Loading...
Rieth Riley Construction/EngrRieth Riley Construction Co., Inc. c Lc'C/.,7• U Engineering Department- 2009APPROV .D S TO Appropriation #920-4470604 P.O. #19808 F0 ?Y Contract Not To Exceed $25,351,380.00 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 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. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 920-4470604 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 Five Million Three Hundred Fifty One Thousand Three Hundred Eighty Dollars ($25,351,380.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. WARRANTY: Vendor expressly warrants that the Goods-and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Keystone Parkway and 1161 Street Interchange" received by the City of Carmel Board of Public Works and Safety on or about March 9, 2009, all of which documents are incorporated herein by reference, and that.the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. [Z? H )DsvmmuWof®mY SvficeM1fORAO`G.tlf k$mnm. p 8U 7.G Ail WV910:23 AM] RiethRiley Construction Co., Ine:/ Engineering Department 20,09 y Appropriation .#92©-447060404 P.O?919908 Contract Not Td Exceed $2535t,3806.an 1 5. TIME AND PERFDRMANCE: 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'ih a timely mariner. 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 maydirect, a listof all chemicals, materials, substances and items used in or during the provision af'the Goods and Services provided 'hereunder; including the quantity, quality arid. concentrafoh thereof and any other information. relating thereto. At-the time-of the delivery of the.Goods and Services provided. hereunder, Vendor agreesto furnish to Citysufficientwritten waming and notice (including appropriate labels,on containers and packing) of any hazardous matehal.utllized,ih orthat is,a;part of the Goods and Services: 7. LIENS" Vendor shall not came,or,permit-the fling of, any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lienwithinte.n (10 ) days after-the filing thereof; by payment or bonding, City shall have the nghtto,paysuch"fien.or obtain such bond, all at Vendor's`sole cost and'expenses 8. DEFAULT: In the. event Vendor: (a) repudiates,. breaches or defaults° under any of the terms or conditions of this Agreement,, including Vendcns.warranties; (b) fails to provide the Goods,and.Services, as specified herein; (c) failsto make.progress so asto;endangertirnely and properprovision 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 underthe:circumstanceO after feceipt of notice from City specifying such failure or breach; or (d) becomes insolvent, isplaced into receivership, makes a general assignment for t*behefl'of creditors or dissolves, each such,event,conslituting an event of default hereunder, City shall have the dght 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 andlor.in equity: 9. INSURANCE.AND INDEMNIPICATICN- 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 forthe. 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 i'mited to,,person at injury, sickness,, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any Injury to of destruction of property; including, but not limited to, any loss. of use resulting therefrom. The coverage amounts shall. be no.iess than those amounts set forth in attached Ezhibit;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'ef 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 alid,all,lrablhties; claims„demands or expenses (including, out not limited-to, reasonable attorney fees) for injury, death and/or damages, to any person or property arising from or in conneclion.with Vendor's provision of Goods and Services pursuant.to'or under thisAI reement or Vehdor,s:use of City property. ?[2:]E 6nveUAYa ???'oRmmel5vwa1I0aM5Y.a?&Sw,[vx ?n ?'Id,c AJ120I ]UM AM111 2 Rieth Riley IrEMUMMCK Construction. Co., Inc.: Engineering Department - 2009 Appropriafion#920-4470604 PA#19808 ContractNot To Exceed 325;351;380.00 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, butnof imitedto; all court costs, attorney fees, and other expenses, caused by-any actor omission of'Vendor andlor of any of Vendor`s agents, officers, employees; contractors or subcontfactors. 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 provislons'therecfare incorporated herein by this reference. Vendor-agreesto indemnify and hold harmless City from. any loss; damage and/or liability resulting from.any such violation of such laws, orders, rules; regulations, ahd`code.s..Thi- 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 piohibit'ing discrimination.against`anyemployee,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 matteI r . ed to #heir employment or subcontracting, because of race, religion; color, sez; 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 bythe other of arty, provision of this Agreement shalt, riot affect'the'right,of such,party to require such performance at anytime 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 snail not assign or pledge this, Agreement, whether:as coltateral'for a,foan or otherwise; and shall not delegate its obligations under this Agreement without'City's prior wrill 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:cfftcers, employees; contractors; subcontractors and agents" are,employees of City The contractprice set forth herein :half be the full-and maximum compensation and monies required of`City to be paid to Vendor under or pursuant to thisrAgree6ent. 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 cour in Hamilton' County, Indiana only, and agree that such.'court'is the ap"- pirate venue forand,has'jurisdictiori over same. [21F.ea?aty Q,nimmM.Prefe:e,m,tl Sm+ O0.ni5t deG Se A,-R-9.0&4]7 KCJl o ICA AM, 3 iv. JCV1Z_"0iL1-i T': If any term,of this Agreem6ritis 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 tfiis.Agreement.shall reimain'in full force and effect. 17. NOTICE: Any notice,providebJor'in this Agreement, will be sufficientif it is in writing and, is delivered by postage prepaid U.S.. certified mail;: relurn.recetpt-requested, to the party to be notified-at the address specified herein: If to City: Ciiyof Carmel One Civic'Square Carmel,, Indiana 46032. ATTN'..Mike McBride AND Douglas C. Haney; City Attorney, Department okaw One Civic;"Square Carmel, Indiaha,46032 If to Vendor:. Rieth Riley ftlilpmpkm Construction Co. , Inc. 1751 W. Minnesota Street Indianapolis, Indiana 46221 Telephone: ',317-634,5561 z Mall: ATTENTION' Paul Tate Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shall be effective if given orally, as long as written notice lsthen 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 con6ary 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,suf dent 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 9 all.not exceed the'Estimate amount in effect at,the time of termination, unless the,parties have previously agreed in writing to a greater amount. [L+L eaoWrth.,,owOiVrrt(®mel5mientfUw?cS!!rw'ISp Se+iren-Rn zJlbo?erc:A?i"069] PS} AM) 4 RiethwRiley Construction Co., In Engineering Department - 2009 Appropriation #920-4470604 P.O. #19808 Contract Not To Exceed $25,351,380.00 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 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. (ZTE WY dY?'°??R°faamal5mizslFOMtS`GaW kSmiw-M 6-0641.h-41WM II 23 AM) 5 Rieth4tiley Construction Co., In$S Engineering Department - 2009 Appropriation #920-4470604 P:O.#19808 Contract Not To Exceed $25,351,380.00 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement; the.term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. 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: J es Brainard, Plesidinq Officer, Mdry %Bu Date: Lori S. Wa rf,vP Date:S ATTEST: ana Cordray, L Date: RIETH RILEY CONSTRUCTION -c0:.INC-. r Printed Name mb' Regional Vice President, Central Indiana Title per FIDITIN: 35-091'8,397 SSN if Sole Proprietor: Date: April 17, 2009 JZ?E 8a yDenmm,MWCwwW Sw+usVORNSY tl, k Swim. Rrv Bm-0I.JocuI,V11p410X AM7 6 PART 2 ( 'BID PROPOSAL 2.1 . -Base Brd : g. - . % The utiderstgped Bidder proposes to, furnish all necessary-labor, machin ry,. tools; - h ` apparatus; materials equipment; service; laud other necessaryisupphes,, and to perform'` :=- and-fulfr11+a11:obligations;tncidenGtliereto in_strict,accordance with agd within the time(s) ?prpdided by the terins'and conditions of the Contract Documents for the above described ' Work46nd•Proje6 mcliidingany+and all,addenda(thereto, for-thetUnitTrices applicable to ' `R the' Contract Items as-stated in, Part 3' Hereof, which Unit Prices, when,multiplied by ;-estimated uriit quantities"for's!61i Contact liems,.total 'twenty i ve'' lmratiree:FLmdreH F1fty.One ;. ', `?housazxi lhiee lLmcked.Eiphty :and t00%100 Dollars ($ 25.351 :380.00 '). - The • Bidder acknowledges.that'edaluation of the lowest:Bid°shall'be'based on,such,price and _ b further acknowledges,thaftlre'unitquantities listed in Part 3 of this Proposal are astiniatest .A i •' % ;,,• solely•for the,puipose'of°Bid evaluation and Contract'_award„and;are•not-to be construed _ as:exact or binding • The bidder furtlier,understands.that all Work which'•may-r"esul on ENGINEER chall be compensatedifor on a Unit Price basis,and that,the OWNER and r., annot"and do not guarantee the,amounhoi quaniity:of any item of Work to '_ s e ,• bep46ni ed or,fiimished..under the Contract: h - . (.. _ . - t 4 6 `f .. l Y 4 1y- ! e. 14 w0tj in Bro;3 PART 3 CONTRACT ITEMS AND UNIT PRICES City of Gomel Project No. 07-08C Base Bid Keystone Parkway and 116th Street / Carmel Drive Interchanges ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 CONSTRUCTION ENGINEERING LS 1 $ 93,900.00 $ 93,900.00 2 MOBILIZATION AND DEMOBILIZATION LS 1 $ 805.789.79 $ 805,789.79 3 CLEARING RIGHT OF WAY LS 1 S 112,567.40 $ 112,567.40 4 TRAFFIC SIGNAL EQUIPMENT, REMOVE EACH 2 $ 3,200.00 $ 6,400.00 5 PAVEMENT REMOVAL SYS 23,693 5 7.18 S 170,115.74 6 GUARDRAIL, REMOVE LFT 1,107 S 3.42 $ 3,785.94 7 EXCAVATION, COMMON CYS 158.837 $ 11.00 $ 1,747,207.00 8 EXCAVATION, UNCLASSIFIED CYS 9,000 $ 10.00 $ 90,000.00 9 BORROW CYS 10,355 $ 0.10 $ 1,035.50 10 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 30 S 125.00 $ 3,750.00 11 TEMPORARY CHECK DAM, REVETMENT RIPRAP TON 64 $ 28.00 $ 1,792.00 12 TEMPORARY DITCH INLET PROTECTION EACH 17 $ 85.00 $ 1,445.00 13 TEMPORARY SEDIMENT TRAP TON 62 $ 28.00 $ 1.736.00 14 TEMPORARY SILT FENCE LFT 1,300 $ 1.15 '$ 1,495.00 15 FILTER TUBE, 18 IN. LFT 57 $ 29.26 $ 1,667.82 16 SUBGRADE TREATMENT; TYPE I SYS 84.467 $ 3.90 $ 329.421.30 17 STRUCTURE BACKFILL, TYPE 1 CYS 15.885 $ 18.50, $ 293,872.50 18 STRUCTURE BACKFILL, TYPE 2 CYS 391 $ 30.00 $ 11,730.00 19 COMPACTED AGGREGATE, NO. 53, BASE TON 16,949 $ 20.89 $ 354.064.61 20 SUBBASE FOR PCCP CYS 2,868 $ 42.82 '$ 122,807.76 21 COMPACTED AGGREGATE NO. 53, TEMPORARY FOR DRIVEWAYS TON 280 $ 83.18 $ 23,290.40 22 WIDENING WITH HMA, TYPE C TON 44 $ 91.72 $ 4,035.68 23 MILLING, ASPHALT-, 1 112 IN. SYS 8.289 $ 2.30 $ 19,064.70 24 MILLING, ASPHALT. 7 112 IN. SYS 403 $ 34.47 $. 13,891.41 25 PROFILOGRAPH, HMA LS 1 $ 4,512.80 $ 4,512.80 26 HMA SURFACE, TYPE A TON 49 $ 75.29 S 3,689:21 27 HMA SURFACE, TYPE C TON 1,291 $ 78.33 $ 101,124.03 28 HMA INTERMEDIATE, TYPE A TON 151 S 62.37 $ 9,417.87 29 HMA INTERMEDIATE, TYPE C TON 2,151 S 46.43 $ 104,172.93 30 HMA INTERMEDIATE, OG, TYPE C TON 1,977 $ 62.65 $ 123.859.05 31 HMA BASE, TYPE C TON 5,047 $ 47.08 $ 237,612.76 32 HMA INTERMEDIATE, OG, TYPE 0 TON 6,111 $ 58.57 $ 357,921.27 33 HMA FOR TEMPORARY PAVEMENT TON 5,578 $ 68.79 $ 383,710.62 34 HMA SURFACE, TYPE D TON 1951 . $ 74.07 $ 366,720.57 "EXHIBIT A It) 35 HMA INTERMEDIATE, TYPE D TON 5,133 $ 51.00 $ 261,783.00 36 HMA BASE, TYPE D TON 21,942 $ 43.57 $ 956,012.94 37 HMA WEDGE AND LEVEL, TYPE D TON 1 $ 421.03 $ 421.03 38 ASPHALT FOR TACK COAT TON 56 $ 647.80 $ 36.276.80 39 CORING, PCCP LS 1 $ 4.152.17 $ 1,152.17 40 PCCP, 12 IN. SYS 11,471 $' 41.33 $ 474,096.43 41 PCCP TRUCK APRON, 71N. SYS 766 S 42.46 $ 32.524.36 42 PCCP, 7:51N. SYS 53 $ 91.68 $ 4.859.04 43 PCCP, 4 IN. SYS 1,154 $ 41.60 $ ' 48,006.40 44 D-1 CONTRACTION JOINT LFT 7,362 S 10.48 $ 77,153.76 45 RIGID INSULATION, 21N. SFT 2,949 S 5.40 $ 15.924.60 46 CONCRETE IMPRINTING $FT 17,280 $ 4.50 S 77,760.00 47 GUARDRAIL TRANSITION TYPE TGB EACH 1 $ 1,974.00 S 1,974.00 48 GUARDRAIL, STEEL CURVED TERMINAL END SECTION EACH 3 S 67.60 $ 202.80 49 IMPACT ATTENUATOR, R2, WI. TL-3 EACH 2 $ 13,950.00 S 27,900.00 50 IMPACT ATTENUATOR, R2, W2. TL-3 EACH 4 $ 13,950.00 $ 55,800.00 51 GUARDRAIL, W-BEAM, NESTED EACH 2 S 2,973.00 S 5,946.00 52 IMPACT ATTENUATOR, LS, W l. TL-1 EACH 1 $ 9,650.00 $ 9,650.00 53 GUARDRAIL END TREATMENT, OS. EACH 2 $ 2,129.00. $ 4,258.00 54 GUARDRAIL, W BEAM, 6 FT. 3 IN. SPACING LFT 1,925 $ 16.81 $ 32,359.25 55 GUARDRAIL TRANSITION, VH, 6 FT. 3.IN. SPACING EACH 1 $ 157.80 $ 157.80 56 ORNAMENTAL RAILING LFT 729 $ 118.77 $ 86,583.33 57 BARRIER DELINEATOR EACH 109 $ 7.25 $ 790.25 58 MODIFIED REINFORCED CONCRETE BARRIER WALL 1,693 S 260.00 $ 440,180.00 59 FENCE, FARM FIELD, 47 IN. Fr 2,499 $ 5.40 $ 13,494.60 60 CURB RAMP, CONCRETE, C j 163 $ 123.70 $ 20,163.10 61 CURB RAMP, CONCRETE, D 7 $ 123.74 S 866.18 62 CURB RAMP, CONCRETE, F 18 S 123.68 $ 2,226.24 63 CURB RAMP, CONCRETE, G SYS 48 $ 123.71 $ 5,938.08 64 CURB RAMP, CONCRETE, H SYS 67 $ 123.70 $ 8,287.90 65 CURB RAMP, CONCRETE, K SYS 81 $ 123.71 $ 10,020.51 66 CURB RAMP, CONCRETE, L SYS 33 $ 123:70 S 4,082.10 67 CURB RAMP, CONCRETE, KH SYS 31 $ 123.71 $ 3,835.01 68 CURB RAMP, CONCRETE, DI SYS 40 $ 123.71 $ 4,948.40 69 CURB RAMP, CONCRETE, D2 SYS 7 $ 123.74 $ 866.18 70 CURB RAMP, CONCRETE. D3 SYS 18 $ 123.68 $ 2,226.24 71 SIDEWALK, CONCRETE, 4IN. SYS 1,072 S 42.35. $ 45,39120 72 CURB, INTEGRAL, CONCRETE LFT 798 $ 31.90 $ 25,456.20 73 CURB, INTEGRAL, B. CONCRETE LFT 1,272 $ 13.89 $ 17,668.08 "EXHIBIT 013 74 CURB, CONCRETE„MODIFIED LFT 1,087 $ 26.84 $ 29,175.08 75 CURB AND GUTTER, 8, CONCRETE LFT 997 $ 11.78 S 11,744.66 76 CURB AND GUTTER, 8, CONCRETE, MODIFIED LFT 9,860 $ 10.00 $ 98.600.00 77 CURB TURNOUT LFT 7 S 80.56 $ 563.92 78 CURB AND GUTTER, CONCRETE, ROLL LIFT 837 $ 23.91 $ 20,012.67 79 PAVED SIDE DITCH, A LFT 1,881 $ 26.00 S 48,906.00 80 HMA FOR APPROACHES. TYPE A TON 311 $ 105.84 $ 32,916.24 81 MAILBOX ASSEMBLY, SINGLE EACH 1 $ 143.90 $ 143.90 82 GEOTEXTILES SYS 191 $ 2.15 $ 410.65 83 RIPRAP, CLASS 1. TON 24 $ 75.00 $ 1,800.00 84 RIPRAP, REVETMENT TON 120 $ 28.00 $ 3;360.00 85 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 $ 400.00 $ 800.00 86 MULCHED SEEDING, T. CONVENTIONAL MIX SYS 9,564 $ 0.32 S 3,060.48 87 EROSION CONTROL BLANKET SYS 2,850 $ 1.13 S 3,220.50 88 FERTILIZER TON 2 $ 1,375.00 S 2,750.00 89 SEED MIXTURE, U LBS 593 5 2.56 $ 1,518.08 90 MULCHING MATERIAL TON 8 $ 340.00 $ 2,720.00 91 WATER kGAL 366 $ 1.00 $ 366.00 92 TOPSOIL CYS 20,499 $' 6.25 S 128,118.75 93 SODDING, NURSERY SYS 12,294 $ 2.88 $ 35,406.72 94 IRRIGATION CONDUIT LFT 1,000 $ 12.00. $ 12.000.00 95 CORED HOLE IN CONCRETE EACH 1 $ 450.36 $ 450.36 96 CONCRETE BRIDGE RAILING TRANSITION; TPS-2 EACH 1 $ 7,350.00 $ 7,350.00 97 REINFORCED CONCRETE MOMENT. SLAB, 121N. SYS 4,481 $ 92.50 $ 414.492.50 98 MODIFIED 331N. BRIDGE RAIL - TYPE I LFT 4,221 $ 92.50 $ 390,442.50 99 MODIFIED 33 IN, BRIDGE RAIL - TYPE II LFT 118 $ 132.50 S 15,635.00 100 CUT WALL, A SFT 14,066 $ 55.00 $ 773,630.00 101 CUT WALL, 8 SFT 14,249 $ 55.00 $ 783,695.00 102 CUT WALL, C SFT 7,129 $ 95.00 $ 677,255.00 103 CUT WALL, D SFT 6,355 $ 115.00 S 730,825.00 104 CUT WALL, H SFT 13,168 $ 48.00 $ 632,064.00 105 CUT WALL, I SFT 14,170 $ 49.00 $ 694,330.00 106 SEAL COAT, GRAFFITI RESISTANT SFT 91,476 $ 0.44 S 40,249.44 107 SURFACE SEAL SFT 66,955 $ 0.32 $ 21,425.60 108 CULVERT, PRECAST BOX, REINFORCED CONCRETE, 8 FT. X8 FT. LFT 190 $ 640.89 S 121,769.10 109 PIPE END SECTION, 361N. EACH 1 $ 1,275.00 $ 1,275.00 110 PIPE, CIRCULAR, 361N. LIFT 1,162 S 71.00 S 82,502.00 Ill PIPE, TYPE 4, CIRCULAR, 6IN. LFT 13,243 $ 3.65 $ 48,336.95 112 PIPE, UNDERDRAIN OUTLET, 61N: LFT 347 .$ 12.00 $ 4,164.00 "EXHIBIT.. ? `?? c3 113 PIPE, CIRCULAR, 12 IN. LFT 800 $ 32.00 $ 25,600.00 114 PIPE, CIRCULAR, 15 IN. LFT 3,305 $ 40.00 $ 132,240.00 115 PIPE, CIRCULAR, 181N. LFT 2,473 S 42.00 S 103,866.00 116 PIPE, CIRCULAR, 241N. LFT 1,035 $ 50.00 S 51,750.00 117 PIPE. CIRCULAR, 301N. LFT 741 $ 64.00 S 47,424.00 118 PIPE, CIRCULAR, 42 IN. LFT 2,352 $ 82.00 $ 192,864.00 119 STORMWATER TREATMENT SYSTEM, TYPE II EACH 1 $ 35,000.00 $ 35,000.00 120 VIDEO INSPECTION FOR PIPE LFT 11,869 $ 2.00 $ 23.738.00 121 OUTLET PROTECTOR, 1 EACH 6 S 815.00 $ 4,890.00 122 OUTLET PROTECTOR, 2 EACH 1 S 485.00 $ 485.00 123 VIDEO INSPECTION FOR UNDERDRAINS LFT 3,000 $ 1.00 S 3.000.00 124 AGGREGATE FOR UNDERORAINS CYS 1,235 $ 32.00 S 39.520.00 125 GEOTEXTILES FOR UNDERDRAIN SYS 17,810 $ 1.00 $ 17,810.00 126 A2000 6 IN. PVC, PERFORATED LFT 8,034 S 5.10 S 40,973.40 127 MANHOLE, J10 EACH 3 $ 3,300.00 $ 9,900.00 126 CATCH BASIN, HA5 EACH 14 $ 1.950.00 $ 27,300.00 129 INLET, HA5 EACH 8 S 1,900.00 $ 15200.00 130 CASTING, ADJUST TO GRADE EACH 8 $' 760.00 $ 6,080.00 131 CASTING, 4, FURNISH EACH 1 $ 1,200.00 $ 1,200.00 132 CAP INLET EACH 1 $ 325.00 $ 325.00 , E7 EACH 2' $ 1,400.00 $ 2,800.00 , J10 EACH 3 $ 1,440.00 $ 4,320.00 , M10 EACH 7 S 1,750.00 $ 12,250.00 , R13 EACH 1 $, 2,075.00 S 2,075.00 H BASIN, K10 E EACH 6 S 1,700.00 $ 10,200.00 HOLE, C4 EACH 23 $ 1,700.00 $ 39,100.00 CTURE, MANHOLE, RECONSTRUCT LFT 7 S ;540.00 $ 3.780.00 HOLE, L4 EACH 1 $ 5,300.00 $ 5,300.00 HOLE, C10 tMANHOLE,C10 EACH 3 $ 2,200.00 $ 6,600.00 142 MANHOLE, K4 EACH 6 $ 3,600.00 S 21 ,600.00 143 BYPASS MANHOLE, K4 EACH 1 $ 6,900.00 $ 6,900.00 144 MANHOLE, J4 EACH 13 S 3,800.00 S 49.400.00 145 MANHOLE, C7 EACH 2 $ 2,000.00 S 4,000.00 146 MANHOLE, 1-7 EACH 1 S 6,000.00 $ 6,000.00 147 INLET, C15 EACH 4 $ 2,000.00 $ 8,000.00 148 CATCH BASIN, C15 EACH 6 $ 2,100.00 $ 12,600.00 149 MASONRY COATING SFT 66,955 $ 1.15 $ 76,998.25 150 CONCRETE STAINING SFT 24,521 $ 7.70 b 188,811.70 151 FACE PANELS. CONCRETE SFT 92,704 $ 18.35 $ 1,701,118.40 "EXHIBIT A yl1-5 „ 152 WALL ERECTION SFT 92,704 S 1715 $ 1,645,496.00 153 LEVELING PAD,. CONCRETE LFT 7,035 $ 74.75 $ 525,86625 154 COARSE AGGREGATE, NO. 8 TON 12,676 S 19.61 $ 248.576.36 155 CONSTRUCTION SIGN, C EACH 10 $ 200.00 S 2,000.00 156 ROAD CLOSURE SIGN ASSEMBLY EACH 12 $ 275.00 $ 3,300.00 157 ENERGY ABSORBING TERMINAL. CZ EACH 3 S 5,300.00 $ 15.900:00 158 TEMPORARY PAVEMENT MARKING, REMOVABLE. 41N. LFT 26,816 S 0.70 S 18,771.20 159 TEMPORARY PAVEMENT MESSAGE MARKING, REMOVABLE, LANE EACH 12 $ 40.00 $ 480.00 160 TEMPORARY PAVEMENT MESSAGE MARKING; REMOVABLE, WORD EACH 7 $ 75.00 S 525.00 161 TEMPORARY TRANSVERSE PAVEMENT MARKING, 24 IN. LFT 109 $ 5.00 S 545.00 162 TEMPORARY PAVEMENT MARKING, REMOVABLE, 81N. LFT 4,851 S 2.00 S 9,702.00 163 DETOUR ROUTE MARKER ASSEMBLY EACH 45 $ 100.00 $ 4,500.00 164 CONSTRUCTION SIGN, A EACH 60 $ 175.00 $ 10,500.00 165 CONSTRUCTION SIGN, B EACH 2 $ 50.00 $ 100.00 166 FLASHING ARROW SIGN DAY 5D0 S 6.00 $ 3,000.00 167 MAINTAINING TRAFFIC LS 1 S 187,473.64 $ 187,473.64 168 BARRICADE, III-A LFT 204 $ 14.00 $ 2,856.00 169 BARRICADE, III-B LFT 144 $ 14.50 $ 2,088.00 170 TEMPORARY TRAFFIC BARRIER, TYPE 2 LFT 7,189 $ 25.81 $ 185,548.09 175 TEMPORARY TRAFFIC BARRIER, TYPE 2, ANCHORED LFT 4,347 $ 10.79 $ 46,904.13 172 TEMPORARY CHANGEABLE MESSAGE SIGN EACH 2 $ 12,000.00 $ 24.000.00 173 TEMPORARY TRAFFIC SIGNAL LS 3 S 10,300.00 $ 30,900.00 174 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 864 $ 13.00 $ 11,232.00 175 SIGN, PANEL, WITH LEGEND SFT 283. $ 19.00 $ 5,377.00 176 SIGN, SHEET, RELOCATE EACH 10 $ 25.00 S 250.00 177 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.080 IN. SFT 360 S 15.00 $ 5,400.00 178 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.100 IN. SFT 338 S 16.00 $ 5,408.00 179 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND. 0.125 IN. SFT 20 S 1.00 $ 20.00 180 STRUCTURAL STEEL,.BREAKAWAY LBS 1,560 $ 3.00 $ 4,680.00 181 DECORATIVE SURROUND, SUPPORTS, AND ASSEMBLY, INSTALLED EACH 7 $ 1,200.00 8 400.00 182 DECORATIVE STREET-SIGN ASSEMBLY DIRECTIONAL, INSTALLED EACH 8 S 1;525.00 2,200.00 L$==l 183 DECORATIVE SIGN ASSEMBLY, REMOVE AND RELOCATE EACH 4 S 375.00 $ 1;500.00 184 TRANSPORTATION OF SALVAGEABLE SIGNAL EQUIPMENT EACH 2 $ 1,050. 0 185 WIRE, NO. 4 COPPER, IN PLASTIC DUCT; IN PLASTIC CONDUIT, 4 I/C LFT 3,031 S 7. 5 186 CONDUIT, PVC, 21N, LFT 3,483 $ 5. 5 M 187 WIRE, NO. 4 COPPER, IN PLASTIC DUCT, IN PLASTIC CONDUIT, IN STEEL LFT 452 $ 7. 0 $3.277.00 186 CONDUIT, STEEL, GALVANIZED, 21N. LFT 1,167 $ 11. 0 189 WIRE, NO. 4 COPPER, IN PLASTIC DUCT, IN STEEL CONDUIT, 4 1/C LFT 715 $ 7. 5 190 HANDHOLE, LIGHTING EACH 20 $ 925.00 $ 18,500.00 "EXHIBIT. -A 6??3 9$ 191 LIGHT STANDARD FOUNDATION, 3 FT. DIA X 8 FT. EACH 54 5 990.00 $ 53,460.00 192 JUNCTION BOX EACH 4 $ 500.00 S. 2,000.00 193 WIRE, NO. 4 COPPER, IN PLASTIC DUCT, IN TRENCH, 4 1IC LFT 8,105 $ 7.25 $ 58,761.25 194 UNDERPASS CIRCUIT INSTALLATION, 1 LUMINAIRE EACH 4 S 975.00 S 3.900.00 195 SERVICE POINT. It EACH 4 $ 5,650.00 $ 22,600.00 196 TRANSITION FITTINGS, GALVANIZED STEEL CONDUIT TO PLASTIC CABLE EACH 2 $ 5.00 5 10.00 197 CONNECTOR KIT,.UNFUSED EACH 58 $ 31.00 $ 1,798.00 198 CONNECTOR KIT, FUSED EACH 58 $ 31.00 S 1,798.00 199 MULTIPLE COMPRESSION FITTING, NON-WATERPROOFED EACH 108 S 12.00 $ 1,296.00 200 MULTIPLE COMPRESSION FITTING; WATERPROOFED EACH 60 $ 15.00 $ 900.00 201 INSULATION LINK, NONWATERPROOFED EACH 116 $ 11.00 $ 1,276.00 202 INSULATION LINK, WATERPROOFED EACH 96 $ 15:00 $ 1.440.00 203 CABLE DUCT MARKER EACH 24 S 105.00 S 2,520.00 204 POLE CIRCUIT CABLE. 1 C NO. 10 STRANDED COPPER LFT 4,140 $ 0.50 $ 2,070.00 205 CABLE INTERDUCT LFT 1,885 $ 14.00 $ 26,390.00 206 HANDHOLE EACH 8 $ 925.00. $ 7,400.00 207 DECORATIVE LIGHT POLE- ASSEMBLY, REMOVE AND RESET EACH 1 $ 2,600.00 $ 2.600.00 208 LUMINAIRE, ROADWAY, METAL HALIDE, 250 WATT, PORT HURON EACH 44 $ 1,375.00 S 60.500.00 209 LUMINAIRE, ROADWAY, METAL HALIDE, 250 WATT, MONGOOSE EACH 18 S 875.00 $ 15,750.00 210 LUMINAIRE. UNDERPASS, WALL MOUNTED, METAL HALIDE, 150 WATT EACH 4 5 850.00 S 3,400.00 211 LIGHT FOUNDATION, BRIDGE MOUNT, WITH GROUNDING EACH 9 S 270.00 $ 2,430.00 212 LIGHT POLE, 30 FT. E.M.H. 1.5 FT. MAST ARM, BREAKAWAY BASE EACH 18 $ 1,700.00 $ 30.600.00 213 LIGHT POLE, 30 FT: E.M.H.8 FT. MAST ARM, TRANSFORMER BASE, DECORATIVE Poi r MAST ARM AND BASE EACH 35 $ 600.00 $ 238,000.00 214 LIGHT POLE, 15 FT. E.M.H. 4 FT. MAST ARM, TRANSFORMER BASE, EACH 9 $ 5,600.00 5 50,400.00 215 PAVEMENT MESSAGE MARKINGS, REMOVE EACH 22 S 60.00 $ 1,320.00 216 LINE, EPOXY. BROKEN, WHITE; 4 IN. LFT 900 S 0.67 $ 603.00 217 TRANSVERSE MARKINGS. THERMOPLASTIC, CROSSWALK, WHITE, 241N. LFT 910 $ 3.50 $ 3,185.00 218 LINE, EPOXY, SOLID, WHITE, 41N. LFT 5,647 0.67 $ 783.49 219 LINE, EPOXY, SOLID, YELLOW, 4 IN. LFT 6,648 454.16 220 LINE, THERMOPLASTIC, BROKEN, WHITE, 41N. LFT 4,185 M 464.75 221 LINE, THERMOPLASTIC, SOLID, WHITE, 41N, LFT 13,467 309.44 222 LINE, THERMOPLASTIC, SOLID, WHITE, 81N. LFT 3,950 56250 223 LINE, PAINT, BROKEN, WHITE, 41N, LFT 1,993 5 0.15 $ 298.95 224 LINE, PAINT. SOLID. WHITE, 4 IN. LFT 13,509 $ 0.15 $ 2,026.35 225 LINE, PAINT, SOLID, YELLOW, 41N. LFT 10,578 S 0.15 $ 1,586.70 226 LINE,. REMOVE LFT 26,701 $ 0.40 $ 10,680.40 227 LINE, EPOXY, SOLID, WHITE, 6 IN. LFT 629 $ 0.90 $ 566.10 228 PAVEMENT MESSAGE MARKINGS, EPOXY, FISHHOOK INDICATION ARROW EACH 24 $ 436.00 S 10,464,00 229 LINE, THERMOPLASTIC, SOLID, WHITE, 6 1N. LFT 1,747 $ 1.00 S 1,747.00 230 LINE, THERMOPLASTIC, BROKEN, YELLOW, 4 IN. LFT 87 $ 0.32 $ 27.84 231 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 15,855 $ 0.32 S 5,073.60 232 TRANSVERSE MARKINGS, THERMOPLASTIC. SOLID, WHITE, CROSSHATCH 24 IN LFT 499 $ 2.50 $ 1,247.50 - 233 TRANSVERSE MARKINGS, THERMOPLASTIC, SOLID. YELLOW, CROSSHATCH 12 IN LFT 95 E 1.25 S 118.75 234 TRANSVERSE MARKINGS. THERMOPLASTIC, STOP LINE, 24 IN. LFT 106 $ 10.00 $ 1,060.00 235 TRANSVERSE MARKINGS, THERMOPLASTIC. 'SHARKS TEETH- LFT 255 $ 3.00 $ 765.00 236 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC. LANE INDICATION EACH 19 5 50.00 $ 950.00 237 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, SYMBOL (BIKE) EACH 3 $ 100.00 5 300.00 238 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, WORD (ONLY) EACH 2 S 100.00 $ 200.00 239 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, FISHHOOK EACH 16 $ 100.00 $ 1,600.00 240 SNOWPLOWABLE RAISED PAVEMENT MARKER EACH 515 $ 1.00 $ 515.00 241 LINE, THERMOPLASTIC, SOLID, YELLOW, B IN. LFT 480 S L00 5 480.00 242 LINE, THERMOPLASTIC, BROKEN, WHITE, 6 IN., 3FT STRIPE- 3FT GAP LFT 405 S 1.00 S 405.00 243 LINE, THERMOPLASTIC, BROKEN, WHITE, 121N., 3FT STRIPE -3FT GAP LFT 272 S 2.D0 $ 544.00 244 LINE,.PAINT, DOTTED, WHITE: 41N. LFT 57 $ 0.30 $ 17.10 245 RETAINING WALL MOCK UP LS 1 $ 18,875.00 S 18,875.00 246 BRIDGE RAIL MOCK UP LS 1 $ 8;750.00 $ 8,750.00 247 FLAT-WORK MOCK UP LS 1' $ 8,860:16 5 8,860.16 248 FORMUNER, WALL PANELS SFT 92,704 $ 0.12 S 11,124.48 249 FORMLINER, MODIFIED 331N. BRIDGE RAIL, TYPE 18 11, REAR FACE LFT 4,339 $ 10.50 $ 45,559.50 250 FORMLINER, REINFORCED CONCRETE BARRIER WALL, REAR FACE LFT 1,693 $ 16.50 $ 27.934.50 STRUCTURE NO. 1 .116TH STREET- BRIDGE ITEMS 251 CONSTRUCTION ENGINEERING LS 1 $ 6,335.00 $ 6,335.00 252 MOBILIZATION AND DEMOBILIZATION L$ i b 91,760.00 $ 91,760.00 253 EXCAVATION. DRY CYS 148 S 51.00 S 7,548.00 254 B BORROW CYS 49 $ 43.00 S 2.107.00 255 AGGREGATE FOR END BENT BACKFILL CYS 281 $ 42.00 $ 11,802.00 256 DENSE GRADED SUBBASE. CYS 63 $ 56.00 S 3,528.00 257 CONCRETE IMPRINTING SFT 13,646 S 4.50 $ 61,407.00 258 ORNAMENTAL HANDRAIL LFT 798 $ 118.77 $ 23,516.46 259 CURB INTEGRAL CONCRETE LFT 201 S 32.00 S 6,432.00 260 REINFORCED CONCRETE BRIDGE APPROACH SLAB, 121N. SYS 392 $ 124.00 $ 48,608.00 261 GEOTEXTILES SYS 599 S 4.30 $ 2,575.70 262 DYNAMIC PILE LOAD TEST EACH 2 $ 6,000.00 $ 12.000.00 263 TEST PILE RESTRIKE EACH 2 $ 3,000.00 $ 6,000.00 264 TEST PILE EACH 2 $ 1,000.00 $ 2,000.00 265 PILE TIP. STEEL H EACH 108 $ 115.00 $ 12,420.00 266 PILE, STEEL H HP 12 X 74 LFT 9.140 $ 50.00 $ 457,000.00 267 CONCRETE, A, SUBSTRUCTURE CYS 362 S 430.00 $ 155,660,00 "EXHIBIT---IV I ?J 99 268 CONCRETE, B. FOOTINGS CYS 148 S. 22200. $ '32,856.00 269 REINFORCING BARS' .L85 103,873 0.75 5 77,904.75 270. REINFORCING BARS! EPOXY COATE D. 'LEE 283,720. 5 0.85 S 241,162.00 271 CONCRETF.'D SUPERSTRUCTURE 'CYS 1557 '$ 350.00 S 544,950.00 272 CONCRETE, C RAILING CYS 41 $ .906.00 $ 36,900.00 273 STRUCTURAL MEMBERS. CONCRETE .I-BEAM, 11, 361N X 12 IN LFT 2,532 $ 64.00 $ 212,688.00 274 SURFACE SEAL SFT .. 22,079 $ 0.50 $ ,00 11,035 275 ANCHOR PLATES?,AP1 EACH 900 5 5600 $ 5.60040 276 MASONRY COATING'- EFT 7,080 S 125 S 6,850,00. 277 CONDUIT, PVC, 21N. LFT 206 $ 9 50 S 1,976.00 278 CONCRETE STAINING 'SET 2ZO 5 8.10' $ 1,782.00 279 STREET NAME SIGN. BRIDGE MOUNTED; DECORATIVE EACH 2 '$ '692.00 5 1.394.00 280 FORMLINER?SPECIALTY, CnY-SEAL EACH 2. S ;330.00 S 660.00 281 FORMLINER. BRDIGE RAIL. FRONT FACE LFT 200 $ 22-00 $ Q400.00 262 FORMl1NER--BRDIGE RAIL, REAR FACE LET' 260 $ 22.00 5 4.400.00 STRUCTURE NO, 2 . CARMEL DRIVE - BRIDGE ITEMS 283 CONSTRUCTION ENGINEERING CSI 1 S' 6.336,03 $ 6,33803 284 MOBILIZATION AND DEMOBILIZATION u5 .1 $ 91,760.00 $ 91.760.00 285 EXCAVATION;:ORy 'CYS ],j2 $ .51.00 286 B BORROW CYS 38 287 AGGREGATE FOR ENOBENTBACKFILL CYST 221 $ 46100 E 288 DENSEGRADED SUBBASE CYS 59 5 58.00 $3.422.00 289 CONCRETE IMPRINTING SET 9483 5 4.5D 290 ORNAMENTAL HANDRAIL LET 201 $ 1:18.77 281 CURB, INTEGRAL, CONCRETE LET •191 $' •.36.00 S, 7,256.00 292 REINFORCED CONCRETE BRIDGE APPROACH SLAB, 12 IN.' SYS' 369 $' 13300 $ 293 GEOTEXTILES SYS 484 $ .4133 294 DYNAMIC PILE LOAD TEST EACH 2 6,OD0.00 295 TEST PILE,RESTRIKE EACH 2 S 3,00000 216 TESTPILE EACH 2 5 1,000.00 297 PILE' TIP. STEEL H EACH 86 S 115.00 $ 9,890:00 298 PILE: STEEL Ht HP 12X 74 LET- 7,300 $' 50.00 $. 365,000.00 299 CONCRETE. A. SUBSTRUCTURE CYS 2g1 '$ 4fi0.00 'S ?33,Bfi0,00 300 CONCRETE S..F007INGS CYS '119 $ `220-00 ?$ 261180:00 301 REINFORCING EARS LBS 74,052 $' 0:75' S' 55.53900 302 REINFORCING BARS. EPOXY COATED. LBS '247,640 $ 0.85 $' 210494,00 303 CONCRETE C. SUPERSTRUCTURE CYS 1j161 $ 366.00'. 5' 424,926,00 304 CONCRETE.C,.RAICING CYS, 39 5 •1000.00 5L 39,00100 305 STRUCTURAL MEMBERS. CONCRETE 1-BEAM d1:?36.IN`X 12 IN LIFT .2',054 S 79'00 S 1621256.00 6EEX 9@?, _?._.l._qL0 Y9 306 SURFACE SEAL SFT 20,040 $ 0.50 $ 10,020.00 307 ANCHOR PLATES AP1 EACH 80 $ 56.00 $ 4,480.00 308 MASONRY COATING SFT 7.030 S 1.25 $ 8.787.50 309 CONDUIT. PVC. 21N, LFT 211 $ 9.00 $ 1,899.00 310 CONCRETE STAINING SFT 224 $ 8.10 $ 1,814.40 311 STREET NAME SIGN, BRIDGE MOUNTED. DECORATIVE EACH 2 $ 697.00 $ 1,394.00 312 FORMLINER, SPECIALTY, CITY SEAL EACH 2 $ 330.00 $ 660.00 313 FORMLINER, BRDIGE RAIL, FRONT FACE. LFT 203 $ 22.00 $ 4,466.00 314 FORMLINER. BRIDGE RAIL REAR FACE LFT 203 $ 22.00 $ 4,466.00 315 WIDE FLANGE SIGN POST SUPPORT FOUNDATION. VII EACH B $ 241.00, $ 1,928.00 316 LINE PAINT DOTTED YELLOW, 4IN. LFT 25 S 0:30 $ 7.50 323 CURB AND GUTTER, TYPE II LFT 3,846 $ 12.37 S 47,575.02 324 CURB AND GUTTER, TYPE III LFT 1,498 S 17.66 S 26.454.68 325 CURB, CONCRETE, STRAIGHT LFT 854 $ 17.34 S 14,808.36 326 RETROFITTED TIE BARS EACH 751 $ 13.80 $ 10,363.80 327 PRICE ADJUSTMENT FOR ORNAMENTAL RAILING MATERIAL LFT 1,128 $ (27.64) $ (31,177.92) 328 CONCRETE, A, UNDISTRIBUTED, FOR ABANDONED UTILITY CYD 20 $ 1.569.29 $ 31,385.80 BASE BID TOTAL: $ 25,351,380.00 SUBMITTED BY: Rieth - Riley Construction Co., Inc. ADDRESS: 1751 W. Minnesota St., Indianapolis, IN 46221 TITLE: Paul J. Tate, Regional VP - Central IN PART 3 CONTRACT ITEMS AND UNIT PRIM City of camel Project No. 07.08C Alternate Bid #1 Keystone Parkway and 116th. Sheet / Carmel Drive Interchanges DESCRIPTION ELS, CONCRETE UNIT SFT QUANTITY -92,704 UNIT PRICE No Bid TOTAL No Bid WALL. A. PRICE ADJUSTMENT FOR CAST IN PLACE RETAINING WALL LS T No Bid No Bid OD LAGGING F L, B, PRICE ADJUSTMENT FOR CAST IN PLACE RETAINING WALL LS 1 No Bid No Bid OD LAGGING. L, C, PRICEADJUSTMENT FOR CASINING WALL LS 1 No Bid No Bid 319 OD LAGGING WALL, D, PRICE ADJUSTMENT FOR CAST IN PLACE RETAINING WALL CUT LS y No Bid No Bid 320 , WITH WOOD LAGGING CUT WALL, H, PRICE ADJUSTMENT FOR CAST IN PLACE RETAINING WALL LS j No Bid No Bid 321 WITH WOOD LAGGING CUT WALL, I, PRICE ADJUSTMENT FOR CAST IN PLACE RETAINING WALL LS 1 No Bid No Bid 322 WITH WOOD LAGGING ALTERNATE BID #1 TOTAL: No Bid SUBMITTED BY: Rieth - Riley Construction Co., Inc. SIGNA R TITLE: Paul J Tate Regional VP - Central IN ADDRESS: 1751 W. Minnesota St., Indianapolis, IN 46221 jrl /? 99 II "EXHIBIT PART-3 CONTRAQ1 ITEMS AND UNIT PRICE1 City 6f,0armel PruJect No. a---686 Alternate 81d 02 Keystone Parkway and 116th StmOt/ Carmel Arlie IntolcB4nges ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE' TOTAL N0. 1A EXCAVATION, COMMON CYS 547 S. 20.00 $ 10,940.00 EROSION AND SEDIMENT GONTRpL;CURB'INLEf TEMPORARY EACH 3' $ 125.00 $ 375.00 2A , 3A TEMPORARY DITCH INLET PROTECTION. EACH i' $ 64:99 S 84.98° 4A STRUCTURE BACKRLL._ TYPE-1 CYS. 37 $ 2000 S', 740,00 CYS 37 1$ 60.00 S. 2960.00 SA SUBBASE FOR.PCCP 6A HMA SURFACE TYPE 'C TONS 101 $'. 78.34 S 7.912.341 7A HMAINTERMEDIATE TYPE C TONS 82 S' .48.44. S 3,972.08 6A HMA, INTERMEDIATE. OG.,TYPE'C TONS 75 ,.S 62.55 $ 4,698-75 TONS 214 $ 47.08 5 10,075.12 9A HMA BASE, TYPE C " SYS 147 S 46'00 $ 61762.00 10A.. PCCP, 12 CURB, INTEGRAL, B, CONCRETE LFT 120 S 13.89 $ 1,666.80 MULCHEDSEEDING,T, CONVENTIONAL MIX ..SYS 160 $ U.32 $ 51.20 TON 1 S 00 laA p FERTILIZER, LBS 9 $ 2.55 $ SEED MIXTURE, U TON' 1 $ 3400 $ 340.00 5A MULCHING MATERIAL kG.AL 1 S •100 S 7.00 tfiA WATER CY51 8 $ 20.00 $ 16000 17A TOPSOIL SYS 211 $ 3;43 S 723.73 18A SODDING,. NURSERY ' LF7 S 4560.00 19A . CIRCULAR. 15114 PIPE. 20A - VIDEO INSPECTION FOR PIPE LFT S: 18900 EACH' $ 0A .210 INLET; M10 A EACH 1;700.00 22A CATCH BASINK10 EACH 2 S S '500.00 230 CONSTRUCTIONSIGN, A LFT 48 20.00 $ 960.00 240 BARRICADE, III-A 25A SIGN POST. SQUARE; I, REINFORCED ANCHOR SASE LFT 112 17,00 $ 1.904.00 26A SIGN, SHEET;. ENCAPSULATED LENS WITH LEGEND. O.OBOJN, SFT 49 $ 27.00 ' S 1,323.00 270 SIGN,SHEEf. ENCAPSULATED LENS WITH CEGEND,'0,100 IN. SIFT .3 'S 27.00 .$ 87.00 20A DECORATIVE STREET. SIGN ASS EMBLY, DIREC7INAL, INSTALLED. EACH I `$ 1,837.00: .5 1.637.00 41N YELLOW ' LFT 21 $ 0.70. $ .14:70 29A , .,. EPOXY, SOflIDr LINE, 30A LINE,. EPOXY; SOLID., WHITE, 4 IN I:FT 261. S 070 $ X182:70 31A. LINE, rHERMOPLASTIC„ SOLID, WHITE, 4, IN. LFT 157 $ 0.55 S 8635 A IN YELLOW SOLID LFT 366 $ 055 S 101.30 32A. THERMOPLASTIC. , . , TRANSVERSEMARKiNGS;THERMOPLASTICiSOLID YELLOW. LIFT '33 $ 7.50 S 247.50 33A , 34A TRANSVERSE MARKINGS,.THERMOPLASTIC, STOP LINE, 241N: OFF 22 S 10.00 $ 220.00 5A THERMOPLASTIC: LANE INDICATION PAVEMENT MESSAGE' MARKINGS EACH 3 $ 150.00 S 459.00 3 . 99 2FDAMBIT 36A PAVEMENT MESSAGE MARKINGS. THERMOPLASTIC. WORD (ONLY) EACH 2 $ 217.00 $ 434.00 37A LINE, THERMOPLASTIC, SOLID, YELLOW, 81N. LIFT 219 $' 2.00 S 438.00 38A LINE, EPOXY. SOLID, WHITE, 81N. LFT 85 '$ 1.10 S 93.50 39A LINE, THERMOPLASTIC. BROKEN, WHITE, 4IN. IT LINE, T GAP) LFT 16 S 10.00 S 160.00 40A PAVEMENT MESSAGE MARKINGS, EPOXY, WORD (ONLY) EACH 1 $ 375.00 S 375.00 41A PAVEMENT MESSAGE MARKINGS, EPOXY LANE INDICATION EACH 1 $ 375.00 $ 375.00 42A CURB, CONCRETE, STRAIGHT LFT 673 S 17.34 $ 11,669.62 43A HMA WEDGE AND LEVEL. TYPE C TONS 26 $ 420.00 $ 10,920.00 44A PIPE END SECTION, 151N, EACH 1 S 700.00. S 700.00 45A RETROFITTED TIE BARS EACH 35 S 13.80 $ 483.00 46A SUBGRADE TREATMENT TYPEI SYS 742 $ 17.59 S 13.051.76 47A MILLING ASPHALT, .11I21N. SYS 811 $ 2.30 $ 1,865.30 48A ASPHALT FOR TACK COAT TON 1 S 600.00 $ 600.00 49A CAP INLET EACH 2 S 325.00. $ 650.00 50A SNOWPLOWABLE RAISED PAVEMENT MARKER EACH 4 $ 100.00 $ 400.00 ALTERNATE BID #2 TOTAL: $114,283.00 SUBMITTED BY: Rieth - Riley Construction Co., Inc. ADDRESS: 1751 W. Minnesota St., Indianapolis, IN 46221 7XHIBIT A (3 i 3 r? TITLE: Paul J. Tate, Regional VP - Central IN