Loading...
Mileston Contractors, LP/Engr Milestone Contractors, L.P. Engineering Department- 2008 Keystone Parkway and 106i° Sheet Interchange with Optional Appropriation 9'x;920-4470204; 920-4470404 P.O. #18326 Contract Not To Exceed 529,110,000.00 c?4?-ct- 4 1) V zs oV o3 APPROVED, AS TO 126 A. Street Interchange FORM ?Y: ` 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 Milestone Contractors, LP 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 numbers 920-4470204 and 920-4470404 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. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Twenty Nine Million One Hundred Ten Thousand Dollars' ($29,110,000.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) 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 accordance 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. 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 "Keystone Parkway and 106th Street Interchange with Optional 126th Street Interchange" received by the City of Carmel Board of Public Works and Safety on or about April 16, 2008, 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. ?Z'E PaiJA?Cavme?ulPmfess?ouL YnxCFJWmTFHINC\tlmwrc COMMws Cutl+65tnia+E"[:J?IS2W91:?FMi Milestone Contractors, L.P. Engineering Department - 2008 Keystone Parkway and 106' Street Interchange with Optional 126 ° Street Interchange Appropriation 4's;920-4470204; 92074470404 P.O. H 18326 Contract Not To Exceed $29,110,000.00 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner: Time is of the essence of this Agreement. 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. 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. 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. 12 ?E BaM1? OnmsnlM?alsomal5tn .sPENGI\'EIXINGN,4aorc Cw4vwrs Gv-0, 6 Scnicl Erc'!II SI]NB I'>) PMI Milestone Contractors. L.P. Engineering Department - 2008 Keystone Parkway and 106'h Street Interchange with Optional 1261h Street Interchange Appropriation #'x;9204470204; 920-4370404 P.O. #18326 Contract Not'ro Exceed $29.110.000.00 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. 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. 13. NON-ASSIGNMENT: Vendor shall not assign orpledge 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. 14. 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. 15. 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 eventa lawsuit is fled 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. 1Z tu.n'M?Dx,memfAOfcuuw Sarvice?NGMWN4N1i?mmecoo,ncwpl'mWs Senior a a VI5n,vx 1:4 PMI Milestone Contractors, L.P. Engineering Department - 2008 Keystone Parkway and 106a' Street Interchange with Optional 126" Street Interchange Appropriation k_s;920-4470204; 920-4470404 P.O. 418326 Contract Not To. Exceed 529,1 10.000.00 16. 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. 17. 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 ATTN: Mike McBride AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Milestone Contractors, LP 5950 South Belmont Avenue Indianapolis, Indiana 46217 Telephone: 317-788-6885 E-Mail: brad.mccall@milestonelp.com ATTENTION: Brad McCall Notwithstanding the above, notice of termination under paragraph 18 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. 18. TERMINATION: 18.1 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. IZ'E 9aa6N? pwvmmn`Rofasuml4nueSENGINEEA1NGNilrnwe Conm.?ms CmNk Smiai Joc ?ilfRnl9 ly PMI Milestone Contractors; L.P. Engineering Department - 2008 Keystone Parkway and 1060' Street Interchange with Optional 126" Street Interchange' Appropriation 9_s;920-4470204; 920-4470404 P.O. # 18326 Contract Not To Exceed $29,110,000.00 18.2 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 havepreviously agreed in writing to a greater amount. 19. 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: 20. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City, mmay, 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: 21. TERM Unless otherwise terminated in, accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2008, 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. 22. 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. 23. 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. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. 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. IZ'IE B IISWi ?nf=-&L YicMENGNNGMIcPonc Cm onG i k $ =S dwVISMXIS VPM AP9/17/2008/THU 10:38 U P,002 U4/11/ZUUa THU Y:la rw JL/ o/1 Z41Y ulty ox Carmel t'rrVV//VFY Milestone Contractors, L.P. Engineering Depattineut- 2008 Keystone Parkway and 106" Street Interchange with Optional 126" Street Interchange Appropriation 4,,x;920.4470204; 920-4470404 P,O. A18326 Contract Not To Exceed S29,110,000.00 _...........213. --_.. 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 tens 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. 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. /1 r" Brainard, Presiding Officer bate: / Y -aA,S Date: ATTEST: nz""'( . ;4?,' ) iana cordray, IAMC, c -Tre Grer Date: Z -p MILESTONE CONTRACTORS, LP By: A orized Sigrfatu BRAD. MCCALL 'Printed Name MANAGER OF ESTIMATING Title FID[TIN: 35-1917625 SSN R Sole Proprietor: Date: APRIL 17, 2008 ICNpv.,.OmvgVpNbwtl ?bks Cw,lxl,n AitM:lMC?'rMLY 114 M1 BID PROPOSAL 2.1 Base Bid (Required) PART 2 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 for such Contract Items,, total FOURTEEN MILLION 'FIFTY THOUSAND DOLLARS AND 00/100 Dollars ($ 14,050,000.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 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 further 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. -)Pt-Alternate Bid (Optional) 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 for such Contract Items, total TWENTY-NINE MILLION ONE HUNDRED TEN THOUSAND DOLLARS AND 00/100 Dollars- ($ 29,110,000.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 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 further 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. "EXHIBIT J BID-3 IN2003066I.Cr.FE.DOC PART 3 CONTRACT ITEMS AND UNIT PRICES City of Cannel Project No. 07-0BB OPUonal Alternative Keystone Parkway and 106th Street Interchange (Project #07-08B) And Keystone Parkway and 126th Sheet Interchange (Project 07.08D) ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 CONSTRUCTION ENGINEERING LS 1 $212,000.00 $212,000.00 2 FIELD OFFICE, C MOS 15 $4,300.00 $64,500.00 3 FIELD OFFICE INTERNET SERVICE MOS 15 $200A0. $3,000.00 4 MOBILIZATION AND DEMOBILIZATION LS 1 $1,129,354.51 $1;129,354.51 5 CLEARING RIGHT OF WAY LS 1 $130,000,00 $130,000.00 6 TESTING FOR ASBESTOS MATERIAL EACH 1 $1,500.00 $1,500.00 7 TRAFFIC SIGNAL EQUIPMENT, REMOVE EACH 2 $3,500.00 $7,000.00 8 PAVEMENT REMOVAL SYS 28,066 $8.00 $224,528.00 9 GUARDRAIL, REMOVE LFT 1,004 $3.75 $3,765.00 10 CENTER CURB, CONCRETE, REMOVE SYS 109 $25.00 $2,725,00 17 HOUSES AND BUILDINGS. PARCEL NO. 24, REMOVE LS 1 $22,000.00 $22,000.00 12 EXCAVATION, COMMON CYS 140,280 $17.00 $2,384,760.00 13 EXCAVATION, UNCLASSIFIED CYS 8,800 S14.00 $123,200.00 14 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 105 $65.00 56,825.00 15 TEMPORARY CHECK DAM, REVETMENT RIPRAP TON Be $77.00 $6,776.00 16 TEMPORARY DITCH INLET PROTECTION EACH 22 $65.00 $1,430.00 17 TEMPORARY SEDIMENT TRAP TON 445 57700 $34,265.00 18 TEMPORARY SILT FENCE LFT 3,701 $1.10 $4,071.10 19 TEMPORARY, FILTER TUBE, 18 IN. LFT 231 $8.00, $1,848.00 20 SUBGRADE TREATMENT, TYPE I SYS 97,334 S5.00 $486,670.00 21 B BORROW CYS 14,060 $18.00 $253,080.00 22 STRUCTURE BACKFILL, TYPE 1 CYS 27,182 $18.00 .5489,276.00 23 STRUCTURE BACKFILL, TYPE 2 CYS 945 $25,00 $23,625.00 24 STRUCTURE BACKFILL, TYPE 3 CYS 25,949 $26.00 $674,674.00 25 STRUCTURE BACKFILL, TYPE5 CYS 33 $92.00 $3,036.00 26 COMPACTED AGGREGATE. NO. 53,. BASE TON 17,438 $19.00 $331,322.00 27 SUBBASE FOR PCCP CYS 2,845 $37.00 $105,265.00 28 DENSE GRADED SUBBASE CYS 9,7 $30.00 $2,910.00 29 COMPACTED AGGREGATE NO. 53, TEMPORARY FORDRNEWAYS. TON 2114 $20.00 $5,680.00 30 MILLING, ASPHALT, 11/21N. SYS 40,107 $2.30 $92,248.10 31 PROFILOGRAPH, HMA LS 1 $10,000.00 $10,000.00 32 HMA SURFACE, TYPE A 'TON 233 $124.00 $28,892.00 33 HM4 SURFACE, TYPE C TON 1,573 $81.00 $127,413.00 34 HMA INTERMEDIATE, TYPE A TON 713 $65.00 546,345.00 OeEXHIB11 PC`hp 11 35 HMA INTERMEDIATE, TYPE C TON 2,378 $54.00 $128,412.00 36 HAM INTERMEDIATE, OG, TYPE C TON 2,692 $69.00 $185,748.00 37 HMA BASE, TYPE C TON 6,438 $54.00 $347,544.00 38 HMA INTERMEDIATE, OG, TYPE D TON 8,710 $57.00 $496,470.00 39 HAM FOR TEMPORARY PAVEMENT TON 8,729 $55.00 5480,095.00 40 HMA SURFACE, TYPE 0 TON 8,158 $76.00 $619,855.00 41 HMA INTERMEDIATE, TYPE D TON 7,311 $58.00 5424;038.00 42 HMA BASE, TYPE 0 TON 30,274 $49.00 $1,483,426.00 43 HMA WEDGE AND LEVEL, TYPE D TON 271 $81.00 $21,951.00 44 ASPHALT FOR TACK COAT TON 81 $2.88 $233.28 45 CORING, PCCP LS. 1 $1,608.00 $1,608.00 46 PCCP, 121N. SYS 11,031 $59.00 $650,829.00 47 PCCP TRUCK APRON, 7 IN. SYS 646 $90.00 $76,140.00 48 PCCP, 41N. SYS 407 $82.00 S33,374.00 49 D-i CONTRACTION JOINT LFT 8,846 $10.00 $88,460.00 50 PCCP PATCHING, FULL DEPTH SYS 109 $200.00 $21,800.00 51 CONCRETE IMPRINTING SIFT 14,779 $5.00 $73,895.00 52 GUARDRAIL TRANSITION TYPE TGB EACH 3 $1.750.00 $5,250.00 53 IMPACT ATTENUATOR, R2, W1, TL-3 EACH 4 $14,550.00 $58,200.00 54 IMPACT ATTENUATOR, R2, W2; TL-3 EACH 4 $15,850.00 $63,400.00 55 IMPACT ATTENUATOR SPARE PARTS PACKAGE, R2, Wt, TL-3, STAGE 1 EACH 4 $1,400.00 $5,600.00 56 IMPACT ATTENUATOR SPARE PARTS PACKAGE, R2, W7, TL-3, STAGE 2 EACH 4 $2,200.00 $8,800.00 57 IMPACT ATTENUATOR SPARE PARTS PACKAGE, R2, W2, TL-3, STAGE 1 EACH 4 $1,400.00 $5,600.00 58 IMPACT ATTENUATOR SPARE PARTS PACKAGE, R2; W2, TL-3, STAGE 2 EACH 4 $2,200.00 $8,800.00 59 GUARDRAIL END TREATMENT, OS EACH 3 $2,300.00 $6,900.00 80 HANDRAIL, PEDESTRIAN LFT 366 $120.00 543,920.00 61 GUARDRAIL END TREATMENT, OS, SPARE PARTS PACKAGE,. STAGE 1 EACH 3 5475.00 $1,425.00 62 GUARDRAIL END TREATMENT, OS, SPARE PARTS PACKAGE, STAGE 2 EACH 3 $800.00 $2,400.00 53 GUARDRAIL, W BEAM, 6 FT.,3 IN. SPACING LFT 1,830 $15.00 $24,450.00 64 GUARDRAIL TRANSITION, VH, 5 FT. 3IN. SPACING EACH 2 $50.00 $100.00 65 ORNAMENTAL RAILING LFT $116.00 $798,776.00 68 BARRIER DELINEATOR EACH N 525.00 $2,625.00 67 FENCE, FARM FIELD, 471N. LFT $8.00 $8,248.00 68 CURB RAMP, CONCRETE, C SYS 208 $365.00 $75,920.00 69 CURB RAMP, CONCRETE, G SYS 108 $380.00 $41,040.00 70 CURB RAMP, CONCRETE, K SYS 20 5340.00 $6,800.00 71 CURB RAMP, CONCRETE, L SYS 81 $365.00 $29,565.00 72 CONCRETE SIDEWALK, 41N. SYS 717 54100 $30,831.00 73 INTEGRAL CONCRETE CURB LFT 888. $20.00 $17,760.00 74 CONCRETE CURB, MODIFIED LFT 1,344 $23.00 $30,912.00 n "EXHIBIT s t 0 99 75 CURB AND GUTTER, B LFT 2,032 $21.00 $42,672.00 76 CURB AND GUTTER TYPE II LFT 6,068 $15.00 $91,020.00 77 CURB AND GUTTER, B, MODIFIED LFT 10,300 $15.00 $154,500.00 78 CURB AND GUTTER TYPE III LFT 1,219. $25.00 $30,475.00 79 CURB TURNOUT EACH 3 $600.00 $1,800.00 80 CONCRETE ROLL CURB LFT 1,112 $18.00 $20,016.00. 81 INTEGRAL CONCRETE CURB, TYPE 6 LFT 2,936 $16.00 $46,976.00 82 PAVED SIDE DITCH, A LFT 420 .$25.00 $10,500.00 83 HMA FOR APPROACHES, TYPE A TON 685 $93.00 $63,705.00 84 PCCP FOR APPROACHES, 6 IN. SYS 777 368.00 $52,835.00 85 MAILBOX ASSEMBLY, SINGLE EACH 3 $200.00 $600.00 86 GEOTEXTILES SYS 308 $2.00 $616.00 87 RIPRAP, CLASS 1 TON 22 $48.00 $1,056.00 88 RIPRAP, REVETMENT TON 127 $48.00 $6,096.00 89 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 4 $300.00 $1,200.00 90 MULCHED SEEDING, T. CONVENTIONAL MIX SYS 13,637 $0.30 $4,091.10 91 EROSION CONTROL BLANKET SYS 6,457 $1.10 $7,102.70 92 ` 93 WATER kGAL 81 $1.00 - $61.00 94 TOPSOIL CYS 12,303 $15.00 $184,545.00 95 SODDING, NURSERY SYS 15,800 $2.50 $39,500.00 96 WET-TO-MESIC PLANTING MIX LBS 11 $55.00 $605.00 97 WETLAND PLANTING MIX LBS 2 $55.00 $110.00 98 IRRIGATION. CONDUIT LFT 1,000 $30.00 $30,000.00 99 FIELD DRILLED HOLE EACH 2 $80.00 $160.00 100 CONCRETE BRIDGE RAILING TRANSITION, TPS-2 EACH 3 $3,000.00 $9,000.00 101 REINFORCED CONCRETE MOMENT SLAB, 12 IN. SYS 5,730 $120.00 $687,600.00 102 MODIFIED PS-2 BRIDGE RAIL, TYPE I LFT 2,331 5190.00 $442,890.00 103 MODIFIED PS-2 BRIDGE RAIL, TYPE 11 LFT 408 $140.00 $57,120.00 104 MODIFIED 331N. BRIDGE RAIL LFT 4,202 $135.00 $567,270.00 105 ANTI-GRAFFITI PROTECTIVE COATING SFT 137,748 $0.45 $61,986.60 106 SURFACE SEAL SFT 70,058 $0.38 $25,220.88 107 REINFORCED CONCRETE BARRIER WALL, 331N. LFT 420 $185.00 $77,700.00 108 CUT WALL B SFT 10,723 $100.00 $1,072,300.00 109 CUT WALL C SFT 10,954 $104.00 $1,139,216.00 110 CULVERT, PRECAST BOX, REINFORCED CONCRETE, 8 FT. X 3 FT. LFT 138 $600.00 $81,600.00 111 WINGWALL SYS 99 $1,500.00 $148,500.00 112 TEMPORARY RETAINING WALL LS 1 5385,000.00 $385,000.00 113 PIPE, CIRCULAR, 361N, 'LFT 91 $88.00 $8,008.00 114 PIPE, TYPE 4, CIRCULAR, 61N. LFT 14,975 $3.45 $51,663.75 "EXHIBIT L` oa 115 PIPE, UNDERDRAIN OUTLET, 6 IN. LFT 494 $27.00 $13,338.00 116 PIPE, CIRCULAR, 121N. LFT 2,479 $40.00 $99,160.00 117 PIPE, CIRCULAR, 151N. LFT 2,413 $44.00 $106,17200 118 PIPE, CIRCULAR, 181N. LFT' 3,086 $48.00 $141,956.00 119 PIPE, CIRCULAR, 241N. LFT 2,607 $58.00 S151,206,00 120 PIPE, CIRCULAR 301N. LFT 923 $76.00 $70,148.00 121 PIPE, CIRCULAR, 421N. LFT 120 $93.00 $11,160,00 122 PIPE, CIRCULAR, 481N. LFT 732 $120.00 $87,840.00 123 PIPE, CIRCULAR, 601N. LIFT 1,951 $177.00 $345,327.00 124 PIPE, CIRCULAR, 661N. LFT 319 $215.00 $68,585.00 125 PIPE, SLOTTED DRAIN, 12 IN.. LFT 159 $71.00 $11,289.00 128 CONCRETE ANCHOR, 481N. EACH 1 $1,300.00 $1,300.00 127 VIDEO INSPECTION FOR PIPE LFT 14,789 $1.25 318,488.25 128 PIPE END SECTION, 12 IN. EACH 1 $600.00 $600.00 129 PIPE END SECTION; 151N. EACH 3 $615.00 $1,845.00 130 PIPE END SECTION, 301N. EACH 2 $900.00. $1,600.00 131 OUTLET PROTECTOR, 1 EACH 1 $600.00 $800.00 132 OUTLET PROTECTOR, 2 EACH 8' $600.00 $4,800.00 133 VIDEO INSPECTION FOR UNDERDRAINS LFT 6,000 $1.10 $6,600.00 134 AGGREGATE FOR UNDERDRAINS CYS 1,611 $36.00 $57,998,00 135 GEOTEXTILES FOR UNDERDRAIN SYS 17,760 $1.80 $31,968.00 136 A20006IN. PVC, PERFORATED LFT 6,375 $6.05 $38,566.75 137 MANHOLE, KIS EACH 1 $6,800.00 $6,800.00 138 INLET, HA-5 EACH 4 $2,000.00 $8,000.00 139 CASTING, ADJUST TO GRADE EACH 6 $250.00 $1,500.00 140 CAP INLET EACH 2 $550.00 $1,100.00 141 CATCH BASIN, E7 EACH 4 $2;200.00 $8,800.00 - 142 INLET, J10 EACH 14 $2,000.00 $28,000.00 143 INLET, M10 EACH 7 $1,900.00 $13,300.00 144 INLET. R13 EACH 3 $2,100.00 $6,300.00 145 CATCH BASIN, K70 EACH 25 $2,200.00 $55,000.00 146 PIPE CATCH BASIN, 18 IN. EACH 1 $1,400.00 81,400.00 147 MANHOLE, C4 EACH 33 $1,900.00 $62,700.00 148 MANHOLE, C7 EACH 1 $1,700.00 $1,700.00 148 MANHOLE, E4 EACH 3 $5,400.00 $16,200.00 150 MANHOLE, F4 EACH 2 $10,200.00 $20,400.00 151 STRUCTURE, MANHOLE, RECONSTRUCT LFT 16 $520.00 $8;320.00 152 STRUCTURE, INLET, RECONSTRUCT LFT 11 $675.00 $9,625.00 153 MANHOLE, N4 EACH 1 $11,000.00 $11,000.00 154 MANHOLE, N15 EACH 3 $13,000.00 $39,000.00 $ EXHIBIT A 56 93 155 MANHOLE, L4 EACH 6 $9,000.00 $54,000.00 156 MANHOLE, C2 EACH 1 $2,300.00 $2,300.00 157 MANHOLE, CID EACH 6 $2,300.00 $13,800.00 158 MANHOLE, K4 EACH 5 56,000.00 $30,000.00 159 MANHOLE, K5 EACH 1 $5,800.00 $5,800,00 160 MANHOLE, M4 EACH 2 $10,700.00 $21,400.00 161 MANHOLE, J4 EACH 14 $4,800.00 $67,200.00 162 MANHOLE, E15 EACH 1 $7,600.00 $7,600.00 163 CATCH BASIN, C15 EACH 6 $2,800.00 $16,800.00 164 CATCH BASIN, R13 EACH 1 $2,300.00 $2,300.00 165 MANHOLE, M5 EACH. 1 $11,000.00 $11,000.00 166 MANHOLE, M15 EACH 3 $11,200,00 $33,600.00 167 MANHOLE. J75 EACH 4 $4,300.00 $17,200.00 168 CATCH BASIN, HA-5 EACH 20 $2,600.00 $52,000.00 169 MASONRYCOATING SFT 68,573 $1.20 $82,287.60 170 CONCRETE STAINING SFT 67,483 $4.25 $286,802.75 171 FACE PANELS, CONCRETE SFT 65,899 $21.00 $1,383,879.00 172 WALL ERECTION SFT 65.899 $8.50 5560,141.50 173 LEVELING PAD, CONCRETE LFT 5,209 $25.00 $130,225.00 174 COARSE AGGREGATE, NO. 8 TON 8,695 $18.00 $156,510.00 175 MODULAR BLOCK WALL WITH GROUND REINFORCEMENT SYS 572 $65,00 $37,180.OD 176 MODULAR BLOCK WALL ERECTION SYS 572 $116.00 $66,352.00 177 TEMPORARY PAVEMENT MESSAGE MARKING, LANE INDICATION ARROW EACH 3 $25.00 $75.00 178 TEMPORARY PAVEMENT MESSAGE MARKINGS, WORD (ONLY) EACH 2 $35.00 $70.00 179 CONSTRUCTION SIGN, C EACH 4 $113.00 $452.00 180 ROAD CLOSURE SIGN ASSEMBLY EACH 20 $375.00 $7,500.00 181 TEMPORARY PAVEMENT MARKING, REMOVABLE, 4 IN. LFT 48,778 $0.85 $41,461.30 182 TEMPORARY PAVEMENT MARKING, REMOVABLE, 8 IN, LFT 13,230 $1.75 $23,152.50 183 DETOUR ROUTE MARKER ASSEMBLY EACH 36 $135.00 $4,860.00 184 CONSTRUCTION SIGN. A EACH 96 5250.00 $24,000.00 185 CONSTRUCTION SIGN, B EACH 19 $35.00 $665.00 188 FLASHING ARROW SIGN DAY 1,200 $5.00 $6,000.00 187 MAINTAINING TRAFFIC LS 1 $100,000.00 $100,000.00 188 ENERGY ABSORBING TERMINAL, CZ, TL-3 EACH 2 $11,700.00 $23,400,00 189 BARRICADE, III-A LFT 228 $15.00 53,420.00 190 BARRICADE, III-B LFT 660 $11.00 $7,260.00 191 TEMPORARY TRAFFIC BARRIER, TYPE 1 LFT 7.688 $20.00 $153,760.00 192 TEMPORARY TRAFFIC BARRIER, TYPE 1, ANCHORED LFT 436 $22.00 $9;592.00 193 TEMPORARY TRAFFIC BARRIER, TYPE 2, ANCHORED LFT 3,987 $22.00 $87,714.00 194 TEMPORARY CHANGEABLE MESSAGE SIGN EACH 4 $12,060.00 848,240.00 "EXHIBIT ? "?__ 1(0___99 195 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 1,097 $12.00 $13,164.00 196 SIGN, PANEL, WITH LEGEND SFT 342 $17.50 $5,985.00 197 SIGN, SHEET, RELOCATE EACH 9 $42.00 $378.00 198 WIDE FLANGE SIGN POST SUPPORT FOUNDATION, VII EACH 16 $420.00 $6,720.00 199 SIGN, SHEET, ENCAPSULATED. LENS WITH LEGEND, 0.080 IN. SFT 510 $15.25 $7,777.50 200 SIGN, SHEET, ENCAPSULATED. LENS WITH LEGEND, 0.100 IN. SFT 301 $16.60 $4,996.60 201 STRUCTURAL STEEL, BREAKAWAY LBS 2,690 $3.60 $9,664.00 202 DECORATVE STREET SIGN ASSEMBLY DIRECTIONAL, INSTALLED EACH a $1,984.00 $15,872.00 203 DECORATIVE STREET SIGN ASSEMBLY, INSTALLED EACH 8 $2,273.00 $18,184.00 204 TRANSPORTATION OF SALVAGEABLE SIGNAL EQUIPMENT LS 1 $3,510.00 $3,510.00 205 WIRE, NO. 4 COPPER, IN PLASTIC DUCT, IN PLASTIC CONDUIT, 4 1/C LFT 359 $7.60 $2,800.20 206 CONDUIT, PVC, 2 IN.. LFT 359 $5.00 $1,795.00 207 CONDUIT, STEEL, GALVANIZED, 21N. LFT 2,300 $12.75 $29.325.00 208 WIRE, NO. 4 COPPER, IN PLASTIC DUCT, IN CONDUIT, 4 11C LFf 2,300 $7.80 $17,940.00 209 HANDHOLE, LIGHTING EACH 16 $610.00 $9,760.00 210 LIGHT STANDARD FOUNDATION, 3'FT. DA. X 8 FT. EACH 52 $675.00 545,500.00 211 JUNCTION BOX EACH 4 $522.00 $2,088.00 212 WIRE, NOA, COPPER, IN PLASTIC DUCT, IN TRENCH, 4 1/C LFT 11,065 $7.45 $82,434.25 213 UNDERPASS CIRCUIT INSTALLATION,I LUMINAIRE EACH 4 $895.00 $3,580.00 214 SERVICE POINT, II EACH 4 $3,797.00 $15,188.00 215 TRANSITION?FITTINGS, GALVANIZED STEEL CONDUIT TO PLASTIC EACH 6 $12.00 $72.00 216 CONNECTOR KR, UNFUSED EACH 62 $30.00 $1,860.00 217 CONNECTOR KR, FUSED EACH 81 $30.00 $1,830.00 218 MULTIPLE COMPRESSION FITTING, NON-WATERPROOFED EACH 138 $10.00 $1,380.00 219 MULTIPLE COMPRESSION FITTING, WATERPROOFED EACH 36 $50.00 $1,800.00 220 INSULATION LINK, NONWATERPROOFED EACH 121 $10.00 $1,210.00 221 INSULATION LINK, WATERPROOFED EACH 68 $50.00 $3,400.00 222 CABLE DUCT. MARKER EACH 24 $70.00 $1,680.00 223 POLE CIRCUIT CABLE, 1 C NO. 10 STRANDED COPPER LFT 3,561 $0.55 $1,958.55 224 CABLE INTEROUCT LFT 2,785 $10.70 $29,799.50 225 HANDHOLE EACH 10 $790.00 $7,900.00 226 LUMINAIRE; ROADWAY, METAL HALIDE, 250 WATT. PORT HURON EACH 40 $1,342.00 $53,680.00 227 LUMINAIRE, ROADWAY, METAL HALIDE, 250 WATT, MONGOOSE EACH 21 $985.00 $20,265.00 228 LUMINAIRE, UNDERPASS, WALL MOUNTED, METAL HALIDE, 150 WATT EACH 4 $805.00 $3,220.00 229 LIGHT FOUNDATION, BRIDGE MOUNT, WITH GROUNDING EACH 8 $168.00 $1,344.00 230 LIGHT POLE, 30 Ff. E.M.H. DUAL 1.5 FT. MAST ARM, BREAKAWAY BASE EACH 21 $1,380.00 $28,980.00 231 LIGHT POLE, 30 FT, E.M.H., 8 FT. MAST ARM, TRANSFORMER BASE, DECORATIVE POLE' MAST ARM AND BASE EACH 36 $6.442.00 $231,912.DD 232 LIGHT POLE, 15 FT. E.M.H., 4 FT. MAST ARM, TRANSFORMER BASE, D ORATIVE POLE. MAST ARM AND BASE EACH a $5,644.00 $45,152.00 . 233 LINE, THERMOPLASTIC, DOTTED, YELLOW, 4 IN., 2 FT. LINE, LFT 52 $1.00 $5200 234 PAVEMENT MESSAGE MARKINGS, REMOVE EACH 39 $50.00 $1,950.00 "EXHIBI tl ! ?D79 235 TRANSVERSE MARKINGS, THERMOPLASTIC, CROSSWALK WHITE, 24 IN. LFT 780 $2.60 $2,028.00 236 LINE, EPOXY, SOLID, WHITE, 41N. LFT 4,958 $0.24 $1,189.92 237 LINE, EPOXY, SOLID, YELLOW, 41N. LFT 5,114 $0.24 $1,227.36 238 TRANSVERSE MARKING, REMOVE LFT 118 $1.00 $118.00 239 LINE, THERMOPLASTIC, BROKEN, WHITE, 41N. LFT 7,276 $0.32 $2,328.32 240 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 23,652 $0.32 $7,568.64 241 LINE, THERMOPLASTIC, SOLID, WHITE, 81N. LFT 5,675 $0.88 $3,859.00 242 LINE, THERMOPLASTIC, SOLID, WHITE. 241N. LFT 511 $3.50 $1,788.50 243 LINE, PAINT,. BROKEN, WHITE, 4 IN. LFT 3,621 $0.15 $543.15 244 LINE, PAINT, SOLID, WHITE, 41N, LFT 15,854 $015 $2,378.10 245 LINE, PAINT, SOLID, YELLOW. 4 IN. LFT 15,662 $0.15 $2,349.30 246 LINE, REMOVE LFT 19,967 $0.27 $5,391.09 247 TRANSVERSE MARKINGS, EPOXY, SOLID, YELLOW, CROSSHATCH LFT 80 $1.00 $60.00 248 LINE,. EPOXY, SOLID, WHITE, 6IN. LFT 631 $3.50 $2,208.50 249 PAVEMENT MESSAGE MARKINGS, EPOXY. LANE INDICATIONS ARROWS EACH 4 $160.00 $640.00 250 PAVEMENT MESSAGE MARKINGS, EPOXY, FISHHOOK LANE INDICATION ARROWS EACH 12 $325.00 $3,900.00 251 LINE, THERMOPLASTIC, SOLID, WHITE, 6IN. LFT $0,70 $781.90 252 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT $0.30 $6,877.20 253 TRANSVERSE MARKINGS, THERMOPLASTIC, SOLID YELLOW, CROSSHATCH LFT r $2.25 $978.75 254 TRANSVERSE MARKINGS, THERMOPLASTIC, STOP LINE, 241N. LFT $5.00 $600.00 255 TRANSVERSE MARKINGS, THERMOPLASTIC, "SHARKS TEETH" LFT igs $7.75 $1,534.50 256 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICATION ARROW EACH 17 $50.00 $850.00 257 PAVEMENT MESSAGE MARKINGS. THERMOPLASTIC, WORD (ONLY) EACH 19 $70.00 $1,330.00 258 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, FISHHOOK LANE INDICATION ARROWS EACH 8 $130.00 $1,040.00 259 SNOWPLOWA13LE RAISED PAVEMENT MARKER EACH 525 $17.00 $8,925.00 260 LINE, THERMOPLASTIC, SOLID, YELLOW, B IN. LFT 1,720 $0.80 $1,376.00 261 LINE, THERMOPLASTIC, BROKEN, WHITE, 121N., 3 FT. STRIPE . 3 FT. GAP LFT 260 $1.00 $260.00 262 LINE, THERMOPLASTIC, BROKEN, WHITE, 6IN., 3FT. STRIPE -3 FT. GAP LFT 123 $1.00 $123.00 263 LINE, EPOXY, SOLID, YELLOW, 81N. LFT 638 $5.00 $3,190.00 264 LINE, THERMOPLASTIC, DOTTED, WHITE, 4.IN.. 2 FT. LINEf4 FT. LFT 58 $10.00 $580.00 265 RETAINING WALL MOCKUP LS 1 $157,000.00 $157,000.00 266 BRIDGE RAIL MOCK UP LS 1 $19,000.00 $19,000.00 267 FLAT-WORK MOCK UP LS 1 $8,000.00 $8,000.00 268 FORMLINER, WALL PANELS SFT 87,574 $3.85 $337,159.90 269 FORMLINER, MODIFIED PS-2 RAILING FOR ROADWAYS, FRONT FACE LFT 3,671 $4.90 $17,967.90 270 FORMLINER, 33 IN. BRIDGE RAIL FOR RAMPS, REAR FACE LFT 3,270 $16.75 $54,772.50 271 CONTROLLER. RE SET TIMING EACH 4 $295.00 $1,180.00 272 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND. 0.080 IN: SFT 95 $15.25 $1,448:75 273 CONDUIT, STEEL, GALVANIZED, 2 IN. LFT 54 $23.00 $1,242.00 274 CONTROLLER,. REWIRE EACH 4 $357.00 $1,428.00 275 TRAFFIC SIGNAL HEAD, 3-SECTION, LED (G, Y. R,) EACH 2 $560.00 $1,120.00 276 TRAFFIC SIGNAL HEAD, 3 FACE, 121N-RED, AMBER ARROW, GREEN ARROW EACH 7 $560.00 $3,920.00 277 TRAFFIC SIGNAL HEAD, 5-SECTION. LED (G, Y, R, GA, YA) EACH 4 $1,057.00 $4,228.00 278 1d14 ROADWAY LOOP WIRE LIFT 1,452 $0.45 $65140 279 SIGNAL CABLE 5H14 GA LFT 413 $1.50 $819.50 280 SIGNAL CABLE 7414 GA LFT 142 $1.76 $248.50 281 SIGNAL CABLE 2416 GA, SHIELDED LFT 956 $0.80. $764.80 282 DETECTOR HOUSING EACH 3 $644.00 $1,932.00 283 SAWCUT FOR ROADWAY LOOP BSEALANT LIFT 474 $7.00 $3,318.00 284 LOOP DETECTOR DELAY AMPLIFIER, 2-CHANNEL EACH 1 $410.00 $410.00 285 LOAD SWITCH EACH 2 $0.70 $1.40 BRIDGE ITEMS 286 CONSTRUCTION ENGINEERING LS 1 $30,000.00 $30,000.00 287 MOBILIZATION AND DEMOBILIZATION LS 1 $220,000.00 $220,000.00 288 EXCAVATION,. DRY CYS 170 $18.00 $3,060.00 289 B BORROW CYS 57 $18.00 $1,026.00 290 AGGREGATE FOR END BENT BACKFILL CYS 230 $75,00 $17,250.00 291 DENSE GRADED SUBBASE CYS 97 $120.00 $11,640.00 292 CONCRETE IMPRINTING SFT 14,229 $2.50 $35,572.50 293 ORNAMENTAL RAILING LFT 407 $173.00 $70,411.00 294 CURB, INTEGRAL, CONCRETE LFT 352 $31.00 $10,912.00 295 REINFORCED CONCRETE BRIDGE APPROACH SYS 584 $120.00 $70,080.00 296 GEOTEXTILES SYS 630 53.00 51,890.00 297 PILE TIP, STEEL H, HP 12 X 53 LIFT 5,090 $40.00 $203,600.00 298 DYNAMIC PILE LOAD TEST EACH 4 $5,000.00 $20,000.00 299 TEST PILE EACH 4 $4,000.00 $16,000.00 300 TEST PILE, RESTRIKE EACH 4 $1,000.00 54,000.00 301 PILE TIP, STEEL H EACH 118 $110.00 $12,980.00 302 PILE TIP, STEEL H, HP 12 X 74 LFT 4,680 $57.00 $266,780.00 303 CONCRETE, A, SUBSTRUCTURE CYS 378 $500.00 $189,000.00 304 CONCRETE, B. FOOTINGS CYS 180 $300.00 $54,000.00 305 REINFORCING BARS LBS 109,233 .$0.95 $103,771.35 306 REINFORCING BARS, EPOXY COATED LBS 365,504 $1.05 $383,779.20 307 CONCRETE, C, SUPERSTRUCTURE CYS 1,661 $60000 $996,600.00 308 CONCRETE, C. RAILING CYS 77 $850.00 $65,450.00 309 STRUCTURAL MEMBERS, CONCRETE I-BEAM, II, 351N. X 12 IN: LIFT 3,169 $120.00 $380,280,00 310 SURFACESEAL SFT 31,140 $0.42 $13,078.80 311 ANCHOR PLATE, AP 1 EACH 124 $60.00 $7,440.00 312 MASONRY COATING SIFT 10,760 $1.20 $12,912.00 313 PIPE, END BENT DRAIN, 6 IN. LIFT 424 $13.00 $5,512.00 "EXHIBIT R 0 " 314 CONDUIT, PVC, 2IN. LFT 425 $3.00 $1,275.00 315 CONCRETE STAINING SFT 546 $12.00 $6,552.00 316 STREET NAME SIGN, BRIDGE MOUNTED, DECORATNE EACH 4 $4,000.00 $16,000.00 317 FORMLINE, SPECIALTY, CITY SEAL EACH 4 -$7,400.00 $29,600.00 318 FORMILINER, BRIDGE RAIL, REAR FACE LIFT 409 $18.00 $7,362.00 319 FORMILINER, BRIDGE RAIL, FRONT FACE LFT 409 S6.00 $2,454.00 321 PIPE, PVC, 6IN, LFT 41 $30.00 $1,230.00 322 INLET, B15 EACH 1 $2,600.00 $2,800.00 323 SEED MIXTURE, TYPE U LBS 848 $2.25 $1,908.00 324 MULCHING MATERIAL TON 12 $3-50 542.00 325 FERTILIZER TON 3 $550.00 $1,650.00 326 WATER LINE, STEEL CASING, 48 IN LFT 197 $418.00 $82,346.00 -327 STORMWATER TREATMENT SYSTEM, TYPE I EACH 1 $30,000.00 $30,000.00 328 STORMWATER TREATMENT SYSTEM, TYPE II EACH 1 $33,000.00 $33,000.00 329 STORMWATER TREATMENT SYSTEM, TYPE III EACH 1 $50,000.00 $50,000.00 330 MANHOLE, L4, BYPASS EACH 1 $8,000.00 $8,000.00 TOTAL: $29,110,600.00 320 PRICE ADJUSTMENT. FOR ARCHITECTURAL SURFACE COATINGS SIFT 67.483 50.87 -$58,710.21 Milestone Contractors, L.P. By Contractors United, Inc. - General SUBMITTED BY: Partner SIGNATURE 2ec- C?9Z TITLE: Bred McCall, Manager of Estimating ADDRESS: 5950 South Belmont Avenue, Indianapolis, IN 46217 "EXHIBIT-1 `°h_„