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 �_