Loading...
Reith-Riley Construction/EngrRieth-Riley Construction Company C. 6rrWt_J Oz. U 7"• f>g._ O f Engineering Department -2009 APPR vED Appropriation #9204470404; P.O: #19799- FORM ^^^`?111"fff 99&?N}NM/3??/,??? Contract Not To Exceed $2,216,400:00 AGREEMENT"FOR PURCHASE OF GOODS AND'SERVICES -- - - " THIS AGREEMENT: FOR. PURCHASE OF GOODS AND.SERVICES ("Agreement').is hereby entereOnto.by and between the City.of Carmel, Indiana, acting`byand through its Board of Public Works and Safety and Rieth=Riley Construction Company an entity'duly authorized'to do business in the State.of Indiana ("Vendor"). TERMS AND CONDIT(ONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor ackndwledges 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 9204470404 funds. Vendoragrees to provide the Goods€and Services and to otherwise perform the. requirements of this Agreement by applying at all'times the highest technical.and industrystandards. 3. PRICE AND PAYMENT. TERMS: 3.1 Vendor estimates that the total) price4or,the Goods and Services to be provided"to City hereunder shall be no more than Two Million Two Hundred Sixteen Thousand Four Hundred Dollars ($2;216,400.00 ) (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 sribmitted on an invoice that contains the information contained'on eittached,Exhibit,8, 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 Esltmate, °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 byVendorito and accepted by City pursuant to or as part of that certain City of Carmel.Enginee'ring Department Bid Proposal Package for" 116th Street Advance MOT Project#07-08C-V received by.the-City of Carmel Board of 'Publie Works and Safety on or about October 15,: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 ttiat?the,Goods and-Services provided 'to City pdrsuant'to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient fortheir particular purpose. IZ??E RSM1?PPiv What Ord sm,cE4VwWSU:owss sevkas-M wrwn?nic?erzN?MH 92-An0: i Rieth-Riley Construction Company Engineering Department - 2009 Appropriation #9204470404: P.O.#19799 Contract Not To Exceed $2,216,400.00 5. TIME AND PERFORMANCE: _ This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective -Date'l and-both parties-shall thereafter perform their obligations hereunder-in 'a_tirriely 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 apart 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. 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. [LIE B-" Iasumm?NRalcniival5wico`FORMS`CUtl? A Sasso - M' IMHY! dr.?l/MRlpl Y29 AMA Rieth-Riley Construction Company Engineering Department - 2009 Appropriation #9204470404: P.O. 919799 Contract Not To Exceed $2,216,400.00 Vendor further agrees. to indemnify, defend and hold harmless City_pnd its officers, officials, agents and employees from all claims and suits-of whatever type; Including, but-not limited-to, all •courf cosls; 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 parry 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 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. 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 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. J VF DaMfY PwvmmLLVrol®mil SmxvX?FlIRMSYgab F Sm'1[a-Rrv 8-0SOJ.M::II3dItlIY 9 1'i AMA Rieth-Riley Construction Company Engineering Department-,2009 Appropriation #9204470404: P.O.-419799. Contract Not'To Fzcecd §2;216,400.00 16. SEVEIZABILITY: _ _if, any term of.thisAgreement is _invalid _or unenforceable under any'statute regulation, ordinance, "executive order or othef ruie of law, such=termshall`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 forceand effect. 17. NOTICE: Any notice provided for in this Agreement will=be s6fficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt' requested, to the party to be notified atthe,address.specified herein: If to City: City'61 Carmel one Civic Square Carmel;, Indiana 46032 ATTWMike McBride .AND Douglas C. Haney, City Attorney, Department of Law One:Civic Square Carmel, Indiana 46032 If to Vendor: RiellyRiley Construction Company 1,751 W Minnesota St., P.O. Box 276 Indianapolis, Indiana 46206 Telephone: 317--634-,55.61 E-Mail:^riethriley.com ATTENTIOWPaul Tate Notwithstanding the:atiove, notice'of..termination under paragraph 18 hereinbelowshall be.effective if given orally, as long as'written notice;is then provided as setjorlh here-ihabove 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, Agree mentgfor cause, In the event of a default hereunder by Vendor and/6r if sufficient funds are not appropriatetd 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, ppayment for-the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination,,except that,such,payment:amount shaVnot exceed theiEstimate amount in effect•at theaime of.termination, unless the parties have previously agreed in writing to a greater amount: [ytz^Lxv?AfYQ1ICSleJ¢aWe5VMe1FpRTLS?itwlY.@Svnca-RF+.??I6Ui lnell`6'?IYH 9J'AM? 4 Rieth-Riley Construction Company Engineering Department - 2009 Appropriation #9204470404; P.O. #19799 Contract Not To Exceed $2,216,400.00 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 have previously 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 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. 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, 2009, 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 forlh 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. (LIE Ps?+V.ry Qaums,PlMOOmil S.WOMeS ASa -?R 8-0 7d¢:1I!62gN 9: PAM) JAN-28'2000 WED 11:°93 AM P,-1EIH-RICEV F,AX No. 311 616265. P, 802 "Rietli-Tiiiey:COhswction Company Enginm:ing Dcpartmcnt -.2009 Appiojonatian4.9204470404; F.6:k19799 ContrnorNaGTt)kneed $2;216,$00:40 26. ENTtREAGREEMENT; This.Agre6ment, together with any attached hereto or referenced herein, -constitutes the en4s, )eot:to'Me su.rject matter hereof, arid.supersedes:all prior oral eating sa'ma.' No-twl standing any other term -dr condikA set, forth l erel,i, but siihjectte paragraph 15 horeof;.ta the extent any term or.conditlowcontalned in any sxhllbtt attached toahis Agreement or;in -any document'Taferencsd herein cOnfllats Wlth any. term or conditon contained in this: Agreement, the term or condition contained in;this Agreement an govem and prevail. Thts Agreement Hey onty tie,modifled kwrttfen amendw-nt executed by hoth'pades hereto, or,'thelr successors,lri.Interest lNVJ1TtIE55 WHEREOF;;the parties hereto haYe,made'and a? ecufail this Agreement as'fcllowsa NA1CEY?CS??'?RUCTI?lft?Fi1l?A7dY INC.. 1e-g onai'VP Central IN FIDITIN: 35-0918397 SSN if Sole Propdatar. .. January 26, 2009 ?x:ee.MSnum.ewswe:.w?w:.?+awaic.w?,??...+: ry?au?a:anwaxeunp. by and.through its 8card.of Rublic. Works and Safety W N UOR a I POST OFFICE-BOX 276 • INDIANAPOLIS, INDIANA 46206 • WWW:RIETHRILEYCOM "100% Employee Owned" November 21, 2005 Mr. Mike McBride, City Engineer City of Carmel One Civic Square Carmel, IN 46032 RE: Keystone & 1161" Street Advanced MOT #OD-08C-1 Dear Mr. McBride, This letter serves as notification that Rieth-Riley Construction Co., Inc. will honor our bid for an additional 60 days in anticipation of contract award. If the contract award is not made within this additional 60 days, Rieth-Riley reserves the right to extend our pricing an additional 60 days or withdraw our bid, pending subcontractor and/or supplier price changes. If you have any questions or need any additional information, please contact me at 317/634-5561 ext21255. ----- - -- -- - -- --- - -- -Sincerely,- -- --- - - RIETH-RILEY CONSTRUCTION CO., INC. Thomas W. Parten Sales Manager TWP/lp Cc: File John Wischmeyer Larry Mills Rusty Mann Paul Tate Jeremy Kashman, American Structurepoint Dave Dankert, Gradex; Inc. "EXHIBIT 17 1751 W. MINNESOTA • INDIANAPOLIS. INDIANA 46221 • TELEPHONE: (317) 634-5561 • FAX: (317) 631-6423 PART;Z ° - BIb;PROfmsAL . ' f 2?l ,Base'Bid(Reauiierl) p'The, enders geed Bidder progoses to furnish alL;necessary labor, mackvnery, tools; apparatus; materials, eq±ipment,:;servtce, and other necessary,°supplies, and to perfozxit aid fulfill all nbligation"s!,urcident thereto in strict'accordance;with=and within the trine(s) provided byAe terras?, conditions of the'Coritmct Dacuments for the above described - Work and PTOject, including any,,and all addenda theieto, fflr,the Unit Prices,applicable to- ; • the Contrict Items a"s stated "Part 3 hereof, which Unit Prices; whdii multiplied. by ° - estitriated uiiit'quanht<es'fovsucl Contract.tiems, total ?o?Miliibn Two •Hundrei9 siXteen' Tiidiisaind Four Hundred and Oo/loo Dollars, ($2`21b 400 0 The' 3iddei acknowledges that evaluation of the Iowestg id shall be based on sucli price and further acliowledges that the unit quantities listed in-;Part.3 of this P oposaltare?esttmates 'solely for ttie purpose'of Bid evaluation Slid Contract award; and are not to be cgnstrued 1 e as,exact or binding $The Bidder Rirther'apderstands.that all Work which may-result dh, t}i erConiaet:shal]'lie compensated for on;a:Unit Price, basi`s an d„th6t:'t3ie.OVVNER:and _ 'ENGINEER cannot and do not„giaarantee;the ambudt or,gd tity of any''-itetri pf.Work,to: be''performed cr fumrslied'under; the Contract. AAEXH PART 3 CONTRACT ITEMS AND UNIT PRICES Ctw or cannel Pm/act No. 01-OBC-1 Base Bid Keystone Parkway and 116th Street I Cannel Drive Advance Maintenance of TraB7c ITE NOM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 CONSTRUCTION ENGINEERING LS i S 17,825.00 $ 17,825.00 2 MOBILIZATION AND DEMOBILIZATION LS 1 $ 113,742.88 $ 113.742.88 3 CLEARING RIGHT OF WAY LS 1 S 35.000.00 5. 35,000.00 4 PAVEMENT REMOVAL SYS 1.327 S 13.00 S 17,251.00 5 GUARDRAIL REMOVE LFT 572 S 4.26 S 2,436.72 6 EXCAVATION, COMMON CYS 8.222 S 18.00 S 147.996.00 7 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 17 $ 270.00 S= 4,590.00 6 TEMPORARY FILTER TUBE, 18' LIFT 7B $ 20.00 S 1,560.00 9 TEMPORARY DITCH INLET PROTECTION EACH 6 $ 117.00 $ 702.00 10 TEMPORARY SEDIMENT TRAP TON 211 $ 30.00 $ 6,330,00 11 TEMPORARY SILT FENCE LFT 500 S 1.40 $ 700.00 12 SUBGRAOE TREATMENT, TYPE I SYS 9.457 $ 4.60 S 43,502.20 13 STRUCTURE BACKFILL TYPE I CYS 5,732 $ 19.80 S 113.493.60 14 STRUCTURE BACKFILL TYPE 2 CYS 1,227 $ 27.50 $ 33.742.50 15 COMPACTED AGGREGATE, NO. 53, BASE TON 838 S 35,00 S 29.330.00 16 SUBBASE FOR PCCP CYS 2,211 $ 5500 S 121.60500 17 HMA FOR TEMPORARY PAVEMENT TON 856 S 80.OD S 66,480.00 18 PCCP, 121N. SYS 8,606 S 47.00 $ 404,482.00 19 D-1 CONTRACTION JOINT LFT 4.442 S 1100 $ 57,74600 20 PCCP PATCHING SYS 306 $ 100.00 $ 30,600.00 21 GUARDRAIL, STEEL CURVED TERMINAL END SECTION EACH 2 $ 62.81 S' 125.62 22 GUARDRAIL END TREATMENT, OS EACH 2 $ 2,384.00 S 4,768.00 23 GUARDRAIL, W BEAM, 6 FT. 31N. SPACING LFT 606.25 $ 20,48 $ 12,416.00 24 CURB, INTEGRAL, B. CONCRETE LFT 3,157 $ 14.00 S 46198.00 25 GEOTEXTILES SYS 280 $ - 220 $ 616.00 26 RIPRAP, CUSS 2 TON 15 $ 88.00 $ 1.320.60 27 RIPRAP, REVETMENT TON 145 $ 29.00 $ 4,20500 28 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 3 665.00 $ 1.330.00 29 MULCHED SEEDING. T, CONVENTIONAL MIX SYS 2,652 $ 0.50 $ . 1,326.0D 30 FERTILIZER TON 1 $ 2,487.00 $ 2,487.00 31 SEED MIXTURE. U LBS 165 $ 5.01 S 826.65 32 MULCHING MATERIAL TON 2 3 627.00 $ 1,254.00 33 WATER kGAL 1 5 25.OD S 25.00 34 TOPSOIL CYS 932 $ 13,00 5 12,116.00 35 SODDING, NURSERY SYS 138 $ 14.45 S 1,994.10 36 CORED HOLE IN CONCRETE EACH 2 $ 500.00 $ 1.000.00 37 CULVERT, PRECAST BOX, REINFORCED CONCRETE. 6 FT. X 6 FT. LFT 188 $ 436.00 $ 81.968.00 38 PIPE, REINFORCED CONCRETE, CIRCULAR. W IN. LFT 1,604 $ 69.0D S 110.676.00 39 PIPE. TYPE 4, CIRCULAR, 61N. LFT 2,957 $ 5.80 5 17,15030 40 PIPE. REINFORCED CONCRETE. CIRCULAR, 121N. LFT 858 5 29.OD S 24,882.00 41 PIPE. REINFORCED CONCRETE. CIRCULAR, 151N. LFT 707 S 45.00 $ 31,815.00 "EXHIBIT 7? 3`? 42 PIPE, REINFORCED CONCRETE. CIRCULAR, 181N., LIFT 95 S 41.00 S 3.895.00 43 PIPE, REINFORCED CONCRETE, CIRCULAR, 3D IN. LFT 184 5 60.00 $ 11,040.00 M PIPE, REINFORCED CONCRETE. CIRCULAR. 421N. LIFT 393 f 125.00 S 49,125.00 45 VIDEO INSPECTION FOR PIPE LFT 3,841 S 1.00 $ 3.841.00 46 VIDEO INSPECTION FOR UNDERDRAINS LFT 3,000 S 1.W $ 3,000.00 47 AGGREGATE FOR UNDERDRAINS CYS 266 S 31.00 $ 8,246.00 46 GEOTE%TILES FOR UNDERDRAIN SYS 2,466 S 1.20 $ 2,959.20 49 INLET, E7 EACH 1 $ 1,600.00 $ 1,600.00 50 MANHOLE, C4 EACH 5 S 2,000.00 S 10.000.00 Si MANHOLE. K4 EACH 6 $ 4,600.00 $ 27,600.00 52 MANHOLE, J4 EACH 5 $ 4,200.00 S 21,000.00 53 INLET, C15 EACH 6 $ 1,600.00 S 12,600.00 54 CATCH BASIN, C15 EACH 9 5 1,900.00 $ 17,100.00 55 MANHOLE. J7 EACH 3 S 4,100.00 $ 12.300.00 56 STORMWATER TREATMENT SYSTEM, TYPE II EACH 1 S 32,000.00 $ 32,000.00 57 STORMWATER TREATMENT SYSTEM, TYPE III EACH 1 $ 38.000.00 S 38,000.00 58 WINGWALL MODIFIED SYS 317 5 685.00 $ 217,145.00 59 CONSTRUCTION SIGN, C. EACH 2 $ 275.00 S 550.00 6D TEMPORARY PAVEMENT MESSAGE MARKING, REMOVABLE, LANE INDICATION ARROW EACH 5 $ 112,00 f 560.00 61 TEMPORARY PAVEMENT MESSAGE MARKING, REMOVABLE, WORD (ONLY) EACH 5 S 224.00 $ 1,120.00 62 CONSTRUCTION SIGN. A EACH 16 $ 108,00 $ 1,728.00 63 MAINTAINING TRAFFIC LS 1 25.000.00 $ 25,ODO.00 54 ENERGY ABSORBING TERMINAL, CZ, TL-2 EACH 2 $ 3,900.00 $ 7,800.00 65 BARRICADE, 111-A LFT 48 $ 13.75 S 660.00 66 TEMPORARY TRAFFIC BARRIER, TYPE 2 LIFT 3.589 5 25,00 $ 89,72500 67 PAVEMENT MESSAGE MARKINGS, REMOVE EACH 7 $ 77.00 $ 539.00 fib TRANSVERSE MARKING, REMOVE LFT 58 S 8.75 $ 507.50 69 LINE, PAINT, BROKEN, WHITE, 41N. _ LFT 541 S 0.34 S 183.94 70 LINE, PAINT, SOLID, WHITE, 41N. LFT 7.119 $ 0.34 $ 2,420.46 71 LINE, PAINT, SOLID, YELLOW. 41N. LFT 3,657 S 0.34 S 1,243.38 72 LINE, REMOVE LIFT 4,115 5 0.95 f 3,90925 73 LINE, PAINT. DOTTED. WHITE 41N. 2 FT. LINE, 4 FT. GAP LFT 370 f 0.34 $ 125.80 74 EROS ION CONTROL BLANKET SYS 462 $ 2.3D $ 1,062.60 TOTAL: s 2.216.400.00 ADDRESS: 1751 W. Minnesota St., PO Box 276 Indianapolis, IN 46206 "EXHIBIT ? (U TITLE: Paul J. Tate, Regional VP Central IN