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)