Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Information and Packets
I i . . , n t N 11 A � 0 ICI 111 iQ dmd CIT r EL _1\`,U \.lNA}iD, MAYOR LETTER OF TRANSMITTAL Date: February 16, 2011 To: Sandy Johnson Clerk Treasurers Office From: Michael T. McBride City Engineer Dept. of Engineering RE: Bid Packet for Project#11-03 Greenbrier Drive and Windemere Subdivision Culvert Replacement Project Sandy, enclosed please find 7 (seven) bids for Project #11-03. Contractor Base Bid Alternate Bid #1 Hunt Paving Co, $149,768.00 $43,308.00 Harvey & Sons $173,207.50 $54,094.00 Calumet $173,610.00 $38,024.50 Atlas Excavating $184,729.00 $39,207.00 Harvey Construction $188,290.00 $41,725.00 HIS Constructors, Inc. $179,358.00 $54,443.00 R.A. Myers Construction $257,256.00 $41,425.00 DEPARTMENT Of ENGINEERI41i ONT.. CP,R. SVC ARE. CARM:L., IN 46032 ()mu: 3]7.571,21•i1 FAx 317571.2439 EMAIL r•iikinc,'[ringl!rc:irniEE.in.;uk This Project will be funded by the City of Carmel. 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. A pre-bid conference for discussions of the Project, the bidding requirements and other important matters will be held on Wednesday, Febraury 9, 2011 at 10:00 a.m. local time in the Caucus Room on the 2°d Floor of City Hall (One Civic Square). All prospective bidders are invited to attend the pre-bid conference. The pre-bid conference is not mandatory. For special accommodations needed by handicapped individuals planning to attend the pre-bid conference or public bid 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 thirty (30) days following the date set for receiving bids or proposals. The Carmel Board of Public Works and Safety reserves the right to hold any or all bids or proposals for a period of not more than thirty (30) days and said bids or proposal shall remain in full force and effect during said period. The City of Carmel reserves the right to reject andlor 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 as determined by the purchasing agency in accordance with IC 5-22-18-2. Diana L. Cordray Clerk-Treasurer Publication dates: Thursday,January 27, 2011 and Thursday, February . 2011 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Company: / �� ! qc . Project Name: G li e.✓'Or;cr- iv rr u ro a -,4A:fvdc"e''c S vb {:v;,5:v4/ c-uI lr ecr API.C-eM E'vr ' a 7e 7 Date Submitted: F I o / Base Bid Amount: 441. 5-1.0 0254,, 0O Alternate Bid #1 Amount: 1/11 oa :PitT:S plli' S3t1°M a!IWnd Jo patio l `rueEpui 'pW.1133 Jo SID :01 /10e /9/ 9 .su1)i)I::1lu suI a1a_1:1uo7.1 p03.10Ju!Ld (4) �•1tl) puti {LIm1i,i.�i LI:)111'1 -JILILII.I Ina ,iemay1.ipirla .ils xi IITts 1::a1cl.id x111 nL popnpu! os1V 'd311 .81 ,lcl laa�j z:9 Li1i t p1:°'d vim par prof{ Li e�Lrl uaa:vilag 1a .11S C1190 I JO Euisso.in u0isiAIPg1S a.u.u.uoI}ut;l atli 40 1LiaLUa7eldai a1 ) pux: `alit' I L71S11111V 11111' Duiri 3Ai.I0 .Ja1JL.111aa.10 Faustill.11 1.1,-.).\1113 iiL1usu—x;) aCl1 .iOJ 1LiaLtI 1idai 1.10A1n; J0 130J cL .■:111111t1XO.id1112, JO UORE111.11$111 31I_L ; to U011;li1.OSU0,7) J04 1rsnciaid 1aafua(i 1uattraiislcla)l 1A) IT ) umsl.tiilclnS 7.zaluapti Pui* am.1(1 .i lagliaa.i=) — 0-i i# :IaaIo.i� f',)=1.'1'1e)Ir pun f?;)J.)/thi!O,)pun U1 :(omen.-2,1n pun diinf del ffl)1]s s).rnd ]]1' 'fj,i]1L.L0.1(1 0%1.ILr,711W ,117 /Gl,?.)_X;.] :w'.01)10!U fill .1q ]1,')-71]11Y1 ac] ldJaif,s rcr.lri s'4f1 :s.r,pogo sarr)r .�rl.rdslrj put.1L'..)_Io .i1i,) StiOlIVII''T3HO (INV -IVS0dO2ld [EIi1I\1;11I S.311O(1.IIl P 2 BID PROART POSAL. 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor. machinery. tools. apparatus, materials, equipment. service and other necessary supplies. and to llertbrm and fulfill all obligations incident thereto in strict accordance ''itlt and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto. for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices. hen multiplied by !c estimated unit quantities for such Contract Items. total (low ti seven -Aovsand., if/are"f FF y-s t X Dollars 1$.25-1 .?54. 00 ) 9br the Base Bid, The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award. and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. 2.2 Alternate Bid#1 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 ,• - ,200 � o•����d, Dollars (S L//, 5/23 co ) for the Alternate Bid #I. 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 he compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do tint =trainee the amount or quantity of any item of Work to be performed or furnished under the Contract. ...3 General The undersigned Bidder acknowleckes that evaluation ofthe lamest Bid shall be based on the total of the Base Bid and the Alternate Bid or the Base Hid alone. The undersigned Bidder acknowledges that the Owner reseer\es 'he right to award the Contract for the Base Bid alone or for the base Biel plus the .11tcrnate 13ac1, PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#11-03 GREENBRIER DRIVE AND WINDEMERE SUBDIVISION CULVERT REPLACEMENT I ENGINEERS ESTIMATE GREENBRIER DRIVE CULVERT REPLACEMENT- BASE BID I - / ITEM DESCRIPTION UNIT I QUANTITY UNIT PRICE AMOUNT NO. J 1 Mobilization and Demobilization LS 1 $11,700.00 $11,700.00 2 Clearing Right-of-Way LS _ 1 $13,000.00 $13,000.00 3 Linear Ditch Grading LET 39 $75.00 $2,925.00 4 Inlet,Type 7' EA 2 $1,200.00 $2,400.00 5 Reinforced Concrete Box-4'X 13' LFT 80 $1,700.00 $136,000.00 6 Reinforced Concrete Headwall LS 1 $35,000.00 $35,000.00 7 Handrail LFT 61 $250.001 $15,250.00 8 Flowable Backfill CYS 130 $65.00 $8,450.00 9 Riprap,Class 1 TON 62 $80.00 $4,960.00 10 Geotextiles SYS 62 $3.00 $186.00 11 Compacted Aggregate,No. 53, Base TON _ 7 $40.00 $280.00 12 HMA Surface,9.5mm TON 9 $400.00 $3,600.00 r 13 HMA Intermediate, 19.0mm TON 4 $400.00 $1,600.00• 14 PCCP for Street Repair, 12 in. SYS 82 $80.00 $6,560.00 15 Sidewalk, Concrete,4 in. SYS 11 $70.00 $770.00 16 Concrete Roll Curb LFT I 50 $72.00 $3,600.00 17 Topsoil(Undistributed) CYS 25 $25.00 $625.00 r 18 Sodding SYS 145 $10.00 $1,450.00 19 Erosion Control Measures LS 1 $3,500.00 $3,500.00 20 Temporary Pumparound LS 1 $3,000.00 $3,000.00 21 Road Closure Sign Assembly _ EA 4 $300.00 $1,200.00 22 Barricade, HI-B LFT 60 $20.00 $1,200.00 TOTAL BASE BID AMOUNT $257,256.00 ITEMIZED PROPOSAL WINDEMERE SUBDIVISION CULVERT REPLACEMENT-ALTERNATE BID#1 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Mobilization and Demobilization LS 1 $1,900.00 $1,900.00 2 Clearing Right-of-Way LS 1 $4,500.00 $4,500.00 3 Linear Ditch Grading LFT 90 $75.00 $6,750.00 4 15" RCP End Section EA I $600.00 $600.00 5 18" RCP LFT 62 $97.00 $6,014.00 6 I 8" RCP End Section EA 1 $700.00 $700.00 7 Reinforced Concrete Headwall, 5.5 CYS EA 1 $3,500.00 $3,500.00 8 DELETED -4111111.10' --6•111111111111111111"1— 9 Flowable Backfill CYS 30 $65.00 $1,950.00 10 Riprap, Revetment. Maximum 6 IN SYS 7 $90.00 $630.00 11 Geotextiles SYS 7 $3.00 $21.00 12 PCCP for Street Repair, 12 in. SYS 18 $175.00 $3,150.00 13 HMA Surface, 9.5mm TON 1.5 $500.00 $750.00 14 Detour Route Marker Assembly EA 10 $120.00 $1,200.00 15 Construction Sign, A EA 12 $200.00 $2,400.00 16 Construction Sign, B EA 2 $200.00 $400.00 17 Barricade, Type III LFT 72 $20.00 $1,440.00 18 Line, Epoxy, Solid, White, 4 in. LFT 16 $110.00 $1,760.00 19 Line, Epoxy, Solid, Yellow, 4 in. LFT 16 $110.00 $1,760.00 20 Sodding SYS 200 $10.00 $2,000.00 TOTAL ALTERNATE BID#1 AMOUNT $41,425.00 rte. l I1 (I 2i:J I1bC. if�1 W�l(fi�;i(ICIt' xpirzIppr �;ul. rollut atll JO TdIaDat S13I)aIAl011 laQ iappiEE atl.L .'t= aauaaa a�icq uia.Iati S1ti ttltl3(10 tp is solo.lt,iLItLl U! puU sl.1Oi1! UO3 IU.Iattop p.IUpui1S alp u. paupp St: S1tmtt!Tl.lOJ rpn.IUI}.1 IIo cuoist.■old pup 5w_Ia1 atl1 :iq punaq aq u1 saarRo .IapPLll atlJ. j•1- V(I 1�IUI[IV (ik V SIN:414413OG 13V?IJL OD l tad �-C11fI :suorldaa?x3 -'c -a.ir.vuluus'a.f-uotr s'1?p?a1.7Jill.Xtfp.xp •V!1 / of 1/fr,rr?,r Jim/ .S'fUr lift,)()(] /,mrfI.(0. ) orrd /0 .'.1(1.f01 atp/ WWI a'Ner?/AM JO uOPO.?fIlpf}71b /171-0112ZU f7 <)c/ n1 X1: ;\,..11(1 .li/p7arrr,7F)p /T1117 .1r7/X711[ .It/ Ifi7J�J.)/ ItobtC/7.7X(7 .1111' I?ffl pauorJnv.i .s't .raPl?r9 t'C App f o F'C 111)11 w7s ttt .sltraun/30 r,7n.r1rlrl 1 .for/r0 .1v suor1p.71/1.);7c/..„' .,r./1 of u'.3f1'f lf&x/0,1.7.1-(7 1/,7170 r71171.c ,fffre p/r?t/c .1e pp7 g 71(1 p-c s'rap7p?r J o� stropt.?rt.11.sw BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Company: /JS 0.0115 41-L4_Jors) Project Name: Gre.crtilrx'ie.r Ar ve_ana1 Winde.rn -re_ 31,1301.1,/%:,ion ad veri- 1R • a.e crrc.crr i- Date Submitted: ' Fib r..y l(o, aoi _ Base Bid Amount: 4 I '79, 35g- 0 Alternate Bid #1 Amount: 6 L', ") BIDDER'S ITEMIZED PROPOSAL. AND DECLARATIONS City of Carmel !nvII iectinn.5 To Bidders: This fur in shall be utilized h all Bidders. Except as when' pr•oricic d all Parts shall be.fidly and accurately filled in and completed and rtrrtcir•i_ed Project: 411-03— Greenbrier Drive and Windemere Subdivision Culvert Replacement Project Proposal For Construction of: The installation of approximately 75 Ieet of culvert replacement for the existing culvert crossing, Greenbrier Drive between Firestone Lane and Augusta Lane, and the replacement of the Windeinere Subdivision culvert crossing of 106th Street between Towne Road and Ditch Road with 62 feet of 18" RCP, Also included in the project will be streetldrivervay cut repair. ditch grading and three (.3) reinforced concrete headwall installations. Date: F'eli rt To: City of Carmel, Indiana, Board of Public Works and Safety HI[}-1 -11[g3 :ssa.tPpV :atulN :1t1aiIV pa_ta si ail 1trnipul 1' : 1.1eNPu1Jo awls tnpA paaalsrBaa awu :ssaappv :atut? i uoRelodao3 1' Iwo" .t.112llucj•mop V,4. UO111!CIO .5 111101PD r[au..IOIJV r7d�f l.Il/Ja.C,1i).1CdVa pin !I/?.171(/) /JaltrlA' .o7 f.71-' 110t00a30(_0 3 1110110D 12111arpuf ,fq so !mai:puj fo aims alfl ()III GfflrIl .taf3'1r` of /.STILE! SuppniOdJOJ ll�;a1o/ '19mwt71'pu1f '/,u1in) lb ,fl ,1',M'rau!.cnc/ op OJ ruo1.1t7dodioo ta;a.loJ o S! Sall.117d c7.l1JJLl,7�t !lll(lf .117 5'Jalll.lt7CI .ti'/! (1 ,11(17 .10 .la17prg dill 11 pal,7M151,113 coq 'Sow Xu!MoyoJ aLfiJ I .M1110 aanluaA alibi' - - :ti 1t?1S :trouliu.rod.roj (01e1S_101 O) URia.IO J - UO9eaod.rop drtlsaaula>;d iunpinipui [t-Nuo*f.lou1]CIWP Si £' 9$//-Asa°-410 :\"":J s51J-48e-u ' :31.10t4ti Grelfir :tli/ :a,tns sl oc vcxoi p`.'- !"S4 raitCt Fri g5P--9 ogiS :ssaappV 1a;111S :ssaapl}V a0pp?8 "C I .'c'L ! °f o I 1-1 :ou-mNL r (jui.rsl ti0I.1..VWNOJ t 21:1(1(11G I J.IIY<I PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#11-03 GREENBRIER DRIVE AND WINDEMERE SUBDIVISION CULVERT REPLACEMENT ENGINEERS ESTIMATE GREENBRIER DRIVE CULVERT REPLACEMENT- BASE BID ITEM ' r r NO DESCRIPTION UNIT QUANTIFY UNIT PRICE AMOUNT 1 Mobilization and Demobilization LS _ I $8,150.00 $8,150.00 2 Clearing Right-of-Way LS I $12,000.00 $12,000.00 3 Linear Ditch Grading LFT 39 $24.00 $936.00 4 Inlet,Type'3' EA 2 $1,200.00 $2,400.00 5 Reinforced Concrete Box-4'X 13' LFT 80 $905.00 $72,400.00 6 Reinforced Concrete Headwall LS I $24,500.00 $24,500.00 7 Handrail LFT 6l $205.00 $12,505.00 8 Plowable Backfill CYS 130 $72.00 $9,360.00 9 Riprap,Class 1 TON 62 $55.00 $3,410.00 10 Geotextiles SYS 62 $5.00 $310.00 11 Compacted Aggregate,No. 53, Base TON 7 $100.00 $700.00 12 HMA Surface,9.5min TON 9 $768.00 $6,912.00 13 HMA Intermediate, 19.0mm TON 4 $528.00 $2,112.00 14 PCCP for Street Repair, 12 in. SYS 82 $84.00 $6,888.00 15 Sidewalk,Concrete,4 in. SYS 11 $53.001 $583.00 16 _Concrete Roll Curb LFT 50 $33.00 $1,650.00 17 Topsoil(Undistributed) CYS 25 $56.00 $1,400.00 18 Sodding SYS 145 $18.00 $2,610.00 19 Erosion Control Measures LS I $3,000.00 $3,000.00 20 Temporary Pumparound LS _ I $6,000.00 $6,000.00 21 Road Closure Sign Assembly EA 4 $158.00 $632.00 22 Barricade,Ill-B LFT 60 515.00 $900.00 TOTAL BASE BID AMOUNT $179,358.04 ITEMIZED PROPOSAL WINDEMERE SUBDIVISION CULVERT REPLACEMENT-ALTERNATE Bib#1 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Mobilization and Demobilization LS 1 $12,500.00 $12,500.00 2 Clearing Right-of-Way LS 1 $12,500.00 - $12,500.00 3 Linear Ditch Grading _ LFT 90 $25.00 $2,250.00 4 15"RCP End Section EA 1 $435.00 $435.00 5 18" RCP LFT 62 $50.00 53,100.00 6 18"RCP End Section EA I $995,00 $995.00 7 Reinforced Concrete Headwall, 5.5 CYS EA I $10,600.00 $10,600.00 _ S DELETED 9 Plowable Backfill CYS 30 $72.00 $2,160.00 10 Riprap, Revetment,Maximum 6 IN SYS 7 $135.00 $945.00 I ► Geotextiles SYS 7 $5.00 $35.00 12 PCCP for Street Repair, 12 in. SYS 18 $84.00 $1,512.00 13 HMA Surface,9.5mm TON 1.5 $590.00 $885.00 14 Detour Route Marker Assembly EA 10 $105.00 $1,050.00 15 Construction Sign, A EA 12 $101.00 $1,212.00 16 Construction Sign, B EA 2 $52.00 $104.00 17 Barricade,Type III LFT 72 $11.00 $792.00 18 Line, Epoxy, Solid, White,4 in. LFT 16 $24.00 $384.00 1 q Line, Epoxy, Solid, Yellow,4 in. LFT 16 $24.00 $384.00 20 Sodding SYS 200 $13.00 $2,600.00 TOTAL ALTERNATE BID#1 AMOUNT $54,443.00 Ira* 1171INJ1N W11QN3(lad :t'puappr. -slip JO 1dl3a3.I S2f1pDimotriou.Iappm al1i. Z-V •aauoaa;ai .1q utaaatl sluotun:)O(I tfr.nuo) tl.,n' k:.-)n'.uO(l.uoaul pup. suOlupuo,) IL.laua!) p.Irpuras atp u! pouziap sty sluaumaoCJ primp,) III' Icy suoisi.■0.Id pail su►.Ia1 ,tj1 ■q punoq oq Oa spar 3r .Iapp!£f at1.L 1.1- V(IV..1(1(IV (INS' S.I.M11W11JO(I 1.)t'21.LtiO.3 1` 12I V d ,1-(11H sctoticl).)X9 "C -,a.rt.s•tmd.V .r-trou.S'n/)r)j3a! ..r ATeR1 mg spit of 1 fJi.S'.).! .ID1Ir Vlrt3rrrr 30(7 Jr) +7r1.01 all1 11(0.1/a.7111u.rt?:t .N1 trrt1J11,111-fl3ttfa Jrn.ralntu 0 NI rat ?f.J,'\'.1111 fa,ltrtadp pun .rafafrt ] ,k/ ttr}'y111 r1tt0 /"// /Jdtr01 flal st ,.toping Z'S l rr'CI sttfl 'C 110L0)c u► slu,)ctrtt.-arr(f ton.titrr,.) .t,)tflrr ,rrr .s'trrat117.10A,YC/';' ,1111 01 0,-):yo1 ttolxfA)A) 11.f19,) ,)lrll.V ,(//1?/-j fnlf,c .op() J s.t.?img n� sarntl n.1)sitJ SNo1.LAdf.lx:1 c .L21 'd BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Company: Harvey Construction Co. , Inc. Project Name: #11-01 -Greenbrier Drive & Windemere Subdivision Culvert Replacement Project Date Submitted: February 16, 2011 Base Bid Amount: $ 188, 290 .00 Alternate Bid #1 Amount: j $ 41 , 725.00 _ _ BIDDER'S ITE1 1IZFI) PROPOSAL AND DECLARATIONS C'it■ ofC'arniel Instructions To Bidders: This,lorm shall he ntili=ecl ht' all Bidders. Except as otherwise specifically provided, all Parts shall he.fullt'and accurately filled in and completed dun!notw•i_ed Project: #11-03—Greenbrier Drive and Windemere Subdivision Culvert Replacement Project Proposal For Construction of: The installation of approximately 75 feet of culvert replacement for the existing culvert crossing Greenbrier Drive between Firestone Lane and Augusta Lane. and the replacement of the Windemere Subdivision culvert crossing of 106th Street between Towne Road and Ditch Road with 62 feet of 18" RCP. Also included in the project will be street/driveway cut repair. ditch grading and three (3) reinforced concrete headwall installations. Date: February 16 , 2011 To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Print), 1.1 Bidder Name: Harvey Construction Co. , Inc. l.2 Bidder Address: Street Address: 91 2 5 E. 146th Street City: Noblesville H ii`: IN Zip: 46060 Phone: ( 3 1 7 ) 773-7302 I ,,, ( 31 7 ) 773-7565 1.3 Bidder is a/an [mark one! Individual Partnership XXX 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 Carmel. Indiana.Jbreign corporations must register with the Secretari• of the State of Indiana as required by the Indiana General Corporation Acv as slated therein and expressed in the Attorney General's Opinion #2, dated Janualy 23. l 95 ..J .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: Rip-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all nccessar\ 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 fin- the above described Work and Project, including any and all addenda thereto. ta •the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which l 'nit Prices. when multiplied by estimated unit quantities for such Contract Items. total One Hundred Eighty—eight Thousand Two Hundred Ninety $j- 41l4 is 188,290.00 ) for the Base Bid. The Bidder acknowledges i� (.ya to RA-4f •lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award. and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. 2.2 Alternate Bid #1 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 Forty—one Thousand Seven Hundred Twenty—five & -9e ktrs- 41 ,7Z5.00 ) for the Alternate Bid #1. The Bidder acknowlP ie'4Rat44Al4t Ur 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 !bailer understands that all Work which may result on the Contract shall be compensated for on a l inn Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to he performed or 1uu nished under the Contract. 2.3 General The undersigned Bidder acknowledges that evaluation of the lowest Bid shall he hj d on the total of the Base Bid and the Alternate Bid or the Base Bid alone. The undersigned Bidder acknow ledges that the Ow ncr reser\e' the r►Liht to award the Contract for the Base Bid alone or for the base 13id plus the .\Iternaie Bid. rut)—:; PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#11-03 GREENBRIER DRIVE AND WINDEMERE SUBDIVISION CULVERT REPLACEMENT ENGINEERS ESTIMATE GREENBRIER DRIVE CULVERT REPLACEMENT-BASE BID ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Mobilization and Demobilization LS I $15,000.00 $15,000.00 2 Clearing Right-of-Way LS I $2,500.00 $2,500.00 3 Linear Ditch Grading LFT 9 $30.00 $1,170.00 4 Inlet,Type'J' EA 2 $1,200.00 $2,400.00 5 Reinforced Concrete Box-4'X 13' LFT 80 $1,055.00 $84,400.00 6 Reinforced Concrete Headwall LS I $23,100.00 $23,100.00 7 Handrail LFT 6l $225.00 $13,725.00 8 Flowable Backfill CYS 130 $80.00 $10,400.00 9 Riprap,Class 1 TON 62 $65.00 $4,030.00 10 Geotextiles SYS 62 $5.00 $310.00 11 Compacted Aggregate,No. 53,Base TON 7 $25.00 $175.00 _ 12 HMA Surface,9.5mm TON 9 $440.00 $3,960.00 13 HMA Intermediate, 19.0mm TON 4 $310.00 $1,240.00 14 PCCP for Street Repair, 12 in. SYS 82 $90.00 $7,380.00 15 Sidewalk,Concrete,4 in. SYS 11 $50.00 $550.00 16 Concrete Roll Curb LFT 50 $35.00 $1,750.00 17 Topsoil(Undistributed) CYS 25 $30.00 $750.00 18 Sodding SYS 145 $10.00 $1,450.00 19 Erosion Control Measures LS 1 $2,200.00 $2,200.00 20 Temporary Pumparound LS I $6,800.00 $6,800.00 21 Road Closure Sign Assembly EA 4 $500.00 $2,000.00 22 Barricade, III-B LFT 60 $50.00 $3,000.00 TOTAL BASE BID AMOUNT 5188,290.00 ITEMIZED PROPOSAL WINDEMERE SUBDIVISION CULVERT REPLACEMENT-ALTERNATE BID#1 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. I Mobilization and Demobilization LS I $7,000.00 $7,000.00 2 Clearing Right-of-Way LS I $3,100.00 $3,100.00 3 Linear Ditch Grading LFT 90 $30.00 $2,700.00 4 15"RCP End Section EA I $800.00 $800.00 5 18"RCP LFT 62 $90.00 $5,580.00 6 18"RCP End Section EA I $1,000.00 $1,000.00 7 Reinforced Concrete Headwall, 5.5 CYS EA I $4,000.00 $4,000.00 8 DELETED �l Z 9 Flowable Backfill C Y S 30 $80.00 $2,400.00 10 Riprap,Revetment, Maximum 6 IN SYS 7 $100.00 $700.00 11 Geotextiles SYS 7 $15.00 $105.00 12 PCCP for Street Repair, 12 in. SYS 18 $90.00 $1,620.00 13 HMA Surface,9.5mm TON I.> $1,300.00 $1,950.00 14 Detour Route Marker Assembly EA 10 $100.00 $1,000.00 15 Construction Sign,A EA 12 $250.00 $3,000.00 16 Construction Sign, B EA ? $125.00 $250.00 17 Barricade,Type III LFT 72 $45.00 $3,240.00 18 Line,Epoxy, Solid, White,4 in. LFT 16 $40.00 $640.00 19 Line, Epoxy, Solid, Yellow,4 in. LFT I6 $40.00 $640.00 20 Sodding SYS 200 $10.00 $2,000.00 TOTAL ALTERNATE BID#1 AMOUNT' $41,725.00 PART 4 CONTRACT DOCUMENTS AND .ADDFNI)A 4.1 The Bidder agrees to be hound by the terms and pros ision, . I 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 DA If 1 February 11 , 2011 1311)-r, rl(-1 :strotlda.xxq E•c -d,ttstrodvd.r-ttott sn pala?la.r Xlnay mg pip ul /1/16,7.1 .11)1U viroUr11.70(I 1.)17.11((1),) NI Iv \lrl.la/ dip 1110.1/ a.7t101.111;1 .10 ifori 7:71`llrlrih p)r.lalntu 17 ay 01 ?I I'\'.IIO ►'/ 1'•'111.,,7/, 171117 .lapp►d .1(1 Ua?1171 11011t111,71'1) ;(ull 117111 pa11U1111P.7 SI .1ap11W 'c .l.rn,J st111/o c'c tlotlaa,S'U! sluat.ull.xlp 1.7n.rIt11, ) .1,71110 .111 .c11n1117.71/1,1,71/c,• .11/1 rrl tr,o.ylml itoji(1,7.'saa 11,70) .)1016 ,t jllt/ jJnl/s .1<dpprg atfJ I.c :s.ra1717tfJ nl suot1.71t.IJs111 NtiO11d:1JV1 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Company: Atlas Excavating, Inc. Project Name: #11-03 Greenbriar Drive and Windmere Subdivision Date Submitted: February 16, 2011 Base Bid /E3' 7ZV Amount: Alternate Bid #1 Amount: I-(11H • Ialr.S pug slaoAt alignd10 pauoll °uuutpul lawau3 Jo SID :oj iIOZ `9T cCisniga3 :aluQ •suour11r1AI! 1Ir.A\p1al1 Pla.tau0 paoaoJutaa (C) aaagl pue u!pgi i.p p -.ITda.' ma XrmaApp/laaals aq 11!m TO 1Oad ag1 to papnlau! .d321 „8I Jo la• l Z9 1pIM proli go1!Q pug proll au\\o_L ttaamlaq iaaals 111901 Jo Outsson 1aaAl113 llo!SIAipgnS a.Iatuapu!M Oqi Jo utatuaaeldaa at11 pur `aur-1 11snTnV puu OUWJ attolsa.ng In2M.13C1 OA1.IQ aalaquaa.17 fiu!ssoaa uo.\Ina 3ul1s!xa x111 .iol lualuaasldal 1OAlna JO taal c[, ■1a11llutxo.iddr jo uoi1r.11r1su! oq :Jo uouon.usuoj Jog lrsodoad laafo.I,1 Iuautaaeltla?i I.tanln7 uotst.upgnS a.tautaptll,A\ put: a.tl.I(J .Ialaquaa.1') — fo-I I# :loafoad / 7.lmtr pun/1,Ja/chtrn.)pun tq jlallrt..Con.m.�an puts,flan aq Hogs .vJ.a'd /In •haph10.1,1 .tjjn.»11.,,icic a.V! l.r.)t/Jn Si). Jcla.)a_q .,■..taj)l'.Ifl lln ,tq /).1_r/11n dq llnt/s tu.m/ svtlj .'.t,'l'111f1 nl .cttnt1.�11.r1strj lattl.le.),Io S101.1.N21V'IJI0 UMY 'IN•'S()(1011d (I3i1I1L11I S,H30QI1 ;,-(lift :ssu.tppd :attreN :lua��� pa.ia�sta� ?ueipul fi :mletpul Jo ale)s Minn pa.tals! a.t aieu E. :ssatppV Z. :aturN uo!le.todaop I• yN /.kc6/ '£Z .i:rntttrnl•ramp uotutdn s In.raua')ifauro/Jy alp rrt pa.c.ca.ULra tarn ura.rayr p)JP/s ,cn In.raudD punting aye ,4q pa.Itrtba..r sn nurnpuJ,lo diems ay1 frt ;(:uPla.r.Jas ay1 ylt,it .ral.ct a.r ;mu suo!Jn.rod rod u20.1OJ.•nuntpuJ 'faur.r173 fo • p.) ay1 rffl .10 rrt ssaaursnty 017 of .aioN luorin.rodtod u 'taJoJ n sr sarund a.urlua;t 1uro1 .ro ,c.ratrbtnd NI/ 10 .01 .10 .rappt8 aril.lt pa.ra;►isun aq Jsttut 'ut,tto1loJ dyll v.! .iatll(l a1nivaA lu!o f :31L1s :uo!le.tod.toD (awls ;o 1n0) ugta.tol uotleiod.to;) cuc!Iiul x dttls.tatimud Ienptn!pttl [duo uule s! .tappcg I ii9*79-6z 7-59L I 008V-6V7-59L auot1J 906Lt7 :di/ - _ NI :alt11SalaaXe3eq lsaM laa•US :ssippe aaPP! 1 parog iatlsTms 0*7L9 •auI '2u1lene3xg sejly :atttfN ]apptg 1.1 �ui.td OI.LVIV210.IN1 N1(1(IIA I 1.21 V J PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all ncccssar■ labor. machinery. tools. apparatus, materials. equipment, service and other neccssar■ supplies. and to perform and fulfill all obligations incident thereto in strict accordance with and lkithin 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 Pr,ices. when multiplied by / estimated unit quantities for such Contract Items. totalLix Aoki # 0 neiv ie n ll7;24,0 ,, e Dollars IS /641721,?. ) for the Base Bid. The Bidder acknowledges that evaluation of the lowest Rid shall he based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award. and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. 2.2 Alternate Bid #1 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 7bif/Y 440 Tlest5er all rl� 4nAI cti,44ri! Dollars ($ 51/ 07. ' ) for the Alternate Bid #1. 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 c' aluation 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. 2.3 General The undersigned Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base Bid and the Alternate Bid or the lime Bid alone. The undersigned Bidder acknowledges that the Owner reser\es the to award the Contract fur the Base Bid alone or for the base Bid plus the Alternate Bid. till)-3 PART CONTRACT ITEMS AND KNIT PRICES [This Pail to he used null./or Bic/cling on Unit Price (.ontrcd.s/or the (.onlr ic7 helm +'I►ou n/ CITY OF CARMEL PROJECT#11-03 GREENBRIER DRIVE AND WINDEMERE SUBDIVISION CULVERT REPLACEMENT ITEMIZED PROPOSAL GREENBRIER DRIVE CULVERT REPLACEMENT- BASE BID ITEM DESCRIPTION LN1-f QUANTIIY 1 Nl I I'RIC'I. AMOUNT NO. 1 Mobilization and Demobilization L.5 I g4oza 04,10 2 Clearing Right-of-Way LS I ScaO S,c4:70 3 Linear Ditch Grading LFT 39 975 4 Inlet, Type 'J' LA 2 /.5a4 3oesa 5 Reinforced Concrete Box-4' X 13' LFT 80 MO 9// 240 6 Reinforced Concrete Headwall LS I 2g/e Z(3,4100 7 Handrail LFT 61 Zvp /2,704 8 Flowable Backfill CYS 130 /OD /3,000 9 Riprap, Class 1 TON 62 .5.0 3, /ges 10 Geotextiles SYS 62 Z /Z4 11 Compacted Aggregate,No. 53, Base TON 7 _ y0 720 12 HMA Surface. 9.5mm TON 9 3 Zg 292Y 13 HMA Intermediate. 19.0mm TON 4 324) _ lZso 14 PCCP for Street Repair, 12 in. SYS 82 • <j a/$d 15 Sidewalk, Concrete, 4 in. SYS 11 74- 77d 16 Concrete Roll Curb LFT 50 30 /500 17 ; Topsoil (l'ndistributed) ('YS 2s 275 18 i Sodding Lsys --- 145 40 /Y 19 1 Erosion Control Measures LS 1 �jOD 70d 20 f Temporary Pumparound LS I t./i0 5AD __21 Road Closure Sign Assembly I LA 4 444) ZACUrJ 22 Barricade. IIf-B LI=L 60 Z' /*I* lOIAL13AS1•: 131DAMOUN1� /Bf, 729 e E31I)-i ITEMIZED PROPOSAL WINDEMERE SUBDIVISION CULVERT REPLACEMENT- ALTERNATE BID#1 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Mobilization and Demobilization LS 1 2ex--An 20'44 2 Clearing Right-of-Way LS I ynDO z/040 3 Linear Ditch Grading LFT 90 25 2 251 4 15" RCP End Section EA 1 / a, /0D6 5 18" RCP LFT 62 lei/ g92o 6 18" RCP End Section EA 1 11 as //!16 7 Reinforced Concrete Headwall, 5.5 CYS EA 1 7 See, 351w 8 DELETED ■111111.- 9 Flowable Backfill CYS 30 /eV ?j-eere 10 Riprap, Revetment, Maximum 6 IN SYS 7 4(5 3<< 11 Geotextiles SYS 7 2 /5/ 12 PCCP for Street Repair, 12 in. SYS 18 75 /5so 13 HMA Surface,9.5mm TON 1.5 yon Cvpu 14 Detour Route Marker Assembly EA 10 5 3'lno 15 Construction Sign, A EA 12 77 Fso# 16 Construction Sign, B EA 2 /7t 3 17 Barricade, Type III LFT 72 7_< <greV 18 Line, Epoxy, Solid, White, 4 in. LFT 16 Z 4/00 19 Line, Epoxy, Solid, Yellow, 4 in. LFT 16 25 c/Gal 20 Sodding SYS 200 7 /40,0 TOTAL ALTERNATE BID #1 AMOUNT 3q Z . BID-5 PAR-1. 4 CONTRACT 1)OCt►MENTS ;A\1) 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 lbllowing addenda: ADDENDUM NUMBER #1 February 11,2011 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall Mb. slate each exception taken to the Specification.s or other ('o,ntrae! Documents in Section 5.3 (OWN- Part. 5.2 Bidder is cautioned that any exception taken Bidder and deemed ht. OWNER 10 be a material qualification or variance from the terms. of the ( ontraet Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: NA BID-7 roN. 19 .Lu11 lb:q9 #4141 P. 001 r BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. ;i"it+ . � Company: _.----, Calumet Civil Contractors, Inc. Project Name: 1/11-03-Greenbrier Dr. and Windemere Subdivision Culvert Replacemen Date Submitted: February 16-, 2011 Base Bid Amount: $173,610.00 Alternate Bid #1 Amount: $38,024.50 _J • FEB.14.2011 16:49 #4141 P.002 BIDDER'S ITEMIZED PR0i'(1ti,1t. AND DECLARATIONS City of Carmel Instructions To Riddr rs: • This./or•nr shall be utilized by all Bidders, Except as otherwise specifically provided all Parrs shall be.f t/ly°and accrirately filled in and coniple(ed and notarized. • Project • #11-03 --Greenbrier Drive. and WiT:demere Subdivision • Culvert Replacement Project • • • Proposal For(Construction of: The installation of approximately 75 feet of culvert • replaccrrient for the existing. culvert crossing Greenbrier Drive between Firestone I,:me and Augusta Lane, and the replacement or the \Vindcn•rcre Subdivision culvert crossing OI' 106th Street between Towne Road and Ditch Road with 62 feet of 18" RCP. Also included in the project will be street/driveway cut repair, ditch grading and three (3) reinforced concrete headwall installations. Date: • February 16.2011 To: City of Carmel,Indiana, Board of.Public Works and Safety DID-! • nan.14.cu11 lb:4y #4141 P.003 PART 1 1smDFR INFORi'1.t'I'IO (Printl • • 1.1 HidcferName: Calumet Civil Contractors, Inc. 1.2 Bidder Address: Street Address: 4898 Fieldstone Drive City: Whitestown State: IN Zip: 46075 .Phone: (317)769-1900 Fax: (317)769-7424 • 1.3 Bidder is a/an [mark onel Individual Partnership x Indiana Corporation Foreign (Out of State) Corporation; Slate: • .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 busine.ys in or with the City e, f Carmel, Indiana,foreign corporations must register with the Secretary of the State of lruliana as • required by the Indiana General Corporation .lct as stated therein and expressed in the Attorney General's Opinion #2, dated.January 23, l95g1 .1 Corporation Name: _ • .2 Address: • .3 Dare registered with State of Indiana: • .4 Indiana Registered Agent: • Name: Address: • • • Fea.14.2011 16:49 #4141 P.004 /021 PART 2 BILL PR()i'OSAl, • 2.1 fipse I.3id The undersigned Bidder propose; to furnish all necessary labor. machinerv. tools. apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations•incident thereto in strict accordance with hind within the times) • provided by the terms and conditions of the Conti act Documents tin• 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 One Hundred Seventy Three Thousand Six Hundred Ten and 00/100 Dollars (X 173,610.00 ) for the Base Bid. 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 ptt!:pose of Rid evaluation and Contract award., and • are not to be construed as exact or binding. The Bidder tither 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. • 2.2 Ajtgxnate Rid#1 The undersigned Bidder proposes to h►rnish all necessary labor. machinery. tools, • apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill ail obligations incident thereto in strict accordance with and within the times) provided by the terms and conditions of the Contract. Uoeumeuts tor 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 iJuit Prices, when multiplied by estimated unit quantities for such Contract Items, total .Thirty Eight Thousand , Twenty Four .and 50/100 Doilars ($ 38,024.50 ) for the Alternate Laid #1. The Bidder acknowledges that Lvaluatiou of the lowest. Rid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely (its the purpose of laid 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 furnislrc'.rl under the Contract. 2.3 Gc:treral I'he undersigned Bidder acknowledges that evaluation of the lowest 13id shall be based on the total of the Base Bid and the Alternate Bid or the Base laid alone. The undersigned Bidder acknowledges that the Owner rc,.,<:rvu'; the right to award the Contract for the Base Bid alone or for the base Bid plus the :llternate Bid. • SIU-? PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#11-03 GREENBRIER DRIVE AND WINDEMERE SUBDIVISION CULVERT REPLACEMENT ENGINEERS ESTIMATE GREENBRIER DRIVE CULVERT REPLACEMENT-BASE BID ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. _ 1 Mobilization and Demobilization LS 1 $8,000.00 $8,000.00 2 Clearing Right-of-Way LS 1 $7,000.00 $7,000.00 3 Linear Ditch Grading LFT 39 $12.50 $487.50 4 Inlet,Type'J' EA 2 $1,700.00 $3,400.00 5 Reinforced Concrete Box-4'X 13' LFT 80 $975.00 $78,000.00 6 Reinforced Concrete Headwall LS I $24,750.00 $24,750.00 7 Handrail LFT 61 $262.00 $15,982.00 8 Flowable Backfill CYS 130 $85.00 $11,050.00 9 Riprap,Class 1 TON _ 62 $55.00 $3,410.00 10 Geotextiles SYS 62 $6.00 $372.00 11 Compacted Aggregate,No.53, Base TON 7 $60.00 $420.00 12 HMA Surface, 9.5mm TON 9 $200.00 $1,800.00 13 HMA Intermediate, 19.0mm TON 4 $400.00 $1,600.00 14 PCCP for Street Repair, 12 in. SYS 82 $60.00 $4,920.00 15 Sidewalk,Concrete,4 in. SYS 11 $100.00 $1,100.00 16 Concrete Roll Curb LFT 50 $33.00 $1,650.00 17 Topsoil(Undistributed) CYS 25 $40.00 $1,000.00 18 Sodding SYS I45 $17.30 $2,508.50 19 Erosion Control Measures LS 1 $800.00 $800.00 20 Temporary Pumparound LS 1 $3,000.00, $3,000.00 21 Road Closure Sign Assembly EA 4 $350.00 $1,400.00 22 Barricade,III-B LFT 60 $16.00 $960.00 TOTAL BASE BID AMOUNT $173,610.00 ITEMIZED PROPOSAL WINDEMERE SUBDIVISION CULVERT REPLACEMENT-ALTERNATE BID#1 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Mobilization and Demobilization LS 1 $9,000.00 $9,000.00 2 Clearing Right-of-Way LS 1 $4,500.00 $4,500.00 3 Linear Ditch Grading LFT cm, $10.00 $900.00 4 15"RCP End Section EA I $660.00 $660.00 5 18" RCP LFT 62 $55.00 $3,410.00 6 18"RCP End Section EA I $700.00 $700.00 7 Reinforced Concrete Headwall,5.5 CYS EA I $5,000.00 $5,000.00 8 DELETED ���-_ 9 Flowable Backfill c Y S 2,U $100.00 $3,000.00 10 Riprap,Revetment,Maximum 6 IN SYS 7 $95.00 $665.00 11 Geotextiles SYS 7 $25.00 $175.00 12 PCCP for Street Repair, 12 in. SYS 18 $115.00 $2,070.00 13 HMA Surface,9.5mm TON 1.5 $1,023.00 $1,534.50 14 Detour Route Marker Assembly EA 10 $79.00 $790.00 15 Construction Sign,A EA 12 $145.00 $1,740.00 16 Construction Sign,B EA 2 $59.00 $118.00 17 Barricade,Type III LFT ,? $16.00 $1,152.00 18 Line,Epoxy, Solid,White,4 in. LFT 16 $10.00_ $160.00 19 Line, Epoxy, Solid, Yellow,4 in. LFT 16 $10.00 $160.00 20 Sodding SYS 21iu S11.45�_$2,290.00 TOTAL ALTERNATE BID#1 AMOUNT $38,024.50 resn.14.[V11 1b:49 #4141 P.007 /021 • PART 4 CONTRACT DOCUMI N'i'S :1:M() AI)1lk;N1)A 4.1 The Bidder agrees to be bound by the twirls and provisions ol'all Cortina Documents as defined in the Standard General Conditions and incurp rraie:; :;tu:h Conlracl Documents herein by reference. 4.2 The Bidder acknowledges receipt of tlic following addenda. • ADDENDUM. NL:M'141.A DATE • One • February 11, 2011 • • • BID-n t.:(pip} • • • • _ anoN • :SuotidK) 7:4 'Ate,suutlYa.r-UOU St1 pa1s ilfai X'u{aq p76 sit') u) t,rr,5•.).r .s?)ur sluatun.)OG taaa,ttu( p 41/1 10 V a.ia1 dig Wall aau► *.rte t .ru uu11n:1 /tinb iniralnur n .off 07 mmide o,dur,ap}'r pttoo .1.)f`)1,ff .(q ua iii u();Jd xra.fur) mo1 pouraflr2na s3 .rapprff 'S 7.rnd Xlcft u r C fwilzioS 1.11 sluatunoo(J tyn.rfuu,) ,fa:110 •fu .4'►Erir1100.i.111S arfl (j UP)+r)J fpraa aJc)1s rfnnny 1fn.p.ra,ppw a'1IG I-c. .ti to 3prs r�, suoya JJSu f SNO1.1. 1C)XA .I.WV WO/ 800'd gift# 6#%9T 1tDl'bt'Sa • I BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Company: c4E.DE&,c,. 4 , y Project Name: C e 3R.,v.e_ DR s.,e a.,,sidAU Date Submitted: F6-ems,4 y U . Zo I Base Bid so l73, zo7 — Amount: Alternate Bid #1 094 ' Amount: • BIDDER'~ ITEMIZED PROPON.\1. AND DECLARATIONS Cit■ or Carmel instructions To Bidders: This tor»r shall he utilized by all Bidders. Except us otherwise .specilirally provided. all Parts shall be and accuralel►•filled in and completed and uourri:ccf. Project: #11-03— Greenbrier Drive and Windemere Subdivision Culvert Replacement Project Proposal For Construction of: The installation of approximately. 75 feet of culvert replacement for the existing culvert crossing Greenbrier Drive between Firestone Lane and Augusta Lane. and the replacement of the Windemere Subdivision culvert crossing of 106th Street between Towne Road and Ditch Road with 62 feet of 18" RCP. Also included in the project will be street/driveway' cut repair. ditch grading and three (3) reinforced concrete headwall installations. Date: _ Z/rio ►J To: City of Carmel, Indiana, Board of Public Works and Safety :ssuppv :atttnt\I :11.1a0d pa.tals!Ba 1 euu!pul f• :uutiipul Jo ale1s tllt.tiw paloisOa1 a1eU :ss uppy Z. 0 :atueNl uotletodroJ 1' [S 6/ .1.11)111117f pally) 'Cp- uotuidp s,/minor)dau.roltb. aqi 111 passaddl'a pun tlla.1a1 11/)alms sr) l.,f; lrntln.rodroo /n.taua!) nuntpuj alp ,tq pa.rinba.r sn nunl/)tr/_(o a/n15' at/Jjo a:1nJa.laaS' ay/ t/JW.a .ta'sli'a.r Jsnlu suorin.rod.roa u'ta.tof'nunlpu/ •1atu.rn;) /o .t10 at/1 r/Ji.tt .lo u! ss•au!snq op of ..ainAr .un1Jn.lndro3 u.'taco/.n s! sa!J.tnd a.ntluat Ago!'.10 s.tatuJ.md .v1! to .tile .lo .rapp!g dI/J fl pa.ra:►tsun aq Isnut 2utatoljo] 011L] 17.1 .tatpn atnluan ltuof — :a11',1c :uour...10d.1OJ (01.1S JO 1110) ug!aao:l tto!puod.1O3 rue!pui /l tl!Lis.taul.tr.J itnp!A!pul [auo .y.rntuJ up/e si .1 ppt I E.1 rrc.L2 .$$L 'L lc :\r_I Cyrw.S:c.47L .L12 :auogd -2Z1,17 :Lli/ r-,r- :,i,:ts -r-nprep� •::C1.J ( ,,��S • N Is aie, :ssaJPp\ 1aaJ1S :ssaippV .taPP!U Z' -,,,+-.r • •c? �//-3n f{ y-3)4,-7.7r5, :awl-3N wpm l'i `OI.I.N:KII0:MI 113(1143111 PART 2 BID PROPOSAL, 2.1 Base Bid The undersigned Bidder proposes to furnish all nccessar\ labor. machinery. tools. apparatus, materials, equipment. service and other necessary supplies. and to perthrm and fulfill all obligations incident thereto in strict accordance w ith and v ithin 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 t!nil Prices applicable to the Contract Items as stated in Part 3 hereof. which t:nit Prices. \yhen multiplied by estimated unit quantities for such Contract Items. total 0AILWA•4ae 4; "T+10,4540)), Two 40.00e4-0 $2.4i.,r '1 Dollars ( _) for the Base Bid. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award. and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. 2.2 Alternate Bid #1 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 t knit Prices. when multiplied by estimated unit quantities for such Contract Items, total Airy f e..--71+ou0a UD,ai.ny guilt . Dollars (S 54,094"= ) for the Alternate Bid #1. The Bidder acknowledges that evaluation of the lowest Bid shall he 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 he compensated for on a l unit Price basis and that the OWNER and ENGINEER cannot and do not uuauantee the amount or quantity of any item of Work to be performed or furnished under the Contract. 2.3 General The undersigned Bidder acknowledges that evaluation or the lowest Bid shall be based on the total of the Base Bid and the Alternate Bid or the Base Bid alone. The undersigned Bidder acknowledges that the Owner ner reser%e` the right to award the Contract for the Base Bid alone or thr the base Bid flu, the .\Itcrnate !lid. PART 3 CONTRACT ITEMS AND l \IT PRICES [This Part to he used only tor Bidding „,r Unit Price Contracts- for the C'u/Nruc r Items %host rr] CITY OF CARMEL PROJECT#11-03 GREENBRIER DRIVE AND WINDEMERE SUBDIVISION CULVERT REPLACEMENT ITEMIZED PROPOSAL GREENBRIER DRIVE CULVERT REPLACEMENT - BASE BID ITEh1 DESCRIPTION UNIT QUANTI IN UNIT PRICE. AMOUNT NO. 1 Mobilization and Demobilization LS I # 1 oco °= ' `5, °O 2 Clearing Right-of-Way LS I 5,7oa - 5,7co to 3 ' Linear Ditch Grading LFT 39 (a_ `i° Z,4le 4 Inlet,Type'J' EA 2 /,044 =° Z-o88°6 5 Reinforced Concrete Box-4' X 13' LFT 80 5100 Q= 746C17°-° 6 Reinforced Concrete Headwall 1 LS 1 /4000 4142 /8400e 7 Handrail LFT j 61 225IP i37ZS42O - 8 Flowable Backfill CYS 130 go QO 11,700 °° 9 I Riprap, Class 1 TON 62 72 .0 4,44 O° 10 Geotextiles SYS 62 59--° 310°O 11 Compacted Aggregate,No. 53, Base TON 7 SO 129 350 p6 12 HMA Surface, 9.5mm I TON 9 .Z37 1111 2,137 ' 13 HMA Intermediate_ 19.0111111 I TON -I 1 So ' (apd el' 14 PCCP for Street Repair, 12 in. SYS 82 I 00 °= $,Zoo ft? 15 Sidewalk, Concrete. 4 in. SYS I I 1 9 `O I.61 8 p2 16 Concrete Roll Curb LI=T 50 4S ° 2460 °= 17 Topsoil (Undistributed) . CYS 25 70 'O= I',So I 18 Sodding. SYS I45 Z3 Se 3,335e.9 19 Erosion Control Measures LS ' i .— I Soo p° 1,'Sao 00 20 Temporary Pumparound I.ti I 0,000 p° b,0oo °1414° o 21 Road Closure Sign Assenibl. L A -' 17z� b}2 4" 22 Barricade. III-B LE I !)(1 I 1 b �' I !(DO eo• TOTAL BASE 8111 .\\101. NT a rm2.o7 50 BID-4 r ITEMIZED PROPOSAL WINDEMERE SUBDIVISION CULVERT REPLACEMENT-ALTERNATE BID#1 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. I Mobilization and Demobilization LS 1 tt I2, o00 ff 12.,°CO 41 2 Clearing Right-of-Way LS I 7, !20°-° -7,IZO °e 3 Linear Ditch Grading LFT 90 3.!) °—'° Z ,760 °—° 4 15"RCP End Section EA I I ,336 °—° I,330 °° 5 18"RCP LFT 62 !a3 Q-° 6,3840 es 6 18"RCP End Section EA 1 1,400 =° I A-1 bta 7 Reinforced Concrete Headwall, 5.5 CYS EA 1 Joao °° 3,ocr0 °O 8 DELETED 1111°' -4101111111111"" "111111.11MI" 9 , Flowable Backfill CYS 30 9c Q" Z./00 °G 10 Riprap, Revetment, Maximum 6 IN SYS 7 160 I Z60 1?-4 11 Geotextiles SYS 7 ZO °° 140 12 PCCP for Street Repair, 12 in. SYS 18 1 coo 1,800 41 13 HMA Surface,9.5mm TON 1.5 Soo 7 Sa`4 14 Detour Route Marker Assembly EA 10 114. `-1D 1,i40 °' 15 Construction Sign, A EA 12 i 1 o oO 1626 °° 16 Construction Sign, B EA 2 St. 117 °" 17 Barricade, Type III LFT 72 /Z °—° 8b4 °° 18 Line, Epoxy, Solid, White, 4 in. LFT 16 16 fa? 4_ I co 29 19 Line, Epoxy, Solid, Yellow,4 in. LFT 16 Z6 p6 416 °—° 20 Sodding SYS 200 lb 7° 3,Z40 ' ' TOTAL ALTERNATE BID#1 AMOUNT I# 54, o94-6--9 BID-5 • • II/1/2 1J t'cl 21 3�i "iiiN 1NfUN1CI(IV :rpuappr fiLI!.\kollol 21(1 Jo 1d!aaa.I saipalmouyae.Iapp!U a4! Zt '3o112.1ajal .Cq LllaaaL{ smou n:?o(I 1or.11uo.) tl,ns s:IC.Ioti.iontu pup suoll!puo3 lr.ramo plepul?1S 2l{1 u! paupp sr slllaun :)0(I tar..nuo.) 1117.10 suolsi.miJ hur sul.ial ay1 'q punoq aq o1 saalilr. .rappIc v'(IN:J(I(Iv (I!■V .LN:11-11t1JO(1 .LJ14'?LL\OJ r .LN Vti PAR.F 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fiflli' state c'ac/t exception taken lo rlw .Specifications or other Contract Documents in Section 5.3 of this Purl. 5.2 Bidder is cautioned that any exception taken hv Bidder cacti deemed hi• Oh .VER to he a material qualification or variance from the terms of the ( 'ontract Documents »tort. result in this Bid being rejected as non-responsive. 5.3 Exceptions: N0�1E BID-- BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. _ eiopes. Company: The Hunt Paving Company, Inc. Project Name: #11-03- Greenbrier Drive and Windemere Subdivision Culvert Replacement Date Submitted: February 16, 2011 Base Bid 14 9 ) Tic O Q Amount: Alternate Bid #1 L\3 , 0 Amount: I • BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel instructions in Bidders: This.Jornl shall he ulili.ec/ by all Bidders. Except as otherwise .sipecificcrllt prurided, all Parts shall be"idly and accurately filled in and completed and rwtarced. Project: #11-03 —Greenbrier Drive and Windemere Subdivision Culvert Replacement Project Proposal For Construction of: The installation of approximately 75 feet of culvert replacement for the existing culvert crossing Greenbrier Drive between Firestone Lane and Augusta Lane, and the replacement of the Windemere Subdivision culvert crossing of 106th Street between Towne Road and Ditch Road with 62 feet of 18" RCP. Also included in the project will be street/driveway cut repair. ditch grading and three (3) reinforced concrete headwall installations. Date: February 16, 2011 To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: The Hunt Paving Company, Inc. 1.2 Bidder Address: Street Address: 2450 S. Tibbs Avenue ('its: Indpls State: _ IN Zip:46241 Phone: 317-241-8313 Fax: 317-487-5779 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: 1'o do business in or with the City of C.'arnael, 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, 19551 .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BtL-2 PART 2 1311) PROPOSAL. 2.1 Base Bid The undersigned Bidder proposes to furnish all necessar■ labor. machincr\. tools, apparatus. materials. equipment. service and other rrecessar■ 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 _eft. I►,.„d,►gcJ 4r41 r+?re 4614.SaY.d, 5Ntn.LISA <: Ciler 10)1 Dollars co I for the Base Bid. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award. and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. 2.2 Alternate Bid #1 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 Ilnit Prices. when multiplied by estimated unit quantities for such Contract Items. total Stet 4-6,$0nd._ Ott AAA or 5 Dollars (S__431_3(12_,_00 ) for the Alternate Bid #1. 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 he compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not �cuarantee the amount or quantity of any item of Work to he performed or furnished under the Contract. 2.3 General The undersigned Bidder acknowledges that evaluation of the lowest Bid shall he based on the total of the Base Bid and the Alternate Bid or the Base Bid alone. The undersigned Bidder acknowledges that the t hy ner reser\es the right to award the Contract for the Base Bid alone or ti►r the hose Bid plus the .Alternate Iiid. PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#11-03 GREENBRIER DRIVE AND WINDEMERE SUBDIVISION CULVERT REPLACEMENT ENGINEERS ESTIMATE GREENBRIER DRIVE CULVERT REPLACEMENT- BASE BID ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Mobilization and Demobilization LS I $8,500.00 $8,500.00 2 Clearing Right-of-Way LS 1 $1,000.00 $1,000.00 3 Linear Ditch Grading LFT 39 $60.00 $2,340.00 4 Inlet,Type'J' EA 2 $825.00 $1,650.00 5 Reinforced Concrete Box-4'X 13' LFT 80, $940.00 $75,200.00 6 Reinforced Concrete Headwall LS 1_ $14,500.00 $14,500.00 7 Handrail LFT 61 $210.00 $12,810.00 8 Flowable Backfill CYS 130 $93.00 $12,090.00 9 Riprap,Class 1 TON 62 $52.00 $3,224.00 10 Geotextiles SYS 62 $4.00 $248.00 11 Compacted Aggregate,No. 53,Base TON 7 $45.00 $315.00 12 HMA Surface,9.5mm TON 9 $200.00 $1,800.00 13 HMA Intermediate, 19.0mm TON 4 $125.00 $500.00 14 PCCP for Street Repair, 12 in. SYS 82 $50.00 $4,100.00 15 Sidewalk,Concrete,4 in. SYS 11 $36.00 $396.00 16 Concrete Roll Curb LFT 50 $30.00 $1,500.00 17 Topsoil(Undistributed) CYS 25 $1.00 $25.00 18 Sodding SYS 145 $18.00 $2,610.00 19 Erosion Control Measures LS 1 $800.00 $800.00 20 Temporary Pumparound LS 1 $3,700.00 $3,700.00 21 Road Closure Sign Assembly EA 4 $360.00 $1,440.00 22 Barricade,III-B LFT 60 $17.00 $1,020.00 TOTAL BASE BID AMOUNT $149,768.00 i ITEMIZED PROPOSAL WINDEMERE SUBDIVISION CULVERT REPLACEMENT-ALTERNATE BID#1 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. I Mobilization and Demobilization LS 1 $11,000.00 $11,000.00 2 Clearing Right-of-Way LS 1 $3,520.00 $3,520.00 3 Linear Ditch Grading LFT 90 $34.00 $3,060.00 4 15" RCP End Section EA 1 $725.00 $725.00 5 18" RCP LFT 62 $55.00 $3,410.00 6 18" RCP End Section EA 1 $850.00 $850.00 7 Reinforced Concrete Headwall, 5.5 CYS EA 1 $9,700.00 $9,700.00 8 DELETED 9 Flowable Backfill CYS 30 $65.00 $1,950.00 10 Riprap,Revetment,Maximum 6 IN SYS 7 $90.00 $630.00 11 Geotextiles SYS 7 $27.00 $189.00 12 PCCP for Street Repair, 12 in. SYS 18 $70.00 $1,260.00 13 HMA Surface,9.5mm TON 1.5 $200.00 $300.00 14 Detour Route Marker Assembly EA 10 $85.00 $850.00 15 Construction Sign, A EA 12 $150.00 $1,800.00 16 Construction Sign, B EA 2` $60.00 $120.00 17 Barricade,Type III LFT 72 $17.00 $1,224.00 18 Line, Epoxy, Solid, White, 4 in. LFT 16 $10.00 $160.00 19 Line, Epoxy, Solid, Yellow, 4 in. LFT 16 $10.00 $160.00 20 Sodding SYS 200 $12.00 $2,400.00 TOTAL ALTERNATE BID#1 AMOUNT $43,308.00 PAIfl 4 CONTRACT DOCUMENTS :\NI) AI)DI':NI)A 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 k llowing addenda: ADDENDUM NUMBER UA'I No.1 February 11 , 2011 1311)-') DATE: February 11, 2011 PROJECT: Prj. #11-03 - Greenbrier Drive and Windemere Subdivision Culvert Replacement Project City of Carmel, Indiana NOTICE OF ADDENDUM NUMBER 1 1) The Prj. 11-03 Pre-Bid Meeting Minutes have been included. 2) A digital Itemized Proposal excel file has been included. 3) A copy of the current plan holders list has been included. 4) Sheets 300 and 301 have been revised to indicate the required top slab epoxy coated steel reinforcing requirement. 5) Sheet 400 has been revised to eliminate the handrail from the Windemere Subdivision concrete headwall. 6) The Alternate Bid Itemized Proposal, Sheet BID-5, has been revised and included. The following items have been revised: • Item 8 - Handrail - DELETED 7) Contractor Answers / Clarifications: • There will be no field office / construction trailer required for this project. Please disregard Article 16.20 on pg. G-56 of the General Conditions within the Contract Documents. • Digital CADD files of the plans will not be provided to bidders prior to the bid letting date. Distribution of digital files to the awarded contractor will be considered after the awarding of the contract. • The Flowable Backfill (Base Bid Item #8 and Alternate Bid Item #9) shall be non-removable flowable backfill. • Structure backfill is to be included for the entire reinforced concrete headwall, including wingwalls, to the limits as shown on the details included within the plans. 8) The Bidder shall acknowledge receipt of this Addendum by inserting the number and date in the space provided on page BID-6, Part 4.2 of the Bid Form. Page 1 of 1 February 11, 2011 Mr. Mike McBride, P.E., City Engineer City of Carmel, Engineering Department CROSSROAD Carmel City Hall ENGINEERS, PC One Civic Square Carmel, IN 46032 RE: Pre-Bid Meeting Minutes Prj. #11-03 - Greenbrier Drive and Windemere Subdivision Culvert Replacement Project Dear Mr. McBride: The following contains the minutes of the subject meeting held in the Caucus Room on the 2"d floor of Carmel City Hall (One Civic Square), 10:00 a.m. on February 9, 2011. These minutes will serve as a portion of Addendum 1 for the project listed above. The attendees for this meeting are as follows: Mr. Lance Stahley, CrossRoad Engineers. P.(' Mr. William Hall, CrossRoad Engineers, P.C. Mr. Brian Addison, Harvey Construction Mr. Dick Harvey, George R. Harvey & Son. Inc. Mr. Bill McCormick, CPI Supply Mr. Josh Myers, R.A. Myers Construction Mr. Justin Myers. R.A. Myers Construction The meeting began with a project description and overall scope of the project. The meeting continued with general comments concerning the project. The general comments included the following: I. Key Personnel - City of Carmel Project Manager: Mike McBride - Design Firm: CrossRoad Engineers- William Hall - Inspection Unit: CrossRoad Engineers- Lance Stahley 2. Bids for the project are due no later than 10:00 a.m. (Local Time)on February 16, 2011 at the Office of the Clerk Treasurer,Carmel City Hall. One Civic Square. Carmel, IN. 3. Bids for the project will also be opened on February 16, 2011. It was noted that it is imperative that all documentation is to be included with the bid submittal. Incomplete bids will not be considered valid bids. The "BID PROPOSAL SUMMARY PAGE" that is included within the bid documents shall be completed, and be the first page of the hid that is submitted. 4. It was indicated that the award date will be as soon as feasible if Carmel elects to award the project and has a responsible and responsive low bidder. Any Contract 3417 Sherman Drive ■ Beech Grove. Indiana 46107 ■ Tel 317.780.1555 ■ Fax 317•780•E525 Document dates that cannot be achieved due to delay in issuance of the Notice to Proceed shall be adjusted by the same number of days of delay for the issuance of the Notice to Proceed. 5. It was indicated that the evaluation and awarding of the bid is explained in Part 2 of the contract documents. The City of Cannel's evaluation of the lowest bid will be based on the total of the Base Bid and Alternate Bid,or the total of the Base Bid alone. Likewise, the City of Carmel reserves the right to award the contract for the Base Bid alone,or for the Base Bid plus the Alternate Bid. It was also noted that the Greenbrier Drive portion of the project constitutes the Base Bid items and the Windemere Subdivision portion of the project constitutes the Alternate Bid items. Issues of Discussion at Meeting: 1. The substantial completion date of the project is May 14, 2011 (44 days from NTP). The final completion date for the project is May 27, 2011 (13 days from Substantial Completion Date). The definition of substantial completion for this project is indicated in the Contract Documents. Coordination with other nearby projects is required. 2. This project will include full road closures. It was indicated that the road closure durations are noted in TS 14 and are as follows: Windemere Culvert: 106th Street closure- 5 days (Closure shall take place prior to the closure of 106th Street and Shelborne Road.) Greenbrier Culvert: Greenbrier Drive closure -21 days 3. It was indicated that the closures can be completed either concurrently or separately,and that the timing of the 106th Street closure is the time sensitive closure. The 106th Street closure should be coordinated with the inspection unit and Hamilton County,and shall be completed prior to the 106th Street and Shelbome Road closure. 4. Hamilton County Regulated Drain permitting is currently ongoing, and will be obtained prior to beginning construction. 5. All asphalt street/path patching work shall be per INDOT. Concrete testing will be performed by the inspection unit. 6. It was indicated that the Contractor shall review the special provisions or Technical Specifications carefully to gain a complete understanding of the requirements set forth by the contract documents as compliance will be required. 7. It was stated that per INDOT Design Memorandum No. 09-14, all top slab reinforcement in the proposed Greenbrier Drive concrete box culvert shall be epoxy coated steel. This will be noted on the plans and should be reflected in the shop drawings that are submitted for review. 8. Construction Engineering will be provided by the City of Carmel for this project; therefore, no item was included in the Itemized Proposal within the Contract Documents. Coordination information will be provided to the awarded contractor. 9. Any further questions outside of the pre-bid meeting that are to be addressed within the minutes from the meeting shall be submitted by 9:00 a.m. on February 11, 2011. The pre-bid meeting minutes shall be completed and submitted to all plan holders by the end of the day on February 11, 2011. 10. It was indicated that all proposed work for the project is within existing R/W or easements. 11. All known utilities have been made aware of the project and are reviewing. Coordination with the existing utilities on site shall take place per technical specification, TS 6. Clarification/Answers for Questions: 1. It was indicated that alternate materials to the proposed concrete box culvert were investigated during design,and no acceptable alternate/approved equal were determined for the Greenbrier Drive culvert replacement. However, the City of Carmel would be open to the review of approved equal requests. 2. The reinforced concrete headwall details indicated on Sheet 300 and 400 of the plans are for the respective culverts. The numbering of the headwalls will be reviewed and revised as necessary. The detail on Sheet 400 (Windemere Subdivision culvert) will be revised to eliminate the handrail, and the Alternate Bid Itemized Proposal will be revised accordingly. The handrail will remain required for the Greenbrier Drive box culvert headwalls. This addendum, being Addendum 1,dated February 11. 2011, must be included in Part 4. Contract Documents and Addenda. sheet BID-6. with all bid submittals. If you should have any questions, feel free to give me a call at 317-780-1555 x 140. Sincerely. CrossRoad Engineers, P.C. William Hall, P.E. Project Engineer Cc: Mr. Mike McBride, P.E.,City of Cannel,City Engineer Mr.Trent Newport, P.E., L.S., CrossRoad Engineers. P.C. Attendees Plan Holders secure all necessary permits and pay for all hookups, meters and taps to water mains or hydrants and for all water used at the established rates. 16.19 Light and Power. CONTRACTOR shall provide, at its own expense, temporary lighting and power facilities required for the proper prosecution and inspection of the Work, unless specified otherwise. CONTRACTOR shall meter and pay for CONTRACTOR's share of all power utilized. 16.20 a e ' ' •- : - - e e ' . - . -• • . . . - .•• . _ . •- 16.21 Prevention, Control and Abatement of Erosion and Water Pollution. CONTRACTOR shall be responsible for prevention, control and abatement of erosion, siltation and water pollution resulting from construction of the project until Final Acceptance of the project. 16.21.1 CONTRACTOR shall provide, install, construct and maintain coverings, mulching, sodding, sand bagging, berms, slope drains, sedimentation structures or other devices necessary to meet OWNER, State and Federal regulatory agency codes, rules and laws. 16.21.2 CONTRACTOR shall take sufficient precautions to prevent pollution of adjacent rivers and streams with fuels, oils, bitumens, or other harmful materials. Also, CONTRACTOR shall conduct and schedule operations so as to avoid or otherwise minimize pollution or siltation of the waters. 16.21.3 Storm drainage facilities, both open and closed conduit, serving the construction site shall be protected by the CONTRACTOR from pollutants and contaminants. If it is determined that siltation of drainage facilities has resulted due to the project, ENGINEER will advise CONTRACTOR to remove and properly dispose of the deposited material. Should CONTRACTOR fail to or elect not to remove the deposits, OWNER will provide maintenance cleaning as needed and will charge all costs of such service against the amount of money due or to become due CONTRACTOR. 16.21.4 Excavated material shall not be deposited in streams, ditches or impoundments, or in a position close enough thereto to be washed away by high water or runoff. 16.21.5 CONTRACTOR shall not disturb lands or waters outside the limits of construction and public rights of way. The location of and methods of operation in all detention areas, borrow pits, material supply pits and disposal areas furnished by CONTRACTOR shall meet the approval of ENGINEER as being such that erosion during and after completion of the Work will not likely result in detrimental siltation or water pollution. G-56 PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#11-03 GREENBRIER DRIVE AND WINDEMERE SUBDIVISION CULVERT REPLACEMENT ENGINEERS ESTIMATE GREENBRIER DRIVE CULVERT REPLACEMENT-BASE BID ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Mobilization and Demobilization LS I $0.00 ` 2 Clearing Right-of-Way LS I $0.00 3 Linear Ditch Grading LFT 39 $0.00 4 Inlet,Type'J' EA 2 $0.00 5 Reinforced Concrete Box-4'X 13' LFT 80 $0.00 6 Reinforced Concrete Headwall LS 1 $0.00 7 Handrail LFT 61 $0.00 8 Flowable Backfill CYS 130 $0.00 - 9 Riprap,Class 1 TON 62 $0.00 10 Geotextiles SYS 62 $0.00 11 Compacted Aggregate,No.53,Base TON 7 $0.00 12 HMA Surface,9.5mm TON 9 $0.00 13 HMA Intermediate, 19.0mm TON 4 $0.00 14 PCCP for Street Repair, 12 in. SYS 82 $0.00 15 Sidewalk,Concrete,4 in. SYS 11 $0.00 16 Concrete Roll Curb LFT 50 $0.00 17 Topsoil(Undistributed) CYS 25 $0.00 ■ 18 Sodding SYS 145 $0.00 19 Erosion Control Measures LS 1 $0.00 20 Temporary Pumparound LS 1 $0.00 21 Road Closure Sign Assembly EA 4 $0.00 22 Barricade, Ill-B LFT _ 60 $0.00 TOTAL BASE BID AMOUNT $0.00 ITEMIZED PROPOSAL WINDEMERE SUBDIVISION CULVERT REPLACEMENT-ALTERNATE BID#1 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Mobilization and Demobilization LS 1 $0.00 2 Clearing Right-of-Way LS 1 $0.00 3 Linear Ditch Grading LFT 90 $0.00 4 15"RCP End Section EA 1 $0.00 5 18" RCP LFT 62 $0.00 6 18"RCP End Section EA 1 $0.00 7 Reinforced Concrete Headwall, 5.5 CYS EA 1 $0.00 8 DELETED >.<. - 9 Flowable Backfill CYS 30 $0.00 10 Riprap,Revetment,Maximum 6 IN SYS 7 $0.00 11 Geotextiles SYS 7 $0.00 12 PCCP for Street Repair, 12 in. SYS 18 $0.00 13 HMA Surface,9.5mm TON 1.5 $0.00 14 Detour Route Marker Assembly EA 10 $0.00 is Construction Sign, A EA 12 $0.00 16 Construction Sign, B EA 2 $0.00 17 Barricade, Type III LFT 72 $0.00 18 Line, Epoxy, Solid, White, 4 in. LFT 16 $0.00 19 Line, Epoxy, Solid, Yellow, 4 in. LFT 16 $0.00 20 Sodding SYS 200 $0.00 TOTAL ALTERNATE BID#1 AMOUNT $0.00 Cost $75- List current through 02/10/2011 Greenbrier & Windemere Culvert Replacement Proj. No. 11-03 Set* Company Contact Name Address Email Address Fax Number Phone Number Check* 1 Carmel Mike McBride 2 CRE Lance Stahley BX Indiana Robert O'Brien 1200 S. Madison Ave, Ste LL 20. proiectsL buildingex.com 317.423.7094 317.423.7080 1588 3 Indianapolis. IN 46225 4 I.sq.ft Heather Middleton 9901 Allisonville Road. Fishers,IN 46038 hmiddletonasoft.com 1-866-570-8187 800.364-2059x8052 17725 5 Harvey Construction Brian Addison 9125 E. 146th 46060 Noblesville, IN brian(iharvevconst.com 317-773-7565 317-773-7302 18231 R.A. Myers Construction Richard Myers 1900 W Mt. Pleasant Blvd.,Ste.B. rmyers4254(�aol.com 502-741-1263 1744 6 Muncie, IN.47302 765-896-9704 Calumet Megan Johnson 4898 Fieldstone Drive meoanCa7calumetc vil.com 317-769-7424 317-769-1900 1117 7 Whitestown,IN 46075 , 2450 S.Tibbs Ave. jnoltinq{a�huntcontructionaroub.co 8 Hunt Paving Justin Nolting Indianapolis,IN 46241 m 317-487-5779 317-241-8313 2907 9 George R.Harvey&Son Jeff Dohrn 964 North SR 39.Danville,IN 46122 J.dohrn(a)gegrgemarveyandson.co 317-745-2733 317-745-5169 34755 10 Midwest Form Constructors Gary Fischer 2916 Bluff Road,Indianapolis,IN 46225 garv.fischeri m dwestform.com 317-784-6444 317-784-6400 14408 American Contracting& Carey Rutherford 6200 E. Highway 62, Bldg 2501,Ste.200 crutherfordahuahsgrp.com (812)280-4415 (812)280-4404 79018 11 Service.Inc Jeffersonville, In 47130-0538 Rieth Riley Constructions Cole Robinson 3626 Elkhart Road crobinsonneth-rilev.cpm (317)631-6265 (317)634-5561 12437 12 P.O. Box 477 HIS Constructors Scott Beyer 5150 E.65th Street,Ste.B scott.bever(adlhisconstructors,com (317)284-1185 (317)284-1195 1928 13 Indianapolis. IN 46220 14 15 16 !� ' 2 7 1,r .1 `fie/ J •• ..Y. .• , � , • �.N l.• 111.E i II • IM /-� /it n� // I• �' e• s ; pl Is ,� v 0 1 /• 14 i" - ./.-7i- 4 1 413ff./41r/ 3 . 111111„1u. �1�11r•111N ', 9- A 9 1 11 •/ /J '' s 3Rt 1 , d r kk i , Bill i kI.• / Ilia • .1i: •.. 1 g fro '�' to �ie�E1 t c; V' 4 eft , sIli1l,i` 1, `14111. it ` r . ° i i i i aC1 a■s r.., - E- 0 e• aI”` i ;jy�ff'51$i ,I el E e+',g!I 14 AAa1 I(!!;! • lSIi^' �� 4 —/- a -j 4 L I 1 IIIIQ 1,— . "Amm... , i, f",i 11111111 III , 000 • .. ,� 1 880 �- ,�— BB0 _@�0 Ji1T t.gm 1-1 1 li i i I t P ill 1 i �._._. as ; ts: 8 `t R• IV ¢ FF j I !I r q•f 1° a I II/Pi ii!01:Mil $! • ° S - ,• • k Isc�in ie Er GREENBRIER , � CONSTRUCTION DETAILS - ' CITY OF CARMEL—CULVERT REPLACEMENT 'rl,,,...ao ... ..1 .. uc ... a GREENBRIER _m_._ • w• ~wow rom..w....a.en.�a..�. ..raw �.) __ ,. NM .. .• eves. s a I- p AND WINDEMERE .. 300 =VI.: .4...1%;•":•""" •'"'"1,-.1;-;•-rfIrn:;--"------------- I ii .1 .3 3 I 9- I I ; g•A . , I 1 . • • # . i 1 $ 1 4 ' 3 9 ,• t! . ''''141111i P 'i!' ; I .-4,9:1491:144•::: 10 attatS.02 iftle .;;,..„,/ ■ 1 ■ -- ' 11 i t1 ,. .ko.i! 1 . gi .,; ....1 ,. T.52. . .1 -iL 110 1 19 1 ? , I — -=---1---, , ? r ■\, .vp 4 21 T i l'I'...... 1 I I Rile i . ( Ai:4;:421:1111 ?filar"! 3 i ' II i 99.9. f t.'.!., . i 999 I il! ' INIlb I ji . • 1...-.-11 , T , i ,1 i IS A A _ _A - 131° .7...-t i - Av •4 7-. 1t I Ai - ?;$1 I. II I. 4 i . . 1 E 1 i 1 _______ •,•1 gs 11 1 • I i 51 g 1!,;, fliP1-i tv : 1 i '':'1 1 P 3 . . I 1 9 ' A 1 A r c v Willi-1,i it • i-L a'a 11.,.t6itl - A 5i i,. — GREENBRIER DRIVE rlipPil - --- 1:1=MI Pr PLAN AND PROFILE _ ig LIMON 104 CITY OF CARMEL-CULVERT REPLACEMENT -a . • •• .-0 ..• .. .....• ..I GREENBRIER ,......1.- ÷, up .. .-,,,MIMI.■■I,NO 0■11.4.0 oim m.ea•••■■w. •■• so MOM IP OM .. .A.M0 M.M M. ... .. AND WINDEMERE-... 301 • //� / • . 1 i .� 1 trl‘ , ____;_. 1 t 1 ` F l , l a $ S 1 ° 1- y t n I si t t S li ••, . : a_!iii• r r • Ai tilt ' . i a•ilJ` I ....41, ill .., 7.1 1: 1 ____.;_____. I I- _ _I — —T kil- 111 t/I a-- —1 1 . ' , - ;1 \\ . a , --• • • •• •_L• . R •c. •▪ t• I I 5 ■ iiiiiiiiill 1 ii'_ ')! 1 1 4—L 0 414- ; : ii: R -7--` „ rte , w, 1 ill IL � . � !c Fut a� 1' k r per: Ili:. t . i ; L (,:-__- a I I t i PRIM � I _ __ — _ � - � WINDEMERE CONSTRUCTION DETAILS rillinl §o� CITY OF CARMEL—CULVERT REPLACEMENT 0� 0). f,i - GREENBRIER �,ai© .go.r raver.mono•∎�∎r ow..m�.. ,u — -- —. _ as a PI NM g . min., ...• ••I AND WINDEMERE •.• 400••• -U ICI Elu :suorldaoxg c*c 'a.usuods.d.r-11011 s7)lldJJr!r7.r 2iuiaq l7rg s/yi u/ //Tls:).1 :UNn sylf,lr1Tl. 0C1 ow /o sum?) at/I too.r/ 'JUnl.rat .'o uorJfor/r/n?Tf /n/.ralnlu n ay (11 ?l:l.\.IIO ,t(/ /7al(ra?p pun .r.,/)/117 .t(/ uaynJ etop thvi1a ,1lrn ln1/I "VW-11111n7 sl .1,91717rg j'C ).11J c.c uoll3as,to .JUar.rnrdo(7 J.7n.l!ru ) .1,71/!1, .10 ,'1/1 01 11,).yn! un/)cla.)xa t1.71)a all 1.c .t jjn0 1171 c .oJ7mg atlj ' C :s.ral)17lg c�� suorl.'rl.usu/ SN()Iid:l.:)X:i