Loading...
HomeMy WebLinkAboutBid Information and Packets 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: #05-10—3rd Avenue SW and 4(1`Avenue SW Reconstruction Phase 1 r Proposal For Construction of: Reconstruction of 3 d Avenue SW on new alignment beginning just north of Industrial Drive and proceeding northward to and including the intersection of 4h Avenue SW and 2nd Street SW and reconstruction of 4"Avenue SW from 2"d Street SW to Main Street. The work includes new asphalt pavement construction, concrete curb and gutter, concrete sidewalk and curb ramps, storm inlets and storm sewer,sodding, and pavement markings. Date: August 16, 2006 To: City of Carmel,Indiana,Board of Public Works and Safety • I1 1 TTn_1 U PART 1 BIDDER INFORMATION (Print) 1.1 BidderName: Calumet Asphalt Paving Co. , Inc. 1.2 Bidder Address: Street Address: 5265 East 96th Street City: Indianapolis State: IN Zip: 46240 Phone: (317) 571-8900 Fax: (317)571-8924 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 Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered,Agent: Name: Address: p RTTL7 PART 2 BID PROPOSAL 2.1 Base Bid I 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 Item total Six Hundred Eighty Eight Thousand Nine Hundred Twenty Seven L/M la�s ($ 688,927.07 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and 011 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. t RTTI INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:August 16, 2006 CONTRACT ID: 05-10 PROJECT(S) : 3rd Ave. SW & 4th Ave SW CONTRACTOR: CALUMET ASPHALT PAVING CO. , INC. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY ) I 1 I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I + + I I I I I I I I I 11Construction Engineerin I 1.000 I 7,500.00 I 7,500.00 I ' I Ig ILS I I I I I + + I I I I I I I I I 21Mobilization and Demobi I 1.000 I 35,000.00 I 35,000.00 1 I Ilization ILS I I I I I + + I I I I I I I I I 31Clearing Right of Way I 1.000 I 15,000.00 I 15,000.00 I I I ILS I I I I I + + I I I I I I I I I 4ISign and Supports, Remo I 10.000 I 80.00 I 800.00 I I Ive lEA I I I I I + + I I I I I I I I I 5IInlet, Remove 1 7.000 I 500.00 I 3,500.00 1 I I lEA I I I I I + + I I I I I I I I I 61Pipe, Remove I 548. 000 I 16.00 I 8,768.00 I I .I ILFT I I I I I + + I I I I I I I I I 7lSidewalk, Remove I 24.000 I 24.00 I 576.00 I I I ISYS I I I I I + + 1 I I I I I I I I 81Guardrail, Remove I 30.000 I 21.00 I 630.00 I I I ILFT I I I I I + + 1 I I I I I I I I 91Excavation, Common I 4,049.000 I 28.00 I 113,372.00 I I I I CYS I' I I I I + + I I I I I I I I 1 10ITemporary Silt Fence I. 814.000 I 1.50 I 1,221.00 I 1 I ILFT i I I I 1 + + I I I I I I I 1 1111Temporary Drop Inlet Pr I 5. 000 I 85.00 I 425.00 I I lotection lEA I I I I I + + INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 2 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:August 16, 2006 CONTRACT ID: 05-10 PROJECT(S) : 3rd Ave. SW & 4th Ave SW CONTRACTOR: CALUMET ASPHALT PAVING CO. , INC. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } I I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I + + I I I I I I I I I 12IStructure Backfill I 923.000 I 18.00 I 16,614.00 I 1 I ICYS I I I I I + + I I I I I I I I I 13ICompacted Aggregate, No I 1,181.000 I 20.00 I 23,620.00 I I 153, Base ITON I I I I I + + I I I I I I I I I 14ICompacted Aggregate, No I 1,211.000 I 12.00 I 14,532.00 I I I . 2, Base ITON I I I I I + + I I I I I I I I I 15IQC-QA-HMA, 2, 70, Surfa I 361.000 I 60.00 I 21, 660. 00 I I Ice, 9.5mm ITON I I I I I + + I I I I I I I I I 16IQC-QA-HMA, 2,70, Interm I 601.000 I 58.00 I 34, 858.00 I I lediate. 19.0mm ITON I I I I I + + I I I I I I I I I 17IQC-QA-HMA 2, 64, Base, 2 I 719. 000 I 45.00 I 32,355. 00 I I 1:5mm I TON I I I I I + + 1 I I I I I I I I 181HMA Surface, Type A I 24.000 I 110.00 I 2, 640.00 I I I ITON I I I I I + + I I I I I I I I I 19IHMA Intermediate, Type I 39.000 I 80.00 I 3,120.00 I I IA ITON I I I I I + + I I I I I I I I I 20ICurb Ramp I 111.000 I 130.00 I 14,430.00 I I I ISYS I I I I I + + I I I I I I I I I 21ISidewalk, Concrete, 4in I 984.000 I 44.00 I 43,296.00 I I I I SYS • I I I I I + + I I I I I I I I I 22ICenter Curb, D I 9.000 I 100.00 I 900.00 I I I ISYS I I I I I + + INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 3 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:August 16, 2006 CONTRACT ID: 05-10 PROJECT(S) : 3rd Ave. SW & 4th Ave SW CONTRACTOR: CALUMET ASPHALT PAVING CO. , INC. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } I I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I + + I I I I I I I I I 23ICombined Curb and Gutte I 2,084.000 I 15.50 I 32,302.00 I I Ir Type II ILFT I I I I I + + I I I I I I i I I 24ICombined Curb and Gutte I 292.000 . 1 17.50 I 5,110.00 I I Ir Type III ILFT I I I I 1 + + I I I I I I I I I 25ICombined Depressed Curb I 62.000 I 17.50 I 1, 085.00 I I I and Gutter ILFT I I I I I + + I I I I I I I I I 26IPCCP For Approaches, 6i I 266.000 I . 60.00 I 15,960. 00 I I In ISYS I I I I I + + I I I I I I I I I 27ISodding 1 2,056.000 I 5.25 I 10,794.00 I I I ISYS I I I I I + + I 1 I I I I I I I 28I'Water I 6.500 I 35.00 I 227.50 I I I IKGAL I I I I 1 + + I 1 I . l I I I I I 29IPipe, Type 4, 6in I 1,344.000 I 5.50 I 7,392.00 I I I ILF I I I I I + + I I I I I I I I I 30IPipe, Reinforced Concre I 503.000 I 35.00 I . 17,605.00 I I Ite, 12in ILF I I I I I + + I 1 1 I I I I 1 I 31IPipe, Reinforced Concre I 924.000 I 40.00 I 36,960. 00 1 I Ite, 15in ILF I I I I I + + 1 I I l I I I I I 32IGeotextiles for Underdr I 922.000 I 2.00 I 1,844.00 I I lain ISYS I I I I I + + I I I I I I I I I 33IAggregate for Underdrai I 121.000 I 38.15 I 4, 616.15 I 1 In ICYS I I I I I + + • INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 4 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:August 16, 2006 CONTRACT ID: 05-10 PROJECT(S) : 3rd Ave. SW & 4th Ave SW CONTRACTOR: CALUMET ASPHALT PAVING CO. , INC. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } I I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I + + I I I I I I I I I 34IManhole, Type C with Ca I 4.000 I 2,000.00 I 8, 000. 00 I I 'sting lEA I I I I I + + I I I. I I I I I I 351Manhole, C-4 I 8.000 I 2,000.00 I 16, 000.00 I I I IEA I I I I I + + I I I I I I I I I 3611nlet, J-10 I 3. 000 I 1,500.00 I 4,500. 00 I I I IEA I I I I I + + I I I I I I I I I 37IInlet, M-10 I 1.000 I 1,500.00 I 1,500.00 I I I lEA I I I I I + + I I I I I I I I I 38IInlet, B-15 I 5.000 I 2,000.00 I 10,000.00 I I I IEA I I I I I + + I I I I I I I I I 39LInlet, C-15 I 1.000 I 2, 000.00 I 2,000.00 I • I I IEA I I i I I + + I I I I I I I I I 40IPipe Catch Basin, 18in I 1.000 I 1,300.00 I 1,300.00 I I I IEA I I I I I + + I I I I I I I I I 41IRoad Closure Sign Assem I 6.000 I 500.00 I 3, 000.00 I I Ibly lEA I I I I I + + I I I I I I I I • I 421Detour Route Marker Ass I 15.000 I 200.00 I 3, 000.00 I lembly lEA I I I I I + + I I I I I I I I I 431Construction Sign, A I 2.000 I 400.00 I 800.00 I I I lEA I I I I I + + I I I I I I I I I 441Construction Sign, B I 2.000 I 50.00 I 100.00 I I I lEA I I I I I + + INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 5 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:August 16, 2006 CONTRACT ID: 05-10 PROJECT(S) : 3rd Ave. SW & 4th Ave SW CONTRACTOR: CALUMET ASPHALT PAVING CO. , INC. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO 1 DESCRIPTION I QUANTITY } I I I I I AND UNITS I DOLLARS I CTS I DOLLARS !CTS I + + I I I I I I I I I 451Maintaining Traffic I 1.000 I 16,100.00 I 16,100.00 I I I lEA I I I I I + + I I I I I I I I I 46IBarricade, III-B I 96.000 1 20.00 I 1,920. 00 I I I ILFT I I I I I + + I I I I I I I I I 471Sign Post, Square, Rein 1 26.000 I 20.00 I 520. 00 I I ! forced Anchor Bas ILFT I I I I I + + 1 I I I I I I I 1 48ISign, Sheet, Encapsulat I 10.000 I 24.00 I 240. 00 1 I led Lens with Lege ISFT I I I I I + + I I I I I I I I I 49IDecorative Traffic Sign 1 5.000 I 1, 800.00 1 9,000.00 1 I I lEA I I I I I + + I I I I I I I I I 501Decorative Street Sign I 3. 000 I 1,950.00 I 5,850. 00 1 I I lEA I I I I I + + I I I I I I I I 1 511Line, Thermoplastic, So 1 495.000 I 2.00 I 990.00 I ' I Ind, White, 4in ILFT I I I I ' I + + I I 1 I I I I I I 521Line, Thermoplastic, So I 1,783.000 I 2.00 I 3,566. 00 I I Ind, Yellow, 4in ILFT I I I i 1 + + I I I I I I I I I 531Transverse Marking, The I 48.000 I 10.00 I 480.00 1 1 Irmoplastic, Stop ILFT I I I I I + + I I I I I I I I I 541Transverse Marking, The 1 71.000 I 6.00 1 426.00 1 I Irmoplastic, Cross ILFT I I I I I . + + I I I I I I I I I 551Decorative Crosswalk I 1, 024. 000 I 15.45 I 15, 820.80 I I I ISFT I I I I I + + INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 6 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:August 16, 2006 CONTRACT ID: 05-10 PROJECT(S) : 3rd Ave. SW & 4th Ave SW CONTRACTOR: CALUMET ASPHALT PAVING CO. , INC. + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } I I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS 1 + + I I I I I I I I I 561Subgrade Treatment (Und I 773.000 I 54.00 I 41,742.00 I I listributed) ICYS I I I I I + + I I I I I I I I 1 571Geogrid (Undistributed) 1 4, 638.000 I 2.10 I 9,739. 80 I I I ISYD I I I I I + + I I I I I I I 1 1 581Casting, Adjust to Grad 1 3. 000 I 300.00 I 900. 00 1 1 le lEA I I I I I + + 1 1 1 I I I I I I 591Light Standard, Foundat I 1.000 I 1, 600.00 I 1,600.00 1 I lion 'EA I I I I 1 + + I 1 I I I I I I 1 60IMulched Seeding, Type U 1 949. 000 I 1.18 I 1,119.82 I I 1 ISYS I I I I I + + I 1 I I I I I I I I I + + I I I TOTAL I 688,927.07 I 1 I I I I I + + PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT##05-10 3RD AVENUE SW AND 4TH AVENUE SW RECONSTRUCTION-PHASE I ITEMIZED PROPOSAL ITEM UNIT QUANTITY PRICE AMOUNT 1 Construction Engineering LS I S 2 Mobilization and Demobilization LS 1 E E 3 Clearing Right-of-Way LS 1 4 Sign and Supports,Remove EA 10 G 5 Inlet,Remove EA 7 0 6 Pipe, Remove LFT 548 M - r 7 Sidewalk,Remove SYS 24 8 Guardrail, Remove LFT 30 T 9 Excavation,Common CYS 4049 E R 10 Temporary Silt Fence LP 814 11 Temporary Drop Inlet Protection EA • 5 p 12 Structure Backfill CYS 923 R 13 Compacted Aggregate,No. 53,Base . TON 1181 N 14 Compacted Aggregate,No.2,Base TON 1.211 15 QC-QA-HMA,2,70,Surface,9.5mm TON 361 16 QC-QA-HMA,2,70,Intermediate, 19.0mm TON 601 17 QC-QA-HMA,2,64,Base,25mm TON 719 18 HMA Surface,Type A TON 24 1.9- HMA Intermediate,Type A TON 39 20 Curb Ramp SYS 111 21 Sidewalk,Concrete,4 in. SYS 984 BID-4 Il ITEM UNIT UNIT QUANTITY PRICE AMOUNT 22 Center Curb, D SYS 9 23 Combined Curb and Gutter Type 11 LFT 2084 E 24 Combined Curb and Gutter Type III LFT 292 E 25 Combined Depressed Curb and Gutter LFT 62 2f,, PCCP for Approaches,6 in. SYS 266 0 27 Sodding SYS 2,056 M 28 Water kGAI. 6.5 u 29 Pipe,Type 4,6 in. LF 1344 T . E 30 Pipe,Reinforced Concrete, 12 in. LF 503 31 Pipe,Reinforced Concrete, 15 in. LF 924 32 Geotextiles for Underdrain SYS 922 P 33 Aggregate for Underdrain CYS 121 R 34 Manhole,Type C with Casting EA 4 N 35 Manhole,C-4 EA 8 36 Inlet,J-10 EA 3 37 Inlet,M-10 EA 1 38 Inlet,B-15 EA 5 39 Inlet,C-15 EA 1 40 Pipe Catch Basin, 18 in. EA 1 41 Road Closure Sign Assembly EA 6 42 Detour Route Marker Assembly EA 15 43 Construction Sign,A EA 2 44 Construction Sign,B - - - EA-- 2 45 Maintaining Traffic EA 1 46 Barricade,III-B LFT 96 B1D-4 3 ITEM DESCRIPTION UNIT QUANTITY }?SCE AMOUNT 47 Sign Post, Square, Reinforced Anchor Base LFT s 26 48 Sign, Sheet,Encapsulated Lens with Legend,0.080 in. SFT E0 49 Decorative Traffic Sign FA 5 50 Decorative Street Sign EA 3 51 Line,Thermoplastic,Solid,White,4 in. LFT 495 0 M 52 Line,Thermoplastic, Solid,Yellow,4 in. LFT 1783 53 Transverse Marking,Thermoplastic, Stop Bar,24 in. LFT 48 U 54 Transverse Marking,Thermoplastic,Crosshatch,Yellow, LFT 71 12 In. -- E 55 Decorative Crosswalk SFT 1024 R 56 Subgrade Treatment(Undistributed) CYS 773 57 Geogrid (Undistributed) SYD 4638 P R 58 Casting, Adjust to Grade EA 3 I 59 Light Standard,Foundation EA 1 60 Mulched Seeding,Type U SYS 949 T 0 TOTAL BID AMOUNT U T BID-4 Cr I 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 One August 10, 2006 I I BID-5 • PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully 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: None I I I I I I I I I I I I BID-6 r Form Prescribed by State Board of Accounts 9005494447662 General Form No.99 P(Rev. 1987) CITY OF tARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 307 N PENNSYLVANIA ST-PO BOX 145 COUNTY,INDIANA INDIANAPOLIS,IN 46206-0145 PUBLISHER'S CLAIM LINE COUNT Display Matter-(Must not exceed two actual lines,neither of which $ • I shall total more than four solid lines of the type in which the body of the advertisement is set). Number of equivalent lines Head-Number of lines $ - Body-Number of lines $ • $ • Tail-Number of lines $ • Total number of lines in notice COMPUTATION OF CHARGES 175.0 lines 1.0 columns wide equals 175.0 equivalent $ 86.10 lines at.492 cents per line Charges for extra proofs of publication($1.00 for each proof in excess of two) $ .00 $ .00 TOTAL AMOUNT OF CLAIM $ - DATA FOR COMPUTING COST $ • Width of single column 7.83 ems Size of type 5_7 point $ . $ . Number of insertions 1.0 $ 86.10 Pursuant to the provisions and penalties of Chapter 155,Acts of 1953, I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after allowing all just credits,and that no part of the same has been paid. DATE: 08/04/2006 Clerk Title 900549-4447662 PUBLISHER'S AFFIDAVIT NOTICETO BIDDERS State of Indiana SS: 'City of Carmel,Indiana Hamilton County Notice iso hereby giveathat the Board of Public Works and Safety for the City of Carmel, Hamilton County,Indiana will Personally appeared before me,a notary public in and for said county and state, .receive sealed bids for the above described "Project # '05-10-3rd Avenue SW and 4th. 'Avenue SW Reconstruction the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk 'Phase 1"at the office of the Clerk Treasurer, One.Civic Square,Carmel,Indiana(City Hall) until 10:00 a.m. Local of the Noblesville Ledger a newspaper of general circulation 'Time on or before August 16, 2006, and commencing as !soon as practicable thereafter 'during the Board of Public °„ printed and published in the English language in the city of NOBLESVILLE in state Works Meeting on e t g∎-,aN"<%e a 6 date.SuhL7uvt 6.,66s ,s 8 ounct �. s°�a a/s ens e<�'C :eto ao> Itwp- and county aforesaid,and that the printed matter attached hereto is a true copy,lat t nc Soa s a3y Pli b ' oat to r`a .6,05 N cute tab°,o<ep sye �a«ad Ea od which was duly published in said paper for 2 time(s),between the dates of: 'cludE ' \$cOf<t<aaCCE Cos9ttmo`J eats v da: O'30,0 eQ�,oatt ab,°a tra<Sets 07/28/2006 and 08/04/2006 be 5-LT o% ')paee<s,',etaa assu<mpteact0°re 'AveSPUnOS,a01i<e a<ss<aae�d�°assa 55<°°a lib 11,1%5 - t 6.ade'ablaasd state o\terra actj�a9s / / an l o<dea<saPl a,aced of ''ts. 6O9, .1 —/� erk per , ,am °( <eQ 5e<5 V<a¢Va6 .`t<°a,. Title bidsnuoq a urea„�dme�ac<�N�t<aaat<am oyect Ceyxa,Inob`aal lelaaacQ°orecatc<°e< the Qhe°g°s paM pue 6UIUJOw A`6‘,c)""ti.<<<beteass aeermm\ln' Subscribed and sworn to before me on 08/04/2006 �JeUIWaS Jno ql M_ a9 0 ,b ;i co 5-• ct. 1 1P lua.lalllp of I9\steat eee,taioa44v+`<oca Q<oted\s, .. iiIj OqM SlenpiAlpU,JO rids«°c aace\o <O, toe �e / / -/ .. / pool Ali edwo3 Jeuiwa c"e`9aaoaea .teleato\ec<� aadt 1 JOI gof.ewl_ a6 at'•. c°a e P ea<s 5 "s� Notary Public Ol,r.se l lledsue-I' atpaa�eb<5 of qt<<�°aaY�P�nthi' ♦'. ') nog( �" `palaAnsue \�;a�9 pe<<eaaat,Z�,Ftae,: KIMBERLY'''..HACKER I pInoM 1,4sa-lll btd e<f pad`°c the 5°e eto Notary Public,State of Indiana Form 65-11,41W-10 l pue 6tilo6l e a g.&pO�O°ey\ao�eb o�te"y commission expires: , uos Iatl a doad County of Morgan j otcttospe<ea6tpe 01,i3Oda<`e6,-e My Commission Expires May 13,2010 .t.e6e c•otioaacc a P epd�b\°c,. tF°< ae c a�eeae„a9tc.e.` 0 aeea P coat a`e o<r1 o a< ¢\9it ,,,y)„,;,6 a e of LOKt;st<°a, aaY ca‘Oae��s at<o<ttt: 2, e,\a \o,1 BI�d ep<osa dtt:se°`aca`,atd aY �a lN°o<pc°Q�TO tetcrao<KS t?'Po. uo<tt"o a soslat J*c re C pcoC<e `t p °,e s lkoka si:sisa agt ed°`m c t` ts 11°P°s a A e °<caeg s <dto<° .ta ag aa6Ne sd edl..i o . 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: #05-10—3rd Avenue SW and 4','Avenue SW • Reconstruction Phase 1 Proposal For Construction of: Reconstruction of 3rd Avenue SW on new alignment beginning just north of Industrial Drive and proceeding northward to and including the intersection of 4th Avenue SW and 2nd Street SW and reconstruction of 4t1 Avenue SW from 2nd Street SW to Main Street. The work includes new asphalt pavement construction, concrete curb and gutter, concrete sidewalk and curb ramps, storm inlets and storm sewer,sodding, and pavement markings. Date: AUGUST 16, 2006 • • To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: MILESTONE CONTRACTORS, L.P. 1.2 Bidder Address: Street Address: 5950 SOUTH BELMONT AVENUE City: INDIANAPOLIS State: IN Zip: 46217 Phone: (317) 788-6885 F'ax: (317) 788-1098 1.3 Bidder is a/an[mark one] IMITED Individual x artnership 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,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.] .1 Corporation Name: . .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,total SEVEN HUNDRED FIFTY-THREE THOUSAND AND 00/100 Dollars ($ 753,000.00 ). 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. • PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#05-10 3RD AVENUE SW AND 4TH AVENUE SW RECONSTRUCTION-PHASE I ITEMIZED PROPOSAL ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Construction Engineering LS 1 $ 12,942.00 $12,942.00 2 Mobilization and Demobilization LS 1 $ 36,900.00 $36,900.00 3 Clearing Right-of-Way LS 1 $ 30,948.92 $30,948.92 4 Sign and Supports, Remove EA 10 $ 274.00 $2,740.00 5 Inlet, Remove EA 7 $ 837.00 $5,859.00 6 Pipe, Remove LFT 548 $ 25.23 $13,826.04 7 Sidewalk, Remove SYS 24 $ 22.00 $528.00 8 Guardrail, Remove LFT 30 $ 3.50 $105.00 9 Excavation, Common CYS 4,049 $ 27.03 $109,444.47 10 Temporary Silt Fence LF 814 $ 1.76 $1,432.64 11 Temporary Drop Inlet Protection EA 5 $ 100.00 $500.00 12 Structure Backfill CYS 923 $ 18.50 $17,075.50 13 Compacted Aggregate, No. 53, Base TON 1,181 $ 22.53 $26,607.93 14 Compacted Aggregate, No. 2, Base TON 1,211 $ 18.40 $22,282.40 15 QC-QA-HMA, 2, 70, Surface, 9.5mm TON 361 $ 92.25 $33,302.25 16 QC-QA-HMA, 2, 70, Intermediate, 19.0mm TON 601 $ 67.26 $40,423.26 17 QC-QA-HMA, 2, 64, Base, 25mm TON 719 $ 59.78 $42,981.82 18 HMA Surface, Type A TON 24 $ 237.00 $5,688.00 19 HMA Intermediate, Type A TON 39 $ 159.00 $6,201.00 20 Curb Ramp SYS 111 $ 214.58 $23,818.38 21 Sidewalk, Concrete, 4 in. SYS 984 $ 35.63 $35,059.92 BID-4 !� 'ITEM DESCRIPTION UNIT QUANTITY RICE AMOUNT 22 Center Curb, D SYS 9 $ 84.00 $ 756.00 23 Combined Curb and Gutter Type II LFT 2,084 $ 13.62 $ 28,384.08 24 Combined Curb and Gutter Type III LFT 292 $ 34.32 $ 10,021.44 25 Combined Depressed Curb and Gutter LFT 62 $ 47.00 $ 2,914.00 26 PCCP for Approaches, 6 in. SYS 266 $ 53.24 $ 14,161.84 27 Sodding SYS 2,056 $ 3.74 $ 7,689.44 28 Water kGAL 6.5 $ 41.00 $ 266.50 29 Pipe, Type 4, 6in. LF 1,344 $ 4.71 $ 6,330.24 30 Pipe, Reinforced Concrete, 12 in. LF 503 $ 38.86 $ 19,546.58 31 Pipe, Reinforced Concrete, 15 in. LF 924 $ 41.03 $ 37,911.72 32 Geotextiles for Underdrain SYS 922 $ 0.99 $ 912.78 33 Aggregate for Underdrain CYS 121 $ 47.06 $ 5,694.26 34 Manhole, Type C with Casting EA 4 $ 2,093.00 $ 8,372.00 35 Manhole, C-4 EA 8 $ 1,916.00 $ 15,328.00 36 Inlet, J-10 EA 3 $ 1,681.00 $ 5,043.00 37 Inlet, M-10 EA 1 $ 1,681.00 $ 1,681.00 38 Inlet, B-15 EA 5 $ 2,181.00 $ 10,905.00 39 Inlet, C-15 EA 1 $ 2,360.00 $ 2,360.00 40 Pipe Catch Basin, 18 in. EA 1 $ 1,387.00 $ 1,387.00 41 Road Closure Sign Assembly EA 6 $ 161.00 $ 966.00 42 Detour Route Marker Assembly EA 15 $ 92.00 $ 1,380.00 43 Construction Sign, A EA 2 $ 164.00 $ 328.00 44 Construction Sign, B EA 2 $ 55.00 $ 110.00 45 Maintaining Traffic EA 1 $ 14,404.17 $ 14,404.17 46 Barricade, Ill-B LFT 96 $ 9.75 $ 936.00 BID-4 $ ITEM DESCRIPTION UNIT QUANTITY PRNCE AMOUNT 47 Sign Post, Square, Reinforced Anchor Base LFT 26 $ 12.00 $ 312.00 48 Sign, Sheet, Encapsulated Lens with Legend, 0.080 in. SFT 10 $ 32.00 $ 320.00 49 Decorative Traffic Sign EA 5 $ 588.00 $ 2,940.00 50 Decorative Street Sign EA 3 $ 1,471.00 $ 4,413.00 51 Line, Thermoplastic, Solid, White, 4 in. LFT 495 $ 0.38 $ 188.10 52 Line, Thermoplastic, Solid, Yellow, 4 in. LFT 1,783 $ 0.38 $ 677.54 53 Transverse Marking, Thermoplastic, Stop Bar, 24 in. LFT 48 $ 59.00 $ 2,832.00 Transverse Marking, Thermoplastic, Crosshatch, 54 LFT 71 $ 1.25 :$ 88.75 Yellow, 12 in 55 Decorative Crosswalk SFT 1,024 $ 18.18 $ 18,616.32 56 Subgrade Treatment (Undistributed) CYS 773 $ 37.06 $ 28,647.38 57 Geogrid (Undistributed) SYD 4,638 $ 4.99 $ 23,143.62 58 Casting, Adjust to Grade EA 3 $ 791.00 $ 2,373.00 59 Light Standard, Foundation EA 1 $ 294.00 $ 294.00 60 Mulched Seeding, Type U SYS 949 $ 1.79 $ . 1,698.71 TOTAL BID AMOUNT $753,000.00 BID-4 G 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 AUGUST 11, 2006 • PART 5 EXCEPTIONS • Instructions To Bidders: 5.1 The Bidder shall fully 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: NONE • 1 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: #05-10—3rd Avenue SW and el Avenue SW Reconstruction Phase 1 I Proposal For Construction of: Reconstruction of 3r1 Avenue SW on new alignment beginning just north of Industrial Drive and proceeding northward to and including the intersection of 4`" Avenue SW and 2nd Street SW and reconstruction of 41"Avenue SW from 2nd Street SW to Main Street. The work includes new asphalt pavement construction, concrete curb and gutter, concrete sidewalk and curb ramps, storm inlets and storm sewer, sodding, and pavement markings. I Date: August 16, 2006 To: City of Carmel,Indiana,Board of Public Works and Safety I r I I ILI ii 1 i i I 1 1 BID-1 I ' PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Rieth-RIley Construction Co. , Inc. 1.2 Bidder Address: Street Address: 1751 W. Minnesota St. , Po Box 276 City: Indianapolis State: IN Zip: 46206 Phone: 317/634-5561 Fax: 317/631-6423 Bidder is a/an[mark one 1.3 [ one] Individual Partnership x Indiana Corporation i 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,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.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: I I I I BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,total Eight Hundred Twenty Three Thousand Three Hundred Twenty Five and 00/100 Dollars ($ 823,325.00 ). 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. I I I I I I I I BID-3 INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1 . SCHEDULE OF PAY ITEMS REVISED:08/11/06 LETTING DATE:08/16/06 CONTRACT ID: 35-0918397 PROJECT(S) : 3rd. & 4th. Street Reconstruct CONTRACTOR: Rieth-Riley Construction Co. , Inc. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } I I 1 .I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I + + I I I I I I I I 1 11CONSTRUCTION ENGINEERIN I 1.000 I 12, 000.00 I 12,000.00 1 I IG ILS I I I I I + + I I I I I I I I I 21MOB/DEMOB I 1.000 I 44, 000.00 I 44,000.00 I I I ILS I I I I I + + I I I I I I I I I 31CLEARING ROW I 1.000 1 18, 600.00 I 18, 600.00 1 1 I ILS I I I I I + + I I I I I I I I 1 41SIGN AND SUPPORTS, REMO I 10.000 I 280.00 I 2,800.00 I I I'E lEA I I I I 1 + + I I I I I. I I I I 5IINLET, REMOVE 1 7.000 I 886.00 I 6,202.00 1 I .1 ' lEA I I I I I + + I I I I I I. I I I 61PIPE, REMOVE I 548.000 I 18.80 I 10,302.40 I I I ILFT I I I I I + + I I I I I I I 7ISIDEWALK, REMOVE I 24.000 I 49.00 I 1, 176.00 1 I I ISYS I . I I I + +• I I I I I I I I I 81GUARDRAIL, REMOVE 1 30.000 I 41.00 . 1 1,230.00 I I I ILFT I I I I + I 1 I. I I I I I I 9IEXCAVATION, COMMON I 4,049.000 I 38.00 I 153,862.00 I I I CYS I. I I I + I I 1 I 10ITEMPORARY SILT FENCE I 814.000 I 1.70 I 1,383.80 I I I I ILFT I 1 I + 1 L I 11ITEMPORARY DROP, INLET PR 1 5.000 I 95.00. I '475.00 I I IOECTION lEA 1 I I' I I + + i INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 2 SCHEDULE OF PAY ITEMS REVISED:08/11/06 LETTING DATE:08/16/06 CONTRACT ID: 35-0918397 PROJECT(S) : 3rd. & 4th. Street Reconstruct CONTRACTOR: Rieth-Riley Construction Co. , Inc. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } I I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I + + I I I I I 12ISTRUCTURAL BACKFILL I 923.000 I 19.10 I 17, 629.30 I I I I CYS I I I I. I + + I I I I I I J I I 13ICOMPACTED AGGREGATE, NO I 1,181.000 I - 21.80 I 25,745.80 I I 153, BASE ITON I I I I I + + I I I I I I • I I I 14ICOMPACTED AGGREGATE, NO I 1,211.000 I 13.00 I 15,743.00 I I 12, BASE ITON I • I I I I + + I I I I I I � I I I 15IQC-QA-HMA, 2, 70, SURFA I 361.000 1 69.60 I 25, 125. 60 I I ICE, 9.5MM ITON I I I I • I + + I I I I I I I I I 16IQC-QA-HMA, 2, 70, INTER I 601.000 I 52.30 I 31,432.30 I I !MEDIATE, 19.0MM !TON I I I I I + + I I I I I I I I I I 1714C-QA-HMA, 2, 64, BASE, I 719.000 I 46.05 I 33,109.95 I I I 25MM ITON I I I I I + + I I I I I I I I I 18IHMA SURFACE, TYPE A I . 24.000 I 111.20 I 2, 668.80. I I I !TON I I I I I + + I I I I I 19IHMA INTERMEDIATE, TYPE I 39.000 I' 75.10 I 2, 928.90 I I IA ITON I I I i I + + I I I I I 201CURB RAMP • I 111.000 I 89.60 I 9, 945.60 I I I ISYS I I I I I + •+ I I I I I I I I I 21ISIDEWALK, CONCRET, 4 IN I 984.000 I 37.05 .36,457.20 I I 1 . ISYS I I .. I I I + I I. I I I I I I •• I 22ICENTER CURB, TYPE D I • 9.000 I 184.00 I . 1, 656.00 I I I ISYS I I I I I + + INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 3 SCHEDULE OF PAY ITEMS REVISED:08/11/06 LETTING DATE:08/16/06 CONTRACT .ID: 35-0918397 PROJECT (S) : 3rd. & 4th. Street Reconstruct CONTRACTOR: Rieth-Riley Construction Co. , Inc. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } I I I 1 I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I + + I I I I I I I I I 23ICOMBINED CURB AND GUTTE I 2, 084.000 I 11.85 I 24, 695.40 I I IR TYPE II ILFT I I I I I + + I I I I I I I I I 24ICOMBINED CURB AND GUTTE I 292.000 I 10.40 I 3, 036.80 I I IR TYPE III ILFT 1 1 I 1 1 + + 1 I I I I I I I I 25ICOMBINED DEPRESSED CURB I 62.000 I 62.10 I 3, 850.20 I I I AND GUTTER ILFT. I I I I + + I I I I I I . I 1 I 26IPCCP FOR APPROACHES, 6 I 266.000 I 66.70 I. 17, 742.20 I I IIN. ISYS I I I 1 1 + + I I I � I I I I . I I 27ISODDING 1 2,056.000 I 10.35 I 21,279. 60 I I I ISYS I 1 1 1 I + I I I I I I I I I 28IWATER I 6.500 I 39.00 I 253.50 I 1 I IKGAL I I i I I + + I I I I I 29IPIPE, TYPE 4, 6 IN. 1 1,344.000 I 9.30 I 12,499.20 I I I ILFT I I I I 1 + . + I 1 I I I I I I 30IPIPE REINFORCED CONCRET I 503.000 I 41.00 1 20, 623.00 I 1 1E, 12 IN. ILFT I I I I I + + I . I I I j 1 I I I 31IPIPE REINFORCED CONCRET I 924.000 I 45.70. I 42,226.80 I I IE, 15 IN. ILFT I I I I I + + 1 I I I I I ' I I 1 32IGEOTEXTILES ,FOR UNDERDR I 922.000 I 2.10 1 1, 936.20 I I PAIN ISYS + + I . I I I I 1 33IAGGREGATE .FOR UNDERDRAI 1 121.000 I 45.75 1 5,535.75 1 I IN. ICYS I 1 I I I + + + INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 4 SCHEDULE OF PAY ITEMS REVISED:08/11/06 LETTING DATE:08/16/06 CONTRACT ID: 35-0918397. PROJECT (S) : 3rd. & 4th. Street Reconstruct CONTRACTOR: Rieth-Riley Construction Co. , Inc. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } I I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I + + I . I I I I I I I I 34IMANHOLE, TYPE C, W/ CAS I 4.000 I 3, 080.15 I 12,320.60 I I ITING lEA I I I I I + I I I I I I I 1 I 35IMANHOLE, C-4 I 8.000 I' 2,790.00 I 22,320.00 I I I IEA I I I I I . + + I . I I I I .1 I I I 3611NLET, J-10 I 3.000 I 2,000.00 I 6,000.00 I 1 1 lEA I I I . I I + I I I I I I I 1 I 37IINLET, M10 I 1.000 I 2, 060.00 I 2,060.00 I 1 I IEA I I I I I + + I I I I I I I I 1 38IINLET, B15 I 5.000 I 2,480.00 I 12,400.00 I I I lEA 1 I I I I + + I I I I .I I I I 1 3911NLET, C15 I 1.000 I 2,530.00 I 2,530.00 1 I I lEA I I I I I + + I I I I I 1 I I I ,40IPIPE CATCH BASIN, 18 IN I 1.000 I 1,550.00 I 1,550.`00 I I I . lEA I I I I I + + I I I I I I I 1 I 41IROAD CLOSURE SIGN ASSEM I 6.000 I 560.00 I • 3,360.00 I I IBLY lEA I I I I I + I I . I I I I I I I 42IDETOUR ROUTE MARKER ASS I 15.000 I 225.00 1 3,375 00 I I IEMBLY • lEA I I • I I I + + I 1 I 431CONSTRUCTION SIGN, A I 2.000 1 450.00 I • 900.00 1 I I lEA I 1 I I I + + I I I I I I I I I 441CONSTRUCTION SIGN, B I 2.000 I 56.00 I 112.00 I I ' 1 lEA I I I ' I • 1 + +_ INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 5 SCHEDULE OF PAY ITEMS REVISED:08/11/06 LETTING DATE:08/16/06 CONTRACT ID: 35-0918397 PROJECT(S) : 3rd. & 4th. Street Reconstruct CONTRACTOR: Rieth-Riley Construction Co. , Inc. + + ILINEI . ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I . DESCRIPTION I . QUANTITY } I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I . + + I I I I I I I - I . I 45IMAINTAINING TRAFFIC I 1.000 I 11, 902.00 . I 11, 902.00 I I I lEA I I I I I . + + I I I I I I I I I 46IBARRICADE-IIIB I 96.000 I 22.00 . I 2,112.00 I I I ILFT I I I I I + + I I I I I I I I I 47ISIGN POST, .SQUARE, REIN I 26.000 I 26.90 I 699.40 I I (FORCED ANCHOR BAS ILFT I I I I I + . + I I I I I I I I . I 48ISIGN, SHEET, ENCAPSULAT I 10.000 I 67.00 I 670.00 I I IED .LENS W/ LEGEND ISFT I I I I I . + + - I I I I I I I I I 49IDECORATIVE TRAFFIC SIGN I 5.000 I 3,360.00 I 16,800.00 I I I lEA I I I I I + + I I I . I I I I I I 501DECORATIVE STREET SIGN 1 3.000 I 3,360.00 I 10, 080.00 I I I IEA I I I I I + + I • I I 1 I I I I .I 51ILINE, THERMOPLASTIC, SO 1 495.000 I 2.25 I 1, 113.75 I I (LID, WHITE, 4 IN. ILFT I I I I + + . I I I I I I I I • I 52ILINE, THERMOPLASTIC, SO I, 1,783.000 I 2.25 •I 4, 011.75 I I 1LID, YELLOW.; 4 IN ILFT I I I I I + + • I 1 1 I I •I I I I 531TRANSVERSE MARKING, THE I 48.000 I 11.20 1 537. 60 I I IRMOPLASTIC, STOP ILFT I I I I I + + I I . . ' 1 •I I . I I I .•• 1 541TRAN. MARKING, THERMO, I 71.000 I 6.70 I 475.70 I . I 1CROSSHATCH, YELLO ILFT .I I . I I + + I I I I • I I I • I . I 551DECORATIVE CROSSWALK I. 1, 024.000 1 17.90 I 18,329.60 I • I I • ISF'T I I I I I •+ + . INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 6 SCHEDULE OF PAY ITEMS REVISED:08/11/06 . LETTING DATE:08/16/06. CONTRACT ID: 35-0918397 PROJECT(S) : 3rd. & 4th. Street Reconstruct CONTRACTOR: Rieth-Riley Construction Co. , Inc. + + ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY } I I I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I + + I I I I I. I • I I I 56ISUGRADE TREATMENT (UNDI I 773.000 I 62.00 I 47, 926.00 I I ISTRIBUTED) ICYS I I I I I + + I I I . I I I I I I 57IGEOGRID (UNDISTRIBUTED) I 4, 638.000 I 3.00 I 13, 914.00 I I I ISYD I I I I I + + I I I I I I I I I 581CASTING, ADJUST TO GRAD I 3.000 I 420.00 I 1,260.00 I I IE lEA I I I I I + + I I I I I I I I I 59ILIGHT STANDARD FOUNDATI I 1.000 I 16, 800.00 1 16, 800.00 I I ION lEA I I I I I + + I I I I I I . I I I 60IMULCHED SEEDING, TYPE U I 949.000 I 1.70 I 1,613.30 I I I ISYS I I I I I + + I I � I I I I I I I I I + + I I I� TOTAL I 823,325.00 I I I I I I I + + 1 PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#05-10 3RD AVENUE SW AND 4TH AVENUE SW RECONSTRUCTION-PHASE I ITEMIZED PROPOSAL ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Construction Engineering LS 2 Mobilization and Demobilization. LS 1 3 Clearing Right-of-Way LS 1 4 Sign and Supports,Remove EA 10 5 Inlet. Remove EA 7 6 Pipe, Remove LFT 548 7 Sidewalk, Remove SYS 24 8 Guardrail, Remove LFT 30 9 Excavation,Common CYS 4049 10 Temporary Silt Fence LF 814 11 Temporary Drop Inlet Protection EA 5 12 Structure Backfill CYS 923 13 Compacted Aggregate,No. 53,Base TON 1181 14 Compacted Aggregate,No.2,Base TON 1,211 15 QC-QA-HMA,2,70,Surface,9.5mm TON 361 16 QC-QA-HMA,2,70,Intermediate, 19.0mm TON 601 17 QC-QA-HMA,2,64,Base,25mm TON 719 18 HMA Surface,Type A TON 24 19 HMA Intermediate,Type A TON 39 20 Curb Ramp SYS 111 21 Sidewalk,Concrete,4 in. SYS 984 BID-4 A 1NEOM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 22 Center Curb, D SYS 9 23 Combined Curb and Gutter Type 11 LFT 2084 24 Combined Curb and Gutter Type HT LFT 292 25 Combined Depressed Curb and Gutter LIFT 62 26 PCCP for Approaches,6 in. SYS 266 27 Sodding SYS 2,056 28 Water kGAL 6.5 29 Pipe,Type 4,6 in. LF 1344 30 Pipe,Reinforced Concrete, 12 in. LF 503 31 Pipe,Reinforced Concrete, 15 in,_ I„F 924 32 Geotextiles for Und.erdrain SYS 922 33 Aggregate for Underdrain CYS 121 34 Manhole,Type C with Casting EA 4 35 Manhole,C-4 EA 8 36 Inlet,J-10 EA 3 37 Inlet,M-10 EA 1 38 Inlet,B-15 FA 5 39 Inlet,C-15 EA I 40 Pipe Catch Basin, 18 in. EA 1 41 Road Closure Sign Assembly EA 6 42 Detour Route Marker Assembly EA 15 43 Construction Sign,A EA 2 44 Construction Sign,B EA 2 45 Maintaining Traffic EA 1 46 .Barricade,III-B LFT 96 BID-4 E ITEM UNIT UNIT QUANTITY PRIG AMOUNT NO.47 Sign Post,Square,Reinforced Anchor Base LFT 26 48 Sign, Sheet,Encapsulated Lens with Legend,0.080 in. SET 10 49 Decorative Traffic Sign EA 5 50 Decorative Street Sign EA 3 51 Line,Thermoplastic,Solid,White,4 hi. LFT 495 52 Line,Thermoplastic,Solid,Yellow,4 in. LFT 1783 53 Transverse Marking,Thermoplastic,Stop Bar,24 in. LFT 48 S4 Transverse Marking,Thermoplastic,Crosshatch,Yellow. LFT 71 12 in. 55 Decorative Crosswalk SFT 1024 56 Subgrade Treatment(Undistributed) CYS 773 57 Geogrid (Undistributed) SYD 4638 58 Casting,Adjust to Grade EA 3 59 Light Standard,Foundation EA. 1 60 Mulched Seeding,Type U SYS 949 TOTAL BID AMOUNT BID-4 C- s I 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 08/10/2006 I I I I I I I I I I I I BID-5 i; PART S EXCEPTIONS i i Instructions To Bidders: ?i 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract t Documents in Section 5.3 of this Part. it 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 lj in this Bid being rejected as non-responsive. it 5.3 Exceptions: None. I r r I 1 I I I I I BID-6 • BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel 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: #05-10—3`d Avenue SW and 4th Avenue SW Reconstruction Phase 1 Proposal For Construction of: Reconstruction of 3`d Avenue SW on new alignment beginning just north of Industrial Drive and proceeding northward to and including the intersection of 4th Avenue SW and 2"d Street SW and reconstruction of 4th Avenue SW from 2nd Street SW to Main Street. The work includes new asphalt pavement construction, concrete curb and gutter, • concrete sidewalk and curb ramps, storm inlets and storm sewer,sodding, and pavement markings. Date: August 16, 2006 To: ' City of Carmel, Indiana, Board of Public Works and Safety • • • • BID-1 PART 1 BIDDER INFORMATION (Print) L1.1 Bidder Name: Harco Asphalt Paving, Inc. I1.2 Bidder Address: Street Address: 1 650 Harco Way City:Indpls State: IN Zip:46217 Phone:( 317) 786-8480 Fax: (31 7) 791 -7570 I1.3 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 Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: • RTTI_7 PART 2 hBID PROPOSAL 2.1 Base Bid r The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, 1 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 G's4 T }{c,her ed 7-11;r�y S, 7 ya�s�tid I Two NE,Lidred th r rl��£.-, r 4 BlG oc' Dollars ($g 3(2� ass ). 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. I . I • I I I' I I I I BID-3 OA-id :CONTRACT.ITEMS AND UNIT PRICES cm. O ' DEL • .PRA 005.---10 RD ENUESWAN D:MI AVENUE WRE O RUCT oN,PHASE I ..Irg.TAIZED PROPOSAL. ITEM " s D S RFD NI i ,c, 1 AMOU 1 .. i. } u,tnict ttYt, -ngi zermg LS s — ._... I . . -_ .. i_._ s 17 fo a 17� Soa E., . ... ..€ 7,30€11 an€�fk '}2t'hi Zaflon L s 1 3 saga _ 3s-aoo _ - 3�aao U.ooG . . ls,h zildci v'ri> Rs;^.ov 1 EA• tc 1P� 1OOd_ 1'...---r.tw. s . ..... ' ;.aa�L (oOG. `fa0 a• 6 P e.Remove. f° Y, /� ^ �o�aG ■ _ 2 o • 'Y3t } F .. rm rmv-=+c en._ ..... _ Y�i=4 - __...s......, €':k.;tr r taut ,,CCo€ool fit 1 > s 2 1t,, `1 40,,,;arr Silt F -07 -F` _ 1-# / -0 l Z Z 1 F ..: a :_`y. 12 :m 3cture c ktill• . 14 _:o t d _irC a itip fON ,k 1� 3 G . ._ _ t . G _ 3 , . i v 1 A i M ae:' ?,`direce,. ,5r-.n.m-Tm 1 TO 1 —. 8 S 3 3 36 Q.s-i-1MA.2 ti liitiz n e cit T '.nm , ON kai7i ¢ ¢0 47' i4,53a:-,t:..25nrn 1 17 - ` 4-t r,x< T O"' M `t�l Gl S� t8 lJ.q 4A .tir.1<dle_ 11''4 .. i. O 24 Z t_9 #. ; Yftt t ll�le, age `€il < 1 qo ^ 3 S1 p 2&i (I,i.b =a-mn SYS 1 g S /.3J t �-A-x Si e-wril� 't_nncrete 4 in. 1 .i rn 511)- Pk NIT. i't :s 1 t 1. SC [P I x t3 ' $-� a {K oo. l Q tQm5in1 '1 C i y and:.Gutte s ype 11. it-T 1 20 4 / 7 31i y 2 :2 4: obl#g'?riet t l ` t a G tc,x yp ill k }' � � . . if _ _-62• .25 tebaSbSgtcd MnCdMSei CtlL a4<. G itt r 1•R // p i 11 rvl. ''. steer• k i sri,k 3.-I I i �`'--per xt; iia .Ty 4 6iii,• t- . x. 144 — y� I'j2. € 3 §f€file °l 712t�r" a€. K4 tf`i g ?; i IJ aS- 5.3�, i i [1132- st4;i6-for ed..Ccaricrete ,l i1.1. 1 -` r- • _;:? 1,,Ge tektties r.{.i lfi31C1,::edl .;n Y ..#: �� �+o cam. .1:- i ...,...... i .. • .t�A,s t. at,forUndfr , � 11 �� 3 �3a•3-1 iga Inc1!. yt 1c S�f'it4h acting C'•.. .4 B t 3. Main c. ,.,G - ,: 81 30. *a'"Y (-1 Ocs23 ._ X11 c d �1n F - s �SGj . F____ $.. v {# i fc :; 1 t aocc> 1 I'a-tb v-- 0 i tilt Basin 1 in: l t t 1 I�o t-_ — • Road C I Ost31' r i grt.A-�ssenti... 4' E A .._ c 1 5" 9 at 1 , :Ell DetoAlit Rttiitt•M..at•-kerr.-A-si-A-i-fibl-Y. . • FA 1 _9 ,V `:(c'3 3t'uctiort S3ii ,A LA .;: t. `� 3S) i ...._. _.__ - .1Con� rti 'x i Sun. - - - E y0 - o'G° 5 li MP1ni ing Tmiite:. 1 # 1 �.or3® �y� �bD• ••tyt, ito tt 1I1-1 . E "Z _ 1. G O 7 (o TJ 1m 33. . - _ -• INS CRIPIM N . - �� th i tart.P65—t, qugre,Ke x .knettor B. _ 4 igt . S sect.£:: : ps Ia d L pig Leg O)_O O i3. F1 IOi . Oc> > 3000 _ 50 :jt. 7s aj sz Stett'*7.:,i! A-. G.QG ..j. �ppT X95; . ...51. ulle-,-.1u,,,,renopiast-ii4 Sdid4 Yilliite•,-4 in, f 1.171t 52 I.�;:i e, `�ursr 14is. 6 ; tc-1 I.��l4r4 4 Tree € T R i-2.93 7 � .a g a nsve:sr Marking,-Therm p�1z�s.ic Sop Be-r:`'44 on 3 f8 5 a 116 ..,.; Transverse rIci . .� er o 4a uuc,Cms4hatch,YU ��'s —. 123 .. S 4 A SS' 55 e r.r i Cgs§E4-riik SST I, 4f' 1? ; L 7 7O . 3$ ngr .r z :� C z sri1 40 iSY_ j 463g, 7 3of .966 ___T__—_--. , Light- rt L;Fc izc z i EA 1. /.0q0 1000 7.-- aft Mutehe.ci Se:tdiz .T 2.91 F, TOTAL B D AMOUNT • 3� a38 ,... , • . . .. . ..81a.-4 C,,,- I 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 ONE August 11 , 2006 I +I �+ j !l! mn_c PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully 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: 3 1 F • ii • Form No.96(Revised 2005) BID OF Harco Asphalt Paving INC. (Contractor) 1650 Harco Way (Address) Indianapolis, IN 46217 FOR PUBLIC WORKS PROJECTS OF City of Carmel #05-10 - 3rd Avenue SW and 4th Avenue SW Reconstruction Phase 1 Filed Action taken State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK — FORM 96 PART I (To be completed for all bids. Please type or print) Date: August 16, 2006 1. Governmental Unit(Owner): City of Carmel 2. County : Hamilton 3. Bidder(Firm): Harco Asphalt Paving Address: 1 6 5 0 Harco Way City/State: Indianapolis IN 46217 4. Telephone Number: 317-791 -6700 5. Agent of Bidder(if applicable): Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of #05-1 0 — 3rd Avenue SW and 4th Avenue SW •econs ruc io •. . - - (Governmental Unit) in accordance with plans and specifications prepared by Crossroads Engineers , PC and dated 7° Z8►t for the sum of 6(&O4r hiELA 11.60 gi3er2p- f S�)c 77-10a1/1,N0 11,00 44k Ari.eQ �ru,7— *or sa j,61:0 $ 'Ru3 6,23?.S o 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 (I.C. 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 11 (For projects of$100,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel Bidder(Firm) Harco Asphalt Paving, Inc. Date: August 16, 2006 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. • SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1)year prior to the date of the current bid? Completion Contract Amount Class of Work Date Name and Address of Owner $680, 000. 00 Mill, Resurface 2005 City of Westfield $554, 000. 00 " 2005 City of Lawrence $224 , 000 . 00 " 2005 INDOT 1 , 030 , 000. 00 Stone, Asphalt 2005 Wal—Mart , Crawfordsvi_le, IN 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 $1 , 407, 000. 00 Site, Asphalt Path 2006 INDOT $1 , 396 , 000. 00 Site,Miilr.Asphalt 2006. Perry Township Schools $808, 424. 00 Stone, Asphalt 2007 Avon Elementary $1 , 006, 699 . 00 2007 Franklin High Schoo: 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. Duke Construction • • Brandt Construction Edwards Rigdon Construction Jung Claus—Campbell Construction 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.) 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. 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. • 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. 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. 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. •