HomeMy WebLinkAboutBid information and bid packets N{)I ICI.TO lt111Lr;RS
City of Carmel,Indiana
Notice is hcrelly(liven that die Hassid of Public Ws rks and Sldcty Iur the
Cod of Cannel,Hamilton Grainy.lndiwla will socks sealed hilt for thu"a lain
Street Imprevcarcels 1'rejcu'0 thcel3ice al-the CIa R'I leisured Ono Cis is
Spuan--Cannel,Indian.,ICi as lull)@:111i AA1 I,pr;p'Gn:l..canny herdic Anted
20,2014,and cndnnencirm as.5ueu cat pmelicable Iheradlcrml the same dad
such bids ill be pail id)opened wad rued aloud in die Canned Chambers of Lily
Ball. Nu line bidsdill he accepted_
All bids and proposals shall be prmprrly and cornpleldy use, ed on the
Ilmpacal Ennui,pi Livid kill,Ilse plans and spccihcaunns.wlliclt will Inch)l a
tlm non-rnllnsion nitdavir e inquired Its the Slate,of Indiana. line lad eaoclope
anal be scaled and harp the wurd.11111-Mahe Savel Impenremwhn Cits of
Cm and Project 0l4-I1 b,
Alm!band is eertilled cheek in an a:uounr mat less than len pacan 11(1':01
of the:dada.bid most he submitted oath each hilt A one hundred(saran',
(I IIOyS)pe Glouance card paymeal band will also be seismical of the eucecsslhl
bidder. II is identical dim aphid pwslrmellen of all null.divisions shall be stand
e soon as proem:able,and each bidslcl"shall be piepamd to enter pienhptly into a
.,slack.,.,common,fin mg,a pea'adcmace Loud.and ad:Without'dap
in
the es OM gig 1nv'wr is vetde In him.
A pie-lid neulny lime been aiednlccl IvoAugust 12,2014 at 9:00 fl m_in
dew Caucus l<anm al Cannel(tiiy 11511. nay uuuv:lowly planning m submit bids
on dais In meet are encomagwl In:died'this circling.
lbw Project consists at,but is no n ails lidded as the 1611mvi11N
I Il Construction IWtst of 11_S,31 birmiahnngc
Construction of.5lain Sheen bnyhming alumninetsds 415 feet teal
Illinois Street Will ending, oppnniwmrly ASP feet eusl of Illinois Surd.
(71 Cnnsirdrtinn Cast id U.S.31 in ierchani.:
()mm eosilea of Alain Street bn_inning apprmimalely nr Virginia
Ilnulc aid and you diming east o Old Meridian SI oust imrlmdinhn
rvmnduhnur at Grand Bodes"rd.
Comeau Beaonums for die Project have hems assembled Ism ore hound
prujecl ii:umal,which wguher with drawings,piny he awaited cal die bd bar i ng
locations on is ally duly 31.2011)
(ties of Carmel
Pepalhnmd of angina rung-1st boor
sac Cis lc Spouse
Cluma.I1 .10032
L31;1571-21,1!
A nlariesnt Strunurepainl,Ins
72611 Shedola it:quad
Inch:moo lie IN .16256
ii]])527-5580
Complied sets of Ridding dncummnv Cate Le.,Leman Ism Forum
GrglmeCmg Supply,del ll Masons i lie Rood,Fishers,IN 16U_=R d:mugll the
AmericanStnuclurcpoiit plan mom,litavddscstest uelprepninipllwmmacoud,Id
n i\an.Rcfuudalle fee of 5151700 far edit complete set, These sets'include hal f-
drawings,_cress aeedous,and P sieaspeci'ncativis. All dry meats and mss
at Caw iacl Documents arc non-refimdahlp_
[Udders shall assmm deer hm'e ahr:iuesl compldc ads of drawings Ilud
Cuulrncl Uacuments and shall assuuse fire llsk of any errors or eimissimw in bltl
pralarmd in lei Inure au incanupirre sets of drawings and Cbmruca l)ocnnens,
1 his linjaca still be funded by the City of Cooed.
Wage antes G,r Ile Poujeei shrill nit he less than the de lent pre:cabed
scale 01-doges a lelei mlued by the Common Construction Wogs(nnmu'noc nl
aecn¢Iaaen n91h if. 5-15-7,and induskd is the Ihojeet Siawial_
Flar special neennu ndmtirnw me<ded by handicapped individuals planning
a amend use pre-hid conference OT Indrlc bid aliening nteeritg,pleas call or
soli h'the(ii v ttlCminel,1:oginee1's f ilhec.a11317)571.2141,at least Coo ts-
eight(5g1 hoax point lltetcia.
Na bidder Inay nitlidiaw any bnl es hummed is Won a paint ad'sissy.60)
slays follownia she date Ad bin resdieng hills or pra -ad.s. lIe Cm del Board of
Puhlie Works sad Safety re,mnes the righno hold ury or all bids or proposals las
s paled of not mare than aisle 4601 days mid said bide nr pi eyarn shall remain
in all fusee dud entee dnhrg said pain'. 'Ilse City of(tanned eau sits die right
Ise eject andror cared any and net bids,eu ciieLs Ie anNor oriels in'Laic al
u pail i s specified/nibs solicualimis caber it in oat I n the hest ham esls of the
gas euun id:11 b«le as deteruiiued by the purchasing agency In aanordwna nits
IC
5-22-1a-2
lyimin L.CwrLor,Club:-Tnuu:er
l;r_s,vy5 7/31.S.9 2e A,,toaalp
PUBLISHER'S AFFIDAVIT
•
State of Indiana )
) ss:
Hamilton County )
Personally appeared before inc, a notary public in and for said county and state,the
undersigned Tim Timmons who, being duly sworn, says that he is Publisher of The'Nines
newspaper of general circulation printed and published in the English language in the city
of Noblesville in state and county afore-said, and that the printed matter attached hereto
is a true copy, which was duly published in said paper for 2 time(s), the (Inters)of
publication being as follows:
7/31/2014
8/712014
Subscribed and sworn to before me this Thursday, August:07, 2014.
Notary Public
My commission expires: 05/28/2020
Jennifer Louise May
Resident of Marion County
Publisher's Fee: 885.75
Y A JENNIFER LOUISE MAY
Notary Pubic-Seal '
_ State et Indiana
my Commission mires May 28,2020
y. I 71 5895
MA/A) Sim de/nc-447
Company Amount Alternative Alternative
E6 .6 Ay, 4)6. (I stip
nifirpin - aL/ "c77 1-1
qr -
•
NOTICE TO BIDDERS
City of Carmel, Indiana
Notice is hereby given that the Board of Public Works and Safety for the City of Carmel,
Hamilton County. Indiana will receive sealed bids for the "Main Street Improvements Project' at
the office of the Clerk Treasurer. One Civic Square, Cannel, Indiana (City Flat I) 10:00 AM Local
Time on or before August 20, 2014, and commencing as soon as practicable thereafter on the
same date such bids will be publicly opened and read aloud in the Council Chambers of City Hall.
No late bids will be accepted.
All bids and proposals shall be properly and completely executed on the proposal forms provided
with the plans and specifications, which will include the non-collusion affidavit as required by
the State of Indiana. The bid envelope must he sealed and have the words .BID —Main Street
lnrprovements Cite of Carmel Project #14-06.
A bid bond or certified check in an amount not less than ten percent (10%) of the amount bid
must be submitted with each bid. A one hundred percent(I 00%) performance and payment bond
will also he required of the successful bidder. It is intended that actual construction of all work
divisions shall be started as soon as practicable. and each bidder shall be prepared to enter
promptly into a construction contract, furnish a performance bond, and begin work without delay
in the event the award is made to him.
A pre-hid meeting has been scheduled for August 12, 2014 at 9:00 a.m. in the Caucus Room of
Carmel City Hall. Any contractors planning to submit bids on this project are encouraged to
attend this meeting.
The Project consists of but is not necessarily limited to, the following:
(1) Construction West of U.S. 31 Interchange:
Construction of Main Street beginning approximately 425 feet west Illinois Street and ending
approximately 850 feel east of Illinois Street,
(2) Construction East of U.S. 31 Interchange:
Construction of Main Street beginning approximately at Virginia/Boulevard and continuing
east to Old Meridian Street including n roundabout at Grand Boulevard.
Contract Documents for the Project have been assembled into one hound project manual, which
together with drawings; may be examined at the following locations on or after July 31, 2014:
City of Carmel
Department of Engineering- I" floor
One Civic Square
Carmel- IN 46032
(317) 571-2441
NTB-1
American Structurepoint. Inc
7260 Shadeland Station
Indianapolis, ]N 46256
(317) 547-5580
Complete sets of bidding documents can be obtained from Eastern Engineering Supply, 9901
Allisonvillc Road, Fishers, IN 46038 through the American Structurepoint plan room,
hltp://www.structurcpointplanroom.com/, for a Non-Refundable fee of $150,00 for each
complete set. These sets include half-sire drawings, cross sections, and project specifications.
All payments and costs of Contract Documents are non-refundable.
Bidders shall assure they have obtained complete sets of drawings and Contract Documents and
shall assume the risk of any errors or omissions in bids prepared in reliance on incomplete sets of
drawings and Contract Documents.
phis Project will be funded by the City of Cannel.
Wage rates for the Project shall not be less than the current prescribed scale of wages as
determined by the Common Construction Wage Committee in accordance with I.C. 5-16-7, and
included in the Project Manual.
For special accommodations needed by handicapped individuals planning to attend the pre-bid
conference or public hid opening meeting, please call or notify the City of Carmel, Engineer's
Office, at(317) 571-2441, at least forty-eight (48) hours prior thereto.
No bidder may withdraw any bid or proposal within a period of sixty (60) days following the date
set for receiving bids or proposals. The Cannel Board of Public Works and Safety reserves the
right to hold any or all bids or proposals for a period of not more than sixty (60) clays and said
bids or proposal shall remain in full force and effect during said period. The City of Cannel
reserves the right to reject and/or cancel any and all bids, solicitations and/or offers in whole or in
part as specified in the solicitations when it is not in the best interests of the governmental body
us determined by the purchasing agency in accordance with IC 5-22-18-2
Diana I,, Cordray
Clerk-Treasurer
Publication Dates: July 31 and August 7, 2014
N"I'1:3-2
JULU on
; 011110 11 Mil 0 m0 ,.
CITY 0¶ ARMEL
IA,v1I I. I AI -%1u), i\Lvv'or,
LETTER OF TRANSMITTAL
Date: August 20, 2014
To Sandy Johnson
Clerk Treasurers Office
From: Jeremy Kashman
City Engineer
Dept. of Engineering
RE: Bid Packets for Project#14.06 Main Street Improvements
Sandy, enclosed please find 2 (two) bids for Project #14-06.
Contractor Base Bid
Rieth-Riley $5,577,819.41
E&B Paving $4,398,095.91
I)rraaiMI:NI m f? ids r
Ore Civic S,)I A `tit II•]., IN inU)Z Orrice 317,571.24-i1 fns 31;. 71,2439
}'.1i ii. cngmvcrin},=`rm nrl.in,gnc
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
Ins unction To Bidders:
This form shall be utilized by all Bidders. E_rcept as otherwise specifically provided, all Parts
shall be filly and accurately filled in and completed and notarized.
Project: Main Street Improvements
Proposal For
Construction of:
{IJ Construction West of U.S. 31 Interchange:
Construction of Main Street beginning approximately 425 feet west
Illinois Street and ending approximately 850 feet east of Illinois
Street.
(2) Construction East of U.S. 31 Interchange:
Construction of Main Street beginning approximately at Virginia
Boulevard and continuing east to Old Meridian Street including a
roundabout at Grand Boulevard.
Date: August.t 20, 2014
To: City of Carmel, Indiana, Board of Public Works and Safety `\QA IInttti,
SEAL•
os
BID-1
PART1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: F & B Paving, Inc.
1.2 Bidder Address: Street Address: 17042 Mi&]etaan Avern n
City: Nicb lesyffie State: Trwliaam Zip: 46060
Phone: 317-773-4132 Fax: 317-773-4137
1.3 Bidder is alan /mark onef
Individual Partnership XX Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1 .4 /The following must be answered if the Bidder or any of its partners or taint venture
parties is a foreign corporation. Note: 16 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 stared therein and expressed in the
Attorney General's Opinion #2, dated:Ianuary23, 1958.]
.1 Corporation Name:
.2 Address:
3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name: oNe'pAVING,/4'�i
Address:
SEAL pp (�
L
•
,,!•• .... ••"`\\\,�``\:
Itt111Ut
I
BID-2
PART 2
BID PROPOSAL
2.] 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 * SEE BULK
Dollars (S *SEE Ella/ ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated lbr 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.
*Four Millim., Three aindred Ninety--Eight T1 mtird,Nirety--Five and Ninety-cite cats (91/l09)
4,399,035.91
1
\``xxxs®ptpV l... ,'%
zt 41:
SEAL
sti
i� ,r' 4L-
/A1 C 111111a�``�````
BID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Words] Quantity Price for Item
See Following Page
•‘;‘040, 1 4/0"1 j
w; S�� c
`01I11 q I 1111111��\`
BID-4
\\\\\gAV/
IP77 ii/
�2,, � .
El _ ••;n = ITEMIZED PROPOSAL 4` \
ixm.n Sc/1 .- ji
p■ STRUCTUREPaJNT `� 1� _ fff((( ' " ''' �+
❑ ` Main Street Improvements )i:
•• . i inn `ci%J9.
,, � Project No 14-06 «ypd-
///7j77/1111111 V\\\\\\\\
Sta.3+60.00 to 9+23.12 Line"Fl" l
Item Section Description Quantity Unit Unit Price Item Total
No. No.
ROADWAY CONSTRUCTION ITEMS•PART 1A •
Sta.3+60.00 to 9+23.12 Line"Fl"
0001 I 105 CONSTRUCTION ENGINEERING 1.00 LS I $2,700.00 $2,700.00
7
0002 I 110 MOBILIZATION AND DEMOBILIZATION 1.00 LS $19,550.00 $19,550.00
0003 201 CLEARING RIGHT OF WAY 1.00 LS $1,500.00 51,500.00
0004 202 CURB AND GUTTER, REMOVE 2,251.00 LFT 55.50 512,380.50
0005 202 SIDEWALK,CONCRETE.REMOVE 86.00 SYS S8.80 $756.80
0006 203 EXCAVATION,COMMON 522.00 CYS $20.00 510,440.00
0007 205 TEMPORARY INLET PROTECTION 2.00 EACH $85.00 5170.00
0008 205 TEMPORARY MULCH 2.00 TON 5480.00 $960.00
0009 205 TEMPORARY SILT FENCE 36.00 LFT $1.25 $45.00
0010 205 TEMPORARY SEED MIXTURE 89.00 LBS $0.25 $22.25
0011 207 SUBGRADE TREATMENT,TYPE II I 373.00 SYS $9.50 $3,543.50
0012 207 SUBGRADE TREATMENT.TYPE IC I 1,872.00 SYS $12.00 522,464.00
0013 207 SUBGRADE TREATMENT,TYPE IC(UNDISTRIBUTED) 350.00 SYS $12.00 $4,200.00
0014 I 211 STRUCTURAL BACKFILL,TYPE 1 5.00 CYS $32.00 $160.00
0015 301 COMPACT AGGREGATE,NO 53. BASE 125.00 TON $30.00 $3,750.00
0016 306 MILLING,ASPHALT, 1 1/2 IN 2,222.00 SYS $3.00 $6,666.00
0017 401 HMA,5,76,INTERMEDIATE,OG, 19.0 mm 273.00 TON $87.00 $23,751.00
0018 401 JOINT ADHESIVE.SURFACE I 2,617.00 LFT $0.50 $1,308.50
0019 401 JOINT ADHESIVE, INTERMEDIATE 2,617.00 LFT $0.60 51,570.20
0020 I 401 LIQUID ASPHALT SEALANT 2,617.00 LFT $0.40 51,046.80
0021 402 HMA SURFACE,TYPE A 27.00 TON $220.00 _ $5,940.00
0022 402 HMA SURFACE,TYPE C 332.00 TON $110.00 $36,520.00
0023 402 HMA INTERMEDIATE,TYPE A 44.00 TON $135.00 $5,940.00
0024 402 HMA INTERMEDIATE,TYPE C 174.00 TON $90.00 $15,660.00
0025 402 HMA BASE,TYPE C 463.00 TON $90.00 $41,670.00
0026 406 ASPHALT FOR TACK COAT 2.00 TON $400.00 $800.00
0027 604 CURB RAMP.CONCRETE,C 20.00 SYS $145.00 52.900.00
0028 604 CURB RAMP,CONCRETE, L _ 37.00 SYS $145.00 $5,365.00
0029 604 CURB,CONCRETE,STRAIGHT 181.00 LFT $45.00 I $8,145.00
0030 604 CARMEL CURB AND GUTTER,TYPE II, MODIFIED i 1,145.00 LFT $25.00 $28,625.00
0031 I 604 CARMEL CURB AND GUTTER,TYPE III,MODIFIED 495.00 LFT $40,00 $19,800.00
0032 604 CURB RAMP,CONCRETE,C,MODIFIED 37.00 SYS $145.00 $5,365.00
0033 621 TOPSOIL 240.00 CYS $42.00 510,080.00
0034 621 SODDING,NURSERY 565.00 SYS $4.50 $2,542.50
0035 715 PIPE,TYPE 4 CIRCULAR 6 IN 1,088.00 LFT $7.00 $7,616.00
0036 715 PIPE,TYPE 2 CIRCULAR 12 IN 3.00 LFT $85.00 $255.00
0037 718 AGGREGATE FOR UNDERDRAINS 93.00 CYS $30.00 52,790,00
0038 I 718 GEOTEXTILES FOR UNDERDRAIN 942.00 SYS $1.50 $1,413.00
0039 720 INLET,B15 1.00 EACH $2.200.00 $2,200.00
0040 720 CASTING,ADJUST TO GRADE, MODIFIED 1.00 EACH I $850.00 $850.00
0041 801 MAINTAINING TRAFFIC, PART 1A 1.00 LS I $97,710.64 $97,710.64
0042 802 SIGN POST,SOUARE,TYPE 1,REINFORCED ANCHOR 205.00 LFT $12.00 $2,460.00
BASE _
0043 802 SIGN,SHEET,AND SUPPORTS,REMOVE 18.00 EACH $20.00 $360.00
SIGN,SHEET,AND SUPPORTS,REMOVE,
0044 803 IUNDISTRIBUTEDI __ _ 8.00 EACH 520.00 $160.00
BID-4A
Item Section Description Quantity Unit Unit Price Item Total
No. No.
0045 J 802 SIGN,SHEET,WITH LEGEND 0.080 IN THICKNESS I 58.00 SFT $17.00 $986.00
60 SET _ $18.00
0046 802 SIGN,SHEET,WITH LEGEND 0.100 IN THICKNESS 85 $1,530.00
i --
0047 802 DECORATIVE STREET SIGN ASSEMBLY, 4.00 EACH $1,100.00 $4.400.00
_ DIRECTIONAL.INSTALLED
0048 808 TRANSVERSE MARKING THERMOPLASTIC 330.00 LFT $5.00 57,650.00
CROSSWALK,WHITE 24"
0049 808 LINE,THERMOPLASTIC,BROKEN,WHITE,4 I 246-00 LFT $1.00 $246.00
0050 808 LINE,THERMOPLASTIC,SOLID, WHITE,4IN. 1,162.00 LFT $1.00 $1,162.00
0051 805 LINE,THERMOPLASTIC,SOLID, YELLOW,4 IN 362.00 LFT ( $1.00 $362.00
0052 805 LINE THERMOPLASTIC, BROKEN, WHITE,6 IN 200.00 LET $1 50 r $300.00
0053 608 LINE,THERMOPLASTIC, BROKEN, WHITE,BIN., 3FT 227 00 LET $2,00 $454.00
STRIPE-3FT GAP
111IbH�41! 808 PAVEMENT MESSAGE MARKING,THERMOPLASTIC, EACH $140.00 53,080.00
NNNNNN INN/WO-4e 17t'Q FISHHOOK LANE INDICATION ARROW 22
••• Q •, �^ TRANSVERSE MARKING,THERMOPLASTIC,"SHARKS
`� •. 0055.;�tiO1s 103.00 LET 55,00 $515.00
` � TEETH"
1 S A L = PART 1A-ROADWAY CONSTRUCTION SUBTOTAL= $436,836.69
H
0✓,X7j71!!I IItSWI NNSection
Description 1 Quantity Unit Unit Price Item Total
No. No.
ROADWAY CONSTRUCTION ITEMS•PART 1B
Sta.9+23.12 to 16+44.35 Line'F1"
0056 105 CONSTRUCTION ENGINEERING 1.00 LS I $2,500.00 $2,50000
0057 110 MOBILIZATION AND DEMOBILIZATION 1,00 LS $19,588.00 $19,588 00
0058 201 CLEARING RIGHT OF WAY 1.00 L5 $2,000.00 $2,000.00
0059 202 CURB AND GUTTER, INTEDRAL, REMOVE 84.00 LET $11.00 6924.00
0060 202 CURB AND GUTTER, REMOVE 206.00 LET $5.50 $1,133 00
0061 I 202 SIDEWALK,CONCRETE, REMOVE 99,00 SYS $8.80 $871.20
0062 202 CONCRETE,REMOVE _ 50.00 SYS $8.80 $704.00
0063 202 BARRIER WALL.CONCRETE, REMOVE 19.00 LFT $50.00 $50000
0064 203 /EXCAVATION,COMMON 236.00 CYS $150.00 $35,400.00
0065 203 /BORROW 2,374.00 CYS $7.00 $16,518.00
0066 205 TEMPORARY INLET PROTECTION 17.00 EACH $65.00 $1,445 00
0067 205 TEMPORARY MULCH 2.00 TON $48000 $960.00
0068 205 TEMPORARY SILT FENCE 1,011.00 LET { $1.25 $126375
0069 205 /TEMPORARY SEED MIXTURE 126.00 LBS $0.25 $31.50
0070 207 SUBGRADE TREATMENT,TYPE II 1040.00 SYS $7,50 $7,80060
0071 207 SUBGRADE TREATMENT,TYPE IB 2,306.00 SYS $6.05 513,951 30
0072 207 SUBGRADE TREATMENT,TYPE 18(UNDISTRIBUTED) 1,200.00 SYS $6.05 $7,260.00
0073 211 STRUCTURAL BACI(FILL,TYPE 1 15,00 CYS S32.00 $480.00
0074 301 COMPACTED AGGREGATE,NO 53,BASE 347.00 TON $30.00 $10,410.00
0075 401 JOINT ADHESIVE,SURFACE 1,112.00 LFT $0.50 $55600
0076 401 JOINT ADHESIVE, INTERMEDIATE Il 1,112.00 LFT $0.60 $667.20
0077 401 LIQUID ASPHALT SEALANT 1,112.00 LFT � $0.40 $444.80
0078 402 HMA SURFACE,TYPE A 73.00 TON 5120.00 $8,760 00
0079 402 HMA SURFACE, TYPE C 61.00 TON $9600 $5,856.00
0080 402 HMA INTERMEDIATE,TYPE A 117.00 TON j $78.00 J $9,126 00
0081 402 HMA INTERMEDIATE,TYPE C j 101.00 TON $78-00 $7,878.00
0082 402 HMA BASE,TYPE C 343.00 TON $62.00 $21,266.00
0063 402 HMA, 5, 76, INTERMEDIATE 0.G., 19MM 12000 TON $74.00 $8,88060
0084 406 ASPHALT FOR TACK COAT _ I 2.00 TON $400.00 $800.00
0085 604 CURB RAMP,CONCRETE, C _� 10.00 SYS $145.00 51 450.00
Ih 0086 604 (CURB,CONCRETE,STRAIGHT 121.00 LFT $31.95 $3,865.95 i
0087 605 CENTER CURB, 0,CONCRETE.MODIFIED 670.00 LFT $29.00 $19,430 00
0088 605 CURB AND GUTTER TURNOUT CONCRE'T'E 3.00 LFT $175.00 $525.00
0089 610 HMA FOR APPROACHES,TYPE A 63,00 TON I $108.00 $6.804.00 7
BID-4A
II
Item Section
No. No. Description Quantity Unit Unit Price Item Total
0090 ! 615 GEOTEXTILES 28.00 SYS � $2.00 556.00
0091 I 616 RIPRAP, REVETMENT 13.00 TON $43.00 I $559.00
0092 621 TOPSOIL 467.00 CYS $42.00 $19.614.00
0093 621 SODDING,NURSERY 3,382.00 SYS $4.50 $15.219_00
0094 715 JRIPE,TYPE 4 CIRCULAR 6 IN 164.00 LFT $7.00 $1,145.00
0095 715 IP1PE,TYPE 2 CIRCULAR 12 IN 2.00 LFT $100.00 5200.00
0096 718 'AGGREGATE FOR UNDERDRAINS 10.00 CYS $80.00 5300.00
0097 718 IGEOTEXTILES FOR UNDERDRAIN 75,00 SYS $1.50 $112.50
0098 720 CASTING,ADJUST TO GRADE(UNDISTRIBUTEDt 8.00 EACH $450.00 $3,600 00
0099 720 CASTING,7,FURNISH AND ADJUST TO GRADE 1.00 EACH $850.00 $850.00
0100 720 INLET,CAP 1.00 EACH $1,700.00 ' 51,700.00 j
0101 720 'INLET, El 1.00 EACH $1,700.D0 51,700.00
0102 + 720 STRUCTURE, MANHOLE, RECONSTRUCTED 13.00 LET 5325.00 54,225.00
0103 720 STRUCTURE, MANHOLE, RECONSTRUCTED I 14.00 LET $325.00 $4,550.00
(UNDISTRIBUTED' _
0104 801 MAINTAINING TRAFFIC,PART 1B 1 1.00 LS $45,492.71 $45,492.71
0105 802 SIGN POST.SQUARE,TYPE 1, REINFORCED ANCHOR 26.00 LFT $12.00 5312.00
BASE
0106 802 SIGN,SHEET, AND SUPPORTS.REMOVE 2.00 EACH $20.00 $40.00
0107 802 'SIGN,SHEET,WITH LEGEND 0.080 IN THICKNESS I 5.00 SET $17.00 $8500
0105 802 ISIGN.SHEET.WITH LEGEND 0.100 IN THICKNESS 9.00 SET $18.00 5162.00
[ 0109 802 IRELOCATE COMMERCIAL SIGN 1,00 EACH $725.00 $725.00
0110 807 [LIGHT STANDARD FOUNDATION, 3FT DIAMETER X BET 9.00 EACH $900.00 $8.100.00
0111 807 (CONDUIT,STEEL,GALVANIZED,2 IN 25.00 LFT $18.00 $450.00
0112 807 iVC E,NO 4 COPPER,IN PLASTIC DUCT, IN TRENCH 4 1,025 00 LFT 59.50 $9,737.50
0113 807 CABLE, POLE CIRCUIT THWN,NO 10 COPPER, I 600.00 LET $0.50 $400.00
STRANDED, 11C
0114 897 TRANSITION FITTINGS,GALVANIZED STEEL CONDUIT 2 00 EACH $5.00 $10.00
TO PLASTIC CABLE
0115 807 CONNECTOR KIT, UNFUSED 9.00 EACH $35.00 $315.00
0116 807 CONNECTOR KIT,FUSED 9.00 EACH 535.00 $315.00
0117 807 MULTIPLE COMPRESSION FITTING.NON- 21.00 EACH 512.00 $252.00
WATERPROOFED
0118 807 INSULATION LINK,NON-WATERPROOFED 18.00 EACH $10.00 5180.00
0119 807 CABLE-DUCT MARKER 2.00 EACH $125.00 f 5250.00
0120 807 LIGHT POLE, ORNAMENTAL,32 FT MOUNTING 9,03 EACH $7,00000 563,00000
HEIGHT,8 FT MAST ARM
0121 807 f LUMINAIRE,200W LED 9.00 EACH $2,400.00 $21,600.00
0122 808 !LINE, THERMOPLASTIC,BROKEN, WHITE,41N � 983.00 LET $1.00 $983.00
�illMp1p�l,i�; 808 LINE,THERMOPLASTIC,SOLID,WHITE,4IN. 211.00 LFT $1.00 $211.00
.;>.
.\\\ Ai
.O11 u'i1Jf 6d/ PIAVEMENT MOESSAGE MARKING.THERMOPLASTIC,
1,433.00 q 00 EACH $140.00 $1,433
$560 000
�. I •,C``'A''' -' FISHHOOK LANE INDICATION ARROW
sE1 PART 1B•ROADWAY CONSTRUCTION SUBTOTAL= $428,595.41
1� r
N.
,' /AZ7j71I1119M1A1�eetlo\n
Description Quantity Unit Unit Price Item Total
No. No.
ROADWAY CONSTRUCTION ITEMS•PART 2
0126 105 [CONSTRUCTION ENGINEERING 1.00 LS _ $17,400.00 $17,400.00
0127 110 MOBILIZATION AND DEMOBILIZATION 1.00 LS $172.400.00 5172,400.00
0128 201 CLEARING RIGHT OF WAY 1.00 LS $35,000.00 $35,000.00
0129 202 PAVEMENT REMOVAL 373.00 SYS $8.80 53,282.40
1 0130 202 _CURB,CONCRETE, REMOVE � 826.00 LFT $4.50 53,717.00
0131 202 CURB AND GUTTER, REMOVE 825.00 LET $5.50 $4,537.50
0132 202 CATCH BASIN.REMOVE _! 100 EACH ] $400.00 $400.00
BID-4A
Item Section I �
Description Quantity Unit Unit Price Item Total
No. Na.
0133 j 202 RETAINING WALL, REMOVE 60.00 LET • $55.00 53.300.00
0134 I 202 INLET, REMOVE 7.00 EACH , $400.00 $2,800.00
0135 I 202 (PIPE,REMOVE j 649.00 LFT r 519,00 $12,331.00
0136 I 203 EXCAVATION,COMMON 7,068.00 CYS $21.00 5148,428.00 1
0137_-_ 203 EXCAVATION_,COMMON(UNDISTRIBUTED( 2,000.00 CYS $3.50 57,000.00 1
0138- 203 BORROW j 958.00 CYS $10.00 59.58000 I
0139 li 203 SORROW(UNDISTRIBUTED) 2,000 00 CYS 55.00 $12,000.00
0140 205 TEMPORARY INLET PROTECTION _ EACH j $65.00 $3,570.00
0141 i 205 TEMPORARY MULCH _ 9.00 TON $480.00 $4,320,00
.
0142 205 TEMPORARY SILT FENCE 4,296.00 LFT $1.25 35,370 00 I
0143 205 TEMPORARY SEED MIXTURE 551.00 LBS 50,25 $137,75
0144 207 SUBGRADE TREATMENT,TYPE II 1,374.00 SYS 56.50 58,931.00
0145 207 ISUBGRADE TREATMENT,TYPE IB J 19,985.00 SYS $695 $120,909.25 y�
0146 I 207 [SUBGRADE TREATMENT,TYPE IB(UNDISTRIBUTED) 3,400.00 SYS $6.05 $20,570.00
0147 211 'STRUCTURAL BACKFILL,TYPE 1 2,571 00 CYS $13.75 $35,351.25
0148 211 STRUCTURAL BACKFILL,TYPE 1 (UNDISTRIBUTED) 200.00 GYS _ $13.75 I 52,750.00
0149 301 COMPACTED AGGREGATE, NO.53,BASE 153 00 TON $40.90 j 56,120.00
1 0150 302 COMPACTED AGGREGATE, NO.53,TEMPORARY FOR 17300 TON $20.00 53,460.00
DRIVEWAYS.IONDISTRIBUTED I _ _
0151 306 MILLING,ASPHALT, 1 112 IN 692.00 SYS $4.00 $2,76800
0152 401 JOINT ADHESIVE, SURFACE 9.364.00 LFT j $0.20 $1,872.80
0153 401 (JOINT ADHESIVE, INTERMEDIATE 9.364.00 LET $0.30 $2,809.20
0154 401 'LIQUID ASPHALT SEALANT 9,364,00 LET $0.40 $3,745 60
0155 402 -HMA SURFACE,TYPE C 1,476.00 TON $90.00 j $132,840.00~
0156 402 (HMA INTERMEDIATE,TYPE C _ 2,360.00 TON $58.00 $136,880.00
0157 402 (HMA BASE.,TYPE C j 5,821,00 TON $51.00 $296,87100
0158 I 402 1HMA, 5, 76, INTERMEDIATE 0.0., 19.0 MM j 79.00 TON $90.00 J $7,110.00
0159 406 !ASPHALT FOR TACK COAT 13.00 TON I $400.00 1 55,200.00 _
0160 j 502 IDECORATIVE CONCRETE PAVEMENT,TRUCK APRON 336.00 SYS I $81,10 j $27,249.60
DECORATIVE CONCRETE PAVEMENT, MEDIAN H
0161 I 503 CONCRETE 66.00 SYS $61.10 $5,352.60
0162 604 SIDEWALK,CONCRETE,RECONSTRUCT 3.00 SYS $170.61 $511.83
0163 604 SIDEWALK,CONCRETE 14,862.00 SYS $1.00 $14,362.00
0164 604 CURB RAMP,CONCRETE,C I 59.00 SYS I $$145.00 $8,55500
0165 604 CURB RAMP,CONCRETE, G j 113.00 SYS $145.00 516,385.00
0166 604 CURB RAMP,CONCRETE, L I 115.00 SYS I $145.00 $16,675.00
0167 1 604 ICARMEL STRAIGHT CONCRETE CURB 728.00 LFT $20.00 $14,56000
0168 j 604 ICARMEL CURB AND GUTTER,TYPE II, MODIFIED 4,659.00 LET $13.25 $64,381 75
0169 j 604 {ICARMEL CURB AND GUTTER,TYPE III, MODIFIED 3,199.00 LET $15.00 S47,985.00
0170 ' 604 j CARMELMODIFIED ROLL CURB 346.00 LET $1725 $5,96850 _
0171 604 !CURB RAMP,CONCRETE.C,MODIFIED 9.00 SYS $145.00 $1,305 00
0172 604 SPLITTER ISLAND END TREATMENT 53.00 SFT $6500 $5,395.00
0173 605 1INDOT BARRIER CURB 271.00 LFT $1700 $4,607.00
0174 . 605 CURB AND GUTTER TURNOUT CONCRETE 12,00 LFT $100.00 51,200.00
0175 605 CURB,CONCRETE, DEPRESSED 635.00 LFT $13.25 _ $8,413.75
0176 510 HMA FOR APPROACHES,TYPE A 201.00 TON $105.00 $21,105.00
0177 610 PCCP FOR APPROACHES,8 IN 467.00 SYS 544,00 $20,548.00 {
0178 616 GEOTEXTILES 7.54 SYS $14.99 $11309
0179 616 IRIPRAP, REVETMENT 246 TON $60.04 $147.50
0180 j 621 TOPSOIL j 2,523.00 GYS $22.00 $55,506.09
0181 621 ISODDING. NURSERY 12266.00 SYS $4.25 _ _ 552,130.50
1 0182 628 FIELD OFFICE,A 18.00 MOS I $1,750.00 _I _ $31,500.00 1
j 0183 628 CELLULAR TELEPHONE TYPE A _ 2.00 EACH $100 00 � $200.00 1
0184 {' 628 CELLULAR TELEPHONE SERVICE,750 MIN 36.00 MOS $75.00 j S2,700.00 1
\\\QP 0187- �h�,9�i PIPE,TYPE 4 CIRCULAR 6 IN 4,41600 LFT I. $8800 $71,368.00
„,,,, �'„_ PIPE,TYPE2CIRCULAR 151N 361,00 LFT j $41 A0 $14,801.00
$` j3_i j $6.00 $26,496.00
Z.-. t';' 0188 ;115 `-PIPE,TYPE 2 CIRCULAR 12 IN ' 1,427.00 LFT $34,00 548,518.00
121 j ' gya 1 F15 =:PIPE,TYPE 2 CIRCULAR 12 IN(UNDISTRIBUTED) 150.00 LFT $34.00 -'' - $5,100.00
_ S-CW.,-.1'L'19L T15 IiPIPE, TYPE 2 CIRCULAR 18 IN 17.00 LET $59.00 $1,003.00
///'/7/777-771711 11111YY\\\\\\\\ 810-4A
Item Section !Description Quantity Unit Unit Price Item Total
No. No,
0191 I __ 715 (PIPE,TYPE 2 CIRCULAR 30 IN 903.00 LFT $75.00 5.67,725 00
0192 715 1PI PE,TYPE 3-CIRCULAR 24 IN 41.00 LET $58.00 $2,378,00
0193 715 'VIDEO INSPECTION FOR PIPE -3,771,00 LFT $1 25 $4,713,75
0194 __715 'STORM WATER BMP,STR. NO. 149A 1.00 EACH $36,000,00 536,000.00 J
0195 719 'AGGREGATE FOR UNDERDRAINS 450.00 CYS __$30.00 513,500.00
0198 I 718 'G EOTEXTILES FOR UNDERDRAIN 3,784 00 SYS $1.35 I $5,10840
0197 , 720 'CASTING,ADJUST TO GRADE 1.00 EACH I $435.00 $435 00
0198 720 (INLET, E7 I 1,00 EACH $1,50000 $1,500.00
0199 720 INLET, E7(UNDISTRIBUTED' I 5.00 EACH $1,500.00 $7,500.00
0200 720 INLET,J10 7.00 EACH $1,700.00 $11,900.00
0201 720 CATCH BASIN, K10 28.00 EACH 11 $1,800.00 $50,400.00
0202 720 MANHOLE,C4 2.00 EACH $2,200.00 $4,400.00
0203 ' 720 MANHOLE, IA 2.00 EACH �. 53,700.00 $7,400.00
0204 I 720 MANHOLE,C10 3.00 EACH $2,400.00 _57,200.00
0205_I. 720 MANHOLE,K4 2.00 EACH 54,000.00 I $8,000.00
0206 I 720 MANHOLE,J4 14.00 EACH $4,100.00 j $57,400.00
0207 r 720 MANHOLE,J8 2.00 EACH $5,300.00 $10,600.00
0208 720 EXISTING IRRIGATION SYSTEM, RESTORE 4,00 EACH 51,875.00 $7,500.00
0209 ' 901 ROAD CLOSURE SIGN ASSEMBLY I 10,00 EACH $300.00 $3,000.00
0210 801 TEMPORARY PAVEMENT MARKING, REMOVABLE, 4 IN 1,503.00 LET $1.50 $2,254.50
0211 801 'TEMPORARY PAVEMENT MARKING, REMOVABLE,6 IN 333.00 LFT $2,00 - 5666.00
0212 801 DETOUR ROUTE MARKER ASSEMBLY 18 00 EACH -� $100.00 $1,80000
0213 801 'CONSTRUCTION SIGN,A 20.00 EACH 5170.00 $3,400 00 -
0214 801 'CONSTRUCTION SIGN,3 12.00 EACH j $60.00 ' 5720.00
0215 801 ;CONSTRUCTION SIGN,A(UNDISTRIBUTED) 20.09 EACH $170.00 $3,400.00
0216 I 801 ;FLASHING ARROW SIGN 30.00 DAY $20.00 5600.00
0217 801 'MAINTAINING TRAFFIC, PART 2 1.00 LS -� 5164,254,00 . $164,254.00 -,
0218 I 801 BARRICADE, III-A 240.00 LFT $15.00 t 53.600,00 J
0219 801 BARRICADE, III-B 7 42.00 LFT $15.00 I- 5630.00 1
0220 I 801 'BARRICADE, Ill-A(UNDISTRIBUTED) I 60.00 LFT $15.00 r 5900.00
0221 801
PORTABLE CHANGEABLE MESSAGE SIGN 2.00 EACH 54,635.00 59,270.09
I UNDISTRIBUTED) ,
0222 801 TEMPORARY PAVEMENT MARKING, REMOVABLE. 13.00 LFT $20.90 $260.00
YIELD LINE _ ,
0223 802
ISIGN POST,SQUARE,TYPE 1, REINFORCED ANCHOR 458.00 LET $12.00 55,496.00
0224 802 SIGN,SHEET.AND SUPPORTS,REMOVE 16,00 EACH $20.00 $320.00
0225 802 SIGN,SHEET.WITH LEGEND 0.0801N THICKNESS 173,00 SET $17.00 I 52,941.00
0226 802 SIGN,SHEET,WITH LEGEND 0,100 IN THICKNESS 125.00 SET $1800 i 52,250.00
0227 802 DECORATIVE STREET SIGN ASSEMBLY, 10.00 EACH $1,100.00 $11,000.00
,DIRECTIONAL. INSTALLED
0228 807 HANDHOLE,LIGHTING 400 EACH $600.00 _ $2,400.00
0229 ! 807 !LIGHT STANDARD FOUNDATION,3FT DIAMETER X 8FT 40.00 EACH 1 $900.00 $36,000.00
0233; 807 'SERVICE POINT, II, MODIFIED I 1.00 EACH $5,000.00 $5,000.00
0231 807 CONDUIT,STEEL,GALVANIZED.2IN 511,00 LFT $12.00 56,132 00
0232 807 I WC E,NO 4 COPPER. IN PLASTIC DUCT, IN TRENCH 4 4,945.00 LET $9.50 $46,977$9
0233 807 !CABLE,POLE CIRCUIT THWN,NO 10 COPPER. 3,440.00 LFT $0.50 51,720 00
_ !STRANDED, 1!0
TRANSITION FITTINGS,GALVANIZED STEEL CONDUIT
0234 807 18.00 EACH $5-00 1 $90.00
__ TO PLASTIC CABLE_
0235 807 CONNECTOR KIT,UNFUSED 40.00 EACH I $35.00 $1,400.00
0236 807 CONNECTOR KIT,FUSED 40.00 EACH $35.00 $1,400.00
MULTIPLE COMPRESSION FITTING.NON-
' 0237 807 102.00 EACH I $15.00 $1,530 00
_ __ WATERPROOFED I -
0238 807 MULTIPLE COMPRESSION FITTING,WATERPROOFED 16.00 EACH I $1200 $192.00
00.0.1118tro.0 807 INSULATION LINK,per _- _- - $12.00 5960.00
��\' P� 1�� 9,7 LIGHT POLETO MARKER
ALT 32 FT MOUNTING - - 80.00
5.00 EACH I $12500 _ 5625.00
\� • •0241•••,• C8 -K.- 40.00 EACH $7,000.00 8280,000.00
• L _I . i _ HEIGHT,8FT MAST ARM
f 0242 ! 807% 1LUMINAIRE, 200W LED _ _ _ 40.00 EACH $2,400.00 1 $96,000.00-
da- B07 _ HANDHOLE COMMUNICATION 9 00 EACH i $850 00 57,650.00
4 •807 i'PVC CONDUIT,4IN I 5,02600 LFT $7.50 $37,69500
-
.-•e `••..... .•• \•�
/'2/777 I r 1 i H 11511\\\\\``
BID-4A
Item Section Description Quantity Unit Unit Price Item Total
No. No.
0245 807 ICARMEL NO, 8 STONE FOR CONDUIT INSTALL 49.00 CY5 $25.00 $1,225.00
CARMEL NO. 3 STONE FOR CONDUIT INSTALL
0246 807 20.00 CYS $25.00 $500.00
(UNDISTRIBUTED
)
TRANSVERSE MARKING THERMOPLASTIC
0247 808 420.00 LFT 55.00 $2,10000
CROSSWALK WHITE.29'_
0248 808 LINE,THERMOPLASTIC,BROKEN,WHITE,4 IN 2,52600 LFT I $0.70 $1,768.20
0249 808 `LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 1,862.00 LFT $0.70 $1,303.40
0250 808 LINE,THERMOPLASTIC,SOLID.WHITE,SIN I 217.00 LFT $2.00 $434.00
0251 808 LINE,REMOVE I 400.00 LFT $2.00 { $600.00
0252 808 LINE, THERMOPLASTIC,SOLID,YELLOW,4 IN 4,242,00 LET $0.70 $2,969.40
TRANSVERSE MARKING.THERMOPLASTIC, STOP
0253 808 LINE,24 IN I 110.00 LFT $5.00 5550.00
0254 908 (PAVEMENT NDICA MESSAGE O ARROW KING,THERMOPLASTIC, 7.00 EACH $60.00 $420.00
LANE
0255 808 'LINE,THERMOPLASTIC.SOLID, YELLOW, 12 IN 136 D0 LFT 64,00 $544.00
0256 J 808 LINE,THERMOPLASTIC,BROKEN,WHITE,6 IN 110.00 LFT $3.00 $330,00
0257 BDS LINE,THERMOPLASTIC.BROKEN,WHITE, BIN.,3FT 280.00 LFT $200 $560.00
STRIPE-3FT GAP
0258 808 PAVEMENT MESSAGE MARKING,THERMOPLASTIC, 'EACH $140.00 $3,64000
FISHHOOK LANE INDICATION ARROW 26
0259 808 TRANSVERSE MARKING,THERMOPLASTIC,"SHARKS 115.00 LFT $5.00 5575.00
TEETH'
STREETSCAPE ITEMS
0260 I 203 EXCAVATION.COMMON(FOR PLANTING BEDS) 44.00 CYS $150.00 $6,600 00
0261 601 GUARDRAIL(PEDESTRIAN HANDRAIL) 175.00 LFT $278.00 { $48,650.00
0262 604 12 IN MODIFIED CURB 200.00 LFT $50.00 I $10,000 00
0263 604 CONCRETE BAND (NOT USED) 7400:00 SET $0.00 _ $0.00
0264 604 DECORATIVE CONCRETE PAVEMENT FOR 5,600.00 SFT $9.01 $50,456.00
STREETSCAPE PROJECT
0265 604 DECORATIVE CONCRETE PAVERS 1 550.00 SYS $139.50 576,725.00
0266 604 5"SIDS SIDEWALK,CONCRETE 1 14 SYS 551.71 5723.94
(CONCRETE STAIRS WITH 2 RISERS(WITH
0267 604 HANDRAILS) 1.00 EACH $6,000.00 $6,000.00
0268 604 CONCRETE STAIRS WITH 4 RISERS(WITH 100 EACH $8,50000 58,500.00
HANDRAILS)
0269 604 CONCRETE STAIRS WITH 8 RISERS (WITH 1.00 EACH $11,500.00 $11,500.00
HANDRAILS)
0270 621 MULCH,SHREDDED HARDWOOD 66.00 CYS $75.00 $4,950.00
0271 621 !TOPSOIL FOR PLANTING AREA �B 'CYS $54.00 $15,120.00
0272 622 ICONDUIT FOR IRRIGATION 190.00 LFT 512,00 $2,280.00
0273 622 PLANT,BROADLEAF EVERGREEN,SPREADING,SEMI 2-2 EACH $38.00 $6,688.00
SPREADING, 15 IN OR UNDER, 3 GALLON 176
0274 622 2 5 NT,DECIDUOUS TREE,SINGLE STEM, OVER 2 TO 22.00 EACH $28000 $6,160.00
0275 622 PLANT, PERENNIAL 1025 EACH $14.50 $14,717.50
1.015
0276 715
.12-14-1-11;PE STOR 'SEWER PIPE,TYPE 2 CIRCULAR 25.00 LFT $85.28 $2,132.00
12 IN.
0277 719 TRENCH DRAIN 125.00 LFT 5482.00 $50,250.00
0278 731 MASONRY RETAINING WALL WI BRICK VENEER 800.00 SET 551.60 $41,28000
0270 805 CON^UIT FOR-DU+SE E-NERD-(NOT USED) 406:80 L-EE $0.00 $0.00
0280 706 COARSE AGGREGATE,NO.8 70.00 CYS $100.00 $7,000.00
I
PART 2- ROADWAY CONSTRUCTION SUBTOTAL= 53,272,049_56
ot1 01,� piIN
\\ yG77/77/
U.
SEAL
....///f/////7j7�flfll1I111Y,Y\,,,• BID-4A
Item Section Description Quantity Unit Unit Price Item Total
No. No.
{
Item Section Description , Quantity Unit Unit Price Item Total
No. No.
SANITARY SEWER AND WATER MAIN CONSTRUCTION ITEMS•PART 3
0300 105 CONSTRUCTION ENGINEERING(2°/) _I 1.00 LS 1 $2,400.00 22,400.00
!)
0301 110 MOBILIZATION AND DEMOBILIZATION(2 1.00 LS k $13,000.00 $13,000.00
0302 201 CLEARING RIGHT OF WAY(2°4) 1.00 LS 52,000.00 $2,009 00
0303 205 EROSION CONTROL(27..) 1.00 LS 54,000 00 $4,000,00
0304 801 MAINTAINING TRAFFIC(2-06) 1.00 LS $3,800.00 $3,800.00
0305 621 RESTORATION(Water Line in Grass)(2%) 1.00 LS $12,613.00 212,613.00
0306 715 PIPE, SANITARY SEWER,LATERAL,6 IN,SDR-26 PVC 180.00 LET $43.00 57,740.00
0307 715 SANITARY MANHOLE,48"DIA„'TYPE'C-4", 11'DEEP q pp EACH $2,650.00 $10,600.00
'SANITARY MANHOLE
0308 211 STRUCTURAL BACKFILL,TYPE 1 1,500.00 CYS $13.75 $20,625.OD
0309 715 WATER MAIN, DUCTILE IRON, 12 IN 805.00 LFT 555.00 — S44,275.00
0310 715 WATER MAIN,DUCTILE IRON,6 IN IL 30.00 LET 540.00 $1,200.00
0311 719 DUCTILE IRON FITTINGS,(RESTRAINED) j 3,227.00 LBS $3.75 512,101.25
0312 715 VALVE WITH BOX, GATE,D.I.R.J., 12 IN 2.00 EACH $2,800.00 $5,600.00
0313 715 COMBINATION AIRNACUUM RELEASE VALVE ASSEMBLY 1.00 EACH $1,750.00 $1,750.00
0314 720 FIRE HYDRANT ASSEMBLY,INSTALLED 3.00 EACH $5,000.00 $15,000.00
0315 720 FIRE HYDRANT ASSEMBLY,REMOVE 1,00 EACH $1,100.00 51,100 OD
0316 720 IRRIGATION CONNECTION ASSEMBLY 2.00 EACH 34,000,00 28,000.00
0317 720 IRRIGATION CONNECTION ASSEMBLY(UNDISTRIBUTED) 3.00 EACH 51,400 00 $4.200.00
0318 715 PIPE.SANI'T'ARY SEWER, 10 IN, SDR-26 PVC 697.00 LFT $130.00 $90,610.00
PART 3-SANITARY SEWER AND WATER MAIN CONSTRUCTION SUBTOTAL= $260,614.25
PART IA-ROADWAY CONSTRUCTION SUBTOTAL= 1 $436,836.69
PART 1B-ROADWAY CONSTRUCTION SUBTOTAL= 1 $428,595 41
PART 2-ROADWAY CONSTRUCTION SUBTOTAL= I $3,272,049.56
PART 3-SANITARY SEWER AND WATER MAIN CONSTRUCTION SUBTOTAL= I $260,614,25
TOTAL BID= $4,398,095.91
Suhmitted By: E8B 'aving,
Authorized Signature;a`Z / L, i
Address. 1704',)'iddletown Avenue
IN.. :,vilfe, IN 46060
Telephone' 17-773-4132
Date: 8/2012014
Email: sieve.broermann @ebpaving.00m
\�\\op liNGI ��//'..
ill EpL -
S =
6.
fito. 01\
111111
BID-4A
ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM
The Contractor acknowledges receipt of the following addenda, which are hereby made a part of this
Construction Contract, as fully and effectually as ifcopied and set out herein in full length:
ADDENDUM NO. JP.E. DATE
1 "Virte10111% 8-14-14
2 8-19-14
l
Contractor(Bidder) E & B Pavirq, Inc.
Address 17042 Midlletatt Avenue
e, DV 46060
By: i
attire)
Name: Tarry Can =
(Printed)
Title: vice PreSj It
(Printed)
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to he bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 8-14-2014
2 5-19-2014
\\\\ P VINI/�����i
SEAL
'ilmli
BID-5
PART 5
EXCEPTIONS
Instructions To Bidders_
5.1 The Bidder shall flatly stale each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to he a
material qualification or variance from the leans of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
WA
0111111H1/4,A`` ' N Gii
• c 0e Kve
:w:
wEP&
--
•
B1D-6
PART 6
FINANCIAL STATEMENT
6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without
said financial statement as required by statute shall thereby be rendered invalid The
financial statement provided hereunder to OWNER must he specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the Work/Project if awarded. Information on Bidder's company and financial statement
shall he consistent with the information requested on the State Board of Accounts Forms
#96a and 4102, entitled "Standard Questionnaires and Financial Statement for Bidders".
I
BID-7
Part of State Form 524t4(R2 12-13)/Form 96(Revised 2013)
BID OF
E & B Paving. Inc.
(Contractor)
17042 Middletown Avenue
(Address)
Noblesville, IN 46060
FOR
PUBLIC WORKS PROJECTS
OF �P NG ''o
Malt' �ts 14--06 SEAL
Filed Aaiiust 20 , 2014
Action taken
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
ii Slate Form 52411(R2,2-131/Form 96(Revised 20131
'•.��,,..,r Prescribed by State Board of Accounts
PART I
(To be completed for all bids. Please type or print)
Date (month, day, year): 23u i.st 20, 2014
1. Governmental Unit(Owner'}: Board of Hthlic Woks & Safety for the City of Carrel, Indiana
2. County : f-Latniltcrt
3. Bidder(Firm). E & B Paving, Inc. \\\��\`" j'JIN G,r�zzzi���
Address: 17042 Middletown Avenue r .
City/StatelZlPcode: Noblesville, IN 46060 — SEA
r
4. Telephone Number: (317) 773 4132 % .• �.�
5. Agent of Bidder(if applicable): Larry Cantez'fiuy zz7ry11!111111NSyN\`\\\
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of Main asset Ti . • *tents 14-C6
(Governmental Unit) in accordance with plans and specifications prepared by Structurepoint Inc.
and dated July 2014 for the sum of
See attached itemized bid sheets $ ' See attached itemized bid sheets
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit •
basis, the itemization of the units shall be shown on a separate attachment.
The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(if applicable)
I. the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States (LC. 5-16-8-2). I hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I
understand that violations hereunder may result in forfeiture of contractual payments.
ACCEPTANCE
The above bid is accepted this day of _, subject to the
following conditions:
Contracting Authority Members:
PART II
(For projects of 3150,000 or more— 1C 36-1-12-4)
Governmental Unit: Ward of PubLic 'clerics & Safety for de City of Catne1, Indiana
Bidder (Firm) E & B Paving, Inc. `w �ylyG !�
Date (month, day, year): Arrast 20, 2014 :4:QP'•..-......,'C
These statements to be submitted under oath by each bidder with and as a part of his bid.= w St"
_
Attach additional pages for each section as needed. — J
SECTION I EXPERIENCE QUESTIONNAIRE ��� •....
\• •
What public works projects has your organization completed for the period of one (1)year prior tort({&11I I WY��\
date of the current bid?
Completion
Contract Amount Class of Work Date Name and Address of Owner
4,083,583.00 Road Reconstruction 2013 INDOT R-31627
7,575.738.00 Road Reconstruction 2013 INDOT R-31344
5,484.261.00 Road Reconstruction 2013 INDOT R-30364
32,432,549.00 Road Reconstruction 2013 INDOT IR-30294
2. What public works projects are now in process of construction by your organization?
Expected
Contract Amount Class of Work Completion Name and Address of Owner
Date
12,520,544.00 Road Reconstruction 2014 !MOOT IR-30641 -SR 14
9,733,426.00 Road Reconstruction 2014 INDOT R-33565 1-69
9,396,264.00 Road Reconstruction 2015 City of Greenwood-Worthville Rd
7,661,025.00 Road Reconstruction 2015 INDOT R-30431
3. Have you ever failed to complete any work awarded to you? No If so, where and why?
4. List references from private firms for which you have performed work.
Pepper Construction - Paul Riehle
Gradex, Inc. - Jason Capp
Fischer Homes - Richard Henderson
Thompson Land Company- Chris Werth
Turner Construction -Thomas Schmitt
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.)
Per Plans, Specifications and accepted Construction Practices
2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
List provided upon request
•
•'
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
Yes, List provided upon request
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
E & B Paving, Inc. has over 1,000 pieces of equipment. List provided upon request.
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
Yes ‘0"in RF ili• �'./tip,,
O
SEAS
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the bidder's capability for completing the project if awarded.
SECTION IV CONTRACTOR'S NON — COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by him, entered
into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such
letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is
made without reference to any other bid and without any agreement, understanding or combination with any other
person in reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
SECTION V OATH AND AFFIRMATION
I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION
CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT.
Dated at Noblesville, IN this 20th day of August , 2014
E 8 B Pavi c. \\\V\NGrfff/ /
ame of Organization) \\ //
By
Larry C3nteSYw ', vice • tip tL SC—I\( Ile • Person Signing) = S
ACKNOWLEDGEMENT '�/2 //fflllltttt\\\\�`��\\\
STATE OF Indiana
ss
COUNTY OF Hamilton
Before me, a Notary Public, personally appeared the above-named Larry Canterbi y and
swore that the statements contained in the foregoing document are true and correct.
Subscribed and sworn to before me this 20th day of August , 2014
■
Not. Pubic
OFFICIAL SEAL
My Commission Expires June 3, 2016 APRIL N.BLESSING
y p NOfAR'r PUSLIC�STATE OF INpWA
MADISON COUNTY
County of Residence:
Madison �• '� MYCpMM.EXPIRES JUNE 9,4018
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.: Main Street Improvements
Proposal For
Construction of:
(1) Construction West of U.S. 31 Interchange:
Construction of Main Street beginning approximately 425 feet west
Illinois Street and ending approximately 850 feet east of Illinois
Street
(2) Construction East of U.S. 31 Interchange:
Construction of Main Street beginning approximately at Virginia
Boulevard and continuing east to Old Meridian Street including a
roundabout at Grand Boulevard.
Date: August 20, 2014
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-l.
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Rieth-Riley Construction Co. , Inc'.
1.2 Bidder Address: Street Address: 1751 W. Minnesota Street
City: Indianapolis State: IN Zip: 46221
Phone: 317-634-5561 Fax: 317-631-6423
1.3 Bidder is a/an [mark one]
Individual Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be 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 Cannel,
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 #2, dated January 23, 1958.J j
.1 Corporation Name:
.2 Address: i
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name: I
Address:
a
I
I
0
BID-2
I
I
PART 2
BID PROPOSAL
2.1 Base Bid
IThe 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
Iestimated unit quantities for such Contract Items, total see proposal forms
Dollars (S ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
Ifurther acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
I
I
I
I
I
I
I
BID-3
E9 rip ITEMIZED PROPOSAL �❑� STRUCTUREPOINT Main Street Improvements 1'• Project No.: 14-06 dj
Ste.3+60.00 to 9+23.12 Line"F7"
Item Section l
No. No. Description Quantity Unit Unit Price Item Total■
Irn
ROADWAY CONSTRUCTION ITEMS-PART 1A.1'.
Sta.3+60.00-to 9+23.12 Line"Fl" -
0001 105 CONSTRUCTION ENGINEERING 1 1.00 LS $2,700.00 I $2,700.00
0002 110 MOBILIZATION AND DEMOBILIZATION I 1.00 LS $56,027.76 j $56,027.76
0003 201 CLEARING RIGHT OF WAY I 1.00 LS $15,902.35 ' $15,902.35
0004 202 ICURB AND GUTTER.REMOVE 2,251.00 LFT $10.01 $22,532.51
0005 202 I SIDEWALK,CONCRETE, REMOVE 86.00 SYS $13.40 $1,152.40
0006 I 203 EXCAVATION,COMMON 522.00 CYS I $55.87 $29,164.14
0007 205 I TEMPORARY INLET PROTECTION 2.00 EACH $85.00 $170.00 '
0008 I 205 I TEMPORARY MULCH 2.00 TON $480.00 $960.00
0009 205 I TEMPORARY SILT FENCE 36.00 LFT ' $1.25 $45.00
0010 205 TEMPORARY SEED MIXTURE 89.00 LBS ( $0.25 $22.25
0011 207 ISUBGRADE TREATMENT,TYPE II 373.00 SYS $18.46 $6,885.58
0012 207 SUBGRADE TREATMENT,TYPE IC 1.872.00 SYS $23.52 $44,029.44
0013 207 SUBGRADE TREATMENT,TYPE IC(UNDISTRIBUTED) 350.00 SYS $23.52 $8,232.00
0014 211 1STRUCTURAL BACKFILL,TYPE 1 5.00 CYS $22.96 $114.80
0015 301 COMPACT AGGREGATE, NO 53. BASE _ 125.00 TON [ $31.31 $3,913.75
0016 306 MILLING,ASPHALT, 1 1/2 IN 2,222.00 SYS ! $5.74 $12,754.28
0017 I 401 HMA,5,76, INTERMEDIATE.OG, 19.0 mm 273.00 TON $75.99 $20,745.27
0018 401 JOINT ADHESIVE,SURFACE 2,617.00 LFT $0.58 I $1,517.86
0019T 401 [JOINT ADHESIVE, INTERMEDIATE _ 2,617.00 LFT $0.67 $1,753.39
0020 401 'LIQUID ASPHALT SEALANT 2,617.00 LFT $0.39 $1,020.63
0021 402 IHMA SURFACE,TYPE A 27.00 TON $143.06 $3,862.62
0022 402 'HMA SURFACE,TYPE C 332.00 TON $102.93 $34,172.76
0023 402 'HMA INTERMEDIATE,TYPE A 44.00 TON $102.76 $4,521.44
0024 402 HMA INTERMEDIATE,TYPE C 174.00 TON $81.41 $14,165.34
0025 I 402 HMA BASE,TYPE C 463.00 TON $78.90 $36,530.70
0026 [ 406 'ASPHALT FOR TACK COAT 2.00 TON I $500.00 $1,000.00
0027 I 604 CURB RAMP,CONCRETE,C 20.00 SYS $202.14 $4,042.80
0028 I 604 CURB RAMP,CONCRETE,L 37.00 SYS $178.98 $6,622.26
0029 ' 604 CURB,CONCRETE,STRAIGHT 181.00 LFT $57.35 $10,380.35
0030 604 'CARMEL CURB AND GUTTER,TYPE II,MODIFIED 1,145.00 LFT $21.35 $24,445.75
0031 1 604 'CARMEL CURB AND GUTTER.TYPE III, MODIFIED 495.00 LFT w $48.82 IJ $24,165.90
0032 I 604 ICURB RAMP,CONCRETE.C,MODIFIED 37.00 SYS $214.69 $7,943.53
0033 621 I TOPSOIL I 240.00 CYS $77.77 $18,664.80
0034 621 (SODDING,NURSERY 565.00 SYS $3.50 1 $1,977.50
0035 715 'PIPE,TYPE 4 CIRCULAR 6 IN 1,088.00 LFT $4.75__ $5,168.00
0036 715 'PIPE.TYPE 2 CIRCULAR 12 IN 3.00 LFT $312.81 $938.43
0037 718 'AGGREGATE FOR UNDERDRAINS 93.00 CYS $40.10 $3,729.30
0038 718 1GEOTEXTILES FOR UNDERDRAIN 942.00 SYS $1.70 I $1,601.40
0039_- 720 `INLET,B15 1.00 EACH $3,223.95 $3,223.95
0040 720 I CASTING,ADJUST TO GRADE,MODIFIED 1.00 EACH j 5543.28 $543.28
0041 j 801 MAINTAINING TRAFFIC,PART 1A 1.00 LS $11,041.35 $11,041.35
0042 802 SIGN POST,SQUARE,TYPE 1,REINFORCED ANCHOR 205.00 LFT $12.00 $2,460.00
BASE
0043 I 802 (SIGN,SHEET,AND SUPPORTS, REMOVE 18.00 EACH $20.00 $360.00
0044 803 'SIGN,SHEET,AND SUPPORTS, REMOVE, 800 EACH $20.00 I $160.00
I_- (UNDISTRIBUTED) l
BID-4A
Item Section Description
No. No. ! Quantity Unit Unit Price Item Total
0045 802 SIGN,SHEET,WITH LEGEND 0.080 IN THICKNESS I 58.00 SFT $17.00 5986,00
0046 802 SIGN.SHEET,WITH LEGEND 0.100 IN THICKNESS 85.00 SFT $18.00 51,530.00
0047 902 DECORATIVE STREET SIGN ASSEMBLY, 4.00 EACH $1,100.00 $4,400.00
DIRECTIONAL._INSTALLED
0048 808 TRANSVERSE MARKING THERMOPLASTIC 330.00 LFT $6.00 $1,960,00
CROSSWALK,WHITE 24"
0049 808 i LINE,THERMOPLASTIC,BROKEN.WHITE, 4 IN 246.00 LET $1.00 $24600
0050 808 I LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 1,162.00 LFT ! 51.00 $1,162.00
0051 808 !LINE,THERMOPLASTIC, SOLID,YELLOW,4 IN 362.00 LET $1 00 _ $362.00
0052 808 (,LINE,THERMOPLASTIC, BROKEN,WHITE,6 IN 200.00 LFT $1.50 530000
0053 606 LINE,THERMOPLASTIC, BROKEN.WHITE,81N..3FT 227.00 LFT $2.00 $454.00
STRIPE-3FT GAP
PAVEMENT MESSAGE.MARKING.THERMOPLASTIC, 4&
0054 808 FISHHOOK LANE INDICATION ARROW 22-EACH $25000 $5,500.00
TRANSVERSE MARKING,THERMOPLASTIC,"SHARKS
0055 808 TEETH" 103.00 LFT $10.00 $1,030.00
PART 1A-ROADWAY CONSTRUCTION SUBTOTAL= 5469,314.87
Item Section
No, No. Description Quantity Unit Unit Price Item Total
I
;' ` . .,a,Fe .ine...e +23 12 sugar to 18+44.35 Lme,F.11 1 ', ,
ROADWAY CONSTRUCTION ITEMS'BPART 1 B
0056 105 !CONSTRUCTION ENGINEERING 1.00 LS $2,500.00 $2.500.00
0057 110 MOBILIZATION AND DEMOBILIZATION 1.00 LS $55,599.70 555,599.70
•
0058 201 !CLEARING RIGHT OF WAY 1.00 LS $8,636.54 $8,636.54
0059 202 !CURB AND GUTTER, INTEDRAL,REMOVE 8400 LET $11.22 $942.48
0060 202 CURB AND GUTTER,REMOVE j 206.00 LFT $1073 $2,210.36
0061 I 202 SIDEWALK, CONCRETE.REMOVE ! 99.00 SYS $14.76 ! $1,461.24
0062 202 !CONCRETE, REMOVE 80.00 SYS $19.48 $1,558.40 F
0963 202 BARRIER WALL,CONCRETE,REMOVE 10.00 LFT $68.24 $682.40
0064 203 EXCAVATION,COMMON ! 236.00 CYS $28.56 $6,740.16
0065 I 203 BORROW 2374.00 CYS $3.00 1 37,122.00
0066 205 TEMPORARY INLET PROTECTION 17.00 EACH $85.00 ( $1,445.00
0067 I 205 TEMPORARY MULCH 2.00 TON $480.00 $960.00
0068 ! 205 TEMPORARY SILT FENCE 1,011 00 LFT $2.35 $2,375.85
0069 205 (TEMPORARY SEED MIXTURE _ 126.00 LBS I $0.25 $31 50
0070 I 207 ISUBGRADE TREATMENT,TYPE II 1,040.00 SYS $6.23 ] $8,559.20
1 0071 � 207 iSUBGRADE TREATMENT.TYPE IB 2,306.00 SYS $6.71 ! $15,473.26
0072 207 !SUBGRADE TREATMENT,TYPE 18 (UNDISTRIBUTED) 1,200.00 SYS $6.71 j $8,052.00
0073 211 STRUCTURAL BACKFILL,TYPE 1 15 00 CYS 522.96 ! $344.40
!
0074 301 !COMPACTED AGGREGATE,NO.53,BASE 347.00 TON $22.48 $7 8 .
0056
0075 401 JOINT ADHESIVE, SURFACE I 1,112.00 LFT $0.66 II $733.92 --i
0076 ! 401 JOINT ADHESIVE,INTERMEDIATE 1,112.00 LFT $0.75 I $834.00
0077 401 LIQUID ASPHALT SEALANT 1,112.00 LFT $0.37 $411.44
0078 402 HMA SURFACE,TYPE A 73.00 TON $129.20 $9,431.60
0079 � 402 HMA SURFACE,TYPE C 61.00 TON $120.18 57,330.98
0080 402 HMA INTERMEDIATE,TYPE A 117.00 TON $95.29 $11,149.93
0081 402 IHMA INTERMEDIATE,TYPE C 101.00 TON $91.58 ! $9,249.58
0082 ! 402 HMA BASE,TYPE C ! 343.00 TON $79.07 $27,121.01
0083 402 (HMA,5.76,INTERMEDIATE 0.0.,19MM j 120.00 TON $80.27 I $9,632.40
0084 406 (ASPHALT FOR TACK COAT 2.00 TON $500.00 ! $1,000.00
0085 604 _CURB RAMP,CONCRETE,G 10.00 SYS $155.95 I $1,559.50 _
0086 j 604 !CURB, CONCRETE,STRAIGHT 121.00 LFT ! $59.97 . $7,255.37
0087 605 CENTER CURB.0, CONCRETE, MODIFIED ! 670.00 LFT $44.47 $29,794.90
0088 605 CURB AND GUTTER TURNOUT CONCRETE 3.00 LFT i $404.43 $1,213.29
0089 610 (HMA FOR APPROACHES,TYPE A 63.60 TON $194.58 $12,258.54
BID-4A
Item Section
No. No. Description Quantity Unit Unit Price 'tom Total
I
0090 616 IGEOTEXTILES 28.00 SYS $7.19 I $201.32
0091 616 RIPRAP,REVETMENT 13.00 TON $59.04 j $767.52
0092 621 TOPSOIL 467.00 CYS $65.33 $30,509.11
0093 621 SODDING.NURSERY 3,382.00 SYS $3.50 511,837.00
0094 715 PIPE,TYPE 4 CIRCULAR 6 IN 164.00 LFT $4.75 j $779.00
0095 715 j PIPE.TYPE 2 CIRCULAR 12 IN 2.00 LFT j $204.03 $408.06
0096 j 718 'AGGREGATE FOR UNDERDRAINS _ _ j 10.00 CYS j $40.10 $401.00
l 0097 j 718 j GEOTEXTILES FOR UNDERDRAIN 75.00 SYS j $1.70 $127.50
0098 720 CASTING,ADJUST TO GRADE(UNDISTRIBUTED) I 8.00 EACH j $463.03 $3,704.24
I 0099 720 'CASTING.7,FURNISH AND ADJUST TO GRADE 1.00 EACH $1,099.14 $1,099.14
0100 720 'INLET,CAP 1.00 EACH $761.60 $761.60
0101 720 INLET.E7 ! 1.00 EACH $1,761.79 $1,761.79
0102 720 STRUCTURE,MANHOLE, RECONSTRUCTED 13.00 LFT $502.85 $6,537.05
0103 720 STRUCTURE,MANHOLE, RECONSTRUCTED 14.00 LFT $475.21 $6,652.94
(UNDISTRIBUTED)_
0104 j 801 I MAINTAINING TRAFFIC.PART IB 1.00 LS $12,955.51 $12,955.51
0105 802 III SIGN POST,SQUARE.TYPE 1, REINFORCED ANCHOR 26.00 LFT $12.00 $312.00
BASE
0106 j 802 !SIGN,SHEET.AND SUPPORTS, REMOVE 2.00 EACH j $20.00 $40.00
0107 j 802 SIGN,SHEET,WITH LEGEND 0.080 IN THICKNESS 5.00 SFT j $17.00 j $85.00
0108 j 802 I SIGN,SHEET,WITH LEGEND 0.100 IN THICKNESS j 9.00 SFT $18.00 $162.00
0109 j 802 'RELOCATE COMMERCIAL SIGN 1.00 EACH $1,500.00 ' $1,500.00
0110 j 807 LIGHT STANDARD FOUNDATION,3FT DIAMETER X 9.00 EACH $900.00 $8.100.00
0111 807 CONDUIT,STEEL,GALVANIZED,2 IN 25.00 LFT $18.00 $450.00
0112 807
'WIRE,NO 4 COPPER.IN PLASTIC DUCT, IN TRENCH 4
1,025.00 LFT $9.50 $9,737.50
1/C
CABLE, POLE CIRCUIT THWN,NO 10 COPPER,
0113 807 800.00 LFT $0.50 $400.00
STRANDED, 1/C _
TRANSITION FITTINGS,GALVANIZED STEEL CONDUIT
0114 807 2.00 EACH 55.00 $10.00
TO PLASTIC CABLE
0115 807 CONNECTOR KIT, UNFUSED 9.00 EACH j $35.00 $315.00
0116 807 CONNECTOR KIT,FUSED 9.00 EACH $35.00 $315.00
0117 807 MULTIPLE COMPRESSION FITTING,NON- 21.00 EACH $12.00 $252.00
WATERPROOFED
0118 j 807 'INSULATION LINK,NON-WATERPROOFED ' 18.00 EACH j $10.00 $180.00
0119 j 807 'CABLE-DUCT MARKER 2.00 EACH j $125.00 $250.00
0120 807 'LIGHT POLE,ORNAMENTAL,32 FT MOUNTING 9.00 EACH $7,000.00 ' $63,000.00
I HEIGHT,8_FT MAST ARM
0121 807 jLUMINAIRE,200W LED 9.00 EACH $2,400.00 ' $21,600.00
0122 I 808 'LINE,THERMOPLASTIC, BROKEN,WHITE,4 IN 983.00 LFT $1.00 $983.00
0123 j 808 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 211.00 LFT j $1.00 $211.00
0124 1 808 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN 1,433.00 LFT $1.00 $1,433.00
0125 I 808 PAVEMENT MESSAGE MARKING,THERMOPLASTIC, 4,00 EACH $250.00 $1,000.00
'FISHHOOK LANE INDICATION ARROW
PART 1B-ROADWAY CONSTRUCTION SUBTOTAL= $450,309.81
I Item Section Description Quantity Unit Unit Price Item Total
� No. No.
"' ROADWAY CONSTRUCTION ITEMS-PART2
0126 [ 105 [CONSTRUCTION ENGINEERING 1.00 LS j $129,280.93$17,400.00 I $$127,2 0.00
0127 110 MOBILIZATION AND DEMOBILIZATION _ 80.93
0128 j 201 'CLEARING RIGHT OF WAY I 1.00 LS $52,799.90 $52,799.90
0129 202 'PAVEMENT REMOVAL 373.00 SYS $14.00 $5,222.00
0130 202 CURB,CONCRETE, REMOVE _ 826.00 LFT $6.29 j $5,195.54
0131 202 CURB AND GUTTER,REMOVE 825.00 LFT $6.30 ' $5,197.50
BID-4A
Item Section Description
No. No. P Quantity Unit Unit Price Item Total
I
0132 202 !CATCH BASIN,REMOVE j_ 1.00 EACH ! $747.26 $747.26
0133 202 RETAINING WALL, REMOVE ! 60.00 LFT $25.98 $1,558.80
0134 202 INLET,REMOVE 7.00 EACH $619.46 $4,336.22
0135 ! 202 PIPE,REMOVE 649.00 LFT $29.76 $19,314.24
0136 ! 203 EXCAVATION,COMMON 7,068.00 CYS j $19.41 $137,189.88
0137 ! 203 EXCAVATION,COMMON(UNDISTRIBUTED) 2,000.00 CYS $19.41 I $38,820.00
0138 203 BORROW 958.00 CYS ! $2.76 $2,644.08
0139 I 203 !BORROW(UNDISTRIBUTED) ! 2,000.00 CYS $2.76 f $5,520.00
0140 ! 205 I TEMPORARY INLET PROTECTION ! 42.00 EACH If $85.00 $3,570.00
0141 ! 205 TEMPORARY MULCH 9.00 TON ! $480.00 I $4,320.00
0142 205 !TEMPORARY SILT FENCE 4296.00 LFT ! $2.35 $10,095.60
0143 205 TEMPORARY SEED MIXTURE 551.00 LBS i $0.25 $137.75
0144 207 f SUBGRADE TREATMENT,TYPE II 1,374.00 SYS $12.95 $17,793.30
0145 207 I SUBGRADE TREATMENT,TYPE IB , 19.985.00 SYS $6.19 J $123,707.15
0146 ! 207 SSUBGRADE TREATMENT,TYPE IB(UNDISTRIBUTED) 3,400.00 SYS ! $6.19 $21,046.00
0147 ! 211 STRUCTURAL BACKFILL,TYPE 1 2,571.00 CYS $22.96 $59,030.16
0148 211 STRUCTURAL BACKFILL,TYPE 1 (UNDISTRIBUTED) 200.00 CYS ! $22.96 $4,592.00
0149 j 301 COMPACTED AGGREGATE,NO.53,BASE 153.00 TON j $25.85 I $3,955.05
0150 302 I VPACTED UNDISTRIBUTED)
G TE,NO 53,TEMPORARY FOR 173.00 TON _ $62.47 $10,807.31
Cft
0151 ! 306 !MILLING,ASPHALT, 1 112 IN ! 692.00 SYS $3.82 I $2,643.44
0152 401 !JOINT ADHESIVE,SURFACE 9,364.00 LFT $0.42 $3,932.88
0153 401 !JOINT ADHESIVE,INTERMEDIATE 9,364.00 LFT $0.51 j $4,775.64
0154 401 LIQUID ASPHALT SEALANT 9,364.00 LFT ! $0.21 $1,966.44
0155 402 (HMA SURFACE,TYPE C 1,476.00 TON $94.88 $140,042.88
0156 402 HMA INTERMEDIATE,TYPE C 2,360.00 TON $67.37 $158,993.20
0157 402 !HMA BASE,TYPE C 5,821.00 TON $65.91 $383,662.11
! 0158 I 402 HMA,5,76,INTERMEDIATE O.G., 19.0 MM 79.00 TON ! $109.31 $8,635.49
0159 ! 406 ASPHALT FOR TACK COAT ! 13.00 TON ! $500.00 $6,500.00
0160 502 DECORATIVE CONCRETE PAVEMENT,TRUCK APRON 336.00 SYS ! $84/3 $28,469.28
0161 503 DECORATIVE CONCRETE PAVEMENT,MEDIAN 66.00 SYS $122.06 $8,055.96
CONCRETE
0162 ! 604 !SIDEWALK,CONCRETE.RECONSTRUCT j 3.00 SYS $219.56 $658.68
0163 604 !SIDEWALK,CONCRETE 14,862.00 SYS $34.79 1 $517,048.98
0164 ! 604 CURB RAMP,CONCRETE,C 59.00 SYS ! $155.12 ! $9,152.08
0165 604 CURB RAMP,CONCRETE,G 113.00 SYS $155.52 ! $17,573.76
0166 604 CURB RAMP,CONCRETE,L 115.00 SYS _ $143.32 $16,481.80
f 0167 604 CARMEL STRAIGHT CONCRETE CURB 728.00 LFT $18.42 $13,409.76
I 0
� 168 _ 604 iCARMEL CURB AND GUTTER,TYPE II,MODIFIED 4,859.00 LFT $18.63 1 $90,523.17
0169 604 CARMEL CURB AND GUTTER.TYPE III, MODIFIED 3,199.00 LFT j $18.76 $60,013.24
0170 ! 604 CARMEL MODIFIED ROLL CURB ! 346.00 LFT ! $27.99 $9,684.54
0171 604 !CURB RAMP,CONCRETE,C,MODIFIED 9.00 SYS I $158.48 $1,426.32
0172 ! 604 lSPLITTER ISLAND END TREATMENT 83.00 SET $38.85 II $3.224.55
0173 ! 605 !INDOT BARRIER CURB ! 271.00 LFT ! $26.11 ! $7,075.81
0174 ! 605 !CURB AND GUTTER TURNOUT CONCRETE ! 12.00 LFT $216.95 $2,603.40
0175 ! 605 !CURB,CONCRETE, DEPRESSED I 635.00 LFT $17.85 I $11,334.75
0176 610 !HMA FOR APPROACHES,TYPE A ! 201.00 TON $164.74 ! $33,112.74
0177 610 PCCP FOR APPROACHES.8 IN 467.00 SYS _ $71.69 $33,479.23
0178 616 GEOTEXTILES 7.54 SYS $39.19 $295.67
0179 616 �RIPRAP,REVETMENT 2.46 TON $285.12 ! $700.92
0180 621 (TOPSOIL 2,523.00 CYS f $60.82 $153,448.86
0181 621 I SODDING, NURSERY 12,266.00 SYS I $3.50 $42,931.00
0182 ! 628 FIELD OFFICE,A 18.00 MOS $2,262.57 ! $40,726.26
0183 628 !CELLULAR TELEPHONE TYPE A ! 2.00 EACH ! $150.00 f $300.00
0184 628 ICELLULAR TELEPHONE SERVICE,750 MIN 36.00 MOS j $100.00 ! $3,600.00
0185 715 IPIPE,TYPE 2 CIRCULAR 36 IN 811.00 LFT ! $114.66 ! $92,989.26
0186 715 IPIPE,TYPE 2 CIRCULAR 15 IN 361.00 LFT $60.11 $21.699.71
0187 715 PIPE,TYPE 4 CIRCULAR 6 IN 4,416.00 LFT $4.75 f $20,976.00
0188 715 (PIPE,TYPE 2 CIRCULAR 12 IN 1,427.00 LFT $50.91 ! $72,648.57
08I 715 !PIPE,TYPE 2 CIRCULAR 12 IN(UNDISTRIBUTED) 150.00 LFT $53.13 I $7,969.50
BID-4A
Item Section Description Quantity Unit Unit Price Item Total
No. No.
0190 715 j PIPE,TYPE 2 CIRCULAR 18 IN 17.00 LFT $103.10 $1,752.70
0191 715 PIPE,TYPE 2 CIRCULAR 30 IN 903.00 LFT $89.14 $80493.42
0192 715 PIPE.TYPE 3 CIRCULAR 24 IN 41.00 LFT $102.87 $4,217.67
0193 715 VIDEO INSPECTION FOR PIPE 3,771.00 LFT $0.72 $2,715.12
0194 715 'STORMWATER BMP.STR, NO. 149A 1.00 EACH ' $45,458.28 $45,458.28
0195 I 718 AGGREGATE FOR UNDERDRAINS j 450.00 CYS $40.10 $18,045.00
0196 718 GEOTEXTILES FOR UNDERDRAIN 3,784.00 SYS $1.70 $6,432.80
0197 720 j CASTING,ADJUST TO GRADE 1.00 EACH $602.19 j $602.19
0198 720 'INLET, E7 -j 1.00 EACH $1,761.79 $1,761.79
0199 720 'INLET.E7(UNDISTRIBUTED) 5.00 EACH $1,761.81 j $8,809.05
0200 720 'INLET,J10 7.00 EACH $2,297.16 $16,080.12
1-0201 720 'CATCH BASIN,K10 28.00 EACH $2,754.02 $77,112.56
0202 720 MANHOLE,C4 2.00 EACH $3,031.49 $6,062.98
0203 j 720 MANHOLE, L4 2.00 EACH $9,639.31 $19,278.62
0204 720 [MANHOLE,C10 3.00 EACH $3,374.21 I $10,122.63
0205 � 720 I MANHOLE,K4 2.00 EACH I $6,859.51 $13,719.02
0206 720 1MANHOLE,J4 14.00 EACH $4,962.15 $69,470.10
0207 720 j MANHOLE,J8 2.00 EACH j $5,165.64 $10,331.28
0208 720 'EXISTING IRRIGATION SYSTEM, RESTORE j 4.00 EACH $1,875.00 $7,500.00
0209 801 'ROAD CLOSURE SIGN ASSEMBLY 10.00 EACH $500.00 j $5,000.00
0210 801 TEMPORARY PAVEMENT MARKING.REMOVABLE.4 IN 1,503.00 LFT $2.00 $3,006.00
0211 801 TEMPORARY PAVEMENT MARKING,REMOVABLE,6 IN 333.00 LFT $3.00 $999.00
0212 801 DETOUR ROUTE MARKER ASSEMBLY 18.00 EACH $200.00 $3,600.00
0213 801 'CONSTRUCTION SIGN,A 20.00 EACH $300.00 $6,000.00 j
0214 801 CONSTRUCTION SIGN,B 12.00 EACH j $100.00 $1,200.00
0215 801 CONSTRUCTION SIGN,A(UNDISTRIBUTED) 20.00 EACH j $100.00 $2,000.00
0216 j 801 FLASHING ARROW SIGN _ _ I 30.00 DAY j $20.00 $600.00
0217 j 801 'MAINTAINING TRAFFIC,PART 2 � 1.00 LS j $28,325.67 j $28,325.67
0218 801 [BARRICADE,Ill-A 240.00 LFT $15.00 j $3,600.00
0219 801 I BARRICADE,Ill-B 42.00 LFT j $20.00 j $840.00
0220 j 801 'BARRICADE, III-A(UNDISTRIBUTED) 60.00 LFT $15.00 $900.00
PORTABLE CHANGEABLE MESSAGE SIGN
0221 801 2.00 EACH $7,500.00 $15,000.00
(UNDISTRIBUTED)
0222 801 TEMPORARY PAVEMENT MARKING, REMOVABLE, - 13.00 LFT $50.08 $651.04
YIELD LINE_
SIGN POST SQUARE,TYPE 1,REINFORCED ANCHOR
0223 802 BASE 458.00 LFT $12.00 $5,496.00
0224 j 802 1SIGN,SHEET,AND SUPPORTS, REMOVE 16.00 EACH I $20.00 I $320.00
0225 j 802 'SIGN,SHEET,WITH LEGEND 0.080 IN THICKNESS 173.00 SFT $17.00 j $2,941.00
0226 j 802 'SIGN,SHEET,WITH LEGEND 0.100 IN THICKNESS 125.00 SET $18.00 $2,250.00
0227 802 DECORATIVE STREET SIGN ASSEMBLY, 10.00 EACH [ $1,100.00 $11,000.00
DIRECTIONAL..INSTALLED
0228 j 807 IHANDHOLE, LIGHTING 4.00 EACH j $600.00 j $2400.00 - a
0229 807 'LIGHT STANDARD FOUNDATION,3FT DIAMETER X 8FI 40.00 EACH $900.00 $36,000.00
0230 807 I SERVICE POINT.II,MODIFIED 1.00 EACH $5.000.00 $5,000.00
0231 j 807 (CONDUIT,STEEL,GALVANIZED,2 IN 511.00 LFT $12.00 $6,132.00
0232 807
WIRE,E,NO 4 COPPER, IN PLASTIC DUCT, IN TRENCH 4 4,945.00 LFT $9.50 $46,977.50
0233 807 CABLE, POLE CIRCUIT THWN,NO 10 COPPER, 3,440.00 LFT $0.50 $1,720.00
STRANDED, 1/C
•
0234 807 TRANSITION FITTINGS,GALVANIZED STEEL CONDUIT 18.00 EACH $5.00 $90.00
,TO_PLASTIC CABLE
_ I _
0235 j 807 j CONNECTOR KIT, UNFUSED 40.00 EACH j $35.00 $1,400.00
0236 807 j CONNECTOR KIT,FUSED 40.00 EACH $35.00 $1,400.00
0237 807 MULTIPLE COMPRESSION FITTING, NON- 102.00 EACH $12.00 $1,224.00
WATERPROOFED
0238 j 807 MULTIPLE COMPRESSION FITTING.WATERPROOFED 16.00 EACH $15.00 $240.00
0239 807 INSULATION LINK.NON-WATERPROOFED 80.00 EACH j $12.00 $960.00
0240 807 CABLE-DUCT MARKER 5.00 EACH $125.00 $625.00
0241 807 LIGHT POLE,ORNAMENTAL,32 FT MOUNTING 40.00 EACH $7,000.00 $280,000.00
HEIGHT,8 FT MAST ARM
0242 j 807 'LUMINAIRE,200W LED j 40.00 EACH j $2,400.00 $96,000.00
0243 1 807 IHANDHOLE COMMUNICATION ! 9.00 EACH $850.00 $7,650.00
BID-4A
Item Section Description Quantity Unit Unit Price Item Total
No. No.
0244 1 807 'PVC CONDUIT,4 IN j 5,026.00 LFT $7.50 $37,695.00
0245 1 807 1CARMEL NO.8 STONE FOR CONDUIT INSTALL j 49.00 CYS { $25.00 $1,225.00
CARMEL NO.8 STONE FOR CONDUIT INSTALL
0246 807 ! 20.00 CYS $25.00 $500.00
l(UNDISTRIBUTED)
0247 808 TRANSVERSE MARKING THERMOPLASTIC 420.00 LFT $6.00 $2,520.00
CROSSWALK.WHITE.24"
0248 j 808 LINE,THERMOPLASTIC, BROKEN,WHITE,4 IN j 2,526.00 LFT j $1.00 $2,526.00
0249 808 LINE,THERMOPLASTIC, SOLID,WHITE,4 IN. I 1,862.00 LFT $1.00 j $1,862.00
0250 808 !LINE,THERMOPLASTIC,SOLID,WHITE,8 IN j 217.00 LFT I $2.00 $434.00
0251 I 808 I LINE, REMOVE j 400.00 LFT I $1.50 If $600.00
0252 j 808 !LINE,THERMOPLASTIC,SOLID,YELLOW,4IN I 4,242.00 LFT j $1.00 $4,242.00
0253 808 TRAN24 EN SE MARKING,THERMOPLASTIC, STOP 110.00 LFT $6.00 $660.00
k
0254 808 (PAVEMENT MESSAGE MARKING.THERMOPLASTIC, 7,00 EACH $100.00 $700.00
LANE INDICATION ARROW
0255 808 'LINE,THERMOPLASTIC,SOLID,YELLOW. 12 IN 136.00 LFT $3.00 $408.00
0256 808 'LINE,THERMOPLASTIC,BROKEN,WHITE,6 IN 110.00 LFT $1.50 $165.00
0257 808 (LINE,THERMOPLASTIC,BROKEN,WHITE,8IN.,3FT 280.00 LFT $2.00 $560.00
STRIPE-3FT GAP
!PAVEMENT MESSAGE MARKING,THERMOPLASTIC, 43
0258 808 1 EACH S250.00 56,500.00 --
IFISHHOOK LANE INDICATION ARROW 26
0259 808 (TRANSVERSE MARKING,THERMOPLASTIC."SHARKS 115.00 LFT $10.00 I $1,150.00
.m STREETSCAPE ITEMS
j 0260 203 I EXCAVATION,COMMON(FOR PLANTING BEDS) 44.00 CYS $84.80 j $3,731.20 V
0261 601 GUARDRAIL(PEDESTRIAN HANDRAIL) ' 175.00 LFT $278.00 j $48,650.00
0262 604 112 IN MODIFIED CURB 200.00 LFT j $90.74 j $18,148.00
0263 604 CON BETE BAND-(NOT USED) 41400:00 SFT
0264 604 DECORATIVE CONCRETE PAVEMENT FOR 5,600.00 SFT $9.88 $55.328.00
STREETSCAPE PROJECT _
0265 604 DECORATIVE CONCRETE PAVERS 550.00 SYS $139.50 $76,725.00
0266 604 5"SIDEWALK,O CRETE ;14 SYS I $24.89 $348.46
CONCRETE STAIRS WITH 2 RISERS(WITH
0267 604 1.00 EACH
HANDRAILS) $8,581.15 $8,581.15
0268 ! 604 CONCRETE STAIRS WITH 4 RISERS(WITH 1.00 EACH 511,119.27 $11,119.27
HANDRAILS) I
0269 604 1H�NDRAILS)STAIRS WITH 8 RISERS(WITH 1.00 EACH $16,152.99 $16,152.99
0270 j 621 'MULCH,SHREDDED HARDWOOD 66.00 CYS $75.00 $4,950.00
0271 621 TOPSOIL FOR PLANTING AREA 22- CYS $70.16 $19444.80
0272 622 'CONDUIT FOR IRRIGATION j 190.00 LFT $25.00 $4,750.00
0273 622 !PLANT,BROADLEAF EVERGREEN,SPREADING,SEMI 2`-EACH $38.00 $6,688.00
SPREADING, 15 IN OR UNDER,3 GALLON 176
0274 622 PLANT,DECIDUOUS TREE,SINGLE STEM,OVER 2 TO 22.00 EACH $280.00 $6.160.00
2.5-IN.
0275 622 PLANT,PERENNIAL 15 EACH $14.50 $14,71740
42-1N-ROPE-STORM-SEWER PIPE,TYPE 2 CIRCULAR
0276 715 121N 25.00 LFT $80.91 $2.022.75
0277 719 I TRENCH DRAIN j 125.00 LFT $272.93 j $34,116.25
0278 731 1MASONRY RETAINING WALL WI BRICK VENEER 800.00 SET $64.77 j $51,816.00
1 0279 805 CONDUIT FOR-DUKE-ENERGY-(NOT USED) 400:00 LFT,
0280 706 COARSE AGGREGATE,NO.8 I 70.00 CYS $70.68 $4,947.60
!
! I
PART 2-ROADWAY CONSTRUCTION SUBTOTAL= $4,148,903.06
BID-4A
Item Section Description Quantity Unit 1 Unit Price Item Total
No No.
Item Section
No. No. Description I Quantity Unit Unit Price Item Total
SANITARY SEWER AND WATER MAIN CONSTRUCTION ITEMS-PART 3
0300 105 CONSTRUCTION ENGINEERING(2°G)
1 1.00 LS j $2,400.00 $2,400.00
0301 f 110 MOBILIZATION AND DEMOBILIZATION(2%) 1.00 LS $116,335.03 $116,335.03
0302 201 CLEARING RIGHT OF WAY(2-°%) 1.00 LS $9,381.41 _ $9,381.41
0303 205 EROSION CONTROL(2%) 1.00 LS $3,200.00 i $3,200.00
0304 801 'MAINTAINING TRAFFIC(2%) 1.00 LS $14,151.37 $14,151.37
0305 621 'RESTORATION(Water Line in Grass)(2%) 1.00 LS $8,031.72 $8,031.72
0306 715 I PIPE,SANITARY SEWER, LATERAL,6 IN,SDR-26 PVC j 180.00 LFT j $104.99 $18,898.20
0307 715 ITONIBDEEP MANHOLE,48"DIA.,TYPE"C-4", 11'DEEP 4.00 EACH $8,641.67 $34,566.68
0308 211 'STRUCTURAL BACKFILL,TYPE 1 1,500.00 CYS $2640 $39,600.00
0309 715 WATER MAIN,DUCTILE IRON, 12 IN 805.00 LFT j $88.04 $70,872.20
0310 715 WATER MAIN,DUCTILE IRON,6 IN 30.00 LFT $294.79 $8,843.70
0311 719 DUCTILE IRON FITTINGS,(RESTRAINED) 3,227.00 LBS $4.35 $14,037.45
0312 715 'VALVE WITH BOX,GATE, D.LR.J., 12 IN 2.00 EACH $3,423.37 $6,846.74
0313 I 715 COMBINATION AIRNACUUM RELEASE VALVE ASSEMBLY 1.00 EACH $4,80128 $4,801.28
0314 j 720 FIRE HYDRANT ASSEMBLY, INSTALLED 3.00 EACH $5,953.52 $17,860.56
0315 720 FIRE HYDRANT ASSEMBLY,REMOVE 1.00 EACH $463.26 $463.26
0316 720 j IRRIGATION CONNECTION ASSEMBLY 2.00 EACH $2,318.10 ( $4,636.20
0317 720 (IRRIGATION CONNECTION ASSEMBLY(UNDISTRIBUTED) 3.00 EACH $2,318.09 $6,954.27
0318 715 I PIPE,SANITARY SEWER, 10IN,SDR-26 PVC 697.00 LFT $182.80 $127,411,60
PART 3-SANITARY SEWER AND WATER MAIN CONSTRUCTION SUBTOTAL= $509,291.67
PART to-ROADWAY CONSTRUCTION SUBTOTAL= $469,314.87
PART 1B-ROADWAY CONSTRUCTION SUBTOTAL= $450,309.81
PART 2-ROADWAY CONSTRUCTION SUBTOTAL= $4,148,903.06
PART 3-SANITARY SEWER AND WATER MAIN CONSTRUCTION SUBTOTAL= $509,291.67
TOTAL BID= $5,577,819.41
Submitted . Paul J. i0 le,.•-.'.•. • Cert. di a r
�� //!Authorized Signature:
Address: 1 1 W:Minnes' , eet/
Indianapolis,IN '• 1
Telephone: 317-634-5561
Dale: 20-Aug-14
Email: kwerking @rieth-riley.com
BID-4A
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 August 13, 2014
2 August 19, 2014
BID-5
I
PART 5
EXCEPTIONS U
Instructions To Bidders: I
5.1 The Bidder shall filly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
Non e
II
H
El
H
I
I
BID-6