Loading...
HomeMy WebLinkAboutBPW 07-19-17-03 BPW 07-19-17-02 Rieth-Riley Construction, Inc/Eng/3,077,853.86/96th Street and Delegates Row and 96th Street and Gray Road – ConstructionRESOLUTION NO. BPW 07-19-17-03 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. SO RESOLVED this a day of ) Vi' \ I , 2017. CITY OF CARMEL, INDIANA By and through its Board of Public Works and Safety BY: Ja s Brainard, Pre 'din Officer Bate: Y Mary All Burke, Me�e/ �� / Date: // Lori S. W Date: I:1 Christine Pauley Date: SAE BassUvly Documents\BPW-ResolutionsV017�Acknowledge Reith -Riley Construction Agreement 07-19-17-03.docx7/11/2017 11:52 AM Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bonds Fund,; P.O. #: 100520 Contract Not To Exceed $3,077,853.86 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of.Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Rieth-Riley Construction Co., Inc., an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 2016 General Obligation Bonds 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. 1 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 Three Million Seventy Seven Thousand Eight Hundred Fifty Three Dollars and Eighty Six Cents ($3,077,853.86) (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 at Delgates Row, Project #'1.6 -ENG -33 and 96th Street at Gray Road,. Project # 16 -ENG -34" 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:WC MclsTroLSv & Goads Sv Tn&ening120170e16 Riley Constrnclion Co., Inc. Gnarls and Services 4.doc:6222017 2:13 PW Rieth-kiley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bonds Fund,; P.O. #: 100520 Contract Not To Exceed $3,077,853.86 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: Vendorshall 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 shallindemnify 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. [S::ContnctAW.f.S— & Goods Sv Engi.—ir g1201M,1h Riley Constr fl. Co., lue. Goods and Services 4.d.:61222017 2:13 PMJ Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bonds Fund,; P.O. #: 100520 Contract Not To Exceed $3,077,853.86 10. GOVERNMENT COMPLIANCE: f 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 [SAContr cts\ProLSv & Goods Svm\Engin=ing\2017\Rieth Riley Consumdion Co, 1— Goods and Services 4.da 6222017 213 PM] Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bonds Fund,; P.O. #: 100520 Contract Not To Exceed $3,077,853.86 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. IS:)Contracts\Prof.Svm & Goods Svc Tnghiming\2017\Ricth Rilcy Coin oim Co., Inc. Goods and Services 4.dm:6222017 2:13 PMI . 4 Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bonds Fund,; P.O. #: 100520 Contract Not To Exceed $3,077,853.86 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. ]SXontt mVlrof.S— & Goods S—\EnginmringL017\Riet6 Riley Cons dim Co- Inc Goals and Sarins 4.dm:6222017 2:13 PM] Rieth-Riley Construction Co, Inc. Engineering Department - 2017 Appropriation # 2016 General Obligation Bonds Fund_ P.O. #: 100520 Contract Not To Exceed $3;077,353.36 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: aures Brainard, Presiding Officer Date: Ll10 /.7 Mary Ann Burke, Member Date: Lori S. Watson, Member Date: ATTEST: Christine S. Pauley, Clerk -Treasurer Date: RIETH-RILEY CONSTRUCTION CO., INC. Paul J. Tate Printed. Name Regional VP Central Indiana Title FID/TIN: 35-0915397 Last Four of SSN if Sole Proprietor: Date: Iul}l.6, 2017 �SY:nv y..Uhi C.c.FC.,*�1-C.a'Lngevrrni¢lvN7y{irtl�WlrcG.mvaaivl':>,Id:G.,d:.xW,&nxe; a.,1;�F1;]lYII7?.1�P\I� T 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 C;o., Ine. Project Name: Project No. 16 -ENG -33, 16 -ENG -34 96' Street at Delegates Row and 96' Street at Gray Road Road Improvements Date Submitted: June 21, 2017 Combined Base Quote Amount: $3,077,853.86 Revised 5/8/2017 "OHENT I A • 16-02 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders.: This form shall be utilized by all. Bidders. Except as otherwise spec f tally provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: 96`' Street at Delegates Row (Project #16ENG-33) and 96'h Street at Gray Road (Project #16 ENG -34) Proposal For Construction of : Construction of a roundabout to replace the existing signalized intersection at 961h Street and.Delegates Row and construction of a roundabout to replace the existing signalized intersection at. 96th Street and Gray Road Date: June 21, 2017 To: City of Carmel, Indiana, Board of Public Works and Safety Version 2016-08-31 EXHIBIT A . 2A2 PART 3 CONTRACT ITEMS AND UNIT PRICES 16 -ENG -33 [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 $ 16,000.00 $ 16,000.00 2 MOBILIZATION AND DEMOBILIZATION 1 LS $ 7105.94 $ 71,695.94 3 CLEARING RIGHT OF WAY I LS $ 62,116.21 $ 62,116.21 4 EXCAVATION, COMMON 2,990 CYS $ 18.68 $ 55;853.20 5 TEMPORARY CHECK DAM, REVETMENT RIPRAP, MODIFIED 2 TON $ 156.14 $ 312.28 6 TEMPORARY INLET PROTECTION 36 EACH $ 85.00 $ 3,060.00 7 TEMPORARY MULCH 6 TON $ 470.00 $ 2,820.00 8 TEMPORARY SILT FENCE 1,422 LFT $ 1.77 $ 2,516.94 9 NO.2 STONE 100 TON $ 15.72 $ 15572.00 10 TEMPORARY FILTER STONE 0.2 TON $ 780.75 $ 156.15 11 TEMPORARY GEOTEXTILE 22 SYS $ 35.38 $ 778.36 12 TEMPORARY SEED MIXTURE 330 LBS $ 1.30 $ 429.00 13 SUBGRADE TREATMENT, TYPE II 1,037 SYS $ 9.87 $ 10,235.19 14 SUBGRADE TREATMENT, TYPE IC 9,172 SYS $ 15,77 $ 144,642.44 15 B BORROW, UNDISTRIBUTED 611 CYS $ 38.90 $ 23,767.90 16 STRUCTURE BACKFILL, TYPE 1 1,083 CYS $ 25.74 $ 27,876.42 17 FLOWABLE BACKFILL, NON -REMOVABLE 18 CYS $ 80.02 $ 1,440.36 18 COMPACTED AGGREGATE NO. 53 BASE 194 TON $ 31.00 $ 6,014.00 19 HMA TYPE C, 4, 76, SURFACE, 9.5 mm 574 TON $ 74.09 $ 42,527.66 20 HMA TYPE C, 4, 76, INTERMEDIATE, 19.0 mm 958 TON $ 60.00 $ 57,480.00 °EXHIBIT 3 dlz ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL. 21 HMA TYPE C, 4, 64, BASE, 25.0 mm 2,596 TON $ 50.61 $ 131,383.56 22 HMA TYPE C, 5, 76, INTERMEDIATE, OG 19.0 iron 1,034 TON $ 54.43 $ 56,280.62 23 HMA FOR TEMPORARY PAVEMENT, D 232 TON $ 95.34 $ 22,118.88 24 ASPHALT FOR TACK COAT 6 TON $ 0.01 $ 0.06 25 BASE SEAL 7 TON $ 0.01 $ 0.07 26 PCCP, 4 IN., DECORATIVE 28 SYS $ 108.53 $ 3,038:84 27 PCCP, 7 IN., DECORATIVE 297 SYS $ 105.71 $ 31,395.87 28 CURB, CONCRETE, MODIFIED 662 LFT $ 26.37 $ 17,456.94 29 CENTER CURB, D CONCRETE 63 LFT $ 85.97 $ 5,416.11 30 CENTER CURB, D, CONCRETE, MODIFIED 19 SYS $ 150.56 $ 2,860.64 31 CURB AND GUTTER, COMBINED, TYPE II 1;919 LFT $ 20.29 $ 38.,93.6.51 32 CURB AND GUTTER, COMBINED, TYPE III 1;019 LFT $ 25.67 $ 26,157.73 33 CURB AND GUTTER, ROLL CURB, MODIFIED 420 LFT $ 24.67 $ 10,361.40 34 HMA FOR APPROACHES, TYPE C 200 TON $ 104.81 $ 20,962.00 35 PCCP FOR APPROACHES, 9 IN. 607 SYS $ 66.02 $ 40,074.14 36 MONUMENT, B 3 EACH $ 900.00 $ 2,700.00 37 MONUMENT, C 2 EACH $ 625.00 $ 1,250.00 38 MONUMENT, SECTION CORNER 1 EACH $ 800.00 $ 800.00 39 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 2 EACH $ 50.00 $ 100.00 40 FERTILIZER 0.4 TON $ 500:00 $ '200.00 41 MULCHED SEEDING U 5,322 SYS $ 0.45 $ 2,394.90 42 TOPSOIL 444 CYS $ 56.51 $ 25,090.44 43 FIELD OFFICE, B 6 MOS $ 3,113.41 $ 18,680.46 "EXHIBIT " '-(oi2. ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 44 GATE VALVE 12 IN. 1 EACH $ 2,336.34 $ 21336.34 45 WATER SERVICE 1 EACH $ 1,734.66 $ 1,734.66 46 PIPE, TYPE 2, CIRCULAR, 36 IN. 342 LFT $ 98.15 $ 33,567.30 47 PIPE, TYPE 4, CIRCULAR, 6 IN. 1772 LFT $ 5.50 $ 9,746.00 48 PIPE, TYPE 2, CIRCULAR, 12 IN. 1,004 LFT $ 50.59 $ 50,792.36 49 PIPE, TYPE 2, CIRCULAR, 18 IN. 194 LFT $ 88.66 $ 17,200.04 50 PIPE, TYPE 2, CIRCULAR, 30 IN. 16 LFT $ 84.18 $ 1,346.88 51 WATER MAIN CONNECTIONS 2 EACH $ 2,829.76 $ 5,659.52 52 VIDEO INSPECTION FOR PIPE 1,540 LFT $ 1.28 $ 1,971.20 53 PIPE END SECTION, DIAMETER 30 IN. 1 EACH $ 1,935.77 $ 1,935.77 54 ADJUST WATER VALVE TO GRADE 3 EACH $ 372.14 $ 1,116.42 55 WATER MAIN, DUCTILE IRON, 12' -IN. 3.48 LFT $ 100.10 $ 34,834.80 56 AGGREGATE FOR UNDERDRAINS 116 CYS $ 45.10 $ 5,231.60 57 GEOTEXTILES FOR UNDERDRAIN 1,198 SYS $ 1.75 $ 2,096.50 58 MANHOLE, 'CIO MODIFIED 1.0 EACH $ 2,998.18 $ 29,981.80 59 BEST MANAGEMENT PRACTICES (WATER QUALITY) 1 EACH $ 22,959.48 $ 22,959.48 60 CASTING, ADJUST TO GRADE {EX STRS} 6 EACH $ 450.51 $ 2,703.06 61 CASTING, TYPE 7, FURNISH AND ADJUST TO GRADE 1 EACH $ 870.46 $ 870.46 62 CATCH BASIN, Kl0 MODIFIED 13 EACH $ 3,070.66 $ 39,918.58 63 MANHOLE, C4 15 EACH $ 3,111.47 $ 46,672.05 64 MANHOLE, K4 2 EACH $ 10,274.83 S 20,549.66 65 CATCH BASIN, R13, MODIFIED 2 EACH $ 3,094.53 $ 6,189.06 66 MANHOLE, J4 3 EACH $ 6,103.55 $ 18,310.65 'EXHIBIT A r' 5arlZ ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 67 FIRE HYDRANT ASSEMBLY I EACH $ 4,841.96 $ 4,841.96 68 FIRE HYDRANT ASSEMBLY RELOCATE I EACH i $ 2,646.86 $ 2,646.86 69 CONSTRUCTION SIGN, C 2 EACH $ 195.00 $ 390.00 70 ROAD CLOSURE SIGN ASSEMBLY 7 EACH $ 295.00 $ 2,065.00 71 TEMPORARY MPORARY PAVEMENT MARKING, REMOVABLE, 4 20,750 LFT $ 0.95 $ 19,712.50 72 DETOUR ROUTE MARKER ASSEMBLY 17 EACH $ 120.00 $ 2,040.00 73 CONSTRUCTION SIGN, A 23 EACH $ 190.0.0 $ 4,370.00 74 CONSTRUCTION SIGN, B 23 EACH 1.$ 85.00 $ 1,955.00 75 FLASHING ARROW SIGN 360 DAY $ 10.00 $ 3,600.00 76 MAINTAINING TRAFFIC I LS $ 43,343.57 $ 43;343.57 77 BARRICADE, III -A 290 LFT $ 9.00 $ 2,610.00 78 BARRICADE, III -B 8 LFT $ 25.00 $ 200.00 79SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR BASE 282 LFT $ 15.00 $ 4,230.00 80 SIGN, SHEET, WITH LEGEND, 0.080 IN. 90 SFT $ 16.00 $ 1,440.00 81 SIGN, SHEET, WITH LEGEND, 0.100 IN. 60 SFT $ 16.00 S 960.00 82 SIGN, DOUBLE-FACED, SHEET, WITH LEGEND, 0.125 IN. THICKNESS 7 SFT $ 22.00 $ 154.00 83 SIGN, SHEET, WITH LEGEND, 0.125 IN. 12 SFT $ 19.00 $ 228.00 84 SIGN POST 4 EACH $ 1,250.00 $ 5,000.00 85 TRAFFIC SIGNAL EQUIPMENT, REMOVE 1 EACH $ 3,500.00 $ 3,500.00 86 PAVEMENT MESSAGE MARKING, REMOVE 17 SYS $ 25.00 $ '425.00 87 TRANSVERSE MARKING, REMOVE 51 LFT $ 5.00 $ 255.00 88 LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN. 1,100 LFT $ 0.55 $ 605.00 89 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 1,511 LFT $ 0.55 $ 831.05 "EXHIBIT - - A O 6-Flz ITEM NO DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 90 LINE, REMOVE 5,853 LFT S 0.45 $ 2,633.85 91 LINE, MULTI-COMPONENT, BROKEN, WHITE, 4 IN. 86 LFT $ 3.00 $ 258.00 92 LINE, MULTI-COMPONENT, SOLID, WHITE, 4 IN. 159 LFT $ 3.00 $ 477.00 93 LINE, MULTI-COMPONENT, SOLID, YELLOW, 4 IN. 340 LFT $ 1.50 $ 510.00 94 TRANSVERSE MARKING, MULTI-COMPONENT, CROSSHATCH LINE, YELLOW 12 IN. 145 LFT $ 4.75 $ 688.75 95 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN. 124 LFT $ 3.00 $ -372.00 96 LINE, THERMOPLASTIC, DOTTED, WHITE, 6 IN, 22 LFT $ 2.00 $ 44.00 97 TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, WHITE, 36 IN. 67 LFT $ 6.00 $ 402.00 98 LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN. 1,357 LFT $ 1.50 $ 2,035.50 99 LINE, THERMOPLASTIC, BROKEN, YELLOW, 4 IN. 575 LFT $ 0.55 $ 316.25 100 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. 5,688 LFT $ 0.55 $ 3;128.40 101 TRANSVERSE MARKING, THERMOPLASTIC, CROSSHATCH LINE, YELLOW, 12 IN. 238 LFT $ 2.98 $ 709.24 102 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, WHITE, 24. IN. 175 LFT $ 5.95 $ 1,041.25 103 PAVEMENT MESSAGE MARKING, THERMOPLASTIC LANE INDICATION ARROW 19 EACH $ 65.00 $ 1,235.00 104 PAVEMENT MESSAGE MARKING, THERMOPLASTIC ONLY 3 EACH $ 89.00 $ 267.00 105 SNOWPLOWABLE RAISED PAVEMENT MARKER 11 EACH $ 232.84 $ 2,561.24 106 CURB AND GUTTER, TURNOUT COMBINED 7 LFT $ 102.49 $ 717.43 107 GEOTEXTILES I SYS $ 778.29 $ 778.29 108 RIPRAP, REVETMENT 1 TON $ 297.07 $ 297.07 109 MANHOLE, J 10 MODIFIED 1 EACH $ 5,379.81 $ 5,379.81 110 INLET, J 10 1 EACH $ 2,127.31 $ 2,127.31 111 MANHOLE, C7, MODIFIED 1 EACH $ 2,738.75 $ 2,738.75 TOTAL BASE BID: $ 1,480,798.49 "EXHIBIT --k- 7a-fa PART 3 CONTRACT ITEMS AND UNIT PRICES 16 -ENG -34 [This Part to be used only for Bidding on Unit Price Conh•acts for the Contract Items shown 1 ITEM DESCRIPTION QUANTIT UNIT UNIT PRICE TOTAL 1 CONSTRUCTION ENGINEERING 1 LS $18,700.00 $19,700.00 2 MOBILIZATION AND DEMOBILIZATION 1 LS $69,923.23 $69,923.23 3 CLEARING RIGHT OF WAY 1 LS $82,924.84 $82,924.84 4 PAVEMENT REMOVAL 6,900 SYS $4.58 $31,602.00 5 EXCAVATION, COMMON 1,770 CYS $24.12 $42,692.40 6 BORROW 2,527 CYS $0.01 $25.27 7 TEMPORARY CHECK DAM, REVETMENT RIPRAP, MODIFIED 2 TON $156.14 $312.28 8 TEMPORARY INLET PROTECTION 40 EACH $85.00 $3,400.00 9 TEMPORARY MULCH 6 TON $470.00 $2,820.00 10 TEMPORARY SILT FENCE 1,223 LFT $1.77 $2,164.71 11 NO. 2 STONE 100 TON $21.52 $2,152.00 12 TEMPORARY FILTER STONE 0.2 TON $780.75 $156.15 13 TEMPORARY GEOTEXTILE 22 SYS $35.38 $778.36 14 TEMPORARY SEED MIXTURE 337 LBS $1.30 $438.10 15 SUBGRADE TREATMENT, TYPE II 327 SYS $11.34 $3,708.18 16 SUBGRADE TREATMENT, TYPE III 505 SYS $3.25 $1,641.25 17 SUBGRADE TREATMENT, TYPE IC 10,539 SYS $17.83 $187,910.37 18 B BORROW, UNDISTRIBUTED 703 CYS $46.69 $32,823.07 "DCHIBfT 4 IND DESCRIPTION QUANTIT UNIT UNIT PRICE TOTAL 19 STRUCTURE BACKFILL, TYPE 1 690 CYS $30.90 $21,321.00 20 FLOWABLE BACKFILL, NON -REMOVABLE 26 CYS $117.12 $3,045.12 21 COMPACTED AGGREGATE NO. 53 BASE 336 TON $28.89 $9,707.04 22 MILLING, ASPHALT, 1 1/2 IN. 107 SYS $5.86 $627.02 23 HMA TYPE C, 4, 76, SURFACE, 9.5 mm 627 TON $72.70 $45,582.90 24 HMA TYPE C, 4, 76, INTERMEDIATE, 19.0 mm 1,031 TON $58.95 $60,777.45 25 HMA TYPE C, 4, 64, BASE, 25.0 mm 2,807 TON $51.17 $143,634.19 26 HMA TYPE C, 5, 76, INTERMEDIATE, OG 19.0 mm 1,120 TON $53.34 $59,740.80 27 HMA FOR TEMPORARY PAVEMENT, D 629 TON $77.06 $48,470.74 28 ASPHALT FOR TACK COAT 6 TON $0.01 $0.06 29 BASE SEAL 8 TON $0.01 $0.08 30 PCCP, 6 IN. 4 SYS $89.05 $356.20 31 PCCP, 4 IN., DECORATIVE 43 SYS $93.95 $4,039.85 32 PCCP, 7IN., DECORATIVE 290 SYS $103.87 $30,122.30 33 HMA FOR SIDEWALK 77 TON $84.49 $6,505.73 34 SIDEWALK, CONCRETE 26 SYS $57.11 $1,484.86 35 CURB, CONCRETE, MODIFIED 1,132 LFT $23.44 $26,534.08 36 CENTER CURB, B CONCRETE, MODIFIED 37 SYS $111.94 $4,141.78 37 CENTER CURB, D CONCRETE, MODIFIED 3 SYS $227.77 $683.31 38 CURB AND GUTTER, COMBINED, TYPE II 1,914 LFT $21.39 $40,940.46 39 CURB AND GUTTER, COMBINED, TYPE III 1,539 LFT $20.91 $32,180.49 40 CURB AND GUTTER, ROLL CURB, MODIFIED 365 LFT $37.13 $13,552.45 'EXHIBIT 7"' 1 ITEM NO DESCRIPTION QUANTIT 1, UNIT UNIT PRICE TOTAL 41 HiVIA FOR APPROACHES, TYPE C 178 TON $93.42 $16,628.76 42 MONUMENT, B 1 EACH $785.00 $785.00 43 MONUMENT, C 3 EACH $525.00 $1,575.00 44 MONUMENT, SECTION CORNER 1 EACH $675.00 $675.00 45 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH $50.00 $100.00 46 FERTILIZER 0.4 TON $500.00 $200.00 47 MULCHED SEEDING U 5,435 SYS $0.45 $2,445.75 48 TOPSOIL 453 CYS $55.93 $25,336.29 49 FIELD OFFICE, B 6 MOS $3,113.14 $18,678.84 50 PIPE, TYPE 2, CIRCULAR, 15 IN. 121 LFT $58.96 $7,134.16 51 PIPE, TYPE 4, CIRCULAR, 6IN. 1,630 LFT $5.50. $8,965.00 52 PIPE, UNDERDRAIN, OUTLET 6 IN. 11 LFT $20.00 $220.00 53 PIPE, TYPE 2, CIRCULAR, 12 IN. 990 LFT $56.56 $55,994.40 54 PIPE, TYPE 2, CIRCULAR, 18 IN. 83 LFT $60.24 $4,909.92 55 PIPE, TYPE 2, CIRCULAR, 30 IN. 139 LFT 5154.61 $21,490.79 56 VIDEO INSPECTION FOR PIPE 1,333 LFT $1.28 $1,706.24 57 WATER METER RELOCATE 3 EACH $2;217.06 $6,651.18 58 AGGREGATE FOR UNDERDRAINS 97 CYS $45.10 $4,374.70 59 GEOTEXTILES FOR UNDERDRAIN 1,044 SYS $1.75 $1,827.00 60 MANHOLE, C10 MODIFIED 4 EACH $2,771.21 $11,084.84 61 MANHOLE, J 10 MODIFIED 1 EACH $3,722.64 $3,722.64 62 MANHOLE, J7 MODIFIED 2 EACH 54,850.10 $9,700.20 ITEM NO. DESCRIPTION QUANTIT Y UNIT UNIT PRICE TOTAL 63 BEST MANAGEMENT PRACTICES, Water Quality 1 EACH $24,845.06 $24,845.06 64 CATCH BASIN, K10 MODIFIED 21 EACH $2,872.80 $60,328.80 65 MANHOLE, C4 21 EACH $3,760.73 $78,975.33 66 MANHOLE, C7 MODIFIED I EACH $2,738.75 $2,738.75 67 MANHOLE, K4 1 EACH $16,606.08 $16,606.08 68 CATCH BASIN, R13, MODIFIED 2 EACH $3,094.53 $6,189.06 69 MANHOLE, J4 4 EACH $12,656.85 $50,627.40 70 CONSTRUCTION.SIGN, C 2 EACH $195.00 $390.0.0 71 ROAD CLOSURE SIGN ASSEMBLY 5 EACH $295.00 $1,475.00 72 TEMPORARY PAVEMENT MARKING, REMOVABLE, 4 IN. 18,786 LFT $0.95 $17,846.70 73 DETOUR ROUTE MARKER ASSEMBLY 22 EACH $120.00 $2,640.00 74 CONSTRUCTION SIGN, A 14 EACH $190.00 $2,660.00 75 CONSTRUCTION SIGN, B 13 EACH $85.00 $1,105.00 76 FLASHING ARROW SIGN 360 DAY $10.00 $3,600.00 77 MAINTAINING TRAFFIC 1 LS $46,745.84 $46,745.84 78 BARRICADE, III -A 376 LFT $9.00 $3,384:00 79 BARRICADE, III -B 24 LFT $11.50 $276.00 80 TEMPORARY TRAFFIC BARRIER, TYPE 2 70 LFT $60.71 $4,249:70 81 BOLLARD, RESET 2 EACH $1,500.00 $3,000.00 82 SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR BASE 217 LFT $15.00 $3,255.00 83 SIGN, SHEET, WITH LEGEND, 0.080 IN. 71 SFT $16.00 $1,136.00 84 SIGN, SHEET, WITH LEGEND, 0.100 IN. 70 SFT $16.00 $1,120.00 'EXHIBIT --A IND DESCRIPTION QUANTIT UNIT UNIT PRICE TOTAL 85 SIGN, SHEET, WITH LEGEND, 0.125 IN. 15 SFT $19:00. $285.00 86 SIGNPOST 5 EACH $1,250.00 $6,250.00 87 TRAFFIC SIGNAL EQUIPMENT, REMOVE 1 EACH $2,500.00 $2,500.00 88 PAVEMENT MESSAGE MARKING, REMOVE 13 SYS $25.00. $325.00 89 TRANSVERSE MARKING, REMOVE 51 LFT $5.00 $255.00 90 LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN, 563 LFT $0.55 $309.65 91 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 689 LFT $0.55 $378.95 92 LINE, REMOVE 3,412 LFT $0.45 $1,535.40 93 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN. 155 LFT $3.00 $465.00 94 LINE, THERMOPLASTIC, DOTTED, WHITE, 6 IN. 180 LFT $2.00 $360.00 95 TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, WHITE, 36 IN. 87 LFT $6.00 $522.00 96 LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN. 1,757 LFT $1.50 $2,635.50 97 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. 3,500 LFT $0.55 $1,925.00 98 TRANSVERSE MARKING, THERMOPLASTIC, CROSSHATCH LINE, YELLOW, 12 IN. 134 LFT $2.98 $399.32 99 PAVEMENT MESSAGE MARKING, THERMOPLASTIC LANE INDICATION ARROW 20 EACH $65.00 $1,300.00 100 SMNAOWPLRKER WABLE RAISED PAVEMENT 5 EACH $500.00 $2,500.00 TOTAL BASE BID: $1,597,055.37 "EXHIBIT ( Z of lZ 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 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. EXHIBIT. -D 191n. Partdn he/she is fifil being first dilly'swopil, dqPdses and stays i -jig lilifir with Rod 11kis personRl kp01w_v.fe�(a1gzp.Ot dh'.(! facts if ed]W 11§ A witness'in this P1A,tteI%-CDWd testify As foljoWq; I am over eighteell.(1,8) ye"Irs U age kind ani competent to testify tP kite fust coh.tl.dped Tam now And at A I times re.16v ag tj6rej j, havo bta6 .enlployetl -by Construction .Ga fn ('flie "E(qloyie?') i -n ffic-posi1ion, Or14Le �1111,nq�er.. ani fimiliar• with he employment -pa -di -es, practic d . have [Ile 60thollity to 40 60 b6hidr, of the. Emptoyei... Pt'Qcedke-i Of thCEIlJp1pypr and TIlBrhpl.6yer i3 enrolled and p,,jr-tjdibII,:0 . 4� ,- S in the fuleral, -or this C�Ivofjnlev a.11d 4 Itached ;Ind lbcprporjted Ilefel')j. Ion gly arnplp� any tits iUrl�otired•�licatas. To the b4sr� of -my 11161:1111161)(1 Mid the B61�)loyer dbcq IlQt GUITOAdY C111 -ploy, any 7. FURT HF,R- AFFLIMT SAY -8T14 i [pT,. EXECUTED ou the_J-2lIJ—da - y of April 26_L6 Pj�illLe(t. Tom-ParfAn certify unW the .9,600(jAi for laws. of Ul-C U, 1Ited:S't;1feS.uf America and.'flia-8ta to -of TIidfana' .(hat the fo o1g ��g g factual st pmellis 4nd tep.1e$61)tktjo AS ice V46 -Rna polxecj. Pliured: _ Tom Patten o City of Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO.003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100520 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A/P CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 6/22/2017 00350596 Project 16 -ENG -33,16 -ENG -34; 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 16510 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 0 General Obligation Bond Account: 94-650.04 1 Each 96th Street and Delegates Row and 96th Street and Gray 3,077,853.86 $3,077,853.86 Road - Construction Sub Total $3,077,853.86 Send Invoice To: Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 G.U./storm water Bonds PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT SHIPPING INSTRUCTIONS 'SHIP PREPAID. 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $3,077,853.86 ' A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. Jeremy Kashman Douglas Haney TITLE Director Corporation Counsel CONTROL NO. 100520 CLERK -TREASURER