Common use of Overlay Clause in Contracts

Overlay. This agreement made and entered by and between the Contracting Authority, IOWA DEPARTMENT OF TRANSPORTATION and Contractor, ▇▇▇▇▇▇, INC. (CR333) City: NEW HAMPTON State: IA It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if any, for project(s) listed herein, together with Contractor's performance bond, are made a part hereof and together with this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties hereto. Contractor, for and in considerations of $ 5,802,434.41 payable as set forth in the specifications constituting a part of this contract, agrees to construct various items of work and/or provide various materials or supplies in accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders. Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contractor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5 (Public Registration Number), if applicable. In consideration of the foregoing, Contracting Authority hereby agrees to pay the Contractor promptly and according to the requirements of the specifications the amounts set fourth, subject to the conditions as set forth in the specifications. It is further understood and agreed that the above work shall also be commenced or completed in accordance with Contract Time of this Contract and assigned Notes. To accomplish the purpose herein expressed, the Contracting Authority and Contractor have signed this instrument. For Federal-Aid Contracts the Contractor certifies that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the contract. Federal Aid - Predetermined Wages are in Effect POTTAWATTAMIE 00 Late Start Date 04/06/2026 110 WORK DAYS $2,000.00 . There are no notes for this contract. The following is a list of Contract Addenda: 17JUN105.A01 Contract ID: ▇▇-▇▇▇▇-▇▇▇ Call Order: 105 Letting Date: June 17, 2025 001.2023 *** STANDARD SPECIFICATIONS -- SERIES 2023 *** The Iowa Department of Transportation STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, SERIES 2023, plus applicable General Supplemental Specifications, Developmental Specifications, Supplemental Specifications AND Special Provisions shall apply to construction work on this contract. 005.23004.01 *** REVISIONS TO GS-23004 *** 2601.03, C, 1, b, Seed Mixture. Add note to Table 2601.03-1: *For 2025 construction season only, Canada wildrye (Elymus canadensis) may be substituted with an equal application rate of Virginia wildrye (Elymus virginicus). 410.11 *** STORM WATER POLLUTION PREVENTION PLAN *** A Storm Water Pollution Prevention Plan has been developed by the Contracting Authority for one or more projects on this contract. See the project plans (or other contract document) for specific Storm Water Pollution Prevention Plan details. 500.01 *** WINTER WORK *** The free time allowed between November 15 and April 1 will not be permitted on this project. The Contractor shall work during the winter on all working days as defined in Article 1101.03 'Working Day'. Contract ID: ▇▇-▇▇▇▇-▇▇▇ Call Order: 105 Letting Date: June 17, 2025 FHWA-1273.09 FHWA-1273: REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS -- REVISED OCTOBER 23, 2023 GS-23004 GENERAL SUPPLEMENTAL SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION IA25-81.0 PREDETERMINED WAGE RATE - GENERAL DECISION NUMBER IA20250081 FOR HEAVY AND HIGHWAY CONSTRUCTION -- STATEWIDE (EXCEPT SCOTT COUNTY) Note: The Contractor shall review the contract documents and is responsible for identifying which zone(s), as defined in the Predetermined Wage Rate specification, apply to the work on the contract. *** Additional Requirement *** The Prime Contractor shall submit certified payrolls for itself and each approved Subcontractor weekly to the Project Engineer. The Contractor may use the Iowa D.O.T. Certified Payroll form or other approved form. The Contractor shall list the craft for each employee covered by the Predetermined Wage Rates. The Prime Contractor shall sign each of the Subcontractor's payrolls to acknowledge the submittal of the Certified Payroll. 0010 2105-8425005 TOPSOIL, FURNISH AND SPREAD 9,900.000 CY 41.00 405,900.00 0020 2115-0100000 1,111.110 MODIFIED SUBBASE CY 65.00 72,222.15 0030 2121-7425020 82.440 GRANULAR SHOULDERS, TYPE B TON 37.00 3,050.28 0040 2122-5500090 116.700 PAVED SHOULDER, HOT MIX ASPHALT MIXTURE, 9 IN. SY 141.60 16,524.72 0050 2212-0475095 0.140 CLEANING AND PREPARATION OF BASE MILE 5,000.00 700.00 0060 2212-5075001 5.000 HOT MIX ASPHALT SURFACE PATCHES TON 1,750.00 8,750.00 0070 2213-2713300 29.200 EXCAVATION, CLASS 13, FOR WIDENING CY 230.00 6,716.00 0080 2214-5145154 87,624.530 PAVEMENT SCARIFICATION, PROFILE SY 1.44 126,179.32 0090 2301-1004120 3,333.330 STANDARD OR SLIP-FORM PORTLAND CEMENT CONCRETE SY 53.42 178,066.49 PAVEMENT, QM-C, CLASS 3I DURABILITY, 12 IN. 0100 2304-0100000 730.000 DETOUR PAVEMENT SY 61.00 44,530.00 0110 2310-5151600 PORTLAND CEMENT CONCRETE 19,424.530 CY 114.63 2,226,633.87 OVERLAY, QM-C, FURNISH ONLY 0120 2310-5151605 90,816.000 PORTLAND CEMENT CONCRETE OVERLAY, QM-C, PLACEMENT ONLY SY 4.56 414,120.96 0130 2310-8300530 3,191.000 HOT MIX ASPHALT STRESS RELIEF COURSE SY 12.50 39,887.50 0140 2317-7000110 42,367.000 PAYMENT ADJUSTMENT INCENTIVE/DISINCENTIVE FOR PCC EACH 1.00 42,367.00 PAVEMENT SMOOTHNESS (BY SCHEDULE) 0150 2502-8221306 82.000 SUBDRAIN OUTLET, DR-306 EACH 625.00 51,250.00 0160 2505-4008120 412.600 REMOVAL OF STEEL BEAM GUARDRAIL LF 5.00 2,063.00 0170 2505-4008130 27,610.000 REMOVAL OF CABLE GUARDRAIL LF 6.00 165,660.00 0180 2505-4008300 225.000 STEEL BEAM GUARDRAIL LF 20.00 4,500.00 0190 2505-4008410 2.000 STEEL BEAM GUARDRAIL BARRIER TRANSITION SECTION, BA-201 EACH 2,800.00 5,600.00 0200 2505-4021010 2.000 STEEL BEAM GUARDRAIL END ANCHOR, BOLTED EACH 200.00 400.00 0210 2505-4021720 STEEL BEAM GUARDRAIL TANGENT 1.000 EACH 3,000.00 3,000.00 END TERMINAL, BA-205 0220 2505-4021721 1.000 STEEL BEAM GUARDRAIL FLARED END TERMINAL, BA-206 EACH 3,000.00 3,000.00 0230 2505-6000111 27,605.000 HIGH TENSION CABLE GUARDRAIL LF 14.00 386,470.00 0240 2505-6000121 22.000 HIGH TENSION CABLE GUARDRAIL, END ANCHOR EACH 3,000.00 66,000.00 0250 2510-6745850 3,483.330 REMOVAL OF PAVEMENT SY 13.00 45,283.29 0260 2524-6765210 75.000 REMOVAL OF TYPE A SIGN ASSEMBLY EACH 75.00 5,625.00 0270 2524-9210007 75.000 REFERENCE LOCATION SIGNS EACH 60.00 4,500.00 0280 2526-8285000 CONSTRUCTION SURVEY LUMP SUM 50,000.00 0290 2527-9263137 8.000 PAINTED SYMBOLS AND LEGENDS, WATERBORNE OR SOLVENT-BASED EACH 100.00 800.00 0300 2527-9263181 1,044.920 PAVEMENT MARKINGS REMOVED STA 15.00 15,673.80 0310 2527-9263190 8.000 SYMBOLS AND LEGENDS REMOVED EACH 100.00 800.00 Contract Item Number Item Quantity Unit Price Number Dollars Cents Bid Amount Dollars Cents 0320 2527-9263209 PAINTED PAVEMENT MARKINGS, 860.650 STA 18.00 15,491.70 WATERBORNE OR SOLVENT-BASED 0330 2527-9263216 1,801.980 PAINTED PAVEMENT MARKINGS, MULTI-COMPONENT LIQUID STA 92.00 165,782.16 0340 2527-9263231 59.800 REMOVABLE TAPE MARKINGS, WET RETROREFLECTIVE STA 175.00 10,465.00 0350 2527-9270112 1,058.760 GROOVES CUT FOR PAVEMENT MARKINGS STA 30.00 31,762.80 0360 2528-2518000 2.000 SAFETY CLOSURE EACH 250.00 500.00 0370 2528-2518005 3.000 CROSSOVER BARRICADE EACH 7,000.00 21,000.00 0380 2528-8400157 4.000 TEMPORARY FLOODLIGHTING LUMINAIRE EACH 5,000.00 20,000.00 0390 2528-8445110 TRAFFIC CONTROL LUMP SUM 63,500.00 0400 2528-9109020 1,060.000 TEMPORARY LANE SEPARATOR SYSTEM LF 9.00 9,540.00 0410 2529-2242304 7.000 CD JOINT ASSEMBLY EACH 145.00 1,015.00 0420 2529-5070110 355.200 PATCHES, FULL-DEPTH FINISH, BY AREA SY 207.00 73,526.40 0430 2529-5070120 21.000 PATCHES, FULL-DEPTH FINISH, BY COUNT EACH 80.00 1,680.00 0440 2533-4980005 MOBILIZATION LUMP SUM 378,625.00 0450 2548-0000250 423.460 DIAMOND GROUND SHOULDER RUMBLE STRIPS, PCC SURFACE STA 420.00 177,853.20 0460 2551-0000110 3.000 TEMP CRASH CUSHION EACH 1,000.00 3,000.00 0470 2551-0000130 3.000 TEMP CRASH CUSHION, SEVERE USE (SU) EACH 4,500.00 13,500.00 0480 2599-9999008 60,039.470 ('POUNDS' ITEM) Synthetic Macro Fibers for PCC 4 lbs/CY LB 4.01 240,758.27 0490 2601-2636043 2.690 SEEDING AND FERTILIZING (RURAL) ACRE 1,450.00 3,900.50 0500 2601-2638352 3,358.000 SLOPE PROTECTION, WOOD EXCELSIOR MAT SQ 14.75 49,530.50 0510 2602-0000320 27,938.750 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 20 IN. DIA. LF 3.80 106,167.25 0520 2602-0000351 27,938.750 REMOVAL OF PERIMETER AND SLOPE OR DITCH CHECK SEDIMENT LF 0.60 16,763.25 CONTROL DEVICE 0530 2602-0010010 1.000 MOBILIZATIONS, EROSION CONTROL EACH 0540 2602-0010020 MOBILIZATIONS, EMERGENCY EROSION CONTROL 1.000 EACH 1,200.00 1,200.00 FHWA-1273 - Revised October 23, 2023 I. General II. Nondiscrimination

Appears in 1 contract

Sources: Contract Agreement

Overlay. This agreement made and entered by and between the Contracting Authority, IOWA DEPARTMENT OF TRANSPORTATION and Contractor, ▇▇▇▇▇▇, INC. (CR333) City: NEW HAMPTON State: IA It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if any, for project(s) listed herein, together with Contractor's performance bond, are made a part hereof and together with this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties hereto. Contractor, for and in considerations of $ 5,802,434.41 10,549,983.16 payable as set forth in the specifications constituting a part of this contract, agrees to construct various items of work and/or provide various materials or supplies in accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders. Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contractor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5 (Public Registration Number), if applicable. In consideration of the foregoing, Contracting Authority hereby agrees to pay the Contractor promptly and according to the requirements of the specifications the amounts set fourth, subject to the conditions as set forth in the specifications. It is further understood and agreed that the above work shall also be commenced or completed in accordance with Contract Time of this Contract and assigned Notes. To accomplish the purpose herein expressed, the Contracting Authority and Contractor have signed this instrument. For Federal-Aid Contracts the Contractor certifies that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the contract. Federal Aid - Predetermined Wages are in Effect POTTAWATTAMIE ▇▇▇▇▇▇▇▇▇ 00 Late Start Date 04/06/2026 110 07/28/2025 30 WORK DAYS $2,000.00 Overall Site. There See description below. 01 Late Start Date 08/18/2025 56 CALENDAR DAYS $15,000.00 Detour of IA 9. See descriptions below. 02 Approximate Start 10/13/2025 Date Side Road Closures. See description below. 28 CALENDAR DAYS $2,000.00 *** Work Restriction*** IA 9 and the detour route cannot have any lane or shoulder closures on July 20 and July 21, 2025. *** Site 00 *** This is for work not included in Sites 01 and 02. No days are no notes to be charged to Site 00 if days are being charged to Site 01 or Site 02. *** Site 01 *** This is an Incentive/Disincentive per Section 1111 of the Standard Specifications. Incentive/Disincentive (I/D) shall apply. Incentive/ Disincentive/ Liquidated Damages Per Day: $15,000. The critical closure activity is the completion of all work that requires the detour of IA 9. For IA 9 to be opened to traffic, profile milling, PCC overlay, PCC paving, shoulders, turn lanes, guardrails, and painting must be completed without the need for any additional lane closures for the site to be considered complete. Winter and cold weather shall not be a cause to stop the count of days for this contractsite. *** Site 02 *** This site starts once SITE ID 01 is completed. This is an Incentive/Disincentive per Section 1111 of the Standard Specifications. Incentive/Disincentive (I/D) shall apply. Incentive/ Disincentive/ Liquidated Damages Per Day: $2,000. The critical closure is the closure of any county or city road. This site will be considered complete when there is no longer a lane or total closure on a sideroad where it connects to IA 9. The following is a list of Contract Addenda: 17JUN105.A01 17JUN102.A01 17JUN102.A02 17JUN102.A03 Contract ID: ▇▇-▇▇▇▇-▇▇▇ Call Order: 105 102 Letting Date: June 17, 2025 001.2023 *** STANDARD SPECIFICATIONS -- SERIES 2023 *** The Iowa Department of Transportation STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, SERIES 2023, plus applicable General Supplemental Specifications, Developmental Specifications, Supplemental Specifications AND Special Provisions shall apply to construction work on this contract. 005.23004.01 *** REVISIONS TO GS-23004 *** 2601.03, C, 1, b, Seed Mixture. Add note to Table 2601.03-1: *For 2025 construction season only, Canada wildrye (Elymus canadensis) may be substituted with an equal application rate of Virginia wildrye (Elymus virginicus). 410.11 *** STORM WATER POLLUTION PREVENTION PLAN *** A Storm Water Pollution Prevention Plan has been developed by the Contracting Authority for one or more projects on this contract. See the project plans (or other contract document) for specific Storm Water Pollution Prevention Plan details. 500.01 *** WINTER WORK *** The free time allowed between November 15 and April 1 will not be permitted on this project. The Contractor shall work during the winter on all working days as defined in Article 1101.03 'Working Day'. DS-23060 DEVELOPMENTAL SPECIFICATIONS FOR DIAMOND GRINDING RUMBLE STRIPS DS-23061 DEVELOPMENTAL SPECIFICATIONS FOR PREFORMED THERMOPLASTIC PAVEMENT MARKINGS DS-23068 DEVELOPMENTAL SPECIFICATIONS FOR QUALITY MANAGEMENT CONCRETE (QM-C) Contract ID: ▇▇-▇▇▇▇-▇▇▇ Call Order: 105 102 Letting Date: June 17, 2025 FHWA-1273.09 FHWA-1273: REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS -- REVISED OCTOBER 23, 2023 GS-23004 GENERAL SUPPLEMENTAL SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION IA25-81.0 PREDETERMINED WAGE RATE - GENERAL DECISION NUMBER IA20250081 FOR HEAVY AND HIGHWAY CONSTRUCTION -- STATEWIDE (EXCEPT SCOTT COUNTY) Note: The Contractor shall review the contract documents and is responsible for identifying which zone(s), as defined in the Predetermined Wage Rate specification, apply to the work on the contract. *** Additional Requirement *** The Prime Contractor shall submit certified payrolls for itself and each approved Subcontractor weekly to the Project Engineer. The Contractor may use the Iowa D.O.T. Certified Payroll form or other approved form. The Contractor shall list the craft for each employee covered by the Predetermined Wage Rates. The Prime Contractor shall sign each of the Subcontractor's payrolls to acknowledge the submittal of the Certified Payroll. 0010 2102-0425070 SPECIAL BACKFILL 4,009.500 TON 41.00 164,389.50 0020 2102-2625001 324.000 EMBANKMENT-IN-PLACE, CONTRACTOR FURNISHED CY 57.00 18,468.00 0030 2102-2713090 2,853.000 EXCAVATION, CLASS 13, WASTE CY 26.00 74,178.00 0040 2105-8425005 90.000 TOPSOIL, FURNISH AND SPREAD 9,900.000 CY 41.00 405,900.00 0020 65.00 5,850.00 0050 2115-0100000 1,111.110 78.600 MODIFIED SUBBASE CY 65.00 72,222.15 0030 80.00 6,288.00 0060 2121-7425020 82.440 10,105.710 GRANULAR SHOULDERS, TYPE B TON 37.00 3,050.28 0040 29.50 298,118.45 0070 2122-5500090 116.700 5190008 409.100 PAVED SHOULDER, HOT MIX ASPHALT MIXTUREP.C. CONCRETE, 8 IN. SY 62.21 25,450.11 0080 2122-5190009 1,599.900 PAVED SHOULDER, P.C. CONCRETE, 9 IN. SY 141.60 16,524.72 0050 37.99 60,780.20 0090 2123-7450020 27.210 SHOULDER FINISHING, EARTH STA 390.00 10,611.90 0100 2212-0475095 0.140 CLEANING AND PREPARATION OF BASE MILE 5,000.00 700.00 0060 5070310 3,751.500 PATCHES, FULL-DEPTH REPAIR SY 177.77 666,904.16 0110 2212-5075001 5.000 HOT MIX ASPHALT SURFACE 5070330 399.000 PATCHES TON 1,750.00 8,750.00 0070 2213-2713300 29.200 EXCAVATION, CLASS 13, FOR WIDENING CY 230.00 6,716.00 0080 BY COUNT (REPAIR) EACH 73.00 29,127.00 0120 2214-5145154 87,624.530 204,145.000 PAVEMENT SCARIFICATION, PROFILE SY 1.44 126,179.32 0090 2.30 469,533.50 0130 2214-7450050 BLADING AND SHAPING SHOULDER 1,121.900 STA 30.00 33,657.00 MATERIAL 0140 2301-1004120 3,333.330 1003090 13,732.460 STANDARD OR SLIP-FORM PORTLAND CEMENT CONCRETE SY 53.42 178,066.49 46.30 635,812.90 PAVEMENT, QM-C, CLASS 3I 3 DURABILITY, 12 9 IN. 0100 23040150 2301-0100000 730.000 DETOUR PAVEMENT SY 61.00 44,530.00 0110 9091000 1.000 RUMBLE STRIP PANEL (PCC SURFACE) EACH 1.00 1.00 0160 2303-1043500 116.800 HOT MIX ASPHALT HIGH TRAFFIC, SURFACE COURSE, 1/2 IN. MIX, NO TON 240.00 28,032.00 SPECIAL FRICTION REQUIREMENT 0170 2303-1258284 7.010 ASPHALT BINDER, PG 58-28H, HIGH TRAFFIC TON 675.00 4,731.75 0180 2310-5151600 42,565.900 PORTLAND CEMENT CONCRETE 19,424.530 CY 114.63 2,226,633.87 OVERLAY, QM-C, FURNISH ONLY 0120 CY 106.45 4,531,140.06 0190 2310-5151605 90,816.000 232,177.780 PORTLAND CEMENT CONCRETE OVERLAY, QM-C, PLACEMENT ONLY SY 4.56 414,120.96 0130 4.05 940,320.01 0200 2310-8300530 3,191.000 HOT MIX ASPHALT STRESS RELIEF COURSE 8255550 204,145.000 SURFACE PREPARATION SY 12.50 39,887.50 0140 0.05 10,207.25 0210 2312-8260201 120.000 GRANULAR SURFACING ON ROAD, CLASS C GRAVEL TON 29.50 3,540.00 0220 2315-8275055 150.000 SURFACING, DRIVEWAY TON 29.50 4,425.00 0230 2317-7000110 42,367.000 129,000.000 PAYMENT ADJUSTMENT INCENTIVE/DISINCENTIVE FOR PCC EACH 1.00 42,367.00 129,000.00 PAVEMENT SMOOTHNESS (BY SCHEDULE) 0150 2502-8221306 82.000 SUBDRAIN OUTLET, DR-306 EACH 625.00 51,250.00 0160 0240 2505-4008120 412.600 326.000 REMOVAL OF STEEL BEAM GUARDRAIL LF 5.00 2,063.00 0170 2505-4008130 27,610.000 REMOVAL OF CABLE GUARDRAIL LF 6.00 165,660.00 0180 20.00 6,520.00 0250 2505-4008300 225.000 50.000 STEEL BEAM GUARDRAIL LF 20.00 4,500.00 0190 30.00 1,500.00 0260 2505-4008410 2.000 4.000 STEEL BEAM GUARDRAIL BARRIER TRANSITION SECTION, BA-201 EACH 2,800.00 5,600.00 0200 3,300.00 13,200.00 0270 2505-4021010 2.000 4.000 STEEL BEAM GUARDRAIL END ANCHOR, BOLTED EACH 200.00 400.00 0210 300.00 1,200.00 0280 2505-4021720 4.000 STEEL BEAM GUARDRAIL TANGENT 1.000 EACH 3,000.00 3,000.00 END TERMINAL, BA-205 0220 2505EACH 3,972.25 15,889.00 0290 2506-4021721 4984000 1.000 STEEL BEAM GUARDRAIL FLARED END TERMINAL, BA-206 EACH 3,000.00 3,000.00 0230 2505-6000111 27,605.000 HIGH TENSION CABLE GUARDRAIL LF 14.00 386,470.00 0240 2505-6000121 22.000 HIGH TENSION CABLE GUARDRAIL, END ANCHOR EACH 3,000.00 66,000.00 0250 FLOWABLE MORTAR CY 1,800.00 1,800.00 0300 2510-6745850 3,483.330 13,034.560 REMOVAL OF PAVEMENT SY 13.00 45,283.29 0260 252419.00 247,656.64 0310 2511-6765210 75.000 0300000 16.400 REMOVAL OF TYPE A SIGN ASSEMBLY EACH 75.00 5,625.00 0270 2524RECREATIONAL TRAIL SY 18.00 295.20 0320 2511-9210007 75.000 REFERENCE LOCATION SIGNS EACH 60.00 4,500.00 0280 0302600 11.100 ▇▇▇▇▇▇▇▇▇▇▇▇ ▇▇▇▇▇, ▇▇▇▇▇▇▇▇ ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇, ▇ ▇▇. SY 98.57 1,094.13 0330 2511-7528101 DETECTABLE WARNINGS 20.000 SF 39.40 788.00 0340 2526-8285000 CONSTRUCTION SURVEY LUMP SUM 50,000.00 0290 85,000.00 0350 2527-9263137 8.000 PAINTED 9263155 18.000 PRE-CUT SYMBOLS AND LEGENDS, PREFORMED THERMOPLASTIC EACH 450.00 8,100.00 MARKING MATERIAL 0360 2527-9263209 5,181.840 PAINTED PAVEMENT MARKINGS, WATERBORNE OR SOLVENT-BASED EACH 100.00 800.00 0300 STA 16.00 82,909.44 0370 2527-9263181 1,044.920 9263225 30.230 PERMANENT TAPE MARKINGS, PREFORMED THERMOPLASTIC STA 500.00 15,115.00 MARKING MATERIAL 0380 2527-9270112 1,186.710 GROOVES CUT FOR PAVEMENT MARKINGS REMOVED STA 15.00 15,673.80 0310 40.00 47,468.40 0390 2527-9263190 8.000 9270120 18.000 GROOVES CUT FOR SYMBOLS AND LEGENDS REMOVED EACH 100.00 800.00 200.00 3,600.00 0400 2528-2518000 20.000 SAFETY CLOSURE EACH 250.00 5,000.00 0410 2528-8400256 1.000 TEMPORARY TRAFFIC SIGNALS EACH 12,500.00 12,500.00 0420 2528-8445110 TRAFFIC CONTROL LUMP SUM 78,700.00 0430 2528-8445113 65.000 FLAGGERS EACH 575.00 37,375.00 Contract Item Number Item Quantity Unit Price Number Dollars Cents Bid Amount Dollars Cents 0320 2527-9263209 PAINTED PAVEMENT MARKINGS, 860.650 STA 18.00 15,491.70 WATERBORNE OR SOLVENT-BASED 0330 2527-9263216 1,801.980 PAINTED PAVEMENT MARKINGS, MULTI-COMPONENT LIQUID STA 92.00 165,782.16 0340 2527-9263231 59.800 REMOVABLE TAPE MARKINGS, WET RETROREFLECTIVE STA 175.00 10,465.00 0350 2527-9270112 1,058.760 GROOVES CUT FOR PAVEMENT MARKINGS STA 30.00 31,762.80 0360 0440 2528-2518000 2.000 SAFETY CLOSURE 8445115 20.000 PILOT CARS EACH 250.00 500.00 0370 865.00 17,300.00 0450 2528-2518005 3.000 CROSSOVER BARRICADE EACH 7,000.00 21,000.00 0380 2528-8400157 4.000 TEMPORARY FLOODLIGHTING LUMINAIRE EACH 5,000.00 20,000.00 0390 2528-8445110 TRAFFIC CONTROL LUMP SUM 63,500.00 0400 2528-9109020 1,060.000 TEMPORARY LANE SEPARATOR SYSTEM LF 9.00 9,540.00 0410 9290050 195.000 PORTABLE DYNAMIC MESSAGE SIGN (PDMS) CDAY 75.00 14,625.00 0460 2529-2242304 7.000 3.000 CD JOINT ASSEMBLY EACH 145.00 1,015.00 0420 155.00 465.00 0470 2529-5070110 355.200 478.100 PATCHES, FULL-DEPTH FINISH, BY AREA SY 207.00 73,526.40 0430 167.60 80,129.56 0480 2529-5070120 21.000 39.000 PATCHES, FULL-DEPTH FINISH, BY COUNT EACH 80.00 1,680.00 0440 60.00 2,340.00 0490 2529-8202000 1.000 RUMBLE STRIP PANEL (IN FULL DEPTH PATCH) EACH 450.00 450.00 0500 2533-4980005 MOBILIZATION LUMP SUM 378,625.00 0450 264,675.00 0511 2548-0000250 423.460 0000260 1,078.780 DIAMOND GROUND SHOULDER SINUSOIDAL RUMBLE STRIPS, PCC STA 425.00 458,481.50 SURFACE 0521 2548-0000365 539.390 DIAMOND GROUND CENTERLINE SINUSOIDAL RUMBLE STRIPS, PCC STA 420.00 177,853.20 0460 2551-0000110 3.000 TEMP CRASH CUSHION EACH 1,000.00 3,000.00 0470 2551-0000130 3.000 TEMP CRASH CUSHION, SEVERE USE (SU) EACH 4,500.00 13,500.00 0480 425.00 229,240.75 SURFACE 0530 2599-9999008 60,039.470 175,543.700 ('POUNDS' ITEM) Synthetic Macro Fibers for SYNTHETIC MACRO- FIBERS FOR PCC 4 lbs/CY OVERLAY LB 4.01 240,758.27 0490 2601-2636043 2.690 SEEDING AND FERTILIZING (RURAL) ACRE 1,450.00 3,900.50 0500 2601-2638352 3,358.000 SLOPE PROTECTION, WOOD EXCELSIOR MAT SQ 14.75 49,530.50 0510 3.77 661,799.75 4,200.00 6.00 700.000 LF 2602-0000320 27,938.750 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 20 IN. DIA. LF 3.80 106,167.25 0520 2602-0000351 27,938.750 REMOVAL OF PERIMETER AND SLOPE OR DITCH CHECK SEDIMENT LF 0.60 16,763.25 CONTROL DEVICE 0530 2602-0010010 1.000 MOBILIZATIONS, EROSION CONTROL EACH 0540 2602-0010020 MOBILIZATIONS, EMERGENCY EROSION CONTROL 1.000 EACH 1,200.00 1,200.00 FHWA-1273 - Revised October 23, 2023 I. General II. Nondiscrimination

Appears in 1 contract

Sources: Contract Agreement