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