Loading...
E&B Paving/ENG/3,846,602/Illinois St E B Paving Engineering 2012 Appropriation #2006 Bond P.O. #26536 Contract Not To Exceed $3,846,602.01 4 111° A AGREEMENT FOR PURCHASE OF GOODS AND SERVICES bot 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 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 Three Million Eight Hundred Forty Six Thousand Six Hundred Two Dollars and One Cent ($3,846,602.01) (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. 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 "Illinois St. 106th —116th" received by the City of Carmel Board of Public Works and Safety, 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. (rdavra01u1\l u Doia AdmmVAWWareaPrmLS a Good, SvalEapnovuL120121£ 0 PAVING Goads Bowl doc 3l2920122108 PMI E B Paving Engineering 2012 Appropriation #2006 Bond P.O. #26536 Contract Not To Exceed $3,846,602.01 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 waming 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 attomey 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. )rosysyq.lWm" Date AJ®VA 0Ac"malSP,,LSsc,. Goal, Svc AEogo vmg12012 E B PAVING Gook Sm Wa iocY2Y2012 2.08 PM) E 13 Paving Engineering 2012 Appropriation #2006 Bond P.O. #26536 Contract Not To Exceed $3,846,602.01 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, attomey 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., Company shall enroll in and verify the work eligibility status of all of its newly -hired employees using the E -Verify program, if it has not already done so as of the date of this Agreement. Company is further required to execute the attached Affidavit, herein referred to as Exhibit D, which is an Affidavit affirming that: (i) Company is enrolled and is participating in the E- verify program, and (ii) Company does not knowingly employ any unauthorized aliens. This Addendum incorporates by reference, and in its entirety, attached Exhibit D. In support of the Affidavit, Company shall provide the City with documentation that has enrolled and is participating in the E- Verify program. This Agreement shall not take effect until said Affidavit is signed by Company and delivered to the City's authorized representative. Should Company subcontract for the performance of any work under this Addendum, the Company shall require any subcontractor(s) to certify by affidavit that: (i) the subcontractor does not knowingly employ or contract with any unauthorized aliens, and (ii) the subcontractor has enrolled and is participating in the E- verify program. Company shall maintain a copy of such certification for the duration of the term of any subcontract. Company shall also deliver a copy of the certification to the City within seven (7) days of the effective date of the subcontract. If Company, or any subcontractor of Company, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Company or subcontractor subsequently teams is an unauthorized alien, Company shall terminate the employment of or contract with the unauthorized alien within thirty (30) days "Cure Period Should the Company or any subcontractor of Company fail to cure within the Cure Period, the City has the right to terminate this Agreement without consequence. The E- Verify requirements of this Agreement will not apply, should the E -Verify program cease to exist. Navropp*Mar Wu- Admall.AlVshm.dWaf5vu G ood. S.ts1EeF.amwgl2O2 i 8 PAVING Good 5evncgdo Sl?$f2D122O PM) E B Paving Engineering 2012 Appropriation #2006 Bond P.O. #26536 Contract Not To Exceed $3,846,602.01 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. 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 ATTENTION: Carmel, Indiana 46032 If to Vendor: E B Paving, Inc. 17042 Middletown Avenue Noblesville, IN 46060 Telephone: 317 773 -413X 2. ac 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. (Alarvnpp 1 Wsa Dal AdmmVA\Nshru■rofSra 3 Goal. SnmEapnculagN SE 2012SE d B PAVING Goo& Sumigdac3'25/2012 2 .08 PM] E B Paving Engineering 2012 Appropriation #2006 Bond P.O. #26536 Contract Not To Exceed $3,846,602.01 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. 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. 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, 2012 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. V.xvnppllU ct Data Mlnuot.AlNc4er,,WoLS,. Good, Snaopomac12012 B PAVING Goods S Scn+c¢AOC_V25/20122.08 PM) E B Paving Engineering 2012 Appropriation #2006 Bond P.O. #26536 Contract Not To Exceed $3,846,602.01 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no tights or benefits to anyone other than City and Vendor. 26. 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. 27. 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 hereln conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govem 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: ,oltutirtiN V1NG CITY OF CARMEL, INDIANA E 8 PAVING, INC. itu by and through its Board of Public SEAL Works and Safety By I I ames Brainard, Presiding Officer 1—irized Signa Li4-442..y a ogru Printed Name Man,;(1 Burke, Meflber Date: V IC:C.:aeCriCie4.‘+ Title Lori S. Wat ember F I D/TIN: 30 Date: Last Four of SSN if Sole Proprietor: ATTEST: Date: LitYl..._4 2si 11A Cana Cordray, IAMC,Ferk-Treasurer Date: 6/& Date AaratOLAW■sberoAProf Sler, GoodA 5 wilEtion canos1201AF B PAVING Good> d Sovnt doc5/25/2012 2J8 Phii SID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. Company: E B Paving, Inc. Project Name: Illinois Street Etctaisicn City of m i Project #11-09 Date Submitted: April 18, 2012 Base Bid 3,581,698.77 Amount: Alternate Bid #1 264,953.24 Amount: Alternate Bid #2 $43,191.67 Amount: 01111111/,,,, 'i SEAL 1 1111 111 1 mak A Revised 4/12/2012 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed-and notarized. Project: Illinois Street Extension City of Carmel Project #11 -09 Proposal For Construction of Construction of Illinois Street beginning at 800 feet north of 106 Street and continuing north to Ile Street including a roundabout at 111` Street. Project also includes the reconstruction of the roundabout at the intersection of Spring Mill Road 116"' Street The alternate bid includes the installation of 3,047 lineal feet of 12" ductile iron water main and all necessary fittings, fixtures and appurtenances along the west side of Illinois Street Date: APri1 18, 2012 0\1111111/,, To: City of Carmel, Indiana, Board of Public Works and Safety QI..... i tu cJG t t tti1111 i 111 BID 2 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: E B Raving, Irr. 1.2 Bidder Address: Street Address: 17042 Middletown Av i City: Nablesville State: IN Zip: 46060 Phone: 317 -773 -4132 Fax: 317 773 -4137 1.3 Bidder is a/an [mark one] Individual Partnership XK Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: �tttn �ttttt .3 Date registered with State of Indiana: ���N\NG, li c ii�� i .4 Indiana Registered Agent: Name: Address: BID -2 ?9 f( PART 2 BID PROPOSAL 2.1 Base 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 estimated unit quantities for such Contract Items, total S E IIELDW Dollars 3,581,648.77 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such 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. Three Minim, Five Itzrhed Eig tyke, Six Iiin red Fhrty-Eight dollars aryl S nty- amts (71/100) Alternate Bid #1 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 estimated unit quantities for such. Contract Items, total **SEE ffiDW Dollars 264,953.24 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such 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. 'Its linked Sixty-Ft r 'Iharsand, Nine Hundred dyed Fifty dDll.ars aryl amts (24/100) \\IG ht, ��i i s PC C `�-1Se`1". 01 tlittlll\ BID 3 1f Alternate Bid #2 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 estimated unit quantities for such Contract Items, total F'-Three tea. _m _mean: Nirety- Cne dollars md Sixty cants (67/100 Dollars 43,191.67 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such 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. wit co c ef u1; ////1111110 BID-3a S 1 ITEMIZED BID CARMEL PROJECT NO. 11 -09 DESCRIPTION: Illinois Street Extension Alternate Bid #2 4/18/2012 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 COMPACTED AGGREGATE, NO, 63, BASE TON 609 923.25 $14,163.76 2 HMA SURFACE, TYPE A TON 116 $85.38 59,818.70 3 HMAINTERMEDIATE, TYPE A TON 350 554.18 518,962.01 4 ASPHALT FOR TACK COAT TON 0.5 5494.40 5247.20 TOTAL ALTERNATE BID #2: $43,191.67 SUBMITTED BY: E &B Pte,, p 7 C SIGNATURE t TIT rice President 111111//1 ADDRESS: 17042 Middletown Avenue V1PdG, /A ��`�QP "''•c Noblesville, IN 46060 +�ee..e.. BID-4a 24- 1,5 n= SEAL ITEMIZED BID N. DESCRIPTION: ECnois Street Extension 14/1 11110 4 /1 812 01 2 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 CONSTRUCTION ENGINEERING LS 1 528,500.00 528,500.00 2 MOBILIZATION AND DEMOBILIZATION LS 1 5173,207.10 5173,207.10 3 CLEARING RIGHT OF WAY LS 1 540,000.00 540,000.00 4 HOUSES AND BUILDINGS, REMOVE, PARCEL NO 4 LS 1 $15,000.00 515,000.00 5 EXCAVATION, COMMON CYS 18,009 512.00 5216,108.00 6 BORROW CYS 11,262 5050 $5,631.00 7 TEMPORARY EROSION AND SEDIMENT CONTROL CULVERT PIPE 585.00 PROTECTION EACH 2 $170,00 8 TEMPORARY EROSION 6 SEDIMENT CONTROL, CURB INLE EACH 70 $65.00 $4,550,00 PROTECTION 9 TEMPORARY CHECK DAM, REVETMENT RIPRAP TON 144 530.00 54,320.00 10 TEMPORARY DITCH INLET PROTECTION EACH 2 585.00 5170.00 11 TEMPORARY MULCHING TON 12 $450.00 55,400.00 12 TEMPORARY SILT FENCE LFT 6,163 $1.15 57,087.45 13 NO 2 STONE TON 200 520.00 54,000.00 14 SUBGRADE TREATMENT, TYPE IIIA SYS 1,329 56.50 $8,638.50 15 SUBGRADE TREATMENT, TYPE IC SYS 11.307 511.15 5126,073.05 16 STRUCTURAL BACKFILL CYS 4.184 520.25 584,726.00 17 CHEMICAL MODIFICATION, SOILS SYS 30,582 $5.25 5180,555.60 18 COMPACTED AGGREGATE, NO. 53, BASE TON 881 530.00 525,830.00 19 COARSE AGGREGATE. 8 TON 12 530.00 5360.00 20 COMPACTED AGGREGATE, NO. 53 TON 244 520.00 54,880.00 21 MILLING, ASPHALT. 1 1/2 IN SYS 3,034 $2.76 58,373.84 22 HMA SURFACE, TYPE A TON 104 5100.00 510,400.00 23 HMA SURFACE, TYPE C TON 2,937 565.00 5190,905.00 24 HMA INTERMEDIATE, TYPE A TON 311 585.00 526,435.00 25 HMA INTERMEDIATE, TYPE C TON 4,508 548.00 5216,384.00 26 HMA BASE, TYPE C TON 13,227 548.00 5608,442.00 27 HMA, TYPE C, INTERMEDIATE, OG 19.0MM TON 4,116 550.00 5205,800.00 28 ASPHALT FOR TACK COAT TON 28 5525.00 514,700.00 29 DECORATIVE CONCRETE PAVEMENT, TRUCK APRON SYS 260 5105.00 527,300.00 30 DECORATIVE CONCRETE, 4 IN. SYS 92 575.00 56,900.00 31 CURB RAMP, CONCRETE, C SYS 111 5175.00 519,425.00 32 CURB RAMP, CONCRETE, G SYS 29 5105.00 53,045.00 33 CURB RAMP, CONCRETE, L SYS 125 $135.00 516,875.00 34 CURB, MODIFIED, ROLL LFT 635 513.00 58,255.00 BID -4a (T 7s)j SEAL ITEMIZED BID DESCRIPTION: JEC Illinois t re aExtension /fli t/H I (1111���� 4/16/2012 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL. 35 CURB, CONCRETE, STRAIGHT LFT 560 513.00 57,280.00 36 CURB AND GUTTER, TYPE 11 LFT 10.683 511.60 $121,704.50 37 CURB AND GUTTER. TYPE 91 LFT 9.453 511.50 $108,709.513 38 CURB AND GUTTER TURNOUT CONCRETE LFT 14 595.00 51,330.00 #2i74 39 HMA FOR APPROACHES, TYPE B TON 264 585.00 522,440.00 40 MAILBOX ASSEMBLY, SINGLE EACH 2 $250.00 5500.00 41 GEOTEXTILES SYS 226 52,00 5452.00 42 RIPRAP, REVETMENT TON 86 535.00 53,010.00 43 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 4 5300.00 51,200.00 44 FERTILIZER TON 2 51,050.00 52,100.00 45 SEED MIXTURE, U LBS 849 55.50 54,669.50 46 SEED MIXTURE. T LB5 673 53.05 52,052.65 47 MULCHING MATERIAL TON 10 5370.00 53,700.00 48 WATER kGAL 28 51.00 528.00 49 TOPSOIL CYS 2,222 58.00 517,776.00 50 SODDING. NURSERY SYS 7,570 53.08 523,315.60 51 FIELD OFFICE, .0 MOS 18 52,117.19 538,109.42 52 PIPE END SECTION. PRECAST CONCRETE, 12 IN EACH 17 5525.00 58,925.00 53 PIPE END SECTION, PRECAST CONCRETE, 36 IN. EACH 2 51,300.00 52,600.00 54 PIPE, TYPE 4, CIRCULAR, 6 IN LFT 8,918 54.30 538,347.40 55 VIDEO INSPECTION FOR PIPE LFT 5,851 $1.00 55,851.00 56 PIPE, REINFORCED CONCRETE, 12 IN. LFT 3,157 532.00 5101,024.00 57 PIPE, REINFORCED CONCRETE, 15 IN. LFT 371 536.00 513,356.00 58 PIPE, REINFORCED CONCRETE, 18 IN. LFT 113 538.00 54,294.00 59 PIPE, REINFORCED CONCRETE, 24 IN. LFT 423 550.00 521,150.00 60 PIPE, REINFORCED CONCRETE, 30 IN. LFT 668 571.00 547,428.00 61 PIPE. REINFORCED CONCRETE, 36 04. LFT 1,119 583.00 592,877.00 62 VIDEO INSPECTION FOR UNDERDRAINS LFT 3,000 51.00 53,000.00 63 AGGREGATE FOR UNDERDRAINS CYS 833 533.00 527,489.00 64 GEOTEXTILES FOR UNDERDRAIN SYS 9,890 51.00 59,690.00 65 MANHOLE,J10 EACH 1 53,600.00 53,600.00 66 CASTING ADJUST TO GRADE EACH 4 5700.00 52,800.00 67 INLET, F7 EACH 1 51,600.00 51,500.00 68 INLET, J10 EACH 26 51,600.00 546,800.00 69 INLET, M10 EACH 8 52,000.00 516,000.00 111,15( HID 4a tc ITEMIZED BID i SEAL r CARMEL PROJECT NO. 11 -09 �j DESCRIPTION: Illinois Street Ext ens i on a 'i111, 4/18/2012 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 70 CATCH BASIN, K10 EACH 35 $2,200.00 $77,000.00 71 MANHOLE, C4 EACH 10 $1,850.00 318,500.00 72 MANHOLE, C2 EACH 1 32,100.00 12,100.00 73 MANHOLE, J4 EACH 13 33,400.00 144,200.00 1q11161) 74 CONSTRUCTION SIGN, C EACH 10 $238.00 32,380.00 75 ROAD CLOSURE SIGN ASSEMBLY EACH 13 $141.00 $1,833.00 76 DETOUR ROUTE MARKER ASSEMBLY EACH 46 $81.00 $3,728.00 77 CONSTRUCTION SIGN, A EACH 20 3164.00 53,280.00 78 MAINTAINING TRAFFIC LS 1 $35,188.64 $35,188.64 79 BARRICADE, III -A LFT 204 313.00 52,652.00 80 BARRICADE, III-0 LFT 144 $15.00 $2,160.00 81 SIGN POST, SQUARE, TYPE 1, REINFORCED ANCHOR BASE LFT 681 313.50 39,193.50 82 SIGN, SHEET, RELOCATE EACH 23 $20.00 5480.00 83 SIGN, SHEET, WITH LEGEND 0.080' THICKNESS SFT 196 $15.00 $2,940.00 84 SIGN, SHEET, WITH LEGEND 0.100 IN THICKNESS SFT 96 316.00 $1,636.00 85 IRRIGATION CONDUIT, PVC, 4 IN. LFT 500 $9.00 $4.500.00 86 DECORATIVE STREET LIGHTING, WIRING AND INSTALLATION EACH 8 $9,500.00 176,000.00 87 LIGHTING POWER DISTRIBUTION PANEL EACH 2 36,000.00 $12,000.00 88 HANOHOLE EACH 16 $875.00 314,000.00 89 DECORATIVE STREET SIGN ASSEMBLY EACH 8 51,650.00 $13,200.00 90 CABLE INTERDUCT LFT 6,031 311.00 366,341.00 91 HANDHOLE, LIGHTING EACH 8 $600.00 $4,800.00 92 CONDUIT, STEEL, GALVANIZED, 2 IN LFT 508 $12.00 36,096.00 93 WIRE #4 COPPER IN PLASTIC DUCT IN TRENCH 4, 1/C LFT 1,416 $10.00 $14,160.00 94 TRANSVERSE MARKING THERMOPLASTIC CROSSWALK, WHITE 24' LFT 720 $4.05 32,916.00 95 LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN LFT 1,820 $0.50 5910.00 96 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 4;178 $0.45 51880 10 97 LINE THERMOPLASTIC, SOLID, WHITE. 6 IN LFT 606 31.25 $757.50 98 LINE. THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 11,380 30,45 35,121.00 88 TRANSVERSE MARKING, THERMOPLASTIC, SOLID, YELLOW, LF7 633 $1.96 $1,234.35 CROSSHATCH LINE, 12' 100 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, 6" LFT 426 31,25 $632.60 101 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, LANE INDICATION EACH 11 $80.00 1880.00 ARROW 102 SNOWPLOWABLE RAISED PAVEMENT MARKER EACH 18 $46.10 $829.80 103 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, FISHHOOK LANE EACH 24 3125.00 $3,000.00 INDICATION ARROW 4 B1D -4a i 9 if ITEMIZED BID CARMEL PROJECT NO. 11 -09 DESCRIPTION: Illinois Street Extension 4/18/2012 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 104 TRANSVERSE MARKING; THERMOPLASTIC, 'SHARKS TEETH' LFT 232 810.00 $2.320.00 105 LINE, THERMOPLASTIC, BROKEN, WHITE. 121N., 3FT STRIPE 3FT GAP LFT 517 $3.00 $1,551.00 106 LINE, THERMOPLASTIC, BROKEN, WHITE, 61N., 3FT STRIPE 3FT GAP LFT 311 51.87 S581.57 107 EROSION CONTROL BLANKET SYS 6,B35 $1.08 $7,381.80 108 PIPE, SANITARY SEWER, 10' LFT 134 852.00 36,968.00 109 SANITARY MANHOLE EACH 2 $2,500.00 $5,000.00 110 B BORROW CYS 278 823.00 $6,394.00 111 FIRE HYDRANT, RELOCATE EACH 4 $6,500.00 826,000.00 112 VALVE BOX, ADJUST TO GRADE EACH 8 $750.00 $4,500.00 113 PIPE END SECTION, PRECAST CONCRETE, 15 IN. EACH 2 $550.00 $1,100.00 TOTAL PROJECT: $3,581,648.77 SUBMITTED BY: E&B P' Nom C 1-019/pr 01 1111 /0 0 SIGNATURE: qj. TITL V ice President ADDRESS: 17042 Middletown Avenue 1 3 •''•.,,N Noblesville, IN 46060 //7 'N1111111 0 ON BID -4a ITEMIZED BID CARMEL PROJECT NO. 11-09 DESCRIPTION: Illinois Street Extension 411812012 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 CONSTRUCTION ENGINEERING LS 1 5710.00 $710.00 2 MOBILIZATION AND DEMOBILIZATION LS 1 321,519.00 621.519.00 3 WATER MAIN, DUCTILE IRON, 12 IN LFT 3,047 344,00 3134,068.00 4 30.00 30.00 5 WATER MAIN, DUCTILE IRON, 8 IN LFT 5 3127.00 3635.00 6 TAPPING SLEEVE WITH VALVE EACH 2 36,000.00 312,000.00 7 12' WATER MAIN TEE EACH 3 31,200.00 53,600.00 a 30.00 30.00 9 12 x8' WATER MAIN TEE EACH 1 31,000.00 61,000.00 10 12 x12"x6" WATER MAIN TEE EACH 5 3950.00 34,750.00 11 GATE VALVE, 12' EACH 4 32.300.00 39,200.00 12 B BORROW CYS 967 $2200 321.714.00 13 COARSE AGGREGATE, NO 8 TONS 179 616.00 32,884.00 14 FIRE HYDRANT ASSEMBLY EACH 7 $4,500.00 531,500.00 15 30.00 50.00 16 30.00 30.00 17 45' BEND. 12' EACH 10 3800.00 38,000.00 18 11.25° BEND, 12' EACH 9 3800.00 67,200.00 19 STREET CUT REPAIR SYS 8 S305.61 $2,444.88 20 ASPHALT PATH REPAIR SYS 11 3340.76 33,748.36 TOTAL ALTERNATE BID #1: $264,953.24 0 7 �J1NG, SUBMITTED BY: E &B Pt NG, SIGNATURE: *0 AIIPIP I r s TITL ice President J ADDRESS: 17042 Middletown Aven �•s........• `771 1 jIJf 1 1111 Noblesville, IN 46060 BID 4a )lob 1