HomeMy WebLinkAboutRieth-Riley Construction Co., Inc./ENG/$4,390,785/20-ENG-13 Veterans WayCzKpoPcfsmboefsbu4;16qn-Tfq22-3134
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
Rieth-Riley Construction Co., Inc.
Engineering Department - 2023
Appropriation #2200 0 44-628.71 2022 Bond Fund; P.O. #110043
Contract Not to Exceed $4,390,785.00
Department Bid Proposal Package for “Project 20-ENG-13 Veterans Way – City Center Dr to W Walnut St
Road Construction” received by the City of Carmel Board of Public Works and Safety on or about September
6, 2023 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.
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
S:\\Contracts\\Departments\\ENG\\2023\\Rieth-Riley Construction Co. Inc. Goods and Services - Veterans Way.docx:9/11/2023 8:29 AM\]
2
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
Rieth-Riley Construction Co., Inc.
Engineering Department - 2023
Appropriation #2200 0 44-628.71 2022 Bond Fund; P.O. #110043
Contract Not to Exceed $4,390,785.00
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.
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
S:\\Contracts\\Departments\\ENG\\2023\\Rieth-Riley Construction Co. Inc. Goods and Services - Veterans Way.docx:9/11/2023 8:29 AM\]
3
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
Rieth-Riley Construction Co., Inc.
Engineering Department - 2023
Appropriation #2200 0 44-628.71 2022 Bond Fund; P.O. #110043
Contract Not to Exceed $4,390,785.00
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.
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 itis 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 City of Carmel
Engineering Department Office of Corporation Counsel
One Civic Square One Civic Square
Carmel, Indiana 46032 Carmel, Indiana 46032
If to Vendor: Rieth-Riley Construction Co., Inc.
1751 W Minnesota Street
Indianapolis, Indiana 46221
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:\\Contracts\\Departments\\ENG\\2023\\Rieth-Riley Construction Co. Inc. Goods and Services - Veterans Way.docx:9/11/2023 8:29 AM\]
4
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
Rieth-Riley Construction Co., Inc.
Engineering Department - 2023
Appropriation #2200 0 44-628.71 2022 Bond Fund; P.O. #110043
Contract Not to Exceed $4,390,785.00
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, 2023 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. 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.
27. IC 5-16-13:
The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference.
28. DEBARMENT AND SUSPENSION
28.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its
subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily
excluded from entering into this Agreement by any federal agency or by any department, agency or political
subdivision of the State of Indiana. The term “principal” for purposes of this Agreement means an officer,
director, owner, partner, key employee or other person with primary management or supervisory
responsibilities, or a person who has a critical influence on or substantive control over the operations of the
Vendor.
S:\\Contracts\\Departments\\ENG\\2023\\Rieth-Riley Construction Co. Inc. Goods and Services - Veterans Way.docx:9/11/2023 8:29 AM\]
5
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
Rieth-Riley Construction Co., Inc.
Engineering Department - 2023
Appropriation #2200 0 44-628.71 2022 Bond Fund; P.O. #110043
Contract Not to Exceed $4,390,785.00
28.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all
subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment,
penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall
immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City’s
request, take all steps required by the City to terminate its contractual relationship with the subcontractor for
work to be performed under this Agreement.
29. IRAN CERTIFICATION.
Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this Agreement, it does not engage in
investment activities within the Country of Iran.
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. This Agreement
may only be modified by written amendment executed by both parties hereto, or their successors in interest.
S:\\Contracts\\Departments\\ENG\\2023\\Rieth-Riley Construction Co. Inc. Goods and Services - Veterans Way.docx:9/11/2023 8:29 AM\]
6
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
9/20/2023
9/20/2023
9/20/2023
9/20/2023
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.,lnc
Project Name: Project No. 20-ENG-13
Veterans Way -City Center Dr to W
Walnut St Road Construction
Date Submitted: 9/6/23
Base Bid Amount: $
4,390,785.00
Revised 8/15/2023
EXHIBIT A
PAGE 1 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
Instructions To Bidders:
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
This form shall be utilized by all Bidders. Except as otherwise specffically provided, all Parts shall
be fully and accurately filled in and completed and notarized.
Project:
Proposal For Construction of:
Date: 9/6/23
VETERANS WAY -CITY CENTER DR. TO W. WALNUT
ST. ROAD CONSTRUCTION
The project is for the construction of the extension of
Veterans Way between City Center Dr and W Walnut St, as
well as a roadway connecting Rangeline to Veterans Way
and new roundabout at the intersection of Veterans Way and
W Walnut St in Carmel, IN. The project consists of installing
storm sewers, water main, sanitary sewer, communications
conduit, Duke Distribution duct bank, new full depth asphalt
pavement, curbs, truck apron, concrete sidewalks, lighting,
and landscaping.
To: City of Carmel, Indiana, Board of Public Works and Safety
Version 2020-04-01
EXHIBIT A
PAGE 2 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
PARTl
BIDDER INFORMATION
Print)
1.1 Bidder Name: Rieth-Riley Construction Co.,lnc
1.2 Bidder Address: Street Address: -'-17;_5;;_1;_W---'----'M'--'-in""n.c...es"""o'-'-ta"---"S-'-t ___________ _
City: Indianapolis
Phone: 317-634-5561
1.3 Bidder is a/an [markone]
State: IN ---'-'-"--
Fax:
Individual ---___ Partnership
Zip: 46221
X Indiana Corporation
Foreign (Out of State) Corporation; State: _____ _
Joint Venture Other ---
1.4 [Thefollowing must be answered (fthe Bidder or any ofits partners orjoint venture parties
is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,
foreign corporations must register with the Secretary of the State of Indiana as required
by the Indiana General Corporation Act as stated therein and expressed in the Attorney
General's Opinion #2, dated January 23, 1958.}
1 Corporation Name:
2 Address:
3 Date registered with State of Indiana:
4 Indiana Registered Agent:
Name:
Address:
Version 2020-04-0 I
EXHIBIT A
PAGE 3 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
2.1 Base Bid
PART2BIDPROPOSAL
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities forsuch Contract Items, total Four million three hun dred ninety thousand
seven hundred eighty-five dollars Dollars ($4,390,785.00 ). The Bidder
acknowledges that evaluation of the lowest Bid shall be based on such price and fu11her
acknowledges that the unit quantities listed in Pa11 3 of this Proposal are estimates solely
for the purpose of Bid evaluation and Contract award, and are not to be construed as exact
or binding. The Bidder fm1her understands that all Work which may result on the Contract
shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER
cannot and do not guarantee the amount or quantity of any item of Work to be performed
or furnished under the Contract.
Version 2020-04-0 I
EXHIBIT A
PAGE 4 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
PART3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel Project #20-ENG13
Veterans Way -City Center to Walnut
Item Item Quantity # Unit Unit Cost Total Cost
1 Construction Engineering 1 LS $34,400.00 $34,400.00
2 Mobilization and Demobilization l LS $352,640.45 $352,640.45 ,.,
Clearing of Right of Way 1 LS $131,126.85 $131,126.85 .)
4 Excavation, Common 1,351 CYD $85.75 $115,848.25
5 Bon-ow, Owner Provided 8,984 CYD $0.01 $89.84
6 Storm Water Quality Management Budget 30,000 DOL $1.00 $30,000.00
7 SWQCP Management Implementation 1 LS $4,500.00 $4,500.00
8 SWQCP Preparation
l
LS $3,000.00 $3,000.00
9 Subgrade Treatment, Type III 5,644 SYD $3.75 $21,165.00
10 Subgrade Treatment, Type II 263 SYD $32.65 $8,586.95
11 Subgrade Treatment (Undistributed) 95 CYD $125.00 $11,875.00
12 Structure Backfill, Type 2 1,671 CYD $50.60 $84,552.60
13 Geogrid, Type lB (Undistributed) 283 SYD $2.35 $665.05
14 Compacted Aggregate, No. 53 2,093 CYD $85.35 $178,637.55
15 Milling, Asphalt, 1 1/2 IN 184 SYD $27.10 $4,986.40
16 QC/QA HMA, 2, 64, Surface, 9.5mm 335 TON $126.75 $42,461.25
17 QC/QA HMA, 2, 64, Intermediate, 19.0mm 426 TON $124.15 $52,887.90
18 QC/QA HM.A, 2, 64, Base 25.0 mm 639 TON $107.20 $68,500.80
19 Asphalt for Tack Coat ,., TON $0.01 $0.03 .)
20 Colored and Jointed Concrete, 7" 314 SYD $167.75 $52,673.50
21 Sidewalk, Concrete, 4" 1,764 SYD $61.00 $107,604.00
22 Sidewalk, Concrete, 9" 96 SYD $91.25 $8,760.00
23 Curb Ramp, Concrete 146 SYD $183.00 $26,718.00
24 Detectable Warning Surfaces 24 SYD $320.00 $7,680.00
25 Concrete Curb, Barrier 1,427 LFT $32.80 $46,805.60
26 Curb & Gutter, Concrete, Type II 642 LFT $36.40 $23,368.80
27 Curb & Gutter, Concrete, Depressed 1,002 LFT $30.00 $30,060.00
28 Curb and Gutter, Roll Curb 143 LFT $46.35 $6,628.05
29 Curb and Gutter, Mountable 480 LFT $43.90 $21,072.00
30 Concrete Curb, Flush 368 LFT $53.00 $19,504.00
31 PCCP for Approaches, 9 TN 263 SYD $93.00 $24,459.00
32 Raised Concrete Transition 106 SYD $240.00 $25,440.00
33 Topsoil (Undistributed) 288 CYD $167.60 $48,268.80
34 Mulched Seeding, U 1,723 SYD $2.00 $3,446.00
35 Field Office, C 22 MOS $3,400.00 $74,800.00
EXHIBIT A
PAGE 5 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
36 Computer System Equipment 2 EA $1,100.00 $2,200.00
37 Computer System 2 EA $1,500.00 $3,000.00
38 Water Main Tap, hTigation I EA $2,830.00 $2,830.00
39 Pipe, Type 4, Circular, 6" 287 LFT $14.75 $4,233.25
40 Pipe, Underdrain Outlet, 6" 26 LFT $23.85 $620.10
41 Pipe, HDPE, Circular, 8" 132 LFT $34.75 $4,587.00
42 Pipe,---RGP,-Circular, 12" 775 LFT $61.05 $47,313.75
43 Pipe, R:GP, Circular, 15" 148 LFT $72.20 $10,685.60
44 Pipe, RGP, Circular, 18" 633 LFT $78.20 $49,500.60
45 Pipe, SDR35 PVC, 15 '' 566 LFT $210.15 $118,944.90
46 Pipe, SDR26 PVC, 15 " 139 LFT $267.50 $37,182.50
47 Pipe, SDR35 PVC, 8" 181 LFT $172.45 $31,213.45
48 Video Inspection for Pipe 1,000 LFT $3.00 $3,000.00
49 Cleanout, Sanitary, Type 3 5 EA $1,130.00 $5,650.00
50 Adjust to Grade, Valve Box 5 EA $280.00 $1,400.00
51 Geotextile for Underdrain, Type IA 233 SYD $2.45 $570.85
52 Aggregate for underdrains 23 CYD $95.00 $2,185.00
53 Flowable Fill for Existing Sanitary Sewer 40 CYD $505.00 $20,200.00
54 Adjust Casting to Grade, Storm Manhole 4 EA $872.85 $3,491.40
55 Casting, Furnish and Adjust to Grade 1 EA $1,960.00 $1,960.00
56 Structure, Sanitary Manhole, Type I 8 EA $6,748.00 $53,984.00
57 Inlet, B-15 2 EA $3,700.00 $7,400.00
58 Inlet, C-15 1 EA $3,700.00 $3,700.00
59 Manhole, C-4 8 EA $5,692.00 $45,536.00
60 Inlet, J-10 4 EA $3,120.00 $12,480.00
61 Inlet, M-10 ,., EA $3,215.00 $9,645.00 .)
62 Inlet, J w/ R-3290-A 2 EA $3,280.00 $6,560.00
63 Inlet, M w/ R-3290-A 9 EA $3 ,407.25 $30,665.25
64 Trench Drain 194 LFT $292.00 $56,648.00
65
8" Catch Basin 2 EA $2,140.00 $4,280.00
66 12" Ductile Iron Water Main 740 LFT $212.50 $157,250.00
68 6" Ductile Iron Water Main 30 LFT $208.20 $6,246.00
67 8" Ductile Iron Water Main 51 LFT $207.00 $10,557.00
69 12" Gate Valve 2 EA $4,840.00 $9,680.00
70 8" Gate Valve I EA $3,030.00 $3,030.00
71 12" X 12" Tapping Saddle 12" Tap Valve 1 EA $15,038.00 $15,038.00
n 12" X 6 Tapping Saddle 6" Tap Valve 1 EA $11,652.00 $11,652.00
73 12" Connection 1 EA $9,430.00 $9,430.00
74 Fire Hydrant 1 EA $6,425.00 $6,425.00
75 Complete Hydrant Assembly ,., EA $9,897.00 $29,691.00 .)
76 12" MJ plug with 2" Blow OffAssembly I EA $2,971.50 $2,971.50
EXHIBIT A
PAGE 6 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
77 8" MJ plug 1 EA $2,075.00 $2,075.00
78 Cradle, Concrete 6 EA $700.00 $4,200.00
79 Road Closure Sign Assembly 8 EA $500.00 $4,000.00
80 Construction Sign, A 3 EA $350.00 $1,050.00
81 Construction Sign, B 5 EA $125.00 $625.00
82 Maintaining Traffic 1 LS $17,850.00 $17,850.00
83 Barricade, Ill-A 120 LFT $30.00 $3,600.00
84 Barricade, UI-B 120 LFT $30.00 $3,600.00
85 Bollard 4 EA $920.00 $3,680.00
86 Sign Post, Square, I, Reinforced Anchor Base 109 LFT $33.10 $3,607.90
87 Sign, Sheet, and Supports, Remove 3 EA $342.00 $1,026.00
88 Sign, Sheet with Legend, 0.080" 49 SFT $26.70 $1,308.30
89 Sign, Sheet with Legend, 0.100" 18 SFT $29.50 $531.00
90 Decorative Street Sign Assembly 4 EA $5,498.00 $21,992.00
91 Controller and Cabinet, P-1, Modified 2 EA $4,108.00 $8,216.00
92 Controller Cabinet Foundation, P-1, Modified. 2 EA $2,167.00 $4,334.00
93 Lighting Handhole, Bulk Series I 6 EA $2,273.00 $13,638.00
94 Lightinh Handhole, Bulk Series 4 6 EA $2,612.00 $15,672.00
95 Communications Vault, 4x4x4 6 EA $13,438.00 $80,628.00
96 Service Point, II, 200 AMP, Modified 2 EA $12,538.00 $25,076.00
97 Lighting Foundation, Concrete, with Grounding, 21 EA $2,106.00 $44,226.00
98 Light Pole, 15' Height, Ornamental 21 EA $10,013.00 $210,273.00
99 Light Pole, Salvage 1 EA $1,011.00 $1,011.00
100 Conduit, PVC, 1.25 IN, Schedule 40 3840 LFT $25.40 $97,536.00
101 Conduit, PVC, 2 IN, Schedule 40 3270 LFT $27.80 $90,906.00
102 Conduit, PVC, 4 IN, Schedule 40 680 LFT $44.60 $30,328.00
103 Conduit, PVC, 6 IN, Schedule 40 1336 LFT $59.90 $80,026.40
104 Conduit, PVC, 1.25 IN, Schedule 80 422 LFT $32.10 $13,546.20
105 Conduit, PVC, 2 IN, Schedule 80 1,254 LFT $30.40 $38,121.60
106 Conduit, PVC, 4 IN, Schedule 80 211 LFT $62.90 $13,271.90
107 Wire, No. 4 Copper, in PVC SCH 40, in Trench, 1,913 LFT $19.80 $37,877.4041/C
108 Wire, No. 4 Copper, in PVC SCH 80, in Trench, 211 LFT $21.00 $4,431.0041/C
109 Duke Distribution Duct 876 LFT $181.15 $158,687.40
110 Duke Distribution Manhole 3 EA $22,800.00 $68,400.00
111 Duke Transformer Pad 1 EA $11,800.00 $11,800.00
112 Duke Switchgear Pad I EA $20,300.00 $20,300.00
113 Subsurface Potholing, HalfDay, Undistributed 10 EA $1,500.00 $15,000.00
114 Pavement Message Marking, Multi-Component, .., EA $1,500.00 $4,500.00PedXingJ
EXHIBIT A
PAGE 7 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
115 Line, Thermoplastic, Dotted, White, 8" 44 LFT $6.00 $264.00
116 Line, Thermoplastic, Solid Yellow, 4" 2,049 LFT $2.50 $5,122.50
117 Transverse Marking, The rmoplastic, Parki ng 270 LFT $6.00 $1,620.00
118 Transverse Marking, Thermoplastic, Solid White, 15 LFT $15.00 $225.00
119 Transverse Marking, Thermoplastic, Solid White, 790 LFT $15.00 $11,850.00
120 Snowplowable Pavement Marker, Blue 3 EA $1,250.00 $3,750.00
121 PCCP, 12 in., Band 56 SYS $714.40 $40,006.40
122 Pavers, Type l 253 SFT $133.00 $33,649.00
123 Pavers, Type 2 248 SFT $124.00 $30,752.00
124 Tree Grate, Type 1 4 EA $57,409.65 $229,638.60
125 Planter, Type l 12 EA $1,950.00 $23,400.00
126 Topsoil, Amended -Planting Soil 342 CYD $255.00 $87,210.00
127 Topsoil, Structural 319 CYD $220.00 $70,180.00
128 Plant, Deciduous Tree, Single Stem, 3" Cal. 16 EA $920.70 $14,731.20
129 Plant, Deciduous Shrub, 5 gallon, Min. 24" 20 EA $134.10 $2,682.00
130 Plant, Deciduous Shrub, 3 gallon, Min. 18" 77 EA $120.40 $9,270.80
13 I Plant, Evergreen Shrub, 5 gallon 24 EA $138.57 $3,325.68
132 Plant, Perennial, 1 Gallon 1,071 EA $25.16 $26,946.36
133 Plant, Ornamental Gras s, I Gallon 337 EA $34.06 $11,478.22
134 Plant, Annual, 12" Containter 204 EA $62.58 $12,766.32
135 Mulch, Hardwood Shredded Bark 43 CYD $75.00 $3,225.00
136 ln-igation System 1 LS $94,892.00 $94,892.00
0.00
TOTAL: $4,390,785.00
EXHIBIT A
PAGE 8 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
PART4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the followingaddenda:
ADDENDUM NUMBER
1
Version 2020-04-0 I
DATE
9/1/23
EXHIBIT A
PAGE 9 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
Instructions To Bidders:
PARTS
EXCEPTIONS
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 o.fthis Part.
5.2 Bidderis cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result in
this Bid being rejected as non-responsive.
5. 3 Exceptfons:
N/A
Version 2020-04-0 l
EXHIBIT A
PAGE 10 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
PART6
FINANCIAL STATEMENT
6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said
financialstatement as required by statute shall thereby be rendered invalid. The financial
statement provided hereunder to OWNER must be specific enough in detail so that
OWNER can make a proper determination of the Bidder's capability for completing the
Work/Projectif awarded. Information on Bidder's company and financial statement shall
be consistent with the information requested on the State Board of Accounts Forms #96a
and #102, entitled "Standard Questionnaires and Financial Statement forBidders".
Version 2020-04-01
EXHIBIT A
PAGE 11 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
PART7
ADDITIONAL DECLARATIONS
7.1 Bidder certifies foritself and all its subcontractors compliance with all existing laws of the
United States and the State of Indiana prohibiting the discrimination against any employee
or applicant for employment or subcontract work in the performance of the Work
contemplated by the Agreeme.nt with respect to hire, tenure, terms, conditions, or privileges
of employment or any matter directly or indirectly related to employment or subcontracting
because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled
veteran status or Vietnam era veteran status. The City of Carmel reserves the right to
collect a penalty as provided in IC 5-16-6-1 forany person discriminated against.
7.2 The Bidder certifies that he/she has thoroughly examined the site of the Project/Work and
informed himself/herself fully regarding all conditions under which he/she will be
obligated to operate and that in any way affect the Work, and knows, understands and
accepts the existing conditions. The Bidder further certifies that he/she has thoroughly
reviewed the Contract Documents, including all Addenda, and has had the opportunity to
ask questions and obtain interpretations or clarifications concerning Contract Documents.
Version 2020-04-0 I
EXHIBIT A
PAGE 12 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
PARTS
NON-COLLUSION AFFIDAVIT
The individual person(s) executing this Bid Proposa l , being firstdu l y sworn, depose(s) and state(s)
that the Bidder has not directly or indirectly entered into a combination, co l lusion, undertaking or
agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid
by another person, or (ii) to prevent any person frombidding, or (iii) to induce a person to refrain
from Bidding; and furthem1ore, this Bid Proposal is made and submitted without referenceto any
other bids and without agreement, understanding or combination, either directly or indirectly, with
any persons with reference to such bidding in any way or manner whatsoever.
PART9
SIGNATURES
Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution
ofeach and every Part ofthis Itemized Proposal and Declarations Document. SIGNATURE lvfUST
BE PROPERLY NOTARIZED.}
Bidders Name: R ieth-R ile Co n struction Co.,lnc
Written Signature:
Printed Name: Michae l A Jaske la
Title: Are a M anager
Important -Notary Signature and Seal Required in the Space Below
STATE OF I n diana ----------
SS:
COUNTY OF .... M ......... ar'-"jo.....,n'-'-------
Subscribed and sworn to before me this _6 __ day of September
20 23
My commission expires: 12/20/29
Residing in _M_a_r_io_n _____ _
Version 2020-04-0 I
Signed) J$
Print ed: LisaBe nder
County, State of-'l""'n=d-=ia=n-=a------
LISA J BENDERs;.••··••.6'/-Notary Public, State of Indiana
SEAL•:.:.i Marion County
l*'= C.ommisslon Number NP0738049 ¾/,.;;;
1 -;,,-1-$ ·My Commission Expires11111111111'''December 20, 2029
EXHIBIT A
PAGE 13 OF 13
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
EXHIBIT B
Invoice
Date:
Name of Company:
Address & Zip:
Telephone No.:
Fax No.:
Project Name:
Invoice No.
Purchase Order No:
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
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
EXHIBIT C
INSURANCE COVERAGES
Worker’s Compensation & Disability Statutory Limits
Employer’s Liability:
Bodily Injury by Accident/Disease: $1,000,000 each employee
Bodily Injury by Accident/Disease: $1,000,000 each accident
Bodily Injury by Accident/Disease: $1,000,000 policy limit
Commercial General Liability:
General Aggregate Limit (other than
Products/Completed Operations): $6,000,000
Products/Completed Operations: $5,000,000
Personal & Advertising Injury
Each Occurrence Limit: $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.
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660
DocuSign Envelope ID: CEA83F85-65D2-45C8-BC3D-09F809D7F660