EXHIBIT 10.88 THIS JOINT VENTURE AGREEMENT, made and entered into this 16th day of July, 1998, by and between R. E. Monks Construction Co., LLC, a Colorado Company, (hereinafter referred to as "R. E. Monks"), and Meadow Valley Contractors, Inc., a Nevada corporation, (hereinafter referred to as "MVCI") W I T N E S S E T H WHEREAS, the Arizona Department of Transportation, hereinafter called the owner, advertised for bids for construction of Project No. ACSTP-053-1(31)P, Tracs No. 087 MA 218 H230602C, Mesa-Payson Highway(SR 87), Sunflower-MP 226, Segment F in the counties of Maricopa and Gila (hereinafter referred to as the Construction Contract), which bids were received on July 2, 1998. WHEREAS, the parties hereto desire to form a joint venture to enter into and thereafter to perform a contract with the Arizona Department of Transportation, for the performance of said work; and WHEREAS, the parties desire to enter into this joint venture agreement in order to fix between themselves their respective responsibilities, interest and liabilities in connection with such bid and the performance of such Construction Contract. NOW, THEREFORE, the parties hereto hereby agree to constitute themselves as joint venturers for the purpose of entering into, performing and completing the Construction Contract subject to the following terms and conditions: 1. The Construction Contract, if awarded to the parties hereto, shall be entered into and performed, insofar as the Owner is concerned, by and in the names of the parties hereto as joint venturers. The Joint Venture shall be known and designated as MEADOW VALLEY CONTRACTORS, INC./R.E. MONKS CONSTRUCTION COMPANY, L. L. C., A JOINT VENTURE. 2. As between the parties hereto, the Construction Contract shall be performed and the rights and obligations of the parties with respect thereto shall be determined in the following manner: R. E. Monks - See attachment "A" MVCI - See attachment "A" 1 CLARIFICATION OF DUTIES: The joint venturers will provide the following items to or for the Joint Venture at no cost to the other partner and will handle all jobsite and management correspondence with the Arizona Department of Transportation. Project management personnel will be mutually agreed upon by both parties at the following positions: Project Manager, Project Engineer, and Clerk/Receptionist. Items to be furnished by MVCI: a. Project Manager b. Clerk/Receptionist c. Management and control of Traffic Control operations d. Two office trailers for MVCI use e. Concrete lining of SPP and CMP as called for on the plans. f. Project survey budget and subcontractor have been agreed to between the joint venture parties. The budgeted cost is $575,000.00 and the subcontractor is Rosendahl and Associates. rosendahl's quote is for $502,000.00. Any cost savings or cost overrun between original budget ($575,000.00) and final cost to complete the surveying will be split 50/50. g. Painting of Rock Sculptured Shotcrete. Items to be furnished by R. E. Monks: a. All water to be used on the project. b. An approximate five(5) acre yard site in Sunflower for use as crusher site, hot plant site, concrete batch plant site, QC trailer site, engineer's office trailer site, R. E. Monks and MVCI trailer site, and materials storage site. c. A double wide trailer for R. E. Monks use. d. Shot rock, for AC MA, 24" minus delivered to a crusher site in Sunflower, material permitting. e. Access to all structures suitable for appropriate cranes and structure equipment. R. E. Monks has included $260,000.00 in their bid for this work. Monks will perform this work at mutually agreeable hourly rates. Equipment haul roads through Sycamore Creek, Upper Kitty Joe Creek, and Lower Kitty Joe Creek are excluded from these costs since R. E. Monks will need access through these areas regardless. Any gain or loss will be split equally between the joint venture partners. f. A fully operated and maintained generator with capacity to furnish adequate power to MVCI offices, the Engineer's office, the QC trailer, and R. E. Monks office on a 24 hour basis. 2 g. Semi belly dump trucks fully operated and maintained at $52.00 per hour. h. MA hauls from Tonto Basin delivered to the hot plant site for the unit price of $3.00 per ton. i. Project Engineer/Coordinator. Although R.E. Monks is furnishing the Project Engineer/Coordinator, MVCI will reimburse R.E. Monks $8,500.00/ month for each month that that position is filled by an employee of R.E. Monks. If partial months are used the amount will be prorated. The monthly reimbursement rate includes all costs associated with that position including but not limited to a pickup, computer, fringe benefits, payroll taxes, insurance, etc. It is anticipated that that position will be filled by a R.E. Monks employee for approximately 18-20 months. Items to be shared by both MVCI and R.E. Monks: a. Fencing around the Joint Venture yard site in Sunflower. b. Security, if needed and agreed to by the both Parties, at the job site. The reference to items is to the bid items specified in the Construction Contract. The foregoing division of the work under the Construction Contract between the parties hereto is intended to result in the performance of the Mesa-Payson Highway (SR 87) Sunflower-MP 226, Segment F, complete. Any work provided for in change or extra work orders shall be performed in accordance with the foregoing division of work between the parties hereto, but if any work so ordered does not fall within the present bid items of the Construction Contract, it shall be performed in such manner as the parties may mutually agree. Each party hereto shall separately and individually enter into such subcontract, purchase orders, equipment rental agreements and shall employ sufficient workmen to enable it to perform the items of work as hereinabove divided between them in a diligent and satisfactory manner. The parties agree to split, in proportion to their respective shares of the work completed, all miscellaneous fees/charges necessary to establish the Joint Venture accounts. 3. The Parties agree that payment from the owner for work performed hereunder shall be made directly to the Joint Venture. The Joint Venture shall establish an account at a mutually acceptable financial institution, and management of said account shall be at the direction of the Management Committee established in paragraph 10 herein. Within three (3) days of the date that the funds are collected from the Owner by the Joint Venture, each Party shall be paid for the sums due them based on their portions 3 of the Work completed as indicated in the progress estimates accompanying such payment less the appropriate amount of sales tax which will be paid from the Joint Venture account. Any retained funds by the owner shall be shared by the Parties in proportion to their respective shares of the work completed. 4. R. E. Monks and MVCI shall, and hereby do, assume all obligations of the Joint Venture under the Construction Contract with respect to the bid items assigned to them, respectively, as above provided, and each of them shall hold the other and the Joint Venture free and harmless from any and all liability or responsibility with respect to the bid items as so divided. With respect to Minority and Woman-Owned Business Enterprise requirements, Equal Employment Opportunity Affirmative Action Programs, On the Job Training Programs, Safety Programs and the like, each joint venturer shall be responsible for its respective part or proportionate share and shall undertake to satisfy all such requirements pertinent to the items of work assigned to it, at its own expense. In the event one partner has difficulty meeting its obligation hereunder, the Joint Venture partner shall cooperate in the best way possible to achieve the contract goals. 5. With respect to any bond or bonds required of the Joint Venture by Owner in connection with the Construction Contract, R. E. Monks and MVCI shall apply for and obtain such bonds and shall arrange for interests in the performance of the Construction Contract as the bid items thereof are hereinabove divided and the premiums for such bond or bonds shall be paid for by each Joint Venture partner respectively as outlined in attachment 'A'. 6. Each Joint Venture partner shall procure and maintain its own Workmen's Compensation, Automobile Liability, including owned, non owned, and hired automobiles, and Mobile Equipment Liability Policies. 7. The Joint Venture shall obtain, carry and maintain: a. A Comprehensive General Liability Insurance Policy with single limit coverage for each occurrence of: $1,000,000 including coverage for: i. Completed Operations and Products Liability ii. Broad Form Property Damage Liability, and 4 iii. Liability which such party may incur as a result of the operations, acts or omissions of its subcontractors, suppliers or materialsmen, and their agents or employees, b. Each party shall pay its proportionate share of the premium due for the above policy in the performance of the Construction Contract. The proportionate share is defined as the percentage of the total contract revenue that each party completes as defined in attachment 'A'. It is anticipated that the cost of said premium will be 0.127% of the contract revenue plus a lump sum fee of $9,828.00. c. The joint Venture Policy will name the parties as insured on the umbrella liability policy. The policy shall be written on an occurrence-type basis. 8. Each party shall furnish to the other party certificates from approved insurance companies evidencing that all the foregoing insurance is in force and will not be canceled, reduced or modified without thirty (30) days prior written notice to the other party. Such policies shall be endorsed to designate the other party hereto and this Joint Venture as additional insured. 9. Should any penalty be assessed because of delay in the completion of the work under said Construction Contract, such penalty shall be charged against the party assigned the particular item or items of the work which caused the delay in completion of the entire contract; and if both parties hereto should contribute to the delay, the penalty shall be charged or prorated to each of the respective parties in proportion to the respective items of work involved in the delay. Should penalties be assessed due to poor planning or decision making on the part of the mutually selected management personnel as described herein, such penalties will be charged equally between the parties. Should any value engineering proposals be submitted, negotiated, and monetary gains realized by the Joint Venture for any work, the savings shall be divided between the partners in the following manner: The partner responsible for the changed bid item will receive 80% of the savings realized from those items. The other partner will receive 20% of the savings. In the event a value engineering proposal affects items assigned to both parties, the total V.E. savings will first be split on a prorated basis equal to the values of the venturers respective items. Each of the split amounts will then be divided 80/20 with the responsible partner receiving 5 80% of their split amount and 20% of the other partners split amount. 10. Should any dispute arise between the parties hereto as to the payment or division of any penalty or savings, such dispute shall first be attempted to be resolved by the Management Committee established in paragraph 13 herein. If the Management Committee cannot resolve the dispute, then the dispute shall be resolved as follows: Each of the parties hereto shall choose an arbitrator, and the two arbitrators so chosen shall select a third arbitrator. Each arbitrator shall be a person skilled and having knowledge and experience in construction work similar to this project. The Board of Arbitrators so chosen shall have full power to hear and determine all matters so in dispute, and their decision an award when signed by two or more of them shall be final and conclusive as to all matters submitted to them and shall be binding upon both parties hereto. The expenses of any such arbitration shall be paid as follows: Each party shall pay the arbitrator chosen by such party, and the charges of the third arbitrator shall be paid equally by the parties hereto. 11. Each party shall indemnify, defend and save harmless each other party, its members, directors, officers, and employees, from and against any and all claims, damages (including direct, liquidated, consequential, incidental or other damages), losses, liabilities, attorneys fees, costs and expenses whatsoever kind or nature at any time arising out of any failure of such party to perform any of its obligations with respect to the items of work by it to be performed or arising under this Joint Venture Agreement or which are in any manner directly or indirectly caused or occasioned by, or contributed to, any act, omission, fault or negligence, whether active or passive, in whole or in part, of anyone acting under its direction or control, or on its behalf in connection with or incidental to such work, even though the same may have resulted from the joint, concurring or contributory act, omission, fault or negligence, whether active or passive, or the other party, Owner or any other person, unless the same is caused by the sole negligence or willful misconduct of the other party, its agents, servants or independent contractors who are directly responsible to it. 6 12. R. E. Monks and MVCI each shall furnish all working capital, when and as required, for the prosecution of the bid items to be performed by them, and by reason thereof it is not contemplated that the Joint Venture will itself require any working capital. Each party shall be entitled to the profit and shall bear the loss, if any, with respect to each bid item of work assigned to it. Each of the parties shall maintain adequate books of account with respect to its operations. The Joint Venture shall request securities in lieu of retention and each party shall fund his proportionate share. Earnings from the securities account will be distributed to each party in proportion to its respective funding amount at the time of earnings distribution. 13. MVCI shall be the sponsor of this Joint Venture and the Managing Party with respect to all work to be performed under the Construction Contract. MVCI is authorized to execute, on behalf of the Joint Venture, all contracts and any related documents. R. E. Monks and MVCI shall be responsible for the overall prosecution, scheduling and coordination of the work to be performed under the Construction Contract, but shall not be entitled to a fee therefore. The Project Manager, and Clerk/Receptionist shall be employed by MVCI but will be mutually agreed upon by both parties. The Project Engineer/Coordinator shall be employed by R. E. Monks but will be mutually agreed upon by both parties. These employees shall act on behalf of and in the best interest of the Joint Venture without regard to their employment by either party. To facilitate handling of matters and questions in connection with the performance of the Contract and the Work, a Management Committee of three persons will be created consisting of one appointee from each Party and the Project Manager. Each of the Parties shall advise the other in writing as to the name of the person appointed by it as its representative in the Management Committee. Each Party may, at any time and from time to time, change its representative by filing with the other written notice of such change. The said representatives shall meet from time to time, as necessary to act on all necessary matters pertaining to the work of the Joint Venture. The Parties shall endeavor to reach unanimous decisions on all matters. In the event that unanimity is not reached, either party may request arbitration as previously described in paragraph 10. If at any time one of the venturers has reasonable cause to suspect that any employee, of either party or subcontractor or 7 supplier, is acting in a manner that is unsafe or otherwise injurious to the welfare of the Joint Venture (including the parties thereto and their employees), as managing partner, MVCI will be responsible to act in a responsible and timely fashion to counsel, remove, or otherwise correct the situation. This responsibility to correct these situations does not however change MVCI liabilities from those described herein in any way. 14. This Joint Venture Agreement extends only to the performance of the Construction Contract, including any extra work orders, and/or change orders in connection therewith, or any contract supplemental thereto. In no event shall this agreement extend to or cover any other or different work, and upon the completion of performance of the Construction Contract and the distribution by the Joint Venture to the Joint Venturers of the payments from Owner as herein provided, the Joint Venture shall terminate. 15. If any party hereto (if any individual) shall die or become incompetent, or if any party (not an individual) shall dissolve, or if any party hereto shall become bankrupt, or file a voluntary petition in bankruptcy, this Joint Venture shall not terminate, but the right of the disabled party to continue to participate in the Joint Venture shall, except as hereafter provided, terminate, and the remaining parties shall do all things necessary to complete performance of the Construction Contract and then to wind up all of the Joint Venture affairs, including the collection of all monies and property due this Joint Venture and the distribution of its assets. Such disabled party, or its legal representative, shall have no further voice in the performance of the Construction Contract or in the management of this Joint Venture. The disabled party, or its representative, shall have no further voice in the performance of the Construction Contract or in the management of this Joint Venture. The disabled party, shall be entitled to that share of the profits of this Joint Venture earned with respect to the items of work assigned to the disabled party respect to the items of work assigned to the disabled party measured by the ratio of dollar value of the items of work performed by such party in relation to the total dollar value of all of such items, but such disabled party and its representatives shall be charged with and shall be liable for its full share of any and all losses that may be suffered by this Joint Venture with respect to the entirety of all items of work assigned to the disabled party. 16. Any assignment of this agreement, in whole or in part, or any transfer of any rights hereunder, or any delegation of any duties to be performed hereunder, made by either party hereto, 8 whether by operation of law or otherwise, without the prior written consent of the other party hereto shall be void. 17. Subject to the foregoing provisions, this agreement shall insure to the benefit of and be binding upon the parties hereto, their heirs, successors, assigns and legal representatives. 18. As used herein, the neuter gender includes the masculine or feminine gender and the plural includes the singular, as the context may require. All parties agree to comply with all federal, state and local laws, codes, ordinances and regulations in performing work under this agreement, including, but not limited to, the Occupation Safety and Health Act of 1970, Mine Safety and Health Act, Environmental Protection Agency laws and regulations, the Immigration Reform and Control act of 1986, the Americans with Disabilities Act, and the Contract Work Hours and Safety Standards Act. This agreement shall be interpreted in accordance with the laws of the State of Arizona. Venue shall be Maricopa County, Arizona unless otherwise specifically agreed between parties. If in the event any provision of this agreement is found to be unenforceable, the remaining provisions shall survive to the fullest possible extent. This document constitutes the entire agreement between the parties and any additions, deletions, or modifications must be in writing and signed by both parties in order to be effective. IN WITNESS WHEREOF, the parties hereto have executed this Joint Venture agreement on the date first hereinabove written. ATTEST R. E. Monks Construction, LLC /s/ [SIGNATURE /s/ Richard D. Monks - -------------------------- ------------------------------ (seal) Richard D. Monks Vice President ATTEST Meadow Valley Contractors, Inc. /s/ Robert W. Bottcher /s/ Bradley E. Larson - -------------------------- ------------------------------ (seal) Bradley E. Larson President 9 MEADOW VALLEY CONTRACTORS, INC./R.E. MONKS, A JV MVCI PROJECT NO. 9811 ADOT PROJECT NO. ACSTP-053-1 (31) P PAY ESTIMATE NO.: MESA-PAYSON HWY (SR 87) PERIOD ENDING DATE: (SUNFLOWER-MP 226, SEGMENT F) ----------------------------------------------------------------------------------------------------------------------------- ITEM UNIT UNIT TOTAL NO DESCRIPTION UN QUANT PRICE BID PRICE ------------------------------------------------------------------------------------------------------------------------------ MV 2010001 CLEARING AND GRUBBING LSUM 1 500,000.00 500,000.00 MV 2020072 REMOVE AND SALVAGE GUARD RAIL LF 3750 1.50 5,625.00 MV 2020076 REMOVE & SALVAGE BRKWY CABLE TERMINAL EACH 13 175.00 2,275.00 MV 2020101 REMOVE FENCE LF 4850 1.00 4,850.00 MV 2060001 FURNISH WATER SUPPLY LSUM 1 150,000.00 150,000.00 MV 4040111 BITUMINOUS TACK COAT TON 155 140.00 21,700.00 MV 4040116 APPLY BITUMINOUS TACK COAT HOUR 320 115.00 36,800.00 MV 4040125 FOG COAT TON 65 165.00 10,725.00 MV 4040163 BLOTTER MATERIAL TON 191 17.00 3,247.00 MV 4040230 ASPHALT BINDER (PG76-16) (FOR 1in SHRP MIX) TON 4955 195.00 966,225.00 MV 4090003 ASPHTC CONC (MISCELLANEOUS STRUCTURAL) TON 9000 40.00 360,000.00 MV 4140040 AR-ACFC TON 5300 22.00 116,600.00 MV 4140042 ASPHALT RUBBER MATERIAL (FOR AR-ACFC) TON 504 250.00 126,000.00 MV 4140044 MINERAL ADMIXTURE (FOR AR-ACFC) TON 48 90.00 4,320.00 MV 4160002 ASPHALTIC CONC (1in SHRP MIX) (END PRODUCT) TON 99090 16.00 1,585,440.00 MV 4160031 MINERAL ADMIXTURE TON 933 90.00 83,970.00 MV 5010107 PIPE, CORRUGATED METAL, SLOTTED, 18in LF 580 65.00 37,700.00 MV 5030039 CONC CATCH BSN (C-15.20) ONE 17 'WING,H*=8' EACH 1 3,300.00 3,300.00 MV 5030070 CONC CATCH BASIN (C-15.30) SINGLE, H*=8' EACH 35 1,300.00 45,500.00 MV 5030099 CONC CATCH BSN (C-15.40) SINGLE, H*=8' EACH 1 3,500.00 3,500.00 MV 5030142 CONC CTCH BSN (SAFETY INLET) (C15.90 MOD) EACH 3 2,300.00 6,900.00 MV 5030143 CONC CTCH BSN (MEDIAN) (C-15.81) (MODIFIE EACH 1 1,700.00 1,700.00 MV 6016088 HEADWALL (24in) (SINGLE) (B-11.11) EACH 11 1,400.00 15,400.00 MV 6016089 HEADWALL (48in) (SINGLE) (B-11.12) EACH 5 2,500.00 12,500.00 MV 6016090 HEADWALL (48in) (DOUBLE) (B-11.14) EACH 1 4,500.00 4,500.00 MV 6016091 HEADWALL (72in) (SINGLE) (B-11.12) EACH 4 5,500.00 22,000.00 MV 6016092 HEADWALL (72in) (SINGLE) (B-11.12) (DROPINLET EACH 1 8,300.00 8,300.00 MV 6016093 HEADWALL (90in) (SINGLE) (B-12.10 OR B-12.50 EACH 2 8,000.00 16,000.00 MV 6016094 HEADWALL (120in) (SGL) (B-12.10 OR B-12.50) EACH 2 15,000.00 30,000.00 MV 6016095 HEADWALL (144in) (SGL) (B-12.10 OR B-12.50) EACH 2 29,000.00 58,000.00 MV 6070002 BREAKAWAY SIGN POST S4x7.7 LF 48 17.00 816.00 MV 6070022 FOUNDATION FOR BRKWY SIGN POST S4x7.7 EACH 4 300.00 1,200.00 MV 6070040 SLIP BASE SIGN POST (P-2) EACH 55 300.00 16,500.00 MV 6070041 SIGN POST (P-1) (PERFORATED) (SINGLE) LF 1000 12.00 12,000.00 MV 6070042 SIGN POST (P-2) (PERFORATED) (TELESCOPING) LF 800 18.00 14,400.00 MV 6070046 FOUNDTN FOR SIGN POST (P-1) (PERFORATED) EACH 81 165.00 13,365.00 MV 6070047 FOUNDTN FOR SIGN POST (P-2) (PERFORATED) EACH 60 165.00 9,900.00 MV 6080011 WARNING SIGN PANELS SQFT 600 13.00 7,800.00 MV 6080016 EXTRD ALU W/STD REFLECT SHTG&DEMNT CHRAT SQFT 202 33.00 6,666.00 MV 6080021 NARKER SIGN PANELS SQFT 50 13.00 650.00 MV 6080031 REGULATORY SIGN PANELS SQFT 550 13.00 7,150.00 MV 6080032 FLT SHT ALUM PNL W/DEMNT CHAR & TYP 2 SH SQFT 294 27.00 7,938.00 MV 6080081 FLT SHT ALU W/DIR APL OR SILK-SCRN CHRAT SQFT 65 24.00 1,560.00 MV 6080101 MISC WORK (SIGNS) (REMOVE & SALVAGE) LSUM 1 10,000.00 10,000.00 MV 7010251 OBLITERATE PAVEMENT MARKING LF 3500 0.40 1,400.00 MV 7015010 TEMPORARY CONC BARR (INSTLN & REMOVAL) LF 2200 6.00 13,200.00 MV 7015020 TEMP IMP ATTENUATORS (INSTLN & REMOVAL) EACH 5 475.00 2,375.00 MV 7015042 TEMPORARY PAINTED MARKING (STRIPE) LF 17400 0.10 1,740.00 MV 7015052 OBLITERATE PAVEMENT MARKING (STRIPE) LF 9775 0.40 3,910.00 MV 7015090 SPECIALTY SIGNS (W/TYPE II SHEETING) SQFT 800 10.00 8,000.00 MV 7016020 TEMPORARY CONCRETE BARRIER (IN USE) LFDY 70500 0.07 4,935.00 MV 7016030 BARR (TYPE II, VERT. PANEL, TUBULAR MARKER) DAY 15258 0.30 4,577.00 MV 7016031 BARR (TYPE III, HIGH LEVEL FLAG TREES) DAY 585 1.00 585.00 * LESS THAN Page 1 MEADOW VALLEY CONTRACTORS, INC./R.E. MONKS, A JV MVCI PROJECT NO. 9811 ADOT PROJECT NO. ACSTP-053-1(31)P PAY ESTIMATE NO.: MESA-PAYSON HWY(SR 87) PERIOD ENDING DATE: (SUNFLOWER-MP 226, SEGMENT F) ------------------------------------------------------------------------------------------------------------------------ ITEM UNIT UNIT TOTAL NO DESCRIPTION UN QUANT PRICE BID PRICE ------------------------------------------------------------------------------------------------------------------------ MV 7016032 PORTABLE SIGN STANDS (RIGID) DAY 1185 0.40 474.00 MV 7016033 PORTABLE SIGN STANDS (SPRING TYPE DAY 3852 1.00 3,852.00 MV 7016035 WARNING LIGHTS (TYPE A) DAY 16750 0.20 3,350.00 MV 7016037 WARNING LIGHTS (TYPE C) DAY 16675 0.40 6,670.00 MV 7016038 TRAFFIC CONE (28 INCHES) DAY 2404 0.25 601.00 MV 7016039 EMBEDDED SIGN POST DAY 16984 0.10 1,698.40 MV 7016040 TEMPORARY SIGN (HIGH INTENS. * 10 SF) DAY 143 0.50 71.50 MV 7016041 TEMPORARY SIGN (HIGH INTENS. ** 10 SF) DAY 7400 0.60 4,440.00 MV 7016042 TEMPORARY SIGN (STANDARD INTENS. * 10 SF) DAY 1459 0.40 583.60 MV 7016043 TEMPORARY SIGN (STANDARD INTENS. ** 10 SF) DAY 1606 0.50 803.00 MV 7016050 TRUCK MOUNTED ATTENDATOR DAY 5 300.00 1,500.00 MV 7016061 FLASHING ARROW PANEL DAY 374 38.00 14,212.00 MV 7016066 CHANGEABLE MESSAGE SIGN DAY 133 75.00 9,975.00 MV 7016075 FLAGGING SERVICES HOUR 638 25.00 15,950.00 MV 7030008 DELINEATOR (FLEXIBLE) EACH 270 21.00 5,670.00 MV 7030036 MILEPOST MARKER (4-S-4.19.1) EACH 12 100.00 1,200.00 MV 7042051 REMVL OF CURING COMPND FROM PCCP STRIP' LF 20000 0.10 2,000.00 MV 7050022 PVMNT MARKING, PREFMD, TYPE I, WHITE STRIPE LF 600 1.74 1,044.00 MV 7050023 PVMNT MARKING, PREFMD, TYPE I, SINGLE ARROW EACH 12 150.00 1,800.00 MV 7050026 PVMNT MARKING, PREFMD, TYPE I, LEGEND (ONLY) EACH 6 160.00 960.00 MV 7060100 PAVEMENT MARKER, RECESSED, TYPE C EACH 130 9.00 1,170.00 MV 7060111 PAVEMENT MARKER, RECESSED, TYPE G EACH 850 9.00 7,650.00 MV 7080001 PERMANENT PVMNT MARKING (PAINTED) (WHITE) LF 107000 0.06 6,420.00 MV 7080011 PERMANENT PVMNT MARKING (PAINTED) (YELLOW) LF 95000 0.06 5,700.00 MV 7090001 DUAL COMPONENT PVMT MRKGS (WHITE EPOXY) LF 107000 0.25 26,750,00 MV 7090002 DUAL COMPONENT PVMT MRKGS (YELLOW EPOXY) LF 95000 0.25 23,750.00 MV 8061002 TREE (FIVE GALLON) EACH 340 90.00 30,600.00 MV 8070001 LANDSCAPING ESTABLISHMENT LSUM 1 45,000.00 45,000.00 MV 8080006 WATER DISTRIBUTION SYSTEM LSUM 1 90,000.00 90,000.00 MV 9010001 MOBILIZATION LSUM 1 3,367,000.00 3,367,000.00 MV 9021001 TEMPORARY FENCE LF 600 15.00 9,000.00 MV 9022001 MEDIAN GLARE SCREEN LF 27792 7.00 194,544.00 MV 9030013 BARBED WIRE GAME FENCE LF 85300 3.00 255,900.00 MV 9030100 FENCE GATE, TYPE 1, SINGLE EACH 9 700.00 6,300.00 MV 9030102 FENCE GATE, TYPE 1, DOUBLE EACH 2 1,100.00 2,200.00 MV 9030105 FENCE GATE, TYPE 2 LF 100 40.00 4,000.00 MV 9030113 FLOOD GATE (FOR ITEM 9030013) LF 160 13.00 2,080.00 MV 9050001 GUARD RAIL, W-BEAM, SINGLE FACE LF 27688 12.00 332,256.00 MV 9050016 GRD RAIL EXTRDER TERM (ET-2000-LET OR BST EACH 30 2,500.00 75,000.00 MV 9050202 GUARD RAIL (NESTED STEEL W BEAM) LF 150 30.00 4,500.00 MV 9050206 GUARD RAIL ANCHORAGE, BOLTED EACH 6 350.00 2,100.00 MV 9050301 GUARD RAIL RUB RAIL EACH 12 450.00 5,400.00 MV 9050400 GRDRL TRANS, W-BEAM TO CNC BAR, C10.30, .31 EACH 12 1,600.00 19,200.00 MV 9050401 GRDRL TRANS, W-BEAM TO CONC BARR, C10.32 EACH 5 1,300.00 6,500.00 MV 9060021 CATTLE GUARD (2 UNIT) EACH 2 4,000.00 8,000.00 MV 9060031 CATTLE GUARD (3 UNIT) EACH 1 6,000.00 6,000.00 MV 9060041 CATTLE GUARD (4 UNIT) EACH 1 8,000.00 8,000.00 MV 9060051 CATTLE GUARD (5 UNIT) EACH 2 10,000.00 20,000.00 MV 9060301 RECONSTRUCT CATTLE GUARD EACH 1 2,500.00 2,500.00 MV 9090001 SURVEY MONUMENT (C-21.10) EACH 2 200.00 400.00 MV 9100079 CONCRETE BARRIER (MEDIAN,B21.18, TYP C, DEP LF 60 120.00 7,200.00 MV 9100201 CONCRETE MEDIAN BARRIER LF 24643 24.00 591,432.00 MV 9110001 RIGHT-OF-WAY MARKER EACH 109 175.00 19,075.00 * LESS THAN ** MORE THAN Page 2 MEADOW VALLEY CONTRACTORS, INC./R.E. MONKS, A JV MVCI PROJECT NO. 9811 ADOT PROJECT NO. ACSTP-053-1(31)P PAY ESTIMATE NO.: MESA-PAYSON HWY (SR 87) PERIOD ENDING DATE: (SUNFLOWER-MP 226, SEGMENT F) --------------------------------------------------------------------------------------------------------- ITEM UNIT UNIT TOTAL NO DESCRIPTION UN QUANT PRICE BID PRICE --------------------------------------------------------------------------------------------------------- MV 9140121 RETAINING WALL (REINF CONC) (B-18.40) SQFT 380 50.00 19,000.00 MV 9160001 EMBANKMENT CURB LF 1206 7.00 8,442.00 MV 9170001 EMBANKMENT SPILLWAY (C-4.10) LF 204 55.00 11,220.00 MV 9170021 INLET (C-4.10) (SINGLE) EACH 6 1,100.00 6,600.00 MV 9170041 OUTLET (C-4.10) EACH 6 650.00 3,900.00 MV 9230001 PROVIDE ON-THE-JOB TRAINING HOUR 1100 0.80 880.00 MV 9240058 MISC WORK (ATTACH BAT HABITATS) LSUM 1 20,000.00 20,000.00 MV 9240088 MISC WORK (PRTBLE CELULAR VRIBLE MSG SGN LSUM 1 80,000.00 80,000.00 MV 9240114 MISC WORK (OPER. ADOT PRVDED RADAR SPEED HOUR 100 35.00 3,500.00 MV 9240130 MISC WORK (PORTABLE LIGHT) DAY 102 125.00 12,750.00 MV 9240170 CONTRACTOR QUALITY CONTROL LSUM 1 750,000.00 750,000.00 MV 9250001 CONSTRUCTION SURVEYING AND LAYOUT LSUM 1 700,000.00 700,000.00 MV 9260004 ENGINEER'S FIELD OFFICE LSUM 1 35,000.00 35,000.00 MV 9280001 FORMED RUMBLE STRIP LF 66000 0.20 13,200.00 MV 9280031 CUT GROOVE RUMBLE STRIP LF 6400 0.50 3,200.00 MV 9990110 STRUCTURAL CONCRETE (CLASS S) (F'C=3,000) CUYD 504 270.00 136,080.00 MV 9990115 STRUCTURAL CONCRETE (CLASS S) (F'C=3,500) CUYD 1030 270.00 278,100.00 MV 9990120 STRUCTURAL CONCRETE (CLASS S) (F'C=4,500) CUYD 2132 220.00 469,040.00 MV 9990125 BRIDGE CONCRETE BARRIER, TYPE A LF 2905 32.00 92,960.00 MV 9990130 BRIDGE CONCRETE BARRIER TRANSITION EACH 8 2,000.00 16,000.00 MV 9990135 DECK JOINT ASSEMBLY (STRIP SEAL JOINT) LF 280 75.00 21,000.00 MV 9990140 APPROACH SLAB (B-19.11) SQFT 2520 11.00 27,720.00 MV 9990145 PRECAST, P/S MEMBER (AASHTO TYPE 6 GIRDER LF 7140 115.00 821,100.00 MV 9990150 VERTICAL RESTRAINER, EARTHQUAKE (FIXED) EACH 64 75.00 4,800.00 MV 9990155 VERT RESTRAINER, EARTHQUAKE (EXPANSION) EACH 64 100.00 6,400.00 MV 9990160 REINFORCING STEEL LB 922320 0.35 322,812.00 MV 9990170 DRLD SHAFT FOUND (60in) SYC CRK BR NB&SB LF 666 540.00 359,640.00 MV 9990175 DRLD SHAFT FOUND (69in) SYC CRK BR NB&SB LF 506 1,100.00 556,600.00 MV 9990210 STRUCTURAL CONC (CLASS S) (F'C-3,000 PSI) CUYD 132 400.00 52,800.00 MV 9990215 STRUCTURAL CONC (CLASS S) (F'C-3,500 PSI) CUYD 1902 220.00 418,440.00 MV 9990220 STRUCTURAL CONC (CLASS S) (F'C-4,500 PSI) CUYD 2470 220.00 543,400.00 MV 9990225 BRIDGE CONCRETE BARRIER, TYPE A LF 1730 32.00 55,360.00 MV 9990230 BRIDGE CONCRETE BARRIER, TYPE B LF 1730 32.00 55,360.00 MV 9990235 BRIDGE CONCRETE BARRIER, TYPE C LF 30 70.00 2,100.00 MV 9990240 BRIDGE CONCRETE BARRIER TRANSITION EACH 4 2,000.00 8,000.00 MV 9990245 DECK JOINT ASSEMBLY (STRIP SEALS) LF 240 75.00 18,000.00 MV 9990250 APPROACH SLSAB (B-19.11) SQFT 2393 11.00 26,323.00 MV 9990255 PRECAST, P/S MBR (AASHTO TYPE 6 GIRDER) LF 8575 115.00 986,125.00 MV 9990260 RESTRAINERS, VERTICAL EARTHQUAKE (FIXED) EACH 80 75.00 6,000.00 MV 9990265 RESTRAINERS, VERT EARTHQUAKE (EXPANSION) EACH 68 100.00 6,800.00 MV 9990270 REINFORCING STEEL LB 1067740 0.35 373,709.00 MV 9990275 DRLD SHFT FOUND (60in) LWR KTY JOE CR NB&SB LF 830 360.00 298,800.00 MV 9990280 DRLD SHFT FOUND (96in) LWR KTY JOE CR NB&SB LF 1114 610.00 679,540.00 MV 9990310 STRUCTURAL CONCRETE (CLASS S) (F'C=3,000) CUYD 415 170.00 70,550.00 MV 9990315 STRUCTURAL CONCRETE (CLASS S) (F'C=3,500) CUYD 1028 310.00 318,680.00 MV 9990320 STRUCTURAL CONCRETE (CLASS S) (F'C=5,000) CUYD 8160 450.00 3,672,000.00 MV 9990325 BRIDGE CONCRETE BARRIER, TYPE A LF 2292 32.00 73,344.00 MV 9990330 BRIDGE CONCRETE BARRIER, TYPE B LF 2248 32.00 71,936.00 MV 9990335 BRIDGE CONCRETE BARRIER TRANSITION EACH 4 2,000.00 8,000.00 MV 9990340 DECK JOINT ASSEMBLY (MODULAR) LF 172 550.00 94,600.00 MV 9990345 APPROACH SLAB (B-19.11) SQFT 2484 11.00 27,324.00 MV 9990350 BEARING (NON-GUIDED EXPANSION) EACH 16 1,500.00 24,000.00 MV 9990355 PRESTRESS CAST-IN-PLACE CONC (LONGITUDINA LSUM 1 500,000.00 500,000.00 Page 3 MEADOW VALLEY CONTRACTORS, INC. /R.E. MONKS, A JV MVCI PROJECT NO. 9811 ADOT PROJECT NO. ACSTP-053-1 (31)P PAY ESTIMATE NO.: MESA-PAYSON HWY (SR 87) PERIOD ENDING DATE: (SUNFLOWER-MP 226, SEGMENT F) ------------------------------------------------------------------------------------------------------------------------------ ITEM UNIT UNIT TOTAL NO DESCRIPTION UN QUANT PRICE BID PRICE ------------------------------------------------------------------------------------------------------------------------------ MV 9990360 REINFORCING STEEL LB 2148820 0.35 752,087.00 MV 9990365 DRLD SHFT FOUND (60in) WHSKY SPRGS BR NB & SB LF 400 310.00 124,000.00 MV 9990370 DRLD SHFT FOUND (120in) WHSKY SPRGS BR NB & S LF 622 970.00 603,340.00 MV 9990410 STRUCTURAL CONCRETE (CLASS S) (F'C=3, 500) CUYD 1266 260.00 329,160.00 MV 9990415 STRUCTURAL CONCRETE (CLASS S) (F'C=5, 000) CUYD 4257 470.00 2,000,790.00 MV 9990420 BRIDGE CONCRETE BARRIER, TYPE A LF 1226 32.00 39,232.00 MV 9990425 BRIDGE CONCRETE BARRIER, TYPE B LF 1226 32.00 39,232.00 MV 9990430 DECK JOINT ASSEMBLY (STRIP SEAL JOINT) LF 170 75.00 12,750.00 MV 9990435 APPROACH SLAB (B-19.11) SQFT 2400 11.00 26,400.00 MV 9990440 BEARING (NON-GUIDED EXPANSION) EACH 32 1,200.00 38,400.00 MV 9990445 PRESTRESS CAST-IN-PLACE CONC (STA 2663+) LSUM 1 300,000.00 300,000.00 MV 9990450 REINFORCING STEEL LB 979662 0.40 391,864.80 MV 9990455 CONCRETE BRIDGE BARRIER TRANSITION EACH 4 2,000.00 8,000.00 MV 9990460 DRLD SHFT FOUND (60in) UPR KITTY JOE BR NB&S LF 640 400.00 256,000.00 MV 9990465 DRLD SHFT FOUND (72in) UPR KITTY JOE BR NB&S LF 602 440.00 264,880.00 MV 9990470 DRLD SHFT FND (120in) UPR KITTY JOE BR NB&S LF 590 1,300.00 767,000.00 MV 9990510 STRUCTURAL CONCRETE (CLASS S) (F'C=3,000) CUYD 375 270.00 101,250.00 MV 9990515 STRUCTURAL CONCRETE (CLASS S) (F'C-3,500) CUYD 1100 240.00 264,000.00 MV 9990520 STRUCTURAL CONCRETE (CLASS S) (F'C-4,500) CUYD 1225 240.00 294,000.00 MV 9990525 BRIDGE CONCRETE BARRIER, TYPE A LF 900 32.00 28,800.00 MV 9990530 BRIDGE CONCRETE BARRIER, TYPE B LF 900 32.00 28,800.00 MV 9990535 BRIDGE CONCRETE BARRIER TRANSITION EACH 8 2,000.00 16,000.00 MV 9990540 DECK JNT ASSBLY (B-24.20 3X3 COMPR SEAL) LF 172 90.00 15,480.00 MV 9990545 APPROACH SLAB (B-19.11) SQFT 2400 11.00 26,400.00 MV 9990550 PRECAST, P/S MBR (AASHTO TYPE 4 GIRDER) LF 5295 110.00 582,450.00 MV 9990555 VERTICAL RESTRAINER, EARTHQUAKE (FIXED) EACH 80 75.00 6,000.00 MV 9990560 VERTICAL RESTRAINER, EARTHQUAKE (EXPANS) EACH 40 100.00 4,000.00 MV 9990565 REINFORCING STEEL LB 643460 0.35 225,211.00 MV 9990570 DRLD SHFT FOUND (48in) COTTONWOOD BR NB&SB LF 720 210.00 151,200.00 MV 9990575 DRLD SHFT FOUND (96in) COTTONWOOD BR NB&SB LF 520 610.00 317,200.00 MV 9990610 STRUCTURAL CONCRETE (CLASS S) (F'C-4,000) CUYD 2174 170.00 369,580.00 MV 9990615 REINFORCING STEEL LB 229300 0.35 80,255.00 MV 9990705 STRUCTURAL CONCRETE (CLASS S) (F'C=3,000) CUYD 525 200.00 105,000.00 MV 9990710 REINFORCING STEEL LB 82395 0.35 28,838.25 MV 9990805 STRUCTURAL CONCRETE (CLASS S) (F'C=3,000) CUYD 543 200.00 108,600.00 MV 9990810 REINFORCING STEEL LB 81415 0.35 28,495.25 MV 9990910 STRUCTURAL CONCRETE (CLASS S) (F'C-3,000) CUYD 123 250.00 30,750.00 MV 9990915 REINFORCING STEEL LB 14055 0.35 4,919.25 MV 9991010 STRUCTURAL CONCRETE (CLASS S) (F'C=3,000) CUYD 111 260.00 28,860.00 MV 9991015 REINFORCING STEEL LB 12225 0.35 4,278.75 ----------------------------------------------------------------------------------------------------------------------------- 31,630,864.20 Page 4 MEADOW VALLEY CONTRACTORS, INC./R.E. MONKS, A JV MVCI PROJECT NO. 9811 ADOT PROJECT NO. ACSTP-053-1 (31)P PAY ESTIMATE NO.: MESA-PAYSON HWY (SR 87) PERIOD ENDING DATE: (SUNFLOWER-MP 226, SEGMENT F) ----------------------------------------------------------------------------------------------------------------------- ITEM UNIT UNIT TOTAL NO DESCRIPTION UN QUANT PRICE BID PRICE ----------------------------------------------------------------------------------------------------------------------- REM 2010001 CLEARING AND GRUBBING LSUM 1 500,000.00 500,000.00 REM 2020036 REMOVAL OF ASPHALTIC CONCRETE PAVEMENT SQYD 76323 0.50 38,161.50 REM 2020042 REMOVAL OF PIPE (OLD SR 87) LF 923 60.00 55,380.00 REM 2020181 ROADWAY OBLITERATION AND RESTORATION LSUM 1 100,000.00 100,000.00 REM 2030120 GRADER ROAD LF 2640 3.00 7,920.00 REM 2030301 ROADWAY EXCAVATION CUYD 4115263 2.40 9,876,631.20 REM 2030401 DRAINAGE EXCAVATION CUYD 2591 5.00 12,955.00 REM 2030812 DYKE (TYPE B) (MEDIAN OR DITCH) CUYD 120 12.00 1,440.00 REM 2060001 FURNISH WATER SUPPLY LSUM 1 1,400,000.00 1,400,000.00 REM 2070001 DUST PALLIATIVE MGAL 35000 11.00 385,000.00 REM 3030022 AGGREGATE BASE, CLASS 2 CUYD 48870 14.50 708,615.00 REM 5010011 PIPE, CORRUGATED METAL, 24in LF 3856 35.00 134,960.00 REM 5010017 PIPE, CORRUGATED METAL, 30in LF 644 60.00 39,640.00 REM 5010025 PIPE, CORRUGATED METAL, 36in LF 2122 82.00 174,004.00 REM 5010030 PIPE, CORRUGATED METAL, 42in LF 1072 110.00 117,920.00 REM 5010035 PIPE, CORRUGATED METAL, 48in LF 1228 110.00 135,080.00 REM 5010055 PIPE, CORRUGATED METAL, 72in LF 586 200.00 117,200.00 REM 5010069 PIPE, CORRUGATED METAL, 90in LF 420 260.00 109,200.00 REM 5010205 PIPE, CORRUGATED METAL, 35in x 24in LF 116 40.00 4,640.00 REM 5014024 FLARED END SECTION, 24in (C-13.25) EACH 26 250.00 6,500.00 REM 5014030 FLARED END SECTION, 30in (C-13.25) EACH 1 350.00 350.00 REM 5014036 FLARED END SECTION, 36in (C-13.25) EACH 11 400.00 4,400.00 REM 5014042 FLARED END SECTION, 42in (C-13.25) EACH 4 450.00 1,800.00 REM 5014235 FLARED END SECTION, 35in x 24in (C-13.25) EACH 2 250.00 500.00 REM 5020072 STRUCTURAL PLATE PIPE, 72in LF 420 350.00 147,000.00 REM 5020120 STRUCTURAL PLATE PIPE, 120in LF 260 500.00 130,000.00 REM 5020144 STRUCTURAL PLATE PIPE, 144in LF 576 650.00 374,400.00 REM 8050023 SEEDING (CLASS II) (MIX H1) ACRE 60 1,400.00 84,000.00 REM 8050024 SEEDING (CLASS II) (MIX H2) ACRE 144 1,600.00 230,400.00 REM 8080285 PIPE (PVC) (6in) (SCHEDULE 40) LF 1484 20.00 29,680.00 REM 8101011 EROSION CONTROL (STRAW BALES) EACH 479 12.00 5,748.00 REM 8101012 EROSION CONTROL (SILT FENCE) LF 43807 1.50 65,710.50 REM 8101016 EROSION CONTROL (ROCK MULCH) (GRADATION C CUYD 198 25.00 4,950.00 REM 9010001 MOBILIZATION LSUM 1 2,288,000.00 2,288,000.00 REM 9120002 SHOTCRETE (CARVED TO REPLICATE NATRL APRN SQYD 14860 75.00 1,114,500.00 REM 9120004 SHOTCRETE (4in) SQYD 14860 25.00 371,500.00 REM 9130001 RIPRAP (DUMPED) (D50=6in) CUYD 8485 45.00 381,825.00 REM 9130002 RIPRAP (WIRE-TIED) (D50=6in) CUYD 10 125.00 1,250.00 REM 9130008 RIPRAP (DUMPED) (D50=9in) CUYD 9000 45.00 405,500.00 REM 9130037 RIPRAP (WIRE-TIED) (D50=9in) SQYD 825 140.00 115,500.00 REM 9130038 RIPRAP (WIRE-TIED) (D50=12in) SQYD 135 165.00 22,275.00 REM 9130051 RIPRAP (DUMPED) (D50=12in) CUYD 2385 75.00 178,875.00 REM 9130052 RIPRAP (DUMPED) (D50=18in) CUYD 770 75.00 57,750.00 REM 9130053 RIPRAP (DUMPED) (D50=24in) CUYD 3060 45.00 137,700.00 REM 9130054 RIPRAP (DUMPED) (D50=30in) CUYD 6130 45.00 275,850.00 REM 9140153 RETAINING WALL (MSE WALL) SQFT 75380 23.00 1,733,740.00 REM 9230001 PROVIDE ON-THE-JOB TRAINING HOUR 1100 0.80 880.00 REM 9240056 MISC WORK (RESHP & GRD EXSTNG PIONEER RD) LSUM 1 25,000.00 25,000.00 REM 9240111 MISC WORK (INSTALL SOIL NAILS) LF 106420 13.00 1,383,460.00 Page 1 MEADOW VALLEY CONTRACTORS, INC./R.E. MONKS, A JV MVCI PROJECT NO. 9811 ADOT PROJECT NO. ACSTP-053-1(31)P PAY ESTIMATE NO.: MESA-PAYSON HWY (SR 87) PERIOD ENDING DATE: (SUNFLOWER-MP 226, SEGMENT F) ------------------------------------------------------------------------------------------------------------------------------ ITEM UNIT UNIT TOTAL NO DESCRIPTION UN QUANT PRICE BID PRICE ------------------------------------------------------------------------------------------------------------------------------ REM 9240121 MISC WORK (VERIFICATION TEST NAILS) EACH 45 1,500.00 67,500.00 REM 9990100 STR EXC - SYCAMORE CR BR NB&SB CUYD 520 3.50 1,820.00 REM 9990105 STRUCTURE BACKFILL CUYD 1220 10.00 12,200.00 REM 9990165 RIP RAP (WIRED-TIED) CUYD 1500 85.00 127,500.00 REM 9990200 STR EXC - LWR KITTY JOE CRK BR NB&SB CUYD 20 8.00 160.00 REM 9990205 STRUCTURE BACKFILL CUYD 340 10.00 3,400.00 REM 9990300 STR EXC - WHISKEY SPRINGS BRIDGE NB&SB CUYD 60 8.00 480.00 REM 9990305 STRUCTURE BACKFILL CUYD 488 24.00 11,712.00 REM 9990400 STR EXC - UPPER KITTY JOE BRIDGE NB&SB CUYD 925 8.00 7,400.00 REM 9990405 STRUCTURE BACKFILL CUYD 2300 10.00 23,000.00 REM 9990500 STR EXC - COTTONWOOD BRIDGE NB&SB CUYD 200 8.00 1,600.00 REM 9990505 STRUCTURE BACKFILL CUYD 1280 10.00 12,800.00 REM 9990600 STR EXC - BOX CULV STA 2584+80-BR #7041 CUYD 250 8.00 2,000.00 REM 9990605 STRUCTURE BACKFILL CUYD 5640 12.00 67,680.00 REM 9990700 STR BACKFILL - BOX CULV STA 2590+50 CUYD 3651 12.00 43,812.00 REM 9990800 STR BACKFILL - BOX CULV STA 2750+50 CUYD 4071 12.00 48,852.00 REM 9990900 STR EXC - BOX CULV SYCAMORE CR STA 26+00 CUYD 30 15.00 450.00 REM 9990905 STRUCTURE BACKFILL CUYD 550 16.00 8,800.00 REM 9991000 STR EXC - BOX CULV SYCAMORE CR STA 56+00 CUYD 21 15.00 315.00 REM 9991005 STRUCTURE BACKFILL CUYD 480 16.00 7,680.00 ------------------------------------------------------------------------------------------------------------------------------ 23,945,451.20 Page 2