Loading...
HomeMy Public PortalAbout071-2020 - Engineering - Milestone - Milling and Paving of 21 StreetsTHIS AGREEMENT made and entered into this Oh day of C%G/f'�� , 2020, and referred to as Contract No. 71-2020 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Public Works and Safety (hereinafter referred to as the "City") and Milestone Contractors, L.P., 824 Dillon Drive, P.O. Box 2061 Richmond, Indiana, 47375 (hereinafter referred to as the "Contractor"). 6=0=0GRV r040 0Ti"Lisr_�� City hereby retains Contractor to perform services in connection with the milling and paving of twenty-one (21) streets designated as part of the Community Crossings Streets Project (2020-1) for the City of Richmond, Indiana, per the drawings and specifications (the "Project"). Bid Specifications dated April 17, 2020, have been made available for inspection by Contractor, are on file in the office of the Director of Purchasing for the City of Richmond, and are hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. Portions of the response of Contractor to said Request for Responses dated May 14, 2020, is attached hereto as Exhibit A, which Exhibit consists of nine (9) pages, and is also hereby incorporated by reference and made a part of this Agreement. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary which are incidental to the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. Contract No. 71-2020 Page 1 of 7 SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor an amount not to exceed the total amount of One Million Two Hundred Thirteen Thousand One Hundred Eighty-one Dollars and Zero Cents ($1,213,181.00) for complete and satisfactory performance of the work required hereunder. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until the completion of the project, which completion shall be within seven (7) weeks from the date of the notice to proceed. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient fiends to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. Page 2 of 7 This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. This Agreement may also be terminated by the City if a force-majeure event occurs and the results or aftereffects of said event causes the performance of this Agreement to become impossible or highly impracticable. Said event or results or aftereffects of said event would include events or effects which the parties to this Agreement could not have anticipated or controlled. Examples of a force-maj eure event, or its results, would include, but would not be limited to, events such as an Act of God, an Act of Nature, an Act of Law, or an Emergency Act of Executive Enforcement of the Federal government, the State of Indiana, or local government. SECTION V. WITHHOLDING, RETAINAGE, AND CLAIMS FOR PAYMENTS Contractor understands, acknowledges and agrees that pursuant to Indiana Code 36-1-12-13 the City must provide for the payment of subcontractors, laborers, material suppliers, and those performing services under a public works contractor and further agrees that in the event Contractor fails to timely pay any subcontractor, laborer, or material supplier for the performance of services or delivery of materials under this Agreement that the Board of Public Works and Safety for the City shall withhold payments in an amount sufficient to pay the subcontractors, laborers, material suppliers, or those providing services. Contractor further understands, acknowledges, and agrees that the Board shall proceed with the proper administrative procedures initiated as the result of any claims timely filed by any subcontractor, laborer, or material supplier under Indiana Code 36-1-12-12. SECTION VI. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coveraee Limits A. Worker's Compensation & Statutory Disability Requirements Page 3 of 7 B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella_ Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VII. COMPLIANCE WITH WORKER'S COMPENSATION LAW , Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,.before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is -required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the Page 4 of 7 City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION IXI. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5- 22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION X. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizenof the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar Page 5 of 7 day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all monies due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Both City and Contractor agree to comply with all applicable Americans with Disability Act (ADA) requirements and Title VI Civil Rights Act non-discrimination requirements. D. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION XI. RELEASE OF LIABILITY Contractor hereby agrees to, release and hold harmless the City and all officers, employees, or agents of the same from all liability for negligence which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XII. MISCELLANEOUS This Agreement is personal to the parties hereto and neither parry may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. Page 6 of 7 In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Public Works and Safety B qx� &iwat"" Vicki Robinson, President By: Emily Irer, Member By: Matt Evans, Member Date: & -�-Zz Date: d 2 d to "CONTRACTOR" MILESTONE CONTRACTORS, L.P. 824 Dillon Drive, P.O. Box 2061 Richmond, IN 47375 to Printed: Sc o -,7-.4 AC57Ke Title: -1�* R FC Mt v ES Tl vr�T7,dl� Date: ' s �L OZ 0 Page 7 of 7 `O ) U (0 N p � C 0 a ''^^ vI LL. Q Ll m C. J O U o W CD N m o Z Cl) ~VLLI M z z LL O Q. Y o LL. O v N co O N O N S O Z Z �16 O _ m N � Q Q z �. U O � Ol Z a: I 2 CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 Slate Form 52414 (R2 /2-13) / Form 96 (Revised 2013) Prescribed by State Board of Accounts PART I (To be completed for all bids. Please type or print) Date: MAY 14, 2020 Governmental Unit (Owner): CITY OF RICHMOND, INDIANA 2. County: 3. Bidder (Firm): Address: City/State: 4. Telephone Number: 5. Agent of Bidder (if applicable): MILESTONE CONTRACTORS, L.P. 824 DILLON DRIVE / PO BOX 2061 RICHMOND, INDIANA 47374 / 47375 765 935-4231 SCOTT A. HESTER Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of CITY OF RICHMOND, INDIANA (Governmental Unit) in accordance with plans and specifications prepared by CITY OF RICHMOND, INDIANA and dated APRIL, 2020 for the sum of SEE ATTACHED $ BID SHEET SEE ATTACHED BID SHEET The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additonal units of material included in the contract are needed, the cost of the units must be the same as that shown in the or contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (if applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. (I.C. 5-16-8-2.). 1 hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder a3� r�st�tt-ire #cfettt�E�e �taal�gayments. Z! 9 IIRa _ P IKE �' E ACCEPTANCE The above bid is accepted this day of conditions: Contracting Authority Members: , subject to the following PART II (For projects of $150,000 or more — (IC 36-1-12-4) Governmental Unit: Bidder (Firm): Date (month, day, year) CITY OF RICHMOND. INDIANA MILESTONE CONTRACTORS, L.P. MAY 14, 2020 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Completion Date Lontract Name and Address of Owner Amount Class of Work $9,997,000.00 ROAD CONSTRUCTION 2019 INDIANA DEPARTMENT OF TRANSPORTATION, R-37492-A, 32 SOUTH BROADWAY ST., GREENFIELD, IN $6,583,677.66 ROAD CONSTRUCTION 2019 INDIANA DE SRT 00 NORTHMENT F TRANSPORTATION, RA SPORTA ION, SN9977-A, 41 AN-11 SON MUNICIPAL AIRPORT, RUNWAY 12-30 $4,576,500.00 ROAD CONSTRUCTION 2019 REHABILITATION, 282 AIRPORT RD., ANDERSON, IN $60,837,502.00 ROAD CONSTRUCTION 2019 INDIANA DEPARAGR CO LANE SEYMOUR,TMENT OF I N R 39226-A, 185 2. What public works projects are now in process of construction by your organization? Contract Amount $16,290,000.00 Class of Work ROAD CONSTRUCTION Expected Completion Date Name and Address of Owner 2021 INDIANA DEPARTME NT OF WEST 300 NORTH, TCRAW TATIONORRDSVILLE, IN 265-A. 41 2020 INDIANA DSOUTH BROADWAY ST., GREENFIIELD, IIN9251-A, 32 $6,695,360.80 $25,477,132.04 $4,961,000.00 ROAD CONSTRUCTION ROAD CONSTRUCTION ROAD CONSTRUCTION 2021 INDIANA DEPARTMENT OF TRANSPORTION, R-40389-A, 185 AGRICO LANE, SEYMOUR, IN 2020 INDIANA DEPARTMENTAGRICO LANE SEYMO RO R-38502-A, 185 IN DACE Cr q E ; ' r 3. Have you ever failed to complete any work awarded to you? NO If so, where and why? 4. List references from private firms for which you have performed work. DUNLAP AND COMPANY INC. HOLLADAY CONSTRUCTION GROUP RH OF INDIANA SHIEL SEXTON. COMPANY INC. F.A. WILHELM CONSTRUCTION CO. INC. SIGNATURE CONSTRUCTION J.R. KELLY COMPANY SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1 Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) WORK TO BE ASSIGNED TO A GENERAL SUPERINTENDENT WHO WILL HAVE DAY TO DAY RESPONSIBILITIES OF THE JOB. 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. SEE ATTACHED SUPPLEMENTAL PAGES 3. if you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately not the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. TO BE SUBMITTED UPON AWARD OF CONTRACT 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. SEE ATTACHED EQUIPMENT LIST. THE EQUIPMENT UTILIZED WILL BE THAT NECESSARY TO COMPLETE THE JOB. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing -your proposal? If not, please explain the rationale used which would corroborate the prices listed. YES WE HAVE RECEIVED OFFERS SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. SEE ATTACHED FINANCIAL STATEMENT E1� I IT _—� PAG 5 SECTION IV CONTRACTOR'S NON -COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, *or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting.nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combinaton with any other person in reference to such bidding. He further says that no person. or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY -AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at RICHMOND, INDIANA this 14th day of MAY STATE OF INDIANA ) COUNTY OF WAYNE By MILESTONE CTORS UNI (Name SCOTT A. HESTER, DIRECTOR OF ES (Title of Person Signing) ACKNOWLEDGMENT )ss: Before me, a Notary Public, personally appeared the above -named Scott A. Hester and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this 14t' day of MAY, 2020. My Commission Expires: County of Residence: JUNE 22, 2025 WAYNE ••;SSWN'' Notary Public `�.` JASON E. TERRELL� °SNOT fxP��% n0:: PUBLIC , 4 ?� �rT _ E (9— �� a � �STATE '3 f+ 1111►11 2020 City of Richmond Community Crossings Project No. Description Qty Unit Unit Price Line Total NW 5th St. - Industries Rd. to Williamsburg Pike 1.5" Milling 1 11 Surface 76-22 Tack Coat Progress Dr. - Williamsburg Pike to NW 16th 1.5" Milli 2 11 Surface 76-22 Tack Coat Sheridan St. - Williamsburg Pike to NW 5th St. 1.5" Milling 3 11 Surface 76-22 Tack Coat North 19th Street - East Main St. to North E St. 1.5" Milling 4 11 Surface 64-22 Tack Coat -North 18th Street - East Main St. to North E St. 1.5" Millin 5 11 Surface 64-22 Tack Coat Traffic Loops North 18th Street - North E St. to Railroad St. 1.5" Milling 6 11 Surface 64-22 Tack Coat SW 15th Street - US 40 to SW G Court 1.5" Millin 7 11 Surface 64-22 Tack Coat SW G Court 15,115 SYS $2.25 1,247 TONS $99.00 907 IGALL 1 $2.40 Project Total: 14,328 SYS $2•25 1,182 TONS $99.00 860 GAL $2.40 Project Total: 1,366 SYS $2.25 113 TONS $99.00 82 GAL $2.40 Project Total: 5,040 SYS $2•25 416 TONS $92.50 303 GAL $2.40 Project Total: 4,738 SYS $2•25 391 TONS $92.50 285 GAL $2.40 5 EA $962.50 Project Total: 1,502 SYS $2.25 124 TONS $92.50 90 GAL $2.40 Project Total: 8,334 SYS $2•25 688 TONS $92.50 500 GAL $2.40 Project Total: 1.5" Milling 1,140 SYS $2.25 8 11 Surface 64-22) 94 TONS $92.50 Tack Coat 69 GAL $2.40 Proiect Total: $34,008.75 $123,453.00 $2,17.6.80 $159,638:55 $32,238.00 $117,018.00 $2,064.00 $151,320.00 $3,073.50 $11,187.00 $196.80 $14,457.30 $11,340.00 $38,480.00 $727.20 $50,547.20 $10,660.50 $36,167.50 $684.00 $4,812.50 $52,324.5.0. $3,379.50 '$11,470.00 $216.00 $15,065.50 $18,751.50 $63,640.00 $1,200.00 $83,591.50 $2,565.00 $8,695.00 $165.60 $11,425.60 E�: II IT PAGE -::I-OF9.. SW E Street - College Ave. to High School 1.5" Millin 9 11 Surface 64-22 Tack Coat College Ave. - US 40 to Circle 1.5" Millin 10 11 Surface 64-22 Tack Coat NW A -Street - NW 24th to NW 28th 1.5"-3" Millincg 11 11 Surface 64-22 Tack Coat NW B Street - NW 24th to NW 28th (dead end 1.5"-3" Millin 12 11 Surface 64-22 Tack Coat NW 24th Street - West Main to NW B St. 1.5"-3" Millin 13 11 Surface 64-22 Tack Coat 8,045 SYS 664 TONS 48�3 GAL Pro 12,308 SYS 1,016 TONS 740 GAL 822 SYS 398 TONS 290 GAL 6,129 SYS 506 TONS 368 GAL Pro 1,618 SYS 134 TONS 100 GAL NW 26th Street - West Main to NW B St. (dead end) 1.5"-3" Millin 1,944 SYS 14 11 Surface 64-22 161 TONS Tack Coat 120 GAL 2.25 $2.40 Total: $92.50 $2.40 ect Total: $3.40 $92.50 $2.40 ect Total: $3.40 92.50 $2.40 Total: $92.50 $2.40 ect Total: $3.40 92.50 $2.40 Total: $181101.25 $61,420.00 $1,159.20 $80,680.45 $27,693.00 $93,980.00 $1,776.00 123.449.00 $16,394.80 $36,815.00 $696.00 $53,905.80 $20,838.60 $46,805.00 $883.20 $68,526.80 $5,501.20 $12,395.00 $240.00 $18,136.20 $6,609.60 $14,892.50 $288.00 $21,790.10 NW 28th Street - West Main to NW B St. (dead end) 1.5"-3" Milling 2,022 SYS $3.40 $6,874.80 15 11 Surface 64-22 167 TONS $92.50 $15,447.50 Tack Coat 125. GAL $2.40 $300.00 Proiect Total: $22",622.30 Noth 7th Street - Main St. to North A 1.5" Millin 1 16 11 "Surface 64-22 Tack Coat Traffic Loos 24" Thermo lastic Stop Bar 24" Thermoplastic Piano Key Crosswalk 4" Thermoplastic White Line for Parking 4" Thermoplastic Yellow Line 2,087 SYS $5.50 $11,478.50 173 TONS $130.00 $22,490.00 125 GAL $2.40 $300.00 4 EA $962.50 $3,850.00 22 LF $16.00 $352.00 40 LF $16.00 $640.00 61 843 LF LF $3.00 $2.00 $183.00 $1,686.00 Project Total: $40,979.50 I{E �I&I IT.mac PAGE S-OF -- South loth Street - South A St. to East Main St. 1.5 Millin 1,964 SYS $5.50 $10,802.00 162 TONS $130.00 $21,060.00 17 11 Surface 64-22 118 GAL $2.40 $283.20 Tack Coat 4 EA .$962.50 $3,850.00 Traffic Loops 12 LF $16.00 $192.00 24" Thermoplastic Stop Bar LF $16.00 $0.00 24" Thermoplastic Piano Key Crosswalk - 82 LF $3.00 $246.00 4" Thermoplastic White Line for Parking $2.00 $1,984.00 4" Thermoplastic Yellow Line 992 LF Protect Total: $38,417.20 North loth Street - East Main St. to North A St. _ ' 1.5" Millin 1,731 SYS . $5.50 $9,520.50 143 TONS $130.00 $18,590.00 18 11 Surface 64-22 104 GAL $2.40 $.0 Tack Coat 4 EA $962.50 $3,8505000 Traffic Loos 24" Thermoplastic Stop Bar 24 LF $16.00 $384.00 104 LF $16.00 .00 $1,$21.00 24" Thermoplastic Piano'Ke Crosswalk 4" Thermo 31astic White Line for Parkin �F $2.00 $1,816.00 4" Thermoplastic Yellow Line 907 100 LF 8" Thermo lastic White Line Gore Area Proiect $6t00 $36,695.$600-00 Sailor Street - North loth St. to 135 LF East 1.5" Milling344 SYS $5.50 $1,892.00 19 11 Surface 64-22 30 TONS $130.00 $3,900.00 Tack Coat 21 GAL $2.40 - $50.40 Proiect Total: $5,842.40 South Sth Street - South O St. to RP&L SYS $2.25 $17,437.50 1.5" Milling -7,750 680 TONS $99.00 $67,320.00 20 11 Surface 76-22 465 GAL $2.40 $1,116.00 Tack Coat 1,160 SYS $8.70 $10,092.00 4" Removal 8.lintermediate 4" 64-22 260 TONS $93.50 Proiect Total: $24,310.00 $120,275.50 Mendelson Dr. - Achevia Parking lot to Manor Dr. (dead end) SYS 2.25 $9,751.50 1.5" Millin 4,334 21 11 Surface 64-22 358 TONS $92.50 $33,115.00 Tack Coat 260 GAL 2.40 . . $624.00 Project Total: $43,490.50 Total of All Projects: $1,213,181.00 �._.2t..� F- OF I �'. a�, PAGE �_