Loading...
HomeMy WebLinkAboutBPW 07-19-17-02 Rieth-Riley Construction, Inc/Eng/28,793,000.00/96th Street and Keystone Parkway Road Improvements – ConstructionRESOLUTION NO. BPW 07-19-17-02 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(9), only the Mayor is authorized to sign City contracts; and WHEREAS, pursuant to his authority under Indiana law, Mayor 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. G h SO RESOLVED this 1� t day of LAI -72017. CITY OF CARMEL, INDIANA By and through its Board of Public Works and Safety AT S7i' Christine Pauley, Cl; -Treasurer Date: S:1E BassVdy Documents\BPW-Resolutions\2017Wcknowledge Reith -Riley Construction Agreement 07-19-17-02.docx7/6/2017 10:13 AM Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund,; P.O. #: 100519 Contract Not To Exceed $28,793,000.00 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 1. 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. PERFORMANCE: City agrees to purchase the goods and/or. services (the "Goods and Services") from Vendor using City budget appropriation number 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 Twenty Eight Million Seven Hundred Ninety Three Thousand Dollars ($28,793,000.00) (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 "96th Street and Keystone Parkway, Project # 16 -ENG -05" received by the City of Carmel Board of Public Works and Safety on or about June 21, 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. [S:lConnactditot.Sv R. Goods SvcslEnginmring12017Viieth Riley Cone iaa Co., Inc Gaols and Services 5.doc:6222017 2:18 PM] Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund,; P.O. #: 100519 Contract Not To Exceed $28;793,000.00 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. 9. 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 shall 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. iSXonne1s1PYoI.Sv6 @. Goods Sves\Engin=ing\2017N &h Riley Coosm aim Co- Inc. Goods and Servlees 5.d-:6222017 212 PM] Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund,; P.O. #: 100519 Contract Not To Exceed $28,793,000.00 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 enrolled and 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:\Contracas\Prof.Sv s R. Goads Sva\Engioming\2017\Rielh Riley Cons=clim Co, Ina Goods and Services 5.dw:6222017 2:12 PM] Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COTT Bond Fund,; P.O. #: 100519 Contract Not To Exceed $28,793,000.00 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 [S`ConnactsNroLSvs &G-& Sv Engin ing\20171 dh Riley C.n . i. Co.. Inc Goods and Se i— 5.d.:6/2222017 2:12 PM] 4 Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund,; P.O. #: 100519 Contract Not To Exceed $28,793,000.00 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. [SdCommels%Prd.S— & Goods Sv \Engin i g120171Rieth Riley Conswdim Co., Ina Gaols and Services S.doc:61222017 2:12 PM] Rieth-Riley Construction Co; Inc. Engineering Department -,2017 Appropriation it 2016 COLT Bond Fund,; P.Q. #: 100519 Contract Not To Exceed $28.793,000.00 This Agreement may only be modified by written amendment 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 By: a 1-1 ` Brainard, Presiding.Officer MaryAnn Burke, Member Date: Lori S: Watson, Member Date: . ATTEST: Christine S. Pauley, Clerk -Treasurer Date: RIETH-RILEY CONSTRUCTION CO., INC. �YCm�:+..U\uiSvsRGx.6R•c1�i'.ng,»rnin�lMil 7'ltieh G. 1-0.4—j S—k. 3-176r.ln)V2:I?P%11 6 .Paul. l: Tate Printed Name RegionaIYP Central Indiana Title FID/TIN:: 35-0918397 Last Four of SSN if Sole Proprietor: Date: Tuly. 5, 2017 .BID PROPOSAL SUMMARY PAGE Complete the following information .and place as the 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. The prices indicated on this sheet .shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the. Bidders Itemized Proposal and Declarations. Company: Rieth-Riley Construction Co., Inc. Project Name: Project No. 16 -ENG -05 96' Street and Keystone Parkway Road Improvements Date Submitted: June.21, 2017 Base Quote Amount: 1 Revised 6/20/2017 "EXHIBIT " /Cr/6 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided all Parts shall be fully and accurately filled in and completed and notarized. Project: 96"' Street and Keystone Parkway City of Carmel Project #16 -ENG -05. Proposal For .Construction of : Construction of a roundabout interchange at the intersection of 96"' Street and Keystone Parkway, including the reconstruction of Keystone Parkway fr-om 1-465 to 98t" Street, and reconstruction of 96"' Street from Haverstick Road to Enterprise Drive. The Project includes new construction of a two=span bridge over 96" Street Date: June 21, 2017 To: City of Carmel, Indiana, Board of Public Works and Safety Version 2016-08-31 "EXHIBIT 2 ��� PART 3 CONTRACT ITEMS AND UNIT PRICES BASE BID [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 CONSTRUCTION ENGINEERING 1 LS $411,100.00411,100.00, 2 MOBILIZATION AND DEMOBILIZATION 1 LS 1 $ 470,055.00 3 CLEARING RIGHT OF WAY 1 LS $470,055.00 4 TESTING FOR ASBESTOS 4 EACH $550.00 $ 2,200.00 5 PAVEMENT REMOVAL 25,340 SYS $5.60 $ 141,904.00 6 HOUSES AND BUILDINGS, REMOVE, PARCEL NO. 10 1 LS $41,500.00 $ 41,500.0.0 7 HOUSES AND BUILDINGS, REMOVE, PARCEL NO. 11 1 LS $38,750.00 $ 38,750.00 8 HOUSES AND BUILDINGS, REMOVE, PARCEL NO. 12 1 LS $49,999.00 $ 49,999.00 9 HOUSES AND BUILDINGS, REMOVE, PARCEL NO. 33 1 LS $29,876.00 $ 29,876.00 10 REGULATED ASBESTOS CONTAINING MATERIALS, REMOVE g,975 SFT $6.60 $ 59,235.00 11 REGULATED MATERIALS, DISPOSE, TYPE C 400 CYS $37.00 $ 14,800.00 12 REGULATED MATERIALS, REMOVE, TYPE C 400 CYS $25:00 $ 10,000.00 13 REGULATED MATERIALS, TRANSPORT, TYPE C 400 CYS $45.00 $ 18,000.00 14 UNDERGROUND STORAGE TANK, REMOVE AND DISPOSE, 6,000-10,000 GALLONS CAPACITY 2 EACH $4,400.00 $ 8,800.00 15 UNDERGROUND STORAGE TANK, REMOVE AND DISPOSE, OVER 10,000 GALLONS CAPACITY 6 EACH $4,400.00 $ 26,400.00 16 TESTING FOR CONTAMINATED MATERIALS 8 EACH $1,100.00 $ 8,800.00 17 EXCAVATION, COMMON 54,920 CYS $14.50 $ 796,340.00 18 BORROW 32,250 CYS $15.00 $ 483,750.00 19 BREAKING PAVEMENT 7,923 SYS $0.85 $ 6,734.55 20 TEMPORARY CHECK DAM, REVETMENT RIPRAP 195 TON $30.00 $ 5,850.00 "EXHIBIT ' ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 21 TEMPORARY INLET PROTECTION 265 EACH $60.00 $ 15,900.00 22 TEMPORARY MULCH 22 TON $350.00 $ 7,700.00 23 TEMPORARY SILT FENCE 2,866 LFT $1.25 $ 3,582.50 24 NO.2 STONE 400 TON $21.00 $ 8,400.00 25 TEMPORARY FILTER STONE 18 TON $50.00 $ 900.00 26 EXCAVATION, FOUNDATION, UNCLASSIFIED 615 CYS $21.41 $ 13,167.15 27 TEMPORARY SHEET PILING 1,586 SFT $7.60 $ 12,053.60 28 SUBGRADE TREATMENT, TYPE 1I 2,383 SYS $14.75 $ 35,149.25 29 SUBGRADE TREATMENT, TYPE III 10,818 SYS $1.75 $ 18,931.50 30 SUBGRADE TREATMENT, TYPE IC 86,821 SYS $11.00 $ 955,031.00 31 B BORROW 18,694 CYS $26.00 $ 486,044.00 32 B BORROW, UNDISTRIBUTED 11,576 CYS $20.00 $ 2311520.00 33 STRUCTURE BACKFILL, TYPE 1 9,312 CYS $0.01 $ 93.12 34 STRUCTURE BACKFILL, TYPE 3 33,078 CYS $26.00 $ 860,028.00 35 STRUCTURE BACKFILL, TYPE 5 3,709 CYS $75.00 $ 278,175.00 36 FLOWABLE BACKFILL, NON-REMOVABLE 234 CYS $75.00 $ 17,550.00 37 COMPACTED AGGREGATE NO. 53 BASE 5,811 TON $18.00 $ 104,598.00 38 SUBBASE FOR PCCP 8,888 CYS $48.35 $ 429,734.80 39 DENSE GRADED SUBBASE 95 CYS $49.04 $ 4,658.80 40 COMPACTED AGGREGATE NO. 53 TEMPORARY FOR DRIVEWAYS 785 TON $35.00 $ 27,475.00 41 MILLING, ASPHALT, 1 1/2 IN. 6,908 SYS $1.78 $ 12,296.24 42 PROFILOGRAPH, HMA 1 LS $1,252.99 $ 1,252.99 43 HMA, 4, 76, SURFACE, 9.5 mm 2,195 TON $77.88 $ 170,946.60 44 HMA, 4, 76, INTERMEDIATE, 19.0 mm 7,409 TON $59.10 $ 437,871.90 "ECHIBIT / 1 ' ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 45 HMA, 4, 64, BASE, 25.0 mm 11,126 TON $50.63 $ 563,309.38 46 HMA, 5, 76, INTERMEDIATE, OG 19.0 nim 9,377 TON $52.88 $ 495,855.76 47 HMA, 4, 64, BASE, 19.0 mm 11,984 TON $52.46 $ 628,680.64 48 JOINT ADHESIVE, SURFACE 23,352 LFT $0.27 $ 6,305.04 49 JOINT ADHESIVE, INTERMEDIATE 23,352 LFT $0.36 $ 8,406.72 50 LIQUID ASPHALT SEALANT 23,352 LFT $0.10 $ 2,335.20 51 HMA FOR TEMPORARY PAVEMENT, D 1,082 TON $81.05 $ 87,696.10 52 ASPHALT FOR TACK COAT 46 TON $0.01 $ 0.46 53 BASE SEAL 52 TON $350.00 $ 18,200.00 54 PROFILOGRAPH PCCP l LS $5,011.9.1 $ 5,011.91 55 PCCP, 9.5 IN. 23,444 SYS $40.16 $ 941,511.04 56 PCCP, 4 IN:, DECORATIVE, SLATE GREEN, COBBLESTONE PATTERN 1,626 ' SYS $61.70 $ 100,324.20 57 PCCP, 7 IN., DECORATIVE, SLATE GREEN, COBBLESTONE PATTERN 760 SYS $104.83 $ 79,670.80 58 RETROFITTED TIE BARS 758 EACH $9.79 $ 7,420.82 59 D-1 CONTRACTION JOINT 16,053 LFT $10.68 $ 171,446.04 60 TERMINAL JOINT 24 LFT $182.72 $ 4,385.28 61 TERMINAL JOINT, MODIFIED 4' WIDE 127 LFT $189.57 $ 24,075.39 62 GUARDRAIL, W -BEAM, 1 FT 6.75 IN. SPACING 32 LFT $45.50 $ 1,456.00 63 GUARDRAIL, TRANSITION, TYPE TGB 10 EACH $2,279.00 $ 22,790.00 64 CURVED TERMINAL END 4 EACH $64.00 $ 256.00 65 IMPACT ATTENUATOR, CRI -W 1, TL -2 1 EACH $20,279.00 $ 20,279.00 66 IMPACT ATTENUATOR, CRI -W1, TL -3 5 EACH $24,124.00 $ 120,620.00 67 GUARDRAIL, TIMBER, TREATED 390 LFT $66.00 $ 25,740.00 68 GUARDRAIL, TIMBER, TREATED, APPROACH 4 EACH $2,236.00 $ 8,944.00 "ECHIBIT_A 5A01 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 69 GUARDRAIL, END TREATMENT, OS 8 EACH $2,378.00 $ 19,024.00 70 GUARDRAIL, W -BEAM, 6 FT 3 IN. SPACING 2,283 LFT $18.00 $ 41,094.00 71 CONCRETE BARRIER, 45", MODIFIED 3,977 LFT $68.01 $ 2707475.77 72 BARRIER, DELINEATOR 438 EACH $28.75 $ 12,592.50 73 CONCRETE BARRIER, MODIFIED SECTION 286 CYS $414.92 $ 118,667.12 74 FENCE, CHAIN LINK, 48 IN. 425 LFT $16.00 $ 6;800.00 75 HMA FOR SIDEWALK 1,440 TON $79.44 $ 114,393.60 76 SIDEWALK, CONCRETE 1,159 SYS $38.88 $ 45,061.92 77 CONCRETE SIDEWALK, DECORATIVE, SLATE GREEN, HEX TILE PATTERN 419 SYS $65.42 $ 27,410.98 78 CURB RAMP, CONCRETE (ALL TYPES) 1,055 SYS $151.72 $ 160,064.60 79 DETECTABLE WARNING SURFACES 135 SYS $174.28 $ 23,527.80 80 HAND RAIL, PEDESTRIAN 634 LFT $166.00 $ 105,244.00 81 CURB, CONCRETE B 859 LFT $13.04 $ 11,201:36 82 CURB, CONCRETE, MODIFIED 1,300 LFT $18.21 $ 23,673.00 83 CURB AND GUTTER, C, CONCRETE, MODIFIED 10,454 LFT $14.90 $ 155,764.60 84 CENTER CURB, C CONCRETE 211 SYS $108.48 $ 22,889.28 85 CURB AND GUTTER, TURNOUT COMBINED 89 LFT $139.09 $ 12,379.01 86 CURB AND GUTTER, COMBINED, TYPE II 93 LFT $50.53 $ 4,699.29 87 CURB AND GUTTER, ROLL CURB 1,076 LFT $25.21 $ 27,125.96 88 MILLED PCCP CORRUGATIONS 200 LFT $7.26 $ 1,452.00 89 REINFORCED CONCRETE BRIDGE APPROACH, 12 IN. 559 SYS $87.05 $ 48,660.95 90 HMA FOR APPROACHES, TYPE B 710 TON $109.26 $ 77,574.60 91 PCCP FOR APPROACHES, 6 IN. 187 SYS $59.07 $ 11,046.09 92 PCCP FOR APPROACHES, 9 IN. 1,730 SYS $69.07 $ 119,491.10 "EXHIBIT A (6�1� ITE M NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 93 MAILBOX ASSEMBLY, SINGLE 10 EACH $252.00 $ 2,520.00 94 MAILBOX ASSEMBLY, DOUBLE 1 EACH $333.00 $ 333.00 95 MONUMENT, B 76 EACH $578.00 $ 43,928.00 96 MONUMENT, C 3 EACH $506.00 $ 1,518.00 97 MONUMENT, D 4 EACH $117.00 $ 468.00 98 MONUMENT, SECTION CORNER l EACH $839.00 $ 839.00 99 GEOTEXTILES 4,702 SYS $1.50 $ 7,053.00 100 RIPRAP, REVETMENT 2,370 TON $28.00 $ 66,360.00 101 DITCH DETENTION CHECK l EACH $1,200.00 $ 1,200.00 102 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 5 EACH $250.00 $ 1,250.00 103 EROSION CONTROL BLANKET 2,570 SYS $1.00 $ 2,570.00 104 FERTILIZER 2 TON $500.00 $ 1,000.00 105 SEED MIXTURE U 864 LBS $5.25 $ 4,536.00 106 SEED MIXTURE T 1,296 LBS $2.45 $ 3,175.20 107 MULCHING MATERIAL 9 TON $350.00 $ 3,150.00 108 WATER 24 kGAL $1.00 $ 24.00 109 TOPSOIL 3,095 CYS $30.00 $ 92,850.00 110 SODDING, NURSERY 6,606 SYS $3.50 $ 23,121.00 111 DETENTION POND (UNDERGROUND) 1,330 SYS $175.00 $ 232,750.00 112 FIELD OFFICE, B 16 MOS $2,314.81 $ 37,036.96 113 DYNAMIC PILE LOAD TEST 2 EACH $5,452.69 $ 10,905.38 114 TEST PILE, DYNAMIC, PRODUCTION 119 LFT $19.51 $ 2,321.69 115 TEST PILE, DYNAMIC, RESTRIKE 2 EACH $4,218.46 $ 8,436.92 116 PILE SHOE, HP 12 X 53 92 EACH $106.59 $ 9,806.28 "EXHIBIT A 7of74 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 117 PILE, STEEL H HP 12 X 53 4,479 LFT $40.32 $ 180,593.28 118 CONCRETE, A, SUBSTRUCTURE 267 CYS $739.89 $ 197,550.63 119 CONCRETE, B, FOOTINGS 104 CYS $329.43 $ 34,260.72 120 CONCRETE, C, SUBSTRUCTURE 80 CYS $612.03 $ 48,962.40 121 REINFORCING BARS 60,816 LBS $0.74 $ 45;003.84 122 REINFORCING BARS, EPDXY COATED 622,126 LBS $0.84 $ 522,585.84 123 THREADED TIE BAR ASSEMBLY, EPDXY COATED 125 EACH $21.54 $ 2,692.50 124 CONCRETE, C, SUPERSTRUCTURE 837 CYS $527.81 $ 441,776.97 125 REINFORCED CONCRETE MOMENT SLAB, 12 IN. 7,397 SYS $89.33 $ 660,774.01 126 RAILING, CONCRETE FT 525 LFT $66.68 $ 35,007.00 127 RAILING, CONCRETE FT, MODIFIED 6,239 LFT $64.86 $ 404,661.54 128 CONCRETE BRIDGE RAILING TRANSITION, TFT 10 EACH $2,518.83 $ 25,188.30 129 STRUCTURAL MEMBER, CONCRETE, BULB-T BEAM, 48 IN. X 49 IN. 2,867 LFT $275.34 $ 789,399.78 130 MASONRY COATING, KEYSTONE PARKWAY CORRIDOR 297,028 SFT $6.00 $ 1,782,168.00 131 ANTI-GRAFFITI COAT, 96TH STREET AT KEYSTONE PARKWAY 1 LS $652,632.00 $ 652,632.00 132 ANTI-GRAFFITI COAT, KEYSTONE PARKWAY CORRIDOR l LS $989,800.00 $ 989;800.00 133 SURFACE SEAL, 96TH STREET AT KEYSTONE PARKWAY 1 LS $118,776.00 $ 118,776.00 134 SURFACE SEAL, BRIDGE NO. 601 1 LS $45,760.00 $ 45,760.00 135 STRUCTURAL STEEL 8,652 LBS $2.12 $ 18;342.24 136 TEMPORARY PIPE 150 LFT $96.00 $ 14,400.00 137 STRUCTURE, REINFORCED CONCRETE, BOX SECTIONS, 8 FT. X 4 FT. 645 LFT $395.00 $ 254,775.00 138 STRUCTURE, REINFORCED CONCRETE, BOX SECTIONS, 7 FT. X 4 FT. 424 LFT $375.00 $ 159,000.00 139 VAULT, REINFORCED BOX JUNCTION 5 EACH $29,756.04 $ 148,780.20 140 PIPE, TYPE 2, CIRCULAR, 36 IN. 1,004 LFT $75.00 $ 75,300.00 "EXHIBIT A �lfd-N ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL. 141 PIPE, TYPE 4, CIRCULAR, 6 IN. 18,898 LFT $4.70 $ 88,820.60 142 PIPE, UNDERDRAIN, OUTLET 6 IN. 118 LFT $10.00 $ 1,180.00 143 PIPE, TYPE 1, CIRCULAR, 12 IN. 107 LFT 1 $33.00 $ 3,,531.00 144 PIPE, TYPE 2, CIRCULAR, 12 IN. 3,757 LFT $39.00 $ 146,523.00 145 PIPE, TYPE 2, CIRCULAR, 15 IN. 2,403 LFT $42.00 $ 100,926.00 146 PIPE, TYPE 2, CIRCULAR, 18 IN. 2,894 LFT $46.00 $ 133,124.00 147 PIPE, TYPE 2, CIRCULAR, 24 IN. 1,259 LFT $54.00 $ 67,986.00 148 PIPE, TYPE 2, CIRCULAR, 30 IN. 1,379 LFT $64.00 $ 88,256.00 149 PIPE, TYPE 2, CIRCULAR, 42 IN. 274 LFT $99.00 $ 27,126.00 150 PIPE, TYPE 2, CIRCULAR, 48 IN. 323 LFT $115.00 $ 37,145.00 151 PIPE, TYPE 5, CIRCULAR, 12 IN. 34 LFT $39.00 $ 1,326.00 152 PIPE, TYPE 1, DEFORMED, MIN AREA, 8.9 SFT 188 LFT $150.00 $ 28,200.00 153 PIPE, SLOTTED DRAIN, 12 IN. 691 LFT $82.00 $ 56,662.00 154 CONCRETE ANCHOR, 42 IN. 1 EACH $1,900.00 $ 1,900.00 155 PIPE END SECTION, MIN AREA 8.8 SFT 2 EACH $4,900.00 $ 9,800.00 156 HMA FOR STRUCTURE INSTALLATION, TYPE D 350 TON $58.27 $ 20,394.50 157 VIDEO INSPECTION FOR PIPE 13,622 LFT $1.28 $ 17,436.16 158 PIPE END SECTION, DIAMETER 12 IN. 12 EACH $1,400.00 $ 16,800.00 159 PIPE END SECTION, DIAMETER 15 IN. 3 EACH $1,450.00 $ 4,350.00 160 PIPE END SECTION, DIAMETER 18 IN. 3 EACH $1,500.00 $ 4,500.00 161 PIPE END SECTION, DIAMETER 36 IN. 1 EACH $2,700.00 $ 2,700.00 162 PIPE INSTALLATION, TRENCHLESS, 12 IN. 73 LFT $350.00 $ 25,550.00 163 OUTLET PROTECTOR, 3 4 EACH $550.00 $ 2,200.00 164 VIDEO INSPECTION FOR UNDERDRAINS 3,000 LFT $0.97 $ 2,910.00 "DCHIBIT Iv7(� ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 165 AGGREGATE FOR UNDERDRAINS 3,516 CYS $38.00 $ 133,608.00 166 GEOTEXTILES FOR UNDERDRAIN 9,046 SYS $1.00 $ 9,046.00 167 MANHOLE, C15 16 EACH $1,700.00 $ 27,200.00 168 INLET, GRATED, MODIFIED (STR 129) 1 EACH $2,500:00 $ 2,500.00 169 INLET, TYPE HA WITH SLOTTED DRAIN. 11 EACH $2,500:00 $ 27,500.00 170 BEST MANAGEMENT PRACTICES (WATER QUALITY) 1 EACH $75,000.00 $ 75,000.00 171 SLOTTED DRAIN PIPE CLEANOUT PORT TYPE II 3 EACH $1,000.00 $ 3,000.00 172 MANHOLE, C5 9 EACH $1,700.00 $ 15,300.00 173 MANHOLE, K5 MODIFIED 5 EACH $5,000.00 $ 25,000.00 174 MANHOLE, C5 WITH SLOTTED DRAIN 4 EACH $1,700.00 $ 6,800.00 175 MANHOLE, L7 3 EACH $6,500.00 $ 19,500.00 176 INLET, E7 1 I EACH $1,900.00 $ 20,900.00 177 INLET, F7 7 EACH $2,000.00 $ 14,000.00 178 INLET, HA5 31 EACH $2,000.00 $ 62,000.00 179 INLET, J10 3 EACH $1,900.00 $ 5,700.00 180 INLET, M10 I EACH $1,900.00 $ 1,900.00 181 INLET, R13 3 EACH $2,000.00 $ 6,000.00 182 CATCH BASIN, E7 6 EACH $2,500.00 $ 15,000.00 183 CATCH BASIN, KIO 1 EACH $2,500.00 $ 2,500.00 184 MANHOLE, C4 43 EACH $1,700.00 $ 73,100.00 185 CATCH BASIN, F7 2 EACH $2,800.00 $ 5,600.00 186 MANHOLE, L4 1 EACH $6,500.00 $ 6,500.00 187 MANHOLE, C7 7 EACH $1,700.00 $ 11,900.00 188 MANHOLE, K4 7 EACH $4,500.00 $ 31,500.00 "EXHIBIT A ° fo,04 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 189 CATCH BASIN, R13, MODIFIED 2 EACH $2,500.00 $ 5,000.00 190 MANHOLE, M4 1 EACH $6,500.00 $ 6,500.00 191 MANHOLE, J4 17 EACH $3,000.00 $ 51,000.00 192 INLET, B 15 8 EACH $1,800.00 $ 14,400.00 193 INLET, C 15 6 EACH $1,800.00 $ 10,800.00 194 CATCH BASIN, B15 37 EACH $2,500.00 $ 92,500.00 195 CATCH BASIN, C15 7 EACH $2,600.00 $ 18,200.00 196 FORMLINER, FACE PANELS 68,155 SFT $3.34 $ 227,637.70 197 FORMLINER, RAILING, CONCRETE FT, MODIFIED 5,713 LFT $0.01 $ 57.13 198 FORMLINER; SPECIALTY, CITY SEAL 2 EACH $982.99 $ 1,965.98 199 FACE PANELS, CONCRETE, MODIFIED 68,155 SFT $14.00 $ 954,170.00 200 WALL ERECTION 68,155 SFT $6.50 $ 443,007.50 201 LEVELING PAD, CONCRETE 6,083 LFT $35.04 $ 213,148.32 202 MSE WALL FACE PANELS, MOCK UP 1 EACH $10,500.00 $ 10,500.00 203 CONCRETE FT RAILING, MOCK UP 1 EACH $7,246.83 $ 7,246.83 204 DECORATIVE CONCRETE FLATWORK, MOCK UP 1 EACH $3,302.69 $ 3,302.69 205 AGGREGATE FOR DRAINAGE FILL 145 CYS $104.87 $ 15,206.15 206 MODULAR BLOCK WALL 1,649 SFT $6.98 $ 11,510.02 207 MODULAR BLOCK WALL ERECTION 3,923 SFT $12.55 $ 49,233.65 208 MODULAR BLOCK WALL WITH GROUND REINFORCEMENT 2,274 SFT $10.02 $ 22,785.48 209 CONSTRUCTION SIGN, C 8 EACH $222.00 $ 1,776.00 210 ROAD CLOSURE SIGN ASSEMBLY 10 EACH $444.00 $ 4,440.00 211 TEMPORARY PANEL SIGNS 98 SFT $28.00 $ 2,744.00 212 TEMPORARY PANEL SIGN SUPPORTS 56 LFT $24.50 $ 1,372.00 "EXHIBIT _-&-- if 0 -)c/ -o/ ITEM NO. DESCRIPTION QUAN T'ITY UNIT UNIT PRICE TOTAL 213 TEMPORARY PAVEMENT MARKING, REMOVABLE, 4 118,060 LFT $0.70 $ 82,642.00 214 TEMPORARY PAVEMENT MARKING, REMOVABLE, 5 IN. 10,690 LFT $1.00 $ 10,690.00 :2:151TEMPORARY PAVEMENT MESSAGE MARKING, 40 EACH $1.00 $ 40.00 REMOVABLE, LANE INDICATION ARROW 216 TEMPORARY TRANSVERSE PAVEMENT MARKING, 24 IN. 538 LFT $5.00 $ 2,690.00 217 DETOUR ROUTE MARKER ASSEMBLY 53 EACH $123.00 $ 6,519.00 218 CONSTRUCTION SIGN, A 51 EACH $188.00 $ 9,588.00 219 CONSTRUCTION SIGN, B 31 EACH $99.00 $ 3,069.00 220 FLASHING ARROW SIGN 1,440 DAY $5.00 $ 7,200.00 221 MAINTAINING TRAFFIC 1 LS $496,615.99 $ 496,615.99 222 ENERGY ABSORBING TERMINAL, CZ, TL -2 1 EACH $5,943.00 $ 5,943.00 223 BARRICADE, III -A 160 LFT $12.00 $ 1,920.00 224 BARRICADE, III -B 204 LFT $15.00 $ 3,060.00 225 TEMPORARY TRAFFIC BARRIER, TYPE 1 6,100 LFT $18.54 $ 113,094.00 226 PORTABLE CHANGEABLE MESSAGE SIGN 6 EACH $5,000.00 $ 30,000.00 227 TEMPORARY TRAFFIC SIGNAL 1 LS $39,786.00 $ 39,786.00 228 OVERHEAD SIGN STRUCTURE, ORNAMENTAL SPAN 2 EACH $135,097.00 $ 270,194.00 229 OVERHEAD SIGN STRUCTURE, ORNAMENTAL 1 EACH $73,432.00 $ 73,432.00 CANTILEVER 230 SIGN POST, SQUARE TYPE I REINFORCED ANCHOR 1,027 LFT $20.50 $ 21,053.50 BASE 231 SIGN POST, SQUARE TYPE 2 REINFORCED ANCHOR 173 LFT $20.50 $ 3,546.50 BASE 232 SIGN, PANEL, WITH LEGEND 2,532 SFT $14.00 $ 35,448.00 233 SIGN, SHEET, AND SUPPORTS, REMOVE 57 EACH $57.50 $ 3,277.50 234 WIDE FLANGE SIGN POST SUPPORT FOUNDATION, 4 EACH $596.00 $ 2,384.00 VIII 235 OVERHEAD SIGN STRUCTURE, BOX TRUSS, TYPE A 2 EACH $90,256.00 $ 180,512.00 236 BOX TRUSS SIGN STRUCTURE FOUNDATION, 45 IN. 2 EACH $10'110.001$ 20,220.00 CONCRETE BARRIER WALL "EXHIBIT (2 ��fG ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 237 BOX TRUSS SIGN STRUCTURE FOUNDATION, 36 IN. MEDIAN OR.SHOULDER 2 EACH $12,599.00 $ 25,198.00 238 OVERHEAD SIGN STRUCTURE, CANTILEVER, TYPE F 2 EACH $40,582.00 $ 81,164.00 239 CANTILEVER SIGN SUPPORT FOUNDATION, DRILLED SHAFT 36 IN. 2 EACH $8,678.00 $ 17,356.00 240 SIGN, SHEET, WITH LEGEND, 0.080 IN. 529 SFT $22.00 $ 11;638.00 241 SIGN, SHEET, WITH LEGEND, 0.100 IN. 393. SFT $22.50 $ 8;842.50 242 SIGN, DOUBLE-FACED, SHEET, WITH LEGEND, 0.125 IN. THICKNESS 48 SFT $29.50 $ 1,416.00 243 SIGN, SHEET, WITH LEGEND, 0.125 IN. 30 SFT $23.50 $ 705.00 244 SIGN POST 12 EACH $3,109.00 $ 37,308.00 245 SIGN FOUNDATION, ORNAMENTAL CANTILEVER I EACH $8,678.00 $ 8,678.00 246 SIGN FOUNDATION, ORNAMENTAL SPAN 22 FT 2 EACH $10,091.00 $ 20,182.00 247 SIGN FOUNDATION, ORNAMENTAL SPAN 24 FT 2 EACH $10,408.00 $ 20,816.00 248 OVERHEAD SIGN STRUCTURE, BOX TRUSS, REMOVE 2 EACH $4,652.00 $ 9,304.00 249 OVERHEAD SIGN STRUCTURE, CABLE SPAN, REMOVE 4 EACH $1,989.00 $ 7;956.00 250 STRUCTURAL STEEL, BREAKAWAY 762 LBS $3.50 $ 2,667.00 251 OVERHEAD SIGN STRUCTURE, MONO.TUBE 2 EACH $75,435.00 $ 150;870.00 252 SIGN MODIFICATION OVERHEAD 1 EACH $1,192.00 $ 1,192.00 253 SIGN GROUND MOUNTED RESET 2 EACH $171.00 $ 342.00 254 STREET NAME SIGN, BRIDGE MOUNTED, DECORATIVE 2 EACH $6,306.79 $ 12,613.58 255 TRAFFIC SIGNAL EQUIPMENT, REMOVE 3 EACH $3,660.00 $ 10,980.00 256 CONTROLLER CABINET FOUNDATION, PI MODIFIED 6 EACH $1,855.00 $ 11,130.00 257 HANDHOLE SIGNAL TYPE 1 4 EACH $870.00 $ 3,480.00 258 CONTROLLER CABINET, P1, MODIFIED 6 EACH $3,969.00 $ 23,814.00 259 CONDUIT, PVC, 4 IN. 265 LFT $15.50 $ 4,107.50 260 CONDUIT, PVC, 4IN. INTERDUCT 265 LFT $18.50 $ 4,902.50 "EXHIBIT ___A_° 13 efff ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 261 WIRE, NO.4 COPPER, IN CONDUIT, BRIDGE 1/C 19,800 LFT $2.10 $ 41,580.00 262 HANDHOLE LIGHTING 34 EACH $796.00 $ 27,064.00 263 LIGHT STANDARD FOUNDATION 3 FT DIAMETER X 8 FT 64 EACH $912.00 $ 58,368.00 264 SERVICE POINT II MODIFIED 2 EACH $4,459.00 $ 8,918.00 265 LUMINAIRE, ORNAMENTAL (200 W LED) 61 EACH $3,287.00 $ 200,507.00 266 LIGHT POLE, 30' 21 EACH $3,186.00 $ 66,906.00 267 LIGHT POLE, 40' 10 EACH $3,397.00 $ 33,970.00 268 LIGHT POLE, ORNAMENTAL, 28.3' 61 EACH $3,503.00 $ 213,683.00 269 LUMINAIRE; (168 W LED) 21 EACH $3,128.00 $ 65,688.00 270 LUMINAIRE, (284 W LED) 20 EACH $3,498.00 $ 69,960.00 271 LIGHT POLE FOUNDATION, 45 IN. CONCRETE BARRIER WALL 10 EACH $3,924.67 $ 39,246.70 272 LIGHT POLE FOUNDATION, FT BARRIER WALL 18 EACH $2,798.20 $ 50,367.60 273 LUMINAIRE, UNDERPASS, PENDANT MOUNT, LED, 120 WATT 6 EACH $3,102.00 $ 18,612.00 274 CONDUIT, STEEL, GALVANIZED, 2 IN. 7,094 LFT $19.00 $ 134,786.00 275 1/WIRE, NO.4 COPPER, IN PLASTIC DUCT, IN TRENCH, 4 10,045 LFT $10.00 $ 100,450.00 276 CIRCUIT INSTALLATION, UNDERPASS, 6 LUMINAIRES 1 EACH $3,441.00 $ 3,441.00 277 SERVICE POINT, I 4 EACH $3,931.00 $ 15,724.00 278 CABLE, POLE CIRCUIT, THWN, NO. 10 COP -PER, STRANDED 1/C 17,688 LFT $0.95 $ 16,803.60 279 CONNECTOR KIT, UNFUSED 108 EACH $65.50 $ 7,074.00 280 CONNECTOR KIT, FUSED 108 EACH $64.50 $ 6,966.00 281 MULTIPLE COMPRESSION FITTING, NON- WATERPROOFED 236 EACH $46.50 $ 10,974.00 282 MULTIPLE COMPRESSION FITTING, WATERPROOFED 76 EACH $57.00 $ 4,332.00 283 INSULATION LINK, NON -WATERPROOFED 185 EACH $44;50 $ 8,232.50 284 INSULATION LINK, WATERPROOFED 160 EACH $55.00 $ 8,800.00 "EXHIBIT ° I� ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 285 SIGN, UNDERPASS AND ROADWAY LIGHTING LOCATION IDENTIFICATION 98 EACH $39.50 $ 3,871.00 286 CABLE-DUCT MARKER 17 EACH $217.00 $ 3,689.00 287 WIRE, NO. COPPER, IN PLASTIC DUCT_, IN CONDUIT, 41/C 2,144 LFT $9.00 $ 19,296.00 288 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, WHITE, 24 IN. 1,412 LFT $6.00 $ 8,472.00 289 LINE, THERMOPLASTIC, BROKEN, WHITE, 5 IN. 2,796 LFT $1.25 $ 3,405.00 290 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 6,809 LFT $0.75 $ 5,106:75 291 LINE, THERMOPLASTIC, SOLID, WHITE, 8 IN. 1;638 LFT $2.00 $ 3,276.00 292 LINE, THERMOPLASTIC, SOLID, WHITE, 24 IN. 141 LFT $6.00 $ 846.00 293 LINE, REMOVE 39,900 LF.T $0.35 $ 13;965.00 294 LINE, MULTI-COMPONENT, DOTTED; WHITE, 8 IN. 135 LFT $6.00 $ 810.00 295 LINE, MULTI-COMPONENT, SOLID, WHITE, 4. IN. 8,042 LFT $1.00 $ 8,042.00 296 LINE, MULTI-COMPONENT, SOLID, YELLOW, 4 IN. 6,491 LFT $1.00 $ 6,491.00 297 LINE, MULTI-COMPONENT, SOLID, WHITE, 8 IN. 2,959 LFT $2.50 $ 7,397.50 298 TRANSVERSE MARKING, MULTI-COMPONENT, CROSSHATCH LINE WHITE 24 IN. 392 LFT $12.00 $ 4,704.00 299 LINE, MULTI-COMPONENT, SOLID, WHITE, 24 IN. 202 LFT $12.00 $ 2,4.24.00 300 LINE, MULTI-COMPONENT, BROKEN, WHITE, 5 IN. 3,195 LFT $1.50 $ 4,792.50 301 TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, WHITE, 24 IN. 73 LFT $12.00 $ 876.00 302 LINE, THERMOPLASTIC, DOTTED, WHITE,,8 IN. 830 LFT $2.00 $ 1,660.00 303 LINE, MULTI-COMPONENT, DOTTED, WHITE, 4 IN. 133 LFT $6.00 $ 79800 304 LINE, THERMOPLASTIC, DOTTED, WHITE, 4 IN. 94 LFT $2.00 $ 188.00 305 LINE, THERMOPLASTIC, DOTTED, WHITE, 6 IN. 144 LFT $2.00 $ 288.00 306 LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN. 3,346 LFT $1.50 $ 5,01.9.00 307 LINE, THERMOPLASTIC, BROKEN, YELLOW, 4 IN. 387 LFT $2.00 $ 774.00 308 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. 14,426 LFT $0.75 $ 10,819.50 "EXHIBIT % I5 -,o !� ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 309 TRANSVERSE MARKING,. THERMOPLASTIC, CROSSHATCH LINE, WHITE, 24 IN. 96 LFT $6.00 $. 5?6.00 310 TRANSVERSE MARKING, THERMOPLASTIC, CROSSHATCH LINE, YELLOW, 12 IN. 355 LFT $3.00. $ 1,065.00 311 PAVEMENT MESSAGE MARKING, THERMOPLASTIC LANE INDICATION ARROW 58 EACH $100.00 $ 5;800.00 312 SNOWPLOWABLE RAISED PAVEMENT MARKER 414 EACH $25.00 $ 10;350.00 313 TEMPORARY MULCH STABILIZATION, TYPE C 700 SYS $1.00 $ 700.00 314 TEMPORARY SEED MIXTURE 30 LBS $2.45; $. 73.50 315 113 BORROW, FORCE MAIN RELOCATION 400 CYS $34.00 $ 13;600.00 316 HMA, 4, 76, SURFACE, 9.5 inm - SMA 2,815 TON $88.98 $ 250,478.70 317 MULCHED SEEDING A 700 SYS $0.40 $ 280.00 318 SEED MIXTURE U, FORCE MAIN RELOCATION 30 LBS $5.25 $ 157.50 3.19 TAPPING SLEEVE WITH VALVE 2 EACH $10,000.00 $ 20,000.00 320 MASONRY COATING, 96TH STREET AT KEYSTONE PARKWAY 131,039 SFT $4.00 $ 524,156.00 321 CONCRETE STAINING, 96TH STREET AT KEYSTONE PARKWAY 35,704 SFT $7.05 $ 251,713.20 322 CONNECTION 5 EACH $2,000.00 $ 10,000.00 323 16" LINE STOP 2 EACH $12,500.00 $ 25,000.00 324 FORCE MAIN 401 LFT $75.00 $ 30,075.00 325 AIR RELIEF VALVE I EACH $8,500.00 $ 8,500.00 326 PAVEMENT MESSAGE MARKING, REMOVE 19 SYS $50.00 $ 950.00 327 TRANSVERSE MARKING, REMOVE 96 LFT $5.00 $ 480.00 TOTAL BASE BID: "EXHIBIT_____ �\ l6 EXHIBIT B Invoice Name 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 1 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: $5,000,000 each occurrence Umbrella Excess Liability If a commercial umbrella liability policy is used .to satisfy the minimum limits of liability requirements, the combined limits must equal these minimum limits of liability. BXHIB.IT D AI�'fbA'i1X7[' Tom• Bart en , being first duly sworn, dppd$es and says thg he/slit is fiiniiliar with pttd has personal knotivledoe•Of the facts herein'Mid, if called M - witness -in this matter,•cotild testify as follows; 1. I am Aver eighteen.(1,8) years of age and am competent to tes(kPy tv the.faQp coritsined herein. I am now apd at -all times relt;vanChereift have, heen:emptoye�1.6y Rieth Riley -Construction Co Inc (the `�E(r5playec") i.n Ehe.posct:ion of Sales'Mana er 3: .I am familia►; with.the emi�loyment•polidi•es, practices, Grid proceidq es of the.Einliloyer and We the tiuthority to 4ct• on behW of tlie Ernploye'r•, 4, Tho.Ernnl6yer is enrolled and p�u.ti'cipates in the federal• &Veriry'program. Docunientsit* -of this eivo.lhnent azul parti'cipati'on is attached and iocorpar�itW herciti. 5. The,,,Employer doeq,not'knowili,$ly emPloy any tinauihorize.d.aliens, C, To the besc of -my information and belief, t1le EMPloyer d'o, es not curreiitly employ any w�autho��i7ed' alie�is. 7. FURTHn, AFFIANT S.AYET14 NOT.. EXECUTED on the .13th day or Apfil 2016, Printed;_ Tom, Parfen I certify un'kt the penalties fo•,r periWj .-undel••thz laivti. of the United•S•tates.ur America and the State'af Indiana that the •€opegoi.ng fgctual;statemeiiis and t° eP.resentations are true °ani: comet t. Printed:. Tom Parten. . . City ®f Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO.003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100519 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 6/22/2017 00350596 Project 16 -ENG -05; Contract Date 07.05.17 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 16509 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund. 0 COIT Bond Fund Account: 94-650.04 1 Each 96th Street and Keystone Parkway Road Improvements - 8,793,000.00 $28,793,000.00 Construction Sub Total $28,793,000.00 Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 LU1ti C:UI I tiontl PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT I PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $28,793,000.00 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 UNOBLI GATED 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 �;—? AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman TITLE Director CONTROL NO. 100519 CLERK -TREASURER Douglas Haney Corporation Counsel