Loading...
Calumet Asphalt Paving/Engr b5,31 61- - 'Clumet Asphalt Paving Co.,Inc. 07 APPROVED, AS TO Engineering Dept.— 136Y Street from Ditch Road to Spring Mill Road Appropriation#2006 Road Bond; P. 0.#16529 FORM ByLve Contract Not To Exceed$3,178,386.72 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 Calumet Asphalt Paving Co., Inc. ("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 2006 Road Bond funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Three Million One Hundred Seventy-Eight Thousand Three Hundred Eighty- Six Dollars and Seventy-Two Cents ($3,178,386.72) (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 submitted 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 #04-07 136th Street — Ditch Road to Spring Mill Road" received by the City of Carmel Board of Public Works and Safety on or about February 21, 2007, 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. City's stated use and are fit and sufficient for their particular purpose. [Z IE RaU'.My Documa,u'PmpsimA SwiceVEUGINCERING1007.CALUMET G&5-Siring Mill to Oita Rd Eoc:Y9A:(057I 37 PM] Calumet Asphalt Paving Co., Inc. Engineering Dept.— 1361^Street from Ditch Road to Spring Mill Road Appropriation#2006 Road Bond; P. 0. #16529 Contract Not To Exceed$3,178,386.72 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. 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. [Z:'E Osa'My Daommb`Refessionel SwiCCYENLQEEWN@SWTCALUMETO&S-Spring MIS is"itch PE ex3/3' t71:37 PM] 'Calumet Asphalt Paving Co., Inc. Engineering Dept.— 136th Street from Ditch Road to Spring Mill Road Appropriation#2006 Road Bond; P. 0. #16529 Contract Not To Exceed$3,178,386.72 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. 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. [Z'2 Bass`.My Documents\Prol siaml Sa'ENGINEERIFGMb7CALUNET G@S-Spring Mill I,Ditch Rd de<311!0071:37 PM] Calumet Asphalt Paving Co., Inc. Engineering Dept.—136N Street from Ditch Road to Spring Mill Road • Appropriation#2006 Road Bond; P. 0. #16529 Contract Not To Exceed$3,178,386.72 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: Michael McBride, City Engineer Douglas C. Haney, City Attorney Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: • Calumet Asphalt Paving Co., Inc. 5265 East 96th Street Indianapolis, Indiana 46240 ATTN: Notwithstanding the above, notice of termination under paragraph 18 herein below 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. 18.2 Either party hereto may terminate this Agreement at any time upon thirty (30) days prior notice to the other party. 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. [Z'E BInMy DocumentsTrofessional Sanccs NGINEEl1INGIECOTG LUMET G&S•Sp4g Mill W Oil[b Rd doc:3/1007 I:A PM] ' Calumet Asphalt Paving Co.,Inc. Engineering Dept.— 136th Street from Ditch Road to Spring Mill Road Appropriation#2006 Road Bond; P. O. #16529 Contract Not To Exceed$3,178,386.72 • 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, 2007, 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. 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. [Z'S Ba MAy Documeu,CProfessiwral Savica''ENGlNEENNO']OOPCALOMET G&S-Sping Mill to Duch RdM[a/Iy3007 I:ly PM] Calumet Asphalt Paving Co. Inc. Engineering Dept.—136"Street from Ditch Road to Spring Mill Road • Appropriation It 2006 Road Bond; P. 0. #16529 Contract Not To Exceed$3,178,386.72 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA CALUMET ASPHALT PAVING CO., INC. by and through its Board of Public Works and Safety By: By: No r PRe-sENT ` - FeL___ --. James Brainard, Presiding Officer • ed Signature Date: Kevin S. Green Printed Name - Mary Annurke Member Date: — / ` President iTitle • Lori S. Watso mbe FID/TIN: 35-1151771 Date: 3 dr 0 . SSN if Sole Proprietor: ATTE . //// Date: March 13, 2007 iii fi t.: 449' ' ( . ':': 'or.ray, IAMC, ' -reasurer Date: - O . • (ZiS Bea UmmmWPror sional SmiasENGINEEPMG400PCALL IET 0&S-Sp.ig Mill io Ditch FJ doe 3'l. 00l 117 PM) i • I PART 2 BID PROPOSAL 2.1 Contract Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract.Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by festimated unit quantities for such: Base Bid Items total Three Million One Hundred Seventy FA gu t Thrnisand ThrpP Hundred Dollars ($3,178,386.72 ), Eighty Six Dollars and seventy two cents I The Bidder acknowledges that evaluation of the lowest Bid shall be based on such total contract price, and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. • • un I I I an oPCARYEL,RNIXANA MIN 6m2ET RECONSTRUCTION PROJECT NO.0407 Stain 111,2007 REMO PROPOSAL ITEM TIPPCFCAMON 0TA1AT® MO. No. OOANIIFT we NPT COST TOTAL COLT I INDOT 110 MOBILIZATION AND DEMOBILIZATION I IS 99,000.00 99,000.00 TS-17 CLEARING RIGHT OF WAY 1 LS 99,000.00 99,000.00 2 3 INDOT 105 CONSTRUCTION ENGINEERING 1 LS 38,600.00 38,600.00 4 INDOT203 EXCAVATION,COMMON 8,078 CYS 47.92 291,257.76 5 INDOT211 BORROW 9,384 CYS 0.01 93.64 e INDOT 718 GEOTEXTILE FOR UNDERDRAINS 9,312 SYS 1.70 15,830.40 1 INDOT 718 AGGREGATE FOR UNDERDRAINS 849 CYS 33.50 21,741.50 e INDOT 205 TEMPORARY EROSION AND SEDIMENT CONTROL, 6000 LFT PERIMETER PROTECTION 1.28 7,680.00 2 INDOT 205 TEMPORARY EROSION AND SEDIMENT CONTROL,DITCH 5 EA INLET PROTECTION 94.50 472.50 10 INDOT 301 COMPACTED AGGREGATE,NO.53,BASE 2,388 TON 21. 19 50,601.72 ii INDOT 616 RIP-RAP,REVETMENT 187 TON 50.00 9,350.00 12 INDOT616 GEOTEXTILE 187 SYS 2.53 473.11 ' TS-28 NAND 431 LFT 99.50 42,884.50 14 TS-26 MODULAR BLOCK WALL WI GROUND REINFORCEMENT 48 SYD 100.00 4,600.00 1e TS-28 MODULAR BLOCK WALL ERECTION 48 SYD 250.00 11,500.00 IS INDOT211 STRUCTUREBACKFILL 11,502 CYS 16.06 186,167.52 T TS-22 IAIA SURFACE,TYPE C 1,857 TON 65.45 102,560.15 1e INDOT402 NSA/MERMEDIATF TYPE 2,312 TON 43.39 113,334.68 10 INDOT 401 OC/OA HMA,5,78,INTERMEDIATE.OO 19.0 mm 4,737 TON 51.70 , 245,936.90 2e INDOT 402 HAM BABA TYPE 6,268 TON 43.67 273,723.56 21 TS-22 HMA SURFACE,TYPE'A' 627 TON 57.88 36,290.76 22 INDOT402 HMA INTERMEDIATE,TYPE'A' 1,048 TON 51.11 53,461.06 23 INDOT 402 HMA FOR APPROACHES 1,951 TON 57.58 112,338.58 24 INDOT 406 BITUMINOUS MATERIAL FOR TACK COAT 18 TON 200.00 3,200.00 2s INDOT604 SIDEWALK,CONCRETE,41N. 187 SYS 51.77 9,680.99 2e TS-38 DECORATIVE COLORED CONCRETE 77 SYS 104.28 8,029.56 22 INDOT 605 CURB AND GLITTER,CONCRETE,TYPE II 9,784 LFT 11.75 114,962.00 a4 INDOT 605 CURB AND GUTTER,CONCRETE,TYPE III 8,310 LFT 11.00 69,410.00 a INDOT605 CENTER CURB,TYPE'D' 6 SYS 157.30 943.80 30 TS-25 RAMP,CONCRETE,TYPE 13' 237 SYS 113.50 26,899.50 31 INDOT 810 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS,6 IN. 741 SYS 55.89 41,414.49 32 TS-37 MAILBOX ASSEMBLY 10 EA 125.75 1,257.50 33 INDOT621 SODDING,NURSERY 14,237 SYS 4.03 57,375.15. BID 3.1fO 'a1!Ia{ 1 _..m -.�ZT CRY OP CARMEL,9IDIANA 136711 STREET RECONSTRUCTION PROJECT NO.04-07 P66w6ry 10,2007 ITEMIZED PROPOSAL RBI SPECIFICATION DESCRIPTION snnv N6T BST COST TOTAL COST NO MO 34 INDOT621 MULCHED SEEDING,U 8,183 SYS 0.63 3,876.39 a6 TS-18 FIRE HYDRANT AND VALVE ASSEMBLY 3 EA 5,051.56 15,154.68 35 TS-18 ADJUST TO GRADE,WATER VALVE 8 EA 455.11 3,640.88 , n T9.18 RELOCATE METER PIT 1 EA 1,503. 11 1,503.11 35 TS-18 FIRE HYDRANT,RELOCATE 1 EA 3,347. 10 3,347.10 3e INDOT822 TREE,RELOCATE 5 EA 500.00 2,500.00 .0 TS•24 CLEANOUT,,RELOCATE 3 EA 1,118.94 3,356.82 41 TS-29,TS-30 CASTING,ADJUST TO GRADE 5 EA 771.65 3,858.25 42 INDOT715 RCP,CLASSBI,CIRCULAR,12 IN 2,910 LFT 32.05 74,035.50 J 43 INDOT 715 RCP,CLASSBI,CIRCULAR,18 IN 8 LFT 46.94 375.52 u INDOT715 RCP,CLASS III,CIRCULAR,18 IN 1,228 LFT 40.68 49,955.04 43 INDOT715 RCP,CLASS III,CIRCULAR,24,N 1,443 LFT 48.02 69,292.86 b INDOT715 RCP,CLASS BR CIRCULAR 30IN 359 LFT 47.80 17,160.20 47 INDOT 715 RCP,CLASS BI,CIRCULAR,38IN 1,984 LFT 60.55 118,920.20 a TS-48 PIPE,CORRUGATED POLYETHYLENE,TYPE SP,8IN 8,821 LFT 3.93 34,666.53 40 INDOT 714 CULVERT,PRECAST BOX,REINFORCED CONCRETE,17 X 8' 115 LFT 804.37 92,502.55 so TS-40 WINGWALL 874 SFT 51.44 44,958.56 51 INDOT720 INLET,J-10 23 EA 1,456.07 33,489.61 52 INDOT720 INLET,F-7 1 EA 1,273.14 1,273.14 53 INDOT720 INLET'S-15 8 EA 1,958.32 15,666.56 5. INDOT 720 INLET,C-15 4 EA 1,958.32 7,833.28 J 55 INDOT 720 CATCH BASIN,MODIFIED C-15 W/CATCH BASIN HOOD 4 EA 2,968.04 11,872. 16 5e INDOT 720 INLET,E-7 2 EA 1,273.13 2,546.26 67 'INGOT 720 CATCH BASIN,E-7 W/CATCH BASIN HOOD 1 EA 2,270.77 2,270.77 5e INDOT 720 INLET,G-7 1 EA. 1,466.31 1,466.31 se INDOT 720 CATCH BASIN,K-10 WI CATCH BASIN HOOD 18 EA 2,369.43 42,649.74 50 INDOT 720 MANHOLE,C-4 19 EA 2,132.42 40,515.98 Si INDOT 720 MANHOLE,K-4 2 EA 4,600.72 9,201.44 63 INDOT 720 MANHOLE,J-4 12 EA 2,814.27 33,771.24 83 INGOT 715 PIPE END SECTION,3:1 -18 IN 3 EA 1,272.89 3,818.67 84 INDOT 715 PIPE END SECTION,3:1-30 IN 1 EA 1.485.21 1,485.21 es INDOT 715 PIPE END SECTION,3:1 -361N 1 EA 1,598.85 1,598.85 68 TS-13 MAINTAINING TRAFFIC 1 LS 56,250.19 56 250. 19/7, t CID 3.2 T _ i3 HUT it Sid 71 [MOP CARMEL,INDIMIA ISI/N 6T71EET RECONBTRUCIION PROJECT NO.e4-07 February ll,2007 REM=PROPOSAL ITEN SPECIFICATION ueac�n0N ®ouArrn um UNIT Wei TOTAL COST NO. NO. e7 INDOT 802 SHEET SIGN,REMOVE AND RESET 2 EA 150.00 300.00 se TS-27 FLASHING BEACON ASSEMBLY,RELOCATE 2 EA 3,620.00 7,240.00 so IS-50 STREET SIONASSEMBLY,ORNAMENTAL 6 EA 1,260.00 7,560.00 79 INDOT 802 SIGN TYPE I,SHEET,ENCAPSULATED LENS WITH LEGEND, SFT 18.45 2,509.20 0.08 IN.THICKNESS96 71 INDOT 802 SIGN POST,SQUARE,1,REINFORCED ANCHOR BASE 195 LFT 15.38 2,999.10 72 INDOT 808 ITNRANSVERSE MARKINGS,THERMOPLASTIC,STOP LINE,24 138 LET 3.75 517.50 73 INDOT 808 TRANSVERSE MARKINGS,THERMOPLASTIC,CROSSWALK 1,227 LFT 1. 15 1,411.05 LINE 6 IN. 74 INDOT808 LINE,THERMOPLASTIC,SOLID,YELLOW,41N. 1,208 LFT 0.49 591.92 75 INDOT 808 LINE,THERMOPLASTIC,BROKEN,YELLOW 4 IN. 272 LFT 0.49 133.28 76 INDOT 808 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 458 LFT 0.49 224.42 n INDOT 808 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC,WORD 11 EA 95 00 1,045.00 'ONLY 78 INDOT 808 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC,LANE 11 EA ARROWS 75.00 825.00 79 INDOT 808 PAVEMENT MESSAGE 2 EA 169.00 338.00 'SCHOOL' e9 INDOT801 ROAD CLOSURE ASSEMBLY 8 EA 244.00 1,952.00 el INDOT 801 CONSTRUCTION SIGN,TYPE A 5 EA 190.00 1,140.00 a2 INDOT 801 CONSTRUCTION SIGN,TYPE B 2 EA 85.00 170.00 09 INDOT 801 DETOUR ROUTE MARKER ASSEMBLY 78 _ EA 87.00 1,566.00 88 INDOT 802 BARRICADE,TYPE III-B - 268 LFT 7.87 2,109.16 85 7S-13 LINE MONUMENT,TYPE B 2 EA 669.50 1,339.00 se TSA17 SECTION CORNER MONUMEN► I EA 699.50 , 699.50 Si 02930 PLANT,Ater pladnoldes'Emerald Queen'(Emerald Queen 41 EA Maple),2.5"-3'CAL. 435.00 17,835.00 ea 20 PLANT,Gleditsia Vlacanthoe'Impede'(Imperial Honeylacust), 2.5'-3'CAL. 410.00 14,760.00 89 02930 PLANT,TIIIa tomentoea(Silver Linden),2.5'-3'CAL. 31 EA 400.00 12,400.00 eo 02930 PLANT,Urfodendron tullpIfera(Tulle Tree),2.5'-3'CAL 31 EA 410.00 12,710.00 91 02930 PLANT,Ulmus a holandlca'Wber1'(Urban Elm),2.5'-3'CAL 26 EA 445.00 11,570.00 02 02930 PLANT,Cledraade kenlukea(American Yellowwaod),2.5'-3'CAL. 24 EA 450.00 10,800.00 9, 02930 MULCH,SHREDDED HARDWOOD BARK 50 CYS 84.60 4.230.00 a 7S-34 RELO OFFICE EQUIPMENT 1 LS 2.045.37 2,045.37 es 73-41 SUBORACE TREATMENT,TYPE 1 fl912 ^SYS 4.04 96,604.48 as 73-31 TOPSOIL 1,381 CYS 4.35 5,876.85 TOTAL AMOUNT OF BID e 3,178,386.72 !.� 97 BID 3.3 _,A) �I- EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name , EXHIBIT C INSURANCE COVERAGES • Worker's Compensation & Disability Statutory Limits Employer's Liability: Bodily Injury by Accident: $ 100,000 each accident Bodily Injury by Disease $ 500,000 policy limit Bodily Injury by Disease $ 100,000 each employee Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): $1,000,000 Products/Completed Operations: $1,000,000 Personal & Advertising Injury Limit: $1,000,000 Each Occurrence Limit: $1,000,000 • Fire Damage (any one fire): $ 50,000 Medical Expense Limit • (any one person): $ 5,000 Comprehensive Auto Liability Owned, hired and non-owned each accident Bodily Single Limit: $1,000,000 injury and property damage Umbrella Excess Liability Each occurrence and aggregate $1,000,000 Maximum Deductible $ 10,000 ]Z:'E BazRly Occumm,fFofttsiaml S sim\EX MBIT C HIGH!R AMOUNTS C¢'.3/13RW]137 PM]