Loading...
Calumet Civil Contractors, Inc/Engr CALUMET•CIVIL.CONTRACTORS, INC. K/O# d1 � °u ' Q� Engineering Department-2008 • APPROVED, A,f TO Proj. 06-19: Rangeline/136`" Street RAB �I/J Appropriation#2006 Bond P.O. #18340 FORM BY•. Contract Not To Exceed S748,298.86 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 Civil Contractors, 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 2006 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 Seven Hundred Forty Eight Thousand Two Hundred Ninety Eight Dollars and Eight Six Cents ($748,298.86) (the"Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and • Services are not disputed, are in accordance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the'total,cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate,,unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Proj. 06-19: Rangeline/136t Street RAB" received by the City of Carmel Board of Public Works and Safety on or about May 21, 2008, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. • IZ`E 9uf.M%Docu uw'P,afmio,ul Sm,cr POMl ,Goods R Smim-M'$ .O7.dcc.VEt/_C118 I w PM] 1 CALUMET CIVIL CONTRACTORS, INC. Engineering Department—2008 Proj.06-19: Rangeline/136'h Street RAB Appropriation #2006 Bond P.O. #18340 Contract Not To Exceed $748,298.86 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. Vendorshall 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 orproperty 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. • I].'E B,,M1M\DeatmentsTraftssional Seniccs1ORMSOoWak Yn, •Re,N-KRJ i 5/n7/2DOS I'W PM] 2 CALUMET CIVIL CONTRACTORS, INC. Engineering Department—2008 Proj.06-19: Rangeline/136i°Street RAB Appropriation #2006 Bond P.O.#18340 Contract Not To Exceed $748.298.86 Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These' indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal,state and local laws, executive orders, rules, regulations'and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, • regulations and codes. This indemnification obligation,shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the, United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their, employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of,any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 13. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 14. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 15. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance-with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit'is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that Stich court is the appropriate venue for and has jurisdiction over same. z:E Ras Sl,Don ncm&Y,oftWmuj Scnim'FORMS!Gaol,S Smite-Rn SN.L;Doc. /L]MNA 104 PMI 3 CALUMET CIVIL CONTRACTORS, INC. Engineering Department—2008 Proj. 06-19: Rangeline/136t Street RAB Appropriation#2006 Bond P.O. #18340 Contract Not To Exceed S748,298.86 • 16. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 17. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 ATTN: Mike McBride AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Calumet Civil Contractors, Inc. 4898 Fieldstone Drive Whitestown, Indiana 46075 Telephone: 317-769-1900 E-Mail: kgreen(a.calumentcivil.com ATTENTION: Kevin Green • Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 18. TERMINATION: 18.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event,of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing. conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. l].IY Ras&'AI„DoalITIMVPIOffiSIOIL3i Sem¢SFO0.USlfgoh&Seri -Pess 1]Ett-.Y17/IOJd l'IA PMK 4. CALUMET CIVIL CONTRACTORS, INC. Engineering Department—2008 Proj.06-19: Rangeline/136ih Street RAB Appropriation #2006 Bond P.O. #18340 Contract Not To Exceed$748,298.86 18.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the.party which they represent. 20. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2008, 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. Iz•E Bas(M)D:NimcnuTAofemoml seniasrow.mrums s Sm ices.Rn&n.ni mc:5rsvzm k 104 PR I 5 CALUMET CIVIL CONTRACTORS,INC. Engineering Department—2008 Proj.06-19:Rangeline/136t Street RAB Appropriation#2006 Bond P.O.#18340 Contract Not To Exceed$748,298.86 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained In any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained In this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in Interest. IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA CALUMET CIVIL CONTRACTORS, INC. by and through its Board of Public Works and Safety 6y. By: es Brainard, Presiding Office Erized Signature ate: Kevin S. Green Printed Name MAjleb ry A Urke, M t President Dater ` e2 Title Lori Watson„ ber FID/TIN: 35-1 1 51 7 7 1 Date: At(f isLiO SSN if Sole Proprietor: ATTEST: Date: May 27, 2008 1 „/A/11,44A1 4/)6.30 ' na Cordray, IAM !'l rkp,fasurer ate: fie 0 • ILiE tµ+ElecnieulProAsuaal SPA t Lnsas.w.ta.V4er117n=1W non 6 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/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal & Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage (anyone fire): $250,000 Medical Expense Limit (any one person): $ 50,000 Comprehensive Auto Liability (owned, hired and non-owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: - $ 10,000 PART 3 CONTRACT ITEMS AND UNIT PRICES Description Unit Item No. Quantity Price Total Price SECTION 0001 ITEMS 1 CONSTRUCTION ENGINEERING 1.0 LSUM 9,200.00 9,200.00 2 FIELD OFFICE,B 6.0 MOS 1 ,250.00 7,500.00 3 MOBIdZATION AND DEMOBILIZATION 1.0 LSUM 28,850.00 28,850.00 4 • CLEARING RIGHT OF WAY 1.0 LSUM 5,000.00 5,000.00 5 PAVEMENT REMOVAL 1,675.6 SYS 8.46 14,175.58 6 TRAFFIC SIGNAL EQUIPMENT,REMOVE 1.0 LSUM 4,000.00 4,000.00 7 EXCAVATION,COMMON 951.0 CYS 59.40 56,489.40 8 BORROW 1,630.0 CYS 0.01 16.30 9 TEMPORARY DITCH INLET PROTECTION 8.0 EACH 85.00 680.00 10 TEMPORARY SILT FENCE 1,182.7 LFT 1.25 1,478.38 11 SUBGRADE TREATMENT,TYPE IBA 367.7 SYS 19.8 6 7,302.52 12 STRUCTURE BACKFILL,TYPE 1 498.4 CYS 18.62 9,280.21 13 STRUCTURE BACKPI.L,TYPE 2 313.5 CYS 23.45 7 ,351.58 14 GEOGRID,TYPE I(UNDISTRIBUTED QUANITTY) 2,979.8 SYS 2,7 3 8,134.85 15 COMPACTED AGGREGATE,NO.53,BASE 675.6 TON. 18.50 12,498.60 16 STONE,NO. 2 • 1,078.3 TON 18.50 19,948.55 17 MILLING,ASPHALT, 1-1/2 IN 108.1 SYS 22.28 2,408.47 18 HMA SURFACE,TYPE C 254.7 TON 81.29 20,704.56 19 HMA INTERMEDIATE,TYPE C 409.8 TON 66.34 27,186. 13 20 HMA BASE,TYPE C 454.3 TON 63.32 28,766.28 21 ASPHALT FOR TACK COAT 1.5 TON 125.00 187.50 22 PAVERS,CONCRETE 276.2 SYS 142.04 39,231.45 23 CURB RAMP,CONCRETE,C 20.1 SYS 111.53 2,241.75 24 CURB RAMP,CONCRETE,K 13.9 SYS . 111.55 1,550.55 AR-4 "EXHIBIT AI (� '; Description Unit Item No. Quantity Price Total Price 25 CURB RAMP,CONCRETE,L 2.4 SYS 111.61 267.86 26 SIDEWALK,CONCRETE,4IN 553.9 SYS 59.97 33,217.38 27 CURB,CONCRETE 149.7 LFT 42.21 6,318.84 28 CURB,CONCRETE,B 472.7 LET 46.68 22,065.64 29 CURB AND GUTTER,CONCRETE 1,528.8 LFT 20.77 31,753.18 30 PCCP FOR APPROACHES,6 IN. 132.3 SYS 66.69 8,823.09 31 PCCPFOR APPROACHES,9IN. 235.4 SYS 73.40 17 ,278.36 32 MAILBOX ASSEMBLY;SINGLE 1.0 EACH 125.00 125.00 33 MONUMENT,B 9.0 EACH 450.00 4,050.00 34 MONUMENT,C 3.0 EACH 550.00 1,650.00 35 GEOTEXTILES 8.0 SYS 1. 18 9.44 36 RIPRAP,REVETMENT 12.0 TON 50.00 600.00 37 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 2.0 EACH 100.00 200.00 38 FERTILIZER 0.2 TON 1,050.00 210.00 39 SEEDING,MIXTUREU 61.SLBS 5.A5 359.78 40 MULCHING MATERIAL 1.3 TON 670.00 871.00 41 WATER 8.9 kGAL 25.00 222.50 42 TOPSOIL 2478 CYS 43.52 10,784.26 43 SODDING,NURSERY 2,232.8 SYS 7.63 17,036.26 PIPE,TYPE 4,CIRCULAR,6 IN.,DOUBLE WALL, SMOOTH INTERIOR t,797.6 LFT 4.75 8,538.60 45 PIPE,TYPE 2,RCP,CIRCULAR, 12 IN. 712.0 LFT 29.95 21 324.40 46 PIPE,TYPE 2,RCP,CIRCULAR, 18 IN. 341.0 LFF 39.77 13,561.57 47 PIPE,TYPE 2,RCP,CIRCULAR,24IN. 402.0 LFT 46.27 18,600.54 48 HMA FOR STRUCTURE INSTALLATION,TYPE C 103.7 TON 76.87 7,971.42 49 CONCRETE PIPE END SECTION,24IN. _ 1.0 EACH 925.12 925. 12 50 AGGREGATE FOR UNDERDRAINS 161.8 CYS 39. 10 6,326.38 51 CASTING,ADJUST TO GRADE 2.O EACH 475.59 951.18 AR-5 "EXHIBIT Z 95 Description Unit Item No. Quantity Price Total Price 52 CAP INLET 3.0EACH 479.00 1,437.00 53 INLET,ti 0 5.0 EACH 1,863.60 9,318.00 54 INLET,MIO 9.0EACH 1,834.03 16,506.27 55 INLET,R13 1.0 EACH 2,928.06 2,928.06 56 PIPE CATCH BASIN, 15 IN. 2.0 EACH 1,336.38 2,672.76 57 MANHOLE,C4 2.0 EACH 2,133.04 4,266,08 58 STRUCTURE,MANHOLE,RECONSTRUCT 3.2 LFT 598.63 1,915.62 59 MANHOLE,I2 1.0EACH 2,957.26 2,957.26 60 STORM QUALITY TREATMENT UNIT 1.0 EACH 16,761.25 16,761.25 61 ROAD CLOSURE SIGN ASSEMBLY 9.0 EACH 125.00 1,125.00 62 DETOUR ROUTE MARKER ASSEMBLY 22.0 EACH 105.00 2,310.00 63 CONSTRUCTION SIGN,A. • 6.0 EACH 115.00 690.00 64 CONSTRUCTION SIGN,B 5.0 EACH 10.00 1 50.f10 65 MAINTAINING TRAFFIC 1.0 LSUM 7,855.46 7,855.46 66 BARRICADE,III-B 168.0 LFT 12.00 2.016.00 67 STREET SIGN ASSEMBLY,ORNAMENTAL 16.0 EACH 1,800.00 28,800..00 68 YIELD LINE TRIANGLE,THERMOPLASTIC 27.0 EACH 25.00 675.00 69 TRANSVERSE MARKINGS,THERMO,CROSSWALK LINE,8 IN. 219.0 LFT 1.80 394.20 70 LINE,THERMOPLASTIC,SOLID,WHITE,41N. 198.0 LFT 0.95 188.10 71 LINE,THERMOPLASTIC,BROKEN;WHITE,8 IN:2'LINE/4'GAP 37.0 LFT 3.00 111.00 72 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN. 2,446.0 LFT 0.65 1,589.90 73 PVMT MSG MARKING,THERMO,LANE INDICATION.ARROW 4.0 EACH 85.00 340.00 74 MANHOLE,CIO LOEACH' 3,337.24 3,337.24 75 1 IN CONDUIT FOR STREETSCAPE UNDER ROADWAY,INCL. 400.0 LIT 208,#10G 18.00 7.200.00 76 1.251N CONDUIT FOR STREETSCAPE UNDER ROADWAY, 400.0 LIT 20.00 8,000.00 INCL.206,#8G .. 77 DUAL CONDUIT DUCT 400.0 LIT 21.00 8,400.00 78 CABINET,.TYPE PI MODIFIED 1.OEACII 4,500.00 4,500.00 AR-6 "EXHIBIT �� 99 Description Unit Item No. Quantity Price Total Price 79 FOUNDATION, TYPE PI I.O EACH 1,200.00 1,200.00 80 ORNAMENTAL LIGHT POLE FOUNDATION,LUMINARIES lMO EACH 5,800.00 58,000.00 81 I IN PVC CONDUIT UNDER ROADWAY 120.0 LFT 20.00 2,400.00 82 2'HANDHOLE LOEACH 800.00 800.00 83 FLOWAELE FILL(UNDISTRIBUTED QUANTIT}) 20.0 CYD 61.51 1,230.20 Section 0001 Base Bid Total= 748,298.86 AR-7 "EXHIBIT /`1