Loading...
E&B PAving/ENG/4,398,095.91/Main Street - Illinois to GuilfordE & B Paving, Inc. Engineering - 2014 Appropriation #900; P.O. # Contract Not To Exceed $4.398.095.91 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 Carmel, Indiana, acting by and through its Board of Public Works and Safety ( "City "), and E & B Paving, Inc., 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 900 Grant 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 Four Million, Three Hundred Ninety Eight Thousand, Ninety Five Dollars and Ninety One Cents ($4,398,095.91) (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 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. 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 "14 -06 Main Street Improvements" received by the City of Carmel Board of Public Works and Safety on or about August 20, 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. IV:Wornlw:In,ratian ti.n & (I'.d ti,c'V'inyu" Q114St & Nine -f..6 & 8 -31-14 iY.WNV}III-1 Inri MI] E & 13 Paving, Inc. Engineering 2014 Appropriation #900; P.O. # Contract Not To Exceed $4,398.095.91 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 Vendors 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. IS''.WmMCmnmtaWd S,n A Goals S■n,Eng smn+■Es B n,i.. -G. a, E & B Paving, Inc. Engineering - 2014 Appropriation #900; P.O. # Contract Not To Exceed $4.398.095.91 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. 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 its newly -hired employees using the E- Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E- verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, 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. IV:4AVneMmnxINTJS.a@ Goals Sec .gin ymmmEl.'el14SE Hnin •ti ,A @Sn.ices S. llo@tr./ !114 E & 13 Paving, Inc. Engineering - 2014 Appropriation #900: P.O. # Contract Not To Exceed $4.398.095.91 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 be 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 be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: E & B Paving, Inc. 17042 Middletown Avenue Noblesville, IN 46060 Telephone: 317-773-4137 E -Mail: Iarry.canterbury@ebpaving.com ATTENTION: Larry Canterbury 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. (V:,h .ulmvamWirs.n R (udc S. StesLnIttnemngt201 PF. e N Patios -cn N .. S. E & 13 Paving, Inc. Engineering - 2014 Appropriation #900; P.O. it Contract Not To Exceed $4,398,095.91 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 otherwise agreed by the parties hereto. 23. 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. 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. 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, 1"- Wt .S Gds SaQ gS,urtr'011Wk B Pat frig -..J+ a Ser.im 9-J11.1da-.8/2VID1.1 IO1t AM] E & 13 Paving, Inc. Engineering 2014 Appropriation #900: P.O. # Contract Not To Exceed $4,398,095.91 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 by and through its Board of Public Works and Safety By: ,.r Jam Bra! ard, Presiding Officer 1. . v v. ine Mary Date Burke,pmbe 1 -�y Lori S. Wa sofi Member Date: e��� ATTEST: Diana Cordray, IAMC, Clerk- Treasurer Date: IV:WcjO]ein4A/tor S Gals S.oW..&nmurlbls&.k 819. E & B Paving, Inc. By: nth ed Signature Printed Name l�rCt Pre�ideK- Title FID/TIN: . Last Four of SSN if Sole P roprietor: Date: 1 25---P71 \\ \\` I PAN/ G/. • •. 2s s ••n= STRUCTUREPdJNT eAL / / / / / / / //l 11l 111111�Y\\\\\\\\\\ ITEMIZED PROPOSAL Main Street Improvements Project No.: 14 -06 Sta. 3 +60.00 to 9 +23.12 Line "F1" Item No. Section No. Description Quantity Unit Unit Price Item Total ".• 0001 ' , ue 105 ROADWAY CONSTRUCTION ITEMS fi l -n Sfa 3 60 0" 0 0 9123" 12 CONSTRUCTION ENGINEERING PART n eF1 1 7A t 00 LS = 52,700.00 + i l.hJh„ u.; 52,700.00 0002 110 MOBILIZATION AND DEMOBILIZATION 1 00 LS 519,550.00 519,550.00 0003 201 CLEARING RIGHT OF WAY 1 00 LS $1,500.00 $1,500.00 0004 202 CURB AND GUTTER, REMOVE 2,251 00 LFT 55.50 512,380.50 0005 202 SIDEWALK, CONCRETE, REMOVE 86 00 SYS 58.80 5756.80 0006 203 EXCAVATION, COMMON 522.00 CYS 520.00 510,440.00 0007 205 TEMPORARY INLET PROTECTION 2.00 EACH 585.00 5170.00 0008 205 TEMPORARY MULCH 2.00 TON 5480.00 5960.00 0009 205 TEMPORARY SILT FENCE 36.00 LFT $1.25 545.00 0010 205 TEMPORARY SEED MIXTURE 89.00 LBS 50.25 522.25 0011 207 SUBGRADE TREATMENT, TYPE II 373.00 SYS 59.50 53,543.50 0012 207 SUBGRADE TREATMENT, TYPE IC 1,872.00 SYS 512.00 $22,464.00 0013 207 SUBGRADE TREATMENT, TYPE IC (UNDISTRIBUTED) 350.00 SYS 512.00 54,200.00 0014 211 STRUCTURAL BACKFILL, TYPE 1 5.00 CYS 532.00 5160.00 0015 301 COMPACT AGGREGATE, NO 53. BASE 125.00 TON 530.00 53,750.00 0016 306 MILLING, ASPHALT, 1 1/2 IN 2,222.00 SYS $3.00 $6,666.00 0017 401 HMA, 5, 76, INTERMEDIATE, OG, 19.0 mm 273.00 TON 587.00 523,751.00 0018 401 JOINT ADHESIVE, SURFACE 2,617.00 LFT 50.50 $1,308.50 0019 401 JOINT ADHESIVE, INTERMEDIATE 2,617.00 LFT 50.60 51,570.20 0020 401 LIQUID ASPHALT SEALANT 2,617.00 LFT 50.40 51,046.80 0021 402 HMA SURFACE, TYPE A 27.00 TON , 5220.00 55,940.00 0022 402 HMA SURFACE, TYPE C 332.00 TON 5110.00 $36,520.00 0023 402 HMA INTERMEDIATE, TYPE A 44.00 TON 5135.00 55,940.00 0024 402 HMA INTERMEDIATE, TYPE C 174.00 TON 590.00 515,660.00 0025 402 HMA BASE, TYPE C 463.00 TON $90.00 541,670.00 0026 406 ASPHALT FOR TACK COAT 2.00 TON 5400.00 5800.00 0027 604 CURB RAMP, CONCRETE, C 20.00 SYS 5145.00 52,900.00 0028 604 CURB RAMP, CONCRETE, L 37.00 SYS 5145.00 55,365.00 0029 604 CURB, CONCRETE, STRAIGHT 181.00 LFT 545.00 58,145.00 0030 604 CARMEL CURB AND GUTTER, TYPE II, MODIFIED 1,145.00 LFT 525.00 528,625.00 0031 604 CARMEL CURB AND GUTTER, TYPE III, MODIFIED 495.00 LFT 540.00 519,800.00 0032 604 CURB RAMP, CONCRETE, C, MODIFIED 37.00 SYS 5145.00 55,365.00 0033 621 TOPSOIL 240.00 CYS 542.00 $10,080.00 0034 621 SODDING, NURSERY 565.00 SYS S4.50 52,542.50 0035 715 PIPE, TYPE 4 CIRCULAR 6 IN 1,088.00 LFT 57.00 57,616.00 0036 715 PIPE, TYPE 2 CIRCULAR 12 IN 3.00 LFT 585.00 $255.00 0037 718 AGGREGATE FOR UNDERDRAINS 93.00 CYS 530.00 $2,790.00 0038 718 GEOTEXTILES FOR UNDERDRAIN 942.00 SYS $1.50 51,413.00 0039 720 INLET, B15 1.00 EACH 52,200.00 52,200.00 0040 720 CASTING, ADJUST TO GRADE, MODIFIED 1.00 EACH 5850.00 S850.00 0041 801 MAINTAINING TRAFFIC, PART 1A 1.00 LS 597,710.64 597,710.64 0042 802 SIGN POST, SQUARE, TYPE 1, REINFORCED ANCHOR BASE 205.00 LFT 512.00 52,460.00 0043 802 SIGN, SHEET, AND SUPPORTS, REMOVE 18.00 EACH 520.00 5360.00 0044 803 SIGN, SHEET, AND SUPPORTS, REMOVE, (UNDISTRIBUTED) 8.00 EACH 520.00 5160.00 BID -4A (an S Item S Section D Description Q Quantity Unit U Unit Price I Item Total 0045 8 802 S SIGN, SHEET, WITH LEGEND 0.080 IN THICKNESS 5 58.00 SFT 5 517.00 5 5986.00 0046 8 802 S SIGN, SHEET. WITH LEGEND 0.100 IN THICKNESS 8 85.00 SFT 5 518.00 5 51,530.00 0047 8 802 D DECORATIVE STREET SIGN ASSEMBLY, 4 4.00 EACH $ $1,100.00 5 54,400.00 0048 8 808 T TRANSVERSE MARKING THERMOPLASTIC 3 330.00 LFT 5 55.00 5 51,650.00 0049 8 808 L LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN 2 246.00 LFT 5 51.00 5 5246.00 0050 8 808 L LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 1 1,162.00 LFT 5 51.00 5 51,162.00 0051 8 808 L LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN 3 362.00 LFT 5 51.00 5 5362.00 0052 8 808 L LINE, THERMOPLASTIC, BROKEN. WHITE, 6 IN 2 200.00 LFT 5 51.50 5 5300.00 0053 8 808 L LINE, THERMOPLASTIC, BROKEN. WHITE, 81N., 3FT 2 227.00 LFT 5 52.00 5 5454.00 \1bH�4/!7 8 808 P PAVEMENT MESSAGE MARKING, THERMOPLASTIC, 4 4-0- EACH 5 5140.00 5 53,080.00 0065 203 BORROW 2,374.00 CYS 57.00 516,618.00 i111140\ \ OSection No. No. Description Quantity Unit Unit Price Item Total "' -'C0. �'` ROADWAYCONSiRUCTiON ITEMS PART7B __.� 452,500.00 ' <_, _ ft!' are_ _�.. �). S4 9+2312 016±± ±.39.tJ°n_ 0056 105 CONSTRUCTION ENGINEERING 1.00 LS 52,500.00 0057 110 MOBILIZATION AND DEMOBILIZATION 1.00 LS 519,588.00 519,588.00 0058 201 CLEARING RIGHT OF WAY 1.00 LS 52,000.00 52,000.00 0059 202 CURB AND GUTTER, INTEDRAL, REMOVE 84.00 LFT 511.00 $924.00 0060 202 CURB AND GUTTER. REMOVE 206.00 LFT 55.50 51,133.00 0061 202 SIDEWALK. CONCRETE. REMOVE 99.00 SYS 58.80 5871.20 0062 202 CONCRETE, REMOVE 80.00 SYS 58.80 5704.00 0063 202 BARRIER WALL, CONCRETE, REMOVE 10.00 LFT 550.00 5500.00 0064 203 EXCAVATION, COMMON 236.00 CYS 5150.00 535,400.00 0065 203 BORROW 2,374.00 CYS 57.00 516,618.00 0066 205 TEMPORARY INLET PROTECTION 17.00 EACH 585.00 51,445.00 0067 205 TEMPORARY MULCH 2.00 TON 5480.00 5960.00 0068 205 TEMPORARY SILT FENCE 1.011.00 LFT 51.25 51,263.75 0069 205 • TEMPORARY SEED MIXTURE 126.00 LBS 50.25 531.50 0070 207 SUBGRADE TREATMENT, TYPE II 1,040.00 SYS 57.50 57,800.00 0071 207 SUBGRADE TREATMENT, TYPE 113 2,306.00 SYS ' 56.05 513,951.30 0072 207 SUBGRADE TREATMENT, TYPE 18 (UNDISTRIBUTED) 1.200.00 SYS 56.05 57,260.00 0073 211 STRUCTURAL BACKFILL, TYPE 1 15.00 CYS 532.00 $480.00 0074 301 COMPACTED AGGREGATE, NO. 53, BASE 347.00 TON 530.00 510,410.00 0075 401 JOINT ADHESIVE, SURFACE 1.112.00 LFT 50.50 5556.00 0076 401 JOINT ADHESIVE, INTERMEDIATE 1,112.00 LFT 50.60 5667.20 0077 401 LIQUID ASPHALT SEALANT 1,112.00 LFT 50.40 5444.80 0078 402 HMA SURFACE, TYPE A 73.00 TON 5120.00 58,760.00 0079 402 HMA SURFACE, TYPE C 61.00 TON 596.00 55,856.00 0080 402 HMA INTERMEDIATE, TYPE A 117.00 TON 578.00 59,126.00 0081 402 HMA INTERMEDIATE, TYPE C 101.00 TON 578.00 57,878.00 0082 402 HMA BASE, TYPE C 343.00 TON 562.00 521,266.00 0083 402 HMA, 5, 76, INTERMEDIATE O.G., 19MM 120.00 TON 574.00 58,880.00 0084 406 ASPHALT FOR TACK COAT 2.00 TON 5400.00 5800.00 0085 604 CURB RAMP, CONCRETE, G 10.00 SYS $145.00 51,450.00 0086 604 CURB, CONCRETE, STRAIGHT 121.00 LFT 531.95 53,865.95 0087 605 CENTER CURB, D, CONCRETE, MODIFIED 670.00 LFT 529.00 519,430.00 0088 605 CURB AND GUTTER TURNOUT CONCRETE 3.00 LFT 5175.00 5525.00 0089 610 HMA FOR APPROACHES, TYPE A 63.00 TON 5108.00 56.804.00 BID -4A EXHIBIT A 20r7 Item No. Section No. Description Quantity Unit Unit Price Item Total 0090 616 GEOTEXTILES 28.00 SYS 52.00 556.00 0091 616 RIPRAP, REVETMENT 13.00 TON $43.00 5559.00 0092 621 TOPSOIL 467.00 CYS 542.00 519,614.00 0093 621 SODDING, NURSERY 3,382.00 SYS 54.50 515,219.00 0094 715 PIPE, TYPE 4 CIRCULAR 6 IN 164.00 LFT 57.00 51,148.00 0095 715 PIPE, TYPE 2 CIRCULAR 12 IN 2.00 LFT 5100.00 5200.00 0096 718 AGGREGATE FOR UNDERDRAINS 10.00 CYS 530.00 5300.00 0097 718 GEOTEXTILES FOR UNDERDRAIN 75.00 SYS S1.50 5112.50 0098 720 CASTING, ADJUST TO GRADE (UNDISTRIBUTED) 8.00 EACH 5450.00 53,600.00 0099 720 CASTING, 7, FURNISH AND ADJUST TO GRADE 1.00 EACH 5850.00 5850.00 0100 720 INLET, CAP 1.00 EACH 51,700.00 51,700.00 0101 720 INLET, E7 1.00 EACH 51,700.00 51,700.00 0102 720 STRUCTURE, MANHOLE, RECONSTRUCTED 13.00 LFT 5325.00 54,225.00 0103 720 STRUCTURE, MANHOLE, RECONSTRUCTED (UNDISTRIBUTED) 14.00 LFT 5325.00 54,550.00 0104 801 MAINTAINING TRAFFIC, PART iB 1.00 LS 545,492.71 545,492.71 0105 802 SIGN POST, SQUARE, TYPE 1, REINFORCED ANCHOR BASE 26.00 LFT 512.00 5372.00 0106 802 SIGN, SHEET, AND SUPPORTS, REMOVE 2.00 EACH 520.00 540.00 0107 802 SIGN, SHEET, WITH LEGEND 0.080 IN THICKNESS 5.00 SFT 517.00 585.00 0108 802 SIGN, SHEET, WITH LEGEND 0.100 IN THICKNESS 9.00 SFT 518.00 5162.00 0109 802 RELOCATE COMMERCIAL SIGN 1.00 EACH 5725.00 5725.00 0110 807 LIGHT STANDARD FOUNDATION, 3FT DIAMETER X 8FT 9.00 EACH 5900.00 58,100.00 0111 807 CONDUIT, STEEL, GALVANIZED, 2 IN 25.00 LFT 518.00 5450.00 0112 807 WIRE, E, NO 4 COPPER, IN PLASTIC DUCT, IN TRENCH 4 1,025.00 LFT 59.50 59,737.50 0113 807 CABLE, POLE CIRCUIT THWN, NO 10 COPPER, STRANDED 1IC 800.00 LFT 50.50 5400.00 0114 807 TRANSITION FITTINGS, GALVANIZED STEEL CONDUIT TO PLASTIC CABLE 2.00 EACH 55.00 510.00 0115 807 CONNECTOR KIT, UNFUSED 9.00 EACH 535.00 5315.00 0116 807 CONNECTOR KIT, FUSED 9.00 EACH 535.00 5315.00 - 0117 807 MULTIPLE COMPRESSION FITTING, NON- WATERPROOFED 21.00 EACH 512.00 5252.00 0118 807 INSULATION LINK, NON - WATERPROOFED 18.00 EACH 510.00 5180.00 0119 807 CABLE -DUCT MARKER 2.00 EACH 5125.00 5250.00 0120 807 LIGHT POLE, ORNAMENTAL, 32 FT MOUNTING HEIGHT, 8 FT MAST ARM LUMINAIRE, 200W LED 9.00 EACH 9.00 EACH 57,000.00 52,400.00 S63,000.00 521,600.00 0121 807 0122 808 LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN 983.00 LFT 51.00 5983.00 1 t2I , O1 ¢p, v tt V u!. ..0.1.25,!. 808 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 211.00 LFT 51.00 5211.00 7j7j 08 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN 1,433.00 LFT 51.00 51,433.00 �� 4444,, • PAVEMENT MESSAGE MARKING, THERMOPLASTIC, FISHHOOK LANE INDICATION ARROW 4.00 EACH 5740.00 5560.00 l E/.L ^1 _ PART 18- ROADWAY CONSTRUCTION SUBTOTAL = 5428,595.41 i_ /'//'77jy77 1119M \ \ \ \1y \• \ \ \\\\. ection No. I No. Description Quantity Unit Unit Price Item Total ' +.„ a 4 s...�!�`� K��� 0126 ° t ' IrT, � rxtcwwA cx±' A•. ar = v • ' & ,-IRO WAY�CONS TRUCTION ITE • PART v� a,ssxs 4... 1 r xw•,. 8�`. SS . � zYu i£ t 105 CONSTRUCTION ENGINEERING 1.00 LS 517,400.00 517,400.00 0127 110 MOBILIZATION AND DEMOBILIZATION 1.00 LS 5172,400.00 5172,400.00 0128 201 CLEARING RIGHT OF WAY 1.00 LS 535,000.00 535,000.00 0129 202 PAVEMENT REMOVAL 373.00 SYS 58.80 53,282.40 0130 202 CURB, CONCRETE, REMOVE 826.00 LFT 54.50 53,717.00 0131 202 CURB AND GUTTER, REMOVE 825.00 LFT 55.50 54,537.50 0132 202 CATCH BASIN, REMOVE 1.00 EACH 5400.00 5400.00 BID -4A EXHIBIT !l 30c-7 ,� 0e ji--L: Item No. Section No. (Description i Quantity Unit Unit Price Item Total 0133 202 RETAINING WALL, REMOVE 60.00 LFT 555.00 53,300.00 0134 202 INLET, REMOVE 7.00 EACH 5400.00 52,800.00 0135 202 PIPE, REMOVE 649.00 LFT 519.00 512,331.00 0136 203 EXCAVATION, COMMON 7,068.00 CYS 521.00 5148,428.00 I 0137 203 EXCAVATION, COMMON (UNDISTRIBUTED) 2,000.00 CYS 53.50 57,000.00 0138 203 BORROW 958.00 CYS I 510.00 59,580.00 0139 203 BORROW (UNDISTRIBUTED) 2,000.00 CYS I 56.00 512,000.00 0140 205 TEMPORARY INLET PROTECTION 42.00 EACH 585.00 53,570.00 0141 205 TEMPORARY MULCH 9.00 TON 5480.00 54,320.00 0142 205 TEMPORARY SILT FENCE 4,296.00 LFT 51.25 55,370.00 0143 205 TEMPORARY SEED MIXTURE 551.00 LBS 50.25 5137.75 0144 207 SUBGRADE TREATMENT, TYPE II j 1,374.00 SYS 56.50 58,931.00 0145 207 SUBGRADE TREATMENT, TYPE IB 19,985.00 SYS 56.05 5120,909.25 0146 . 207 SUBGRADE TREATMENT, TYPE 16 (UNDISTRIBUTED) 3,400.00 SYS 56.05 520.570.00 0147 211 STRUCTURAL BACKFILL, TYPE 1 ! 2,571.00 CYS 513.75 535,351.25 0148 211 STRUCTURAL BACKFILL, TYPE 1 (UNDISTRIBUTED) 200.00 CYS 513.75 52,750.00 0149 301 COMPACTED AGGREGATE. NO. 53, BASE i 153.00 TON 540.00 56,120.00 0150 302 COMPACTED AGGREGATE, NO. 53, TEMPORARY FOR DRIVEWAYS (UNDISTRIBUTED) 173.00 TON 520.00 $3.460.00 0151 306 MILLING, ASPHALT, 1 1/2 IN 692.00 SYS 54.00 52,768.00 0152 401 JOINT ADHESIVE, SURFACE 9,364.00 LFT 50.20 51,872.80 0153 401 JOINT ADHESIVE, INTERMEDIATE j 9,364.00 LFT 50.30 52,809.20 I 0154 401 LIOUID ASPHALT SEALANT j 9,364.00 LFT 50.40 53,745.60 0155 402 HMA SURFACE, TYPE C j 1,476.00 TON 590.00 5132,840.00 0156 402 HMA INTERMEDIATE, TYPE C 2,360.00 TON 558.00 5136,880.00 0157 402 HMA BASE, TYPE C 5,821.00 TON 551.00 5296,871.00 0158 402 HMA, 5, 76, INTERMEDIATE O.G., 19.0 MM 79.00 TON 590.00 57,110.00 0159 406 ASPHALT FOR TACK COAT 13.00 TON 5400.00 55,200.00 0160 502 DECORATIVE CONCRETE PAVEMENT , TRUCK APRON 336.00 SYS 581.10 527,249.60 0161 503 DECORATIVE CONCRETE PAVEMENT, MEDIAN CONCRETE 66.00 SYS 581.10 55,352.60 0162 604 SIDEWALK, CONCRETE, RECONSTRUCT 3.00 SYS 5170.61 5511.83 0163 604 SIDEWALK, CONCRETE 14,862.00 SYS 51.00 514,862.00 0164 604 CURB RAMP, CONCRETE, C ! 59.00 SYS 5145.00 58,555.00 0165 I 604 CURB RAMP, CONCRETE, G 113.00 SYS 5145.00 516,385.00 0166 604 ICURB RAMP, CONCRETE, L 115.00 SYS 5145.00 516,675.00 0167 604 CARMEL STRAIGHT CONCRETE CURB i 728.00 LFT 520.00 514,560 -00 0168 604 CARMEL CURB AND GUTTER, TYPE II, MODIFIED 4,859.00 LFT 513.25 564,381.75 0169 604 CARMEL CURB AND GUTTER, TYPE III, MODIFIED 3,199.00 LFT 515.00 547,985.00 0170 604 CARMEL MODIFIED ROLL CURB j 346.00 LFT 517.25 55,968.50 0171 604 CURB RAMP, CONCRETE, C, MODIFIED 9.00 SYS 5145.00 51,305.00 0172 604 SPLITTER ISLAND END TREATMENT 83.00 SET 565.00 55,395.00 0173 605 INDOT BARRIER CURB 271.00 LFT 517.00 1 54,607.00 0174 605 CURB AND GUTTER TURNOUT CONCRETE 12.00 LFT 5100.00 51,200.00 0175 605 CURB, CONCRETE, DEPRESSED 635.00 LFT 513.25 58,413.75 0176 610 HMA FOR APPROACHES, TYPE A 201.00 TON 5105.00 521,105.00 0177 610 PCCP FOR APPROACHES, 8 IN 467.00 SYS 544.00 I 520,548.00 0178 616 GEOTEXTILES j 7.54 SYS 514.99 5113.09 0179 616 RIPRAP, REVETMENT j 2.46 TON 560.04 5147.60 0180 621 TOPSOIL I 2,523.00 CYS 522.00 555,506.00 0181 621 SODDING, NURSERY 12,266.00 SYS 54.25 I 552,130.50 0182 628 FIELD OFFICE, A 18.00 MOS 51,750.00 531,500.00 . 0183 628 CELLULAR TELEPHONE TYPE A 2.00 EACH 5100.00 5200.00 0184 628 CELLULAR TELEPHONE SERVICE, 750 MIN 36.00 MOS 575.00 52,700.00 \\hied/ �A �{,� �Wboc\j 87'' // // 715 PIPE, TYPE 2 CIRCULAR 36 IN j 611.00 LFT 588.00 571,368.00 , 17225 PIPE, TYPE 2 CIRCULAR 15 IN ; 361.00 LFT 541.00 514,801.00 9St'i� PIPE, TYPE 4 CIRCULAR 6 IN j 4,416.00 LFT 56.00 526,496.00 0188 :715 PIPE, TYPE 2 CIRCULAR 12 IN l 1,427.00 LFT 53400 548,518.00 Q189 i 715 7.- PIPE, TYPE 2 CIRCULAR 12 IN (UNDISTRIBUTED) i 150.00 LFT 534.00 55,100.00 , l-- 115 =PIPE, TYPE 2 CIRCULAR 18 IN I 17.00 LFT 559.00 51,003.00 / // / /7jmnnn\\\ \ \\ • BID -4A EXHIBIT A loci i Item Section • No. No. '['Description 1. Quantity Unit Unit Price ' Item Total ! 0191 715 PIPE, TYPE 2 CIRCULAR 30 IN 903.00 LFT 575.00 567,725.00 0192 715 PIPE, TYPE 3 CIRCULAR 24 IN 41.00 LFT 558.00 52,378.00 0193 715 VIDEO INSPECTION FOR PIPE 3,771.00 LFT 51.25 I 54,713.75 0194 715 STORMWATER BMP, STR. NO. 149A 1.00 EACH 536,000.00 536,000.00 0195 718 AGGREGATE FOR UNDERDRAINS 450.00 CYS 530.00 513,500.00 0196 718 GEOTEXTILES FOR UNDERDRAIN 3,784.00 SYS 51.35 55,108.40 0197 720 CASTING, ADJUST TO GRADE 1.00 EACH 5435.00 5435.00 0198 720 INLET, E7 1.00 EACH 51,500.00 51,500.00 l 0199 720 INLET, E7 (UNDISTRIBUTED) 5.00 EACH 51,500.00 57,500.00 0200 720 INLET, J10 7.00 EACH 51,700.00 511,900.00 0201 720 CATCH BASIN, K10 28.00 EACH 51,800.00 550,400.00 0202 720 MANHOLE, C4 2.00 EACH 52,200.00 54,400.00 I 0203 720 MANHOLE, L4 2.00 EACH 53,700.00 57,400.00 0204 720 MANHOLE, C10 3.00 EACH 52,400.00 57,200.00 0205 720 MANHOLE. K4 2.00 EACH 54,000.00 1 58,000.00 0206 720 MANHOLE, J4 14.00 EACH 54,100.00 557,400.00 0207 720 MANHOLE, J8 2.00 EACH 55,300.00 510.600.00 0208 720 EXISTING IRRIGATION SYSTEM, RESTORE 4.00 EACH 51,875.00 57,500.00 0209 801 ROAD CLOSURE SIGN ASSEMBLY 10.00 EACH 5300.00 53,000.00 0210 801 TEMPORARY PAVEMENT MARKING, REMOVABLE, 4 IN 1,503.00 LFT 51.50 52,254.50 0211 801 TEMPORARY PAVEMENT MARKING, REMOVABLE, 6 IN 333.00 LFT 52.00 5666.00 0212 801 DETOUR ROUTE MARKER ASSEMBLY 18.00 EACH 5100.00 51,800.00 0213 801 CONSTRUCTION SIGN, A 20.00 EACH 5170.00 53,400.00 0214 801 CONSTRUCTION SIGN, B 12.00 EACH 560.00 5720.00 I 0215 801 CONSTRUCTION SIGN, A (UNDISTRIBUTED) 20.00 EACH 5170.00 53,400.00 0216 801 FLASHING ARROW SIGN 30.00 DAY 520.00 5600.00 0217 801 MAINTAINING TRAFFIC, PART 2 1.00 LS 5164,254.00 5164,254.00 0218 801 BARRICADE, III -A 240.00 LFT 515.00 53,600.00 0219 801 BARRICADE, III -B 42.00 LFT 515.00 5630.00 0220 801 BARRICADE, III -A (UNDISTRIBUTED) 60.00 LFT 515.00 5900.00 0221 801 PORTABLE CHANGEABLE MESSAGE SIGN (UNDISTRIBUTED) 2.00 EACH 54,635.00 $9,270.00 [' 0222 801 TEMPORARY PAVEMENT MARKING, REMOVABLE, YIELD LINE 13.00 LFT 520.00 5260.00 0223 802 SIGN POST, SQUARE, TYPE 1, REINFORCED ANCHOR BASE 458.00 LFT 512.00 55,496.00 0224 802 SIGN, SHEET, AND SUPPORTS, REMOVE 16.00 EACH 520.00 5320.00 0225 802 SIGN, SHEET, WITH LEGEND 0.080 IN THICKNESS 173.00 SFT 517.00 I 52,941.00 0226 802 SIGN, SHEET, WITH LEGEND 0.100 IN THICKNESS 125.00 SFT 518.00 52,250.00 0227 802 DECORATIVE STREET SIGN ASSEMBLY, DIRECTIONAL INSTALLED 10.00 EACH 51,100.00 511,000.00 0228 807 HANDHOLE, LIGHTING 4.00 EACH 5600.00 52,400.00 0229 807 LIGHT STANDARD FOUNDATION, 3FT DIAMETER X 8FT 40.00 EACH 5900.00 536,000.00 0230 807 SERVICE POINT, II, MODIFIED 1.00 EACH 55,000.00 55,000.00 0231 807 CONDUIT, STEEL, GALVANIZED, 2 IN 511.00 LFT 512.00 56,132.00 0232 807 WC E, NO 4 COPPER, IN PLASTIC DUCT, IN TRENCH 4 4,945.00 LFT 59.50 546,977.50 0233 807 CABLE, POLE CIRCUIT THWN, NO 10 COPPER, STRANDED 1/C 3,440.00 LFT 50.50 51,720.00 0234 807 TRANSITION FITTINGS, GALVANIZED STEEL CONDUIT TO PLASTIC CABLE 18.00 EACH 55.00 I 590.00 0235 807 CONNECTOR KIT, UNFUSED 40.00 EACH 535.00 51,400.00 0236 807 CONNECTOR KIT, FUSED 40.00 EACH 535.00 51,400.00 0237 807 MULTIPLE COMPRESSION FITTING, NON- WATERPROOFED 102.00 EACH 515.00 51,530.00 0238 807 MULTIPLE COMPRESSION FITTING, WATERPROOFED 16.00 EACH 512.00 5192.00 I K139///, 807 INSULATION WATERPROOFED 80.00 J 1'�d ,r • 024i'• 0242 ,p ,p7 CABLEDUCTLI�ARKERN- 500 EACH 5125.00 5625.00 /Z ��Stf� • '•807% HEIGHT, LE. ORNAMENTAL, AST ARM 32 FT MOUNTING 40.00 EACH 57,000.00 5280,000.00 LUMINAIRE, 200W LED 40.00 EACH 52,400.00 596,000.00 L 807 - HANDHOLE COMMUNICATION 9.00 EACH 5850.00 57,650.00 :807 _ PVC CONDUIT, 4 IN 5,026.00 LFT 57.50 537,695.00 BID -4A EXHIB T �� Item No. Section No. Description Quantity Unit Unit Price Item Total 0245 807 CARMEL NO. 8 STONE FOR CONDUIT INSTALL 49.00 CYS 525.00 51,225.00 0246 507 CARMEL NO. 8 STONE FOR CONDUIT INSTALL (UNDISTRIBUTED) 20.00 CYS 525.00 5500.00 0247 808 TRANSVERSE MARKING THERMOPLASTIC CROSSWALK WHITE 24" 420.00 LFT 55.00 52,100.00 0248 808 LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN 2,526.00 LFT 50.70 51,768.20 0249 808 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 1,862.00 LFT 50.70 51,303.40 0250 808 LINE, THERMOPLASTIC, SOLID, WHITE, 8 IN 217.00 LFT 52.00 5434.00 0251 808 LINE, REMOVE 400.00 LFT 52.00 5800.00 0252 808 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN 4,242.00 LFT 50.70 52,969.40 0253 808 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE 24 IN 110.00 LFT 55.00 5550.00 0254 gpg PAVEMENT MESSAGE.MARKING, THERMOPLASTIC, LANE INDICATION ARROW 7.00 EACH 560.00 5420.00 0255 808 LINE, THERMOPLASTIC, SOLID, YELLOW, 12 IN 136.00 LFT 54.00 5544.00 0256 808 LINE, THERMOPLASTIC, BROKEN, WHITE, 6 IN 110.00 LFT 53.00 5330.00 0257 808 LINE, THERMOPLASTIC, BROKEN, WHITE, 81N., 3FT STRIPE - 3FT GAP 280.00 LFT 52.00 5560.00 0258 808 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, FISHHOOK LANE INDICATION ARROW 4& 26 EACH 5140.00 53,640.00 0259 808 TRANSVERSE MARKING, THERMOPLASTIC, "SHARKS TEETH" 115.00 LFT 55.00 5575.00 i g D - $" r Tt E DAR, EEa,a auxu . w " •a% y ` �'+a �' 0260 203 EXCAVATION, COMMON (FOR PLANTING BEDS) 44.00 CYS 5150.00 56,600.00 0261 601 GUARDRAIL (PEDESTRIAN HANDRAIL) 175.00 LFT 5278.00 548,650.00 0262 604 12 IN MODIFIED CURB 200.00 LFT 550.00 510,000.00 0263 604 EONQRET€SAND- (NOT USED) 1,100,00 SET 50.00 50.00 0264 604 DECORATIVE CONCRETE PAVEMENT FOR STREETSCAPE PROJECT 5,600.00 SFT 59.01 550,456.00 0265 604 DECORATIVE CONCRETE PAVERS 550.00 SYS 5139.50 576,725.00 0266 604 PLAIN- CONGRE-TE -125 SFT- 14 SYS 551.71 5723.94 5" SIDEWALK, CONCRETE 0267 604 CONCRETE STAIRS WITH 2 RISERS (WITH HANDRAILS) 1.00 EACH 56,000.00 56,000.00 0268 604 CONCRETE STAIRS WITH 4 RISERS (WITH HANDRAILS) 1.00 EACH 58,500.00 58,500.00 0269 604 CONCRETE STAIRS WITH 8 RISERS (WITH HANDRAILS) 1.00 EACH 511,500.00 511,500.00 0270 621 MULCH, SHREDDED HARDWOOD 66.00 CYS 575.00 54,950.00 0271 621 TOPSOIL FOR PLANTING AREA 28 CYS 554.00 515,120.00 0272 622 CONDUIT FOR IRRIGATION 190.00 LFT 512.00 52,280.00 0273 622 PLANT, BROADLEAF EVERGREEN, SPREADING, SEMI SPREADING, 15 IN OR UNDER, 3 GALLON 22 -EACH 176 538.00 56,688.00 0274 622 PLANT, DECIDUOUS TREE, SINGLE STEM, OVER 2 TO 25 IN 22.00 EACH 5280.00 56,160.00 0275 622 PLANT, PERENNIAL 514.50 514,717.50 0 EACH 0276 715 42-1N- HOPE-W€R PIPE, TYPE 2 CIRCULAR 12 IN. 25.00 LFT 585.28 52,132.00 0277 719 TRENCH DRAIN 125.00 LFT 5482.00 560,250.00 0278 731 MASONRY RETAINING WALL W/ BRICK VENEER 800.00 SFT 551.60 541,280.00 0278 805 CONDUIT-FOR-DU# €ENERGY USED) 400,00 &FT 50.00 50.00 (NOT 0280 706 COARSE AGGREGATE, NO. 8 70.00 CYS 5100.00 57,000.00 PART 2 - ROADWAY CONSTRUCTION SUBTOTAL = 53,272,049.56 \\\ ?WINO /4,/ SEAL :? N n I 110' , \ \ \ \\ BID -4A EXHIBIT A Item Section No. I No. Description Quantity Unit Unit Price Item Total Item No. Section No. Description Quantity Unit Unit Price Item Total �1 . {uC .rk SANITARY;SEWERAND WATER MAIN. CONSTRUCTION �f way { 6�'§��"Hy'i"a1�*y+ ITEMS= PART 3 Sly sR ` "r, �.a,•Y t hr •qt 9 t'C, ^i! 7*1'ij'`s�7ti�'"it_ t3�vcjTj`.t'".,•F- W.. r 1. \.a n.yr �?Y. ` v� _ rrE.rt. 0300 105 CONSTRUCTION ENGINEERING (2%) 1.00 LS S2,400.00 52,400.00 0301 110 MOBILIZATION AND DEMOBILIZATION (2%) 1.00 LS 513,000.00 513,000.00 0302 201 CLEARING RIGHT OF WAY (2%) 1.00 LS 52,000.00 52,000.00 0303 205 EROSION CONTROL (2-%) 1.00 LS 54,000.00 54,000.00 0304 801 MAINTAINING TRAFFIC (2 %) 1.00 LS 53,800.00 53,800.00 0305 621 RESTORATION (Water Line in Grass) (2-1) 1.00 LS 512,613.00 512,613.00 0306 715 PIPE, SANITARY SEWER, LATERAL, 6 IN, SDR -26 PVC 180.00 LFT 543.00 57,740.00 0307 715 SANITARY MANHOLE, 48" DIA., TYPE "C -4 ", 11' DEEP TO 18' DEEP 4.00 EACH 52,650.00 510,600.00 0308 211 STRUCTURAL BACKFILL, TYPE 1 1,500.00 CYS 513.75 520,625.00 0309 715 WATER MAIN, DUCTILE IRON, 12 IN 805.00 LFT 555.00 $44,275.00 0310 715 WATER MAIN, DUCTILE IRON, 6 IN 30.00 LFT 540.00 51,200.00 0311 719 DUCTILE IRON FITTINGS, (RESTRAINED) 3,227.00 LBS 53.75 512,101.25 0312 715 VALVE WITH BOX, GATE, D.I.R.J., 12 IN 2.00 EACH 52,800.00 55,600.00 0313 715 COMBINATION AIRNACUUM RELEASE VALVE ASSEMBLY 1.00 EACH 51,750.00 51,750.00 0314 720 FIRE HYDRANT ASSEMBLY, INSTALLED 3.00 EACH 55,000.00 515,000.00 0315 720 FIRE HYDRANT ASSEMBLY, REMOVE 1.00 EACH 51,100.00 51,100.00 0316 720 IRRIGATION CONNECTION ASSEMBLY 2.00 EACH 54,000.00 58,000.00 0317 720 IRRIGATION CONNECTION ASSEMBLY (UNDISTRIBUTED) 3.00 EACH 51,400.00 54,200.00 0318 715 PIPE, SANITARY SEWER, 10 IN, SDR -26 PVC 697.00 LFT 5130.00 590,610.00 PART 3 - SANITARY SEWER AND WATER MAIN CONSTRUCTION SUBTOTAL = 5260,614.25 PART 1A - ROADWAY CONSTRUCTION SUBTOTAL = PART 1B - ROADWAY CONSTRUCTION SUBTOTAL = PART 2 - ROADWAY CONSTRUCTION SUBTOTAL = PART 3 - SANITARY SEWER AND WATER MAIN CONSTRUCTION SUBTOTAL = 5436,836.69 1 5428,595.41 1 53,272,049.56 1 S260,614.25 TOTAL BID = 54,398,095.91 Submitted By: EBB Authorized Signature: amp Address: 1704 Telephone: Date: 8/20/2014 Email: steve.broermann @ebpaving.com BID -4A iddletown Avenue N..de.ville. IN 46060 7 -773 -4 EXHIBIT A �6�