Loading...
Walsh Contractors Co./Engr COIr1AC0-(.f -g al. 03. 10. 03 Walsh Contractors Company Engineering Department 2010 Appropriation #1920- 4470504; P.O. #21372 APPROVED ri. Contract Not To Exceed $11,746,734.00 i J 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 Walsh Contractors Company, an entity duly authorized to do business in the State of Indiana "Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services from Vendor using City budget appropriation number 920 4470504 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 Eleven Million Seven Hundred Forty Six Thousand Seven Hundred Thirty Four Dollars ($11,746,734.00) (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. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and /or quotations regarding same as were provided to Vendor by City and /or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Keystone Parkway and Main Street Interchange" (the `Project") received by the City of Carmel Board of Public Works and Safety on or about July 1, 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. 'L,E Docum®,,Pnluxmnol S. m 1ENGINEERING.201U CONTRACTORS COMPANY Oodc d: STN. doc: 1/22'2010 1214 PM1 Walsh Contractors Company Engineering Department 2010 Appropriation #920 4470504; P.Q. #21372 Contract Not To Exceed $11,746,734.00 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. 5.1 The Parties intend, and do hereby agree, to incorporate by reference the PG Asphalt Binder Material Cost Adjustment, as referenced in Special Provision 110( °SP 110 of the Project Manual for the Project. To the extent necessary, such adjustment will be reflected in line item #2 of the bid documents. 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 waming and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor; (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and /or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attomey 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. {L1E Ba..\My llu,vfm II U4o(tgon}l SmacIsNENGINEEIUNG1201fhWALS11 CONTRACTORS COMYA141 Goad, d Scr, .da:J,227010 12 14 PM.J Walsh Contractors Company Engineering Department 2010 Appropriation #920- 4470504; P.O. #21372 Contract Not To Exceed $11,746,734.00 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 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. ]Z: BYE'My D Don.racntskProllsmonal SVmcslENGINEERING1201OWALSH CONTRACTORS COMPANY Gooas k Sres doc 1/22/21)10 12 IS PM] Walsh Contractors Company Engineering Department 2010 Appropriation #920 4470504; P.O. #21372 Contract Not To Exceed $1 1,746,734.00 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: Michael McBride AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Walsh Contractors Company 2749 N. State Road 39 LaPorte, Indiana 46350 Telephone: 219- 324 -4320 E -Mail: bkoester @walshgroup,com ATTENTION: Brad Koester 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 Bn.aMy Durnmlt•Vit 'soma/ SirmaMEPIUMEERMG\OICIWALSH CONTRACTORS CQMPANY Gnahk S s.doc:IRL2DI 0 12:16 PM) Walsh Contractors Company Engineering Department 2010 Appropriation ##920- 4470504; P.O. #21372 Contract Not To Exceed $11,746,734.00 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, 2010, 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. rZ1213.1.:MN Doomovi PMC.uanol StnIcu1ENGINEEJUNGS2u1IMALSO Sc CONTRACTORS COMPANY Goa& Sr4.1,6 .I/ V20lO 12 I4 PMJ Walsh Contractors Company Engineering Department 2010 Appropriation #920- 4470504; P.O. 1421372 Contract Not To Exceed $11,746,734.00 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 WALSH CONTRACTORS COMPANY by and through its Board of Public Works and Safety By; By:, f James Brainard, Presiding Officer Authorized Signa ure Date: vi -3 1 Printed Name ary A Burke em. 73. -cd etcr--s Date: -JO i� i 's3 (2 H4.-,, y Title Lori S Watso., *'e ber FID/TIN: 3 D 3 .�Q Io Date: 3 ft o SSN if Sole Proprietor: ATTEST: Date: I D- 10 Aiana Cordray, IAMC, erk- Treasurer Date: a- 3 (a (2.kE Hawufp DncummWAof wwanal &rvuarENGU:EERINGL0MWALS21 CONTRACTORS COMPANY Gao116. Sg u.Axc I i12/201 012. 1 1 PM] PART 2 BID PROPOSAL 2.1 Base Bid 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, totar( pii)6 riitt uwu Twcz,i tau, �►?o j tL t k oilars 12 u 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. Alternate Bid 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 Cor act Items, total Eit'trsi 1t?tta.tom i i/ It 4tentSoc �bt Seuevt4,r1.>< -Act #erj Dollars ll 74-ie 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. 131D -3 PART 3 CONTRACT ITEMS AND UNIT PRICES Clty of Carme! Project No. 07-0SE Alternate 61 Bid Keystone Parkway and Main Street Interchange ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL NO• PRICE 1 CONSTRUCTION ENGINEERING T LS 1 5 CE10 X 500 4 040 2 PAYMENT ADJUSTMENT, PG ASPHALT BINDER DOL 1 51,00 $1.00 3 MOBILIZATION AND DEM081LIZATION LS 1 g717600-DI 711 xy 7 z pop. o 4 CLEARING RIGHT OF WAY LS 1 ✓A '434 S3s• r 5 TESTING FOR ASBESTOS EACH 3 $400.00 51200.00 6 TRAFFIC SIGNAL EQUIPMENT, REMOVE j EACH 1 $3,188.00 $3,168.00 7 PAVEMENT REMOVAL E SYS 15,705 55.50 $86,377.50 8 GUARDRAIL, REMOVE LFT 689 84.00 $2,676.00 9 HOUSES AND BUILDINGS, PARCEL NO. 66, REMOVE LS 1 535,000.00 535,000,00 10 HOUSES AND BUILDINGS, PARCEL NO. 74, REMOVE LS 1 $35,000.00 535,000.00 11 HOUSES AND BUILDINGS, PARCEL ND. 75, REMOVE LS 1 535,000.00 535,000.00 12 EXCAVATION, COMMON CYS 124,509 $8.54 $1,075,757.76 13 EXCAVATION, UNCLASSIFIED $5.50 845,477.00 CYS 8,814 14 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET EACH $150.00 $5.400.00 PROTECTION ACH 38 15 TEMPORARY CHECK DAM, REVETMENT RIPRAP TON 52 $133.68 56,951.36 16 TEMPORARY DITCH INLET PROTECTION EACH 17 $164.46 52,795,82 17 TEMPORARY SEDIMENT. TRAP $26.16 52,877.60 TON 110 18 TEMPORARY SILT FENCE LET 491 $266 51,404.28 19 TEMPORARY FILTER TUBE, 18 IN, LFT 707 $5,356,13 20 SUBGRADE TREATMENT, TYPE IA SYS 39,0D3 54.28 $166,932.84 21 8 BORROW CYS 367 515.82 55,805.94 22 STRUCTURE BACKF1LL, TYPE 1 CYS 5 570 $18.63 $103,769.10 23 STRUCTURE BACKFILL, TYPE 3 CYS 1,570 $15.80 $24,805.00 24 COMPACTED AGGREGATE, NO. 53, BASE TON 4,982 $15A7 $77,071.54 25 SUBBASE FOR PCCP CYS 2,728 $35.15 $95,889.20 26 COMPACTED AGGREGATE NO.53, TEMPORARY FOR DRIVEWAYS TON 578 $19.52 $11,340.36 27 MILLING, ASPHALT, 1 1121N. SYS 375 $1,912.50 28 PROFILOGRAPH, HMA $6,200,00 $5,200.00 LS 29 HMA SURFACE, TYPE A TON 42 8110.00 54,620.00 30 HMA SURFACE, TYPE C TON 609 559.00 $42,021,00 31 HMA INTERMEDIATE, TYPE A TON 131 $75.00 $9,825.00 32 HMA INTERMEDIATE, TYPE C TON 964 $46.00 544,344.00 33 HMA INTERMEDIATE, OG, TYPE C TON 1.101 556.00 $61,656.00 34 HMA BASE, TYPE C TON 2,646 $45,00 $119,070.00 35 HMA INTERMEDIATE, 00, TYPE 0 TON 4,179 552.00 5217,308.00 36 HMA SURFACE, TYPE 0 TON 2,143 $68.00 $145.724.00 37 HMA INTERMEDIATE. TYPED TON 3,065 546.00 1 5140.990.00 CI EXHIBIT (r c(S !9 38 HMA BASE, TYPE 0 TON 11,229 541.50 5466,003.50 39 HMA WEDGE AND LEVEL, TYPE 0 TON 1 $105.00 $105.00 40 ASPHALT FOR TACK COAT TON 31 $527.00 $16,337.00 41 CORING. PCCP 1 $2,547.66 52,547.66 42 PCCP, 10 IN. SYS 5,759 541.29 $237,789.11 43 PCCP TRUCK APRON, 7 IN. SYS 325 $41.00 513,366.00 44 PCCP, 4 IN. SYS 370 528.00 $10,360.00 45 0 -1 CONTRACTION JOINT LFT 4,280 59.54 540,046.40 1 46 CONCRETE IMPRINTING SFT 4,058 $5.00 520,338.60 47 GUARDRAIL TRANSITION TYPE 700 EACH 3 $1,740.00 $522000 48 GUARDRAIL, STEEL CURVED TERMINAL END SECTION EACH 1 $39,00 $39.00 49 IMPACT ATTENUATOR, R2, W1, TL -3 EACH 2 513,377,00 526,754.00 50 IMPACT ATTENUATOR, R2, W2, TL-3 EACH 2 513,377.00 $26,754.00 51 IMPACTATTENUATOR, LS, W1, TL -1 EACH 3 $10,410.00 531,230.00 52 GUARDRAIL, W BEAM, 6 FT. 3 IN. SPACING LFT 1,213 518.00 52 53 ORNAMENTAL RAILING LFT 465 $113.00 545,765.00 54 BARRIER DELINEATOR EACH 105 815,00 51,575,00 55 CONCRETE BARRIER, 33 IN. LET 283 538.93 811,017.1E 56 FENCE, FARM FIELD, 47 IN, LFT 5,239 $6.00 531,434.00 57 CURB RAMP, CONCRETE, C SYS 57 5118.00 $6,726.00 58 CURB RAMP, CONCRETE, MC SYS 21 5125.00 52,625.00 59 CURB RAMP, CONCRETE, G SYS 47 $105,00 54,935.00 60 CURB RAMP, CONCRETE, H S` S 11 8115.00 51,265.00 61 CURB RAMP, CONCRETE, K SYS 45 94 00 54,230.00 62 CURB RAMP, CONCRETE, L SYS 48 5103.50 54,968 00 63 SIDEWALK, CONCRETE, 4 IN SYS 348 529.00 510,092.00 64 CURB. INTEGRAL, CONCRETE LFT 1,141 816.00 $18,249.76 65 CURB, CONCRETE, MODIFIED LET 519 $18.90 59,601.50 68 CURB AND GUTTER, TYPE II LFT 2,407 511.50 527,680.50 67 CURB AND GUTTER, B, CONCRETE, MODIFIED LFT 5,748 l 811.50 556,102.00 68 CURB AND GUTTER, TYPE III LFT 1,305 $12.80 578,704.00 69 CURB AND GUTTER. CONCRETE, ROLL LFT 395 519.00 $7,524.00 70 GUTTER, CONCRETE LET 1.013 511.00 $11,143.00 71 PAVED SIDE DITCH, A LFT 1,855 $23.57 $43,722.35 72 HMA FOR APPROACHES, TYPE A TON 18 $134,00 52,412.00 73 PCCP FOR APPROACHES, 6 IN. SYS 351 537.00 512,987.00 74 MAILBOX ASSEMBLY. SINGLE EACH 7 518500 $1,295.00 75 MAILBOX ASSEMBLY, DOUBLE EACH 1 $37900 5370.00 76 GEOTEXTILES SYS 533 51.56 5831.48 77 RIPRAP, REVETMENT TON 280 521.88 $5,128.40 75 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 $295.00 5500.00 79 MULCHED SEEDING, T. CONVENTIONAL MIX SYS 5.565 $0.21 $1.165.65 1 i 1,6 Eyleg ...-L.'"1 1 80 EROSION CONTROL BLANKET SYS 3,069 51.13 53,487.97 81 FERTILIZER TON 1 6900.00 5900.00 82 SEED MIXTURE, U LBS 345 53.36 51,159.20 53 MULCHING MATERIAL TON 5 5340.00 61,700.00 84 WATER kGAL 32 $1.00 $32.00 55 TOP SOIL CYS 2,431 524.36 659,219.16 86 SODDING, NURSERY SYS 8,686 $2.51 521,801.86 B7 IRRIGATION CONDUIT LFT 1.000 511.00 611,000.00 88 CONCRETE BRIDGE RAILING TRANSITION, TPS -2A EACH 2 53,704.45 57,408.90 89 CONCRETE BRIDGE RAILING TRANSITION, TPS•2B EACH 2 $1.624,11 53,248.22 90 REINFORCED CONCRETE MOMENT SLAB, 12 IN. SYS 3,196 578.61 3251,237.56 91 MODIFIED 33 IN. BRIDGE RAIL TYPE I LFT 2,185 567.17 5146.766,45 92 MODIFIED 33 IN. BRIDGE RAIL TYPE 11 LFT 22 $133.67 52,935.39 93 CUT WALL, A SFT 13,273 $37.27 3494,684.71 94 CUT WALL, 0 SFT 13,393 $33.02 5442,236.86 95 SEAL COAT, GRAFFITI RESISTANT SET 72,708 50.44 531,99(.52 96 SURFACE SEAL SFT 50,869 50.32 $16.212.18 97 REINFORCED CONCRETE BARRIER WALL, 33 IN. LFT 1,305 5129.86 5169,405.32 98 REINFORCED CONCRETE BARRIER WALL, TRANSITION LFT 40 5630.59 $25,223.60 99 REINFORCED CONCRETE BARRIER, 57 IN. LFT 425 5178.79 $75,985.75 100 PIPE, CIRCULAR, 36 IN, LET 579 672.32 541,873.28 101 PIPE, TYPE 4, CIRCULAR, 6 IN, LFT 7,061 52.25 515,887,25 102 PIPE, UNDERDRAIN OUTLET, 6 N. LFT 143 533.00 54,719.00 103 PIPE, CIRCULAR, 121N. LFT 1,687 625.27 542,630.49 104 PIPE, CIRCULAR, 151N. LFT 1,225 531.06 $38,048.50 105 PIPE, CIRCULAR, 18 IN. LET 162 335.76 55.793.12 106 PIPE, CIRCULAR, 21 IN. LFT 169 565.52 511,072.88 107 PIPE, CIRCULAR, 24 IN. LFT 498 644.93 522,375.14 108 PIPE, CIRCULAR, 30 IN. LFT 1,261 555.85 570,426.85 109 PIPE, CIRCULAR, 42 IN. LFT 622 $87.69 $54,543,18 110 CONCRETE ANCHOR, 42 IN. EACH 1 $737.54 $737.54 111 STORMWATER TREATMENT SYSTEM, TYPE it EACH 1 635,391.21 $38,391.21 112 VIDEO INSPECTION FOR PIPE LFT 5,624 $1.10 56,186.40 113 PIPE ENO SECTION, 12 IN. EACH 1 5239.69 5239.69 114 PIPE END SECTION, 30 IN. EACH 1 $737.56 5737.56 115 ADJUST METER PIT TO GRADE EACH 5 6736.60 53,683.00 116 OUTLET PROTECTOR, 3 EACH 3 5800.00 52,400.00 117 VIDEO INSPECTION FOR UNDERDRAINS LFT 3,000 50.85 52,550.00 118 AGGREGATE FOR UNDERDRAINS CYS 652 545.00 529,340.00 119 GEOTEXTILES FOR UNDERDRAIN SYS 10,736 50.90 $9,662.40 120 A2000 61N. PVC, PERFORATED LFT 5,320 53.95 521,014.00 121 INLET, 1-IA5 EACH 6 31,600.00 512,800.00 122 CATCH BASIN, HA5 EACH 7 $4,000.00 528,000.00 123 CASTING. ADJUST TO GRADE EACH 7 5736.60 55,155.20 124 CASTING, 4, FURNISH EACH 1 5596.04 5596.04 125 INLET, J10 EACH 2 51,891.80 53,783.60 126 INLET, mbo EACH 6 51,891.80 $11,350.80 127 CATCH BASIN, E7 EACH 3 52,363.89 57,091.67 128 CATCH BASIN, 1(10 EACH 7 52,900.23 520.301.61 129 MANHOLE, C4 EACH 16 52,214.88 535,438.08 130 STRUCTURE, MANHOLE, RECONSTRUCT LFT 2 51,740.61 $3,481.02 131 FIRE HYDRANT, RELOCATE EACH 2 51,757,81 $3,515.62 132 MANHOLE, C2 EACH 2 52,384.29 54,768.58 13.3 MANHOLE, L4 EACH 3 56,830.71 520,492.13 134 BYPASS MANHOLE, 14 EACH 1 $9,809.83 59,809.83 135 MANHOLE. C10 EACH 2 53,092.19 56,184.38 136 MANHOLE, K4 EACH 3 54 514,698,85 137 MANHOLE, .14 EACH 11 54,219.77 $46,417.47 138 MANHOLE, C7 EACH 1 52,902.70 52,902.70 139 INLET, C15 EACH 2 52 54,574,80 140 CATCH BASIN, C15 EACH 1 53,329.09 $3,329.09 141 VALVE BOX, ADJUST TO GRADE EACH 8 5736.60 $5,892.80 142 ADJUST SERVICE LINE CURB BOX TO GRADE EACH 5 5736.80 53,683.00 143 ADJUST HYDRANT TO GRADE EACH 1 51,036.62 $1.036,52 144 MASONRY COATING SFT 50,663 51.15 558,262.45 145 CONCRETE STAINING SFT 11,495 53,50 $40,232.50 146 FACE PANELS, CONCRETE SFT 38,282 $17.00 5650.794.00 147 WALL ERECTION SET 36,282 54.40 5168,440.80 148 LEVELING PAD, CONCRETE LFT 3,206 512.03 538,568.18 149 COARSE AGGREGATE, NO. 8 TON 7,363 519.78 5145,640.14 150 MODULAR BLOCK WALL WITH GROUND REINFORCEMENT SYS 261 552.38 513,671.18 151 MODULAR BLOCK WALL ERECTION SYS 261 5125.92 532,865,12 152 CONSTRUCTION SIGN, C EACH 8 5300.00 52.400.00 153 ROAD CLOSURE SIGN ASSEMBLY EACH 12 $300.00 53,600.00 154 TEMPORARY PAVEMENT MARKING. REMOVABLE. 4 IN. LFT 4920 51.00 52,920.00 155 TEMPORARY PANEL SIGN SUPPORTS LFT 816 517,00 513,872.00 156 TEMPORARY PANEL SIGNS SYS 210 575.00 515,750.00 157 DETOUR ROUTE MARKER ASSEMBLY EACH 44 5200.00 56,800.00 158 CONSTRUCTION SIGN, A EACH 18 5250.00 54,500.00 159 CONSTRUCTION SIGN, B EACH 13 551100 $850'00 160 FLASHING ARROW SIGN DAY 500 56.25 53,125.00 161 MAINTAINING TRAFFIC LS 1 5128,971.02 $128,871.82 162 BARRICADE. III -A LFT 374 515.00 $5,610.00 163 BARRICADE. III -13 LFT 144 515.00 52,160.00 I T h 3 Th 93 164 TEMPORARY CHANGEABLE MESSAGE SIGN EACH 2 58.400,00 516,800.00 165 SIGN POST, SQUARE, 1, REINFCRCED ANCHOR BASE LFT 437 912.00 $5,244 00 166 SIGN, PANEL, WITH LEGEND SFT 185 918.00 52,961:00 167 SIGN, SHEET, RELOCATE EACH 7 545.00 $315.06 168 W075 FLANGE SIGN POST SUPPORT FOUNDATION, VII EACH 8 5416.00 53,280.00 169 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.080 IN. THICKNESS SFT 169 514.00 52,386.00 17D SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.100 IN. THICKNESS SFT 114 $15.50 91,757,00 171 STRUCTURAL STEEL, BREAKAWAY LBS 1,511 $4.10 $6,195,10 172 DECORATIVE STREET SIGN ASSEMBLY DIRECTIONAL, INSTALLED EACH 4 51,410.00 $5,640.00 173 DECORATIVE STREET SIGN ASSEMBLY, INSTALLED EACH 4 51 $4,848,00 174 TRANSPORTATION OF SALVAGEABLE SIGNAL EQUIPMENT LS 1 5978.00 9978.00 175 WIRE, N0. 4 COPPER, IN PLASTIC DUCT, IN PLASTIC CONDUIT, 4 1/C LFT 444 96.75 92,997.00 178 CONDUIT, STEEL, GALVANIZED, 2 IN. LFT 599 511.50 56,785.00 177 CONDUIT, STEEL, GALVANIZED, 4 IN. LFT 925,00 51,500.00 178 WIRE, NO. 4 COPPER, IN PLASTIC DUCT. IN STEEL CONDUIT, 4 1/C LFT 590 56.75 $3,982.50 179 HANDHOLE, LIGHTING 5822,00 $8,220.00 EACH ID 180 LIGHT STANDARD FOUNDATION, 3 FT. DIA X b FT. EACH 31 $968.00 $30,628.00 181 CONDUIT, PVC, 4 IN,, TYPE C, FOR TELEPHONE LET 860 $7.50 58,450.00 182 JUNCTION BOX EACH 2 9475.00 5950.00 183 WIRE, NO. 4 COPPER. IN PLASTIC DUCT, IN TRENCH, 4 1/C LFT 5,110 56,75 534.492.50 184 CONDUIT, PVC, 2 IN., SCHEDULE 40, FOR ELECTRIC LFT 4.44 55.50 52,442.00 185 UNDERPASS CIRCUIT INSTALLATION. 1 LUMINAIRE EACH 2 9905.00 91,810.00 186 SERVICE P01147,11 EACH 2 55,340.00 510,680.00 187 TRANSITION FITTINGS, GALVANIZED STEEL CONDUIT TO PLASTIC CABLE EACH 5 92.00 810.00 L. 188 CONNECTOR KIT, UNFUSED EACH 33 930.00 9890.00 189 CONNECTOR KIT, FUSED EACH 33 $30.00 9990.00 190 MULTIPLE COMPRESSION FITTING. NON WATERPROOFED EACH A5 912.00 $540.00 191 MULTIPLE COMPRESSION FITTING, WATERPROOFED EACH 32 535.00 51,120.00 192 INSULATION LINK, NON WATERPROOFED EACH 66 $11.00 5726.00 193 INSULATION LINK, WATERPROOFED EACH 40 535.00 51,400.00 194 CABLE DUCT MARKER EACH 12 575,00 5900.00 195 POLE CIRCUIT CABLE, 1 C NO. 10 STRANDED COPPER LET 2079 50.50 91,039.50 196 CABLE INTERDUCT LFT 1,258 913.75 $17,297.50 197 HANDHOLE EACH 4 5744,00 52,976.00 198 LUMINAIRE, ROADWAY, METAL HALIDE, 250 WATT, PORT HURON EACH 20 91.566.00 527,320.00 199 LUMINAIRE, ROADWAY, METAL HALIDE, 250 WATT, MONGOOSE EACH 11 $895,00 $9,845.00 200 LUMINAIRE, UNDERPASS, WALL MOUNTED, METAL HALIDE, 150 WATT EACH 2 $820.00 51,640.00 44,7 201 LIGHT FOUNDATION, BRIDGE MOUNT, WITH GROUNDING EACH 4 5260.00 $1,000.00 202 LIGHT POLE, 30 FT, E.M.H, 1,5 FT. MAST ARM, BREAKAWAY BASE EACH 11 $1. 663.00 $18,293.00 203 LIGHT POLE, 30 FT. E.M.H. 8 FT. MAST ARM,TRANSFORMER BASE, $6,800.00 $108,800.00 DECORATIVE POLE EACH 16 204 LIGHT POLE, 15 FT. E.M.H. 4 FT. MAST ARM,TRANSFORMER BASE, $5,600.00 $22,400.00 DECORATIVE POLE EACH 4 205 TRANSVERSE MARKINGS, THERMOPLASTIC, CROSSWALK, WHITE, 24 IN. LET 320 83.50 $1,120.00 206 LINE, EPDXY, SOLID, WHITE, 4 IN. LFT 2 322 50.62 51,439.64 207 LINE, EPDXY. SOLID, YELLOW, 4 IN. $0.62 $1,714,30 LFT 2,765 208 LINE, THERMOPLASTIC, BROKEN, WHITE, .4 IN. LFT 2,098 $0.30 $629.40 209 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 5,984 $0.30 51,795.20 210 LINE, THERMOPLASTIC, SOLID, WHITE, 8 IN. LFT 38 50.70 526.60 211 LINE, REMOVE LFT 360 $0.40 $144.00 212 LINE, EPDXY, SOLID, WHITE, 6 IN. LFT 315 $0.65 $204.75 213 PAVEMENT MESSAGE MARKINGS, EPDXY, FISHHOOK INDICATION ARROW 4 $420.00 $1,680.00 214 LINE, THERMOPLASTIC. SOLID, WHITE, 6 IN. LFT 1 024 $0.53 5542.72 215 LINE, THERMOPLASTIC, SOLID. YELLOW, 4 IN. LFT 7,945 50.30 $2,383.60 216 TRANSVERSE MARKINGS, THERMOPLASTIC, SOLID, WHITE, CROSSHATCH $5.50 61,045.00 LINE 94 IN LFT 190 217 TRANSVERSE MARKINGS, THERMOPLASTIC, STOP LINE, 24 IN. LFT 62 55.00 $310.00 218 TRANSVERSE MARKINGS, THERMOPLASTIC, "SHARKS TEETH- LFT 86 $15.00 51,29000 219 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICATION $150.00 $300.00 ARROW EACH 2 220 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, WORD (ONLY) EACH 1 $200.00 5200.00 221 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, FISHHOOK $250,00 51,500.00 INDICATION ARROW EACH 6 222 SNOWPLOWASLE RAISED PAVEMENT MARKER EACH 213 519.65 $4,165.45 223 LINE, THERMOPLASTIC, BROKEN, WHITE, 6 IN., 3FT STRIPE 3FT GAP LFT 72 $4.35 $313.20 224 LINE, THERMOPLASTIC, BROKEN, WHITE, 12 IN., 3FT STRIPE 3FT GAP CPT 120 58.03 5720 OD 225 RETAINING WALL MOCK UP EACH 1 $6,000.00 $6,000.00 228 BRIDGE RAIL MOCK UP EACH 1 $5,000,00 $5,000.00 227 FLAT WORK MOCKUP EACH 1 $4,766.00 $4,765,00 228 FORM LINER. WALL PANELS SET 37,961 50.10 53,796.10 229 FORM LINER, MODIFIED 33 IN. BRIDGE RAIL, TYPE 18 II, REAR FACE LET 2207 514.78 532,619.45 230 PRICE ADJUSTMENT FOR SUPPLIED ORNAMENTAL RAILING MATERIAL LFT 405 512.00 $4,860.00 99 L4 t r STRUCTURE NO. 1 MAIN STREET. BRIDGE ITEMS 231 I2-Sicea, t I Oct> T1ON CONsTRuC ENGINEERING LS 1 232 f MOBILIZATION AND DEMOBILIZATION LS 1 1 occ to I o0 233 612.60 $2,056.40 EXCAVATION. DRY CYS 164 234 6 BORROW 640.62 62,193.46 CYS 64 235 68.348.70 AGGREGATE FOR ENO BENT BACKFILL CYS 255 236 $63.23 $4,109.95 DENSE GRADED sUBBASE CYS 65 237 $6.00 $60,648.00 CONCRETE IMPRINTING SFT 10.106 238 $113,00 623,052.00 ORNAMENTAL HANDRAIL LFT 204 239 518.50 63.829.50 CURB, INTEGRAL, CONCRETE LFT 207 240 565.31 $25,993.38 REINFORCED CONCRETE BRIDGE APPROACH SLAB, 12 IN. SYS 398 241 GE0TExTiLES SYS 62.27 61,100.95 455 242 57,030,00 $14,000,00 DYNAMIC FILE LOAD TEST EACH 2 243 63,000.00 66,000.00 TEST PILE, RESTRIKE EACH 2 244 52,500.00 5,5,000.00 TEST PILE EAcH 2 245 6145.00 512,180.00 PILE TIP, STEEL H EACH 84 246 637.65 $236,442.00 PILE. STEEL H, HP 12 X 74 LET 6,280 247 $435.36 5135,832.32 CONCRETE, A, SUBSTRUCTURE CYS 312 248 5315A1 $43,841.99 CONCRETE, 13, FOOTINGS CYS 139 249 50.57 546,521 12 REINFORCING BARS LBS 81,616 250 SO.65 6174,484.70 REINFORCING BARS, EPDXY COATED LOS 268,438 251 $445.89 6515,448.84 CONCRETE, C, SUPERSTRUCTURE CYS 1,156 252 555898 $25,700.22 CONCRETE. C, RAILING CYS 39 253 $87.49 $179,287.01 STRUCTURAL MEMBERS. CONCRETE I-BEAM, 11, 38 1N X 12 IN LFT 2,049 254 SURFACE SEAL SET 20,010 50.44 68,804.40 255 663.57 $5,065.80 ANCHOR PLATES, API EACH 80 256 61.15 58,061.50 MASONRY COATING SFT 7,010 257 $5.00 51,070.00 CONDUIT, PVC, 2114, LFT 4 214 258 $3.50 579500 CONCRETE STAINING SFT 228 259 STREET NAmE SIGN, BRIDGE MOUNTED, DECORATIVE EACH 2 $4,000.00 58,000.00 250 FORMLINER, SPECIALTY, CITY SEAL EACH 2 62,278.14 54,556,26 261 619.34 53,084,04 FORMLINER, BRU1GE RAIL, FRONT FACE LFT 205 262 658.06 511,950.36 FORMLINER, BRD1GE RAIL, REAR FACE LFT 205 263 NO 2 STONE 610.00 5175,820.00 TON 17,582 PRICE ADJUSTMENT FOR SUPPLIED FORMLINER SHAPE CHANGE, BRIDGE 264 LEI 206 427.96 45,759,76 RAIL REAR FACE PRICE ADJUSTMENT FOR SUPPLIED FORM LINER SHAPE CHANGE. 265 LFT 2207 44.89 -$10,792.23 AODIFIFD 33 IN. BRIDGE RAIL. TYPE I IL REAR FACE 266 CURB CONCRETE, STRAIGHT 522.50 52,812.50 LFT 125 „A: TOTAL: I 7`f 73 SUBMITTEDBY: Walsh Co struction Company SIGNATURE //I ;ff -ry P. Dunifon TITLE: Vice President 2749 N. State Road 39 ADDRESS: LaPorte, IN 46350 Cut Walls A &B are bid as (Check One) Cut Wall MSE Wall "EXHIBIT /0