Loading...
HomeMy Public PortalAbout153-2022 - Culy Contracting - demo for 521 North D Street / AGREEMENT / //,, II r AGREEMENT made and entered into this ;/' F%l% day of � '2022, and referred to as between the Ci of Richmond dian a munici al co oration actinontract No. 153-2022, by and ty a, p rP g y and through its Board of Public Works and Safety (hereinafter referred to as the "City") and Culy ontracting LLC, 5 Industrial Park Drive, P.O. Box 29, Winchester, Indiana, 47394 (hereinafter referred as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to perform services in connection with the demolition of a portion of a certain structure located in Richmond, Indiana, (the "Project") which services shall include demolition, removal of debris, and restoration of the site as more specifically set forth in the Notice to Bidders. The structure is as follows: Structure—521 North D Street(partial structure demo) $73,506.10 TOTAL: $73,506.10 A certain Request for Quotes dated July 2, 2022,has been made available for inspection by Contractor, is on file in the office of the Director of the Department of Infrastructure and Development for the City, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. The response of Contractor to said Request for Quotes is attached hereto as Exhibit A, which Exhibit was received July 2, 2022, consists of five(5)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 for 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. SECTION II. STATUS OF CON IRACTOR 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. Contract No. 153-2022 Page 1 of 6 7 ,r SECTION III. COMPENSATION City shall pay Contractor an amount not to exceed Seventy-three Thousand Five Hundred Six Dollars and Ten Cents ($73,506.10) for complete and satisfactory performance of said Project as set forth above and as set forth on Contractor's quote(Exhibit A). Redevelopment funds are allocated for the same. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective as of July 2, 2022, and shall continue in effect until satisfactory completion of the Project. 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 manner its obligations under this Agreement; b. submission of a report,other work product, or advice,whether oral or written,by the Contractor to the City that is incorrect, incomplete,or does not meet reasonable professional standards 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 funds 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 date this Agreement is terminated,but shall be relieved of any other responsibility herein. 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-majeure 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. Page 2 of 6 SECTION V. 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. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. 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. Page 3 of 6 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 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 VIII. 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 IX. PROHIBITION AGAINST DISCRIlVIINATION 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 citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; Page 4 of 6 2. That Contractor, any sub-contractor, or any person action 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 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 money 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. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X.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 which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI.MISCELLANEOUS _ This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties,their successors and assigns. This document 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. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. 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 any suit arising out of this Contract 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. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum,venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Page 5 of 6 Any person executing this Contract in a representative capacity hereby warrants that he/she 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 in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, 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" "CONTRACTOR" THE CITY OF RICHMOND, CULY CONTRACTING LLC INDIANA by and through its 5 Industrial Park Drive,P.O.Box 29 Board of Public Works and Safety Winchester,Indiana,47394 B : /( & 46/( 14--1By: 7/4/11;a: Y Vicki Robinson,President By: Printed: XI g $w/e.d41 Emily P liner,Member By: Title: r'ov-'gilki?" abG/IA,/'6 �+P. Matt Evans,Member Date: q-4,2q Date: /0/6P/22 APPROVED: Alb, _ I_ Day'. . S�• , r Date: 07 73° z Z- Page 6 of 6 t Culy Contracting, LLC I.fvc.iCe 5 Industrial Park Drive PO Box 29 5818 Winchester, IN 47394 1nucice Rafe C1)11011 . . 912/2022 P: (765) 584-8509 _ _...--- F: (765) 584-8060 C N T R- ACTING Bill To: City Of Richmond. Job: Monger's Emergency Demolition 50 N 5th Street Location: Richmond Richmond, IN 47374 t ,„_40 No_ Y CtjsfoanerJab,Ne _.__Customei;"RO_=, ' ` °E+ orirTerrp§ ..,. '`a ,,DNe-Qate AD220102 Net 15 Days 9/17/2022 CITY OF RICHMOND - IAN VANNESS 07/02/2022-08/09/2022. MONGER'S STORAGE BUILDING EMERGENCY DEMOLITION, 521 N D ST, RICHMOND, IN 47374 EQUIPMENT/LABOR 1.00 LS 58,465.00 58,465.00 MATERIALS 1.00 LS 4,882.64 4,882.64 DUMP FEES 1.00 LS 9,780.65 9,780.65 RENTAL EQUIPMENT 1.00 LS 322.81 322.81 PERMITS 1.00 LS 55.00 55.00 Subtotal $ 73,506.10 Sales Tax(if applicable) $ 0.00 Retainage $ 0.00 Total Due $ 73,506.10 Thank you for your business! WBE CERTIFIED !EXHIBIT I\ PAGE \ OF '6_ i s • AD220102 City of Richmond Monger's building demolition Pay App 1 • 7/2/2022• Category QTY "Units Unit Price Markup - Total Excavator E697 Cat 321c 7 •HR I $ 95.00 1 $ 665.00 Excavator Mobe 1 •:EA $ 300.00 1 $ 300.00. Loader 5637 7• ' HR $ _.`._,..,. 65.00'. 1 ::$ 490'.00: Loader Mobe 1' EA $ 90.00 1 !.$ 90.00 1 Man Crew II 'FIR $ 75.00 2 '.1$ 1,650.00 1'Man Crew Mobe ""'""' 1 EA• $ 10:00 '1 5. 10:00 4 Man Crew 7 HR $, 200.00.' Z. $ 2,800.00.; 4 Man Crew Mobe 1 EA $ 40.00 1 $ 40.00: 1 Man Crew............... 6 HR $ 75.00 _..2. -i Man Crew Mobe ... 1.._. .... .... EA.....: $ 10.00.. ... ..._...,1 .$ 10.00E 2 Man Crew 3 HR . $ 120.00 2 $ 720;00: 2 Man-Crew Mobe 1 EA $ 20.00 1 $ 20:00. T089 Tri axle Dump Truck.w/Driver : _7............. HR $ 80.00 1 $ 560.00, T089 Id axle Dump Truck Mobe 1 EA $ 80:00 1 $• 80.001 T589Trfaxle Dump.Truck w/Driver 7 HR $ 80:00 ' 1 $ 560.00' T589.Trl axle Dump Truck Mobe : 1 EA. $ . 80.00. 1.. . ':$ 80:00 T161 Dump Truck w/Driver 7 :HR $ 65.00 e 1 $' 455.00 ' T161 TIT axle Dump Truck:Mobe ". 1 EA . $ 65.00 : 1 '$ 65.00. Traffic Control 3 _ day. .. $ .100.00 : . '1 . $ 300 00.E Fence Panels .. : 3 • clay $ .."--'100.00 1 -$ 300.00' Shot 5and-Cuiy Stock...... ,• 100 Ton 7/5/2022 : Category r QTY Units Unit Price' Markup ... .:Total _ Excavator E697_Cat.321c 9.......... ... .......FIR.. .$._ 95.00 1 '$ 855.00.E Excavator E134 Cat 31'4e 9 HR $ "70.00 '• """""`"'1 ' $ 630.00: Excavator Mobe 1 • EA $ 120.00 1 $ 120.00E Loader5637... . 9 iHR $ 65.00 1 $ 585.00': 3'Man Crew 10 HR $ 160.00 ' 1 . ,$ 1,600:00. 3 Man Crew ,:__.... 1 HR $ 160:00 1 $ 160.00 T066.Tr1 wile'Dump Truck.w/Driver 9 HR $ 80.00 r 1 $ :720.00 T589Tri axle Dump Truck wJDriver 9 HR $ 80.00 1 $; 720:00' T089 Tri axle.Dump,Truck w/Driver 9 HR . $ 80.00 . 1 $...,..,. 720.00.: T089 Tr!axle.Dump'Truck Mobe 1 EA $ 80.00 1 : $ 80.00- Water Truck 9 HR $ 65.00 ' 1 $ 585:D0' Water Truck Mobe. 1 _.. ,... :... EA $ .. ...65.00 1 $ 65.00 Traffic Control' I 1 day $ 100.00 1 ,'$ 100.00 Fence Panels 1 • day $ 100:00 1 Shot Sand $ 7,95 1.1 $ 698100.003 4 .. ..Z9.82...... Ton $3 .'fi9$031,: Water 2000 Gal ' Richmond'Landfill Fee $ 0.42 1.1 $ ,91912< _ .33:38- .. .Ton... ..$...... Z5:00 ... 1.T ,5..... ,.:.,:,...:;.,..:,.,.._;z917;95 y/6/2022 ' Category QTY • Units Unit Price Markup Total Excavator E697 Cat 321c . 8 . . •.HR $. 95.00 : 1 $. 760.00 Excavator E134 Cat-314e ..... .. .. 8 HR $; 70.00 1 $ ..-- --560,00' Loader 5637 : :1. _8_..........:.......HR $ _..65:00:i _ 1 $ 520.00 3.Man.Crew . . 8 HR $ 160.00 : 1 $ 1,280;00 T066 Tit axle'Dump Truck w4Driver : 8 FIR $ ' 80.00 , 1 640,00 T589 Tri axle Dump Truck w/Driver+ ,.. .... .8 •HR $ 80.00 1. . $ .. 640.00..: T089Trf axle Dump Truck w/Driver; 8 'HR- $ 80.00 , 1 $ 640.00 Water Truck 8, HR $ . 65.00 . 1 $ 520,00E Traffic Control' _ 1 day $ 100,00 1 $ 100.00 Fence Panels 1 day $' 100.00 i 1 $- 100.00 Richmond Landfill Fee : 90.46 Ton $.. _... .25.00 1.1 #`$.__,a.,:, ,;,;.Z487.:65< :7/7/2022• . 'Category. . . I'. QTY Units Unit Price • Markup Total .1 Man Crew : . 3.... .. ... HR •.$ 75.00. 1 $ 225:00. 1 _ _ . !'ilBIT A PAGE 2 OF 5-�mm-Li • •7125/202z _ Category ._ . CITY-__ . Units... UnitPrlce.._.... Markup. Total' Excavator E969 Cat 3'14e • 8 HR. $ . 70.00 " - 1' -- -$ -• -•56020 Loader5453... 4..._.. HR. $ 65.00' : ._... 1.. . $.".. 260.00 .1 Man Crew 12.:.... . HR :..$ ... 75.00:......._ 1. 5....._....__ ._. ._. 900..P0.. :I.Man'Crew. ... 4 HR •:5. • 75.00 : ' 1: : $, 300.00, 1 Man'Crew II' :FIR ' $• _ "75:00 1 $ 825.00:. 2.Man Crew_ " 120.00. _. .1.. .... _.._. $...._. . ....::... _84'01A0' T227Tr-i.axle Dump Truckw/Driver 4 ' HR` - ..$:' ....... 80:00........_......1..~°"_......_, $ _._ ._....._. '320:00-T589Tri'axle Dump-Truck WJDriver I 4 -HR .$. "....... ._. 80:00.1 .1 ........ .:.$ ,_... _... 320.00 Water Truck , 3 " HR_ . S. 65.00 1 _. ... _$. • ._ 19520':: ". day .: _.. _.._.. ...._. "100.00' Traffh:_Gontroi 1 - $" iOOi00 1"'""' $ Fence Panels 1 day $--. .. 100.00 1 1 $... 100.00-. .. ._ ... . 7/25{202Z - --- Category CITY• Units Unit Price Markup' Total Excavator E969 Cat 314e_._,... .. ,... 8 HR $: 70.00 1... .-5. 560:00: Loader5453 4...-_ . _:..HR _:$. 65:00 1 $ :25000' Man $. 75.00 : . . 1 $ ".. .. :.. 900.00 1" Lr@tiv ......_ _ ..12. HR. 1 Man Crew.. 3-_ .HR. ;:$: . .75:00 _ 1 _._ _ .$ 225.00' 1 Man Crew 11.. ::HR .. s$•... . 75.00 " 1 - .$ • 825.00 1 Man Crew 8._ .__.... .'HR".. :$. 75.W... .. 1 $._ 450:00- T227Tri axle Dump Truck wJDrlver. . 5 :. HR _ .$' .".. . .80 00 .-- 1 $ 400 00' T589 Tri axle Dump Truck w/briver :: _...5 .: HR -$ 80 00 -1 -... $ 400:00 T846 Roll off Truck w/Driver 3 HR $. - ... __ 8000 ...I .. $. 240:00 T846 Roll off Truck Mobe ..-.1. ... ._ .,EA " $`• . 80.00 ' I $ 8020 'Water Truck _... . ,. •3.. HR' A $ 65 00` ,:- 1... ___. .- $ 195:00; Traffic Conttoi: ......... 1 • ...__day -..$ . . 190 00 1... ...1 .$...._._ ::. _...._100.00. Fence:Panels .._ .. . 1 . . i... day . .$. 100.00, : 1 $ 100 00 Richmond Landfill Fee 49.-21 Ton $ 25.00", L1 $;: I353'2..= 7/27/Z1322 . Category CITY` `Units"-'Unit Price. ._ ___ Markup ... .Total Excavator E969 Cat314e 8 .11R . .. '5'.. 70 00 1 ...__::-$. . 560.00 Loader 5453_._.___..- .:.. :• -__...__ 5.:. HR" $ 65.00 ' 1 "•$ ' . - 325:00', 1 Man Crew: - 22 HR S 75.00::1:. • 1 .___.__: $... 900.00: 1•Man Crew ".. 5 'HR. $' . .. 175:00 .1 $ _. 375_00_ -11 HR $ 75.00. •. . .".I:...- -. _: .5 825:00" 1 Man_Crew.:. _. _.__ .,_ . . :,._.... ._ 6 _... HR. " I Man Crew S 75 00 I $: 450.00 ',T227Tri axle Dumo:Truck:wJDrlyer. '.: 5 FIR _...:$ ...... ._80 00 :: 1 $_ . 400.00.: T589T11 axle-Dump'Truck-w%Driver' 6 HR $ 80.00: 1 .. ' $ - ' 480.007 WaterTruck -- 8 ,- HR .... $ _65_00 1 . f$ 520.00;. Traffic Control' .. ... . <: I _..... .... day._. 1.$ 100 00. .... ._..1..... _ $ . ....._.......... 10020 . -Fence Panels ! 1 day .:$' 100 00. - - 1 $ 10000' RlchmondLandilll`Fee : ' 35:13'. 'Ton '$ 25:00 1.1 ..$: ..,...-:, _..__._966"08'; 7J:28120Z2; . - . Category . _"QTY •_ Units Unit Price. Markup. _. _.Total 490 Excavator E969 Cat314e_ 7 _. :HR .,_$.__ ... . .,70 00. 1- fl $ . 0 "Loader5453 •7:._ . -- ,HR :$:: 65.DOt. 1-- $, .. 455.00:. Man Crew . _. 12. .. .......HR___. .$ 75.00';I 1..... $: . _ ... 900.00 :$: '75 00" 1 $: 375.00 1,.Man Crew 5. HR _ • 1 Man Crew.. • _ _,::_. _........---•T1 RR • ,':$ '75.00': ' .. 1 ($: .. .825:00 1.tvlan Crew .-:... 2 ... HR. .._.$ 75:00. . 1 $ .. .. 150.00.. T227 Tri axle.Dump T.ruckw/Driver. . ... ... E. . .. : HR $ 80:00 1 • '.$` - " .. , 480.00• T589•Trraxle Dump Truck wfDriver: - .-5 i HR $ 80:00` - 1 "" : ••$:•-_... 480:00: .T846-Roll off Truckw/Driver".: 3 • HR ..$. _,...,:80:00 WaterTruck. '3' i HR $. 65.00 1:. - 5:- 195:00. Traffic Control' 1 ." .. day : $: 100:00: _1. • ,.$.:.:. .. .. ... _. .._: 100.00.. .Fence Panels _ 1 I day :$ 100.00." 1. $. 100:20 Richmond Landfill Fee .72.77" :' Ton $° "•25:00' 11' I$' Z 001:18: 2 �)C-011 �i PAGE 5 OF , . • • 7/29/2022 Category • QTY Units Unit*Pace Markup Total IDEM Air Quality,Permit ' 1 EA ' S - 50.00 1.1 .,1$?},,,,,,,,f:7--,-. .-.7•:---,-,E,:•;55I/07 8/1/2022. - Category QTY Units Unit Price •:- Markup Total Excavator 6369 Cat,314e 8 "FIR $. 70:00 1 $ 560:00 Loader 5453 4 HR $ 65.00 •1 $ 260.00: 2 Man Crew 11 HR $ - 120.00 • 1 : $ 1,320;00* 2 Man Crew . 3 'FIR $!, 120.00 :1 $" .360.00 T227Tri axle Dump Truck w/Driver 8 'Hi. $ 80.00 1 $ 640.00 ..• T589 Tri axle Dump Truck w/Drlver L 8 HR ; $ 80.00 1 $ 640.00 Water Truck : 2 'HR $ 65.00 1 $ 130.00 Traffic Control' • •1" day $ 100.00 • 1 -.. -igo:oo. `Fence Panels 1 day ,$. 100.00 1 $ 100.00' Richmond Landfill Fee 67.34 Ton $ 25.00 1.1 L.,.$?*,•,..4j,'.: ".:4z.,.- --••••1.1353.851*, . . 8/2/2022, .,, Category QTY. Units Unit Price Markup Total, Excavator E969tat 314e 8 HR '$ 70:00 1 $ •560:00 Loader 5453 4 HR $ 65.00 1 , .$ 260.00 2 Man Crew " 9 HR $---- 120.00 1 $- 1,080.01i 2 Man Crew : . 3 HR . $ 120.00 1 $ 360..00' T227Tr1 axle Dump Truck w/Driver 6 . HR $ 80.00 1 $ 480:00 T589 TH axle*Dump Truck w/Driver 6 ‘HR $• 80.00 1 $ ' 480.00 Water Truck - 2 ' HR : $ 65:00 : 1 $ 130.00' 1 Traffic Control 1 day $ 100.00 1 . $ 100.00 pence•Panels,: 1 ' day $ ' 100,00 1 $ 100410: : Barrett paving#2 Stone 19.51 Ton $ 12.46 1.1 : ";$.:7:,'...7--;-,71-77.-a,262'.'401 MacAllister.Rental Equipment ' 1 . EA : $ 293.46 1.1 . _ 8/4/2022 ' Category i . QTY. • :Units Unit Price Markup . Total: .• , Excavator E969 Cat 314e i 2 HR $ 70.00 1 ' g 260.00 140.00. Loader$453 4 ' HR $ " 65.00 ' 1, • 2:Man Crew • ' I11 HR $, 120.00 3. $• 1,320.00*: liMan Crew 8 : HR $' 75.00 I $ 600.00: T387 Tri axle Dump Truck w/Driver 2 HR $ 80.00„ .1 $ 160.00 Traffic Control 1 day $ . 100.00 1 $ 100.00' Fence Panels • 1 day $ 100.00 I " $ 100.00•-: 8/5/2022.. Category i QTY' ' Units Unit Price : Markup -Total : Excavator E969 Cat 314e t• 2 : HR $ : ' 70.00 • 1 $. 140.00', Loader S453' , . ' 6 ..:HR $: 65.00 1 $ -390.00: 2 Man Crew • 10 " : HR : $ I20.00 • :1 ' $ 120000 2 Mah Crew 5 : HR $ 120.00 • 1 $ 600.00.: T387 TM axle Dump Truck w/Driver 5 'FIR $: 80.00 1 $ 400:00 .1529 Trl axle Dump Truck w/Driver 5 HR $ 80.00 ' 1 $ 400.00: Water Truck ' 2 HR 5 65.00 1 $ . - - "130:00".i Traffic Control I day $. 100.00 1 s 100.00: Fence Panels day $ 100.00 * 1 100.00 .IFernco Cap ' 1 . EA $ 8.34 , ,, 1.1 .,..:$ '„..-s.,= .1a.T.a.-7-'...-.-.,,..::.:9,..17!•:. Spray Foam i 1 EA $ 4.99 1.1 Shot Sand* * 98.14 Ton .$ ' 7.95 ; 1.1 :F.: -.-.7., ..1:-.. "-:-1-1,--,•,--... •=i,0358i23's!' Richmond Landfill Fee 7.37 Ton $ 25.00 . 1.1 '.-:-..$; ...:''..-17.---..: 17.-",:202,68',.: - !8/8/2022 Category . *.Qiy 'Units Unit'PrIce Markup ! . Total T301 Dump-Truck w/Driver ' 5 ; HR $' 6500 ' " 1 '" i $ T589 Tri axle Dump Truck w/Driver 5 ' HR $ 80.00 1 . $ 400.00*,' Category : . QTY : Units Unit Price , Markup . Total - •4 Man Crew 3 FIR $' 200.00 *2 • $ 1,200.00: 1 Man.Crew 5 HR $ ' 75.00 ' 1" ': .$ - 375.00 Ficiw Fill .. , I EA $ 3.,137.00 1.1 Total $ 73,506.10 -----,-:1 ----__-________---------- • Labor 58,465.00 Materials 4,882.64 Dump Fee ••$,-,. 978065 Rental Equipmeig ",715.7. 7.fT,*3'72:gp Permits Total 73,506.10 • 4 "r)rr pi- PAGE