Loading...
Advanced Turf Solutions/Brookshire Ca*Ck -F CD5, Iq . ►D O - Adyanced Turf Solutions Brookshire Golf Course-2010 APP OV ED A 0 Appropriation#1207-423.8900; P.O. #20688 F Contract Not To Exceed$45,000.00 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 Advanced Turf Solutions, an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 1. 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 1207-423.8900 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 Forty Five Thousand Dollars ($45,000.00) (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, 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. [Z:\shared\Prot:Svc,&Goods Svcs\Brookshire Golf Course ADVANCED TURF SOLUTIONS Goods&Servico.do,:4/28/2{IIIl 9:14 AM] Advanced Turf Solutions Brookshire Golf Course-2010 Appropriation#1207-423.8900; P.O.#20688 Contract Not To Exceed$45,000.00 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 that is a part of the Goods and Services, 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled 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. [Z:Lshanil\Pro]Svcs&God,Svc,\Brookshire Golf Coure\ADVANCED TURF SOLUTIONS Goods Ss Strvicwo.dos.4/28/f 0 9:14 AM] Advanced Turf Solutions Brookshire Golf Course-2010 Appropriation#1207-423.8900; P.O.#20688 Contract Not To Exceed$45,000.00 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 all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. 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 accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. [Z:\huru]\Prof.Svcs R Goods Svc.Brookshire Golf CoursCAADVANCED TURF SOLUTIONS Gads&Suviecs.do:4/28/lg10 9:14 AM] Advanced Turf Solutions Brookshire Golf Course-2010 Appropriation#1207-423.8900; P.O.#20688 Contract Not To Exceed$45,000.00 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: Bob Higgins AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Advanced Turf Solutions 12840 Ford Drive Fishers, Indiana 46038 Telephone: E-Mail: ATTENTION: 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. [Z:\shar ro]Svcs&Goods Svc,\Brook i,e Golf Course\ADVANCED TURF SOLUTIONS Goods&Services.0oc:4/28/2410 9:14 AM] Advanced Turf Solutions Brookshire Golf Course-2010 Appropriation#1207-423.8900; P.O.#20688 Contract Not To Exceed$45,000.00 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, 2010, 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. [Z:\hared\ProfSvcs fi Goods Svcs\Brookshire GolfCour,.ADVANCED TURF SOLUTIONS Good S Savicu,.doc:4/2S/7{!I 0 9:14 AM] Advanced Turf Solutions Brookshire Golf Course-2010 Appropriation#1207-423.8900; P.O.#20688 Contract Not To Exceed$45,000.00 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 ADVANCED TURF SOLUTIONS by and through its Board of Public Works and Safety By: By: u•-c ‘44, ames Brain Presiding fficer Authorized Signature Date: j�•-� /4/e)r of $zi- 1 Printed Name Mary A Burke, Member Date: —/(' Title Lori S. n, Member FID/TIN: -7s•7152 Date: 3 f ( t I( 0 SSN if Sole Proprietor: ATTEST: Date:-57/// 7olo Diana Cordray, IAMC, Clerk-Treasurer Date: [Z:\shared\Prol.Svc.&Goods Svc.\Brookhire Golf Cour.e'ADVANCED TURF SOLUTIONS Gods&Somas.doc.4/2S/7y11119:14 AM] ADVANCEL TURF SOLUTIONS April 16, 2010 Brookshire Golf Course Bob Higgins—Superintendent 12120 Brookshire Parkway Carmel, IN 46032 Bob It is Advanced Turf Solutions desire to provide goods and services to Brookshire Golf Course. Please find enclosed the following: 2010 Season Price List for Chemicals 2010 Season Price List for Fertilizers Please feel free to contact me on my cell at 317-402-3349. Alex Cannon j� I 99 " o1 *IT / t /A a ,a,O. k'.. O O O O O O O O O O O r O CO V O) O 40 O) O 4- 0 Is CIR 'ra IO IO VI 0) A 10 O N r O IA N O O) CO Ca N N O 42. CO 49 Ca O) m CO Vf r Of h CD co CD O ai 01 N r '0 co a or to O r CV iny f 40 O 41 40 .0 a 40 a N 09 C9 e! of 40 en VI r) n es IO IO IO V) a N . :a .-.}.,,'. Vl M W IA W W /R W W K W N W N N W V► W W W W N Ia !H fA O),a1 °va .0 ja _0 - a a .0 .0 a - .0 .0 -0 a .o _o .0 a - .0 .0 _0 .0 .0 n m ca N O O O O O O O O O O O O O O m N ' ' V ' 7 V V Q V' U) U) U) co U) U) U) U) LLO) lO co) 0 0 0 0 coo N 111 r I # a o a a a a a a a a a a a a a. CL a a C a a a a a. a o O rq > ?: 0 0 0 0 0 0 0 0 0 0 0 000 000 0 0 0 0 0 0 0 0 co V V r , cn CO cn u) N In cn cn c0 cn u) cn cn � CO CO CO N cn in CO CO CO � C u. 43 p a IX 0 0 0 g 0 0 2 0 0 0 g 0 0 0 Cr X cc ..... Z Z > > > m W F� to o 0 0 0 0 0 0 0 0 0 0 o X Z o Z Z Z Z W N {:= o 0 o O o o O a o o O o 0 o O O o (n o O o O o 0 0 4) U) U) 0 0 O O O M U) U) 0 M N C') O O N 0 0 U) O N- U) Is N J i CO CO U) .- U) U) .- 0) h M .- Is (0 n 1- .- a) Q U) N. .- a) V a) f 2 F- LL CCCCCCCCCCC Na' N ' N ' No' N c c c cc c c c c c c c c c oNyu) NwNowoNY W I. i mco N N i y , t u) o Ou. N U) U) 0 co U) 0 in U) 0 O O O O 0 O O O cococ) coO N O I ..+ I� f\ f` h n N I, f` ,- co co 0 U) U) U) com O 0) 0, O O O pF 2, a4N N -_I O O O O O O O O O N h 000 Iii W m a Ill 10 IO N Iq CO 10 If) H a a 40 R V' �V a s a s `V v V a a V' o U T. I C - 0 0 0 0 0 0 0 0 0 0 0 a a a a a a 'o a a a a a a •GoG U `.®► Q Q Q Q Q Q Q Q Q Q Q ca W W to 02 W Q o Ot) u COO 40 o a 0 ; Z v a.) Z Z E E o. Cs �` E o Q E E .� ,o 0 c a) c t u. 6 o o U o \ \ a) C) .� (A U) N 1� Li. uCO CO . '� — y y C otS ® ti a a a a a a a a d d •N 7 O 7 LL O O -o N -a -o U CD -o {fl a) 0 0 0 0 0 0 0 0 0 o o c o F- ets E m , m co CO m CO m 0 0 O O � 0 00 0 0 0 00 00 E o) o CD X m m m 000000 u) U) c to a) u) N N N ib a (DU a) a) W 0 a) a) a) a) a) , o E o > c m c c c c c c �q 0 c c o 0 0 0 0 0 0 0 0 „c-, o = E '� '6 `� °" m m d m ar d .•; 0 V U 0 0 0 O O O O O O a 2 o S • u_ u_ u_ ,„ 0 0 0 0 0 0 0 0 ,, B O O co N n OD U) a) O 4 N x a) N W X N _7 'a 7, oD M N N CO N CO V C ' O N O O O) O C') O N O 0 O N O O O O N d N N O 1- O C') O M .,..a o O O N t") I� oD c) O) N c0 N 5 O U) m Y O V V C') V' M) Co O N''// N N N m .-• N N�C� N 91 " 1 'IT f lv N a) C) Ca a. O) a O tr- O 1.. C9 {) C) N CO CO CO N 1- N O N CO CO CO 0 O 0 O O M CO C') O t! C") 0 0 '0 I"i O 10 N N CO O CD CO CI O cr. O 01 CO CO N IC/ Cr! O N CO 1O CO CO C"f tO CO C"1 CD V: C0 s m.,, C") O) IO C9 CO t- M O h I0 CO CO /. CO .- h N N t- mi P') M N V' N O O A f• CO n N O) -.. CO CO C") N t} a-- N N A V' t- t� N N %- N N N N N N tf C) C) V' er ea C) CV C") C") r 4,'a µ,P w (A v+ (A w (A w (A w w w (A w (A . . . . . w w w w w w w w (A w w w (A w a It M° a s .0 a a a a a _0 .0 a a a .0 .0 a a a a a a .0 _0 .0 _0 a a a .0 a a a EW0r.a 00 O O O O O O O O O O O O O CD CD O O CD 0 0 0 o O o O O O O O , 0 U) u) N In U) to V U) U) co In U) U) u) In U n U)) I) IO I LO U) to to U) Lo U) U) to in u) m Aa r. e N "m- a_ d a d a. d U. d a. a a LL a a a d a a C tL a a a a a o. a a a a a Y80 _y 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 rn C/) CO CO to 2 2 2 to co 2 2 2 2 2 2 2 2 2 2 2 2 en co to cn co co co co co co M g N Z U) Z Z Z Z Z Z Z Z i m 0.' O Z Z Z Z to Z Z X LL' Cl) Cl) U) N Cl) 2 CO > > U > > U to o 0 a rS t) 0 XZZZZZZXZ z 5 z cn z z co z a z a n o a o 0 o a o 0 0 0 0 0 0 o e .. 0 0 0 0 0 0 •- 0 0 2 0 0 v in o 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 CO CO < R to < N N U) OA- < < < N N N N N N N a N to V r- O^ n O) CO co O) N co N a) oi. C c c c c c c C C c c c c C c C c c c C 0 c C G c C c 0) C G C 0) 0) p Z 0) O C0) m CT U) m 0) CI) 0) V) C71 0) U) a) 0) O IT 0) U) co U) Ca UO) UO) U) NI Cl) U) U)) U) N COo U) UJ CO U) U) U) N Cl) W Cl) N U) y U) Cl) N U) N •0 0 0 0 0 0 0 0 0 U) 0 Io to U) to to U) to to to U) U) tO U) O 0 O 0 to 0 O 0 CO U) N 0 0 CO U) 10 U) U) to N U) N U) to to U) N U) U) U) N N N N N N N N N N N N N N I- U) aU) as0) N 10 aaVa 41 ) 41 111 dV' IC U) 10 aaaaa0QU) s er a t tT V' et a et V a a a 0 g ¢ v 0 . 09 0 "a 'a Ca . O CO '0 "0 '0 '0 '0v 01v . 0 '0 my avva 0 ® e C 0 C a c a c c a o CO a C c C c C c a C C a C Ca C a c c c 0 Q < w a 0 a a < < CC 2 < w CO < < 4 < < 4 a) < < so Q < co < co < Q 4 LU 0 to w w a) w w Z a) m Zz z •� z .t Z 0O (a - a) O CC) a) CO 41, a) O N E r z 2 N .- E c N C .�3 .b C O W • . •C IL IL C C o 0 C c Z U Z 0 >. O c U) C c E O C C C G m 0 co 0 0 o 0 •0 c o o _ .,. go v o o °� o o c c N C� y co U) 'd w a . C Cl) .N 7 C 'y 'p c c c Cl) .N .11 c .y c_ .N O p O r0- w w 2 a) co 2 H m 0 a) E c v Cl)` E c a) .0 0 E -0 c c E c E c .u) E U) 0 " 0 0 0 .0 0 a) o- a) N a N Q a) a) @ 'Y) CO U a) a) Ca a) 0 a) 0 ka o c 0 o Z u0- N - p ; E E > ' E ac) ac) 'v E E 'v _E 'v E E o -0 >, 0 ,- ,- r- 2 3 0 2 v 6 'v y r Me CI �n 0 O « E E o m 5 a o o 2 a p 0. iv > o c 2o m c o2 cu m 2 m2 >, 2m2 cc m CO CO o O CO C7 CO IR tl m co U) t.L M 4. N M co N .g r0 C C C CC G O «O 3 3 O 3 to O . .; � co o N Co O CO .-- s- C7 N a) p E 3 3 c •' 3 3 3 L 0 O f 7 N co. t`! LL (n Li- LL LL Lk. LL LL tin LL N fn u co o to N 3 I' to , 3 3 m m $ •3 3 3 3 3 3 3 3 3 3 3 3 0 ao o v to to co 0 o LL O N �._.= •L- A- •- to N v to oo .- •- U) In 9 U) Y Y to to CQ )O 9 6 U) N I I 9 ao _g G C") CO . N U) N O O O O f CO N O 0 0 O O O O O 0 C N N N O 0 0 N U) C N -a a. 0 6 cO LL co 6 6 N to U) N N U. O O to M M r) tf co co co CD O) 2 6 A c0 N N V U) in 2/J co gry • a) tr to a -CD 0 IC) a V 0 tD IA 0 e- CO O 0IA 1 t0 0 0 0 10 0 CO CO CO 10 CO ICI CD IllCO mr W a t0 V 10 0g .- CD 01 A O e- A a e- o h n a A .- .- O v) v e A O a O a O n `ci3 01 ^ CO tV e- t0 6 N e- t0 01 .- 00 CO N a to e- 00 0D 01 0! N co CD N 03 C7 a 01 CO .;;=i i- e- e- N CO N N N N N t- I1 a If) IO NNNNNNNN a ts a a N VI 0) CO a a. W IA w IA 40 40 W 40 K W to 40 CA to 40 W tH 40 40 K w 40 IA CO N IR a IA 10 w W IA sF, o to' .0a a a a a .0n a n a a a ..0a laZ•N' O O O O O O o o O o O O O c) O O O O O O O O o O m tn•.'' to to In In I) to In to to to to to to to to LOU) to tO I() to u) to O co R � co Irk) LOo 3. 7 N N ` 0. 0 ioa a a a a a a a a a a a a a a a a a a a a a a a a 0 1 �= 2 2 2 2 O O 2 2 O 2 2 O O O O 0 2 2 2 2 2 2 2 O Z Z z z m t " N -^ x D U U V R a z F- z z F- F- z a m U u> > co ") to w y Z V o,: x cc to 0 m to w cc to cn ct U U U cn ix co ch y tv O >, X x z z X z X x z X j , X a v) a Z x Z Z = g ae F': o 0 0 0 0 o o e 0 0 •. 0 0 0 0 0 0 0 0 o a g c a a g N LOn too to co coo coO co) too O IOn < O a atto .- 0) < < N co LI) ton II) to Ito Z Z w 1- Z Z Z t U d U. C C C C C C C C C C C C C C C C C C C C C C C C C C r7 C C C C O Z: O) O) O) 0) t7) t7) O) t7) 0) O) C) O) 17) O) 0) C) O) O) co 0) a) 0) C) O) O) O C) 0) T NV) V) V) V) V) V) V) t0 V) V) N V) U) tl) V) U1 U) (/) u1 C) Cn co C/) CI) co to U) 0 co O ', IO to O to O O O to to to o t7 O 0 0 LI) to to tO O to to to tO to to w O V! V) co0 N I- O O a In to IO tn .-- ,- N t� O 0 to N N N N N N N N N N N N N N N N N N N N O F- mQ aaaaa aaaaaa aaaa aaaaaaa vd va I10 IODa C0007a a. to e' to 0 '0 CO v as C to , 9 0 o 0 0 .61) 0 13a v v 13 v 13 '0 9 'o v v m t t U c r c r z U t E c O .c t e 0 0 0 0 c t e c c c c c e c e c > cowwaU < u) cowww Q III wVI < XXXZ < U) < < as aaa asa Zw w w w w a) ci)z z z z c •- z J J J J J Y Z Z a O c M N N C N -C 'Q O C C IO ° a) o « y i7 Z N C Z 0) 0 N m w O a—ai aa)) 0 C a o w % O I` i° E C Fi a m m m U. _ c O' g a c� m rn a 0 I) U m m O m I� a la 9 o c o c m Q o Q cc) a r 0 °� n 0 a c ' u — m 19 a) • (� 0 2 0 i1) m m ` io m fA F- 47 0 > y m m m 0 ; ., ; ° g 2 o 2 0 ° o a m U m V O r ci w m " a ti ci LL m w 0ry N w 0 rn ^ O m _ a j wLI- N LL 0 u m m o o 0 0 0 0 0 0 CD a O O 0 0 0 0 0 0 ` O O N N N N N O Z C e- 3 9 o o v3 3 u N 3 3 3 3 3 3 3 m a = rn N (7 •. 9to 7 (9 to 7 7 to ao LD tD 1 u 7 o 7 In o e{ to -r v T o 0 7 In a o •U .� 2 1- m -0 d 0 0 c o o M c) o o o c) o m o 0 0 o m o 0 o o 0 0 o c 1" w c m o y m o m O` N N V to O t0 O O N th 4 C V to as V c 9 9 tD 6 • CV 2 O F- 2 m O` 5 0 m E 0 FL N N N N N N CO CO CO P) C7 ..- ,- .- N to n .- ..-- N N N N N 0 0 0 0 C o a O Ut S F- f_ II ` t st co co a p co co N N O t0 a- CO CO t0 N () 07 N a- t0 t0 0 0 0 t0 0 CO 07 0 CO CI Is 07 0 0 i•`=A s 07 0 CO 0 0) Is tO a- a- IllN n a- 0) O O) A CO a- CO at N M N 0) CD 0) V. V. p O m< O C9 O t0 n O a- at M cot0 CO N tO Is N C9 O ' CO in N a- id t0 n O cooa- 4) - O) N a• O O O) a t0 CO O 0) e• CO r) en 6') a> CO V1 at y M IA a- N N CO M t) U7 C):, a- a- a- a- a- a- a- a- X C7 C aIA W W W w IA IA . . . . . . IA tq IA M W 40 to /A IA a IA IA IA IA IA K w w 0' d -0 la L -0 .0 N -0 .0 L O)t .0 L L L 0 L L .0 .0 .0 .0 L .0 L L .0 a L .0 d �' N f0 O O 0 ix) ID h U) O co— e- CO ID O O O O O O O O O O 0 0 O O Io U) If) O rC m bJ„ U) IO CO V M N N.: N CO CO Cr) N V In IC) U) in lO to O in In If) r- Ill I(•) N N N In 0 } •.. a, , 0 r•0 L �"= U ca.n a a a a a a a a a a 8ya 00 a aaa 4o 0 0 m N co a cn ZZZZZZZ co ( cn cn cow cn z z ( z_ z_ _z z_ z_ z_ z co z_ N U•TZZ Z Z 3 3333 § 35- 3 2 3. . 0 0 0 a 0 a a a Q a a Q 0 0 0 0 0 0 0 0 a s a 0 m 0 o co 0 If) If) u) In In In 0 O In •u �,.;; La In In Z to Z Z Z Z Z Z Z Co 'It Co Co a)' co 0) NI' Z Z Z h ..e co ' LL C C C C C C C CCCC C C C C C 0 h O NHOUHO N) NZ u)) m NV) 0)) CO COCOQ4 O N CO. O O II') coO O O O O 0 0 0 00 Z Z 0 CD n M co 00 CD VI N N _ I- N J N U) O O O >n 0 Uf O U) 0 N af N 0 0 0 0 0 0 0 0 0 0 D 0 0 CO CD O 0 m Q a! d CO VI CO at Is at isat I. () soa a a a et a a et a at etetetCO CO CO at a 0 3 ap c 9 -09 9 -a 'O 9 a .0 9 so 9 a as O O �s > 4 4 aaaaa 4 n < < < < a z z z z z z z CO m o w w w a a a z a) o 0 a) E c N Co' (C a co c 0 a z o a o w O1a 'a COo a) Z 5 ra o CL IL- co o o D 3 c Cr) 1°E 13 — °S 0 o d 0 a' 0 a) C CD CU CD o •c @ c it C� a) z = o m o o d a m E a. o O 7 N co m Ut LL U9 U 0 0 Y (A 0 O N c — d o U 'O v •O) L � O , a) C 0 x .y a) a) ,` t7 N CO Y m 0 CO 0 — oM j C 3V ~ a O` N N lLLL 0 a) a) X � N El U a N N CO 61 aLL O n w co N LL• 3 v Iai. a- ti LL• ►U •— C� X > X o .m a w a) m c c o o LL °� Z2Z °' v E to A _ _�•' 3 3 , 3 3 a 0 c v v a U (n Nm z (0 c CLLLLImnU U 3 E E > > m m m N CO :7 N n sT M In 7 () N U U U j LE MG LL LL Co (O E Co Co N O y o 0 2 20 J�. O M O O M M O eCp cp TC o) cro L w w 9 Lc) N N w N N t`7 •go N '9a o O C C C C It)' V O• V M a! i o (C 7 7 7 + R MA (O (h •O N t0 O I� @,O�,q O l0 N f0 0 to fC -a M h .- N N Io m LL LL LL a a Z m Z In o .- Z .- d ;,�y t� a a J �J 9A ? •� ', (/ • ai ce (a a. ,F 0) a A 0) a A 0) a) a A (D a) 0 an in t) M CO a- U) 0 e- 0 Co e- 0 N 0 CO a 0 0 "y m 0) Co A 0) CO 1- Uf e- Uf Uf a e- A 0 e- P) N N O N O A N O N e- a I. in U) C) M O 0a e- O N l+) cc; e- id N a O U) N a in e- a MP.` is: (0 O N CO 1 id A A Y') N U> N e- N N N a A 0 CO A (0 CO A a CO a e- CO a M 0 A CO A U) a s VS' e- A A A 0) CO a CO 'Cf N a EL'. w w W W N w w W IA N 00 IA W /A /A IR fA IA IA IA w w W W W IA fA IA N W M -1 -) -o ) 0 -3 J O 0 J -U) 0 -3 0 0 0 --i - 0 0 v D)•C). - - m 00 m m 00 J J J J -I -I (j -I0 J -I J -I --I -I J -IGD':N: v 8 N N 0 U) 0 0 0 0 0 0 (� o 0 0 0 N 0 U N 0 (7 0 U U 0 0 0 0 0 m Y1'.,. N U) U) U M U U) ) ) 0 U) N U) U) Cl U) U) U) 0 U) U) U) U) U) U) U N N N N N CO N N U) N N N C�) U) N N N N N 0 { d r j`�_ NO O O 0 O Y %DS U U (� [o c c U) o O. 0 0 (l) a) C) N, 06 .6 co a) 22 ° r° m 7 7 C Z,my Q J J U) Z Z Z Z Z Z Z Z Z -4 m_-0: 00 (n 0 U U E E E c' cc w' Q' cc d' c' cc d' m 0 =>+ — Z — E �. > > o U) U) u) CO U) U) CO CO CO 'U 'U '0 .0 'U o 0 0 0 0 0 0 0 ,zit. c 0 0 0 0 0 0 0 0 0 `c 0 o N co CD U) N 0 0 0 0 0 N N Cam+) CO N N UO) UO) UO) N a, (L Z' O O cn N I- J J 0 Q C0 a N •a 10 10 C0 10 N A A A n U) A O A N A a N A A A N a A A A A A a N N is O Q Q Q a Q J0 0 0 Jai f0 0 W a0 0 c` .0 a .0 .0 > > > >a > d a. a. a. a. a. a. a. a. a. a. a. a. a. a. a. a. a a. a a. >: J Q J J Q Q Q Q a W W W E W E E W W W tU UI W W W z W W W W W C 0 0 0 O 0 OW C) l Cl) U tr, U Z Wm g L _ •E E r ri -0o O w 2U cii O N Y O O Q Q Z Z Z Z Z U O 0 O E 0. O a) E E C U)cC U) U) O 0 c 8 w rn ti 'E S a Q Q E E o 0 0 0 0 .E 2 a a U (��n c o ¢ o m 3 3 Q Q N N (On U0i (On Q 3 a Y n d '° < N c (v a) 0 7 3 a U 3 3 v a 3 3 3 3 U47 > > 7 a - 0 0 ¢ .0 f0 ( 0 N 0 J Lo - 1- O O v v i 0 CD (D v C OL d 0_ p J 2 c = m a) O a) O 0 7 0' co N N N N CO CO CO O . CO (O (O Z O 0 0r 2 O co co '0 'O J U (� s1 O V. `-' e- sh V CO t() CO N E a) Ti a) U E N ~ ad z O O Q U 0 Y Q e- (n `- `— N Q LL LL LL "Z M - W - (U v v 0 0 V o m (o (o (a O. (Yv m m 16 0 m m m m m Ca m o Ca m CU m m m m - G Q U � W 0 ° (? 0 U re a Q. 0_ a a a a o_ a a a a o_ 0_ a a a a o_ a U rn Q v w = R V f0 (9 0 a) a) 0 Ol 0 Q f4 CO (- (a O W U U O '- c7 m V -0 V "0 V J .! - .(o 2 _ C0 CO .00 N CO CC (() N (a N (C (a (a (C (C C) E m Q Q 2 4 4 v N W Cl) Cl) Cl) Cl) a) O o 0 0 0 0 0 0 0 0 0 '0 0 0 .o .o .O •O .O .O .O O O a —^ w 0. ,- ,- ,- > > > > > > U. U. U. LL LL LL LL u_ LL u. LL U. LL u. LL LL LL LL U. U. U. 2 2 N co w " R1T '-- 6).v " ' Page 1 Chemical Master April 1 2010 Brookshire GC ADVANCED TURF SOLUTIONS, INC. CITY OF CARMEL - BROOKSHIRE GC CHEMICAL PRICE LIST 2010 ITEM NUMBER PRODUCT SIZE LEVEL I 1 UNIT t ,�ivac,�-;��^xv"�a'�F�"'"- �++f€ s�rat g �� � 'ct+s tx-.�,� is c,�a4° �rp �.}''-1.-`�,�`"�.rh"e� sc d" ' ^iw!. BBA-1000GL AGRI-FOS 1 GL $ 68.00 GL LC1009-2.5GL ARMOR TECH 22-W/NUTROLlimited 2.5 GAL JG $ 94.69 JG TS10005-2.5GL ARMOR TECH 28 2.5 GAL JG $ 100.26 JG LC1007-2.5GL ARMOR TECH 44-IN USE W/NUTROL 2.5 GAL JG $ 147.84 JG PE1022-CS ARMOR TECH ALT 70 4X6.3 LB CS $ 393.60 CS FS1015-2.5GL ARMOR TECH CLT 720 2.5 GAL JG $ 114.84 JG FS1017-CS ARMOR TECH CLT 825 4/5LB JG CS $ 124.80 CS FS10171-CS ARMOR TECH CLT 825 4/10 LB CS $ 249.60 CS GP1002-2.5GL ARMOR TECH IP 233 2.5 GAL JG $ 173.76 JG FS1016-2.5GL ARMOR TECH PPZ 143 2.5 GAL JG $ 338.40 JG FS1016-GL ARMOR TECH PPZ 143 1 GAL JG $ 162.07 GL GP1000-2.5GL ARMOR TECH TM 462 2.5 GAL JG $ 249.60 JG GP1001-GL ARMOR TECH TMI 2020 1 GAL JG $ 122.88 JG GF1002-CS4 JUNCTION 4/6 LB CS $ 407.19 CS RV1006-2.5GL MAGELLAN LIMITED 2.5 GAL JG $ 145.83 JG FS1006-2.5GL MEFENOXAM AQ 2.5 GAL JG $ 1,064.19 JG FS1006-GL MEFENOXAM AQ 1 GAL JG $ 448.61 GAL LC1005-CS NUTROL 5/8 LB CS $ 108.33 CS HC1008-2.5G TURFCIDE 2.5 GAL JG $ 88.54 JG HC1008-50LB PCNB 10 G 50 LB BG $ 55.40 BG GF1003-CS PENTATHLON DF 8/6 LB CS $ 282.35 CS GF1003-2.5GL PENTATHLON LF 2.5 GAL JG $ 85.35 JG AD1010-GL PROPLANT NEW 1 GAL $ 403.90 JG FS1007-2.5GL QUALI-PRO CLT ZN 2.5 GAL JG $ 115.58 JG FS1003-CS QUALI-PRO TM/C 4X5 LB CS $ 249.68 CS PL1027-CS SYNC 12/1 PT CS $ 199.00 CS PB1000-CS TEREMEC SP 12/3 LB CS $ 645.61 CS PE1030-2.5GL VITAL SIGN 2.5 GAL JG $ 119.57 JG •ER ''et.,sT ...li .-;- . n, ..t'i 't „. a r "r>iX.. _' ?a*, +' lt.:4 AV ° RV1050-2.5GL 4 SPEED 2.5 GAL JG $ 138.88 JG RV1050-30GL 4 SPEED 30 GAL DR $ 1,645.83 DRUM RV1051-2.5GL 4 SPEED-XT 2.5 GAL JG $ 173.61 JG RV1051-30GL 4 SPEED-XT 30 GAL DR $ 2,062.50 DRUM HC1061-GL * ACCLAIM EXTRA 1 GAL $ 621.00 GAL RV1035-PAIL ARMOR TECH CGC 40 16X5OZ PAIL $ 259.20 PAIL AL1005-LB ARMORTECHQUINPRO discontinue 1 LB $ 81.00 LB HC1017-2.5GL BENSUMEC 4LF 2.5 GAL JG $ 299.33 JG VA1010-50LB BROADSTAR 50 LB BG $ 99.24 BAG MS1002-1.250Z CERTAINTY 100/1.25 OZ C: $ 132.96 1.25 0: HC1007-GL CONFRONT 1 GAL $ 145.33 GAL RV1004-2.5GL COOL POWER 2.5 GAL JG $ 168.99 JG RV1004-30DR * COOL POWER 30 GAL DR $ 1,820.64 DRUM RV1005-20Z CORSAIR 2 OZ. UNIT $ 87.43 2 OZ. AN11051-50LB DIMENSION .25% G 50 LB BG $ 36.72 BAG RV10181-2.5GL ESCALADE II 2.5 GAL JG $ 144.79 JG HC1053-QT FUSILADE 1 QT $ 81.95 QT HC1011-LB GALLERY 1 LB. $ 164.86 LB AL GLYSTAR PRO(glyphosate) NEW 2.5 GAL JG $ 56.03 JG AL GLYSTAR PRO (glyphosate) NEW 30 GAL DR $ 624.00 DRUM Page 1 ChemicaliMaster nl 1 10.010spokshire G ' Page 2 Chemical Master April 1 2010 Brookshire GC ADVANCED TURF SOLUTIONS, INC. CITY OF CARMEL - BROOKSHIRE GC CHEMICAL PRICE LIST 2010 ITEM NUMBER PRODUCT SIZE LEVEL I UNIT RV1060-1.33oz HALOSULFURON PRO 10/1.3 OZ $ 108.41 BTL RV1061-.9gram HALOSULFURON PRO 30X.9 gm $ 246.38 BX PE1035-50LB KNIGHTHAWK (Prodiamine) 5 LB $ 110.45 BTL HC1064-QT LONTREL 1 QT $ 157.44 QT RV1012-2.5GL MILLENNIUM ULTRA 2(GC) 2.5 GAL JG $ 138.24 JG RV1012-30GL MILLENNIUM ULTRA 2(GC) 30 GAL DR $ 1,930.99 DRUM SE1005-80Z OCTANE 2SC 12X8OZ CS $ 64.12 BTL FS1004-2.5GL ORYZALIN 4 2.5 GAL JG $ 207.03 JG UA1000-50LB OXADIAZON 2G 50 LB BG $ 65.79 BG FS1020-2LB OXADIAZON WP 2 LB $ 56.00 2 LB BA1001-2.5GL PENDULUM AQUACAP 2.5 GAL JG $ 201.01 JG UP1001-2.5GL POA CONSTRICTOR 2.5 GAL JG $ 588.24 JG PB1008-2.5GL POWERZONE(NON 2-4 D) 2.5 GAL JG $ 214.50 JG HC1024-40LB PRESAN 7G 40 LB BG $ 121.41 BG RV1040-640Z PRODEUCE 64oz BTL $ 45.38 BTL PB1019-GL Q4 1 GAL $ 108.00 GL PB1019-2.5GL Q4 2.5 GAL JG $ 263.33 JG HC1092-8OZ QUICKSILVER 8 OZ BTL $ 142.08 BTL AD1001-LB QUINSTAR 1 LB $ 85.15 BTL RV1001-640Z RAZOR BURN 64 OZ CONTAINEI $ 46.15 JG RV1013-2.5GL RAZOR PRO LIMITED 2.5 GAL JG $ 56.03 JG RV1013-30GL RAZOR PRO LIMITED 30 GAL DR $ 624.00 DRUM HC1002-1.67GL ROUNDUP PROMAX 1.67GL JG $ 77.07 JG HC1076-JUG6.8LB ROUNDUP QUIK PRO 6.8 LB JG $ 88.30 JG HC1010-50LB SNAPSHOT 2.5 TG 50 LB BG $ 95.56 BG PB1004-2.5GL SPEEDZONE 2.5 GAL JG $ 173.33 JG PR1004-30GL SPEEDZONE 30 GL DR $ 2,030.00 DR FS1009-3LB SULFOMETURON 75 DF 8/3 LB CS $ 385.71 3 LB VA1011-1GL SUREGARD 1 LB BTL $ 162.38 BTL PB1010-2.5GL SURGE 2.5 GAL JG $ 127.51 JG PB1010-30GL SURGE 30 GL DR $ 1,480.00 DR PB1045-2.5GL T-ZONE 2.5 GAL JG $ 183.33 JG AN1430-40LB TRAMMEL 5G DG PRO 40 LB BG $ 26.43 BG RV1009-CN TRIAMINE JET SPRAY 23 OZ CANS $ 6.40 CAN RV1009-CS TRIAMINE JET SPRAY 12X23 OZ CANS $ 73.46 CS FS1021-2.5GL TRICHLOPYR 3 SL 2.5 GAL JG $ 150.00 JG FS10211-2.5GL TRICHLOPYR 4 EC 2.5 GAL JG $ 170.00 JG RV1016-2.5GL TRIPLET LOW ODOR 2.5 GAL JUG $ 80.64 JG RV1016-30GL TRIPLET LOW ODOR 30 GAL DR $ 1,023.93 DRUM RV1016-55GL TRIPLET LOW ODOR 55 GAL DRUM $ 1,859.00 DRUM RV1008-2.5GL TRIPLET SENSITIVE 2.5 GAL JUG $ 122.00 JG RV1007-2.5GL TRIPLET SF 2.5 GAL JUG $ 57.82 JG RV1007-30DR TRIPLET SF 30 GAL DR $ 673.97 DRUM RV1007-55DR TRIPLET SF 55 GAL DRUM $ 1,184.33 DRUM UA1002-4LB TUPERSAN WP 4 LB BG $ 100.00 BG HC1005-50LB XL 2G 50 LB BG $ 67.74 BG INSECTICIDES. FS1008-QT ABAMECTIN 0.15 EC 4/1 QT CS $ 220.00 QT AL1000-CS ARMOR TECH IMD 75 48x1.6 OZ $ 561.60 CS AL1001-CS ARMOR TECH IMD 75 4x4x1.6 OZ $ 191.67 CS FS1012-1GL BIFEN LCO 1GAL JUG $ 70.00 GAL Page 2 Chemicall1 terA•ril 1 2010 Brookshire GC Page 3 Chemical Master April 1 2010 Brookshire GC ADVANCED TURF SOLUTIONS, INC. CITY OF CARMEL - BROOKSHIRE GC 1. CHEMICAL PRICE LIST 2010 ITEM NUMBER PRODUCT SIZE LEVEL I UNIT DR1001-2.5GL CARBARYL 4L 2.5 GAL JUG. $ 100.32 CS TP1002-2.5GL CHLORPYRIFOS 4E Restricted 2.5 GAL JUG. $ 157.69 JG HC1009-2.5GL DORMANT OIL 2.5 GAL JUG. $ 26.12 JG HC1009-DR DORMANT OIL 55 GAL DRUM $ 444.29 DR AN1005-40LB DOUOCIDE DG PRO LCO 40 LB $ 29.00 BG HC1057-60Z HEXYGON 6 OZ BTL $ 196.05 BTL PB1002-CS HORNET&WASP SPRAY 12/1 CS $ 59.21 CS PB1003CANEA HORNET&WASP SPRAY 15 OZ $ 5.26 CN FS1014-30LB IMIDACLOPRID .5G 30 LB BG $ 43.55 BG PB1016-200Z IMIDIPRO 200Z BTL $ 48.57 BTL RV1025-600Z IMIDA E PRO 2F NEW 1 GAL JUG $ 138.46 GL RV1024-GL MENACE GC FL Restricted 1 GAL JUG $ 78.00 GL HC1013-8X2 OZ CS MERIT 75 WP TREE APP 2 OZ BTL $ 37.14 BTL QP1000-QT PENTRA-BARK QT $ 40.00 QT FS1014-5QT PERMETHERIN SFR 5 QT $ 106.25 5 QT AND-PROSECT PROSECT GC Restricted 50 LB $ 33.62 BG ANBIFEN 50LB PROSECT LCO 50 LB $ 33.62 BG VA1001-3LB SAFARI 20 SG 3 LB BTL $ 360.78 BTL VA10011-20LB SAFARI 2G 20LB BTL $ 263.51 BTL AR1002-16OZ SHUTTLE 15SC 16 OZ BTL $ 102.86 PT VA1003-1LB TETRASAN 1 LB BAG $ 87.37 BG dp I �i, ,+, .6 , �` Y3 '*r Vie,y*" i' . .�i `� .. a j'"SE g �. �� .a�:� x.Y.a�.:�.., .'�,,� r x_,..rs:,�e�, �:� y _ ��, �:a{- '•�rs,.�rt�=:z.�:'Rs.�"��'��,9r;�:n*c. HC1003-50LB COPPER SULFATE 50 LB BAG $ 107.14 BG HC1034-30LB CUTRINE GRANULAR 30 LB BAG $ 70.54 BG RV1055-1GL E-PRO DIQUAT 1 GAL JUG $ 118.82 GAL. PB1009-1GL GLYPHOMATE 41 1 GAL JUG $ 49.34 JG PL 1030-EZPK JET BLACK 24X5.25 OZ CE $ 241.51 CS HC1150-1GL KOMEEN 1 GAL JUG $ 45.69 JG GF1004-2.5GL K-TEA 2.5 GAL $ 77.14 JG AQ1005-CS RADIANCE POND MANAGEMENT 2/2.5 GL CS $ 196.69 CS PL1001-1GL TRUE BLUE 1 GAL JUG $ 44.31 GAL. PL1001-EZPK TRUE BLUE EZ SOLUPAKS 24X5.25 OZ CE $ 241.51 CS ■ice PL1017-50LB 0-0-20 w/CASCADE PLUS 50 LB. BAG $ 103.48 BAG PL1013-50LB 5-1-0 PLUS CASCADE 50 LB. BAG $ 46.02 BAG PL1000-2.5GL CASCADE PLUS 2.5 GAL JUG $ 158.40 JG PL1000-20DR CASCADE PLUS 20 GAL DRUM $ 1,423.39 DRUM PL1000-55DR CASCADE PLUS 55 GAL DRUM $ 3,856.62 DRUM PL1000-40LB CASCADE PLUS GRAN 42 LB. BAG $ 96.28 BAG PL-1023-DR DUPLEX 55 GL DR $ 1,640.83 DRUM PL-1023-DR20 DUPLEX 20 GL DR $ 668.79 DRUM PL-10230-2.5GL DUPLEX ULTRA 2.5 GAL JUG $ 188.73 JG PL1025-CS E-Z TABS 24/6 OZ CS $ 255.62 CS PL1025-EA E-Z TAB APPLICATOR $ 136.68 EA PL1022-2.5GL MAGNUS 2.5 GAL JUG $ 168.42 JG PL1022-20DR MAGNUS 20 GL DR $ 1,287.88 DRUM PL1029-2.5 RADIUS 2.5 GAL JUG $ 120.00 JG BID ANTS NM1000-CS MACRO-SORB(FOLIAR) 4/5 LTR CS $ 302.40 CS NM1000-DRUM MACRO-SORB(FOLIAR) 58.12 GLS/DR $ 3,079.66 DRUM NM1001-CS MACRO-SORB (RADICULAR) 4/5 LTR CS $ 238.46 CS Page 3 Chemical ste '•ril 1 2010 Brookshire GC .1 Page 4 Chemical Master April 1 2010 Brookshire GC ADVANCED TURF SOLUTIONS, INC. CITY OF CARMEL - BROOKSHIRE GC j CHEMICAL PRICE LIST 2010 ITEM NUMBER PRODUCT SIZE LEVEL I UNIT NM1001-DRUM MACRO-SORB(RADICULAR) 58.12 GLS/DR $ 2,161.36 DRUM NM1002-CS QUELANT-CA 4/5 LTR CS $ 320.00 CS NM1003-CS QUELANT-K 4/5 LTR CS $ 323.39 CS NM1005-CS QUELANT-MINORS 4/5 LTR CS $ 332.46 CS G H R . ULATOOM.i n ; 'Z $ 4 'sF. -.r FS10141-2.5GL ARMOR TECH PGR 113 2.5 GAL JG $ 540.00 JG FS10141-1 GL ARMOR TECH PGR 113 1 GAL JG $ 293.33 JG PE1010-GL CUTDOWN 1 GAL JG $ 295.68 JG SE1000-16 OZ CUTLESS 8x2 OZ CS $ 188.25 BG HC1021-GL EMBARK T&O 1 GAL JG $ 58.95 GL FS1018-2.5GL ETHEPHON 2 SL 2.5 GAL JG $ 88.80 JG s t 8' Pat"?, w X,'t r x S°"t'°�b. •." t_�,a �'t 'L€: S }"s A.,Af''�'+ �y.•a�s„ry "h��. .as }S'� .. .... ,g r-a.s"� �t.?n`'..,ix.s.;t�f".�: �r�5sint��*riis.-c.:�. HC1068-2.5GL TRANSFILM 2.5 GAL JUG $ 92.96 JG PC1000-BG TREE SAVER 30 X 3 OZ $ 89.40 CS DT1000-30LB ARBOR GREEN PRO 30 LB BG $ 73.64 BG PC1003-30LB FLOWER SAVER PLUS(3-4-3) 30 LB BX $ 100.60 BX PC1009-22LB VERTIMULCH 22 LB PAIL $ 74.87 PAIL PC1012-8LB PHC 27-9-9(TREES) 8LB BG $ 34.17 BG ? { :�i-5 ! _1 v 4,. 8 ,1`..4 I a, •'Y'is}* " rC n' ^ .'+': ^`'' afM� .-a . 04, ^" ,,,,i SEY-1000-CS ATHLETIC MARKING PAINT 12CNS/CS $ 55.80 CS IMI1000-50LB LINE MARKING CHALK(56 BGS PALLET) 50 LB BG $ 2.69 BG PR1003-BRICKS PRO MOUND 312/PALLET $ 440.00 PALLE PR1003-50LB PRO MOUND 50 LB BG $ 13.31 BG PR1000-50LB RAPID DRY 50 LB BG $ 9.47 BG PR1008-50LB * SOILMASTER PLUS CERAMIC 50 LB BG $ 13.97 BG PR1001-50LB SOILMASTER RED INFIELD COND 50 LB BG $ 9.17 BG PR1002-50LB SOILMASTER SELECT RED 50 LB BG $ 10.58 BG NON-STOCKING PALLET QUANTITIES ONLY ON PRO'S CHOICE PRODUCTS R VELk EOUSZ.,. .., ,., :izt , 7• x r!Z.i''. ..s..'..N R;s . V,3 73"'•i.-i".wkp, -ty to`z. PL1010-GL CHEMSTICK 1 GAL JUG $ 43.90 GAL PL1008-2.5 GL DELUX 2.5 GAL JUG $ 42.58 JG PL1004-CS DEVOUR 24X8 OZ CS $ 461.01 CS PL1016-QT DIRECT 1 QT $ 23.66 QT SE1002-GL FLIGHT CONTROL PLUS 1 GAL JUG $ 281.43 GL PL1001-CS INCIDE-OUT 12/1 QT CS $ 153.00 CS PL1001-QT INCIDE-OUT 1 QT $ 12.75 QT PL1010-CS KNOCKDOWN 12/1 QT CS $ 183.27 CS PL1010-QT KNOCKDOWN 1 QT $ 15.27 QT PL1009-GL MICROYL 1 GAL $ 34.75 GL PL1021-GL NEW BALANCE 1 GAL JUG $ 29.39 GL ES1000-BX PREDASCENT Deer repellant 150 PEGGS $ 75.00 BOX ES1005-BG PREDASCENT Deer repellant 1200 PEGGS $ 300.00 BAG ES1010-BX PREDASCENT Goose repellant 150 PEGGS $ 75.00 BOX ES1010-BG PREDASCENT Goose repellant 1200 PEGGS $ 300.00 BAG PL1003-2.5GL REGREEN 2.5 GAL JUG $ 126.06 JG PL1015-2.5 REPLACE 2.5 GAL JUG $ 108.86 JG PL100-5QT RUNWAY 1 QT $ 12.35 QT PL1006-1GL SIGNAL BLUE 1 GAL JUG $ 37.20 GL PL1006-EZPK-2 SIGNAL BLUE EZ SOLUPAKS 48X2 OZ CS $ 245.41 CS Page 4 Chemical Master April 1 2010 Brookshire GC Page 5 Chemical Master April 1 2010 Brookshire GC ADVANCED TURF SOLUTIONS, INC. CITY OF CARMEL - BROOKSHIRE GC CHEMICAL PRICE LIST 2010 ITEM NUMBER PRODUCT SIZE LEVEL I UNIT PL1007-EZPK SIGNAL GREEN EZ SOLUPAKS 48X2 OZ CS $ 294.50 CS PL1002-CS SPECTRUM 24X8 OZ CS $ 382.24 CS BL-1000-CS TALPIRID (MOLE BAIT) 5 BOX/CS $ 205.88 CS BL-1001-BX TALPIRID(MOLE BAIT) 2/10 WORMS $ 41.18 BX BL-1002-CASE TOMCAT MOLE CONTROL 10-3/2/VVORMq $ 145.00 CS BL-1002-BOX TOMCAT MOLE CONTROL 3/2/WORMS I $ 17.95 BX ENP1005-2.5GL FOLIAR PAK 1-0-15 W/AMINO K 2.5 GAL JUG $ 60.48 JG ENP1010-52.5GL FOLIAR PAK 4-0-1 PROMOTE 2.5 GAL JUG $ 84.00 JG ENP1015-2.5GL FOLIAR PAK 5-16-4 Ca/P 2.5 GAL JUG $ 70.08 JG AN1250-2.5GL FOLIAR PAK 11-0-11 W/L AMINO 2.5 GAL JUG $ 72.75 JG AN1260-2.5GL FOLIAR PAK 14-2-4 W/L AMINO 2.5 GAL JUG $ 57.60 JG AN1422-2.5GL FOLIAR PAK 14-2-14 W/MICROS 2.5 GAL JUG $ 45.43 JG AN1270-2.5GL FOLIAR PAK 18-3-6 W/MICROS 2.5 GAL JUG $ 48.53 JG ENP1025-2.5GL FOLIAR PAK 22-0-4 2.5 GAL JUG $ 42.24 JG ENP1020-2.5GL FOLIAR PAK AMINO CALCIUM 2.5 GAL JUG $ 46.58 JG ENP1045-2.5GL FOLIAR PAK Fe6/Plus 2.5 GAL JUG $ 29.76 JG ENP1045-30GL FOLIAR PAK Fe6/Plus 30 GL DR $ 401.97 DR ENP1045-55GL FOLIAR PAK Fe6/Plus 55 GL DR $ 673.72 DR ENP-2.5GL FOLIAR PAK MINOR MIX 2.5 GAL JUG $ 50.74 JG ENP1030-2.5GL FOLIAR PAK MICROS PLUS 2.5 GAL JUG $ 86.10 JG ENP1000-2.5GL FOLIAR PAK MGN 2.5 GAL JUG $ 60.48 JG G01002-2.5GL HUMEGA 2.5 GAL JUG $ 47.50 JG ENP1,,0..35-2.5GL MEGA CAL II 2.5 GAL JUG $ 47.50 JG RT1008-50LB ENDO ROOTS FINE 50 LB BG $ 64.80 BG RT1002-2.5GL IRON ROOTS 2.5 GAL JUG $ 165.12 JG RT1010-25LB M-ROOTS 25 LB BG $ 32.25 BG RT1010-160Z MYCORRHIZA ROOTS 160Z. 16 OZ $ 44.34 16 OZ RT1022-15LB ROOTS 20-4-10 PLUS MYCORRHIZA 15 LB BG $ 51.55 BG RT1007-PL TRANSPLANT 1 STEP 27 LB BG $ 169.93 BG AGENCY/FLOOR Priced Products INSECTICIDES AR1010-64oz ALOFT SC GC Restricted 640Z UNIT $ 460.00 UNIT AR1015-64oz ALOFT SC LCO 640Z UNIT $ 460.00 UNIT AR1010-401b ALOFT G GC Restricted 40LB BAG $ 65.00 BAG AR1015-401b ALOFT G LCO 40LB BAG $ 65.00 BAG AR1001-25LB ARENA.25G Limited 25 LB BG $ 37.00 BG VA1004-30LB ARENA .25G 30LB BG $ 44.40 BG AR1000-400Z ARENA 50WDG 40 OZ UNIT $ 530.82 UNIT HC1022-30LB DYLOX 6.2 G 30 LB BG $ 39.00 BG •GENCY/FLOOR Priced Products FUNGICIDES 12/2.75 LB BA-1010-33LB CURALAN (33 LB KEG) $ 1,138.50 AR1005-160Z DISARM 16 OZ BTL $ 309.00 BTL AR1005-640Z DISARM Limited 60 OZ BTL $ 1,158.75 BTL Page 5 Chemical Master April 1 2010 Brookshire GC ' Page 6 Chemical Master April 1 2010 Brookshire GC ADVANCED TURF SOLUTIONS, INC. CITY OF CARMEL - BROOKSHIRE GC I CHEMICAL PRICE LIST 2010 j ITEM NUMBER PRODUCT SIZE LEVEL I UNIT AR1005-1280Z DISARM Limited 120 OZ BTL $ 2,062.50 BTL AR1005-2.5GL DISARM C 2.5 GAL JG $ 469.00 JG AR1006 DISARM M NEW 640Z UNIT $ 513.00 BTL AD1005-2.5GL ECHO 6F ETQ 2.5 GAL JG $ 174.50 JG AD1005-CS ECHO Ultimate ETQ 2x10 LB CS $ 195.00 CS BA-.49LB EMERALD 1 ac .49 lb-1 ac $ 142.10 BG BA-2.4LB INSIGNIA 1 ac 2.4 lb-1 ac $ 355.20 BG BA-7.2LB INSIGNIA 3 ac 7.2 lb cs-3 ac $ 991.80 BG BA- HONOR 3 lb $ 408.00 BG VA 1015 BTL STELLAR 104 OZ BTL $ 431.13 BTL VA1005-5LB TOURNEY 5 LB $ 882.85 5LB BA1009-2.5GL TRINITY 2.5 GAL JG $ 812.50 JG AR1020-4.8LB VERANDA T 4.8 LB BTL $ 450.00 BTL AGENCY/FLOOR Priced Products I I I ERBICIDES I I Floor price 1-3 drums PB10050-55GL TRIMEC 992 55 GAL DRUM $ 1,239.00 DRUM Floor price 4 or more drums invoiced entirely PB10050-55GL TRIMEC 992 55 GAL DRUM $ 1,199.00 DRUM PB10050-275GL TRIMEC 992 Nonstock 275 GAL BULK $ 5,445.00 BULK VA1000-1LB VELOCITY SG 8x1 LB $ 449.45 LB •GENCY/FLOOR Priced Products I I Jan 1st 2010 I ROWTH REGULATORS I I In season price SE-DRUM CUTLESS MIDPAK 30X8 OZ DR $ 2,065.05 DR SE1000-DRUM CUTLESS SUPERPAK 60X8 OZ DR $ 3,648.00 DR SE1008-2.5GL LEGACY 2.5 GL JG $ 978.50 JG GENCY/FLOOR'Priced Products etting Agents/ Miscellaneous AQ1011-5GL DISPATCH (Injectable) 5 GL PAIL $ 192.06 JG AQ1011-30GL DISPATCH (Injectable) 30 GL DR $ 881.73 DRUM AQ1011-55GL DISPATCH(Injectable) 55 GL DR $ 1,509.81 DRUM AQ1015-2.5GL DISPATCH(Sprayable) 2.5 GAL JUG $ 189.15 JG AQ1015-30GL DISPATCH (Sprayable) 30 GL DR $ 2,095.20 DRUM AQ1010-2.5GL EXIMO 2.5 GAL JUG $ 275.00 JG AQ1008-2.5 GL REVOLUTION 2.5 GAL JUG $ 227.95 JG AQ1008-30 GL REVOLUTION 30 GL DR $ 2,619.00 DRUM AQ1008-55 GL REVOLUTION 55 GL DR $ 4,694.80 DRUM Page 6 Chemical Master April 1 2010 Brookshire GC