Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
BPW 06-21-17-01/Rieth Riley Construction Co/5,378,409.93/Rangeline Road and 4th Streets Construction, Rangeline and 4th Street RAB, and 6th Street SW Construction
RESOLUTION NO. BPW 06-21-17-01 RESOLUTION OF THE CITY OF CARMEL BOARD OF PUBLIC WORKS AND SAFETY ACKNOWLEDGING RECEIPT OF CONTRACT WHEREAS, pursuant to Indiana Code 36-1-4-7, the City of Carmel, Indiana ("City"), is authorized to enter into contracts; and WHEREAS, pursuant to Indiana Code 36-4-5-3, the City's mayor may enter into contracts on behalf of the City; and WHEREAS, pursuant to his authority under Indiana law, the City's mayor, the Honorable James C. Brainard, has caused to be signed the City contract attached hereto as Exhibit A (the "Contract"); and WHEREAS, Mayor Brainard now wishes to present the contract to the City's Board of Public Works and Safety for it to be publicly acknowledged, filed in the Clerk -Treasurer's Office, and made available to the public for review. follows: NOW, THEREFORE, BE IT RESOLVED by the City of Carmel Board of Public Works and Safety as 1. The foregoing Recitals are incorporated herein by this reference. 2. The receipt of the Contract is hereby acknowledged. 3. The Contract shall be promptly filed in the office of the Clerk -Treasurer and thereafter made available to the public for review. SO RESOLVED this ' day of L4 , 2017. CITY OF CARMEL, INDIANA By and through its Board of Public Works and Safety Y- Nn� James Brainard, Presiding Officer ATTEST: Christine Paule�, Clerk -Treasurer Date: _1 —11 S:\B Bass\My Documents\BPW-Resolutions\2017\Acknowledge Reith -Riley Construction Agreement 06-21-17-Ol.docx6/2/2017 10:22 AM Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund, 202-4350900, 203-4350900,; P.O. #: 100472, 100473, 100474 Contract Not To Exceed $5,378,409.93 JqQ AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Rieth-Riley Construction Co., Inc., an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 202-4350900, 203-4350900, 2016 COIT Bond Fund funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. Vendor will not perform any of the Services detailed in Exhibit A prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Vender shall perform only those Services specifically detailed in the Notice. If the Vender desires clarification of the scope of any Notice to Proceed, the Vendor shall obtain such clarification from the City in writing, prior to performing the service set forth in the Notice to Proceed. Any services performed without the City's prior express written authorization will not be compensated. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Five Million Three Hundred Seventy Eight Thousand Four Hundred Nine Dollars and Ninety Three Cents ($5,378,409.93) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any, Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Intersection Improvements Range Line RD. & 4th St, Project # 16 - ENG -31" received by the City of Carmel Board of Public Works and Safety on or about May 17, 2017, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. [SAConuacfs\Prof.Sv .& Goods S—\EnginKring120171Ek1h Piky Constrod]ao C.., fne Gaols and Services 3.doc:5262017 2:47 PM] Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COLT Bond Fund, 202-4350900, 203-4350900,; P.O. #: 100472, 100473, 100474 Contract Not To Exceed $5,378,409.93 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of. this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shale indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. [SAConnn,tAP,d.S— & Goods S—\E.&—i g\20171Rie16 Riley C -a -11m Co., Inc G -ds and Smi— 3.d-526/2017 2:47 PM] 2 Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COTT Bond Fund, 202-4350900, 203-4350900,; P.O. #: 100472, 100473, 100474 Contract Not To Exceed $5,378,409.93 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E -VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E -Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly -hired employees using the E -Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E -verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolledand is participating in the E -Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E -Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E -Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E -Verify Law. The requirements of this paragraph shall not apply should the E - Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON -ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 15. RELATIONSHIP, OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement [S:1Conuacts\Pmf.Sv & Goats Sv Enginming\20171Rieth Riley Coomucllm Co., Inc Goods and Services Idoc:MU2017 2:47 PM] Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund, 202-4350900, 203-4350900,; P.O. #: 100472, 100473, 100474 Contract Not To Exceed $5,378,409.93 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 AND Douglas C. Haney, Corporation Counsel Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Rieth-Riley Construction Co., Inc. 1751 West Minnesota Street Indianapolis, IN 46221 ATTENTION: Paul J. Tate Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. jS^Conmm\Prof.Svm & Goods S—%En&=ing120171R1ah Riley Conaim Co, Inc Goods and Sw ms 3.d-:5262017 247 PM] 4 Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund, 202-4350900, 203-4350900,; P.O. #: 100472, 100473, 100474 Contract Not To Exceed $5,378,409.93 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2017 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. IC 5-16-13. The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference. 29. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. [S:�Comr mTrof.Sv & Good. S—Tngi ming\20174R c1h Riley Coa ction Co.. Inc Goals sod Smites Id -5262017 2:47 PM] Rieth-Riley Construction Co, Inc.. Engineering Department -1017 Appropriation # 2016 COIT'B.ond Fund, 202-4350900, 2034350900„ P.0-4- 100412, 100473, 100474 Contract Not Ta Exceed. $51378;409.93 This Agreement may only I e modified' by writtenamendment executed by both parties hereto, or their successors in. interest. IN WITNESS WHEREOF; the parties hereto have made.and executed this Agreement as follows: CITY OF CARMEL; INDIANA by and through, its Board.of Public Works and Safety .Mary Ann Burke,. Member Date: Lori S. Watson,.-Member- ,Date: atson,:Member.Date: ATTEST: Christine S. Pauley, Clerk -Treasurer Date: �S:'Gniran.V}cd5v.:t(i:c.6S,GrnVfnei�+:�m pl§�IlViinh RJ �CcmVu2ii.n( lin. GiaxGmJSa�'wci3�k .3/:(.j?iU7;;.t7i:y1 RIETH-RILEY CONSTRUCTION CO., INC. Arixe Sign re Paul J. Tate Printed Name Regional VP Central Indiana Title FID/TIN:. 35-0918397 Last Four of SSN if Sole Proprietor: Date; May,31, 2017 BID PROPOSAL SUMMARY PAGE Complete.the folic'mingin-formation and place sitthe cover page to your bid packet. Insert all documents into an envelope with project name and ,your company `name clearly marked on the, outside. Seal the ;envelope.. Company: Rieth.-.Rfley. Construction Co.,; Project Names Intersection "Improvements; P ro')ect' Nq..-II-'6-WG-3.1 . Date Submitted: May 17,2017 Base.Bid $5,37.8;409.93 Amount: U "E)(H[Brr • BIDD. I ER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Camel Instructions To Bidders., This foam shall be utilLed by all Bidders. Except as.. othei-kvise,$pecijlcally provided, all Parts shall befi1 y 11" .aiid..ae.czir,*atelyfilled-ii2 and completed and notarized. Pr9ject., Intersection Improvements Range Line RD. & 4`1 St. ProposalFor Constriction of Improving the intersection o.Range Line Road.and:4111 Street STVISE by constructing'a roundabout at the hiterse0kit ant[ exte ' w, I ,ng,41 Z'StreetSWto. Veterans Way. 4,1, Street S �.. � Wfivin the Alo.non Trail west:to.3rd,AvenueSW :will be.constrit6ted.:iii,tliis,br6j*ct. The construction of Veterans Way bound byllie,11hoits of Oproximate *170' north, of 3rl Street SW to the southern,111111ts. of Oil, Street well ,eet SW, as as the: c6tistmedon of 6"! Street SW. 'Utility improvements are incorporated to th a seopd. of this project, and these utilities include, waterline installation, sanitqq:sewer morn ie h Impkov me 6, storn, water systenviniproveinents, communication condifits, and electrical conduits. Dat.o. May 17,..201-1 To-- City of Carmel, . Indialla... BoArd of Public% Works and. Safety "EXHIBIT Vmiofi 2017-01-23 ART 3 CONTRACT ITEMS AND UNIT PRICES "EXHIBIT 3,fK- ITEMIZED PROPOSAL 16 -ENG -31 Range. Line;Road and 4th StreetIntersection Improvements Combined Estimate Item# Item Quantity. Unit Unit Cost Totai Cost 1 Construction Engineering I LS $ 61;410.00 $ 61,.410.00 .2 Mobilization and Demobilization 1 LS $ '115,308.95 $ 115,308.95 3 Field Office 18. MO $ . 1,462.85 $. 26,331.30 4 Office Equipment 18 MO $ 11375.33 $ 24,755.94 5 Maintenance of Traffic l LS $ 31,047.00 $ 31,047.00 6 Clearing of Rigln'of lVa .1 LS $ 75,455.81 $ 75,455.81. 7 Excavation, Common 5823 CYD $ 37.51 - $ 1:43;400.73 8 Borrow- 4869 CYD $ 0:07 $. 48.69 9 SWQ.CPI Preparation and hn ilementation Level.I l LS $ 5,70077 $ 5;700:00 10 Storui Water Quali Mdiiagemenf Budget 30991 DOL $ -1.00 $ 30;991:00 1.1 ;SubgCade Treatment. IV 6443 SYD $ 24.48 $ 157,724.64 12 Sobgrada Treabiwnt; I -B. 6449 SYD. $ 11.50. $ 74;163.50 13.Sub rade Treatment Type 11 1479 "SYD .'$ 18.01. $ '26,636.79 14.: Structural Backfill, T e.l 2626 LFT $ 16.81 $ 44;143.06 t5 Com acted.Aggmgate:No. 53; Stone 3740 TONS $ 23.34' $ 87;291`:60 16 Stib> rade Treatmcut (Undistributed) 500 CYD $ 65.7.9 $ 32,895.00" H Geo id 11.74 SYD. $. 3.57 $ 4191:18 18 Asphalt Millin; 1.5" 1278 SYD $. 6.61 $ 81447.58 19 HMA.Surface, T e'C', 9.5,mm 262° TON $ 95.13.. $ 24,924.06 20 HivlA Intermediate, T" ie'C'; 19.0 mm 436 TON $ 70.63` $' 30,794:68 2.1 HIvfA Intermediate. T C'..Q.G. 19.0 mm 484. TON $. 66.3.1 $ .32,094.04 22 HMA Base; T e'C', 25.0 inm 1153 .TON $ 67.11 $ 77;377.83 73 HMA Surface T 'ie B'. 9.5 mm 781 TON $. 93.21 $ 72797.01 24HMA Intermediate, T 'e'13%19.0 mm 934: TON $ 83.05 $ 77,568:70. 25 HMA Base, T to B', 25.0 min 1.067' TON $ 76.14•. $ 81,24138 26 Ms halt for Tack Coat 7 TON $ 0.01 $ 0.07 .27 PCCP; 7" 157 SYD $ 104.45 $. 16,398.65 28 Sidewalk, Concrete 35,10 SYD. $ 41.76 $ 146;577.60 ;29 'Curb. Ram', Concrete, Includes Detectable Waming.Eleinents 135. SYD $ 177.19 $ 23,920.65 '30 Concrefe Curb, Bonier 3213 LFT' $ 14:81 $' 47;584.53 31 (Modified .Roll .Curb_ 205' LFT $ 32.48 $ 6;658.40. 32 Center Curb, Type D 15 SYD $' 165.10 $ 2,476:50 33 Curb and Gutter; Concrete; T e:11 .4767 LFT $, 21.84 $ 104,111.28 34 $" Variable Barrier Curb 59 LFT' $ 60.61 $: 3;575:99 35 Concrete Band 26 LFT $. 115.74 $ 3,009:24 36 PCCP for -Approaches, Residential, 6" 229 SYD $ 74,06. .$ 16,959..74. 37 PCCP for Approaches. Commercial. 9" 1250 SYD $ 69.91 $ 87,387.50 38 Raised Crosswalk 4 EA $ 12,970.591 $ 51,882.36 39 Toosoii (Assume?6" Thick) ;866 CYD $ 52.591 $ 45;542.94' 40 Sodding; Nursery 5193 SYD $ 3:50 1 $ 18;175:50 4'1 Pipe, PVC, Circular, 6" 7 LFT $ 56.73 $ 397.11 42 Pi e,,PVC,Circular,:10" 24 LFT $ 34.2:7 .$ 822'.48. 43 Pipe, PVC, Circular; 12" 83 LFT$. 58.53 $ 4,857.99 44 --'Pipe, Type 2, Circular, 12" 1,938 ' LFT $ 53.42 $ 103;527.96. 45 Pipe, T e2,:Cireular; 1'5" 277 LFT $ 60.61 $ 16;788:97' 46 Pipe, Type 2, Circular, 18" 250 LFT $ 64.62 $ 16;155.00 47 Pipe, :T -'e 2, Circular, 2.1" 8 LFT $ 11.5.23 1 $ 921.84 48 Pipe, :T 2, :Circular, 24" 39' LFT $ 137.29 $ 51354.31 49 15" Pie End Section t EA $. 4.70:68 1 $ 47048. 50 Kilmhanical Plug For RCP Pie 6 EA $ 722;49 $ . 4,334.94 51 Pipe, T e:4 Circular, 6" 593:1 LFT $ 6;25 1 $ 31,443.75 52 Pipe, UnderdrainDutlet: 6" :49 •LFT $ 26.50 $ 1,29850. 53 Aggregate for"Underdrain 468 CYD $ 45.10 $ 21,106:80 54 Geotextile'for Underdrain 4528 SYD $ 1.85 $ 8,376.80 55 -Inlef, B-15' 7 EA $ 21950.35 $ 20,652.45 56 Inlet: C-15 9 EA $ 2,961.60 $ 26;654:40 57 Inlet,:.=10 11 EA. $` 2,588.71 $ 28,475.81 58 inlet, IN- 10 11 EA, $ '2,546.14 $ 28;007:54 59 Inlet,.) witfi casting R -3290-A '2 EA. $ 2,716.64 $ 5;433.28 60 Inlet: M with castino:R3290-A. I EA $ •2,677.59 `$ 21677:59 . 61 Inlet; E.with Cas"tin R -42 15-C '2 E'1 $ .2,139;13 $ .4278;26 62 Nylo IastIrilet 2 EA $ 1,434:12 $ 2,868.24 63 Manhole;C4' 13. EA. $ 4,878.83 :$ 63,424.79 64. Manhole..1)4; a• EA S 6,272.73 $ 6,272.73 65 Manhole, C'Mth Castin R -329.0-A 2' EA S 5,901.51 $ 11,803.02 66 W Contech'iS1R,CUS>4 I EA- 15795.92 $ 15795:92 "EXHIBIT 3,fK- PART 3 CONTRACT ITEMS AND UNIT PRICES 67 :ContechWQ.SIR,.CDS 6 1 EA $ 27,748.71 $ .27,748.71 68 Replace Casting and Ad`ustio Grade 1 EA $. 1,260.28 $. 1,260.28 69 Adjust Casting to Grade' 10 EA $ 690.87 $ 6,908.70 70 Sign Post, Square, Type I. Rein1: Ane, Base 393 LFT $ 20.00 $ 7;860.00 71 Relocate Existing Sign 3. EA $ 350.00. $ 1,050,00 '72 Deeorative Street Sign Assembly 8 EA $ 1,600.00 $ 12,800.00 73 Sign; Sheet, with legend 0.080" 201.'25 SFT $ 21.00 $ 4,226.25 74 Sign; Sheet, with legend"0.100" ;4.66 SFT $ 22.00 $ 762:52. 75 Service Point; 11, Modirted 3 EA $ 1,500.00 $ 41500.00 76 Controller Cabinet, PI, Modified 3 EA $: 3,200.00 $ 91600.00 77 Controller'CabineCFoundation,P`I,Modified' 3 EA $ 11900,00 $ 5,700.00 78 Handhole, Lighting 10 EA $ 800.00 $ 8,000.00 79 Wire, #4 Chi*er in;Plutic Duct'in'Trench, 411C pp 1:613 LFT $ 14.00. $ 23,002.00` 80 Conduit, Steel, Galvanized, 2" 3290 LFT $ 16.00 $ 52,640.00 81 Wire; 44 Copper in Plastic Duct, 4.11C. 3290 LFT $ 8.00. $: 26,320.00 82 Lightin .Foundation, 18" Diameter, Concrete,with Ground 34 EA $ 850.00 $ 28;900.00 83 Lighf Pole,a5.' Height; Ornamental 34 £A $' 5;900.00 $ 200,600.00 84 Lighting Foundation, 30":Diameter, Conerete,.with Ground 8 EA $ 1,.400.00. $ 11;200.00' 85 Light Pole, 30' MghlWillr 8'Arin 81 EA 1 $ 7,700.00 $ 61,600.00 86 Handhole,Communications 9 FA $ 1,300.00 $. 11,700.00. 87 71 Handhole,:3' DiamiRer,,Communieations 2 EA $ 2;500.00 $' 51000.00 88 4'x4:.-4; S lit,Communications.Box 4 EA $ 6;000:00 $ 24,000.00 89 Communication Duct Bank 1290 LFT $ 105.00 $ 135;450,00 90 4",Innerrduct with 3 x 1-1/2" lnnerducts 1851 LFT $ 16.00 $ 29,616.00 .9.1 4" PVC,.Schetfule,go 30 LFT $ 15.00 $ .750:00 92 Trans, Mrk, Thermo, Solid WltUe,.Crosswalk, White; 24" .324 LFT $. 12.00 $ 31888.00 93 Traas.•9[rk;Therino;Stop:Mr,.24." 145 LFT $ 12.00 $' 1,740.00 94 Line; Thermo, Solid, bellow, 4" 6186 LFT' $ 2.00 $ '11372.00 95 Line; Thcniro; Solid,.Yellow, 8" 68 LFT $' 4;00` $: 272.00 96 Linc,.Thermo, Solid, White, 4" 1603 LFT $ 2.00 $ 3;206.00 9.7 Line, Tberino, Solid. N'4hite;6" 97. LFT $ 3.00 $ 291.00 98 Line, Thermo; Solid, Blue, 4" 40 LFT $ 20.00 $ 800.00 99 Line; Thermo. Dotted; R9iite, 4" '100. LFT $ 2.00 $ 200.00 100 line, Thermo, Dotted Wl»te; 8" 102 LFT $ 4.00 $ 408.00 101, Trans: Nlrk, Theriilb'Yield;'Whit'e; 3',: Shark Teeth, Yield Line 68 LFT $ 15:00 $ 1,020.00. 102 Transverse Marking, Thermoplastic: Pedestrian Crossing 8 EA $ 150:00 $ 1;200.00'- 103 Lane Indication Arrow; White, Thennopinstinc, Transverse Marking 2 EA $; 150.00 $ $00.00 l(14 liandica Sin 1 EA $ 500,00 $ 500.00: 105 Handicap'Emblein (Painted) 1 EA $ 250.00 $ 250:00 106 Snowplowable Raised. Pavement Marker, Blue, 5 EA $; 250.00 $ 1;250.00 107 SnowplodableRaised Pavers nm Marker Yellow 6 EA $ 82.40 $. 494:40 108 ;Building Demolition. i LS' $: 25;000.00 $ 25,000.00 109' sanitary:SewerManlole;Type.1. 6 EA $ 10;280.33 $ 61,681,98: 1:70. 15" PVC: -SDR -26 Sanitary Main 9144 LF C$ 83:1A . ' $ 95,112.16. 117 Compacted Aggieeate Backfill, Saniiaty Main 1144 LFT $ .39:57 : $ 45,268.08 112, C1ean:Sanitmy Manhole, Rotate;and.A4just Casting to;Gradi 1 EA $ 1,497.'88 1.13 Core Uisting,Manhole. 2 EA $ 1,469.91 . $ 2,939.82' 1.14 :6"TVC,SanitW Lateral 54 LFT $ 77.33 $ 41175.82. 145 8".PVC Sanitary. Lateral 28: 1.FT $• '85.53. $ 2,394.84 116 Compacted Aggregate BaMiill;:Sanitary Scwcr Lateral- 82• LFT $ 30.53 $ 2;503:46. 117 Sanitary Sewer Cleanout'Type ll 3 EA $ 524.70 $ 1,574::10. 118. .12" D.L Water Main 3605 LFT $ 90.22 $ 325;243:10' Gl9 Coiiipacted'AgyTegate;Baektill, Watermain 3445 LFT $ 1.8.74 .$ 64,559.30 120: Complete Fire.Hydrant Assembly 8 Eft $ 5,488.65 $ 43,909.20 121 6" Tapping Valve and Saddle 1 EA $t 5,360.49 $ 5,360.49. 122 12" Tapping Valve and Saddle l EA $ 71165.43 :$ 71165.43 123 12".Gate Valve f8, EA $ 3,055.10 $ 54,991.80 04 S.".GataYMVe 1 EA $. 1;61,1.39 -$ 1,611;39 125 4" Gatc Valve l EA $' 1;173'.66 $ 1,173.66 126. 12" Connections 5 EA $' 3;505.85 $ 17,529,25 127 8" Connections: 3 EA $ .3,529.50 $ 1.0;588.50 .128 4" Conmxiions I EA $ 3;217:44. "$ 3;217.44 129' Longside"Services 3 EA $_ :2,397.00 $ 7;1.91:00. 130. ShortsideS&vkc s 4 EA $: 1;175.63 $ 4,702:52 131 2" Blow Off Assembly l EA $ 1,775.83 $ 1;775:83 132 Rcplace i,Ieter Pit (Undistributed) 2 EA $ 3,4.5197 $ 6,907,94 .133 Une'Stop. I TI.(Undistributed) 2 EA $' 8,341.77 $ 16;683-54 .134_ Line Stop 8"(Undistributed) 2 EA $ . 6,04.1.77 :$ 12,083.54 135 Line Stop 6".(Undistributed) 2 EA $ 5,741:77 $ 11,483:54 1.36 Tparq.fnseiia Valpe l.-2`(Undistril uted) 2 FA $' 18,841.77 $ 37,683:54 "E�;HIBIT ! ■ Ll©�!� PARTS CONTRACT ITEMS AND UNIT PRICES 137 Team Inserta Valise 8" (Undistributed) `2 EA $: 1.0,541.77 .$ .21,083.54 133 Team Inserta Valve 6' (Undishibuted) 2 EA $ 9141,77 $ 18,283.54. 139: Valve;Retiretitent 72 EA $: 1,009.06' $ 12;108:72 140 HydmntRe—ment 4 EA $ 1,149.72: .$ 4,598.8$. 141: 12" Concrete Cap for.Wattiminin 90 SYD $ 44.27 $ 3;984:30 142 Flowable:Fill'For: Watetmain 85 CYD $ 87:72. '$ 7,456:20' 143. Duke Endgy Tmhsrnis'sion' Duct Bank `$07 LFT $ 424.34 $ 215;140:38 144 12'.x 6'. s T Electric Manhole Vault 9 EA $ 33,465.72 $ 30.1,191.48 145 DukeEnereyDWribtuionDuet=Bank IN13, LFT $ 343.22: .$ 551,897:76 14:6 Cured-bi-Place Conduit Spot Repair 100 LFT $ 100.00 ,.$ 10 000:00 147 143. Trash.Enelosure Trench Drain- t 29.LF1' EA IS $ 1.1,929.29 312.33 $ $ 41,929:29 9;057:57 .149 Archway Reloiiaiion 1'. LS $' .239,237.56 $ 239237.56 ISO Manhole,.C40 4. EA $' 3,460.78 $ 13;843:12 Construction Subtotal $ 5,378,4,09;93 Total Constructioil Estimate $ Z,378,409.93 "EXHIBIT— A -4_c-t�je,--t3 Local "EXHIBIT A 6 0-r6- Construction Cost 6th Street SW Item # Item Quantity Unit Unit Cost Total Cost I Construction Engineering 0.1 LS $61,410.00 $6,141.00 2 Mobilization and Demobilization 0.1 LS $115,308.95 $11,530.90 3 Field Office 4.5 MO $1,462.85 $6,582.83 4 Office Equipment 4.5 MO $1,375.33 $6,188.99 5 Maintenance of Traffic 0 LS $31,047.00 $0.00 6 Clearing of Right of Way 0.1 LS $75,455.81 $7,545.58 7 Excavation, Common 400 CYD $37.51 $15,004.00 8 Borrow 1422 CYD $0.01 $14.22 9 SWQCP Preparation and Implementation Level 1 0.1 LS $5,700.00 $570.00 10 Storm Water Quality Management Budget 5000 DOL $1.00 $5,000.00 11 Subgrade Treatment, IV 1195 SYD $24.48 $29,253.60 12 SubgradeTreatment, I -B 0 SYD $11.50 $0.00 13 Subgrade Treatment Type R 226 SYD $18.01 $4,070.26 14 Structural Backfill, Type 1 554 LFT $16.81 $9,312.74 15 Compacted Aggregate No. 53 Stone 775 TONS $23.34 $18,088.50 16 Subgrade Treatment (Undistributed) 0 CYD $65.79 $0.00 17 Geo id 919 SYD $3.57 $3,280.83 18 Asphalt Milling, 1.5" 0 SYD $6.61 $0.00 19 HMA Surface, T e'C', 9.5 mm 0 TON $95.13 $0.00 20 HMA Intermediate, T e'C', 19.0 mm 0 TON $70.63 $0.00 21 HMA Intermediate, T e'C', O.G. 19.0 mm 0 TON $66.31 $0.00 22 HMA Base, T e'C', 25.0 mm 0 TON $67.11 $0.00 23 HMA Surface, T e'B', 9.5 mm 143 TON $93.21 $13,329.03 24 HMA Intermediate, T e'B', 19.0 mm 217 TON $83.05 $18,021.85 25 HMA Base, T e'B', 25.0 mm 134 TON $76.14 $10,202.76 26 Asphalt for Tack Coat 0.8 TON $0.01 $0.01 27 PCCP, 7" 0 SYD $104.45 $0.00 28 Sidewalk, Concrete 165 SYD $41.76 $6,890.40 29 Curb Ramp, Concrete, Includes Detectable Warning Elements 5.6 SYD $177.19 $992.26 30 Concrete Curb, Barrier 387 LFT $14.81 $5,731.47 31 Modified Roll Curb 0 LFT $32.48 $0.00 32 Center Curb, Type D 0 SYD $165.10 $0.00 33 Curb and Gutter, Concrete, Type 11 699 LFT $21.84 $15,266.16 34 6" Variable Barrier Curb 0 LFT $60.61 $0.00 35 Concrete Band 0 LFT $115.74 $0.00 36 PCCP for Approaches, Residential, 6" 0 SYD $74.06 $0.00 37 PCCP for Approaches, Commercial, 9" 226 SYD $69.91 $15,799.66 38 Raised Crosswalk 0 EA $12,970.59 $0.00 39 Topsoil (Assume 6" Thick) 75 CYD $52.59 $3,944.25 40 Sodding, Nursery 445 SYD $3.50 $1,557.50 41 Pipe, PVC, Circular, 6" 0 LFT $56.73 $0.00 42 Pipe, PVC, Circular, 10" 24 LFT $34.27 $822.48 43 Pipe, PVC, Circular, 12" 0 LFT $58.53 $0.00 44 Pipe, Type 2, Circular, 12" 361 LFT $53.42 $19,284.62 45 Pipe, Type 2, Circular, 15" 66 LFT $60.61 $4,000.26 46 Pipe, Type 2, Circular, 18" 64 LFT $64.62 $4,135.68 47 Pipe, Type 2, Circular, 21" 0 LFT $115.23 $0.00 48 Pipe, Type 2, Circular, 24" 39 LFT $137.29 $5,354.31 49 15" Pipe End Section 0 EA $470.68 $0.00 50 Mechanical Plug For RCP Pie 0 EA $722.49 $0.00 51 Pipe, Type 4, Circular, 6" 479 LFT $6.25 $2,993.75 52 Pipe, Underdrain Outlet, 6" 0 LFT $26.50 $0.00 53 Aggregate for Underdrain 45 CYD $45.10 $2,029.50 54 Geotextile for Underdrain 431 SYD $1.85 $797.35 55 Inlet, B-15 0 EA $2,950.35 $0.00 56 Inlet, C-15 0 EA $2,961.60 $0.00 57 Inlet, J-10 3 EA $2,588.71 $7,766.13 58 Inlet, M-10 3 1 EA $2,546.14 $7,638.42 59 Inlet, J with casting R -3290-A 0 EA $2,716.64 $0.00 "EXHIBIT A 6 0-r6- 60 Inlet, M with casting R -3290-A 0 EA $2,677.59 $0.00 61 Inlet, E with Casting R -4215-C 1 EA $2,139.13 $2,139.13 62 N to last Inlet 0 EA $1,434.12 $0.00 63 Manhole, C4 2 EA $4,878.83 $9,757.66 64 Manhole, D4 0 EA $6,272.73 $0.00 65 Manhole, C with Casting R -3290-A 0 EA $5,901.51 $0.00 66 Contech WQ STR, CDS 4 0 EA $15,795.92 $0.00 67 Contech WQ STR, CDS 6 1 EA $27,748.71 $27,748.71 68 Replace Casting and Adjust to Grade 1 EA $1,260.28 $1,260.28 69 Adjust Casting to Grade 1 EA $690.87 $690.87 70 Sign Post, Square, Type 1, Reinf. Anc. Base 24 LFT $20.00 $480.00 71 Relocate Existing Sign 0 EA $350.00 $0.00 72 Decorative Street Sign Assembly 2 EA $1,600.00 $3,200.00 73 Sign, Sheet, with legend 0.080" 12.5 SFT $21.00 $262.50 74 Sign, Sheet, with legend 0.100" 0 SFT $22.00 $0.00 75 Service Point, H, Modified 0 EA $1,500.00 $0.00 76 Controller Cabinet, P1, Modified 0 EA $3,200.00 $0.00 77 Controller Cabinet Foundation, P1, Modified 0 EA $1,900.00 $0.00 78 Handhole, Lighting 1 EA $800.00 $800.00 79 Wire, #4 Copper in Plastic Duct in Trench, 4 1/C 160 LFT $14.00 $2,240.00 80 Conduit, Steel, Galvanized, 2" 118 LFT $16.00 $1,888.00 81 Wire, #4 Copper in Plastic Duct, 4 1/C 118 LFT $8.00 $944.00 82 Lighting Foundation, 18" Diameter, Concrete, with Ground 3 EA $850.00 $2,550.00 83 Light Pole, 15' Hei ht, Ornamental 3 EA $5,900.00 $17,700.00 84 Lighting Foundation, 30" Diameter, Concrete, with Ground 0 EA $1,400.00 $0.00 85 Light Pole, 30' Hei ht With 8' Arm 0 EA $7,700.00 $0.00 86 Handhole, Communications 0 EA $1,300.00 $0.00 87 Handhole, T Diameter, Communications 0 EA $2,500.00 $0.00 88 4'x4'x4', Split Communications Box 0 EA $6,000.00 $0.00 89 Communication Duct Bank 0 LFT $105.00 $0.00 90 4" hmerrduct with 3 x 1-1/2" Innerducts 0 LFT $16.00 $0.00 91 4" PVC, Schedule 80 0 LFT $15.00 $0.00 92 Trans. Mrk, Thermo, Solid White, Crosswalk, White, 24" 48 LFT $12.00 $576.00 93 Trans. Mrk, Thermo, Stop Bar, 24" 23 LFT $12.00 $276.00 94 Line, Thermo, Solid, Yellow, 4" 612 LFT $2.00 $1,224.00 95 Line, Thermo, Solid, Yellow, 8" 0 LFT $4.00 $0.00 96 Line, Thermo, Solid, White, 4" 306 LFT $2.00 $612.00 97 Line, Thermo, Solid, White, 6" 0 LFT $3.00 $0.00 98 Line, Thermo, Solid, Blue, 4" 0 LFT $20.00 $0.00 99 Line, Thermo, Dotted, White, 4" 0 LFT $2.00 $0.00 100 Line, Thermo, Dotted White, 8" 0 LFT $4.00 $0.00 101 Trans. Mrk, Thermo Yield, White, 3', Shark Teeth, Yield Line 0 LFT $15.00 $0.00 102 Transverse Marking, Thermoplastic, Pedestrian Crossing 0 EA $150.00 $0.00 103 Lane Indication Arrow, White, Thermo lastinc, Transverse Markin 0 EA $150.00 $0.00 104 Handicap Sign 1 EA $500.00 $500.00 105 Handicap Emblem (Painted) 1 EA $250.00 1 $250.00 106 Snow Towable Raised Pavement Marker, Blue 0 EA $250.00 $0.00 107 Snowplowable Raised Pavement Marker, Yellow 0 EA $82.40 $0.00 108 Building Demolition 0 LS $25,000.00 $0.00 109 Sanitary Sewer Manhole, Type I 0 EA $10,280.33 $0.00 110 15" PVC - SDR -26 Sanitary Main 0 LFT $83.14 $0.00 111 Compacted Aggregate Backfill, Sanitary Main 0 LFT $39.57 $0.00 112 Clean Sanitary Manhole, Rotate and Adjust Casting to Grade 1 EA $1,497.88 $1,497.88 113 Core Existing Manhole 0 EA $1,469.91 $0.00 114 6" PVC Sanitary Lateral 0 LFT $77.33 $0.00 115 8" PVC Sanitary Lateral 0 LFT $85.53 $0.00 116 Compacted Aggregate Backfill, Sanitary Sewer Lateral 0 LFT $30.53 $0.00 117 Sanitary Sewer Cleanout, Type 11 0 EA $524.70 $0.00 118 12" D.I. Water Main 392 LFT $90.22 $35,366.24 119 Compacted Aggregate Backfill, Watermain 392 LFT $18.74 $7,346.08 120 Complete Fire Hydrant Assembly 0 EA $5,488.65 $0.00 121 6" Tapping Valve and Saddle 0 EA $5,360.49 $0.00 "EXHIBIT A -76f6 122 12" Tapping Valve and Saddle 0 EA $7,165.43 $0.00 123 12" Gate Valve 2 EA $3,055.10 $6,110.20 124 8" Gate Valve 0 EA $1,611.39 $0.00 125 4" Gate Valve 0 EA $1,173.66 $0.00 126 12" Connections 1 EA $3,505.85 $3,505.85 127 1 8" Connections 0 EA $3,529.50 $0.00 128 4" Connections 0 EA $3,217.44 $0.00 129 Longside Services 0 EA $2,397.00 $0.00 130 Shortside Services 0 EA $1,175.63 $0.00 131 2" Blow Off Assembly 0 EA $1,775.83 $0.00 132 Replace Meter Pit (Undistributed) 0 EA $3,453.97 $0.00 133 Line Stop 12" (Undistributed) 0 EA $8,341.77 $0.00 134 Line Stop 8" (Undistributed) 0 EA $6,041.77 $0.00 135 Line Stop 6" (Undistributed) 0 EA $5,741.77 $0.00 136 Team Inserta Valve 12" (Undistributed) 0 EA $18,841.77 $0.00 137 Team Inserta Valve 8" (Undistributed) 0 EA $10,541.77 $0.00 138 Team Inserta Valve 6"(Undistributed) 0 EA $9,141.77 $0.00 139 Valve Retirement 0 EA $1,009.06 $0.00 140 Hydrant Retirement 0 EA $1,149.72. $ 0.00 141 12" Concrete Cap for Watermain 0 SYD $44.27 $0.00 142 Flowable Fill For Watermain 0 CYD $87.72 $0.00 143 Duke Energy Transmission Duct Bank 0 LFT $424.34 $0.00 144 12'x 6'x T Electric Manhole Vault 0 EA $33,465.72 $0.00 145 Duke Energy Distribtuion Duct Bank 0 LFT $343.22 $0.00 146 Cured -In -Place Conduit Spot Repair 0 LFT $100.00 $0.00 147 Trash Enclosure 1 EA $11,929.29 $11,929.29 148 Trench Drain 28 LFT $312.33 $8,745.24 149 Archway Relocation 0 LS $239,237.56 $0.00 150 Manhole, C-10 2 EA $3,460.78 $6,921.56 Construction Subtotal $425,662.78 Total Construction Estimate $425,662.78 "EXHIBIT 1?1 OlArt 67 Ca1T L+t:i 11.- EN C:,-31 "DCHIBIT A 6� 7.5-r/ 15/ Construction Cost 4th and Rangeline RAB Item # Item Quantio Unit Unit Cost Total Cost 1 Construction Engineering 0.4 LS $61,410.00 $24,564.00 2 Mobilization and Demobilization 0.4 LS $115,308.95 $46,123.58 3 Field Office 4.5 MO $1,462.85 $6,582.83 4 Office Equipment 4.5 MO $1,375.33 $6,188.99 5 Maintenance of Traffic 1 LS $31,047.00 $31,047.00 6 Clearing of Right of Way 0.4 LS $75,455.81 $30,182.32 7 Excavation, Common 1500 CYD $37.51 $56,265.00 8 Borrow 524 CYD $0.01 $5.24 9 SWQCP Preparation and Implementation Level 1 0.4 LS $5,700.00 $2,280.00 10 Storm Water Quality Management Budget 11113 DOL $1.00 $11,113.00 11 Subgrade Treatment, IV 0 SYD $24.48 $0.00 12 Subgrade Treatment, I -B 5254 SYD $11.50 $60,421.00 13 Subgrade Treatment Type II 373 SYD $18.01 $6,717.73 14 Structural Backfill, Type 1 745 LFT $16.81 $12,523.45 15 Compacted Aggregate No. 53 Stone 729 TONS $23.34 $17,014.86 16 Subgrade Treatment (Undistributed) 500 CYD $65.79 $32,895.00 17 Geogrid 255 SYD $3.57 $910.35 18 Asphalt Milling, 1.5" 96 SYD $6.61 $634.56 19 HMA Surface, T e'C', 9.5 mm 262 TON $95.13 $24,924.06 20 HMA Intermediate, T e'C', 19.0 mm 436 TON $70.63 $30,794.68 21 HMA Intermediate, T e'C', O.G. 19.0 mm 484 TON $66.31 $32,094.04 22 HMA Base, T e'C', 25.0 mm 1153 TON $67.11 $77,377.83 23 HMA Surface, T e'B', 9.5 mm 140 TON $93.21 $13,049.40 24 HMA Intermediate, T e'B', 19.0 mm 184 TON $83.05 $15,281.20 25 HMA Base, T e'B', 25.0 mm 133 TON $76.14 $10,126.62 26 Asphalt for Tack Coat 4 TON $0.01 $0.04 27 PCCP, 7" 157 SYD $104.45 $16,398.65 28 Sidewalk, Concrete 804 SYD $41.76 $33,575.04 29 Curb Ramp, Concrete, Includes Detectable Warning Elements 101 SYD $177.19 $17,896.19 30 Concrete Curb, Barrier 1102 LFT $14.81- $16,320.62 31 Modified Roll Curb 205 LFT $32.48 $6,658.40 32 Center Curb, Type D 15 SYD $165.10 $2,476.50 33 Curb and Gutter, Concrete, Type II 1469 LFT $21.84 $32,082.96 34 6" Variable Barrier Curb 59 LFT $60.61 $3,575.99 35 Concrete Band 0 LFT $115.74 $0.00 36 PCCP for Approaches, Residential, 6" 197 SYD $74.06 $14,589.82 37 PCCP for Approaches, Commercial, 9" 176 SYD $69.91 $12,304.16 38 Raised Crosswalk 4 EA $12,970.59 $51,882.36 39 Topsoil Assume 6" Thick) 441 CYD $52.59 $23,192.19 40 Sodding, Nursery 2646 SYD $3.50 $9,261.00 41 Pipe, PVC, Circular, 6" 7 LFT $56.73 $397.11 42 Pipe, PVC, Circular, 10" 0 LFT $34.27 $0.00 43 Pipe, PVC, Circular, 12" 83 LFT $58.53 $4,857.99 44 Pipe, Type 2, Circular, 12" 582 LFT $53.42 $31,090.44 45 Pipe, Type 2, Circular, 15" 73 LFT $60.61 $4,424.53 46 Pipe, Type 2, Circular, 18" 0 LFT $64.62 $0.00 47 Pipe, Type 2, Circular, 21" 0 LFT $115.23 $0.00 48 Pipe, Type 2, Circular, 24" 0 LFT $137.29 $0.00 49 15" Pipe End Section 0 EA $470.68 $0.00 50 Mechanical Plug For RCP Pie 2 EA $722.49 $1,444.98 51 Pipe, Type 4, Circular, 6" 1852 LFT $6.25 $11,575.00 52 Pipe, Underdrain Outlet, 6" 49 LFT $26.50 $1,298.50 53 Aggregate for Underdrain 172 CYD $45.10 $7,757.20 54 Geotextile for Underdrain 1667 SYD $1.85 $3,083.95 55 Inlet, B-15 7 EA $2,950.35 $20,652.45 56 Inlet, C-15 9 EA $2,961.60 $26,654.40 57 Inlet, J-10 0 EA $2,588.71 $0.00- 58 Inlet, M-10 0 EA $2,546.14 $0.00 59 Inlet, J with casting R -3290-A 0 EA $2,716.64 $0.00 "DCHIBIT A 6� 7.5-r/ 15/ 60 Inlet, M with casting R -3290-A 0 EA $2,677.59 $0.00 61 Inlet, E with Casting R -4215-C 0 EA $2,139.13 $0.00 62 N to last Inlet 2 EA $1,434.12 $2,868.24 63 Manhole, C4 3 EA $4,878.83 $14,636.49 64 Manhole, D4 1 EA $6,272.73 $6,272.73 65 Manhole, C with Casting R -3290-A 0 EA $5,901.51 $0.00 66 Contech WQ STR, CDS 4 1 EA $15,795.92 $15,795.92 67 Contech WQ STR, CDS 6 0 EA $27,748.71 $0.00- 68 Replace Casting and Adjust to Grade 0 EA $1,260.28 $0.00 69 Adjust Casting to Grade 1 EA $690.87 $690.87 70 Sign Post, Square, Type 1, Reinf. Anc. Base 275 LFT $20.00 $5,500.00 71 Relocate Existing Sign 2 EA $350.00 $700.00 72 Decorative Street Sign Assembly 4 EA $1,600.00 $6,400.00 73 SignSheet, with legend 0.080" 141.25 SFT $21.00 $2,966.25 74 Sign: Sheet, with legend 0.100" 34.66 SFT $22.00 $762.52 75 Service Point, 11, Modified 1 EA $1,500.00 $1,500.00 76 Controller Cabinet, P1, Modified 1 EA $3,200.00 $3,200.00 77 Controller Cabinet Foundation, P1, Modified 1 EA $1,900.00 $1,900.00 78 Handhole, Lighting 4 EA $800.00 $3,200.00 79 Wire, #4 Copper in Plastic Duct in Trench, 41/C 290 LFT $14.00 $4,060.00 80 Conduit, Steel, Galvanized, 2" 845 LFT $16.00 $13,520.00 81 Wire, #4 Copper in Plastic Duct, 4 1/C 845 LFT $8.00 $6,760.00 82 Lighting Foundation, 18" Diameter, Concrete, with Ground 3 EA $850.00 $2,550.00 83 Light Pole, 15' Height, Ornamental 3 EA $5,900.00 $17,700.00 84 Lighting Foundation, 30" Diameter, Concrete, with Ground 8 EA $1,400.00 $11,200.00 85 Light Pole, 30' Height With 8' Arm 8 EA $7,700.00 $61,600.00 86 Handhole, Communications 6 EA $1,300.00 $7,800.00 87 Handhole, T Diameter, Communications 1 EA $2,500.00 $2,500.00 88 4'x4'x4', Split Communications Box 0 EA $6,000.00 $0.00 89 Communication Duct Bank 0 LFT $105.00 $0.00 90 4" Innerrductwith 3 x 1-1/2" Innerducts 1025 LFT $16.00 $16,400.00 91 4" PVC, Schedule 80 50 LFT $15.00 $750.00 92 Trans. Mrk, Thermo, Solid White, Crosswalk, White, 24" 60 LFT $12.00 $720.00 93 Trans. Mrk, Thermo, Stop Bar, 24" 68 LFT $12.00 $816.00 94 Line, Thermo, Solid, Yellow, 4" 1640 LFT $2.00 $3,280.00 95 Line, Thermo, Solid, Yellow, 8" 0 LFT $4.00 $0.00 96 Line, Thermo, Solid, White, 4" 424 LFT $2.00 $848.00 97 Line, Thermo, Solid, White, 6" 97 LFT $3.00 $291.00 98 Line, Thermo, Solid, Blue, 4" 0 LFT $20.00 $0.00 99 Line, Thermo, Dotted, White, 4" 50 LFT $2.00 $100.00 100 Line, Thermo, Dotted White, 8" 102 LFT $4.00 $408.00 101 Trans. Mrk, Thermo Yield, White, 3', Shark Teeth, Yield Line 68 LFT $15.00 $1,020.00 102 Transverse Marking, Thermoplastic, Pedestrian Crossing 8 EA $150.00 $1,200.00 103 Lane Indication Arrow, White, Thermo lastinc, Transverse Marking 0 EA $150.00 $0.00- 104 Handicap Sign 0 EA $500.00 $0.00 105 Handicap Emblem (Painted) 0 EA $250.00 $0.00 106 Snowplowable Raised Pavement Marker, Blue 1 EA $250.00 $250.00 107 Snowplowable Raised Pavement Marker, Yellow 6 EA $82.40 $494.40 108 Building Demolition 1 LS $25,000.00 $25,000.00 109 Sanitary Sewer Manhole, Type 1 0 EA $10,280.33 $0.00 110 15" PVC - SDR -26 Sanitary Main 0 LFT $83.14 $0.00 111 Compacted Aggregate Backfill, Sanitary Main 0 LFT $39.57 $0.00 112 Clean Sanitary Manhole, Rotate and Adjust Casting to Grade 0 EA $1,497.88 $0.00 113 Core Existing Manhole 0 EA $1,469.91 $0.00 114 6" PVC Sanitary Lateral 0 LFT $77.33 $0.00 115 8" PVC Sanitary Lateral 0 LFT $85.53 $0.00 116 Compacted Aggregate Backfill, Sanitary Sewer Lateral 0 LFT $30.53 $0.00 117 Sanitary Sewer Cleanout, Type 11 0 EA $524.70 $0.00 118 12" D.I. Water Main 1256 LFT $90.22 $113,316.32 119 Compacted Aggregate Backfill, Watermain 1096 LFT $18.74 $20,539.04 120 Complete Fire Hydrant Assembly 2 EA $5,488.65 $10,977.30 121 6" Tapping Valve and Saddle 1 EA $5,360.49 $5,360.49 "EXHIBIT A /aa�� 122 12" Tapping Valve and Saddle 0 EA $7,165.43 $0.00 123 12" Gate Valve 5 EA $3,055.10 $15,275.50 124 8" Gate Valve 1 EA $1,611.39 $1,611.39 125 4" Gate Valve 1 EA $1,173.66 $1,173.66 126 12" Connections 1 EA $3,505.85 $3,505.85 127 8" Connections 1 EA $3,529.50 $3,529.50 128 4" Connections 1 EA $3,217.44 $3,217.44 129 Lon side Services 1 EA $2,397.00 $2,397.00 130 Shortside Services 4 EA $1,175.63 $4,702.52 131 2" Blow Off Assembly 0 EA $1,775.83 $0.00 132 Replace Meter Pit(Undistributed) 1 EA $3,453.97 $3,453.97 133 Line Stop 12" (Undistributed) 1 EA $8,341.77 $8,341.77 134 Line Stop 8" (Undistributed) 1 EA $6,041.77 $6,041.77 135 Line Stop 6" (Undistributed) 1 EA $5,741.77 $5,741.77 136 Team Inserta Valve 12" (Undistributed) 1 EA $18,841.77 $18,841.77 137 Team Inserta Valve 8" (Undistributed) 1 EA $10,541.77 $10,541.77 138 Team Inserta Valve 6" (Undistributed) 1 EA $9,141.77 $9,141.77 139 Valve Retirement 6 EA $1,009.06 $6,054.36 140 Hydrant Retirement 1 EA $1,149.72 $1,149.72 141 12" Concrete Cap for Watermain 90 SYD $44.27 $3,984.30 142 Flowable Fill For Watermain 85 CYD $87.72 $7,456.20 143 Duke Energy Transmission Duct Bank 0 LFT $424.34 $0.00 144 12'x 6'x 7' Electric Manhole Vault 0 EA $33,465.72 $0.00 145 Duke Energy Distribtuion Duct Bank 0 LFT $343.22 $0.00 146 Cured -In -Place Conduit Spot Repair 0 LFT $100.00 $0.00 147 Trash Enclosure 0 EA $11,929.29 $0.00 148 Trench Drain 1 LFT $312.33 $312.33 149 Archway Relocation 1 LS $239,237.56 $239,237.56 150 Manhole, C-10 0 EA $3,460.78 $0.00 Construction Subtotal $1,654,132.69 Total Construction Estimate $1,654,132.69 "EXHIBiT Imp ME r j1 LA In (n ut ut In lli •P V1 W U N to --' l/1 O •A Vr A 00 •A �l A ON A U A W N �-' A O W �O W 00 W --a W O\ W lh w •P w w W N w �--' W O N "D00 N N --j N C\ N LA N •A N W N N N --' N O \p •-• 00 J •-- Q1 •• to A W N O �p 00 J O\ ll1 ? W N n n C) o a rz r -A G)arob� b ti bbb�Cb b o o d M o o�° - w n s a a 5 a w w �c cp C CD CD CD CD w U N N N CD CD (D n 0 7� a C G a (D O p (p Cn a W w CD co CD V] G a v (~p (D co n s G c CD -, ,wq a, m x CD CO 1 w N' N 0 ] S a •o' < C< a. ^a o p �. w G -+ a �+i n (D F 'v a n w co a `w w n m — ~ �° a w (D in. cuw w G p o w o o w o T (o 0 CD -, CD U cD 0 N CD N CD N cu N cD N (� C] C] 5 y w o o w„ � a rn ~ C7 � a C7 n O a w D a D � B Ud � CD �. w O Cd O O o w p (D :° w w i C] bd o O a A G Cil C7 C7 C7 C] C7 C] C] o G CD n n c O b7 C� G CY `� C1 G O X (] ,b -, rn So .� oD cD � w Nti a p ? Z! CD M G O CrJ C 00 �' �' �, :� C"i C C �• n ~1 by 0 O C1. C/] `i' n �i • n ti' n %t (D �i n n G n C ,y n z G (D m C� CD Vn b7 O ��• O �-. c :� M C] O � J - cwD N b7 �] N (D C] (D (D __ G L c, D CD w_ � �s �+ ,.i Q (� O p !1� 0 d N .a O O u u d R. O n C CD C G C G C A� G� rn� - OiT) 6 cD ,y Di �" ,. - CD 0 CD � .. G z.G-. (D w ,�. n ' W CD a, CD 'L1. .G, w .n, ^ ti ti A� ~_ ~_ (D w X (D (D ti a' ,(D.� O CD ,G, ww. Cf p� �C�i CD C] ON N n'y .. N (!� ri - �-- 'v. C. ti O � - C ��-yy cD ��'!' w C) Cor ID CD N ti .O•, ~ "nC Vow, „-wi O\ a. CY �• ~ CY (D (D r. .. .. -p LI �p Cn UJ B CD O p (D 7�' C^D O a ,'V a cr ,�, G .GO•, M `G IQ CD �b �s moo. w a C a vA CD CL CD A to C h CD F� y N co co O O O (n CD O O Cn N• -� O OD W m W 0 0 0 0o O O O j W N O O O V O O W N �•`� OD W O N V W W 0 0 0 0 0 0 0 W Cn O O CVn t O V (A W O ? p> N W O A O A Cn A (n 0 0 O V Cb N Cr O co Ul N A V (n co (A O m O Cn CA n Cc, W N A A rr rrrrrrrr�� �(�rrr(nrr���yyy�-»����c� �r��(�t7 a a a aadd�a9�yyy��ddadd���d�ddd°Oz°z°°z°z°z °zdddddd°r�dd��oo��' CIO N J N cn N lA NN �O \O 6�9 69 •A• 6q N 69 Q\ 69 J N 69 ? J 69 w 69 .-� 69 6) 69 vi Vi Ln 69 w 69 In 69 W 69 Cn N 69 69 J �, 69 O1 69 FA a\ 69 w 69 (� �] 69 P O 69 O 69 J 69 w 69 � 69 G\ 69 D1 69 J 69 .O b9 69 w 69 O\ 69 N 69 ,-- 69 .- 69 �--• 69 N 69 •-• bl) J 69 O 69 W jam, 6q W p w 6�9 �' '-' In 11 F �p p K 01 A O\ 0o Oo CN •-• to O Vii u, _ D1 l.n lNn N ? O J N In tJ ? Q\ O 01 w A oO Ln .A tJ O1 �1 N-4 Vi J O l0 "O A O In v O Q\ .N - oo ut N }i P W J �1 A ;A W O W [.7 v �--� D1 W O Vi .-. v �1 W Oo O In •p C> O O v i� N LA v V 01 W ? O U O O �O 00 V w N '"'� N w J W "O U �--' O\ r-. ? Oo �-- Ol •A lli •-• .-• W W '0 A ►' �--' O 00 O .-. bo O W 90 110 O H •A \O .-. O U 1110 O ^' O 69 69 N 69 N 69 69 69 69 69 69 69 A 69 69 .-• 69 LA 69 69 •A 69 .- 69 69 Q\ 69 •P 69 w 69 N 69 W 69 �--' 69 •.• 69 69 �O 69 .-� 69 69 69 W 69 69 69 ? 6A N A'+ ^ In O O W 00 N �--' 69 69 N Cb 00 Q\ O N W G? 00 W 01 00 W W N O N O O� 01 O� •A ('� �P w W ON v O 69 69 •P N O� 69 C. lh •P A �l 69 �o � � LA W O� --1 �--` 69 69 69 w �l —1 H3 �--� G w C, 69 Q, W 69 69 t.A --1 •A W 01 69 69 "1 Cb 00 O 00 •P fA 69 69 69 69 619 69 -a •P •A N kA O �] � \O W U IJ 00 69 W W r+ Oo 69 ,.+ 00 V1 Oo N LA C1 O y w SO V O O A A O 01 •A O O lr -"' O O O J J O In 'O O O A 0 0 00 O� �•-� O O O 00 A O O O O O O O N W J N^ cLh 0 •P N O 00 N W •P ^� oNo N 0000 O O to O O lA 0000 0w0 O •A (\ w -;7 0 0 0 0 0 C. w N O O O O O N W N O O to 0000 0 0 0 0 C. 0 0 0 ON 0 0 0000 O O W N N O lO w o0 00 r j1 60 Inlet, M with casting R -3290-A 1 EA $2,677.59 $2,677.59 61 Inlet, E with Casting R -4215-C 1 EA $2,139.13 $2,139.13 62 Nylo last Inlet 0 EA $1,434.12 $0.00 63 Manhole, C4 6 EA $4,878.83 $29,272.98 64 Manhole, D4 0 EA $6,272.73 $0.00 65 Manhole, C with Casting R -3290-A 0 EA $5,901.51 1 $0.00 66 Contech WQ STR, CDS 4 0 EA $15,795.92 $0.00 67 Contech WQ STR, CDS 6 0 EA $27,748.71 $0.00 68 Replace Casting and Adjust to Grade 0 EA $1,260.28 $0.00 69 Adjust Casting to Grade 0 EA $690.87 $0.00 70 Sign Post, Square, Type 1, Reinf. Anc. Base 70 LFT $20.00 $1,400.00 71 Relocate Existing Sign 1 EA $350.00 $350.00 72 Decorative Street Sign Assembly 1 EA $1,600.00 $1,600.00 73 Sign, Sheet, with legend 0.080" 35 SFT $21.00 $735.00 74 Sign, Sheet, with legend 0.100" 0 SFT $22.00 $0.00 75 Service Point, II, Modified 1 EA $1,500.00 $1,500.00 76 Controller Cabinet, P1; Modified 1 EA $3,200.00 $3,200.00 77 Controller Cabinet Foundation, P1, Modified 1 EA $1,900.00 $1,900.00 78 Handhole, Lighting 2 EA $800.00 $1,600.00 79 Wire, #4 Copper in Plastic Duct in Trench, 4 1/C 724 LFT $14.00 $10,136.00 80 Conduit, Steel, Galvanized, 2" 1807 LFT $16.00 $28,912.00 81 Wire, #4 Copper in Plastic Duct, 4 1/C 1807 LFT $8.00 $14,456.00 82 Lighting Foundation, 18" Diameter, Concrete, with Ground 21 EA $850.00 $17,850.00 83 Light Pole, 15' Height, Ornamental 21 EA $5,900.00 $123,900.00 84 Lighting Foundation, 30" Diameter, Concrete, with Ground 0 EA $1,400.00 $0.00 85 Light Pole, 30' Hei ht With 8' Arm 0 EA $7,700.00 $0.00 86 Handhole, Communications 0 EA $1,300.00 $0.00 87 Handhole, 3' Diameter, Communications 0 EA $2,500.00 $0.00 88 4'x4'x4', Split Communications Box 4 EA $6,000.00 $24,000.00 89 Communication Duct Bank 1290 LFT $105.00 $135,450.00 90 4" Innerrduct with 3 x 1-1/2" Innerducts 50 LFT $16.00 $800.00 91 4" PVC, Schedule 80 0 LFT $15.00 $0.00 92 Trans. Mrk, Thermo, Solid White, Crosswalk, White, 24" 156 LFT $12.00 $1,872.00 93 Trans. Mrk, Thermo, Stop Bar, 24" 43 LFT $12.00 $516.00 94 Line, Thermo, Solid, Yellow, 4" 2114 LFT $2.00 $4,228.00 95 Line, Thermo, Solid, Yellow, 8" 0 LFT $4.00 $0.00 96 Line, Thermo, Solid, White, 4" 405 LFT $2.00 $810.00 97 Line, Thermo, Solid, White, 6" 0 LFT $3.00 $0.00 98 Line, Thermo, Solid, Blue, 4" 40 LFT $20.00 $800.00 99 Line, Thermo, Dotted, White, 4" 50 LFT $2.00 $100.00 100 Line, Thermo, Dotted White, 8" 0 LFT $4.00 $0.00 101 Trans. Mrk, Thermo Yield, White, 3', Shark Teeth, Yield Line 0 LFT $15.00 $0.00 102 Transverse Marking, Thermoplastic, Pedestrian Crossing 0 EA $150.00 $0.00 103 Lane Indication Arrow, White, Thermo lastinc, Transverse Markin 1 EA $150.00 $150.00 104 Handicap Sign 0 EA $500.00 $0.00 105 Handicap Emblem (Painted) 0 EA $250.00 $0.00 106 Snowplowable Raised Pavement Marker, Blue 4 EA $250.00 $1,000.00 107 Snowplowable Raised Pavement Marker, Yellow 0 EA $82.40 $0.00 108 Building Demolition 0 LS $25,000.00 $0.00 109 Sanitary Sewer Manhole, Type 1 6 EA $10,280.33 $61,681.98 110 15" PVC - SDR -26 Sanitary Main 1144 LFT $83.14 $95,112.16 111 Compacted Aggregate Backfill, Sanitary Main 1144 LFT $39.57 $45,268.08 112 Clean Sanitary Manhole, Rotate and Adjust Casting to Grade 0 EA $1,497.88 $0.00 113 Core Existing Manhole 2 EA $1,469.91 $2,939.82 114 6" PVC Sanitary Lateral 54 LFT $77.33 $4,175.82 115 8" PVC Sanitary Lateral 28 LFT $85.53 $2,394.84 116 Compacted Aggregate Backfill, Sanitary Sewer Lateral 82 LFT $30.53 $2,503.46 117 Sanitary Sewer Cleanout, Type H 3 EA $524.70 $1,574.10 118 12" D.I. Water Main 1408 LFT $90.22 $127,029.76 119 Compacted Aggregate Backfill, Watermain 1408 LFT $18.74 $26,385.92 120 Complete Fire Hydrant Assembly 5 EA $5,488.65 $27,443.25 121 6" Tapping Valve and Saddle 0 EA $5,360.49 $0.00 "EXHIBIT " 122 12" Tapping Valve and Saddle 0 EA $7,165.43 $0.00 123 12" Gate Valve 9 EA $3,055.10 $27,495.90 124 8" Gate Valve 0 EA $1,611.39 $0.00 125 4" Gate Valve 0 EA $1,173.66 $0.00 126 12" Connections 2 EA $3,505.85 $7,011.70 127 1 8" Connections 2 EA $3,529.50 $7,059.00 128 4" Connections 0 EA $3,217.44 $0.00 129 Lon side Services 2 EA $2,397.00 $4,794.00 130 Shortside Services 0 EA $1,175.63 $0.00 131 2" Blow Off Assembly 0 EA $1,775.83 $0.00 132 Replace Meter Pit(Undistributed) 1 EA $3,453.97 $3,453.97 133 Line Stop 12"(Undistributed) 1 EA $8,341.77 $8,341.77 134 Line Stop 8"(Undistributed) 1 EA $6,041.77 $6,041.77 135 Line Stop 6"(Undistributed) 1 EA $5,741.77 $5,741.77 136 Team Inserta Valve 12" (Undistributed) 1 EA $18,841.77 $18,841.77 137 Team Inserta Valve 8" (Undistributed) 1 EA $10,541.77 $10,541.77 138 Team Inserta Valve 6" (Undistributed) 1 EA $9,141.77 $9,141.77 139 Valve Retirement 6 EA $1,009.06 $6,054.36 140 Hydrant Retirement 3 EA $1,149.72 $3,449.16 141 12" Concrete Cap for Watermain 0 SYD $44.27 $0.00 142 Flowable Fill For Watermain 0 CYD $87.72 $0.00 143 Duke Energy Transmission Duct Bank 507 LFT $424.34 $215,140.38 144 12'x 6'x 7' Electric Manhole Vault 9 EA $33,465.72 $301,191.48 145 Duke Energy Distribtuion Duct Bank 1608 LFT $343.22 $551,897.76 146 Cured -In -Place Conduit Spot Repair 100 LFT $100.00 $10,000.00 147 Trash Enclosure 0 EA $11,929.29 $0.00 148 Trench Drain 0 1 LFT $312.33 $0.00 149 Archway Relocation 0 LS $239,237.56 $0.00 150 Manhole, C-10 2 EA $3,460.78 $6,921.56 Construction Subtotal $2,797,315.57 Total Construction Estimate $2,797,315.57 "D:NIBIT 1 TI 79 VAM N4 Copper in Plastic Duct in Trench 4 1/C 469 LFT $14.00 $6,566.00 80 Conduit Steel Galvanized,2" 520 LFT $16.00 $8320.00 81 Wi 04 Copper in Plastic Duct 4 I/C 520 LFT $8.00 S4,160.00 82 Lighting Foundation 18" Diameter Concrete, with Ground 7 EA $850.00 $5,950.00 83 Light Pole, 15' Hei ht Ornamental 7 EA $5900.00 $41,300.00 84 Lighting IF ndatio 30" Diameter Concrete with Ground 0 EA $1,400.00 $0.00 85 Light Pof30'Height With 8' Arm 0 EA $7700.00 $0.00 86 Handhole, Communications 3 EA $1,300.00 $3,900.00 87 Handhol 3' Diameter Communications 1 EA 1 $2.500.00 $2.500.00. 88 4'A x4' Split Communications Box 0 EA S6.000.00 $0.00 89 Communication Duct Bank 0 LFT $105.00 $0.00 90 4" Innerrduct with 3 x 1-1/2" Innerducts 776 LFT $16.00 $12,416.00 91 4" PVC, Schedule 80 0 LFT $15.00 $0.00 92 Trans. Mrk, Thermo. Solid White, Crosswalk, Whit 24" 60 LFT $12.00 $720.00 93 Trans. Mr Thermo Stop Bar, 24" 11 LFT $12.00 $132.00 94 Line, Thermo Solid,Yellow, 4' 1820 LFT $2.00 $3,640.00 95 Lin Thermo Solid,Yellow 8" 68 LFT $4.00 $272.00 96 Une, Thermo Solid Whit 4" 468 LFT $2.00 $936.00 97 Line, Thermo Solid,White 6" 0 LFT $3.00 $0.00 98 Line, Thermo Solid, Blue 4" 0 LFT $20.00 $0.00 99 Line, Thermo Dolled, White 4" 0 LFT $2.00 $0.00 100 Line, Thermo Dotted Whit 8" 0 LFT $4.00 $0.00 101 Trans. Mrk Thermo Yield, Whit 3' Shark Teeth Yield Line 0 LFT $15.00 $0.00 102 Tranwerse Marldng, Thernioplastic, Pedestrian Crossing 0 EA $150.00 $0.00 103 Lane Indication Arrow White,Mamoplastinc, Transverse Markin I EA $150.00 $150.00 104 Handicap Sign 0. FA $500.00 $0.00 105 Handicap Emblem Painted 0 EA $250.00 $0.00 106 Snowplowable Raised Pavement Marker Blue 0 EA $250.00 $0.00 107 Snowplowablc Raised Pavement Marker. Yellow 0 EA $82.40 $0.00 108 Building Demolition 0 LS $25,000.00 $0.00 109 Sanitary Sewer Manhole Type 1 0 EA $10,280.33 $0.00 110 15" PVC - SDR -26 Sanitary Main 0 LFT $83.14 $0.00 Ill Compacted Aate Backfill Sanitary Main 0 LFT $39.57 $0.00 112 Clean Sanitary Manhole Rotate and Adust Casting to Grade 0 EA $ 1497.88 $0.00 113 Core Existing Manhole 0 EA SI469.9I $0.00 114 6" PVC Sanitary Lateral 0 LFT $77.33 $0.00 115 8" PVC Sanitary Lateral 0 LFT $85.53 $0.00 116 Compacted Aggregate Backfill Sani Sewer Lateral 0 LFT $30.53 $0.00 117 Sanitary SewerCleanout Type If 0 EA $524.70 $0.00 118 12" D.I. Water Main 549 LFT $90.22 $49 530.78 119 Compacted Aggregate Backfill Watermain 549 LFT $18.74 $10.288.26 120 Complete Fire Hydrant Assembly EA $5.488.65 S5.488.65 121 6" Tapping Valve and Saddle 0 EA $5360.49 $0.00 122 12' Tapping Valve and Saddle 1 EA $7,165.43 $7,165.43 123 12" Gate Valve 2 EA $3,055.10 $6,110.20 124 8" Gate Valve 0 EA $1,611.39 $0.00 125 4" Gate Valve 0 FA $1,173.66 $0.00 126 12" Connections 1 EA $3,505.85 S3,505.85 127 8" Connections 0 EA $3.529.50 $0.00 128 4" Connections 0 EA $3.217.44 $0.00 129 LongsideServices 0 EA $2397.00 $0.00 130 Shortside Services 0 EA $1175.63 $0.00 131 2" Blow OffAssernbly I EA $1775.83 $1775.83 132 Replace Mcter Pit Undistributed 0 EA $3,453.97 $0.00 133 Line Stop 12" Undistributed 0 EA $8,341.77 $0.00 134 Line St 8' Undistributed 0 EA $6041.77 $0.00 135 Line St 6' Undistributed 0 EA $5741.77 $0.00 136 Team Insena Valve 12" Undistributed 0 FA $18,841.77 $0.00 137 Team lnserta Valve 8" Undistributed 0 EA $10,541.77 $0.00 138 Team Inserta Valve 6" Undistributed 0 EA $9,141.77 $0.00 139 Valve Retirement 0 EA $1,009.06 $0.00 140 Hydrant Retirernent 0 EA $1149.72 $0.00 141 12" Concrete Cap for Watermain 0 SYD $44.27 $0.00 142 Flowable Fill For Watermain 0 CYD $87.72 $0.00 143 Duke Energy Transmission Duct Bank 0 LFT $424.34 $0.00 144 12'x 6'x 7' Electric Manhole Vault 0 EA S33,465.72 $0.00 145 Duke Energy Distribluion Duct Bank 0 LFT $343.22 $0.00 146 Cured -In -Place Conduit Spot Repair 0 LFT $100.00 $0.00 147 Trash Enclosure 0 EA $11929.29 $0.00 148 Trench Drain 0 LFT $312.33 $0.00 149 Archway Relocation 0 LS $239,237.56 $0.00 150 Manhole C-10 0 EA $3,460.78 $0.00 Construction Subtotal $501,298.89 Total Construction Estimate - $501,298.89 EXHIBIT B Invoice Narne of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name . EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Commercial General Liability: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Each Occurrence Limit: Statutory Limits $1,000,000 each employee $1,000,000 each accident $1,000,000 policy limit $6,000,000 $5,000,000 $5,000,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Injury and Property Damage: $5,000,000 each occurrence Umbrella Excess Liability J 11 If a commercial umbrella liability policy is used to satisfy the minimum limits of liability requirements, the combined limits must equal these minimum limits of liability. EXHIBIT ;Z3 AVYWAViT Tom, Porten , being first duly swotn, depo$es and says that he/she is familiar with and has personal knowk4ge_Qf the facts hereln nttd, if called As a witness -in this matter,•cotild testify as follows; 1. I am ever eighteen :(1,8.) years of age and am competent to testify to thP-fPL,,P conte vO herein. I am -now and at -all times relevant herein have bton :enipioyetl .by Rieth•Riley .Construction .Cd:,1nc: (tile `sEtitp7oyec"I in. ihe.,position of __$ales'Manaaer I .1 am familiar with.the eml�loyment•pciliciLs, practices, grid proce:gg es d the Emliloyer and hove the tiuthor-ity ho alt ori behalf of -the Ermploye'r, 4, The Elitpldyer is enrolled ahO pv.6dipates in the federal EN.edf}rprogtam. Docnnicntrition of tbis enrollment glid paT.ficipation is attached Ind iacpvpoi- d herein. 5. The-EnIployer:does not'k6ow40Y employ any iaitauthot'izerl.dliens. 6, To the hest of my information and belief, the Employer do. es iiot currently employ -any unauthoked aliens. 7. FURTHER AFFIANT S.AYETI:I NOT.. EXECUTED on the I.Sth day of April. , 20 166, Printed: Tom-Parfen Icefdry urift the pei1alties far perjitry--undet-• h'e laWk.oft1TeUnited•Stifes.of Ameilca and flle•State of Indiana that the €gegoing factual statemeilis and teepresentatiotis tale Vue'and correct. Printed: Tom Parten: City®� Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100472 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 5/25/2017 00350596 Project 16-ENG-31 / Project 17-ENG-01; Contract Date 06.07.17 RIETH-RILEY CONSTRUCTION CO INC City Engineering's Office VENDOR PO BOX 276 SHIP 1 Civic Square TO Carmel, IN 46032- INDIANAPOLIS, IN 46206 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 15679 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund.0 Account., 94-650.04 1 Each Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 2016 C01 Bond PLEASE INVOICE IN DUPLICATE COIT Bond Fund Rangeline Road/4th Street - Veteran's Way Construction 2,797,315.57 Sub Total $2,797,315.57 $2,797,315.57 DEPARTMENT ACCOUNT PROJECT A PROJECT ACCOUNT AMOUNT PAYMENT $2,797,315.57 SHIPPING INSTRUCTIONS ' A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN *SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL �1 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 �;_? �- AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman TITLE Director CONTROL NO. 100472 CLERK -TREASURER Douglas Haney Corporation Counsel City ®f Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100473 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A/P CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 5/25/2017 00350596 Project 16 -ENG -31; Contract Date 06.07.17 RIETHI-RILEY CONSTRUCTION CO INC City Engineering's Office VENDOR PO BOX 276 SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46206 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 15680 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department., 2200 Fund. 0 COIT Bond Fund Account: 94-650.04 1 Each 4th Street West of Monon Trail and Rangeline Road and 4th 2,155,431.58 $2,155,431.58 Street RAB - Construction Sub Total $2,155,431.58 Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 2016 COIT Bond PLEASE INVOICE IN DUPLICATE DEPARTMENT i ACCOUNT i PROJECT i PROJECT ACCOUNT AMOUNT PAYMENT $2,155,431.58 SHIPPING INSTRUCTIONS ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 �Z AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman TITLE Director , CONTROL NO. 100473 CLERK -TREASURER Dodglas Haney Corporation Counsel CityofCarmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 9 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100474 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A/P CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 5/25/2017 00350596 Project 16-ENG-31/Project 17 -ENG -13; Contract Date 06.07.17 RIETH-RILEY CONSTRUCTION CO INC City Engineering's Office VENDOR PO BOX 276 SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46206 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENTTERMS FREIGHT 15681 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Account: 43-509.00 1 Each Department., 2200 Account., 43-509.00 1 Each Fund: 202 Local Road & Street Fund 6th Street SW - Construction Fund: 203 CUM Cap Improvement Fund Send Invoice To: City Engineering's Office Kate Lustig 1 Civic Square Carmel, IN 46032 - 6th Street SW - Construction PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT SHIPPING INSTRUCTIONS 'SHIP PREPAID. 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY $276,755.78 Sub Total $148,907.00 Sub Total $276,755.78 $276,755.78 $148,907.00 $148,907.00 PROJECT I PROJECT ACCOUNT AMOUNT PAYMENT $425,662.78 A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. Jeremy Kashman Douglas Haney TITLE Director Corporation Counsel CONTROL NO. 100474 CLERK -TREASURER