Loading...
Rieth-Riley Construction/Eng/3,205,200/126th and Gray Road Roundabout, 136th and Gray Road Roundabout, Gray Road Culvert - ConstructionReith -Riley Construction Co., Inc. Engineering Department - 2017 ;yy� Appropriation # 94-650.04 2016 COIT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100148, 100149'r�,��1 Contract Not To Exceed $3,205,200.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and .between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Reith -Riley Construction Co., Inc., an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions, 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 94-650.04 2016 COIT Bond Fund, 2016 Storm Water Bond Fund funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. Vendor will not perform any of the Services detailed in Exhibit A prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Vender shall perform only those Services specifically detailed in the Notice. If the Vender desires clarification of the scope of any Notice to Proceed, the Vendor shall obtain such clarification, from the City in writing, prior to performing the service set forth in the Notice to Proceed. Any services performed without the City's prior express written authorization will not be compensated. 3. PRICE AND PAYMENT TERMS: 3,1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no . more than Three Million Two Hundred Five Thousand Two Hundred Dollars ($3,205,200.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement, 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "126th Street and Gray Road Roundabout, 136th Street and Gray Road Roundabout, and Gray Road Culvert Replacement (Culvert # 165), Project #s 16 -ENG -16, 16 -ENG -54 and 16 -SW -107" received by the City of Carmel Board of Public Works and Safety on or about February 1, 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 [X:\Conlracts\Prof.Svcs & Goods Svcs\Enginwring\2017\Goods & Services Public Work Reith Rcilly 3,205,200.doc:2/9/2017 2:32 PK Reith -Riley Construction Co., Inc. Engineering Department - 2017 Appropriation # 94-650.04 2016 COIT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100148, 100149 Contract Not To Exceed $3,205,200.00 5, TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors, or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. [XAConhactslProf.S%cs & Goods SvcstEngincedng12017\Goods & Services Public Work Reith Reilly 3,205,200.doc:2/9/20172:32 PM] 2 Reith -Riley Construction Co., Inc. Engineering Department - 2017 Appropriation # 94-650.04 2016 COIT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100148, 100149 Contract Not To Exceed $3,205,200.00 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement, 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E -VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E -Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly -hired employees using the E -Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E -verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E -Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E -Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E -Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E -Verify Law. The requirements of this paragraph shall not apply should the E - Verify program cease to exist, 13, NO IMPLIED WAIVER: The failure of either party to require performance by .the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof, 14. NON -ASSIGNMENT: Vendor shall not assign or pledge this Agreement,'whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent, 15, RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement jXAContmcls%Prof.Svcs & Goods SvcslEnginecriug120MGoods & Senices Public Work Reith Reilly 3,205,200.doc:2/9/2017 2:32 PMJ Reith -Riley Construction Co., Inc. Engineering Department - 2017 Appropriation # 94-650.04 2016 COIT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100148, 100149 Contract Not To Exceed $3,205,200.00 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 AND Douglas C. Haney, Corporation Counsel Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Rieth-Riley Construction Co,, Inc. 1751 West Minnesota Street Indianapolis, Indiana 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. iX:lConbacts\Prof.S—& Goods Svcs\Enginccring120ITGoods & Services Public Work Reith Rcilly 3,205,200.doc:2/9/2017 2:32 PNJ 4 Reith -Riley Construction Co., Inc. Engineering Department - 2017 Appropriation # 94-650.04 2016 COIT Bond Fund, 2016 Storm Water Bond Fund; P.O. #: 100148, 100149 Contract Not To Exceed $3,205,200.00 20, REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2017 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. IC 5-16-13, The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference, 29. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail, [XAConuacls\Prof.Sves & Goods Svcs\Enginccring\20171Goods & Services Public Work Rci1h Rcilly 3,205,200.doe:2/9/2017 2:32 PW Reith -Riley Construction Co., Inc. Engineering Department - 2017 Appropriation €1 9=1-660.04.2016 COIT Bond Fund, 2016 Storm Water Bond Fund, P.O. #: 100148, 100149 Contract Not To Exceed $3;205,200.00 This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as -follows: CITY OF CARMEL, INDIANA by and through: its Board of Public Works and Safety By: A 6) –� - P fames Brainard, Presiding Officer Date: )1//LIL J—J-.4 MaryAnn urke,a er Date: �f .7 Lori Si Watson, tuber ATTEST: IerkJ asurer Date: -� jl'iCantncti Raf.Srz.F C-Xh S.aEa¢iuecrin5`2UTAGo;,ds 3 S-kll P bhc Rbik Ruth Rci112'320i•20j,&.-y9, h117 232 P%11 REITH-RILEY CONSTRUCTION CO, INC. A tho ' ed ig re Paul 1. Tate Printed Name Rdgional VP Central Indiana Title FIDITIN: 35=0918397 Last Four of SSN if Sole Proprietor: Date: February 22, 2017 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. Company: - Rieth-Riley Construction Co., Inc. Project Name: 126th Street and Gray Road Roundabout City of Carmel Project #16 -ENG -16 136th Street and Gray Road Roundabout City of Carmel Project #16 -ENG -54 Gray Road Culvert Replacement — Culvert #165 City of Carmel Project #16 -SW -107 Date Submitted: February 1, 2017 Base Bid Amount: $3,205,200.00 EXHOT-A i,W'12 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accatrately filled in and completed and notarized. Project: 126th Street and Gray Road Roundabout (Project # 16 -ENG -16) 136th Street and Gray Road Roundabout (Project # 16 -ENG -54) Gray Road Culvert Replacement — Culvert #165 (Project # 16 -STV -107) Proposal For Construction of : Intersection improvement at 126`x' Street and Gray Road and 136`x' Street and Gray Road will consist of replacing a signalized intersection with a roarndabout. At 126`x` Street the proposed roundabout will provide 2 lanes of travel for east - west traffic and a single lane for north -south traffic. A shared -arse path will be installed along the west side of Gray Road and along north side of 126`x' Street. Sidewalk will be replaced wherever necessary. At 136`x' Street the proposed roundabout will be a 3 legged, single lane roundabout. A shared -use path will be installed along the west side of Gray Road and sidewalk will be replaced wherever necessary. The existing culvert crossing Gray Road between 146"' Street and TVellswood Bend will be replaced with a storm manhole and elliptical reinforced concrete pipe with end section. Date: February 1, 2017 To: City of Carmel, Indiana, Board of Public Works and Safety Version 2016-08-31 A 2a�IZ PART 3 CONTRACT ITEMS AND UNIT PRICES CARMEL PROJECT #16 -ENG -16, #16 -ENG -54, and #16 -SW -107 DESCRIPTION: 126th Street and Gray Road Road Roundabout, 136th Street and Gray Road Roundabout, AND Gray Road Culvert Replacement - Culvert #165 ITEMIZED PROPOSAL DATE: January 27, 2017 LETTING DATE: February 1, 2017 CONTRACTOR: Rieth-Riley Construction Co., Inc. ITEM NO. DESCRIPTION Unit Quantity UNIT PRICE TOTAL 16 -ENG -16 (126TH STREET AND GRAY ROAD) 1 CONSTRUCTION ENGINEERING LS 1 $ 23,570.00 $ 23,570.00 2 MOBILIZATION AND DEMOBILIZATION LS 1 $ 72,228.69 $ 72,228.69 3 CLEARING RIGHT OF WAY LS 1 $ 30,000.00 $ 30,000.00 4 SIDEWALK CONCRETE, REMOVE SYS 1302 $ 9.00 $ 11,718.00 5 CONCRETE CURB & GUTTER, REMOVE LFT 1989 $ 7.00 $ 13,923.00 6 CONCRETE CURB, REMOVE LFT 237 $ 7.00 $ 1,659.00 7 SIGNAL POLE FOUNDATION, REMOVE EACH 4 $ 500.00 $ 2,000.00 8 EXCAVATION, COMMON CYS 5144 $ 17.00 $ 87,448.00 9 EXCAVATION, COMMON (UNDISTRIBUTED) CYS 797 $ 17.00 $ 13,549.00 10 BORROW CYS 6577 $ 0.01 $ 65.77 11 B -BORROW (UNDISTRIBUTED) CYS 797 $ 25.00 $ 19,925.00 12 TEMPORARY INLET PROTECTION EACH 41 $ 150.00 $ 6,150.00 13 TEMPORARY MULCH TONS 2 $ 420.00 $ 840.00 14 TEMPORARY SILT FENCE LFT 3029 $ 1.90 $ 5,755.10 15 NO.2 STONE TONS 200 $ 25.00 $ 5,000.00 16 TEMPORARY GEOTEXTILE SYS 470 $ 1.00 $ 470.00 17 TEMPORARY SEED MIXTURE LBS 136 $ 1.15 $ 156.40 18 TEMPORARY CULVERT PROTECTION EACH 4 $ 150.00 $ 600.00 19 SEDIMENT REMOVE CYS 60 $ 16.80 $ 1,008.00 20 SUBGRADE TREATMENT, TYPE IB (CEMENT ONLY) SYS 9873 $ 6.90 $ 68,123.70 21 STRUCTURAL BACFKILL, TYPE I CYS 1895 $ 37.00 $ 70,115.00 22 COMPACTED AGGREGATE NO. 53, BASE TON 897 $ 31.00 $ 27,807.00 23 JOINT ADHESIVE SURFACE LFT 5248 $ 0.40 $ 2,099.20 24 JOINT ADHESIVE, INTERMEDIATE LFT 5248 $ 0.50 $ 2,624.00 25 LIQUID ASPHALT SEALANT LFT 5248 $ 0.20 $ 1,049.60 d'C b 9 T �1 30 2 ITEM NO. DESCRIPTION I Unit I Quantity UNIT PRICE TOTAL 16 -ENG -16 (126TH STREET AND GRAY ROAD) 26 HMA TYPE C, SURFACE, 9.5 MM TON 626 $ 85.00 $ 53,210.00 27 HMA TYPE C, INTERMEDIATE, 19.00 MM TON 1043 $ 60.00 $ 62,580.00 28 HMA TYPE C, BASE, 25.00 MM TON 2844 $ 51.00 $ 145,044.00 29 HMA TYPE C, INTERMEDIATE, OG 19.00 MM TON 1152 $ 58.00 $ 66,816.00 30 COLORED AND JOINTED CONCRETE, 7" SYS 184 $ 90.00 $ 16,560.00 31 HMA, SURFACE, TYPE B, 9.5 MM TON 132 $ 92.00 $ 12,144.00 32 HMA, INTERMEDIATE, TYPE B, 19.0 MM TON 220 $ 70.00 $ 15,400.00 33 SIDEWALK, CONCRETE, 4" SYD 651 $ 41.00 $ 26,691.00 34 CURB RAMP, CONCRETE (ALL TYPES) SYS 300 $ 151.00 $ 45,300.00 35 DETECTABLE WARNING SURFACE SYS 58 $ 23.00 $ 1,334.00 36 CURB, CONCRETE LFT 582 $ 29.00 $ 16,878.00 37 MODIFIED CURB, CONCRETE LFT 179 $ 26.00 $ 4,654.00 38 ROLL CURB AND GUTTER MODIFIED LFT 239 $ 26.20 $ 6,261.80 39 CONCRETE CURB AND GUTTER, COMBINED, TYPE n LFT 2823 $ 17.60 $ 49,684.80 40 CURB, CONCRETE, DEPRESSED LFT 80 $ 21.00 $ 1,680.00 41 CURB AND GUTTER, CONCRETE, DEPRESSED LFT 360 $ 17.20 $ 6,192.00 42 CENTER CURB, D CONCRETE SYD 13 $ 230.00 $ 2,990.00 43 PCCP FOR APPROACHES, 9 IN. SYS 450 $ 65.00 $ 29,250.00 44 RIGHT-OF-WAY MARKER EACH 37 $ 165.00 $ 6,105.00 45 ADJUSTMENT OF SECTION CORNER EACH 1 $ 575.00 $ 575.00 46 MONUMENT, B EACH 25 $ 700.00 $ 17,500.00 47 MULCHING MATERIAL TON 1 $ 285.00 $ 285.00 48 FERTILIZER TON 1 $ 500.00. $ 500.00 49 SEED MIXTURE, U LBS 78 $ 11.00 $ 858.00 50 WATER KGAL 11 $ 1.00 $ 11.00 51 TOPSOIL CYS 530 $ 45.00 $ 23,850.00 52 SODDING, NURSERY SYD 2545 $ 3.00 $ 7,635.00 53 GEOTEXTILES SYD 22 $ 5.00 $ 110.00 54 RIPRAP REVETMENT TON 11 $ 51.50 $ 566.50 55 PIPE, TYPE 2, CIRCULAR 36 IN. LFT 650 $ 100.00 $ 65,000.00 56 PIPE, TYPE 4 CIRCULAR 6 IN LFT 2455 $ 5.25 $ 12,888.75 57 PIPE, TYPE 2 CIRCULAR 12 IN LFT 722 $ 52.00 $ 37,544.00 ITEM NO. DESCRIPTION Unit I Quantity UNIT PRICE TOTAL 16 -ENG -16 (126TH STREET AND GRAY ROAD) 58 PIPE, TYPE 2 CIRCULAR 21 IN LFT 398 $ 69.00 $ 27,462.00 59 PIPE, TYPE 2 CIRCULAR 24 IN LFT 751 $ 77.00 $ 57,827.00 60 VIDEO INSPECTION FOR PIPE LFT 2521 $ 1.22 $ 3,075.62 61 VIDEO INSPECTION FOR UNDERDRAIN LFT 2455 $ 0.95 $ 2,332.25 62 AGGREGATE FOR UNDERDRAIN CYS 194 $ 44.25 $ 8,584.50 63 GEOTEXTILES FOR UNDERDRAIN SYS 1705 $ 2.05 $ 3,495.25 64 INLET, F7 EACH 1 $ 2,100.00 $ 2,100.00 65 INLET M10 EACH 15 $ 2,800.00 $ 42,000.00 66 MODIFIED MANHOLE J4 EACH 5 $ 5,000.00 $ 25,000.00 67 MANHOLE, C4 EACH 10 $ 3,500.00 $ 35,000.00 68 MANHOLE, J4 EACH 1 $ 4,900.00 $ 4,900.00 69 INLET, J10 EACH 17 $ 2,600.00 $ 44,200.00 70 DETENTION OUTLET STRUCTURE EACH 1 $ 1,850.00 $ 1,850.00 71 DETENTION RELEASE STRUCTURE EACH 1 $ 5,500.00 $ 5,500.00 72 PIPE END SECTION DIA 21 IN EACH 1 $ 1,620.00 $ 1,620.00 73 PIPE END SECTION DIA 12 IN EACH 1 $ 1,330.00 $ 1,330.00 74 WATER QUALITY STRUCTURE, 2.86 CFS EACH 1 $ 31,500.00 $ 31,500.00 75 CONSTRUCTION SIGN, C EACH 6 $ 195.00 $ 1,170.00 76 ROAD CLOSURE SIGN ASSEMBLY EACH 16 $ 139.00 $ 2,224.00 77 DETOUR ROUTE MARKER ASSEMBLY EACH 40 $ 89.00 $ 3,560.00 78 CONSTRUCTION SIGN, A EACH 18 $ 125.00 $ 2,250.00 79 CONSTRUCTION SIGN, B EACH .14 $ 49.00 $ 686.00 80 MAINTAINING TRAFFIC LS 1 $ 10,000.00 $ 10,000.00 81 BARRICADE, III -A LFT 224 $ 8.00 $ 1,792.00 82 BARRICADE, 111-13 LFT 240 $ 8.00 $ 1,920.00 83 SIGN POST, SQUARE TYPE 1 REINFORCED AN HOR BASE LFT 158 $ 15.00 $ 2,370.00 84 SIGN POST, SQUARE TYPE 2 REINFORCED ANCHOR BASE LFT 254 $ 15.00 $ 3,810.00 85 SIGN, SHEET, WITH LEGEND, 0.080 IN. SF 157 $ 16.00 $ 2,512.00 86 SIGN, SHEET, WITH LEGEND, 0.100 IN. SF 95 $ 17.00 $ 1,615.00 87 STREET NAME IDENTIFICATION SIGN EACH 4 $ 1,400.00 $ 5,600.00 88 TRAFFIC SIGNAL EQUIPMENT, REMOVE 126TH GRAY) EACH 1 $ 2,500.00 $ 2,500.00 89 TRANSPORTATION OF SALVAGEABLE SIGNAL EQUIPMENT (126TH & GRAY) LS 1 $ 350.00 $ 35000 `tom Sar C�� P �y"3 N ��f c2 ITEM NO. DESCRIPTION I Unit I Quantity UNIT PRICE TOTAL 16 -ENG -16 (126TH STREET AND GRAY ROAD) 90 CONTROLLER CABINET FOUNDATION, P1, MODIFIED EACH 1 $ 1,100.00 $ 1,100.00 91 CONDUIT, STEEL, GALVANIZED, 3 IN. LFT 220 $ 20.00 $ 4,400.00 92 CONDUIT, STEEL, GALVANIZED, 2 IN. LFT 82 $ 13.50 $ 1,107.00 93 CONTROLLER CABINET, P1, MODIFIED EACH 1 $ 4,500.00 $ 4,500.00 94 CONDUIT, PVC, 4 IN. LFT 4376 $ 12.25 $ 53,606.00 95 CONDUIT, PVC, I IN, SCHEDULE 40 LFT 50 $ 10.00 $ 500.00 96 LIGHT STANDARD F UNDATI N, 30 IN DIAMETER X 8 FT EACH 8 $ 1,150.00 $ 9,200.00 97 LIGHT POLE, ORNAMENTAL, 20 FT EACH 8 $ 4,400.00 $ 35,200.00 98 LUMINAIRE,ORNAMENTAL EACH 8 $ 3,300.00 $ 26,400.00 99 IRE, NO. 4 COPPER, IN PLASTIC DUCT, IN TRENCH, 4 I/C LFT 721 $ 10.00 $ 7,210.00 100 CONNECTOR KIT, UNFUSED EACH 8 $ 35.00 $ 280.00 101 CONNECTOR KIT, FUSED EACH 8 $ 35.00 $ 280.00 102 MULTIPLE MPREI N FITTIN , N N- WATERPROOFED EACH 24 $ 12.00 $ 288.00 103 INSULATION LINK, NON -WATERPROOFED EACH 8 $ 11.00 $ 88.00 104 PULL BOX , EACH 20 $ 650.00 $ 13,000.00 105 SIGNAL HANDHOLE EACH 8 $ 950.00 $ 7,600.00 106 LIGHTING SERVICE POINT (126TH & GRAY) EACH 1 $ 400.00 $ 400.00 107 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, WHITE, 24 IN. LFT 560 $ 4.95 $ 2,772.00 108 LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN. LFT 285 $ 1.75 $ 498.75 109 LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN. LFT 936 $ 1.25 $ 1,170.00 110 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 2742 $ 0.65 $ 1,782.30 111 PAVEMENT ME A E MA THERMOPLASTIC, LANE INDICATION ARROW EACH 15 $ 95.00 $ 1,425.00 112 TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, WHITE, 361N, SHARK TEETH LFT 86 $ 10.70 $ 920.20 113 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN. LFT 182 $ 2.75 $ 500.50 114 LINE, THERMOPLASTIC, DOTTED, WHITE, 6 IN LFT 80 $ 2.05 $ 164.00 115 LINE, THERMOPLASTIC, SOLID, YELLOW, 8 IN. LFT 93 $ 1.65 $ 153.45 116 PAVEMENT MESSAGE MARKING, WORD "ONLY" EACH 1 $ 130.00 $ 130.00 117 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24" LFT 67 $ 4.95 $ 331.65 118 SNOWPLOWABLE RAISED PAVEMENT MARKERS, YELLOW EACH 20 $ 82.00 $ 1,640.00 119 FIELD OFFICE MO 6 $ 2,500.00 $ 15,000.00 120 TYPE I SANITARY MANHOLE EA 3 $ 7,300.00 $ 21,900.00 121 TYPE 2 SANITARY MANHOLE RECONSTRUCT EA 1 $ 16,100.00 $ 16,100.00 r:: vH m° F 6 0�[2 ITEM NO. DESCRIPTION Unit I Quantity UNIT PRICE TOTAL 16 -ENG -16 126TH STREET AND GRAY ROAD 122 8" SDR 35 PVC LFT 40 $ 115.00 $ 4,600.00 123 8" C-900 DRI8 PVC FORCE MAIN LFT 100 $ 120.00 $ 12,000.00 124 12" SDR 35 PVC LFT 75 $ 122.00 $ 9,150.00 125 8" FORCE MAIN CONNECTION LS 1 $ 4,600.00 $ 4,600.00 126 SANITARY FORCE MAIN PUMP AROUND LS 1 $ 18,000.00 $ 18,000.00 127 STRUCTURE BACKFILL FOR WATER AND SANITARY LINE RELOCATION CYS 300 $ 55.50 $ 16,650.00 128 12" DI WATER MAIN LOWERING EA 4 $ 11,500.00 $ 46,000.00 4-19 10" D! M�ATER ALAIN LOWERING IA 3 130 6" DI WATER MAIN LOWERING EA 1 $ 7,300.00 $ 7,300.00 131 JADJUST VALVE TO GRADE EA 4 $ 107.00 $ 428.00 132 REMOVE, REPLACE AND ADJUST FIRE HYDRANT TO GRADE EA 2 $ 5,500.00 $ 11,000.00 133 12" GATE VALVE EA 1 $ 3,250.00 $ 3,250.00 134 12" DI RAW WATER MAIN (UNDISTRIBUTED) LFT 200 $ 185.00 $ 37,000.00 135 RAW WATER MAIN CONNECTIONS (UNDISTRIBUTED) EA 2 $ 5,800.00 $ 11,600.00 136 12" TEAM INSERTA VALVES (UNDISTRIBUTED) EA 2 $ 17,900.00 $ 35,800.00 137 ADJUST CASTING TO GRADE SANITARY MANHOLES EA 4 $ 1,000.00 $ 4,000.00 138 ADJUST INLET TO GRADE EA 2 $ 670.00 $ 1,340.00 139 CONCRETE PAVEMENT, REMOVE SYS 276 $ 20.00 $ 5,520.00 PRINTED TOTAL (PROJECT 16 -ENG -16) $ 2,002,002.78 ITEM NO. DESCRIPTION Unit I Quantity UNIT PRICE TOTAL 16 -ENG -54 (136TH STREET AND GRAY ROAD) 1 CONSTRUCTION ENGINEERING LS 1 $ 11,800.00 $ 11,800.00 2 MOBILIZATION AND DEMOBILIZATION LS 1 $ 30,000.00 $ 30,000.00 3 1 CLEARING RIGHT OF WAY LS 1 $ 30,000.00 $ 30,000.00 4 SIDEWALK CONCRETE, REMOVE SYS 654 $ 9.00 $ 5,886.00 5 SIGNAL POLE FOUNDATION, REMOVE EACH 3 $ 500.00 $ 1,500.00 6 EXCAVATION, COMMON CYS 2575 $ 28.00 $ 72,100.00 7 EXCAVATION, COMMON (UNDISTRIBUTED) CYS 730 $ 20.00 $ 14,600.00 8 BORROW CYS 2724 $ 0.01 $ 27.24 9 B -BORROW (UNDISTRIBUTED) CYS 730 $ 25.00 $ 18,250.00 10 TEMPORARY INLET PROTECTION EACH 28 $ 150.00 $ 4,200.00 11 TEMPORARY MULCH TON 2 $ 420.00 $ 840.00 12 TEMPORARY SILT FENCE LFT 2109 $ 1.25 $ 2,636.25 13 NO.2 STONE TON 150 $ 25.00 $ 3,750.00 14 TEMPORARY GEOTEXTILE SYS 353 $ 1.00 $ 353.00 15 TEMPORARY SEED MIXTURE LBS 175 $ 1.15 $ 201.25 16 ITEMPORARY CULVERT PROTECTION EACH 2 $ 150.00 $ 300.00 17 SEDIMENT REMOVE CYS 42 $ 20.00 $ 840.00 18 SUBGRADE TREATMENT, TYPE III SYS 158 $ 3.00 $ 474.00 19 SUBGRADE TREATMENT, TYPE IB SYS 4935 $ 7.00 $ 34,545.00 20 STRUCTURAL BACFKILL, TYPE I CYS 608 $ 30.00 $ 18,240.00 21 COMPACTED AGGREGATE NO. 53, BASE TON 611 $ 45.00 $ 27,495.00 22 HMA PATCHING, TYPE C TON 10 $ 150.00 $ 1,500.00 23 WIDENING WITH HMA, TYPE C TON 9 $ 150.00 $ 1,350.00 24 MILLING, ASPHALT, 1 1/2 IN. SYS 119 $ 10.00 $ 1,190.00 25 HMA TYPE C, SURFACE, 9.5 MM TON 285 $ 85.00 $ 24,225.00 26 HMA TYPE C, INTERMEDIATE, 19.00 MM TON 457 $ 67.00 $ 30,619.00 27 HMA TYPE C, BASE, 25.00 MM TON 1278 $ 62.00 $ 79,236.00 28 HMA TYPE C, INTERMEDIATE, OG 19.00 MM TON 532 $ 65.00 $ 34,580.00 29 JOINT ADHESIVE, SURFACE LFT 2240 $ 0.40 $ 896.00 30 JOINT ADHESIVE, INTERMEDIATE LFT 2240 $ 0.50 $ 1,120.00 31 LIQUID ASPHALT SEALANT LFT 2240 $ 0.20 $ 448.00 32 COLORED AND JOINTED CONCRETE, T' SYS 219 $ 90.00 $ 19,710.00 F::v e-(12 ITEM NO. DESCRIPTION I Unit I Quanti UNIT PRICE TOTAL 16-ENG-54 (136TH STREET AND GRAY ROAD 33 HMA, SURFACE, TYPE B, 9.5 MM TON 76 $ 110.00 $ 8,360.00 34 HMA, INTERMEDIATE, TYPE B, 19.00 MM TON 127 $ 85.00 $ 10,795.00 35 CURB RAMP, CONCRETE (ALL TYPES) SYS 140 $ 110.00 $ 15,400.00 36 DETECTABLE WARNING SURFACE SYS 13 $ 160.00 $ 2,080.00 37 CURB, CONCRETE LFT 575 $ 20.00 $ 11,500.00 38 MODIFIED CURB, CONCRETE LFT 220 $ 21.00 $ 4,620.00 39 CONCRETE CURB AND GUTTER, COMBINED, TYPE II LFT 1395 $ 18.00 $ 25,110.00 40 CENTER CURB, D CONCRETE SYS 14 $ 120.00 $ 1,680.00 41 CURB, CONCRETE, DEPRESSED LFT 20 $ 20.00 $ 400.00 42 CURB AND GUTTER, CONCRETE, DEPRESSED LFT 204 $ 18.00 $ 3,672.00 43 ROLL CURB AND GUTTER MODIFIED LFT 283 $ 21.00 $ 5,943.00 44 SIDEWALK CONCRETE, 4" SYS 20 $ 65.00 $ 1,300.00 45 HMA FOR APPROACHES, TYPE B TON 45 $ 110.00 $ 4,950.00 46 PCCP FOR APPROACHES, 6 IN. SYS 419 $ 57.00 $ 23,883.00 47 MAILBOX ASSEMBLY, SINGLE EACH 3 $ 175.00 $ 525.00 48 MAILBOX ASSEMBLY, DOUBLE EACH 1 $ 215.00 $ 215.00 49 RIGHT-OF-WAY MARKER EACH 18 $ 165.00 $ 2,970.00 50 MONUMENT, B EACH 16 $ 700.00 $ 11,200.00 51 ADJUSTMENT OF SECTION CORNER EACH 1 $ 575.00 $ 575.00 52 GEOTEXTILES SYS 51 $ 5.00 $ 255.00 53 RIPRAP, UNIFORM TON 26 $ 80.00 $ 2,080.00 54 FERTILIZER TON 1 $ 500.00 $ 500.00 55 SEED MIXTURE, U LBS 132 $ 11.00 $ 1,452.00 56 MULCHING MATERIAL TON 2 $ 285.00 $ 570.00 57 WATER KGAL 2 $ 1.00 $ 2.00 58 TOPSOIL CYS 597 $ 45.00 $ 26,865.00 59 SODDING, NURSERY SYS 755 $ 3.00 $ 2,265.00 60 PIPE, TYPE 4 CIRCULAR 6 IN LFT 1490 $ 5.50 $ 8,195.00 61 PIPE, TYPE 3 CIRCULAR 12 IN LFT 34 $ 42.00 $ 1,428.00 62 PIPE, TYPE 2 CIRCULAR 12 IN LFT 938 $ 42.00 $ 39,396.00 63 PIPE, TYPE 2 CIRCULAR 15 IN LFT 52 $ 45.00 $ 2,340.00 64 PIPE, TYPE CIRCULAR 18 IN LFT 397 $ 55.00 $ 21,835.00 ITEM NO. DESCRIPTION Unit I Quantity UNIT PRICE TOTAL 16 -ENG -54 (136TH STREET AND GRAY ROAD) 65 PIPE END SECTION DIA 18 IN EACH 1 $ 700.00 $ 700.00 66 PIPE END SECTION DIA 12 IN EACH 2 $ 600.00 $ 1,200.00 67 VIDEO INSPECTION FOR PIPE LFT 1387 $ 1.22 $ 1,692.14 68 STORMWATER QUALITY STRUCTURE 1.24 CFS EACH 1 $ 20,000.00 $ 20,000.00 69 VIDEO INSPECTION FOR UNDERDRAINS LFT 1490 $ 0.94 $ 1,400.60 70 AGGREGATE FOR UNDERDRAINS CYS 117 $ 45.25 $ 5,294.25 71 1 GEOTEXTILES FOR UNDERDRAIN SYS 1035 $ 2.10 $ 2,173.50 72 INLET, E7 EACH 1 '$ 2,100.00 $ 2,100.00 73 INLET, 110 EACH 9 $ 2,600.00 $ 23,400.00 74 INLET M10 EACH 14 $ 2,800.00 $ 39,200.00 75 INLET, R13 EACH 1 $ 2,800.00 $ 2,800.00 76 MANHOLE, C4 EACH 6 $ 3,500.00 $ 21,000.00 77 CONSTRUCTION SIGN, C EACH 2 $ 195.00 $ 390.00 78 ROAD CLOSURE SIGN ASSEMBLY EACH 3 $ 139.00 $ 417.00 79 CONSTRUCTION SIGN, A EACH 2 $ 125.00 $ 250.00 80 CONSTRUCTION SIGN, B EACH 2 $ 49.00 $ 98.00 81 MAINTAINING TRAFFIC LS 1 $ 10,000.00 $ 10,000.00 82 BARRICADE, III -A LFT 40 $ 8.00 $ 320.00 83 BARRICADE, III -B LFT 48 $ 8.00 $ 384.00 84 SIGN POST, SQUARE TYPE 2 REINFORCED ANCHOR BASE LFT 119 $ 15.00 $ 1,785.00 85 SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR BASE LFT 117 $ 15.00 $ 1,755.00 86 SIGN, SHEET, WITH LEGEND, 0.080 IN. SF 92 $ 16.00 $ 1,472.00 87 SIGN, SHEET, WITH LEGEND, 0.100 IN. SF 27 $ 17.00 $ 459.00 88 STREET NAME IDENTIFICATION SIGN EACH 3 $ 1,400.00 $ 4,200.00 89 TRAFFIC SIGNAL EQUIPMENT, REMOVE (136TH AND GRAY) EACH 1 $ 2,500.00 $ 2,500.00 90 TRANSPORTATION OF SALVAGEABLE SIGNAL EQUIPMENT (136TH AND GRAY) LS 1 $ 350.00 $ 350.00 91 CONTROLLER CABINET FOUNDATION, Pl, MODIFIED EACH 1 $ 1,100.00 $ 1,100.00 92 CONDUIT, PVC, 1 IN. SCHEDULE 40 LFT 90 $ 10.00 $ 900.00 93 CONDUIT, STEEL, GALVANIZED, 3 IN. LFT 190 $ 20.00 $ 3,800.00 94 CONDUIT, STEEL, GALVANIZED, 2 IN. LFT 172 $ 13.50 $ 2,322.00 95 CONTROLLER CABINET, P1, MODIFIED EACH 1 $ 4,500.00 $ 4,500.00 96 CONDUIT, PVC, 4 IN. LFT 2564 $ 12.25 1 $ 31,409.00 to oft2 ITEM NO. DESCRIPTION Unit I Quantity UNIT PRICE TOTAL 16 -ENG -54 136TH STREET AND GRAY ROAD) 97 LIGHT STANDARD FOUNDATION, 30 IN DIAMETER X 8 FT EACH 6 $ 1,150.00 $ 6,900.00 98 LIGHT POLE, ORNAMENTAL, 30 FT EACH 6 $ 4,600.00 $ 27,600.00 99 1 LUMINAIRE, ORNAMENTAL EACH 6 $ 3,300.00 $ 19,800.00 100 WIRE, NO.4 COPPER, IN PLASTIC DUCT, IN TRENCH, 4 1/C LFT 684 $ 10.00 $ 6,840.00 101 CONNECTOR KIT, UNFUSED EACH 6 $ 35.00 $ 210.00 102 CONNECTOR KIT, FUSED EACH 6 $ 35.00 $ 210.00 103 MULTIPLE COMPRESSION FITTING, NON - WATERPROOFED EACH 16 $ 12.00 $ 192.00 104 INSULATION LINK, NON -WATERPROOFED EACH 8 $ 11.00 $ 88.00 105 PULL BOX EACH 14 $ 650.00 $ 9,100.00 106 SIGNAL HANDHOLE EACH 7 $ 950.00 $ 6,650.00 107 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, WHITE, 24 IN. LFT 90 $ 4.95 $ 445.50 108 TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, WHITE, 36IN, SHARK TEETH LFT 50 $ 10.70 $ 535.00 109 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN. LFT 61 $ 2.75 $ 167.75 110 LINE, THERMOPLASTIC, SOLID, WHITE, 6 IN. LFT 150 $ 1.25 $ 187.50 111 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 1431 $ 0.65 $ 930.15 112 SNOWPLOWABLE RAISED PAVEMENT MARKER YELLOW EACH 15 $ 82.00 $ 1,230.00 113 ILIGHTING SERVICE POINT (136TH AND GRAY) EACH 1 $ 400.00 $ 400.00 114 FIELD OFFICE MO 6 $ 2,500.00 $ 15,000.00 115 10" DI WATER MAIN LOWERING/RELOCATION LFT 200 $ 347.07 $ 69,414.00 116 ADJUST VALVE TO GRADE EA 2 $ 95.54 $ 191.08 117 ITO REMOVE, REPLACE AND ADJUST FIRE HYDRANT GRADE EA 1 $ 5,448.92 $ 5,448.92 118 10" CONNECTIONS EA 2 $ 4,405.25 $ 8,810.50 119 10" X 10" TAPPING SADDLE AND 10" TAPPING VALVE (UNDISTRIBUTED) EA 1 $ 6,484.83 $ 6,484.83 120 10" TEAM INSERTA VALVES (UNDISTRIBUTED) EA 2 $ 16,480.63 $ 32,961.26 PRINTED TOTAL (PROJECT 16 -ENG -54) $ 1,124,440.72 N� F Tq i F� P N' [lofl2 ITEM NO. DESCRIPTION _ Unit I Quantity UNIT PRICE TOTAL 16 -SW -107 (GRAY ROAD CULVERT REPLACEMENT - CULVERT #165) 1 CONSTRUCTION ENGINEERING LS 1 $ 1,000.00 $ 1,000.00 2 MOBILIZATION / DEMOBILIZATION LS 1 $ 5,700.00 $ 5,700.00 3 ICLEARING RIGHT OF WAY, PROJECT NO. 16 -SW -107 LS 1 $ 8,700.00 $ 8,700.00 4 MAINTENANCE OF TRAFFIC, PROJECT. NO. 16 -SW - 107 LS 1 $ 3,200.00 $ 3,200.00 5 STRAIGHT CURB, 6 -INCH, REMOVE AND REPLACE LFT 20 $ 67.00 $ 1,340.00 6 CONCRETE MEDIAN PATCH, 6 -INCH, REMOVE AND REPLACE SYS 9 $ 104.00 $ 936.00 7 38" X 60" ELLIPTICAL RCP ** LFT 39 $ 517.00 $ 20,163.00 8 CONCRETE PIPE END SECTION, 38" X 60" ELLIPTICAL EA 1 $ 3,100.00 $ 3,100.00 9 STORM MANHOLE, TYPE'M' EA 1 $ 15,700.00 $ 15,700.00 10 FLOWABLE FILL CYS 65 $ 80.00 $ 5,200.00 11 CONCRETE CAP, 12 -INCH SYS 42 $ 100.00 $ 4,200.00 12 HMA SURFACE, 9.5 MM, TYPE B' TON 4 $ 360.00 $ 1,440.00 13 RIPRAP, CLASS 1 SYS 25 $ 54.00 $ 1,350.00 14 NONWOVEN GEOTEXTILE FABRIC SYS 25 $ 6.50 $ 162.50 15 TEMPORARY PUMPAROUND LS 1 $ 4,300.00 $ 4,300.00 16 LINE, THERMOPLASTIC, SOLID, WHITE, 4 INCH LFT 10 $ 20.00 $ 200.00 17 TEMPORARY ROCK CHECK DAM EA 1 $ 1,250.00 $ 1,250.00 18 MULCHED SEEDING SYS 100 $ 0.50 $ 50.00 19 TOPSOIL (UNDISTRIBUTED) CYS 17 $ 45.00 $ 765.00 PRINTED TOTAL (PROJECT 16 -SW -107) $ 78,756.50 ** Actual length of pipe from east end of pipe to the point of connection to end section. End section has a laying length of 8 ft., 47 ft. (Center of Structure to End of Endsection) - 8 ft. (Endsection Length) = 39 LFT TOTAL AMOUNT OF BID (16 -ENG -16.16-E TOTAL AMOUNT OF BID IN WORDS (16 -ENG -16, 16-E & 16 -SW -107)= $ 3,205,200.00 Three Million Two Hundred Five & 16 -SW -107)= Thousand Two Hundred Dollars and No Cents iz6,Fr2 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 APFIbAVIT Tom- Partdn being first duly'sworn, deposes and says that he/stye is farnihar with and has personal knowledge-Qf the facts herein 'and, if called a§ii witness in this Alatter,cotild testify As follows; 1. 1 am over eighteen .(118)years of age and anicompetent to testify to the -facts contained herein. I am now and at -all times relevant herein have been :employed by Ridth-Rift Construction Co.. Inc. (the "Employer") in the.position of Sales'Manager 3. .1 ani familiar with.the ernployment-policies, practices, rind procedures of the Employer and hh,ve the d0t.hoOty Co itbt ori b6hidf of the Empto.ye'r.. 4. Tho,* ....Erhpl6yer is enrolled and partidipates in the federal ENedr'program. Docurnent,.jdon .of this enrollment and participation is qttaMch.ed and incorporated d 5. ThqEmployer.,does not'knowil 'Iy employ any oftutho6zed.ftlient. 6. To the best of my information arid. 6.plidf, the Employer dbes,not currently employany unauthorized aliens. 7. FURTHER- AFFIANT S.AYETF! NOT.. EXECUTED on the -.13th., ay of April . , 20 16. Printed. Tom .-Parten I certify und.et the penalties for p0riu'r'y -ondet -the laWq. of the. United. StWs.of A-mefica and-'flie. 8.tam of Itrdiana that .t.he. fpregoi..n.gfhgua I statenegis Ind representations are true, -and Printed:. Tom Parten City of Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120156 002 0 Page 1 of 1 PURCHASE ORDER NUMBER SHIPPING INSTRUCTIONS FEDERAL EXCISE TAX EXEMPT 100148 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. VOUCHER, DELIVERY MEMO, PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL -1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 2/3/2017 00350596 Project 16 -ENG -16,16 -ENG -54,16 -SW -107; Contract Date 03.01.17 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 PURCHASEID BLANKET CONTRACT PAYMENTTERMS FREIGHT 12537 QUANTITY UNIT OF MEASURE. DESCRIPTION UNIT PRICE EXTENSION Department., 2200 Fund: 0 COIT Bond Fund Account: 94-650.04 1 Each 126th Street/Gray Rd RAB, 136th Street/Gray Rd RAB Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 2016 COIT Bond PLEASE INVOICE. IN DUPLICATE 3,126,443.50 $3,126,443.50 Sub Total $3,126,443.50 DEPARTMENT ACCOUNT I PROJECT u PROJECTACCOUNT AMOUNT PAYMENT $3,126,443.50 SHIPPING INSTRUCTIONS ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945—tea AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman TITLE Director CONTROL N0. 100148 CLERK -TREASURER Douglas Haney Corporation Counsel C}�Jl�.7 j'���� vJl I INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER Jill Newport�z FEDERAL EXCISE TAX EXEMPT 100149 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 5� r'3 R �j � , , VOUCHER, DELIVERY MEMO, PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 2/6/2017 T1$r{ 00350596 Project 16 -SW -107; Contract Date 03.01.17 RIETH-RILEY CONSTRUCTION CO INC City Engineering's Office VENDOR PO BOX 276 SHIP 1 Civic Square 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 TO Carmel, IN 46032 - INDIANAPOLIS, IN 46206 - Kate Lustig PURCHASE ID BLANKET CONTRACT TITLE Director Corporation Counsel PAYMENT TERMS FREIGHT 12566 QUANTITY UNIT OF MEASURE. DESCRIPTION UNIT PRICE EXTENSION Department 2200 Fund. 0 Account., 94-650.04 1 Each 2016 Storm Water Bond 126th and Gray RAB, 136th and Gray, Gray Rd Culvert 65 $78,756.50 Sub Total $78,756.50 $78,756.50 Send Invoice To::;� int. Jill Newport�z t F CrossRoad Engineers, P.C. rfr Ile x. Beech Grove, IN 46107 5� r'3 R �j � , , G.O./Storm water Bonds PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT T PROJECT PROJECTACCOUNT AMOUNT n:1 SHIPPING INSTRUCTIONS ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A T1$r{ 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN ,,. AZ THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL $78,756.50 Sub Total $78,756.50 $78,756.50 Send Invoice To::;� Jill Newport�z f` CrossRoad Engineers, P.C. rfr 3417 Sherman Drive ;-E I , Beech Grove, IN 46107 5� r'3 R �j � , , G.O./Storm water Bonds PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT T PROJECT PROJECTACCOUNT AMOUNT PAYMENT $78,756.50 SHIPPING INSTRUCTIONS ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN. 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN 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. 100149 CLERK -TREASURER