TOTAL BID A W ll 51p?1v1s.91 ?q 3?°?ly 9, EXHIBIT 4-5 PART2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantifies for such Contract Items, total -Five Million Three Hundred and Eighty Six Thousand Six Hundred and Eighteen Dollars ($ 9 386,618 .9/)• The and X/100 er a knowledges 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 which may result on the Contract shall be compensated for on a Unit Price basis and that•the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to'. be performed or furnished under the Contract. "EXHIBIT " BID-3