Loading...
HomeMy Public PortalAbout106-2017 - Engineering - Milestone Contractors - Construction - Gaar Jackson & Round BarnJ t WAYNE COUNTY/RICHMOND/CENTERVILLE CONSTRUCTION CONTRACT GAAR JACKSON ROAD/ROUND BARN ROAD PROJECT THIS AGREEMENT, ("AGREEMENT") made this 2nd of August , 2q 17, between the Board of Commissioners of Wayne County, Indiana, ("COUNTY"), the City of Richmond, Indiana, (CITY), the Town of Centerville, Indiana, (TOWN), (As a group called OWNERS) and Milestone Contractors, L.P. , an Indiana Limited Partnershi offices in Richmond , Indiana, (hereinafter referred to as "CONTRACTOR") WITNESSETH: That in consideration of the mutual covenants hereinafter set forth, CONTRACTOR and OWNERS agree as follows: Section One Description of Work Except as otherwise specifically provided, CONTRACTOR shall furnish at its own cost and expense all labor, services, tools, equipment, materials and work, and all utility and transportation services, required for the construction and completion of the work to be done under this AGREEMENT, as required by the Contract Documents. CONTRACTOR will construct and complete the some in a thorough, workmanlike manner, in every respect as described in the Contract Documents, within the time specified and in strict accordance with the instructions and information contained in the Notice to Bidders, Instruction to Bidders, Special Conditions and Specifications, Itemized Project List, CONTRACTOR'S Information Form, this AGREEMENT, Wage Scales and Affidavit, Material and Labor Affidavit, Affirmative Action Statement, CONTRACTOR'S Proposal, and all required bonds, including all addenda thereto incorporated into any of such documents before the execution of this CONTRACT, all of which constitute the CONTRACT DOCUMENTS. All of the above documents are hereby made a part of this AGREEMENT as fully as. if the same were set forth at length herein. The Specifications and all copies thereof shall remain the property of the OWNERS and may not beused on any other work by CONTRACTOR Page 1 of 18 n Contract No. 106-2017 Section Two Completion Period CONTRACTOR will continence the work required by this AGREEMENT within fifteen (15) calendar days after the Notice to Proceed is given to CONTRACTOR by the OWNERS, will be Substantially Complete no later than November 30, 2017, and will be totallycompleted and ready for acceptance by calendar date April 30, 2018, unless the period for completion is extended by the written agreement of all parties. The time for completion of the work shall be considered to be the essence of this CONTRACT. CONTRACTOR will be entitled to one (1) day in addition to the time period for completion set out above for each day's delay that may be caused by the OWNERS or mutually agreed upon weather delays. Section Three Contract Price COUNTY, CITY, and TOWN will pay CONTRACTOR for performance of the work under this CONTRACT, subject to additions and deductions provided for herein, the BASE BID amount of Two Million Four Hundred Sixty -Four Thousand Five Hundred Seventy -Five dollarS and No cents ( $2,464,575.00 ), less five percent (51%) retainage with said retainage to be paid within sixty-one (61) days following the date of written acceptance of the work by the'OWNERS. The CITY of R.ICHMOND will pay CONTRACTOR for performance of the work under this CONTRACT, subject to additions and deductions provided for herein, for their Round Barn Road portion of the Project, the amount of Four Hundred Eighty -Five Thousand Five Hundred Six dollars and 76 Cents ( _$485,506.76 ), less 5ve'pereent-(5%)-'retainage with said reWmge to be paid within sixty-one (61) days fotlowifi j the date of written4c' ceptance of the work by the OWNERS. The CITY of RICHMONB will pay COMTRACT4)R for performance of the work finder this CONTR.ACT, suiilect te'additl%3ins a�d'dedilctioas provided for herein, fortheir Gaar Jackson Road portion of the Project, the amount of Five Hundred Twenty -Eight Thousand Three Hundred Nine doMAm and 52 cents { $528,309.52 �), less five percent (5%) retainage with said retainage to be paid within Page 2 of 18 sixty-one (61) days following the date of written acceptance of the work by the OWNERS. Wayne County will pay CONTRACTOR for performance of work under this CONTRACT, subject to additions and deductions provided for herein, for their Gaar Jackson Road portion of the Project, the amount of Eight Hundred Seventy -One Thousand Two Hundred Eighty -Five dollars and 02 cents ( $871,285.02 ), less five percent (5%) retainage with said retainage to be paid within sixty-one (61) days following the date of written acceptance of the work by the OWNERS. The Town of Centerville, utilizing Community Crossings funds plus funds from Wayne County and the City of Richmond, will pay CONTRACTOR for performance of the work under this CONTRACT, subject to additions and deductions provided for herein, for their Gaar Jackson Road portion of the Project, the amount of Four Hundred Sixty -Four Thousand Three Hundred Fourty-Nine dollars and 43 cents ( $464,349.43 ), less five percent (5%) retainage with said retainage to be paid within sb*-one (61) days following the date of written acceptance of the work by the OWNERS. The Town of Centerville, utilizing Community Crossings funds plus funds from Wayne County and the City of Richmond,.will pay CONTRACTOR for performance of the work under this CONTRACT, subject to additions and deductions provided for herein, for their Centerville Road portion of the Project, the amount of One Hundred Fifteen Thousand One Hundred Twenty -Four dollars and 27 .cents ( $115,124.27 ), less five percent (5%) retainage with said retainage to be paid within sixty-one (61) days following the date of written acceptance of the work by the OWNERS. Section Four Payments Payments of amounts due CONTRACTOR shall be made in accordance with the terms of the documents incorporated by reference into this AGREEMENT under Section One above, and shall be conditioned upon `acceptance' of time work by the OWNERS and upon CONTRACTOR's furnishing to the OWNERS satisfactory evidence that all payrolls, material bills and other costs incurred by CONTRACTOR in connection with the work under this AGREEMENT have been paid in full Page 3 of 18 1 � J Section Five Liability for Damages OWNERS, and their officers, agents or employees, shall not in any manner be answerable or responsible for any loss or damage to the work or to any part thereof, to any materials, buildings, equipment or other property that may be employed or placed on or about the work site during the progress of the work; for any injury done to person or property or damages or compensation . required to be paid under any present or futurelaw; or for any damage to any property occurring during or resulting from the work. OWNERS assume no responsibility for collecting indemnities or damages from any person or persons causing injury to the work of CONTRACTOR CONTRACTOR shall have complete responsibility for the work and shall bear all losses resulting to the CONTRACTOR on account of the amount or character of the work, or because the nature of the ground in or on which the work is done is different from what was assumed or expected, or because of errors or omissions in the CONTRACTOR'S bid or the contract price, or, except as otherwise provided in the AGREEMENT documents, because of any other causes whatsoever. CONTRACTOR shall protect the entire work, all materials under the AGREEMENT; and all property, including machinery and equipment, in, on, or adjacent to the site of the work until final completion and acceptance of the work, from damage caused by the nature of the .. work, the action of the elements, acts of others or, except as otherwise provided in the contract documents, any other causes whatsoever. Should any damage occur by reason of any of the foregoing, CONTRACTOR shall repair it at the CONTRACTOR'S own expense. At CONTRACTOR'S expense, CONTRACTOR shall take all necessary precautions for the safety of, and the prevention of injury, loss and damage or death to, persons and property on, about or adjacent to premises where the work is being performed, and shall comply with all applicable provisions of safety laws, rules, ordinances, regulations and orders of duly constituted . public authorities. CONTRACTOR shall be knowledgeable and fully informed of all national and state. laws and all municipal ordinances and regulations in any manner affecting the work or performance under this AGREEMENT, and shall at all times observe and comply with such, laws, regulations or ordinances, and shall indemnify the OWNERS, their officers, agents and employees against any claim or liability, including attorney's fees, arising from or based on the Page 4 of 18 violation of any such laws, regulations or ordinances. CONTRACTOR assumes all risk of loss, damage or destruction to the work, all of its materials, tools, appliances and property of every description, and of injury to or deaths of CONTRACTOR or its employees or agents arising out of or in connection with the performance of this CONTRACT; including that which occurs due to the acts or failure to act of any other third party, other than that which is solely caused by the OWNERS. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the OWNERS, and any of their employees from and against all claims, damages, losses and expenses, including, but not limited to, attorney's fees arising out of or resulting from the performance of the work, provided that such claim, damage, loss or expense is caused in whole or in part by the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or reduce other rights or obligations of indemnities which would otherwise exist as to a party or person described in this paragraph The CONTRACTOR'S indemnity obligations shall survive the completion, cancellation or early termination of the CONTRACT. Section Six Inspection The OWNERS may appoint and employ such persons as it deems necessary to act as inspectors or agents for the purpose of supervising, in the interest of the OWNERS materials furnished and work done as the work progresses. Such inspectors or agents shall have unrestricted access at all times to all parts of the. work and to other places where the preparation of materials and other integral parts of the work are being conducted. CONTRACTOR shall provide all facilities and assistance required or requested to carry out the work of supervision and inspection by such inspectors or agents. Page 5 of 18 Inspection of the work by these authorities or their representatives shall in no manner be presumed to relieve in any degree the responsibilities or obligations of the CONTRACTOR, or to constitute CONTRACTOR an agent of the OWNERS. Any materials or workmanship found at any time to be defective shall be replaced or remedied at once, regardless of previous inspection. The OWNERS shall have the right to inspect the work and conduct such tests of the work and all components thereof and to review such records of the CONTRACTOR as it considers appropriate to verify that: (a) the work has been completed as indicated by the CONTRACTOR, (b) such work has been completed in a good and workmanlike manner, free of defects and in accordance with the CONTRACT DOCUMENTS and all warranties therein, and (c) all required payments to the subcontractors and suppliers, if applicable, have been made. If the OWNERS determine that the work has not been so completed or that required payments to -the subcontractors and suppliers, if applicable, have not been made, then, notwithstanding the issuance of any certificate or any other provision of the CONTRACT DOCUMENTS, the OWNERS may withhold payments to the CONTRACTOR necessary to protect the OWNERS from loss. If the OWNERS withhold payments pursuant to this paragraph, it shall give written notice to the CONTRACTOR of the reason for withholding payments. If the CONTRACTOR fails to correct any work which is not in accordance with the requirements of the CONTRACT DOCUMENTS, or fails to carry out the work in accordance with the CONTRACT DOCUMENTS, the OWNERS, by a written order, may order the CONTRACTOR to stop the work, or any portion thereof, until the cause of such order has been eliminated; however, the right of the OWNERS to stop the work shall not give rise to a duty on the part of the OWNERS to exercise this right for the benefit of the CONTRACTOR or any other person or entity. Failure to exercise this right is not a waiver of any right by the OWNERS, or a release of the CONTRACTOR from any duty or warranty. If the CONTRACTOR defaults or neglects to carry out the work in accordance with the CONTRACT DOCUMENTS and fails .within a seven (7) day period after receipt of written notice from the OWNERS, to commence and continue correction of such default or neglect with diligence and promptness, the OWNERS may, after such seven (7) day period, give the CONTRACTOR a second written notice to correct such deficiencies within a second seven (7) day period. If the CONTRACTOR within such second seven (7) day period after receipt of such second notice fails to commence and continue to correct any deficiencies, the OWNERS Page 6 of 18 may, without prejudice to other remedies, correct such deficiencies. In such case an appropriate change order shall be issued deducting from the payments then or thereafter due the CONTRACTOR the cost of correcting such deficiencies, including compensation for the OWNER'S, additional services made necessary by such default, neglect or failure. If the payments then or thereafter due the CONTRACTOR are not sufficient to cover such amount, the CONTRACTOR shall pay the difference to the OWNERS. OWNERS reserve all remedies available to it, whether at law or in equity, in enforcing CONTRACTOR'S obligations under this CONTRACT. Section Seven Royalties, Patents and Licenses The CONTRACTOR agrees to pay for all royalties, patents and licenses necessary for performance of the work under this CONTRACT, including those applying to processes, and further agrees to defend all suits or claims for infringement of any patent rights, and to save the OWNERS and their officers, employees and agents harmless from loss or expenses on account thereof. Section Eight Certificates and Permits CONTRACTOR shall secure at CONTRACTOR'S own expense all necessary certificates and permits from municipal or other public authorities required in connection with the work contemplated by this AGREEMENT or any part hereof, and shall give all notices required by law, ordinance or regulation.. CONTRACTOR shall pay all fees and charges incidental to the due and lawfulprosecution ofthe work contemplated by this CONTRACT, and. any extra work performed by the CONTRACTOR. Page 7 of 18 Section Nine Insurance CONTRACTOR shall not commence work under this AGREEMENT until it has obtained all certificates of insurance required under this CONTRACT, and said'insurance has been approved by the OWNERS. Likewise, CONTRACTOR shall not allow any approved subcontractor to commence work on a subcontract until all similar insurance required of subcontractor has been obtained and approved. Should any coverage approach expiration during the contract period, it shall be renewed prior to its expiration date and certificates again filed - with the OWNERS. Failure to renew and file new certificates with the OWNERS shall be just cause to withhold any payment until these requirements are met. Said insurance certificates are to contain the following statement: "It is hereby agreed that the 0WNERS will be notified thirty (30) days prior to the cancellation of, expiration, and/or the election not to renew any insurance policy, which coverage is evidenced by this certificate. " All insurance shall be maintained in full force and effect until the AGREEMENT has been fully completed and performed. The types and amounts of insurance provided for by the CONTRACTOR shall be as follows: 1. Worker's Compensation and Occupational Disease Insurance. The CONTRACTOR shall provide Worker's Compensation and Occupational Disease Insurance as required by law, including Employer's Liability. Such policy shall comply with the provisions of the Indiana Worker's Compensation and Occupational Diseases Act. The liability limit shall be Three Hundred Thousand Dollars ($300,000.000). 2. Public Liability. The CONTRACTOR shall maintain a Comprehensive Liability Form of Insurance with personal injury of not less that One Million Dollars ($1,000,000.00) for any one person in any one occurrence, and Five Million Dollars ($5,000,000.00) for two or more persons in any occurrence with property damage liability limits of Five Hundred Thousand Dollars ($500,000.00). The policy shall include OWNER'S and CONTRACTOR'S Protective Liability on a "blanket" basis to cover the operations of any subcontractors. The policy shall specifically Page 8 of 18 include coverage for "hold harmless" clause (Contractual Liability) contained elsewhere in the AGREEMENT and this shall appear on the certificate. The OWNER'S, and CONTRACTOR'S Protective Liability policy shall be written with a limit of One Million Dollars ($1,000,000.00). The OWNERS shall be listed as an additional insured on said policy. 3. Automobile Liabilitv. The CONTRACTOR shall maintain a comprehensive form of insurance with personal liability limits of not less than One Million Dollars ($1,000,000.00) for any one person in any one occurrence, and Five Million Dollars ($5,000,000.00) for two or more persons in any one occurrence. Property damage liability insurance shall be maintained with limits of not less than One Million Dollars ($1,000,000.00) for any one occurrence. This coverage may be provided either as a separate policy or as part of the comprehensive general liability form of policy described previously. The automobile insurance must include coverage for all owned, non -owned and hired vehicles. Section Ten Subcontractors CONTRACTOR shall not sublet any part of the work under this AGREEMENT nor assign the CONTRACTOR'S interest under this AGREEMENT nor any monies due the CONTRACTOR hereunder without first obtaining the written consent of the OWNERS. This AGREEMENT shall inure to the benefit of and shall be binding on the parties and their successors and permitted assigns. Any agreement between the CONTRACTOR and a subcontractor (and where appropriate between subcontractors and sub -subcontractors) shall include provisions that: 1. Preserve and protect the rights of the OWNERS herein; 2. Require that such work be performed in accordance with the requirements of the CONTRACT DOCUMENTS; 3. Require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the work be submitted to the CONTRACTOR in sufficient time so that the CONTRACTOR may comply in the manner provided in the CONTRACT DOCUMENTS for like claims by the CONTRACTOR upon the OWNERS; and 4. Obligate each subcontractor specifically to consent to the provisions of this paragraph; Page 9 of 18 5. Obligate the subcontractor to waive all rights against the OWNERS and against those for whom the OWNERS is legally liable for losses covered by insurance provided by the subcontractor to the extent the upper limits of such insurance are adequate to cover such damages. The CONTRACTOR shall pay each subcontractor the amount to which the subcontractor is entitled. In the event it appears to the OWNERS that labor, material and other. invoices incurred in the performance of CONTRACTOR'S work are not being currently paid, the OWNERS may take such action as it deems necessary to insure that the money paid with any payment will be utilized to pay such invoices. Section Eleven Termination In the event of any default by the CONTRACTOR, the OWNERS shall have the right to terminate the AGREEMENT after giving the CONTRACTOR seven (7) calendar days' written notice of such termination. It shall be considered a default by the CONTRACTOR if the CONTRACTOR shall: 1. Fail to cure any breach of its obligations under the CONTRACT DOCUMENTS within seven (7) days after notice from the OWNERS stating generally the nature of such breach. 2. Fail to provide qualified and competent supervisors, workmen, subcontractors, or proper materials, or fail to make prompt payment therefore. The CONTRACTOR shall be terminated unless the OWNERS subsequently otherwise agree, upon the appointment of a receiver for the CONTRACTOR by reason of the CONTRACTOR'S insolvency or upon the CONTRACTOR'S making an assignment for the benefit of creditors or if the CONTRACTOR is adjudged a bankrupt. If the CONTRACTOR files a petition under the bankruptcy code, the AGREEMENT shall terminate if the CONTRACTOR or the Trustee rejects the AGREEMENT or, when not performing in accordance with the approved schedule, the CONTRACTOR is unable to give adequate assurance of completing the AGREEMENT in accordance with the schedule. If the CONTRACTOR is not perforating in accordance with the AGREEMENT at the time of filing such petition, or at any subsequent time, the OWNERS may, while awaiting the CONTRACTOR or the Trustee to reject the AGREEMENT or to accept and provide adequate assurance of the CONTRACTOR'S ability to perform, avail itself of all remedies as are Page 10 of 18 reasonably necessary to maintain the schedule. The OWNERS may offset all costs incurred by it in the pursuance of any of the remedies provided in the preceding sentences, together with the OWNERS reasonable overhead and direct job expenses incurred in pursuing such remedy or remedies including, without limitation, its attomey's fees. If the AGREEMENT is terminated under this paragraph, the OWNERS may take possession of the premises and of all materials, tools and appliances thereon, and finish the work by whatever methods the OWNERS may deem expedient. In such case, the CONTRACTOR shall not be entitled to receive any future payment until the work is finished. If the unpaid balance of the contract price exceeds the expense of finishing the work, including compensation for additional material and administrative services, such excess shall be paid to CONTRACTOR. If such expenses exceed the unpaid balance, CONTRACTOR shall pay the difference to the OWNERS. Section Twelve Guaranty of Work CONTRACTOR agrees to guarantee all work under this AGREEMENT for a period of one year from the date of final payment. If any unsatisfactory condition or damage develops within the time of this guaranty due to materials or workmanship that are defective, inferior, or not in accordance with this CONTRACT, CONTRACTOR shall, whenever notified by OWNERS, immediately place such guaranteed work in a condition satisfactory to OWNERS and make repairs of all damage to buildings, equipment, grounds and other property made necessary in the fulfillment of the guaranty. If CONTRACTOR fails to proceed promptly to comply with the terms of any guaranty under this CONTRACT, CONTRACTOR agrees that OWNERS may have such work performed as OWNERS considers necessary to fulfill such guaranty or may allow the damage or defective work to remain as it is: In the first instance, CONTRACTOR shall promptly pay OWNERS such sums as were expended in fulfilling the guaranty; in the second instance he shall promptly pay OWNERS such sums of money as would have been necessary to expend to fulfill the guaranty. Page 11 of 18 Unusual wear and tear and the results of accidents not chargeable to CONTRACTOR or its agents do not fall within this guaranty. Everything necessary for the fulfillment of any guaranty must be done without any expense to the OWNERS. Section Thirteen Wage Scales The CONTRACTOR agrees that it and all of its subcontractors shall comply strictly with any wage scale determination made pursuant to Indiana law. The CONTRACTOR agrees further that before any work is performed pursuant to this AGREEMENT or any subcontract, a schedule of wages to be paid for the work shall be filed with the OWNERS. Section Fourteen Anti -discrimination Provisions Pursuant to IC 22-9-1-10, the CONTRACTOR and any employee shall not discriminate against any employee or applicant for employment to be employed in the performance of work under this Agreement, with respect to hire, tenure, terms, conditions or privileges or employment or any matter directly or indirectly related to employment, because of race, color, religion, sex, disability, national origin or ancestry. Breach of this provision/covenant may be regarded as a material breach of the Agreement - Section Fifteen Cancellation If the OWNERS make a written determination that funds are not appropriated or otherwise available to support continuation of this CONTRACT, the AGREEMENT shall be canceled. A determination by the OWNERS that funds are not appropriated or otherwise available to support continuation of performance shall be final and conclusive. Page 12 of 18 Section Sixteen Conflict of Interest As used in this section "Immediate family" means the spouse and the unemancipated children of an individual. "Interest party" means: (1) The individual executing this CONTRACT; (2) An individual who has an interest of three percent (3%) or more of CONTRACTOR, if CONTRACTOR is not an individual; or (3) Any member of the immediate family of an individual under subdivision (1) or (2). The OWNERS have the right to cancel this AGREEMENT without recourse by CONTRACTOR if any interested party is an employee of the COUNTY, CITY, or TOWN. CONTRACTOR has an affirmative obligation under this AGREEMENT to disclose to the COUNTY, CITY, or TOWN when an interested party is or becomes an employee of the COUNTY, CITY, or TOWN. The obligation under this subsection extends only to those facts which CONTRACTOR knows or reasonably could know. Section Seventeen Debarment and Suspension CONTRACTOR certifies, by entering into this CONTRACT, that neither it or its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from entering into this AGREEMENT by any federal, state or county department or agency. The term "principal" for purposes of this AGREEMENT is defined as an officer, director, owner, partner, key employee, or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operation of CONTRACTOR. Page 13 of 18 Section Eighteen Notice All notices required to be given under this AGREEMENT will be made in writing and will be sent by certified or registered mail addressed to the parties, as follows: COUNTY: Board of Wayne County Commissioners Wayne County Administration Building 401 East Main Street Richmond, Indiana 47374 and copy to: Ronald L. Cross, County Attorney Wayne County Administration Building 401 East Main Street Richmond, Indiana 47374 CITY: City of Richmond Richmond City Building 50 North 5" Street Richmond, Indiana 47374 and copy to: City Attorney Richmond City Building 50 North 5 b Street Richmond, Indiana 47374 TOWN: Town of Centerville 204 East Main Street Centerville, Indiana 47330 and copy to: Edward Martin, Town Attorney 100 East Main Street Centerville, Indiana 47330 CONTRACTOR. - Page 14 of 18 Section Nineteen Entire Agreement, Amendment The written terms and provisions of this AGREEMENT shall supersede all prior verbal statements of any officer or other representative of the OWNERS and such statements shall not be effective or be construed as entering into or forming a part of, or altering in any manner whatsoever, this AGREEMENT or any CONTRACT DOCUMENTS. This instrument contains and constitutes the entire agreement of the parties regarding the subject matter hereof, and there are no other agreements, written or oral, between the parties affecting the subject matter hereof. No amendment of this AGREEMENT shall be effective unless the same is made in writing and signed by the parties hereto. Page 15 of 18 Section Twenty Governing Law,• Construction I. This AGREEMENT shall be interpreted and enforced according to the laws of the State of Indiana. 2. All headings of sections of this AGREEMENT are inserted for convenience only, and do not form part of the AGREEMENT or limit, expand or otherwise alter the meaning of any provisions hereof. 3. This AGREEMENT may be executed in any number of counterparts, each of which shall be deemed to be an original and all of which shall constitute one and the same AGREEMENT. 4. The terms "hereof', "herein" and "hereunder", and words of similar import; shall be construed to refer to this AGREEMENT as a whole, and not to any particular paragraph or provision, unless expressly so stated. 5. The word "person" shall mean any natural person, partnership, corporation and any other form of business or legal entity. 6. All words or terms used in this CONTRACT, regardless of the number or gender in which they are used, shall be deemed to include any other number and any other gender as the context may require. 7. The provisions of this AGREEMENT are intended to be for the sole benefit of the parties hereto, and their respective successors and assigns, and none of the provisions of this AGREEMENT are intended to be, nor shall they be construed to be, for the benefit of any third ply 8. This AGREEMENT shall be construed without regard to any presumption or rule requiring construction against the party causing such instrument to be drafted. Page 16 of 18 Section Twenty -One Attorney Fees In the event of any litigation between the parties hereto arising out of the terms and conditions of this CONTRACT, the party prevailing in such litigation shall be entitled to have all of its costs and expenses, including reasonable attorney fees, paid by the party not prevailing in said litigation. The prevailing party shall be entitled to have judgment entered in said proceedings for all such costs and expenses. IN WITNESS WHEREOF, the parties have executed this AGREEMENT at Richmond, Indiana, the day and year first above written. Section Twenty -Two Employment EliWbility Verification The CONTRACTOR affirms under the penalties of perjury that he/she/it does not knowingly employ an unauthorized alien. The CONTRACTOR shall enroll in and verify the work eligibility status of all his/her/its newly hired employees through the E-Verify program as defined in IC 22-5-1.7-3. The CONTRACTOR is not required to participate should the E-Verify program cease to exist. Additionally, the CONTRACTOR is not required to participate if the CONTRACTOR is self- employed and does not employ any employees. The CONTRACTOR shall not knowingly employ or contract with an unauthorized alien. The CONTRACTOR shall not retain an employee or contract with a person that the CONTRACTOR subsequently learns is an unauthorized alien. The CONTRACTOR shall require his/her/its subcontractors, who perform work under this Contract, to certify to the CONTRACTOR that the SUB -CONTRACTOR does not knowingly employ or contract with an unauthorized alien and that the SUB -CONTRACTOR has enrolled and is participating in the E-Verify program. The CONTRACTOR agrees to maintain this certification throughout the duration of the term of a contract with a SUB -CONTRACTOR. The OWNERS may terminate for default if the CONTRACTOR fails to cure a breach of this provision no later than thirty (30) days after being notified by the OWNERS. Page 17 of 18 .��``'�`Q,G� ORS(✓ U (n SE ted;�i /A ''. Attested By: vid of v Printed: Kathleen K. Miller Cal j�gKneth E.11aust, Piresident ' r/ /,44 Mary 4fi6e Butters, Member _�Bum�sMem�ber Dennis Title: project Control Att City of Ric berly Walton, u itor . Sno Richmond Boarii of Public Works and Safe , Town of Centerville Daniel Wandersee, Council President This Construction Contract prepared By: Office of County Highway Engineer Wayne County, Indiana 8198 US 40 Centerville, Indiana 47330 and Approved By: Ronald L. Cross, County Attorney Wayne County Administration Building 401 East Main Street Richmond, Indiana 47374 Page 18 of 18 TOTAL PROJECT BID FORM GAAR JACKSON ROAD AND ROUND BARN ROAD PROJECT $ 2,464,575.00 GRAND Dollars TOTAL AMOUNT Two Million Four Hundred Sixty -Four Thousand Five Hundred Seventy -Five Dollars and No Cents (Write in Words) CENTERVILLE ITEMIZED BID FORM GAAR JACKSON ROAD Supplementing the Contractor's Bid Form No. 96, the undersigned submits the following Itemized Bid Form upon which the Bid is based, and further agrees that any Change Orders to the Contract authorized by the County shall be based on the following schedule of unit prices where applicable: Base Bid: Items for the Re -Construction of Gaar Jackson Road within Centerville Jurisdiction ITEM No. SPEC. ITEM DESCRIPTION QTY Unit UNIT PRICE EXTENSION 1 105 CONSTRUCTION ENGINEERING 1 LS $ 4,710.00 $ 4,710.00 2 110 MOBILIZATION AND DEMOBILIZATION 1 LS $ 23,220.00 $ 23,220.00 3 201 CLEARING RIGHT OF WAY 1 LS $ 4,644.00 $ 4,644.00 4 202 SIGN POST, CHANNEL, REMOVE 1 EACH $ 70.00 $ 70.00 5 202 PIPE, REMOVE 25 LFT $ 35.00 $ 875.00 6 203 COMMON EXCAVATION 940 CYS $ 35.75 $ 33,605.00 7 205 TEMPORARY INLET PROTECTION 1 EACH $ 125.00 $ 125.00 8 205 TEMPORARY SILT FENCE 5,101 LFT $ 2.00 $ 10,202.00 9 205 FILTER SOCK 194 LFT $ 5.00 $ 970.00 10 20S TEMPORARY CHECK DAM, TRAVERSABLE 80 LFT $ 9.00 $ 720.00 11 205 TEMPORARY SEED MIXTURE 214 LBS $ 9.00 $ 1,926.00 12 207 SUBGRADE TREATMENT. TYPE IIIA 130 SYS $ 20.00 $ 2,600.00 13 211 STRUCTURE BACKFILL, TYPE 1 28 CYS $ 28.00 $ 784.00 14 303 COMPACTED AGGREGATE NO. 53 563 TON $ 26.00 $ 14,638.00 15 303 CRUSHED STONE 344 SYS $ 11.50 $ 3,956.00 16 401 QC/QA-HMA, 4, 70, SURFACE, 9.5 mm 736 TON $ 97.00 $ 71,392.00 17 401 QC/QA-HMA, 4, 70, INTERMEDIATE, 19.0 mm 1,989 TON $ 69.00 $ 137,241.00 18 406 ASPHALT FOR TACK COAT 4.53 TON $ 650.00 $ 2,944.50 19 610 HMA FOR APPROACHES, TYPE B 36 TON $ 125.00 $ 4,500.00 20 616 RIPRAP, REVETMENT 1 TON $ 65.00 $ 65.00 21 621 FERTILIZER 0.74 TON $ 1,500.00 $ 1,110.00 22 621 SEED MIXTURE R 107 LBS $ 12.00 $ 1,284.00 23 629 FIELD OFFICE, C 1 MOS $ 2,400.00 $ 2,400.00 24 715 PIPE, TYPE 2, CIRCULAR, 12 IN. 6 LFT $ 57.00 $ 342.00 25 715 PIPE, TYPE 3, CIRCULAR, 12 IN. 136 LFT $ 59.00 $ 8,024.00 26 715 PIPE END SECTION, 12 IN. 5 EACH $ 370.00 $ 1,850.00 27 720 CATCH BASIN, E-7 1 EACH $ 2,400.00 $ 2,400.00 28 720 MANHOLE C4 1 EACH $ 2,800.00 $ 2,800.00 29 801 MAINTAINING TRAFFIC 1 LS $ 6,594.68 $ 6,594.68 30 -802 SIGN, SHEET, RELOCATE 2 EACH $ 145.00 $ 290.00 31 808 LINE, THERMOPLASTIC, SOLID, WHITE, 41N. 5,395 LFT $ 0.70 $ 3,776.50 32 808 LINE, E, TI:IERMOPLASTIC, BROKEN YELLOW, 4 525 LFT $ 0.65 $ 341.25 33 808 LfNE, THERMOPLASTIC, SOLID, YELLOW, 4 JN. 3,160 LFT $ 0.65 $ 2,054.00 34 808 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE. WHITE, 24 IN. 35 LFT $ 9.50 $ 332.50 35 SPECIAL CEMENT TREATED FULL DEPTH RECLAMATION, 12 IN 9,003 SYS $ 6.00 $ 54,018.00 36 SPECIAL CEMENT 303 TON $ 170.00 $ 51,510.00 37 SPECIAL CORRECTIVE AGGREGATE #53 STONE 200 TON $ 30.00 $ 6,000.00 38 1 SPECIAL I SIGN, REFLECTIVE STRIP FOR STOP SIGN POST 1 EACH $ 35.00 $ 35.00 PROJECT SUB TOTAL AMOUNT TOTAL BID ON THIS FORM GAAR JACKSON ROAD, CENTERVILLE. $ 464,349.43 Dollars Four Hundred Sixty -Four Thousand Three Hundred Forty -Nine Dollars and Forty -Three Cents (Write in Words) CENTERVILLE ITEMIZED BID FORM CENTERVILLE ROAD Supplementing the Contractor's Bid Form No. 96, the undersigned submits the following Itemized Bid Form upon which the Bid is based, and further agrees that any Change Orders to the Contract authorized by the County shall be based on the following schedule of unit prices where applicable: Base Bid: Items for the Re -Construction of Centerville Road within Centerville Jurisdiction ITEM No SPEC. ITEM DESCRIPTION QTY Unit PRICE EXTENSION 39 105 CONSTRUCTION ENGINEERING 1 LS $ 1,168.00 $ 1,168.00 40 110 MOBILIZATION AND DEMOBILIZATION 1 LS $ 5,756.00 $ 5,756.00 41 201 CLEARING RIGHT OF WAY 1 LS $ 1,151.00 $ 1,151.00 42 202 SIGN POST, CHANNEL, REMOVE 3 EACH $ 70.00 $ 210.00 43 203 COMMON EXCAVATION 290 CYS $ 35.75 $ 10,367.50 44 203 BORROW 20 CYS $ 20.00 $ 400.00 45 205 TEMPORARY SILT FENCE 873 LFT $ 2.00 $ 1,746.00 46 205 TEMPORARY CHECK DAM, TRAVERSABLE 40 LFT $ 9.00 $ 360.00 47 205 TEMPORARY SEED MIXTURE 39 LBS $ 9.00 $ 351.00 48 207 SUBGRADE TREATMENT, TYPE IC 1,178 SYS $ 22.00 $ 25,916.00 49 303 COMPACTED AGGREGATE NO. 53 849 TON $ 26.00 $ 22,074.00 50 306 MILLING, ASPHALT, 3 1/2 IN. 189 SYS $ 15.00 $ 2,835.00 51 401 QC/QA-HMA 4, 70, SURFACE, 9.5 mm 98 TON $ 97.00 $ 9,506.00 52 401 QC/QA-HMA, 4, 70, INTERMEDIATE, 19.0 mm 367 TON $ 69.00 $ 25,323.00 53 406 ASPHALT FOR TACK COAT 0.52 TON $ 650.00 $ 338.00 54 621 FERTILIZER 0.05 TON $ 1,500.00 $ 75.00 55 621 SEED MIXTURE R 20 LBS $ 12.00 $ 240.00 56 628 FIELD OFFICE, C 1 MOS $ 2,400.00 $ 2,400.00 57 720 CASTING, ADJUST TO GRADE 2 EACH $ 650.00 $ 1,300.00 58 801 MAINTAINING TRAFFIC 1 LS $ 1,634.67 $ 1,634.67 59 802 SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR BASE 45 LFT $ 15.00 $ 675.00 60 802 SIGN, SHEET, RELOCATE 3 EACH $ 145.00 $ 435.00 61 808 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 1,233 LFT $ 0.70 $ 863.10 PROJECT SUB TOTAL AMOUNT TOTAL BID ON THIS FORM CENTERVILLE ROAD, WAYNE COUNTY. 115,124.27 Dollars One Hundred Fifteen Thousand One Hundred Twenty -Four Dollars and Twenty -Seven Cents (Write in Words) . A 0 % WAYNE COUNTY ITEMIZED BID FORM GAAR JACKSON ROAD Supplementing the Contractor's Bid Form No. 96, the undersigned submits the following Itemized Bid Form upon which the Bid is based, and further agrees that any Change Orders to the Contract authorized by the County shall be based on the following schedule of unit prices where applicable: Base Bid: Items for the Re -Construction of Gaar Jackson Road within Wayne County Jurisdiction ITEM NO SPEC. ITEM DESCRIPTION QTY Unit PRICE EXTENSION 62 105 CONSTRUCTION ENGINEERING I LS $ 8,837.00 $ 8,837.00 63 110 MOBILIZATION AND DEMOBILIZATION I LS $ 43,569.00 $ 43,569.00 64 201 CLEARING RIGHT OF WAY I LS $ 8,714.00 $ 8,714.00 65 202 SIGN POST, CHANNEL, REMOVE I EACH $ 70.00 $ 70.00 66 202 PIPE, REMOVE 94 LFT $ 35.00 $ 3,290.00 67 203 COMMON EXCAVATION 1,400 CYS $ 35.75 $ 50,050.00 68 205 TEMPORARY INLET PROTECTION 3 EACH $ 125.00 $ 375.00 69 205 TEMPORARY SILT FENCE 10,174 LFT $ 2.00 $ 20,348.00 70 205 FILTER SOCK 168 LFT $ 5.00 $ 840.00 71 205 TEMPORARY CHECK DAM, TRAVERSABLE 60 LFT $ 9.00 $ 540.00 72 20S TEMPORARY SEED MIXTURE 397 LBS $ 9.00 $ 3,573.00 73 207 SUBGRADE TREATMENT, TYPE ILIA 213 SYS $ 20.00 $ 4,260.00 74 211 STRUCTURE BACKFILL, TYPE I 382 CYS $ 28.00 $ 10,696.00 75 303 COMPACTED AGGREGATE NO. 53 978 TON $ 26.00 $ 25,428.00 76 303 CRUSHED STONE 520 SYS $ 11.50 $ 5,980.00 77 306 MILLING, TRANSITION 60 SYS $ 6.00 $ 360.00 78 401 QC/QA-HMA, 4. 70, SURFACE, 9.5 mm 1,377 TON $ 97.00 $ 133,569.00 79 104 QC/QA-HMA, 4,70 INTERMEDIATE, 19.0 mm 3,727 TON $ 69.00 $ 257,163.00 80 610 HMA FOR APPROACHES, TYPE B 79 TON $ 125.00 $ 9,875.00 81 616 RIPRAP, REVETMENT I TON $ 65.00 $ 65.00 82 621 FERTILIZER 0.5 TON $ 1,500.00 $ 750.00 83 621 SEED MIXTURE R 199 LBS 1 $ 12.00 $ 2,388.00 84 628 FIELD OFFICE, C 2 MOS $ 2,400.00 $ 4,800.00 85 715 PIPE, TYPE 1 CIRCULAR, 12 IN. 45 LFT $ 58.00 $ 2,610.00 86 715 PIPE, TYPE I, CIRCULAR, 151N. 105 LFT $ 57.00 $ 5,985.00 87 715 PIPE, TYPE 3, CIRCULAR., 12 IN. 31 LFT $ 59.00 $ 1,829.00 88 715 PIPE, TYPE 4. CIRCULAR, 12 IN. 838 LFT $ 39.00 $ 32,682.00 89 715 PIPE END SECTION, DIAMETER 12 IN. 3 EACH $ 370.00 $ 1,110.00 90 715 PIPE END SECTION, DIAMETER 15 IN. 2 EACH $ 400.00 $ 800.00 91 720 CATCH BASIN, E-7 2 EACH $ 2,400.00 $ 4,800.00 92 720 MANHOLE,C4 1 EACH $ 2,800.00 $ 2,800.00 93 801 MAINTAINING TRAFFIC I LS $ 12,373.77 $ 12,373.77 94 802 SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR BASE 12 LFT $ 15.00 $ 180.00 95 802 SIGN, SHEET, RELOCATE 3 EACH $ 145.00 $ 435.00 96 808 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN 10,615 LFT $ 0.70 $ 7,430.50 97 808 LINE, THERMOPLASTIC, BROKEN YELLOW, 4 1,330 LFT $ 0.65 $ 864.50 98 808 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. 2,395 LFT $ 0.65 $ 1,556.75 99 808 TRANSVERSE MARKING, THERMOPLASTIC, STOP 13 LFT $ 9.50 $ 123.50 100 SPECIAL RECLAMATION, 16,545 SYS $ 6.00 $ 99,270.00 101 SPECIAL CEMENT 558 TON $ 170.00 $ 94,860.00 102 SPECIAL CORRECTIVE AGGREGATE #53 STONE 200 TON $ 30.00 $ 6,000.00 103 SPECIAL I SIGN, REFLECTIVE STRIP FOR STOP SIGN POST 1 EACH $ 35.00 $ 35.00 PROJECT SUB TOTAL AMOUNT TOTAL BID ON THIS FORM GAAR JACKSON ROAD, WAYNE COUNTY. 871,285.02 Dollars Eight Hundred Seventy -One Thousand Two Hundred Eighty -Five Dollars and Two Cents (Write in Words) RICHMOND ITEMIZED BID FORM GAAR JACKSON ROAD Supplementing the Contractor's Bid Form No. 96, the undersigned submits the following Itemized Bid Form upon which the Bid is based, and further agrees that any Change Orders to the Contract authorized by the County shall be based on the following schedule of unit prices where applicable: Base Bid: Items for the Re -Construction of Gaar Jackson Road within the City of Richmond Jurisdiction ITEM No. SPEC. ITEM DESCRIPTION QTY Unit UNIT PRICE EXTENSION 104 105 CONSTRUCTION ENGINEERING 1 LS $ 5,360.00 $ 5,360.00 105 110 MOBILIZATION AND DEMOBILIZATION 1 LS $ 26,425.00 $ 26,425.00 106 201 CLEARING RIGHT OF WAY 1 LS $ 5,285.00 $ 5,285.00 107 202 SIGN POST, CHANNEL, REMOVE 3 EACH $ 70.00 $ 210.00 108 203 COMMON EXCAVATION 785 CYS $ 35.75 $ 28,063.75 109 205 TEMPORARY SILT FENCE 5,420 LFT $ 2.00 $ 10,840.00 110 205 TEMPORARY CHECK DAM, TRAVERSABLE 80 LFT $ 9.00 $ 720.00 111 205 TEMPORARY SEED MIXTURE 149 LBS $ 9.00 $ 1,341.00 112 207 SUBGRADE TREATMENT, TYPE 111A 565 SYS $ 20.00 $ 11,300.00 113 207 SUBGRADE TREATMENT, TYPE IC 867 SYS $ 22.00 $ 19,074.00 114 211 STRUCTURE BACKFILL, TYPE 1 25 CYS $ 28.00 $ 700.00 115 303 COMPACTED AGGREGATE NO. 53 1,147 TON $ 26.00 $ 29,822.00 116 306 MILLING, TRANSITION 74 SYS $ 6.00 $ 444.00 117 401 QC/QA-HMA, 4, 70, SURFACE, 9.5 mm 778 TON $ 97.00 $ 75,466.00 118 401 QC/QA-HMA, 4, 70, INTERMEDIATE, 19.0 mm 2,168 TON $ 69.00 $ 149,592.00 119 406 ASPHALT FOR TACK COAT 4.75 TON $ 650.00 $ 3,087.50 120 610 PCCP FOR APPROACHES, 9 IN. 280 SYS $ 79.00 $ 22,120.00 121 621 SEED MIXTURE R 75 LBS $ 12.00 $ 900.00 122 621 FERTILIZER 0.2 TON $ 1,500.00 $ 300.00 123 628 FIELD OFFICE, C 1 MOS $ 2,400.00 $ 2,400.00 124 715 PIPE. TYPE 3 CIRCULAR, 12 IN. 139 LFT $ 59.00 $ 8,201.00 125 715 PIPE END SECTION DIAMETER 12 IN. 2 EACH $ 370.00 $ 740.00 126 720 CASTING, ADJUST TO GRADE 1 EACH $ 650.00 $ 650.00 127 801 MAINTAINING TRAFFIC 1 LS $ 7,504.77 $ 7,504.77 • � • SrGN POST, SQUARE TYPE 1 REINFORCED 128 802 ANCHOR BASE 67 LFT $ 15.00 $ 1,005.00 129 802 SIGN, SHEET, RELOCATE 3 EACH $ 145.00 $ 435.00 130 80 LINE, THERMOPLASTIC; SOLID, WHITE. 4 IN. 5,030 LFT $ 0.70 $ 3,521.00 808 IAINr131 '' TXT 240 LFT $ 0.65 $ 156.00 132 808 LINE, THERMOPLASTIC, SOLID YELLOW. 4 IN. 4150 LFT $ 0.65 $ 2,697.50 133 808 PAVEMENT MESSAGE MARKING, 4 EACH $ 190.00 $ 760.00 THERMOPLASTIC LANE INDICATION ARROW TRANSVERSE MARKING, THERMOPLASTIC, 134 808 STOP LINE WHITE 24 IN. 50 LFT $ 9.50 $ 475.00 135 SPECIAL CEMENT TREATED FULL DEPTH 8,749 SYS $ 6.00 $ 52,494.00 RECLAMATION 12" 136 SPECIAL CEMENT 295 TON $ 170.00 $ 50,150.00 137 SPECIAL CORRECTIVE AGGREGATE #53 STONE 200 TON 1 $ 30.00 $ 6,000.00 138 1 SPECIAL ISIGN, REFLECflVE STRIP FOR STOP SIGN POST 2 EACH 1 $ 35.00 $ 70.00 PROJECT SUB TOTAL AMOUNT TOTAL BID ON THIS FORM GAAR JACKSON ROAD, RICHMOND. $ 528,309.52 Dollars Five Hundred Twenty -Eight Thousand Three Hundred Nine Dollars and Fifty -Two Cents (Write in Words) RICHMOND ITEMIZED BID FORM Supplementing the Contractor's Bid Form No. 96, the undersigned submits the following Itemized Bid Form upon which the Bid is based, and further agrees that any Change Orders to the Contract authorized by the County shall be based on the following schedule of unit prices where applicable: Base Bid: Items for the Re -Construction of Round Barn Road within the City of Richmond Jurisdiction ITEM No. SPEC. ITEM DESCRIPTION QTY Unit UNIT PRICE EXTENSION 139 105 CONSTRUCTION ENGINEERING I LS $ 4,925.00 $ 4,925.00 140 110 MOBILIZATION AND DEMOBILIZATION I LS $ 24,280.00 $ 24,280.00 141 201 CLEARING RIGHT OF WAY I LS $ 4,856.00 $ 4,856.00 142 202 SIGN POST, CHANNEL, REMOVE 2 EACH $ 70.00 $ 140.00 143 203 COMMON -EXCAVATION 640 CYS $ 35.75 $ 22,880.00 144 205 TEMPORARY INLET PROTECTION 10 EACH $ 125.00 $ 1,250.00 145 205 TEMPORARY SILT FENCE 3,096 LFT $ 2.00 $ 6,192.00 146 205 FJLTER SOCK 779 LFT $ 5.00 $ 3,895.00 147 205 TEMPORARY CHECK DAM, TRAVERSABLE 20 LFT $ 9.00 $ 180.00 148 205 TEMPORARY SEED MIXTURE 360 LBS $ 9.00 $ 3,240.00 149 211 STRUCTURE BACKFILL, TYPE 1 220 CYS $ 28.00 $ 6,160.00 150 303 COMPACTED AGGREGATE NO. 53 20 TON $ 26.00 $ 520.00 151 306 MILLING. TRANSITION 917 SYS $ 6.00 $ 5,502.00 152 401 QC/QA•HMA, 4, 70, SURFACE, 9.5 mm 404 TON $ 97.00 $ 39,188.00 153 401 QC/QA HMA, 4, 70, INTERMEDIATE, 19.0 mm 1081 TON $ 69.00 $ 74,589.00 154 406 ASPHALT FOR TACK COAT 2.47 TON $ 650.00 $ 1,605.50 155 601 GUARDRAIL, W BEAM, SHOP CURVED, 6 FT 3 IN. SPACING 35 LFT $ 25.00 $ 875.00 156 601 GUARDRAIL, REMOVE 95 LFT $ 2.25 $ 213.75 157 601 CURVED TERMINAL END 1 EACH $ 50.00 $ 50.00 158 601 GUARDRAIL. RESET 685 LFT $ 8.00 $ 5,480.00 159 601 GUARDRAIL, W-BEAM, 6 FT 3 IN. SPACING 15 LFT 1 $ 20.00 $ 300.00 160 605 CURB AND GUTTER, CONCRETE 2,525 LFT $ 20.00 $ 50,500.00 4 161 605 CURB, TURNOUT 21 LFT $ 375.00 $ 7,875.00 162 607 GUTTER, CONCRETE, A 219 LFT $ 40.00 $ 8,760.00 163 610 HMA FOR APPROACHES, TYPE B 240 TON $ 125.00 $ 30,000.00 164 616 RIPRAP, REVETMENT 13 TON $ 65.00 $ 845.00 165 621 EROSION CONTROL BLANKET 393 SYS $ 3.50 $ 1,375.50 166 621 SEED MIXTURE R 180 LBS $ 12.00 $ 2,160.00 167 621 FERTILIZER 0.4 TON $ 1,500.00 $ 600.00 168 628 FIELD OFFICE, C 1 MOS $ 2,400.00 $ 2,400.00 169 715 PIPE, TYPE 1, CIRCULAR, 12 IN. 72 LFT $ 58.00 $ 4,176.00 170 715 PIPE, TYPE 2, CIRCULAR, 12 IN. 560 LFT $ 57.00 $ 31,920.00 171 715 PIPE, TYPE 2, CIRCULAR, 15 IN. 163 LFT $ 55.00 $ 8,965.00 172 715 PIPE END SECTION, DIAMETER 15 IN. l EACH $ 400.00 $ 400.00 173 720 CASTING, ADJUST TO GRADE 1 EACH $ 650.00 $ 650.00 174 720 MANHOLE,C4 3 EACH $ 2,800.00 $ 8,400.00 175 720 INLET J 10 EACH $ 3,275.00 $ 32,750.00 176 801 MAINTAINING TRAFFIC 1 LS $ 6,895.71 $ 6,895.71 177 802 SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR BASE 67 LFT $ 15.00 $ 1,005.00 178 802 SIGN, SHEET, RELOCATE 5 EACH $ 145.00 $ 725.00 179 808 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 3752 LFT $ 0.70 $ 2,626.40 180 808 LINE. THERMOPLASTIC, SOLID. YELLOW, 4 IN. 3506 LFT $ 0.65 $ 2,278.90 181 808 PAVEMENT MESSAGE MARKING, THERMOPLASTIC LANE INDICATION ARROW 4 EACH $ 190.00 $ 760.00 182 808 TRANSVERSE MARKING, THERMOPLASTIC, STOP 100 LFT $ 9.50 $ 950.00 183 SPECIAL CEMENT TREATED FULL DEPTH RECLAMATION 12" 5,633 SYS $ 6.00 $ 33,798.00 184 SPECIAL CEMENT 190 TON $ 170.00 $ 32,300.00 185 SPECIAL CORRECTIVE AGGREGATE #53 STONE 200 TON $ 30.00 $ 6,000.00 186 1 SPECIAL SIGN, REFLECTIVE STRIP FOR STOP SIGN POST 2 EACH $ 35.00 $ 70.00 TOTAL BID ON THIS FORM ROUND BARN ROAD, RICHMOND. PROJECT SUB $ 485,506.76 TOTAL AMOUNT Four Hundred Eighty -Five Thousand Five Hundred Six Dollars and Seventy -Six Cents (Write in Words)