Loading...
Rieth-Riley Constr. Co., Inc./EngrRieth -Riley Construction Company, Inc. Engineering Department 2011 Appropriation Hamilton County Mich TIF P.O. .275 Contract Not To Exceed $3,701,357.00 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 Rieth Riley Construction Company, Inc., an entity duly authorized to do business in the State of Indiana "Vendor TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and /or services (the "Goods and Services from Vendor using Hamilton County Mich TIF 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 Three Million Seven Hundred One Thousand Three Hundred Fifty Seven Dollars ($3,701,357.00) (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 shaii 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 "Towne Road: 131St Street to 146th Street City of Carmel Project #11- 02" received by the City of Carmel Board of Public Works and Safety on or about March 2, 2011, 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. n,k'Ka7quNat: Jazz. allmmll.A\s'WIArtARNKSKS timxl.. Svc i,optm agS201 I'JUETH RILEY CONSTRUCTION CyodL At Sm':cc% 2011 tla,31312011 4'04 PM] Rieth -Riley Construction Company, Inc. Engineering Department 2011 Appropriation Hamilton County Mich TIF P.O. 7510 Contract Not To Exceed $3,701,357.00 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. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly fumish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and /or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and /or unemployment compensation act; for bodily injuries including, but not limited to, .personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and /or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. [V:z.rrap clw:ir ,dmmLLAMehrW+ProfS.c Go, SvcclEngic..rung\20I 1 1 METH RILEY CONSTRUCT:ON Cord, k Sexes 201 3 d:.c::750011 4:04 PM) Rieth -Riley Construction Company, Inc. Engineering Department 2011 Appropriation Hamilton County Mich TIF P.C. #°2 i 0 Contract Not To Exceed $3.701,357.00 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. )19.•e:.rapry T 0' d. n m1mm1L1SYHLSaRPmf ti.z. l; Gmrl. SveAER tsaInR \20 I 11RJETH RILEY CONSTRUCTION Gpod. S Smxo 2Q 1 l4t J! 12011 4 4 PM) Rieth -Riley Construction Company, Inc. Engineering Department 2011 Appropriation Hamilton County Mich TIF P.O. o2 75 )D Contract Not To Exceed $3,701,357.00 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, City Engineer AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Rieth Riley Construction Company, Inc. 1751 W. Minnesota Street Indianapolis, Indiana 46221 Telephone: 317- 634 -5561 E -Mail: ATTENTION: 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. NoadappalWsa clam admen£ W.dsa,,'.Pm(Ssys B Cowls SVCS g meanng.2O11WETH RI LEY CONSTRUCTION Opnh' 2011.droc3P,V7.0I14{14 PM] Rieth -Riley Construction Company, Inc. Engineering Department 2011 Appropriation Hamilton County Mich TIF P.O. ##02 75 O Contract Not To Exceed $3,701,357.00 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, 2011, 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. 00.4, 1741,0444 data. adunn:. Ail +.4.0SsPruiSvu R Coat So.lEngrnnnng12011Wt7H RILEY CONSTRUCTION Gaud. Smx 20114m:3AR011 k04 PS{J Rieth -Riley Construction Company, Inc. Engineering Department 2011 Appropriation Hamilton County Mich TIF P.O. #c) 7 510 Contract Not To Exceed $3,701,357.00 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 INDIANA by and through its Board of Public Works and Safety By: I'/1 4 James :rain d, Presiding Officer Date: ary a n Burke, Member Date: Lori S' Wa Date: ATTEST: Il14.4,7 ,,x141w- data dmwL'.A WVIlidd lPr if A O4n<6 Svc4, nEmannk.201 METH RILEY CO 1STRU( i IO\ C6414 X Sm-.c. 2021.41. V!P_I,l 4:04 PM) Member RIETH RILEY CONSTRUCTION, COMPANY, INC. Paul J. Tate.. Printed Name Title VP_c.Indiana'Operations FIDITIN: 35- 0918397 SSN if Sole Proprietor: A Date: March 17, 2011 Company: Rieth -Riley Construction Co., Inc. Project Name: Towne Road: 131st Street to 146th Street City of Carmel Project #11 -02 Date Submitted: March 2, 2011 Base Bid Amount: $3,701,357.00 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope, Revised 2/2/2011 Exhibit 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 teams and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit. Prices, when multiplied by estimated unit quantities for such Contract Items, total Ibraunillimazagamadregume_ thousand three hundred fifty —seven Dollars ($3,701,357 .00 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges. that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding; The Bidder, further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. r PART 2 BID PROPOSAL BID-3 rN2004.0222.PH2.FE.DOC IR 1 DESCRIPTION UNIT QUANTITY UNrr PRICE TOTAL CONSTRUCTION ENGINEERING LS 1 546,700.00 546,700.00 2 MOBILIZATION AND DEMOBILIZATION LS 1 5146,180.99 5146.180.99 3 CLEARING RIGHT OF WAY LS 1 $42,315.00 $42,315.00 4 EXCAVATION, COMMON CYS 2,807 $55.00 5154,385.00 5 BORROW CYS 43,344 57.20 5312,076.80 6 TEMPORARY CHECK DAM, REVETMENT RIPRAP TON 66 $41.80 52,758.80 7 TEMP DITCH INLET PROTECTION EACH 12 585.00 51,020.00 8 TEMPORARY SILT FENCE LFT 11,308 51.30 514,700.40 9 NO. 2 STONE TON 200 $18.40 53,680.00 10 TEMPORARY CURB INLET PROTECTION EACH 2 5100.00 5200.00 11 TEMPORARY HORSESHOE DAM EACH 8 51,040.00 58,320.00 12 SUBGRADE TREATMENT, TYPE IIIA SYS 582 57.40 $4,306.80 13 STRUCTURAL BACKFILL, TYPE 1 CYS 5;354 515.75 584,325.50 14 STRUCTURAL BACKFILL, TYPE 2 CYS 105 520.20 52,121.00 15 CHEMICAL MODIFICATION, SOILS SYS 43,629 54.67 .5203,747.43 16 COMPACTED AGGREGATE, NO. 53, BASE TON 3,654 518,75 568,512,50 17 COMPACTED AGGREGATE, NO. 73 TON 95 525.40 52.413.00 18 MILLING, ASPHALT. 1 1/2 IN SYS 2.627 53.50 59,194.50 19 HMA SURFACE, TYPE A TON 978 570.10 568,557.80 20 HMA SURFACE, TYPE C TON 2,975 557,75 5171.806.25 21 HMA INTERMEDIATE. TYPE A TON 1,946 546.95 591,364.70 22 HMA INTERMEDIATE, TYPE C TON 4,634 $42.85 $198.566.90 23 HMA BASE, TYPE C TON 12,204 541.30 5504,025.20 24 HMA, TYPE C, INTERMEDIATE, OG 19.Omm TON 5,124 545.70 5234,166.80 25 ASPHALT FOR TACK COAT TON 38 5520.00 515,750.00 26 CURB RAMP, CONCRETE, C SYS 70 $106.00 57,420.00 27 CURB RAMP, CONCRETE, G SYS 52 5110.00 55,720.00 28 CURB RAMP, CONCRETE, K SYS 23 5118.00 52,714.00 29 SIDEWALK, CONCRETE, 4 IN SYS 25 $46.70 51,167.50 30 CURB AND GUTTER, TYPE 11 LFT 12,064 $10.00 5120,640,00 31 CURB AND GUTTER, TYPE III LFT 11,768 $9.35 5110,030,80 32 HMA FOR APPROACHES, TYPE A TON 195 574.60 514.547,00 33 PCCP FOR APPROACHES, 6 IN SYS 488 $40.55 519.788.40 34 MAILBOX ASSEMBLY, SINGLE EACH 10 5180.00 51,800.00 35 GEOTEXTILES SYS 71 51,70 5120.70 36 RIPRAP, REVETMENT TON 34 $41.05 51,395.70 37 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 3 5200.00 5600.00 38 FERTILIZER TON 2 51.281,00 52,562.00 39 SEED MIXTURE, U LBS 480 53,00 51,440.00 PART 3 CONTRACT ITEMS AND UNIT PRICES City of Carmel Project No. 11 -02 Base Bid Towne Road from 131st Street to 146th Street 40 SEED MIXTURE, 7 LBS 256 34.45 51,139.20 41 MULCHING MATERIAL TON 14 5487.00 $6,818.00 42 WATER kGAL 48 $9.65 5463.20 43 TOPSOIL CYS 14,831 58.00 $118,648.00 44 SODDING, NURSERY SYS 13,129 52152 533,085.08 45 PLANT, DECIDUOUS SHRUB, 24 TO 36 IN EACH 216 532.55 57,030.80 46 PLANT, DECIDUOUS TREE, MULTI -STEM, 72 TO 96 1N EACH 18 5203.50 53,863.00 47 PLANT, DECIDUOUS TREE, SINGLE STEM, 1.25 TO 2 IN EACH 60 $240.00 $14,400.00 48 PLANT, DECIDUOUS TREE,: SINGLE STEM, OVER 2 TO 2.5 IN EACH 121 5285,00 534,485.00 49 PLANT, GROUND COVER EACH 3,237 52.82 59,128.34 50 PLANT, PERENNIAL EACH 921 520.95 $19,294.95 51 FIELD OFFICE, B MOS 12 52,125.00 525,500.00 52 STRUCTURE, PRECAST, RC, BOX SECTION 5FT X 2FT LFT 117 5270.00 531,590.00 53 PIPE, TYPE 4, CIRCULAR, 6 IN LFT 11,849 51.85 521.920.65 54 VIDEO INSPECTION FOR PIPE LFT 7,391 51.00 67,391.00 55. PIPE END SECTION, 12 IN EACH 6 1 5945.00 55,670,00 56 PIPE END'SECTION, 15 IN EACH 2 5980,00 $1,960.00 57 PIPE 1 END SECTION, 18 IN EACH 6 $1.020.00 $6,120.00 58 PIPE. REINFORCED CONCRETE, "12'IN. LFT 3,692 $22.85 584,362.20 59 PIPE, REINFORCED CONCRETE, 15 IN LFT 2.359 $25.70 $60,626.30 60 PIPE, REINFORCED CONCRETE, 18 IN LFT 598 527.90 516,684.20 61 PIPE, REINFORCED CONCRETE, 24 IN. LFT 638 534.00 521,692.00 62 PIPE, REINFORCED CONCRETE, 36 IN. LFT 104 554.75 55,694,00 63 VIDEO INSPECTION FOR UNDERDRAINS LFT 3,000 50.85 52,550.00 54 AGGREGATE FOP. UNDERDRAJNS CYS 1,108 531.50 534,839.00 65 GEOTEXTILES FOR UNDERDRAIN SYS 12,553 50.90 511,297,70 66 INLET, J10 EACH 13 .51,550.00 520,150,00 67 INLET, M10 EACH 26 51,550.00 540,300;00 68 CATCH BASIN, E7 EACH 4 52,000.00 $8,000.00 69 CATCH BASIN, K10 EACH 37 52,385.00 $88,245.00 70 MANHOLE, C4 EACH 36 $1,790.00 564,440.00 71 MANHOLE. J4 EACH 2 52,815.00 55.630.00 72 MANHOLE. C7 EACH 1 51,675.00 $1,675,00 73 CASTING; ADJUST 70 GRADE EACH 3 5540.00 51,620.00 74 FIRE HYDRANT, RELOCATE EACH 5 51,685.00 $8,425.00 75 FIRE HYDRANT, ADJUST TO GRADE EACH 7 51,100.00 57,700.00 76 VALVE BOX. ADJUST TO GRADE EACH 16 5475.00 57,600.00 77 CURB BOX, ADJUST TO GRADE EACH 3 5742.00 52,226.00 78 INLET, RELOCATE EACH 2 $1,240.00 62,480.00 79 FIELD CORE HOLE EACH 9 5730.00 $6,570.00 80 CONSTRUCTION SIGN, C EACH 10 5195.00 51,950.00 81 ROAD CLOSURE SIGN ASSEMBLY EACH 7 5425.00 $2,975.00 82 DETOUR ROUTE MARKER ASSEMBLY EACH 25 585.00 $2,125:00 83 CONSTRUCTION SIGN. A EACH 15 5180.00 62,700.00 84 MAINTAINING TRAFFIC LS 1 527,770.00 $27;770.00 85 BARRICADE, III -8 LFT 156 510.50 51.638.00 86 SIGN POST, SQUARE, TYPE 1, REINFORCED ANCHOR BASE LFT 231 513.50 63,118.50 87 SIGN, SHEET ASSEMBLY, RELOCATE EACH 5 540.00 $200,00 88 SIGN, SHEET, WITH LEGEND 0.080" THICKNESS SFT 66 517.00 51,122.00 89 SIGN, SHEET, WITH LEGEND 0.100 IN THICKNESS SFT 64 518,00 31,152.00 90 SIGN, SHEET, WITH LEGEND 0.125 IN THICKNESS SFT 9 51.00 59.00 91 HANDHOLE EACH 19 5850.00 516, 150.00 92 CABLE INTERDUCT LFT 7 511.85 385,900.65 93 DECORATIVE STREET SIGN ASSEMBLY EACH 3 51,885.00 55,655.00 94 TRANSVERSE MARKING THERMOPLASTIC CROSSWALK, WHITE 24" LFT 120 54.13 5495.60 95 TRANSVERSE MARKING THERMOPLASTIC, CROSSWALK LINE, 8" LFT 373 $1.38 $514.74 96 LINE,: THERMOPLASTIC, BROKEN,: WHITE, 4 IN LFT 2,921 50.39 51,139.19 97 LINE; THERMOPLASTIC, SOLID, WHITE, 4 IN LFT 1,307 50.39 5509.73 98 LINE TTHERMOPLASTIC, SOLID, WHITE`6IN LFT 496 51.03 3510.88 99 LINE THERMOPLASTIC SOLID YELLOW, 4IN LFT 11,756 50.39 $4,584,84 100 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24" LFT 61 64.13 5251.93 101 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, LANE INDICATION ARROW EACH 3 560.00 3180.00 102 PAVEMENT MESSAGE MARKING, THERMOPLASTIC. ONLY EACH 3 585.00 $255.00 103 SNOWPLOWABLE RAISED PAVEMENT MARKER EACH 10 3163.80 $1,638.00 104 LINE, THERMOPLASTIC, BROKEN, WHITE, 81N, 3FT STRIPE 3 FT GAP LFT 172 51.85 $318.20 135 LINE, THERMOP ACTT^ BROKEN, WHITE, 1211 3FT 5TP1PE 3 FT GAP LFT 247 52.95 5 106 PAVEMENT MESSAGE MARKING, THERMOPLASTIC, FISHHOOK LANE INDICATION ARROW EACH 4 $375.00 61,500.00 TOTAL: $3,701,357.00 SUBMITTED BY: RIETH -RILEY CONSTRUCTION CO., INC. SIGNATURE M. w'ischmeyer TITLE: AREA MANAGER ///7"- ADDRESS: '1751 West Minnesota Street, Indianapolis, IN 46221