HomeMy WebLinkAboutBPW 08-16-17-04/Rieth-Riley Construction, Inc/Eng/1,588,508.79/96th Street and Hazel Dell Parkway Road Improvements – ConstructionRESOLUTION NO. BPW 08-16-17-04
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.
NOW, THEREFORE, BE IT RESOLVED by the City of Carmel Board of Public Works and Safety as
follows:
1. The foregoing Recitals are incorporated herein by this reference.
2. The receipt of the Contract is hereby acknowledged.
3. The Contract shall be promptly filed in the office of the Clerk -Treasurer and thereafter made available to
the public for review.
SO RESOLVED this day of , 2017.
CITY OF CARMEL, INDIANA
By and through its Board of Public Works and Safety
BY:
Al (9 -
James Brainard, Presiding Officer
ATT
_Z4
ristine Pauley, CTre r
Date:
SAE Bass\My Documents\BPW-ResolutionsV017V+cknowledge Reith -Riley Construction Agreement 08-16-17-04.docx8/10/2017 8:39 AM
Rieth-Riley Construction Co, Inc.
Engineering Department - 2017 201(o Siu-°mwa+" Bw►d 1OOLO STF e
Appropriation # 2016 General Obligation Bond Fund; P.O. #: 100624Contract Not To Exceed $1,588,508.79
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 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.
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 One Million Five Hundred Eighty Eight Thousand Five Hundred Eight Dollars
and Seventy Nine Cents ($1,588,508.79) (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 Hazel Dell Parkway, Project # 16 -ENG -35" received by
the City of Carmel Board of Public Works and Safety on or about August 2, 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.
JS.W—tnaaiRd.S— R Golds S—\Engio... iog\2017*t Riky Cwsaoaim Co.. Inc. Goods ad S—i— 6A-8/2/2017 3:58 PMS
Rieth-Riley Construction Co, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund; P.O. #: 100624
Contract Not To Exceed $1,588,508.79
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.
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.
(S.Wonl TroUSvcs R Goods Svcs\Enguurring\2017Vti1h Riky Coos ction Co.. hx. Goods and Services 6,d=.&2M17 3:58 PMi
Rieth-Riley Construction Co, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund; P.O. #: 100624
Contract Not To Exceed $1,588,508.79
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:`Cool Trd.Svm A Goad. Sv Ws giDming\ri117Wwffi Riky Cauy uao Co.. 1— Goods sod Smi— 6.doa:812l1017 2:58 PMS
Rieth-Riley Construction Co, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund; P.O. #: 100624
Contract Not To Exceed $1,588,508.79
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 AND Douglas C. Haney,
One Civic Square Corporation Counsel
Carmel, Indiana 46032 Department of Law
One Civic Square
Carmel, Indiana 46032
If to Vendor: Rieth-Riley Construction Co., Inc.
1751 West Minnesota Street
Indianapolis, IN 46221
ATTENTION: Paul J. Tate
Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given
orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from
the date of such oral notice.
19. TERMINATION:
19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to
Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by
Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and
Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to
receive only payment for the undisputed invoice amount representing conforming Goods and
Services delivered as of the date of termination, except that such payment amount shall not exceed
the Estimate amount in effect at the time of termination, unless the parties have previously agreed in
writing to a greater amount.
19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the
event of such termination, Vendor shall be entitled to receive only payment for the undisputed
invoice amount of conforming Goods and Services delivered as of the date of termination, except
that such payment amount shall not exceed the Estimate amount in effect at the time of termination,
unless the parties have previously agreed in writing to a greater amount.
19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate.
JS:Tontr \Praf.S— R Goods Svm\Engiominglrill Ntx4h Riley Coosvacfim Co.. Inc. Good and S—i— 6.d.. 2M17 3:59 PMI
4
Rieth-Riley Construction Co, Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund; P.O. #: 100624
Contract Not To Exceed $1,588,508.79
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.
1S.1Cam--\P, S— R Goods S—\EngioccringL017Utic1h Rd, ( ('- Inc. Gawk and Scry-- &do Wt -1017 3:58 PMI
Rieth-Riley Construction Co. Inc.
Engineering Department - 2017
Appropriation # 2016 General Obligation Bond Fund; P.O. #: 100624
Contract Not To Exceed $1.588,508.79
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:
Ames Brainard, Preding Officer
Date:
Mary Ann Burke, Member
Date:
Lori S. Watson, Member
Date:
ATTEST:
Christine S. Pauley, Clerk -Treasurer
Date:
RIETH-RILEY CONSTRUCTION CO., INC.
By:
Authorized Signature
Thomas W. Parten
Printed Name
Sales Manager
Title
FIDITIN: 35-0918397
Last Four of SSN if Sole Proprietor:
Date: August 4, 2017
Ix iW"M K -k) Is.. c;...h awt kn;;n Fd. B1?tvnI7 t3, MUI
6
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 -35
96" Street at Hazel Dell Parkway
Road Improvements
Date Submitted:
August 2, 2017
Base Quote Amount:
$1,588,508.79
'UHIBIT '
Revised 7/11/2017
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 filly and accurately filled in and completed and notarized.
Project: 96`h Street at Hazel Dell Parkway (Project #16 -ENG -35)
Proposal For Construction of : Construction of a roundabout to replace the existing
signalized intersection at 96`h Street and Hazel Dell
Parkway.
Date: August 2, 2017
To: Cite of Carmel, Indiana, Board of Public Works and Safety
Version 2016-08-3 1
'DCHIBIT � •
2
��
PART 3
CONTRACT ITEMS AND UNIT PRICES
16 -ENG -35
[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
I
LS
$ 12,600.00
$ 12,600.00
2
MOBILIZATION AND DEMOBILIZATION
1
LS
$ 76,480.71
$ 76,480.71
3
CLEARING RIGHT OF WAY
1
LS
$ 47,682.51
$ 47,682.51
4
EXCAVATION, COMMON
2,035
CYS
$ 33.23
$ 67,623.05
5
BORROW
2,540
CYS
$ 5.13
$ 13,030.20
6
TEMPORARY CHECK DAM, REVETMENT RIPRAP,
MODIFIED
1
TON
$ 171.76
$ 171.76
7
TEMPORARY INLET PROTECTION
44
EACH
$ 100.00
$ 4,400.00
8
TEMPORARY MULCH
6
TON
$ 344.00
$ 2,064.00
9
TEMPORARY SILT FENCE
816
LFT
$ 2.42
S 1,974.72
10
NO.2 STONE
100
TON
$ 17.01
5 1,701.00
11
TEMPORARY FILTER STONE
c 1. I
TON
$ 844.80
$ 84.48
12
TEMPORARY GEOTEXTILE
1 1
SYS
$ 24.85
$ 273.35
13
TEMPORARY SEED MIXTURE
381
LBS
$ 1.10
$ 419.10
14
SUBGRADE TREATMENT, TYPE III
483
SYS
$ 6.55
$ 3,163.65
15
SUBGRADE TREATMENT, TYPE IC
9,495
SYS
$ 18.72
$ 177,746.40
16
B BORROW, UNDISTRIBUTED
6131
CYS
$ 55.31
$ 35,011.23
17
STRUCTURE BACKFILL, TYPE 1
1.189
CYS
$ 27.85
$ 33,113.65
18
COMPACTED AGGREGATE NO. 53 BASE
342
TON
$ 32.21
$ 11,015.82
-5007
ITEM
NO.
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
1
HMA, 4, 76, SURFACE, 9.5 mm
580
TON
S 80.45
$ 46,661.00
20
HMA, 4, 76, INTERMEDIATE, 19.0 mm
966
TON
$ 63.56
$ 61,398.96
21
HMA, 4, 64, BASE, 25.0 mm
2,619
TON
$ 55.97
$ 146,585.43
22
HMA, 5, 76, INTERMEDIATE, OG 19.0 mm
1,058
TON
$ 55.21
$ 58,412.18
23
HMA FOR TEMPORARY PAVEMENT, D
380
TON
$ 76.61
$ 29,111.80
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
33
SYS
$ 102.57
$ 3,384.81
27
PCCP, 7 IN., DECORATIVE
371
SYS
$ 106.86
$ 39,645.06
28
HMA FOR SIDEWALK
74
TON
$ 106.06
$ 7,848.44
29
CURB RAMP, CONCRETE
6 ;
SYS
$ 166.10
$ 10,464.30
30
DETECTABLE WARNING SURFACES
9
SYS
$ 22.46
$ 202.14
31
CURB, CONCRETE, MODIFIED
LFT
$ 45.02
$ 13,596.04
32
CENTER CURB, D CONCRETE, MODIFIED
14
SYS
$ 134.23
$ 1,879.22
33
CURB AND GUTTER, COMBINED, TYPE II
1,948
LFT
$ 22.76
$ 44,336.48
34
CURB AND GUTTER, COMBINED, TYPE III
1,022
LFT
$ 29.72
$ 30,373.84
35
CURB AND GUTTER, ROLL CURB, MODIFIED
504
LFT
$ 34.41
$ 17,342.64
36
MONUMENT, B
?
EACH
$ 750.00
$ 1,500.00
37
MONUMENT, C
EACH
$ 375.00
$ 1,125.00
38
MONUMENT, SECTION CORNER
1
EACH
$ 550.00
$ 550.00
39
GEOTEXTILES
4
SYS
$ 5.69
$ 273.12
40
RIPRAP, REVETMENT
23
TON
$ 42.08
$ 967.84
'EXHIBIT A
007
ITEM
NO.
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
41
MOBILIZATION AND DEMOBILIZATION FOR SEEDING
2
EACH
$ 200.00
$ 400.00
42
FERTILIZER
0.5
TON
$ 420.00
$ 210.00
4;
MULCHED SEEDING U
6,137
SYS
$ 0.56
$ 3,436.72
44
FOPSOIL
511
CYS
$ 57.01
$ 29,132.11
45
FIELD OFFICE, B
6
MOS
$ 3,368.51
$ 20,211.06
46
PIPE, TYPE 2, CIRCULAR, 15 IN.
208
LFT
$ 58.62
$ 12,192.96
47
PIPE, TYPE 4, CIRCULAR, 6 IN.
1,764
LFT
$ 9.85
$ 17,375.40
48
PIPE, TYPE 2, CIRCULAR, 12 IN.
1,106
LFT
$ 61.66
$ 68,195.96
49
PIPE, TYPE 2, CIRCULAR, 18 IN.
1 S 1
LFT
$ 59.41
$ 10,753.21
50
PIPE, TYPE 2, CIRCULAR, 24 IN.
50
LFT
$ 75.93
$ 3,796.50
51
PIPE, TYPE 2, CIRCULAR, 30 IN.
237
LFT
$ 85.73
$ 20,318.01
52
VIDEO INSPECTION FOR PIPE
1,782
LFT
$ 1.45
$ 2,583.90
53
PIPE END SECTION, DIAMETER 12 IN.
I
EACH
$ 1,430.96
$ 1,430.96
54
PIPE END SECTION, DIAMETER 18 IN.
1
EACH
$ 1,593.78
$ 1,593.78
55
PIPE END SECTION, DIAMETER 30 IN.
1
EACH
$ 2,275.83
$ 2,275.83
56
AGGREGATE FOR UNDERDRAWS
112
CYS
$ 61.00
$ 6,832.00
57
GEOTEXTILES FOR UNDERDRAIN
1,171
SYS
$ 2.50
$ 2,927.50
58
MANHOLE, C 10 MODIFIED
3
EACH
$ 3,287.32
S 9,861.96
59
MANHOLE, J 10 MODIFIED
2
EACH
$ 5,148.17
S 10,296.34
60
BEST MANAGEMENT PRACTICES, WATER QUALITY
I
EACH
$ 20,276.07
$ 20,276.07
61
INLET, J10
4
EACH
$ 2,403.43
$ 9,613.72
62
INLET, E7 MODIFIED
1
[EACH
$ 2,030.09
$ 2,030.09
'Mil3►T
ITEM
NO.
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
63
CATCH BASIN, K10 MODIFIED
23
EACH
$ 3,363.34
$ 77,356.82
64
MANHOLE, C4
1
EACH
$ 3,121.30
$ 96,760.30
65
MANHOLE, C7, MODIFIED
1
EACH
$ 3,094.07
$ 3,094.07
66
MANHOLE, K4
I
EACH
$ 6,032.48
$ 6,032.48
67
CATCH BASIN, R13, MODIFIED
4
EACH
$ 3,769.81
$ 15,079.24
68
MANHOLE, J4
4
EACH
$ 4,643.20
$ 18,572.80
69
CONSTRUCTION SIGN, C
2
EACH
$ 275.00
$ 550.00
70
ROAD CLOSURE SIGN ASSEMBLY
10
EACH
$ 300.00
$ 3,000.00
71
IN. TEMPORARY PAVEMENT MARKING, REMOVABLE, 4
1-1,674
LFT
$ 0.90
$ 12,306.60
72
DETOUR ROUTE MARKER ASSEMBLY
IS
EACH
$ 65.00
$ 1,170.00
73
CONSTRUCTION SIGN, A
15
EACH
$ 200.00
$ 3,000.00
74
CONSTRUCTION SIGN, B
18
EACH
$ 85.00
$ 1,530.00
75
FLASHING ARROW SIGN
360
DAY
$ 1.00
$ 360.00
76
MAINTAINING TRAFFIC
1
LS
$ 24,814.03
$ 24,814.03
77
BARRICADE, III -A
256
LFT
$ 12.00
$ 3,072.00
78
BARRICADE, III -B
192
LFT
$ 12.00
$ 2,304.00
79
TEMPORARY TRAFFIC BARRIER, TYPE 2
110
LFT
$ 66.49
$ 7,313.90
80
SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR
BASE
, 1
LFT
$ 18.50
$ 4,643.50
81
SIGN, SHEET, WITH LEGEND, 0.080 IN.
86
SFT
$ 23.00
$ 1,978.00
82
SIGN, SHEET, WITH LEGEND, 0.100 IN.
`0
SFT
$ 26.00
$ 2,080.00
83
SIGN, SHEET, WITH LEGEND, 0.125 IN.
SFT
$ 45.00
$ 225.00
84
SIGN POST
4
EACH
$ 1,700.00
$ 6,800.00
"EXHIBIT
6o�`7
ITEM
NO
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
85
CARMEL WELCOME SIGN, RESET
1
EACH
$ 2,000.00
$ 2,000.00
86
TRAFFIC SIGNAL EQUIPMENT, REMOVE
1
EACH
$ 11,722.38
$ 11,722.38
87
TRANSVERSE MARKING, THERMOPLASTIC,
CROSSWALK LINE, WHITE, 24 IN.
190
LFT
$ 6.00
$ 1,140.00
88
PAVEMENT MESSAGE MARKING, REMOVE
8
SYS
$ 50.00
S 400.00
89
TRANSVERSE MARKING, REMOVE
38
LFT
$ 5.00
S 190.00
90
LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN.
463
LFT
$ 1.00
S 463.00
91
LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN.
956
LFT
$ 1.00
$ 956.00
92
LINE, REMOVE
5,170
LFT
$ 0.60
S 3,102.00
93
LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN.
133
LFT
$ 2.00
S 266.00
94
LINE, THERMOPLASTIC, DOTTED, WHITE, 6 IN.
66
LFT
$ 1.50
$ 99.00
95
TRANSVERSE MARKING, THERMOPLASTIC, YIELD
LINE, WHITE, 36 IN.
LFT
$ 20.00
$ 1,740.00
96
LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN.
1,799
LFT
$ 1.50
$ 2,698.50
97
LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN.
3,762
LFT
$ 1.00
$ 3,762.00
98
TRANSVERSE MARKING, THERMOPLASTIC,
CROSSHATCH LINE, WHITE, 12 IN.
57
LFT
$ 3.00
$ 171.00
99
PAVEMENT MESSAGE MARKING, THERMOPLASTIC
LANE INDICATION ARROW
EACH
$ 100.00
$ 2,500.00
100
SNOWPLOWABLE RAISED PAVEMENT MARKER
I
EACH
$ 88.31
$ 1,148.03
101
CURVED TERMINAL END
1
EACH
$ 75.00
$ 75.00
102
GUARDRAIL, END TREATMENT, OS
1
EACH
$ 4,075.00
$ 4,075.00
TOTAL BASE BID:
$ 1,588,508.79
"EXHIBIT A
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
AFFIDAVIT
Tom. Parten , being first duly sworn, deposes and says that
he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this
matter, could testify as follows.
I am over eighteen (18) years of age and am competent to testify to the facts contained
herein.
2. I am now and at all times relevant Herein have, becn employed by
Rieth-Riley Construction Co.. Inc. (the "Employer")
in the position of Sales Manager
I am familiar with the employment policies, practices, and procedures of the Employer and
have the authority to act on behalf of the Employee.
4, The Employer is enrolled and participates in the federal E-Vedry-program. Documentation
of this enrollment and participation is gttached and incorporated herein.
5. The Employer does not knowingly employ any unauthorized. aliens.
6. To the best of my information and belief, the Employer does not currently employ any
unauthorized aliens.
FURTHER AFFIANT SAYET14 NOT.
EXECUTED on the 13th day of Abril I 20-jk,
Printed: Tom Parten
'I certify under the pei*ltids for perjury under -the laws of the United States of America and the State of
Indiana that the foregoing factual•statcments and representations are ttue and correct.
Printed, Tom Parten. .
Ci
INDIANA RETAIL TAX EXEMPT Page 1 of 1
� ®�
C
�����CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER
FEDERAL EXCISE TAX EXEMPT 100624
ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A/P
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
#UIRCHASE ORDER DAT-ETDATE REQUIRED REQUISITION NO. VENDOR Na. DESCRIPTION
8/2,2017
RIETH-RILEY CONSTRUCTION CO INC
VENDOR PO BOX 276
INDIANAPOLIS, IN 46206 -
�-PURCHASEID BLANKET CONTRACT
17776
00350596 1 Project 16 -ENG -35; Contract Date 08.02.17
City Engineering's Office
SHIP 1 Civic Square
TO Carmel, IN 46032 -
Kate Lustig
PAYMENT TERMS FREIGHT
QUANTITY UNIT OF MEASURE DESCRIPTION
Department: 2200 Fund: 0 General Obligation Bond
Account: 94-650.04
1 Each 96th Street and Hazel Dell Parkway Road Improvements -
Construction
UNIT PRICE EXTENSION
1,136,145.24
Sub Total
$1,136,145.24
$1,136,145.24
Send Invoice To: t
Jill Newport
CrossRoad Engineers, P.C.
3417 Sherman Drive
Beech Grove, IN 46107
G.O./storm water Bonds PLEASE INVOICE IN DUPLICATE _
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $1,136,145.24
SHIPPING INSTRUCTIONS ' A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
'SHIP PREPAID. PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN
'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY - -- - -
Jeremy Kashman Douglas Haney
TITLE Director Corporation Counsel
CONTROL NO. 100624 CLERK -TREASURER
INDIANA RETAIL TAX EXEMPT
City ®f C armel CERTIFICATE NO.0031201550020
FEDERAL EXCISE TAX EXEMPT
ONE CIVIC SQUARE 35-6000972
CARMEL, INDIANA 46032-2584
FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997
PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO.
8/9/2017 00350596
RIETH-RILEY CONSTRUCTION CO INC
VENDOR PO BOX 276
INDIANAPOLIS, IN 46206 -
PURCHASE ID BLANKET CONTRACT PAYMENT TERMS
18037
_. _.— --
QUANTITY UNIT OF MEASURE J DESCRIPTION
Department: 2200 Fund: 0 2016 Storm Water Bond
Page 1 of 1
PURCHASE ORDER NUMBER
100637 -
THIS NUMBER MUST APPEAR ON INVOICES, A/P
VOUCHER, DELIVERY MEMO, PACKING SLIPS,
SHIPPING LABELS AND ANY CORRESPONDENCE
DESCRIPTION
Project 16 -ENG -35; Contract Date 08.02.17
City Engineering's Office
SHIP 1 Civic Square
TO Carmel, IN 46032 -
Kate Lustig
FREIGHT
Account: 94-650.04
1 Each 96th Street and Hazel Dell Parkway Road Improvements -
Construction
l UNIT PRICE
$452,363.55
Sub Total
EXTENSION
$452,363.55
$452,363.55
Send Invoice To:
Jill Newport
CrossRoad Engineers, P.C.
3417 Sherman Drive
Beech Grove, IN 46107 '
G.O./Storm Water Bonds PLEASE INVOICE IN DUPLICATE
DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT
PAYMENT $452,363.55
SHIPPING INSTRUCTIONS . A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A
PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN
'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN
'C.O.D. SHIPMENT CANNOT BE ACCEPTED, THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER.
'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL
'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 ,
AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY --- -- -- - -- ----- -- - -- - - --
Jeremy Kashman Douglas Haney
TITLE Director Corporation Counsel
CONTROL NO. 100637 CLERK -TREASURER