Loading...
E & B Paving Inc./StreetE & B Paving, Inc. Engineering Deputment-2008 APPROVED TO 131" Street: Shelborne Road'to Towne Road BY: Appropriation # 2006 Road Bond;. P.O. #18333. FORM Contract Not To Exceed $2381,422.66 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 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. 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 Two Million Three Hundred Eighty-One Thousand Four Hundred Twenty Two Thousand Dollars and Sixty-Six Cents ($2,381,422.66) (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 submittehn 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 "13151 Street from Shelborne Road To Towne. Road "received by the City of Carmel Board of Public Works and Safety on or about May 7, 2008, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. IZ'EB-N,Bo,um•vu'Pm(eitiovl Yni¢iiFORMSIG,?W GSenim M514L1 Mc:LIL'Wtl 11',56WI E & B Paving, Inc. Engineering Department - 2008 131' Street: Shelborne Road to Towne. Road Appropriation # 2006 Road Bond: P.O. #18333 Contract Not To Exceed $2.381,422.66 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. 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. 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. IZB Bass'Al%Wm?.m'Pmfcnmal 5mi FOMIS'G"W &S LM-M 8MMI1& 311M: II%MIS I E & BPaving, Inc. Engineering Department - 2008 131 "Street: Shelbome Road to Towne Road Appropriation #2006 Road Bond P.6. #118333 Contract Nat To Exceed $2;381,422:66 Vendor further agrees to indemnify; defend and bold harmless City and, its officers, officials, agents and employees from all claims and suits of whatever-type, including butnot limited to, all court,costs, attorney fees, 'and other expenses, caused by 'any actor 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 mvive;the termination of this ,Agreement: 10. GOVERNMENT COMPLIANCE: Vendor agrees. to comply,wilh:all federal, state and166al`Iaws, executive orders,;ruies, regulations and codes which.may be applicable9to Vendor`s performance of its oblgations under this, Agreement, and all relevant provisions: theeof are incorporated herein by this reference. Vendor agrees io.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 indem' Aication`obligation shall survive the'termination of this Agreement. 1-1. NONDISCRIMINATION; Vendor, iepreserits 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 theiremploymenf or subcontracting; because of race, religion, color, sex, handicap, national origin, ancestry, age„ disabled veteran status-and/or Vietnam era vet'eran' status. 12. NO IMPLIED WAIVER; The failure of either party to require performance by the!otherof any.provisiari of this Agreement shall not affect the right of such party to,require such'performance at any time thereafter, norshall the, waiver by any party of a breach of any provision of this Agreementconstitute 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, whetheras.collaterallfora 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'ils 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 Vendorunderor pursuant to this.Agreement: 15. GOVERNING.LAW; LAWSUITSr This Agreement is. to be construed in accordance with and governed by the:laws of the State of Indiana, except for its`coriflictof laws provisions' The parties agree.that, in the.eventa,lawsuitis filed hereunder, they waive their right to ajary 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 nas'jurisdiction cver,same.. Y"£Pass?M?Po^unrn?SA 0fttsiwul iiniaSF0RM51000tlek G<nic^a?fu•Mlg0].dc4UllgpUN l1'.'b AM1l E & R Paving, Inc- Engineering Department -2008 1311 Street: Shelborne Road to`Toivne Road Appropriation # 2006 Road '13ond; R.0;#18.333 Contract Not To, Exceed $2.381,922.56 16. SEVERABILIM, If any term of this Agreement is invalid or unenforceable,underany 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 infull;force and effect. 17. NOTICE: Any notice provided for 1n this,.Agreement will be sufficient Wit is, in writing-and is delivered' by postage prepaid US .certified mail, `return reeeipt',repuested, to the party to be 'notified at the address. specified herein: If to City: City of Carmel On&CivicSquare Carmel,. Indiana 46032 ATTN:,Mike McBride AND Douglas 'C. Haney, City Attorney, Department of Law One CivicnSguare Carmel, Indiana`46032 If to Vendor E &a Paving, Inc'. 17043 Middletown Avenue Noblesville, Indiana 46060 Telephone. 3171773-4132 E-Mail. steve.vamer@ebpaving.com ATTENTION:.Steve,E. Varner, Project Manager, Notwithstanding the above, notice of termination under paragraph 18 hereinbelow, shall be effective if given orally; as'lohg as written notice is then`provided as set forth'hereinabove within five (5) business days from the date of such oral notice. 18. TERMINATION: 16:1 !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 thattsuch payment amount shall not exceed the Estimate amount in effect at.the lime. ofterm ihation,,unless the parties,Fave-previously"agreed"in writing to a,greateramount. IL:'F&ne'M,Dot'umcni{'.FpfRiiOn?15,im'FnP.NC1GeNf R S,,61. .ItN I41601.Ac:ff1Y'_LIIRi II'.iL AT1, 4 E & B Paving, Inc. Engineering D] partment-'2008 131" Street:'Shelborne Road to Towne Road Appropriation # 2006 Road Bond: P.O. #.18333 Contract Nor To Exceed S2.381.422.65 18:2 City may terminate this Agreement' at-,any time upon thirty (30) dayg.prlor notice to.Vendor: In the event of such termination, Vendor shall le entitled to receive only payment for the undisputed invoice amount of,conforming Goods and Services, delivered as ofle date-of termination; except, that such payment amount'shall not. exceed the,Estimate amourlt`in effect,at the time;of.termination, unless lhe'parties have previously agreed in writing to.a greater amount. 19. REPRESENTATiONS'AND WARRANTIES` The parties represen-t and warrant that they are'authorized to en ter into- thi& Ag reemen I 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, requeslVendor to provideladditional goods and services to City.`When City desires.add'itiohai goods and services from Vendor, the City shall notify Vendor of such additional goods and senvices ,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.authonzation documents for.the purchase of additional goods and services shall be.numbered and attached herelo^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, 2008, and shall, on the firsGday 6f each January thereafter; automatically renew for a period of one (1) calendaryear, unless otherwise agreed by the paitieshereto. 22. HEADINGS All heading and sections of this Agreement areinserted for convei ience,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 ail 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'hav'e 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 infiuence or coercion. iZ^F.A PAt, D. ,ga9%of?ioml SlY?taWOIGIS.GJetlid 5eniar Re xnE+Rtlx-L IgMR 1156W E &'0 Paving.. Inc. Eng'i'neenng-Deparlment - 2008 13 1' Strect: Sbalboma..Road to Towne Road Apprapriacian ft; 2006 Road'Hondt F.A. 018333 Contract Not'Tii Exceed 52:38i.ii2166 26. ENTIRE AGREEMENT: This Agreement, togetherwith any exhibits attached hereto or referem agreeme' ni'6ehv6en Veridoraahcl City with respect to the subject lnat & he or written representations and agreements regarding same, Notwithstandi forth herein, but subject to paragraph 16 herisof, to the extent any term or attached to this Agreement or in any document referenced herein cor contathed'In this Agreement„the. term or condition,oonlained in this,Agf This Agreement may only be modifled by written amendment executes successors in interest. d herein, constitutes the entire !61` and supersedes all prior oral g any other term or condition set ondillon contained in any exhibit icWwith any term or condition ement shall govern and,prevail. by both parties' hereto, or their IN WETNESS WHEREOF, the parties heretohave:made and axecuted this Agreement as follows: CITY OF CARMEL, INDIANA by and ihrough.its,Board of Public Works'and Safety ATTEST: E & B PAVING, MC. FIDITIN:.35 - `? 13 °[ 3 01 SSN if Sole Proprietor: Date;' S - I-LV- ,b 9i ue?anae.. ,vew.`aumaee..,e.-m?ca?mr Pl 11 wup 6. V) e- r:--- ?e GS.a?,rr Me A/0 Y'M49A& Lod S. Watson, Me ber Date:. ?. PART 2 BED PROPOSAL 2.1 Rose 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 bathe terms and conditions.of the Contract Documents for the.above described Work and Prajeet inclpding any and all addenda thereto, for the Unit Prices applicable to the ,Contract Items as stated'in Part .3 hereof, which Unit Prices, when multiplied by estimated unit-quantities for such .Contract Items; total'1omIIILb N, 1EM HId= ?-G E ITT MI FaR 1110 D.IVOY'`h'A DM-ARS Am t2al-{ t31YI5 Dollars ($2,3$1;422.66 The Biddenacknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges tliat.the unit quantities listed in .part* 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 winch 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 theeamountor quantity of-any item of Work to. be;performed or furnished under the Contract. l !9 ?iEXHIBIT BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown) Contract Estimated Unit Price Total Pros Item No. Des on Quantity in Figures) or Its 1 OFFICE EQUIPMENT 1 LS $ 2-,l 00.00 $ 2,100.00 2 CONSTRUCTION ENGINEERING 1 LS $ 26 400.00 $ 26 400.00 3 MOBILIZATION AND DEMOBILIZATION 1 LS $ 87 380.00 $ 87 380.00 4 CLEARING RIGHT OF WAY 1 LS $ 25 000.00 $ 25 000.00 5 TREE, 6 IN., REMOVE 8 EACH $ 250.00 $ 2,000.00 6 TREE, 10 IN., REMOVE 3 EACH $ 350.00 $ 1,050.00 7 TREE, 18 IN., REMOVE 8 EACH $ 450.00 $ 3,600.00 8 TREE, 30 IN., REMOVE 2 EACH $ 650.00 $ 1,300.00 9 TREE, 48 IN., REMOVE 2 EACH $ 100000 $ 2,000.00 10 CURB AND GUTTER, REMOVE 1809 LFT $ 5.50 $ 9,949-50 11 SIDEWALK, CONCRETE, REMOVE 439 SYS $ 8.00 $ 3,512.00 12 SIGN AND SUPPORTS; CHANNEL POSTS, REMOVE 16 EACH $ 25.00 $ 400.00 13 INLET, REMOVE 3 EACH $ 500.00 $ 1,500.00 14 PIPE, REMOVE 538 LFT $ 16.00 $ 8,608.00 15 PIPE END SECTION, REMOVE 10 EACH $ 175.00 $ 1,750.00 16 FENCE, FARM FIELD, REMOVE 311 LFT $ 4.00 $ 1,244.00 17 EXCAVATION, COMMON 12460 CYS $ 12.00 $ 149 520.00 18 TEMPORARY CHECK DAM, REVETMENT'RIPRAP 1 TON $ 600.00 $ 600.00 19 TEMPORARY DITCH INLET PROTECTION 21 EACH $ 65.00 $ 1,365.00 20 TEMPORARY SILT FENCE 2967 LFT $ 1.10 $ 3,263.70 21 SUBGRADE TREATMENT, TYPE 1 26539 SYS $ 3.95 $ 104 829.05 22 STRUCTURE BACKFILL 2091 CYS $ 19.00 $ 39 729.00 23 COMPACTED AGGREGATE, NO. 53, BASE 1694 TON $ 27.00 $ 45 738.00 24 STONE,2 100 TON $ 20.00 $ 2,000.00 25 COMPACTED AGGREGATE NO. 53, TEMPORARY FOR DRIVEWAYS 48 TON $ 20.00 $ 960.00 26 HMA SURFACE, TYPE B 426 TON $ 63.00 $ 26 838.00 27 HMA SURFACE, TYPE C, 9.5 mm 1461 TON $ 69.50 $ 101 539.50 28 HMA INTERMEDIATE, TYPE B 703 TON $ 50.00 $ 35 150.00 29 HMA INTERMEDIATE, TYPE C, 19.0 mm 2429 TON $ 46.50 $ 112948.50 30 HMA INTERMEDIATE, TYPE C, OG, 19.0 mm 3939 TON $ 55.00 $ 216 645.00 31 HMA BASE, TYPE C, 25.0 mm 6538 TON $ 43.00 $ 281 134.00 32 HMA FOR TEMPORARY PAVEMENT 788 TON $ 48.00 $ 37.8 4.00 33 ASPHALT FOR TACK COAT 23 TON $ 337.00 $ 7,751.00 34 FENCE, SPLIT RAIL, RESET 235 LFT $ 22.50 $ 5,287.50 35 CURB RAMP, CONCRETE, F 26 SYS $ 85.00 $ 2,210.00 36 CURB RAMP; CONCRETE, G 199 SYS $ 90.00 $ 17,910.00 37 38 SIDEWALK, CONCRETE, 4 IN. COMBINED CURB AND GUTTER, TYPE II 310 SYS 7683 LFT $ $ 45.00 11.00 $ $ 13,9 0.00 84 513.00 39 COMBINED CURB AND GUTTER, TYPE III 7094 LFT $ 11.00 $ 78 034.00 40 DECORATIVE COLORED/PATTERNED CONCRETE, 6 IN. 294 SYS $ 70.00 $ 20,580.00 41 HMA FOR APPROACHES, TYPE C 2319 TON $ 55.00 $ 127 545.00 42 PCCP FOR APPROACHES, 6 IN. 297 SYS $ 47.00 $ 13 959.00 43 MAILBOX ASSEMBLY, SINGLE 4 EACH $ 185.00 $ 740.00 44 MONUMENT, B 2 EACH $ 550.00 $ 00 1,100. 45 MONUMENT, SECTION CORNER 1 EACH $ 450.00 $ 450.00 46 GEOTEXTILES 83 SYS $ 2.00 $ 166.00 BID-, "EXHIBIT 14 -?qq _2 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price _ to No. Description Quantity (in Figures) fpr Item 47 RIPRAP, REVETMENT 55 TON $ 25.00 $ 1,375.00 48 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 4 EACH $ 50.00 $ 200.00 49 FERTILIZER 0.3 TON $ 700.00 $ 210.00 50 SEED MIXTURE, T 226 LBS $ 3.90 $ 881.40 51 MULCHING MATERIAL 5.5 TON $ 445.00 $ 2,447.50 52 WATER 49 kGAL $ 2.05 $ 100.45 53 TOP SOIL 1114 CYS $ 6.00 $ 6 684.00 54 SODDING, NURSERY 13369 SYS $ 2.90 $ 38 770.10 55 PLANTING BED PREPARATION 575 SFT $ 2.50 $ 1,437.50 56 TOPSOIL FOR TREE PITS 275 CYS $ 13.00 $ 3,575.00 57 MULCH, SHREDDED HARDWOOD BARK 25 CYS $ 22.00 $ 550.00 58 SPADE-CUT EDGE AT PLANTING BEDS 70 LFT $ 1.75 $ 122.50 59 PLANT, ORNAMENTAL GRASS, #2 POT 64 EACH $ 19.00 $ 1,216.00 60 PLANT, DECIDUOUS TREES, 3 IN. CALIPER 150 EACH $ 470.00 $ 70 500.00 61 PIPE END SECTION, MIN. AREA 5.1 SO. FT. 2 EACH $ 1,100.00 $ 2,200.00 62 PIPE, TYPE 4, CIRCULAR, 6 IN., DOUBLEWALL, SMOOTH. INTERIOR 7524 LFT $ 4.25 $ 31,977.00 63 PIPE, TYPE 2, CIRCULAR, 12 IN. 1890 LFT $ 24.00 $ 45,360.00 64 PIPE, TYPE 2, CIRCULAR, 15 IN. 799 LFT $ 28.00 $ 22 372.00 65 PIPE, TYPE 2, CIRCULAR, 18 IN. 694 LFT $ 30.00 $ 20,826. 0 66 PIPE, TYPE 2, CIRCULAR, 24 IN. 72 LFT $ 45.00 $ 3,240.00 67 PIPE, TYPE 2, CIRCULAR, 27 IN. 62 LFT $ 55.00 $ 3,410.00 68 PIPE, TYPE 1, DEFORMED, MIN. AREA 5.1 SO. FT. 114 LFT $ 100.00 $ 11 400.00 69 PIPE END SECTION, 18 IN. 2 EACH $ 800.00 $ 1,600.00 70 PIPE END SECTION, 241N. 1 EACH $ 1,200.00 $ 1,200.00 71 HIGH DENSITY POLYTHYLENE PIPE, 2 IN. 940 LFT $ 35.00 $ 32.90 .00 72 SINGLE FLUSHING CONNECTION 1 EACH $ 1.500.00 $ 1,500.00 73 SANITARY LATERAL AND CURB STOP (SADDLE TAP) 3 EACH $ 1,200.00 $ 3,600.00 74 CONNECTION TO EXISTING SANITARY MANHOLE 1 LS $ 1,500.00 $ 1,500-00 75 SURFACE RESTORATION (FOR SANITARY INSTALLATION 1 LS $ 4,000.00 $ 4,000.00 76 AGGREGATE FOR UNDERDRAINS 678 CYS $ 30.00 $ 20 340.00 77 GEOTEXTILES FOR UNDERDRAIN 7524 SYS $ 1.00 $ 7,524.00 78 CASTING, ADJUST TO GRADE 8 EACH $ 1,100.00 $ 8,800.00 79 CASTING, 4, FURNISH AND ADJUST TO GRADE 2 EACH $ 1,200.00 $ 2,400.00 80 INLET, E7 1 EACH $ 1.500.00 $ 1,500.00 81 INLET, J10 13 EACH $ 1,200.00 $ 15,600-00 82 INLET, M10 4 EACH $ 1,500.00 $ 6 000.00 83 INLET, J10, MODIFIED 3 EACH $ 11300.00 $ 3,900.001 84 INLET, M1MODIFIED 4 EACH $ 1,800.00 $ 7,200.00 85 PIPE CATCH BASIN, 24 IN. 7 EACH $ 1 200.00 $ 8,400.00 86 MANHOLE, C4 15 EACH $ 1,500.00 $ 22.500 nn "EXHIBIT 3/q 11 'BID-2 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for'Bldding on'Unit -Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price _ item No. Descn Non a i Eigures) u for Item- 87 STRUCTURE, INLET;, RECONSTRUCT 1.7 LFT $ 950.00 $ 1,615.00 88 CATCH BASIN, F7 f EACH $ 1,400.00 $ 1-400:00 89 MANHOLE, J4 1 EACH $ 31600.00 $ 3,600.00 90 CATCH BASIN, M10 12 EACH $ 1,700.00 $ 20,400.00 91 CATCH BASIN, M% MODIFIED 5 EACH $ 1,900.00 $ 91500-00 92 CATCH BASIN, G7 1 EACH $ 1600:00 $ 1,600W 93 RELOCATE FIRE HYDRANT i EACH $ 4 BOQ.DO $ 4,800.00 94 ADJUST VALVE BOX TO GRADE 14 EACH $ 500.00 $ 7,000.00 95 ROAD CLOSURE' SIGN ASSEMBLY 10 EACH $ 195:00 $ 1950.00 96 DETOUR ROUTE. MARKER ASSEMBLY 17 EACH $ 96:00 $ 1632.00 97 CONSTRUCTION SIGN. A 13-EACH, $ 109.00 $ 1,417.00 98. MAINTAINING TRAFFIC. 1 LS $ 56,536.72 $ 56'536.72 99 BARRICADE; III-,B 240 LFT. $ 11,00 $ 2'040.00 100 SIGN POST, SQUARE; 1., REINFORCED ANCHOR BASE 134.6I=Fr $ 14.00 $ 1,884.40 101 SIGN, SHEET, RELOCATE 6 EACH $ 100.00 $ 600.00 102 SIGN, SHEET,'ENCAPSULATED LENS WITH LEGEND, 0.080 IN. THICKNESS 95 SFT $ 19.00 $ 1,805.00 103 SIGN, SHEET, 'ENCAPSULATED LENS WITH LEGEND;, 0:100 IN: THICKNESS 3 SFr $ 23300 $ 69,00 104 CONDUIT, PVC, 4.IN. -7700 LFT $ 14.00 $ ,107,800.00 105 SAW CUT, FULL DEPTH 24 LFT $ 10.00 $ 240.00 106 HANDHOLE 13 EACH $ 950.00 $ 12,350.00 107 LINE, PAINT, SOLID, YELLOW, B IN. 1352:LFf' .$ 0.75 $ 1;014.00 108 LINE, THERMOPLASTIC; SOLID;'WHITE,•4,IN;, 1727LFT $ 0,57 $ 984.39 109 LINE, PAINT,,SOLID, WHITE, 4,IN. 781 LFT $ 0.50 $ 390.50 1,10 TRANSVERSE MARKINGS, PAINT,.SOLID,,YELLOW CROSSHATCH. LINE, 12.IN, 272 LFr $ 2.40 $ 652.80 111 LINE, THERMOPLASTIC, SOLID. YELLOW, "41N. 106 LFT $ 1:50 $ 162,00 112 TRANSVERSE MARKINGS,. THERMOPLASTIC, STOP LINE 241N. 210.LFf ;$ 4.50 $ 945.00 113 TRANSVERSE MARKINGS, THERMOPLASTIC„ CROSSWALK LINE 8IN. 1159 LFT" $ 1.35 $ 1,564.65 114 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE. INDICATION ARROW 22 EACH $ 88,00 $ 1,936.00 145 PAVEMENT MESSAGE, MARKINGS, THERMOPLASTIC, WORD ONL Y) I 11EACH $ 1.19.00 $ 1,309.00 116 SNOWPLOWABLE RAISEO PAVEMENT MARKER. (YELLOW) 14 EACH $ 1.60.00 $ 2;240.00 TOTAL BASE BID AMOUNT 11 2,361;422.66 CORNER OF'131ST STREET AND TOTAL '.$ 7,357,792.66 4- BID-3 " HI l? Z ?/,( 31