Loading...
Gerig-Ottenweller/ENG/$659,671/River RD Culvert Replacement derig-Ottenweller Contracting, LLC Engineering-2013 Appropriation#21 I-R4462300. 211-4462300: P.O. #26567 Contract Not To Exceed$659.671.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ® � oc�► 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 Gerig-Ottenweller Contracting, LLC, 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 numbers 211-R4462300 & 211-4462300 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 Six Hundred Fifty Nine Thousand Six Hundred Seventy One Dollars ($659,671.00) (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 conformance 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 "Project No. 11-07 — River Road Culvert Replacement over Elizabeth Warren Drain" received by the City of Carmel Board of Public Works and Safety on or about December 19, 2012, 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. \LL mpRF14,Fp 11n-a4n�nV1W\.AUUI\Rnl S,i..RGrub SF._..'E"g"ua',igQ1151GERIG-0TTF,N\lE1,LF R Cnn,,'u]Z_I/1520111'.III fhi) Gerig-Ottenweller Contracting. LLC Engineering- 2013 Appropriation#211-84462300. 211-4462300: P.O.#26567 Contract Not To Exceed $659.671.00 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 furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 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. S. 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. �1V..\IDpµ.l @w d u-ab,m LAM\Jwa"PndAO k Gad.S./&.E..gu¢inngUIlpyGERIG-011EAUELLUR Cnnux-,i,7 Ja:VI V$uU I:lu PM derig-Ottenweller Contracting. LLC Engineering-2013 Appropriation #211-124462300. 211-4462300: P.O. #26567 Contract Not To Exceed $659.671.00 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. E-VERIFY Pursuant to I.C. § 22-5-1.7 et seq., Vendor shall enroll in and verify the work eligibility status of all of its newly-hired employees using the E-Verify program, if it has not already done so as of the date of this Agreement. Vendor is further required to execute the attached Affidavit, herein referred to as Exhibit D, which is an Affidavit affirming that: (i) Vendor is enrolled and is participating in the E-verify program, and (H) Vendor does not knowingly employ any unauthorized aliens. This Addendum incorporates by reference, and in its entirety, attached Exhibit D. In support of the Affidavit, Vendor shall provide the City with documentation that it has enrolled and is participating in the E-Verify program. This Agreement shall not take effect until said Affidavit is signed by Vendor and delivered to the City's authorized representative. Should Vendor subcontract for the performance of any work under this Addendum, the Vendor shall require any subcontractor(s) to certify by affidavit that: (i) the subcontractor does not knowingly employ or contract with any unauthorized aliens, and (H) the subcontractor has enrolled and is participating in the E-verify program. Vendor shall maintain a copy of such certification for the duration of the term of any subcontract. Vendor shall also deliver a copy of the certification to the City within seven (7) days of the effective date of the subcontract. If Vendor, or any subcontractor of Vendor, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Vendor or subcontractor subsequently learns is an unauthorized alien, Vendor shall terminate the employment of or contract with the unauthorized alien within thirty (30) days ("Cure Period"). Should the Vendor or any subcontractor of Vendor fail to cure within the Cure Period, the City has the right to terminate this Agreement without consequence. The E-Verify requirements of this Agreement will not apply should the E-Verify program cease to exist. 13. NO IMPLIED WAIVER: flu\le1T.IWw ha ajjnm'AllWl:v.JEeoIS...,l Gnl.S.c.'£n gu,..ru,R\1l 111OERIO.OTIE\'\\EI.1ER(.,N-acw16.:111I2"I31:10PhI erig-Ottenweller Contracting, LLC Engineering-2013 Appropriation#211-84462300, 211-4462300; P.O.#26567 Contract Not To Exceed$659,671.00 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. 14. 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. 15. 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. 16. 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. 17. 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. 18. 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 AND Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square ATTENTION: Mike McBride Carmel, Indiana 46032 If to Vendor: Gerig-Ottenweller Contracting, LLC 3010 Independence Drive Ft. Wayne, IN 46808 Telephone: 260-484-9183 ATTENTION: Notwithstanding the above, notice of termination under paragraph 19 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. \\IaumpR+Il,nrJVly-v Jntiu'LA\Wfi:uul\P! FSVrv&G,gl.Soikli6oi..rvi41\21111\GP,RIGORE\'\1'ELLER Coo,d,fjr.I/151201)1.III PMT Gerig-Ottenweller Contracting, LLC Engineering -2013 Appropriation#211-84462300. 211-4462300; P.O.#26567 Contract Not To Exceed$659,671.00 19. TERMINATION: 19.1 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. 19.2 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. 20. 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. 21. 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. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2013 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. 23. 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. 24. 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. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. tSV al+ml\wia Jma ajninl.l U\Iuu,l rI.S.(. &Grvr.1+S 'E gvin V13111]IGEHG-OITEiN ELLS KI nu,]5.doc U 5IEIIII I:IS PM] Gerig-Ottenweller Contracting,LLC Engineering-2013 Appropriation#211-P.4462300,211-4462300; P.O.#26567 Contract Not To Exceed$659,671.00 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. 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. 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 Gerig-Ottenweller Contracting, LLC by and through Its Board of Public • Works and Safety By: By • .4 tames Brainard,Presiding Officer Autho ikignature • Date: I r ' ► an OfFehwer � r ..� / Prin ed Name M=ry n Burke, Member �/ Date � � /�/3 M all iwj P�lr lVlei Title �J �J 'r Lori S. W t-. ,M mber MD/TIN: 2o— 3'5 599 Z8 D ate °2-/013 Last Four of SSN if Sole Proprietor: ATTEST: Date: I/2Z/Zor3 ,' . ad Diana Cordray, IAMC!CI•rk-Treasurer Date: _ -►. - iWcivun.Ita iWn•ahnWlAUW.rmRM1CLSws F Goods Svosfn,w,anng31O13154PIG OPfpJWELUR[oMryi.r1AWII?I'.IOPM) BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Project No. 11-07—River Road Culvert Replacement over Elizabeth Warren Drain Proposal For Construction of: Remove and Replace three sided culvert over Elizabeth Warren Drain. Date: December 19, 2012 To: City of Carmel, Indiana,Board of Public Works and Safety • EXHIBIT 1A- BD-1 PART 1 BIDDER INFORMATION (Print] 1.1 BidderName: Gerig-Ottenweller Contracting, LLC. 1.2 Bidder Address: Street Address: 3010 Independence Drive City: Ft. Wayne State: IN Zip: 46808 Phone: 260-484-9183 Fax: 260-484-9187 1.3 Bidder is a/an[mark one] Individual X Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must he answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion 112, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: TIC BID-2 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, total: ge.se+,ia-f en,e. degttr5 Base Bid: i i z Fund r rr1 F; t:L n;,.e, x 1,+.nc ,,,t , Dollars i ($ Cci4%6,1t . co ). r 1. ere Ct+11S Alternate Bid#1:One huvrdr:A4 .11,ete 8A+6,SUndr∎In.tAi one Dollat. fwenk1 ft kit ($ [031051 . aS ). emF$ 2.2 General The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base and selected Alternate Bids. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone,for the Base Bid plus Alternate Bid#1. The Ririder-further-acknowledges-that-the unit_quantities_listed-in-P-art_3-0f_this-Proposal-ase— .__ 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. BID-3 3 C PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Project No. 11-07- River Road Culvert Replacement Over Elizabeth Warren Drain BASE BID I I Prices in Figures Contract Estimated Unit Total Price Item No. Item 'Quantit} Unit Price For Item 1 Construction Engineering 1 LS 63,cxsc. a° $3 m - 0 c) 2 Mobilization and Demobilization 1 LS o0 $ 'so it 3 6,coo. 3‘)ND' 3 Third Party Agency Testing 1 LS V3)oeo. Cr) $ ht Oo°, ° a 4 Maintaining Traffic 1 LS Yatc0p,a• $a,tooa _ `•''o 5 Con-Span Bridge System 1 LS bQ 81. 000 e $am dr» 00 6 Precast Concrete Footin' 1 LS U t e, cr' Si - • ,_ °0 7 Cast-in-Place Concrete Footing 1 LS t R ran.00 $8,0oo - 0 8 Dewatering I LS b 1 .a° $(O CcO -co 9 Temporary Pumparound 1 EACH 9 3.•Oej0.on $3,o.c.° - a 10 Clearing Right of Way 1 LS ti 7 pa, mo $"1 C O0 - 09 i I Guardrail, Remove 256 LFT GO 12 1 Existing Concrete Culvert and LS n' 4 000•ctO $ (y Gbp. Associated Foundations, Remove 1 1 13 Riprap, Remove I LS 35,500 $ 5,,CO -cre 14 Asphalt, Remove 220 SYS I I S , 00 $ 31:300 - aC 15 Tree and Vegetation, Remove 1 LS ;IZ lobo ,ot' $ajoy) - OC 16 Sign and Post, Remove 6 EACH 10o. e 0 $(zoo, OC 17 Sign and Post, Remove and Re- 0 EACH install •3� 0O $ 18 Excavation, Common 1350 CYS d"1 . 00 $ VI re- U\(.) 19 Excavation, Waterway 550 CYS 9 I k , 00 $(0,050 - °° 20 Excavation, Foundation, 650 CYS O $ 50_ bC Unclassified q• Si 1 21 Linear Ditch Grading 158 LFT t "1. 00 $ I1I0(, _ O ) 22 Compacted Aggregate, 53, Base 0 TONS $ wn, 00 $ - 23 Saw Cut, Asphalt 68 LFT 8 3 : 5 0 $ X39 - c0c, 24 Milling, Asphalt,2 Inch 560 SYS I5: t0.0e- $S1(,00- ° 25 HMA Bituminous Surface, Type 80 TONS °O "C„ 9.5mm (`� OD $ yiaDD 26 HMA Bituminous, Intermediate, 55 TONS 1l3 6o $ ' 00 Type "C", 19mm i b 27 HM ZBituminous Base, Type 75 TONS S \\1. °O $ 91335- OD 28 Handrail 197 LFT 1! \'lg •00 $ 35 tout , 0° 29 Filter Fabric 530 SYS aa, 5p $\dnc - ° 30 Riprap, Class I 720 TONS 0 31 , o° $ ac Age- t' ' 31 Seed Mixture, R(170 lbs per acre) 100 LBS 535. °0 $3)S00 - CC 32 Fertilizer 300 LBS 1< 1 • a C> $ 3c - r'" 33 Re-spread Topsoil 1 LS 8 a300,0.1)( $ , i pep - ca, 34 Erosion Control Blanket 2300 SYS V\,1 S 35 Concrete Washout 1 EACH S 150.•oc' $ ''s o- "" 36 Temporary Ditch Inlet Protection 0 EACH n ce3,06 37 Temporary Silt Fence 475 LFT 3 . o o $ 1 i 1•US _L,`> 38 Mobilization and Demobilization 1 EACH O o0- for Seeding 1 so 'b© $ 1 S 39 Bicycle and Diagonal Arrow Sign 2 EACH 506. oo $ f,Ott) ° and Post 40 Construction Sign, Type A 8 EACH b 1 y p.°° $ 1 ,1 ao - a 41 Construction Sign, Type C 8 EACH •' .SO•oo $ i coo_ °o 42 Standard Barricade, Type ILIA 100 LFT 0 is.dO $ 11500 - oc+ 43 Detour Route Marker Assembly 24 EACH It k s o ,GC) $314.00-bC 44 Road Closure Sign Assembly 8 EACH Is (10. °° $ 1,3(aN - 45 4 Inch White Epoxy Line with 560 LFT D• c5 b $ i 1 a0 _O6 Reflective Glass Beads 46 4 Inch Yellow Epoxy Line with 560 LFT e>C> Reflective Glass Beads $ 40.0 - 47 Left Curve Warning Sign and Post 1 EACH IP Soc• r'o $ coo 5' 48 End School Zone Sign and Post 1 EACH V 506. 00 $ Soo -I-)0 49 Bicycle Warning Sign, Diagonal 2 EACH CD $ °© Arrow and Post Vp. ll a 00- 50 Bicycle Warning Sign and Post 1 EACH 'S' ( to.00_ $ (o Op - CAS Total for River Road Over Elizabeth Warren Drain _ 0 (� Carmel Project No. 11-07_ $ (o g 65 1 • ALTERNATE BID #1 Prices in Figures Contract Estimated Unit Total Price Item No. Item Quantit4 Unit Price For Item_ 1 Construction Engineering 1 LS Snob ab $ ,� ppp oC 2 'Third Party Agency Testing 1 LS S a L(y00 p6 $ 3,0513 - °O 3 Maintaining Traffic 1 LS It 1,000• °O $ 11000 - ad 4 Asphalt, Remove 62 SYS U an u0 $ L 1 ay 0 - a o Sign and Post, Remove and Re- 00 5 install 1 EACH de sop. ac' $ 500 - 6 Excavation, Common 475 CYS $ $.o $ 3, Boo- 6.° 7 Linear Ditch Grading 732 LFT is Soc. $ 314,(40- ° ' 8 Compacted Aggregate, 53, Base 240 TONS as. C 0 :$ V,000 -Ue' 9 Saw Cut, Asphalt 181 LFT lit 3 , coo $ G33 , S5 Accessible Ramp with Detectable o c 10 Wing Stripe 7 EACH 41 800 ,ee' $ CO- 11 12 Inch White Thermoplastic Line 144 LFT o0 with Reflective Glass Beads G. °� $ ��y 12 18 Inch White Thermoplastic Stop 12 LFT g oU $ 9 G . 0° Bar with Reflective Glass Beads 13 8 Inch Yellow Cross Hatch 1 LS it t ,app $ 1.x00 - ab 14 Concrete Sidewalk 90 SYS 31fo0. op $ Sgyto - °C 15 Concrete Modified Roll Curb 54 LFT 15 GS, co $ 3 ,S10- "e> 16 HMA Bituminous Surface, Type 40 TONS tM4 , °d $ S111.0 9C) "C", 9.5mm HMA Bituminous, Intermediate, I O�• o�, $ 1 \ ��S 0O 17 Type "C", 19mm 115 TONS 18 Street Cut Repair 181 LFT ctO. '''A $ I4"290- "0 19 Depressed Curb 42 LFT ('50.°0 $pit QO - y O' 20 Curb Transition 84 LFT 1$ s . o o $ 3 - So_ m 21 Filter Fabric 470 SYS ksQ.SO $ 1, 115- ° .-' 22 Seed Mixture, R(1701bs per acre) 50 LBS a 3s. o o $ t 1'T1$- Ey© 23 Fertilizer 200 LBS I \. O d $ 8c56 - CL 24 Re-spread Topsoil 1 LS t5 ninon $ai Ooo - 25 Erosion Control Blanket 525 SYS d wig $ g\g - 26 Temporary Inlet Protection 3 EACH t'Soo oc' $ 00- ee 27 Temporary Silt Fence 800 LFT $, 3 . O 6 $ 1y O0_ de 28 Pipe, 12 Inch, RCP, Including 8 LFT It gC, oo $ (01-10 e'o Backfill b c? sb Pipe, 6 Inch, Double Wall , D 6 29 Perforated HDPE 729 LFT (, O O $ 413 7 30 Aggregate forUnderdrains 65 CYS kt, 35•cO $ a 100 31 4' Diameter Manhole with Casting 1 EACH to oZ�� oo $ a5,5 -00 i 32 Snout I EACH tt t SOes." $%SUS -tIC 33 Construction Sign, Type A 2 EACH lS NO $ at0 -QC 34 Construction Sign,Type C 2 EACH (6 asp• 0O $ SC& - °O School Advance Crossing 1 EACH $ oc 35 Assembly and Post IV y 0O.°V MOO 36 School Crossing Signage 2 EACH °a Assembly and Post 00• „e, $00 Total for River Road Over Elizabeth Warren Drain Carmel Project No. 11-07 $ ‘031�� as