Loading...
Global Asphalt/ENG/135,332.82/Alley in Old Town Globe Asphalt Paving Company. Inn. Ltiginccrin_-2014 Appropriation#202- 435-0900: R0. 1131842 Contract Nor To lixcced$135,332.82 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 Globe Asphalt Paving Company, Inc., an entity duly authorized to do business in the Slate 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 202-435-0900 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 One Hundred Thirty Five Thousand, Three Hundred Thirty Two Dollars and Eighty Two Cents ($135,332.82) (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 alter the dale 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 conformance 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 "Project if 13-06 Old Town Alley Project 5th Street NE to 7th Street NE" received by the City of Carmel Board of Public Works and Safety on or about May 7, 2014, 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. Globe Asphalt Paving Company, Inc. Engineering-2014 Appropriation P202-435-0900: P.O. /131842 Contract Not To Exceed $1.15.332.82 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. Globe Asphalt Paving Company. Inc. Engineering- 2014 Appropriation i1202-435-0900; P.0. 1131842 Contract Not To Exceed$1135.332.82 Vendor further agrees to indemnify, defend and hold harmless City and Us officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws,executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E-Verify Law"), Vendor is required to enroll in and verify the work eligibility status of Us newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit 0, affirming that it is enrolled and participating in the E-verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program, Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E- Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. Globe Asphalt Paving Company. Inc. Engineering-2014 Appropriation;1202-435-0000: P.O.1131842 Contract Not To Exceed$135332.82 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to he paid to Vendor under or pursuant to this Agreement. 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions.The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will he sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Attn:Jeremy Kashman Carmel, Indiana 46032 If to Vendor: Globe Asphalt Paving Company, Inc. 6445 E. 300 Street PO Box 19168 Indianapolis, IN 46219 Telephone: 317-568-4344 ATTENTION: William A. Shumaker Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. Globe Asphalt Paving Company, Inc. Hngi neeri ng-2014 Appropriation 11202-438-(1900; P.O.U31842 Contract Not To Exceed$135,332.82 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor, In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount, 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City, A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2014 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless ofheraise agreed by the parties hereto. 23. HEADINGS Alt heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I,C. § 5-22.16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. Globe Asphalt Paving Company. Inc. H,ginecring - 2014 Appropriation 11202-435-0900'• P.O. /01842 Contract Not To Pxceed$135,332.821 27. 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. 28. 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 Globe Paving Asphalt Company, Inc. by and through its Board of Public Works and Safely By: By:, (Pt" ,^ ( pc6S James Brainard, Presiding Officer Authorized Signature ate: Printed Name ■ ary n Burke, Mambe Date: M 'y8 —/y Pros lc(r n 1. Title Lori S. Wale ember FID/TIN: : Date: �6./r8 Il i Last Four of SSN if Sole Proprietor: ATTEST: Date: Lo Diana Cordray, IAMC, Clerk-Treasurer Date: May 7, 2014 ML Jeremy Kashman, P.P_, us City of Carmel Engineer " ' • One Civic Squint GOMEPRC® Camel, IN 46032 EN6INEERB;P,.0 Re: Old Town Alley Project —S" Street NE to Street NE Project No. 13-06 Mr. (Cashman. We have reviewed all of the bids for the referenced project. We have also reviewed the low bidders' contract documents and find Globe Asphalt Paving Co., Inc. to be the most responsible and lowest bidder I'hr both the base bid and the alternate bid. 13ased on the cost of the Base Bid, we would recommend that Globe Asphalt Paving Co., Inc. be awarded the Base Bid project and a contract in the amount of$135.332.82 if the City decides to proceed with the project. Thank you ibr the opportunity to provide services to the City of Carmel Engineering Department. Please feel free to contact us regarding further coordination of this project as necessary. Sincerely, K. r �llliaon Hall I. P.C. CrossRoad Engineers 34 i 7.South Sherman Drive Beech Grove, IN 46107 cc: Trent Newport, P.E.,L.S.. CrossRoad Engineers, P.C. EXHIBIT A BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This john sled! he utilized by all Bidders. Except as otherwise specifically provided, all Parts shall he fidly and occurately filled in and completed and notarized. Pro eel: Old Torun Alley Project- 5"'Street NE to t'Street NE Project 1/13-06 The eonstraet:on of 712 feet of 12 feet wide porous asphalt or pervious Proposal For Construction of : concrete alley from the north side of 5"'Street NE to the south side of 7th Street NE, including concrete drive approach installation/replacement, sanitary manhole installation,adjustment of water valves to grade, and drain basin installations. Also include(' within the project will he the installation of approximately 713 linear feet of varying depth, S-inch { /� diameter,perforated H7)PE mulct-drain. Date: f `020111\�/� �_—__ '1't): City of Carmel, Indiana, Board of Public Works and Safety • 13117.1 • PART BIDDER INFORMATION (Print) Bidder Name: G obc Y s kGJF VCv n? . no • 1.9 Bidder Address: Street Address: Lociqc City: c■rtpISi Stare: =LI�I Zip: `I te)-1 Phoae:aIl.I_ (o _,- 2)11.3.1_._. Fax: 311 -C((s&-eL .1 7 . 1.3 Bidder is a/nn [mark oar] Individual Partnership _ Indiana Corporation Foreign (Out of State) Corporation; Stale: Joint Venture Other 1.4 (The folio iaiug most be answered if the Bidder or any of its partners cr joint venture pcuties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana, foreign corporations must register with the Secretory of the Stale of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney Genera("s Opinion 112, dated faunally 23, 1958.j .1 Corporation Name: .2 Address: .3 Dale registered with State of Indiana: .4 Indiana Registered Agent: Name: • Address: T\" 1310-2 ( |`4KI2 131U |`80P0SA|. ( T|uooJur/i�ov| Bidder proposes |, Furnish all necessary labor. machinery, tools, ( q`|nmo/`� mx:h;)s� ,xp/iyom/i �o�n// ux| ^|i�/ o/�r���x� x�p�|�</ and uycr|ivmmid | � / all ^Wiuxi^m incident Ume|oio strict accordance with and xiUhi" the timd; > |`o` iJ'JkyAu (eoosand conditions v[the Contract Documents iii the above described \\i/i and project. ueluoinre any and all trdclentda (herein, br (lie Unit Prices applicable tn the Contract Items &; stared in Part 3 hereof(I(emix\| y/opv/x|). `\1)idh (inn Prices, rlun multiplied hy estimated unit quantities rot'such [wxou hems, |v|o}������ ��c�� �_� �� { � � � `' 0oUxn (S_. ��_�_���� /' / ') A|iernaU!1}iJ The onJuxb�:o| Bidder pvop`sc/ u ��o�i/}� xU /oceo:? labor, machinery. tools, / oypwox/, m^uria|s` cqoipmoV` survice ,w| m|n/ oeeec/:/! sunp|icx, *x| mpo6vmmx( bUilt all nhlierrrrnis irreid 'ru thereto tn strict recirdanee with arid within the time(s) provided by the (errris turd conditions o[||uContract [Documents or (lie above described Work vx| Project, iododivg any and all addenda tlicrrero, or the Unit Prices applicable to Uvc,`o:xu koo/ wstocJ in Part 3 hmrv[<Akuna|; Items), which Unit Prices, when n�ul|ip|ieJb! eshmu,d unit 4ouU{|ics |�/'auJ` Cwvmukexx. wb| .'�. ' � ----_----`��_ /���'��z�J- , b�|`� Dollars (\ i���� 2.3 The Bidder acknowledges that evaluation v[the lowest Bid shall he based oo such price and kirther acknowledges that the unit quantities listed in Part 3 or this Proposal :Ire \ | //o,xxe/ solely k`/ Uupmyo�; v[ 8i�| erdvx|(,n and Cvo|/vw �/�xord, mdare not tobe � eotrsn'ticl as exact ii hirrcljni The Bidder also understands that all Work which may result wn the (\/olne| shall ke compensated kvmno Unit Price. basis and that the OWNER and E;C(NBEK cannot and d ` not �o:nm�� U uo^u"� o, . uxn|/iyo( xn! dciii ol Work it be' penlorrtied in tirnrtished irrider the Contract. [Ire Bidder hirrriier ooJcsu/xk Un/ a Contract may |oawarded by either e\alirrrinrc& lie Base Bid alone or /`alum inu the Base Bid incombination with A'eAlternate Bid irU/c Owner xishk/ k' e\ccm/. • | - m|` / PART 3 CONTRACT ITEMS AND UNIT PRICES (1 iris Pert to he wed only fa' Bidding ort Unit Price Contracts for the Comport Items.shown] ___ _ Base Bid itemized Proposal 1 __ (13.06) Old Town Allen- 5th Street NE to 7th Street NE 1 Item 1 Quaid I Ii Item ty Unit 1 Unit Cost Total Cost 1 Mobilization/Demobilization I LS `r`)' i ,_lzcco. 05OO.vo 2 Maintenance ofTraflic 1 LS ca coo 3 Clearing]Right ol'Way I LS � oO SO D• ov Li r.R 4 Common Excavation 563.5 CYS �,LI, �`0 1C1 9L 1, S 5 PCCP for Approach, 6 IN. 2 4,25 SYS �' ,�� e(`. 6 Compacted Aug. No. 53, Base 8.33 TON ,j 931 LI`m as 7 Porous Asphalt Surface, 4" Depth j 8,545 j SET 3, 85 1 s 5.,2,_618. Aggregate for Porous Pavement. 8 ;:S Washed Stone, 6" De t1h 317 TON _ %t+ ? () ;(-0, `a3 Aggregate for Porous Pavement, fl2 Stone, 9 12" Depth - 717 _ TON I `I, 83 l {9, -I ELi t t 10 Nonwoven Geotextilc Fabric I 1,422 I SYS 1 ,14 I OLI, fit, 8" Double Wall Perforated HDPE ' II Underdrain 829 LF'1' _ q, 8 7 q L ?d2 • d3 12 1 8" SDP 35 PVC I 100 LET - / (,,, p0 I (POU, o c 13 IN'ylop!ast Drainage Structure, 12_1 70 I EA (4...16, no (a`"I 00,`e 14 t Mechanically Core Structure L' C EA j °o 1 r� ; t 15 f Concrete Slopewall 2 EA 3 `'0 t O "c 16 Water Valve, Adjust to Grade 2 BA DG a I 31a 17 Sanila� Manhole EA G — CO b F IS NurserySoddinc 502 L SYS _i LI 00 _7', 0 g., CO 19 Topsoil (Undistributed) 5.02 SYS 1 ab 1, Alf if L) 20 Erosion Control Measures 1 I LS 5_, 00. `)r) ,25-1,2 00, °o L Total Base Bid Itemized Proposal I ".3!5-/ 3 30, 1310-t • -- ------------ Alternate Bid Itemized Proposal (13-06) Old Town Alley- 5th Street NE to 7th Street NE Item Quart It Item ity Unit Unit Cost Total Cost A-I Mobilization/Demobilization I LS G,S C; °C (,15-00 ,00 A-2 Maintenance of Traffic I LS 1 SSA,o° i A-3 Clearing Right of Way a-- l LS oa A-4 Common Excavation 563.5 CPS 3o C r (01 s'''' A-5 PCCP for Approach, 6IN. 24.25 SYS I O(„ L151 _) 5-&(,, dt^ A-6 Compacted Agg. No. 53. Base � 8.33 TON ,jc't. 9 3 I clgci ,J.2 Pervious Concrete Pavement, 6'' — 1 _- A-7 Depth _ 8,545 SET 19 o Aggregate for Porous Pavement, A-S f8 Washed Stone, 4" Depth 211 TON /9(]. 70 al 3 to 7, -7°1 Aggregate for Porous Pavement, /12 Stone, A-9 12" Depth 717 TON 1 el. 83 1 -7S1,L( , A-10 Nonwoven Geotextile Fabric 1,422 SYS I , `I _ ;?t 1 Ot_i , Sal 8" Double Wall Perforated FIDP_r• A-Il Underdrain _ 829 LET C 67 I ? . :73 A-I2 S" SDR 35 PVC _ 100 j LET °L cc. A-13 JNyloplasi Draina,ce Slruclure, 12" 20 EA _ bi D, 00 13,LI UQ, "1 A-I4 1 Mechanically Core Structure 1 EA 1 ,, oe,oa L (00, c o l A-15 Concrete Slopawall 2 LA � � U° o. • 6n, 0 A-16 Water Valve, Adjust to Grade 2 EA _ I VP! CO 3 I;9 , CO A-t 7 I Sanitary Manhole EA ___(,24,5 (t, Ot� (n,.5-0 ' 11• A-IS _NurservSoddino 502 SYS cry ly. l I ,oa,e. ° � A-!9 Topsoil (Undistributed) 502 SYS �-v° D A-20 20 Erosion Control Measures I LS oo r - ° ' S, t:t�, 5; Do, Total Alternate Bid Itemized Proposal ml LiC 541,1,UV 1 I--• • /4-- i • Bin-'