Loading...
E&B Paving/ENG/6,504,567.67/Illinois St , • Ei& B Paving, Inc./Gradex, Inc. JV Engineering-2013 Appropriation#Illinois Street Bond,212-509; P.O. #25297 Contract Not To Exceed $6,504,567.67 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES b �� 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./Gradex, Inc. JV, 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 Illinois Street Bond, 212-509 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 Six Million Five Hundred Four Thousand Five Hundred Sixty Seven Dollars and Sixty Seven Cents($6,504,567.67) (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 Street Extension — City of Carmel Project #10-10" received by the City of Carmel Board of Public Works and Safety on or about November 20, 2013, 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. pUSSrapp,LWUr Nta-admin`d,ANM1,Mrtd'Cmnrac',Wm[s,c'd Go ,Sccs3Enginccnngl2U13/B C 6 PAVwa-Goods�Somas da:116R0u ICs7 AM] ' D& B Paving, Inc./Gradex, Inc. JV Engineering-2013 Appropriation #Illinois Street Bond,212-509; P.O. #25297 Contract Not To Exceed$6,504,567.67 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. plls''sppslhime dMa.adn,inLLAWVha,d\COnm¢ls\Pw1 S, &CmMs 5\cs'E,,gi,,cclllly @BIAf&B PAVING-Goodsd Senices doe/L0RnU11.57 AM] • E>&B Paving, Inc./Gradex, Inc. JV Engineering-2013 Appropriation#Illinois Street Bond, 212-509; P.O.#25297 Contract Not To Exceed S6,504,567.67 Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E-Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E- Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. IBJ,nmPP.SI"cr daB.,Nwn'LA Va,urc'.Cc,IncsNmr Sc C,&rmW:SVRIEn>LIOdOg/2U SIB&B PA VING.Oou&dScmws dcc 12/LZOO 1 Ps1 ANTI E& B Paving, Inc./Gradex, Inc. JV Engineering-2013 Appropriation#Illinois Street Bond. 212-509; P.O. #25297 Contract Not To Exceed $6,504,567.67 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: E & B Paving, Inc. Gradex, Inc. 17042 Middletown Avenue 12900 N. Meridian St., Ste. 120 Noblesville, IN 46060 Carmel, IN 46032 Telephone: 317-773-4137 317-573-3970 E-Mail: larry.canterbury@ebpaving.com ATTN: Larry Canterbury ATTN: Scott Sweeny Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. BUssrmpp,]\¢co data-adntin'AWU'hM,d COnuacIstPro6res&C 1Sscs\EItglnccnngUOUIE&B PAVING-Goads dz4SCrsi¢zdoc]E06ili II S]AM] E•& B Paving, Inc./Gradex, Inc. JV Engineering-2013 Appropriation#Illinois Street Bond,212-509; P.O. #25297 Contract Not To Exceed$6,504,567.67 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 20 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26, IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. (Usssnpps IWSCrmu-tlmin`1AWshVeT(omrnnAPmfScn&Cmis SvcOEngincedng`UOI3'E&B PAl9NG-Gmods YpSenim Ax-.IU3/EOI3 I'57 AAII • B& B Paving, Inc./Gradex, Inc. JV Engineering-2013 Appropriation#Illinois Street Bond, 212-509: P.O.#25297 Contract Not To Exceed $6,504,567.67 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: ty/ J 'nes Brainard, Presiding OOf(icer Date: 6' / -3 Mary Am urke, M:rnber Date: j& • / Lori S. Watson, e ber Date: a7/PV/3 ATTEST: 411 / , /, Diana ordray,IAMC, C :k-T'=asurer Date: , • " / Bnss'nIPPSi\n[er dab-admind.Ab sharN\COwacmVmiS,cs k G0.Js 5s'c,Nnb!MCnngUol3\E h B PAVING-Geuls.�Smuu da:12)312013 1 107 A.MI E&B Paving, Inc./Grader, Inc.1V Engineering-2013 Appropriation!Illinois Street Bond,212-509; P.O.#25297 Contract Not To Exceed$6,504,567.67 E& B Paving, Inc. Gradex, Inc. /y3�,r d; i By� / to i • u -.rized Signature Authorized Signature Larry (intet.bury Scott Sweeney Printed Name Printed Name Vita President Vice President Title Title FID/TIN: 35-1139301 FID/TIN: 35-1698047 Last Four of SSN if Sole Proprietor: Last Four of SSN if Sole Proprietor: Date: 1 ri r 4, 2013 Date: December 4, 2013 ('XYInrsIu .e.=-,no:A4gnc..flMncsn,f 51 0E Coe&Scytnpeerolgloil EKG PAVING-GV!,yc'k to 11/31210 II.5IA51� BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To )Bidders: This foram shall be utilized by all Bidders. Except as otherwise specificalhh provided, all Parts shall he fully and accurately filled in and completed and notarized. Project: Illinois Street Extension - City of Carmel Project #10-10 Proposal For Construction of: •. . Construction of Illinois Street beginning at Spring Mill Rd. 18` and continuing to a point 800 fret north of 106th St., including roundabouts at Spring Mill Rd. and 106th Street. rgg Landscaping of Illinois Street beginning at Spring Mill Rd rE ` and continuing to a point 800 feet south of 116th St. • '11i `nN Date: N 2 \6 PAVItt�,0/Nos/Tarter 20, 013 Ott To: City of Cannel, Indiana, Board of Public Works and Safety 4' : .�2� SEAL • •II ^ • fr ire 3k 4 • • Exhibit A t3tD t,y::- i ;r; E 3•-:;: ,y , ,; s A - t PART1 ;; _ BIDDER INFORMATION i- (Print) E-�i it . 1.1 Bidder Name: E & B Paving, Irc. / Gracbc, Inr. JV •.,* 1 g. 1.2 Bidder Address: Street Address: 17042 NdcNletam Ave. / 12900 N Meridian St. Ste 120 I'.1< 11 I City: Noblesville / State: IN / Zip: 46CJ60 / k 4 C3rne1 IN 4W32 Lt_I Phone: 317-773-4132 / _ Fax: 317-773-4137 / L . 317-573-3970 317-573-3979 g ' t,°;4 1.3 Bidder is a/an [mark one] I- II Individual Partnership Indiana Corporation c 4 ' s": Foreign (Out of State) Corporation; State: i CO( Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture 2 ; 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 _.6: 1 required by the Indiana General Corporation Act as stated therein and expressed in the i Attorney General's Opinion #2, dated January 23, 19581 . HI I .I Corporation Name: ( i .2 Address: .3 Date registered with State of Indiana: a 1 . .4 Indiana Registered Agent: 4R Name: Address: Ov\oPAVINttt/1/i 4 t t4/ . : SEAL ` LII . . i. 1 Pr ii: �zr,�-:, 131D-2 L + a .�``� PAVING "/ ni• PART = SEAL 131D PROPOSAL : 2.1 Base Bid 1iiitnnttt��\\ � 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 Five Milian, Five Hundred Forty-Nice 71-ousand, Cie Hundrcl Ninety-'I1ao and Thirty cants Dollars (S 5,519,192.39 ). 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. Alternate Bid A 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 yRa the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract hems. total Nine Hundred Fifty-Fire 1ta Mid, Three Rndrr] qty-Five and Thirty- n its Dollars (S 955,3/5.37 ). 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. Alternate Bid 13 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 A er r / BID-_ the Contract Items as stated in Part 3 hereof; which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total'R.o F&u ra1 Fortv—Three `I1nrd, a� Burdred 'no ard Ninety—Six its Dollars (S 243,702.96 ). 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. • t ^' QP\044 I0 GN i> w Cj " Nnti ntt \\\\\\ s:{ 3 • LEI V 1311)-4 N�Xp\\l\ r/N/��i Q C /, PART3 •; �i� CONTRACT ITEMS AND UNIT PRICES �•; CARMEL PROJECT#10-10 1:: LL • S�P� DESCRIPTION:Illinois Street Extension-BASE BID x}•1/20/2013 $ i '•., .. om ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE 5///X TOTAL 1111`[``XNNN� ROADWAY DESIGN QUANTITIES 1 CONSTRUCTION ENGINEERING LS 1 $75,000.00 $75,000.00 2 MOBILIZATION AND DEMOBILIZATION LS 1 $273,570.00 $273,570.00 3 CLEARING RIGHT OF WAY LS 1 $75,000.00 $75,000.00 4 PAVEMENT REMOVAL SYS 623 $10.00 $6,230.00 5 PAVED SIDE DITCH,REMOVE LFT 64 $8.00 $512.00 6 CURB,CONCRETE,REMOVE LFT 106 $5.00 $530.00 7 CURB AND GUTTER,REMOVE LFT 7078 $4.50 $31,851.00 8 INLET,REMOVE EACH 19 $415.00 $7,885.00 9 GUARDRAIL END TREATMENT,REMOVE EACH 2 $250.00 $500.00 10 MAILBOX ASSEMBLY,REMOVE EACH 2 $300.00 $600.00 11 LIGHT STANDARD AND FOUNDATION, REMOVE EACH 9 $300.00 $2,700.00 12 PIPE,REMOVE LFT 848 $16.50 $13,992.00 13 EXCAVATION,COMMON CYS 43326 $7.15 $309,780.90 14 BORROW CYS 4842 $1.00 $4,842.00 TEMPORARY EROSION&SEDIMENT CONTROL,CURB INLET 15 PROTECTION EACH 63 $85.00 $5,355.00 16 TEMPORARY CHECK DAM,REVETMENT RIPRAP TON 56 $26.50 $1,484.00 17 TEMPORARY DITCH INLET PROTECTION EACH 4 $85.00 $340.00 18 TEMPORARY MULCHING TON 1 $700.00 $700.00 19 TEMPORARY SEDIMENT TRAP TON 115 $26.50 $3,047.50 20 TEMPORARY SILT FENCE LFT 5250 $1.25 $6,562.50 21 NO 2 STONE TON 200 $17.25 $3,450.00 22 SUBGRADE TREATMENT,TYPE I SYS 28644 $6.25 $179,025.00 23 SUBGRADE TREATMENT,TYPE IIIA SYS 1876 $6.10 $11,443.60 24 STORMWATER QUALITY STRUCTURE,1.0 CFS EACH 2 $19,100.00 $38,200.00 25 STORMWATER QUALITY STRUCTURE,1.6 CFS EACH 1 $25,150.00 $25,150.00 26 STORMWATER QUALITY STRUCTURE,3.0 CFS EACH 1 $39,250.00 $39,250.00 27 STRUCTURAL BACKFILL,TYPE 1 CYS 5111 $21.15 $108,097.65 28 STRUCTURAL BACKFILL,TYPE 2 CYS 2474 $27.15 $67,169.10 29 CHEMICAL MODIFICATION,SOILS SYS 2210 $5.45 $12,044.50 30 COMPACTED AGGREGATE,NO.53,BASE TON 2206 $20.00 $44,120.00 , 31 COARSE AGGREGATE,NO 8 TON 20 _ $40.00 $800.00 ' ) BID-5 is f y ''^ ' CARMEL PROJECT#10-10 DESCRIPTION:Illinois Street Extension-BASE BID 11/20/2013 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 32 COMPACTED AGGREGATE,NO.53 TON 194 $30.00 $5,820.00 33 MILLING,ASPHALT,11/2 IN SYS 578 $12.50 $7,225.00 34 RROFk9GRAPNr$MA- K- 2 $040 35 HMA,INTERMEDIATE,TYPE C,OG,19.0 mm TON 3339 $49.00 $163,611.00 36 HMA SURFACE,TYPE A TON 304 $86.00 $26,144.00 37 HMA SURFACE,TYPE C TON 1812 $78.00 $141,336.00 38 HMA INTERMEDIATE,TYPE A TON 940 $59.00 $55,460.00 39 HMA INTERMEDIATE,TYPE C TON 3002 $53.00 $159,106.00 40 HMA BASE,TYPE C TON 8296 $52.00 $431,392.00 41 HMA FOR APPROACHES,TYPE B TON 832 $75.00 $62,400.00 42 ASPHALT FOR TACK COAT TON 23 $1.00 $23.00 43 DiCt; vo CONCRETE PAVEMENT,TRUCK ARPON,7" SYS 766 $47.52 $36,400.32 44 GUARDRAIL,REMOVE LFT 146 $5.00 $730.00 45 GUARDRAIL END TREATMENT,OS EACH 2 $3,000.00 $6,000.00 46 GUARDRAIL,W-BEAM,6 FT 3 IN SPACING LFT 157 $30.00 $4,710.00 47 CURB,CONCRETE,STRAIGHT LFT 595 $14.00 $8,330.00 48 CURB RAMP,CONCRETE,C SYS 133 $117.00 $15,561.00 49 CURB RAMP,CONCRETE,L SYS 125 $106.00 $13,250.00 50 HANDRAIL,PEDESTRIAN LFT 328 $145.00 $47,560.00 51 CURB AND GUTTER,TYPE II LFT 7038 $12.00 $84,456.00 52 CURB AND GUTTER,TYPE III LFT 5713 $12.00 $68,556.00 53 CURB,MODIFIED,ROLL LFT 674 $16.00 $10,784.00 54 PCCP FOR APPROACHES,9 IN SYS 261 $45.00 $11,745.00 55 MAILBOX ASSEMBLY,SINGLE EACH 1 $200.00 $200.00 56 GEOTEXTILES SYS 1479 $1.12 $1,656.48 57 RIPRAP,REVETMENT TON 1219 $21.00 $25,599.00 SIGHT WALL 58 SCREENING WALL LS 1 $142,150.00 $142,150.00 59 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 5 $200.00 $1,000.00 60 EROSION CONTROL BLANKET SYS 2909 $1.17 $3,403.53 61 SEED MIXTURE,T LBS 1904 $1.35 $2,570.40 62 MULCHING MATERIAL TON 24 $400.00 $9,600.00 63 WATER kGAL 265 $1.00 $265.00 64 TOPSOIL CYS 5563 $1.00 $5,563.00 BID-6 A GEti ( V CARMEL PROJECT#10-10 DESCRIPTION:Illinois Street Extension-BASE BID 11/20/2013 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE I TOTAL 65 SODDING,NURSERY SYS 66217 $3.10 $205,272.70 66 IRRIGATION CONDUIT,PVC,4 IN. LFT 401 $11.40 $4,571.40 9 67 FIELD OFFICE,C MOS 16 $1,500.00 $24,000.00 STRUCTURE,REINFORCED CONCRETE BOX SECTIONS,9 FT X 68 3 FT LFT 149 $497.35 $74,105.15 69 PIPE,REINFORCED CONCRETE,CIRCULAR 12 IN LET 2341 $33.25 $77,838.25 70 PIPE,REINFORCED CONCRETE,CIRCULAR 15 IN LET 691 $36.00 $24,876.00 71 PIPE,REINFORCED CONCRETE,CIRCULAR 18 IN LFT 1674 $39.00 $65,286.00 72 PIPE,REINFORCED CONCRETE,CIRCULAR 24 IN LFT 593 $51.00 $30,243.00 73 PIPE,REINFORCED CONCRETE,CIRCULAR 30 IN LFT 86 $76.00 $6,536.00 74 PIPE,REINFORCED CONCRETE,CIRCULAR 36 IN LFT 208 $87.00 $18,096.00 75 PIPE,REINFORCED CONCRETE,CIRCULAR 54 IN LFT 170 $138.00 $23,460.00 76 PIPE,REINFORCED CONCRETE,CIRCULAR 60 IN LFT 40 $191.00 $7,640.00 77 VIDEO INSPECTION FOR PIPE LFT 5545 $1.20 $6,654.00 78 PIPE,TYPE 4 CIRCULAR 6 IN LFT 7038 $5.20 $36,597.60 79 AGGREGATE FOR UNDERDRAINS CYS 633 $32.00 $20,256.00 80 VIDEO INSPECTION FOR UNDERDRAINS LFT 6000 $0.95 $5,700.00 81 GEOTEXTILES FOR UNDERDRAIN SYS 6334 $1.00 $6,334.00 82 INLET,CAP EACH 2 $460.00 $920.00 83 INLET,E7 EACH 1 $1,275.00 $1,275.00 84 INLET,F7 EACH i 1 $1,300.00 $1,300.00 85 INLET,110 EACH 20 $1,600.00 $32,000.00 86 INLET,M10 EACH 8 $1,600.00 $12,800.00 87 CATCH BASIN,E7 EACH 1 $1,500.00 $1,500.00 88 CATCH BASIN,K10 EACH 15 $1,700.00 $25,500.00 89 PIPE CATCH BASIN,18 IN EACH 1 $1,300.00 $1,300.00 90 MANHOLE,C4 EACH 27 $1,800.00 $48,600.00 91 MANHOLE,L4 EACH 1 $5,900.00 $5,900.00 92 MANHOLE,14 EACH 8 $2,900.00 $23,200.00 93 CATCH BASIN,M10 EACH 15 $1,900.00 $28,500.00 STRUCTURE,REINFORCED CONCRETE THREE-SIDED 94 SECTIONS,240 IN X 72 IN LFT 244 $2,029.50 $495,198.00 95 SANITARY STRUCTURES,ADJUST TO GRADE EACH 2 $920.00 $1,840.00 I 96 PUMP-AROUND EACH 3 $12,000.00 $36,000.00 Ir 97 ROAD CLOSURE SIGN ASSEMBLY EACH 16 $270.00 $4,320.00 A A BID-7 7 (2) CARMEL PROJECT#10-10 DESCRIPTION:Illinois Street Extension-BASE BID 11/20/2013 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 98 DETOUR ROUTE MARKER ASSEMBLY EACH 39 $100.00 $3,900.00 99 CONSTRUCTION SIGN,A EACH 14 $200.00 $2,800.00 100 MAINTAINING TRAFFIC LS 1 $23,866.61 $23,866.61 101 BARRICADE,Ill-B LET 432 $10.00 $4,320.00 102 DECORATIVE STREET SIGN ASSEMBLY EACH 7 $1,425.00 $9,975.00 103 SIGN POST,SQUARE,TYPE 1,REINFORCED ANCHOR BASE LFT 577 $11.00 $6,347.00 104 SIGN,SHEET,WITH LEGEND 0.080 IN THICKNESS SFT 164 $14.00 $2,296.00 105 SIGN,SHEET,WITH LEGENDO.100 IN THICKNESS SET 207 $15.00 $3,105.00 106 DECORATIVE STREET LIGHTING,WIRING AND INSTALLATION EACH 21 $8,875.00 $186,375.00 107 CABLE INTERDUCT LET 4953 $9.50 $47,053.50 108 LIGHTING POWER DISTRIBUTION PANEL EACH 2 $5,200.00 $10,400.00 109 HANDHOLE,LIGHTING EACH 18 $600.00 $10,800.00 110 CONDUIT,STEEL,GALVANIZED,2 IN LET 653 $10.50 $6,856.50 2361 111 WIRE,NO 6 COPPER IN PLASTIC DUCT,IN CONDUIT 41/C _ LET 653 $7.25 $4,734.25 053 112 WIRE,NO 6 COPPER IN PLASTIC DUCT,IN TRENCH,41/C LFT 2361 $7.25 $17,117.25 113 HANDHOLE EACH 18 $850.00 $15,300.00 • 114 TRANSVERSE MARKING,THERMOPLASTIC,"SHARKS TEETH" LFT _ 203 $5.00 $1,015.00 - LINE,THERMOPLASTIC,BROKEN,WHITE,12 IN,3 FT STRIPE- 115 3FT GAP LET 291 $2.00 $582.00 LINE,THERMOPLASTIC,BROKEN,WHITE,6IN,3 FT STRIPE- 116 3FT GAP LFT 130 $1.00 $130.00 PAVEMENT MESSAGE MARKING,THERMOPLASTIC,FISHOOK 117 LANE INDICATION ARROW EACH 18 $80.00 $1,440.00 TRANSVERSE MARKING THERMOPLASTIC CROSSWALK, 118 WHITE 24" LFT 820 $6.00 $4,920.00 119 LINE,THERMOPLASTIC,BROKEN,WHITE,4 IN LFT 1762 $0.60 $1,057.20 120 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. LET 2848 $0.50 $1,424.00 121 LINE,THERMOPLASTIC,S0LID,YELLOW,4 IN LET 2400 $0.60 $1,440.00 _ PAVEMENT MESSAGE MARKING,THERMOPLASTIC,LANE 122 INDICATION ARROW EACH 18 $50.00 $900.00 123 SNOWPLOWABLE RAISED PAVEMENT MARKER EACH 3 $200.00 $600.00 - LANDSCAPING DESIGN QUANTITIES 124 GENERAL CONDITIONS LS 1 5000 $5,000.00 125 IMPORTED FILL CY 1811 $6.65 $12,043.15 126 GRADING CY 9759 $6.50 $63,433.50 127 ASPHALT SURFACE COURSE TON 259 $87.63 $22,696.17 128 ASPHALT INTERMEDIATE COURSE TON 345 $69.60 $24,012.00 129 #53 CRUSHED LIMESTONE TON 704 $20.00 $14,080.00 BID-8 1-02) f t`r CARMEL PROJECT 1110-10 DESCRIPTION:Illinois Street Extension-BASE BID 11/20/2013 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 130 36"RCP STORMWATER PIPE IF 305 $80.00 $24,400.00 131 CONCRETE END SECTION EA 8 $1,410.00 $11,280.00 132 6 F00T PRECAST WALL SYSTEM IF 2010 $143.00 $287,430.00 2010 133 8 FOOT PRECAST WALL SYSTEM IF 250 $197.43 $49,357.50 134 SEGMENTAL BLOCK WALL FF 567 535.00 $19,845.00 135 IRRIGATION SYSTEM LS 1 $97,500.00 $97,500.00 - 136 OVERSIZED COBBLE STONE CY 63 • $100.00 $6,300.00 137 LARGE MERAMEC STONE CY 127 $90.00 $11,430.00 138 STONE BARK CY 97 $130.00 $12,610.00 139 RIP RAP CY 29 $61.00 $1,769.00 0 140 MESIC PRAIRIE MIX AC 0.24 $3,820.00 $916.80 3 141 LOW STATURE PRAIRIE MIX AC 2.55 $3,155.00 $8,045.25 142 YARROW SEED AC 1 $1,960.00 $1,960.00 143 CREEPING RED FESCUE SF 13495 $0.10 $1,349.50 144 TURF SEED SF 63367 $0.10 $6,336.70 29 145 GINKGO(MALE) EA 26 $400.00 $10,400.00 146 SWAMP WHITE OAK EA 12 $360.00 $4,320.00 147 RED OAK EA 37 $330.00 $12,210.00 148 DOWNY SERVICEBERRY EA 51 $160.00 $8,160.00 63 149 KOUSA DOGWOOD EA 71 $190.00 $13,490.00 65 150 EASTERN REDBUD EA 58 $165.00 $9,570.00 - 151 KWANZAN CHERRY EA 97 $165.00 $16,005.00 23 152 WHITE PINE EA 22 $185.00 $4,070.00 153 BLACK CHOKEBERRY EA 41 $45.00 $1,845.00 797 154 KARL FOERSTER REED GRASS EA 834 $23.00 $19,182.00 91 - 155 ARTIC FIRE DOGWOOD EA 96 $37.00 $3,552.00 156 GREY OWL JUNIPER EA 308 $37.00 $11,396.00 380 157 HAMELN DWARF FOUNTAIN GRASS EA 167 $15.00 $2,505.00 158 NINEBARK EA 47 $40.00 $1,880.00 159 DAPPLED WILLOW EA 34 $40.00 $1,360.00 - 3117 160 DWARF DELPHINIUM EA 2570 $4.20 $10,794.00 409 161 KIM'S KNEE HIG CONEFLOWER EA 956 $14.00 $13,384.00 162 JOLYENE NICHOLE DAYLILY EA 604 $13.60 $8,214.40 p-- BID-9 CARMEL PROJECT 1110-10 DESCRIPTION:Illinois Street Extension-BASE BID 11/20/2013 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 4770 163 EVERGREEN CANDYTUFT EA 4935 $4.20 $20,727.00 164 BLACK EYED SUSAN EA 706 $14.00 $9,884.00 165 TEMPORARY SILT FENCE LF 5750 51.25 $7,187.50 166 EROSION CONTROL BLANKET SF 26030 50.20 $5,206.00 167 INLET PROTECTION EA 8 $150.00 $1,200.00 168 PEDESTRIAN STOP SIGN EA 2 $200.00 $400.00 169 18 IN THERMOPLASTIC STOP BAR LF 10 $6.00 $60.00 170 WEED BARRIER FABRIC SF 23258 $0.18 $4,186.44 171 DOUBLE SHREDDED HARDWOOD MULCH CY 334 $60.00 $20,040.00 172 STEEL EDGING LF 3070 $5.25 $16,117.50 173 AUSTRIAN PINES EACH 8 $230.00 $1,840.00 BASE BID TOTAL: $5,549,192.30 .��\\.4\e INC C /// i qt. • • A- BID-10 I O 1 ( Y \\\\\\n\1pV WING III/i� CARMEL PROJECT 1110-10 ......3. 0` /4,/,.......... DESCRIPTION:Illinois Street Extension-Alternate Bid A 11/20/2013 `� Q} � 111 . • ___ ITEM NO. DESCRIPTION UNIT QUANTITIES UNIT PRICE TOTAL - SEPAL 1 CONSTRUCTION ENGINEERING LS 1 $10,000.00 $10,000.00 i • 2 MOBILIZATION AND DEMOBILIZATION LS 1 $44,400.00 $44,400.00 �' �i/,///111j11"\\\\\\\\\`` 3 CLEARING RIGHT OF WAY LS 1 57,000.00 $7,000.00 4 CURB,CONCRETE,REMOVE LFT 113 $5.00 $565.00 5 CURB AND GUTTER,REMOVE LFT 3,647 $4.50 $16,411.50 • 6 INLET,REMOVE EACH 1 $415.00 $415.00 • 7 LIGHT STANDARD AND FOUNDATION,REMOVE EACH 5 $300.00 $1,500.00 • ZA LIGHT STANDARD,REMOVE EACH 8 $300.00 52,400.00 8 PIPE,ABANDON AND GROUT FILL 1ST 100 $11.00 $1,100.00 9 EXCAVATION,COMMON CY5 4,386 $23.00 $100,878.00 • TEMPORARY EROSION&SEDIMENT CONTROL,CURB INLET 10 PROTECTION EACH 10 $85.00 $850.00 • 11 TEMPORARY SILT FENCE LFT 862 $1.25 $1,077.50 • 12 NO 2 STONE TON 25 $17.25 $431.25 • 13 SUBGRADE TREATMENT,TYPE I SYS 8,220 $6.24 551,292.80 • 14 SUBGRADE TREATMENT,TYPE IIIA SYS 85 $12.00 $1,020.00 • 15 STRUCTURAL BACKFILL,TYPE 1 CYS 200 $23.15 $4,630.00 16 CHEMICAL MODIFICATION,SOILS SYS 1,644 $5.45 $8,959.80 17 COMPACTED AGGREGATE,NO.53,BASE TON 284 $20.00 $5,680.00 18 COARSE AGGREGATE,NO8 TON 10 540.00 $400.00 • 19 MILLING,ASPHALT,11/2 IN SYS 10,542 $0.90 $9,487.80 • 20 PROFILOGRAPH,HMA LS 1 $1.00 $1.00 • 21 HMA,INTERMEDIATE,TYPE C,OG,19.0 mm TON 1,076 $52.00 $55,952.00 22 HMA SURFACE,TYPE A TON 54 $106.00 $5,724.00 • 23 HMA SURFACE,TYPE C TON 1,458 $65.00 $94,770.00 24 HMA INTERMEDIATE,TYPE A TON 165 $68.00 $11,220.00 25 HMA INTERMEDIATE,TYPE C TON 916 552.00 $47,632.00 • 26 HMA BASE,TYPE C TON 2,468 $49.00 $120,932.00 27 ASPHALT FOR TACK COAT TON 9.8 $1.00 $9.80 28 CURB RAMP,CONCRETE,C SYS 18 $113.00 $2,034.00 29 CURB RAMP,CONCRETE,K SYS 12 $130.00 $1,560.00 30 CURB AND GUTTER,TYPE II LFT 2,339 $12.00 $28,068.00 31 CURB AND GUTTER,TYPE III LFT 1,155 $12.00 $13,860.00 • 32 PCCP FOR APPROACHES,9 IN SYS 70 $52.00 $3,640.00 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 33 EACH 1 $200.00 $200.00 34 SEED MIXTURE,T LBS 296 $1.35 $399.60 35 MULCHING MATERIAL TON 4.0 $400.00 $1,600.00 A ' l (J(v BID-11 CARMEL PROJECT#10-10 DESCRIPTION:Illinois Street Extension-Alternate Bid A 11/20/2013 ITEM NO. DESCRIPTION UNIT QUANTITIES UNIT PRICE TOTAL 36 WATER kGAL 38.2 $1.00 $38.20 37 TOPSOIL CY5 795 51.00 5795.00 38 SODDING,NURSERY SYS 9,535 53.11 529,653.85 39 PIPE,REINFORCED CONCRETE,CIRCULAR 12 IN LFT 367 533.25 512,202.75 40 PIPE,REINFORCED CONCRETE,CIRCULAR 18 IN LET 40 $45.00 $1,800.00 41 PIPE,REINFORCED CONCRETE,CIRCULAR 21 IN LFT 8 $76.00 $608.00 42 PIPE,REINFORCED CONCRETE,CIRCULAR 24 IN LFT 24 $60.00 $1,440.00 43 VIDEO INSPECTION FOR PIPE LET 439 52.00 5878.00 44 PIPE,TYPE 4 CIRCULAR 6IN LFT 2,339 55.20 $12,162.80 45 AGGREGATE FOR UNDERDRAINS CYS 211 $32.00 56,752.00 46 GEOTEXTILES FOR UNDERDRAIN SYS 2,105 $0.95 51,999.75 47 CASTING,ADJUST 70 GRADE EACH 2 $665.00 $1,330.00 48 INLET,CAP EACH 2 $460.00 $920.00 49 INLET,110 EACH 5 $1,600.00 $8,000.00 50 INLET,M10 EACH 1 $1,600.00 $1,600.00 51 MANHOLE,C4 EACH 1 $1,800.00 $1,800.00 52 MANHOLE,110 EACH 4 $3,300.00 $13,200.00 53 ROAD CLOSURE SIGN ASSEMBLY EACH 7 $270.00 51,890.00 54 DETOUR ROUTE MARKER ASSEMBLY EACH 16 $65.00 $1,040.00 55 CONSTRUCTION SIGN,A EACH 6 $100.00 $600.00 56 MAINTAINING TRAFFIC L5 1 $6,064.97 $6,064.97 57 BARRICADE,III-13 LFT 228 $10.00 $2,280.00 58 SIGN POST,SQUARE,TYPE 1,REINFORCED ANCHOR BASE LFT 81 $11.00 $891.00 59 SIGN,SHEET,WITH LEGEND 0.080 IN THICKNESS SFT 34 $14.00 $476.00 60 SIGN,SHEET,WITH LEGEND 0.100 IN THICKNESS SET 17 $15.00 $255.00 5 61 DECORATIVE STREET LIGHTING,WIRING AND INSTALLATION EACH 13 $8,300.00 $107,900.00 62 CABLE INTERDUCT LFT 813 $9.50 $7,723.50 63 HANDHOLE,LIGHTING EACH 4 5600.00 $2,400.00 64 CONDUIT,STEEL,GALVANIZED,2 IN LET 94 $10.50 $987.00 65 WIRE,NO6 COPPER IN PLASTIC DUCT,IN TRENCH,4 1/C LET 759 $7.25 $5,502.75 66 HANDHOLE EACH 7 $850.00 $5,950.00 67 WIRE,NO 6 COPPER IN PLASTIC DUCT,IN CONDUIT 4 1/C LFT 94 $7.25 5681.50 TRANSVERSE MARKING THERMOPLASTIC CROSSWALK, 68 WHITE 24" LET 90 $10.00 5900.00 69 LINE,THERMOPLASTIC,BROKEN,WHITE,4 IN LFT 275 51.00 $275.00 70 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. LET 245 $1.00 $245.00 71 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN LFT 1,274 $1.00 I 51,274.00 BID-12 1 //.( / CARMEL PROJECT#10-10 DESCRIPTION:Illinois Street Extension-Alternate Bid A 11/20/2013 ITEM NO. DESCRIPTION UNIT QUANTITIES UNIT PRICE TOTAL 72 TRANSVERSE MARKING,THERMOPLASTIC,STOP LINE,24 IN LFT 103 $10.00 $1,030.00 PAVEMENT MESSAGE MARKING,THERMOPLASTIC,LANE 73 INDICATION ARROW EACH 4 $50.00 $200.00 74 PAVEMENT MESSAGE MARKING,THERMOPLASTIC,(ONLY) EACH 2 $100.O0 $200.00 75 SNOWPLOWABLE RAISED PAVEMENT MARKER EACH 4 $20000 $800.00 76 SIGNAL SUPPORT FOUNDATION,36 IN X 144 IN EACH 1 52,100.00 $4,200.00 77 SIGNAL STRAIN POLE,STEEL,30 FT EACH 1 $4,500.00 $9,000.00 78 HANDHOLE,SIGNAL EACH 5 5875.00 54,375.00 79 CONDUIT,STEEL,GALVANIZED,2 IN,UNDERGROUND LFT 354 $10.50 $3,717.00 80 SIGNAL CABLE,IC/14GA LFT 3,129 $0.15 $469.35 CONTROLLER AND CABINET,MASTER,MENU DRIVEN,8 81 PHASE EACH 1 $8,665.00 $8,665.00 _ 82 TRAFFIC SIGNAL HEAD,3 FACE,12 IN RED,AMBER,GREEN EACH 5 5620.00 $3,100.00 TRAFFIC SIGNAL HEAD,3 FACE,12 IN RED,AMBER,GREEN, 83 AMBER ARROW,GREEN ARROW EACH 1 5925.00 5925.00 84 SPAN,CANTENARY,TETHER EACH 1 $1,700.00 $1,700.00 85 DISCONNECT HANGER EACH 1 $275.00 5275.00 86 SIGNAL CABLE,5C/14 GA LFT 341 51.50 5511.50 87 SIGNAL CABLE,7C/14 GA LFT 131 51.65 5216.15 88 SIGNAL CABLE,3C/8 GA LET 12 $2.50 530.00 89 SIGNAL CABLE,2C/16 GA,SHIELDED LFT 855 $0.75 5641.25 90 SIGNAL DETECTOR HOUSING EACH 7 $850.00 55,950.00 91 SAW CUT FOR ROADWAY LOOP AND SEALANT LFT 1,113 56.00 $6,678.00 92 CONTROLLER CABINET FOUNDATION,P1 EACH 1 $1,025.00 $1,02500 93 SIGNAL SERVICE EACH 1 5800.00 5800.00 94 LOOP DETECTOR DELAY AMPLIFIER,2 CHANNEL EACH 7 5250.00 51,750.00 95 MISCELLANEOUS EQUIPMENT FOR TRAFFIC SIGNALS 1 $500.00 $500.00 ALTERNATE BID A TOTAL: 5955,375.37 .\QN..).‘NG,/by 4, / A- BID-13 \3 cI1 ( `/ CARMEL PROJECT#10-10 DESCRIPTION:Illinois Street Extension-Alternate Bid B 11/6/2013 ITEM NO. DESCRIPTION UNIT QUANTITIES UNIT PRICE ''/�TOTAL 4 ,4 1 CONSTRUCTION ENGINEERING LS 1 4500 MO 4 y/o,00 2 MOBILIZATION AND DEMOBILIZATION LS 1 IZ11D43.W0 /Z A5i3'co 3 CLEARING RIGHT OF WAY LS 1 6,000000 S coo,00 4 EXCAVATION,COMMON CYS 1,711 13,co ,29,425/1,CO 5 TEMPORARY SILT FENCE LFT 433 I.2. 541/25-. 6 SUBGRADE TREATMENT,TYPE IIIA SYS 1,010 &.JO ,6i/bb OD 7 STRUCTURAL BACKFILL,TYPE 2 CYS 522 21 E5 %� 172:30 8 STRUCTURAL BACKFILL,TYPE 3 CYS 135 2.1.IS 21 ScG',y\ 9 HMA SURFACE,TYPE B TON 63 i 10,00 /0/930, to 10 HMA INTERMEDIATE,TYPE B TON 107 4 s.e0 4,9/5,00 11 ASPHALT FOR TACK COAT TON 0.2 4bo,Cb y,(q , co 12 GUARDRAIL END TREATMENT,I EACH 4 II/cro•C0 yOo,0o 13 GUARDRAIL,W-BEAM,6 FT 3 IN SPACING LFT 100 30.co 3,000,00 14 HANDRAIL,PEDESTRIAN LFT 90 145,00 /,73/QSOOj[(.� 15 PCCP FOR APPROACHES,9 IN SYS 67 '51. 3 j 3,i/5/p,y/5 16 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 1 ZCO.cO 2cz ,CO 17 EROSION CONTROL BLANKET SYS 11,864 I,l /9/��y]]t'C. Z • 18 GEOTEXTILES SYS 175 3.3°1 1932 19 RIPRAP,REVETMENT TON 194 35,00 6, 770.4z) 20 SEED MIXTURE,T LB5 74 I,. S 6/9.90 21 MULCHING MATERIAL TON 1.0 400,00 4/taco 22 WATER kGAL 11 1.00 //,0O 23 TOPSOIL CYS 224 1,0O j1� c0 24 SODDING,NURSERY SYS 2,684 3,21 I/ 726,14 25 PUMP-AROUND EACH 1 AlOCn,w 4 Oc)O,cO STRUCTURE,REINFORCED CONCRETE THREE-SIDED / �/ 26 SECTIONS 7RR IN X 96 IN LFT 42 ZI 1.9,00 �J /e.2 45 0,C'O ALTERNATE BID B TOTAL:bryi/3/ 7o2.9e, \`�\\.PI1NG,//1///// TOTAL PROJECT:A, 4 7�/2'�, 63 Q .,1 / S •. C� /. SUBMITTED BY: �+r&BP• NG,INC/ E%,NOV, = •• ) SIGNATUR ��jr�_�j� W • Ste`\°•••• ) TITLE' VI 'RESIDE'T/VICE PRESIDENT ' a ✓ i ADDRESS: 17042 i.nom[rown AVE I r2saa N MERmuxst.sn sm � ••••ti......... /// •• NOBLESVILLE,IN 46060/CARMEL,IN 46032 m BID-14 f q (Y)\'_ E&B PAVII1G.inc 40 . World-Class Solutions at a Local Level' 19 March 2012 To Whom It May Concern: This letter will certify that E&B Paving, Inc. is duly registered to use the E-Verify system and certifies that E&B Paving, Inc.does not knowingly employ or contract with unauthorized alien workers. Following is the pertinent information for E&B Paving, Inc, E&B Paving, Inc 286 W 300 N Anderson, IN 46012 E-Verify Company ID U:426977 EEO Officer: Chuck Siegel Corporate Human Resources Manager/EEO Officer Phone: 765.374.0350 Fax: 765.643.0699 Email: chuck.siegel @ebpaving.com This letter meets the requirements for certifying to general contractors E&B Paving's compliance with Indiana Senate Act 590(SEA 950). To obtain a complete copy of E&B's E-Verify Memorandum of Understanding(MOU), please contact our EEO Officer and one will be promptly provided. Respectfully, Gary L.Stebbins, President AN EQUAL OPPORTUNITY EMPLOYER 286 W.300 N. • Anderson, IN 46012 PHONE:765.643.5358 • RAN:765.643.0699 www.ebpaving.com t eat CONCRETEcONTRACtoRS , l t y of Carmel CERTIFICATE ENOIL003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 2S7-61 2 35-60000972 �T THIS NUMBER MUST APPEAR ON INVOICES,NP ONE CIVIC SQUARE VOUCHER, DELIVERY MEMO, PACKING SLIPS, CARMEL, INDIANA 46032-2584 SHIPPING LABELS AND ANY CORRESPONDENCE. .M APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL- 1997 IASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR N0. DESCRIPTION 2"i-' tS E g ?cv,v10 iC -nA A 031 I\v C_ 1 i 2fj00 N Ref■c�I;R1', SHIP \J P_\ - 0 F EhC'� 16.0 'Lv I ✓c' IDOR t�C�2 N\,A�V`.�G w�'L l l� St , v20 NraleSv,t\z `t o cT� o L.0 V _ L\I 9(00 32 NATION BLANKET CONTRACT PAYMENT TERMS FREIGHT DESCRIPTION UNIT PRICE EXTENSION QUANTITY UNIT OF MEASURE 1 Pfo je c - � ° 0 -I 0 ` , �y L1 ' r �s St ' � 1'' : 'y o f I i f i x f. I i ; ' 1 ,i i is �' !. $ 1 V't c , J , .H I . •h rF.i1 { ql J y irk j 1 4 .n A j a s kii,., f ', end Invoice To �y�� -s e!,-J-' - 2oc ill t I/1Chs SE RSv(L — stet PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT I PROJECT I PROJECT ACCOUNT I AMOUNT PAYMENT • AR VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. SHIPPING INSTRUCTIONS • I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. • SHIP REPAID. •C.O.D.SHIPMENTS CANNOT BE ACCEPTED. ORDERED BY •PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. TITLE •THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. 2 5 2 9 7 CLERK-TREASURER - ■lcrinno ^nDV