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: 131st Street from Shelborne Road to Towne Road Proposal For Construction of: 1315` Street from Shelborne Road to Towne Road. The proposed work includes pavement reconstruction, construction of storm sewers, curb and gutter, landscaping, and decorative concrete center medians. Date: MAY 07, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety • BID-1 \/ 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, total2WO MILLION, THREE EI IIY-CNE `IEE[E\ND, R]JR I IWENIY-'IYJ MUMS AND SIXTY-SIX CENIS Dollars ($ 2,381,422.66 ). 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. BID-3 PART 3 . `''/ CONTRACT ITEMS AND UNIT PRICES // [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price _ Total Price___ Item No. Description Quantity JIn Figures) for Item " " 1 OFFICE EQUIPMENT 1 LS $ 2,100.00 $ 2,100.00 2 CONSTRUCTION ENGINEERING 1 LS $ 26,400.00 $ 26,400.00 3 MOBILIZATION AND DEMOBILIZATION 1 LS $ 87,380.00 $ 87,380.00 4 CLEARING RIGHT OF WAY 1 LS $ 25,000.00 $ 25,000.00 5 TREE,6 IN., REMOVE 8 EACH $ 250.00 $ 2,000.00 6 TREE, 10 IN., REMOVE 3 EACH $ 350.00 $ 1,050.00 7 TREE, 18 IN., REMOVE 8 EACH $ 450.00 $ 3,600.00 8 TREE, 30 IN., REMOVE 2 EACH $ 650.00 $ 1,300.00 9 TREE,48 IN., REMOVE 2 EACH $ 1,000.00 $ 2,000.00 10 CURB AND GUTTER, REMOVE 1809 LFT $ 5.50 $ 9,949.50 11 SIDEWALK,CONCRETE, REMOVE 439 SYS $ 8.00 $ 3,512.00 12 SIGN AND SUPPORTS,CHANNEL POSTS, REMOVE 16 EACH $ 25.00 $ 400.00 13 INLET, REMOVE 3 EACH $ 500.00 $ 1,500.00 14 PIPE, REMOVE 538 LFT $ 16.00 $ 8,608.00 15 PIPE END SECTION, REMOVE 10 EACH $ 175.00 $ 1,750.00 16 FENCE, FARM FIELD, REMOVE 311 LFT $ 4.00 $ 1,244.00 17 EXCAVATION, COMMON 12460 CYS $ 12.00 $ 149,520.00 18 TEMPORARY CHECK DAM, REVETMENT RIPRAP 1 TON $ 600.00 $ 600.00 19 TEMPORARY DITCH INLET PROTECTION 21 EACH $ 65.00 $ 1,365.00 20 TEMPORARY SILT FENCE 2967 LFT $ 1.10 $ 3,263.70 21 SUBGRADE TREATMENT,TYPE I 26539 SYS $ 3.95 $ 104,829.05 22 STRUCTURE BACKFILL 2091 CYS $ 19.00 $ 39,729.00_ 23 COMPACTED AGGREGATE, NO.53, BASE 1694 TON $ 27.00 $ 45,738.00 24 STONE,2 100 TON $ 20.00 $ 2,000.00 25 COMPACTED AGGREGATE NO.53,TEMPORARY FOR 48 TON $ 20.00 $ 960.00 DRIVEWAYS 26 HMA SURFACE,TYPE B 426 TON $ 63.00 $ 26,838.00 27 HMA SURFACE,TYPE C,9.5 mm 1461 TON $ 69.50 $ 101,539.50 28 HMA INTERMEDIATE,TYPE B 703 TON $ 50.00 $ 35,150.00 29 HMA INTERMEDIATE,TYPE C, 19.0 mm 2429 TON $ 46.50 $ 112,948.50 30 HMA INTERMEDIATE,TYPE C,OG, 19.0 mm 3939 TON $ 55.00 $ 216,645.00 31 HMA BASE,TYPE C,25.0 mm 6538 TON $ 43.00 $ 281,134.00 32 HMA FOR TEMPORARY PAVEMENT 788 TON $ 48.00 $ 37,824.00 33 ASPHALT FOR TACK COAT 23 TON $ 337.00 $ 7,751.00 34 FENCE,SPLIT RAIL, RESET 235 LFT $ 22.50 $ 5,287.50 35 CURB RAMP,CONCRETE, F 26 SYS $ 85.00 $ 2,210.00 36 CURB RAMP, CONCRETE, G 199 SYS $ 90.00 $ 17,910.00 37 SIDEWALK, CONCRETE,4 IN. 310 SYS $ 45.00 $ 13,950.00 38 COMBINED CURB AND GUTTER,TYPE II 7683 LFT $ 11.00 $ 84,513.00 39 COMBINED CURB AND GUTTER,TYPE III 7094 LFT $ 11.00 $ 78,034.00 40 DECORATIVE COLORED/PATTERNED CONCRETE,6 294 SYS $ 70.00 $ 20,580.00 IN. 41 HMA FOR APPROACHES,TYPE C 2319 TON $ 55.00 $ 127,545.00 42 PCCP FOR APPROACHES,6 IN. 297 SYS $ 47.00 $ 13,959.00 43 MAILBOX ASSEMBLY,SINGLE 4 EACH $ 185.00 $ 740.00 44 MONUMENT, B 2 EACH $ 550.00 $ 1,100.00 45 MONUMENT,SECTION CORNER 1 EACH $ 450.00 $ 450.00 46 GEOTEXTILES 83 SYS $ 2.00 $ 166.00 BID-1 i i PART 3 CONTRACT ITEMS AND UNIT PRICES '/ [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price_.__ Item No. Description Quantity (In Figures) for Item 47 RIPRAP, REVETMENT 55 TON $ 25.00 $ 1,375.00 48 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 4 EACH $ 50.00 $ 200.00 49 FERTILIZER 0.3 TON $ 700.00 $ 210.00 50 SEED MIXTURE,T 226 LBS $ 3.90 $ 881.40 51 MULCHING MATERIAL 5.5 TON $ 445.00 $ 2,447.50 52 WATER 49 kGAL $ 2.05 $ 100.45 53 TOP SOIL 1114 CYS $ 6.00 $ 6,684.00 54 SODDING, NURSERY 13369 SYS $ 2.90 $ 38,770.10 55 PLANTING BED PREPARATION 575 SFT $ 2.50 $ 1,437.50 56 TOPSOIL FOR TREE PITS 275 CYS $ 13.00 $ 3,575.00 57 MULCH,SHREDDED HARDWOOD BARK 25 CYS $ 22.00 $ 550.00 58 SPADE-CUT EDGE AT PLANTING BEDS 70 LFT $ 1.75 $ 122.50 59 PLANT, ORNAMENTAL GRASS,#2 POT 64 EACH $ 19.00 $ 1,216.00 60 PLANT, DECIDUOUS TREES,3 IN. CALIPER 150 EACH $ 470.00 $ 70,500.00 61 PIPE END SECTION, MIN.AREA 5.1 SQ. FT. 2 EACH $ 1,100.00 $ 2,200.00 62 PIPE,TYPE 4, CIRCULAR,6 IN., DOUBLEWALL, 7524 LFT $ 4.25 $ 31,977.00 SMOOTH INTERIOR 63 PIPE,TYPE 2, CIRCULAR, 12 IN. 1890 LFT $ 24.00 $ 45,360.00 64 PIPE,TYPE 2, CIRCULAR, 15 IN. 799 LFT $ 28.00 $ 22,372.00 65 PIPE,TYPE 2,CIRCULAR, 18 IN. 694 LFT $ 30.00 $ 20,820.00 66 PIPE,TYPE 2, CIRCULAR,24 IN. 72 LFT $ 45.00 $ 3,240.00 67 PIPE,TYPE 2, CIRCULAR,27 IN. 62 LFT $ 55.00 $ 3,410.00 68 PIPE,TYPE 1, DEFORMED, MIN.AREA 5.1 SQ. FT. 114 LFT $ 100.00 $ 11,400.00 I 69 PIPE END SECTION, 18 IN. 2 EACH $ 800.00 $ 1,600.00 70 PIPE END SECTION,24 IN. 1 EACH $ 1,200.00 $ 1,200.00 71 HIGH DENSITY POLYTHYLENE PIPE,2 IN. 940 LFT $ 35.00 $ 32,900.00 72 SINGLE FLUSHING CONNECTION 1 EACH $ 1,500.00 $ 1,500.00 73 SANITARY LATERAL AND CURB STOP(SADDLE TAP) 3 EACH $ 1,200.00 $ 3,600.00 74 CONNECTION TO EXISTING SANITARY MANHOLE 1 LS $ 1,500.00 $ 1,500.00 75 SURFACE RESTORATION(FOR SANITARY 1 LS $ 4,000.00 $ 4,000.00 INSTALLATION) 76 AGGREGATE FOR UNDERDRAINS 678 CYS $ 30.00 $ 20,340.00 77 GEOTEXTILES FOR UNDERDRAIN 7524 SYS $ 1.00 $ 7,524.00 78 CASTING,ADJUST TO GRADE 8 EACH $ 1,100.00 $ 8,800.00 79 CASTING,4, FURNISH AND ADJUST TO GRADE 2 EACH $ 1,200.00 $ 2,400.00 80 INLET, E7 1 EACH $ 1,500.00 $ 1,500.00 81 INLET,J10 13 EACH $ 1,200.00 $ 15,600.00 82 INLET, M10 4 EACH $ 1,500.00 $ 6,000.00 83 INLET,J10, MODIFIED 3 EACH $ 1,300.00 $ 3,900.00 84 INLET, M10, MODIFIED 4 EACH $ 1,800.00 $ 7,200.00 85 PIPE CATCH BASIN,24 IN. 7 EACH $ 1,200.00 $ 8,400.00 86 MANHOLE,C4 • 15 EACH $ 1,500.00 $ 22,500.00 BID-2 PART 3 - ----- CONTRACT ITEMS AND UNIT PRICES ti [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract _ Estimated Unit Price Total P"rice _ - Item No._Description Quantity (In Figures) for Item 87 STRUCTURE, INLET, RECONSTRUCT 1.7 LFT $ 950.00 $ 1,615.00 88 CATCH BASIN, F7 1 EACH $ 1,400.00 $ 1,400.00 89 MANHOLE,J4 1 EACH $ 3,600.00 $ 3,600.00 90 CATCH BASIN, M10 12 EACH $ 1,700.00 $ 20,400.00 91 CATCH BASIN, M10, MODIFIED 5 EACH $ 1,900.00 $ 9,500.00 92 CATCH BASIN, G7 1 EACH $ 1,600.00 $ 1,600.00 93 RELOCATE FIRE HYDRANT. 1 EACH $ 4,800.00 $ 4,800.00 94 ADJUST VALVE BOX TO GRADE 14 EACH $ 500.00 $ 7,000.00 95 ROAD CLOSURE SIGN ASSEMBLY 10 EACH $ 195.00 $ 1,950.00 96 DETOUR ROUTE MARKER ASSEMBLY 17 EACH $ 96.00 $ 1,632.00 97 CONSTRUCTION SIGN,A 13 EACH $ 109.00 $ 1,417.00 98 MAINTAINING TRAFFIC 1 LS $ 56,536.72 $ 56,536.72 99 BARRICADE, III-B 240 LFT $ 11.00 $ 2,640.00 100 SIGN POST,SQUARE, 1, REINFORCED ANCHOR 134.6 LFT $ 14.00 $ 1,884.40 BASE 101 SIGN,SHEET, RELOCATE 6 EACH $ 100.00 $ 600.00 102 SIGN,SHEET, ENCAPSULATED LENS WITH LEGEND, 95 SFT $ 19.00 $ 1,805.00 0.080 IN.THICKNESS 103 SIGN,SHEET, ENCAPSULATED LENS WITH LEGEND, 3 SFT $ 23.00 $ 69.00 0.100 IN.THICKNESS 104 CONDUIT, PVC,4 IN. 7700 LFT $ 14.00 $ 107,800.00 105 SAW CUT, FULL DEPTH 24 LFT $ 10.00 $ 240.00 106 HANDHOLE 13 EACH $ 950.00 $ 12,350.00 107 LINE, PAINT,SOLID,YELLOW,8 IN. 1352 LFT $ 0.75 $ 1,014.00 108 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 1727 LFT $ 0.57 $ 984.39 109 LINE, PAINT,SOLID,WHITE,4 IN. 781 LFT $ 0.50 $ 390.50 110 TRANSVERSE MARKINGS, PAINT,SOLID,YELLOW 272 LFT $ 2.40 $ 652.80 CROSSHATCH LINE, 12 IN. 111 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN. 108 LFT $ 1.50 $ 162.00 112 TRANSVERSE MARKINGS,THERMOPLASTIC, STOP 210 LFT $ 4.50 $ 945.00 LINE,24 IN. 113 TRANSVERSE MARKINGS,THERMOPLASTIC, 1159 LFT $ 1.35 $ 1,564.65 • CROSSWALK LINE,6 IN. 114 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 22 EACH $ 88.00 $ 1,936.00 LANE INDICATION ARROW 115 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 11 EACH $ 119.00 $ 1,309.00 WORD(ONLY) 116 SNOWPLOWABLE RAISED PAVEMENT MARKER 14 EACH $ 160.00 $ 2,240.00 (YELLOW) TOTAL BASE BID AMOUNT $ 2,381,422.66 ALTERNATE BID"A" 117 ALTERNATE EARTHWORK WASTE SITE 1 LS $ (23,630.00) (NORTHWEST CORNER OF 131ST STREET AND TOWNE ROAD) ALTERNATE"A"AMOUNT $ (23,630.00) TOTAL $ 2,357,792.66 BID-3 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 MAY 06, 2008 BID-8 CITY OF CARMEL Letting of May 7, 2008 May 6, 2008 ADDENDUM No. 1 TO THE STREET AND DRAINAGE IMPROVEMENT PROJECT ON 131ST STREET FROM SHELBORNE ROAD TO TOWNE ROAD CARMEL PROJECT NO. 06-10 This is to advise you that revisions, clarifications, and additions as outlined on the following pages have been made to the Plans and Contract Documents. Should you desire to submit a bid, please do so on the basis of the information set out therein. The acknowledgement below should be signed only by prequalified bidders and returned immediately upon receipt to Clark Dietz, Inc. (Farrar Garvey Division) by facsimile transmission through FAX no. (317) 844-9158. This page must be signed, dated and submitted with your bid. Jo'.es A. Loew, P.E. Project Manager ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM NO. 1 The contractor acknowledges receipt of Addendum No. 1 dated May 6, 2008, which is hereby made a part of this Construction Contract. TZc'3Sec'TAiJ q�� Title iN4y ■ Company Date BEFORE SUBMITTING BIDDING DOCUMENTS, PLEASE BE SURE TO INSERT ALL SIGNED ADDENDUM ACKNOWLEDGEMENTS. Page 1 of 3 TX Report P 1 r 05/06/2008 07:56 Serial No. 321704994 TC: 266800 Destination Start Time Time Prints Result Note 98449158 05-06 07:55 00:00:17 001/001 OK L1 Note L1: Main Circuit, L2: Sub Circuit, TMR: Timer, POL: Poll, ORG: Original, FME: Frame Erase TX, MIX: Mixed Original, CALL: Manual Communication, CSRC: CSRC, FWD: Forward, PC: PC-FAX, BND: Bind, SP: Special Original, FCODE: F-Code, RTX: Re-Tx, RLY: Relay, MBX: Confidential, BUL:Bulletin, SIP:SIP-Fax, IPADR:IP Address Fax, I-FAX:Internet Fax Result OK: Communication OK, S-OK: Stop Communication, PW-OFF: Power Switch OFF, TEL: RX from TEL, NG: Other Error, Cont: Continue, No Ans: No Answer, Refuse: Receipt Refused, Busy: Busy, M-Full:Memory Full, LOVR:Receiving length Over, POVER:Receiving page Over, FIL:File Error, DC:Decode Error, MDN:MDN Response Error, DSN:DSN Response Error. £3o I a8sa •s.Z1.IarnZarJCra-Tnnot�I��*I fiQlNiaacry QahZ�Jis Z'EF� .L?Iaslu OZ a�rnS as aslea'Ia -.N,IrQcErg 2lOtmEr aaBQ S � ao, �q ��ts c-Q�+l�-L • --'�— 0/411. Agaaaq si `SOOZ '9 AsyA paasp i •c mnpuappd pm }iiIIan= s 2pasmouga ;soaossiuoo aqy Z 'OM IAICIQLta�QQN,". c 30 �■i1A1JQ3'IAAOI■111• -Nr aa2sasw aoafw a a` • o-=-F-s r C p -pcq mac gatm pata?wgns Pas pa;sp `pausis aq asnm a2sd sm." 'SSI6-i'-178 (LI£) -oa) V gRnoaga uaassimsasaa ajmziss;Aq(socscn ou Aanasr,�211?-110.43 -oui'zwrQ xasio,of adtaoaa uodn Alaasipammz paumaaa pus saapplq pau-yrenbaad Act Also pausis aq ppsogs moiaq aaamaspalmoastos aqy -uxaaaxp trio aas aoiasuuo;ac amp sissq ago uo as ap assald `pig s aimgns oa aausap noA prnogs -sauamnaoQ aass:moo'pas sus-GA alp oa aims=uaaq ansq sa4sd 2[nmouctj aqa ua paagana ss saoiarpps pus `saogsag[asia `saOis[na3 a8C[a noA ascnps .al sx sLgy 01-90 'CANT.1.OaIO2Id'"IEITAL2ITV OI QVO2L an7nnOS.cox.QEr02E a1■12EO13'IaE3s WO-Ka.1.2ralt1.1.S y5I£I Ai0 S"7arc 11 Niv icr Qt.w.L$a2i.LS aI-11.OS. L MLICI NiOQQNT soot soot`G AsL\I3o�'mlaa'I 'ICJ .t10 x-LI PART 5 ! ' EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall hilly 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 BID-9 PAIN f, _ - 6 • FINANCIAL STATEMENT 6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the Work/Project if awarded. Information on Bidder's company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms #96a and#102, entitled"Standard Questionnaires and Financial Statement for Bidders". • BID-10 General Form No.96-a. Prescribed by the State Board of Accounts of In iana.Revised 1949. Standard Questionnaires and Financial Statement for Bidders Prescribed by THE STATE:.BOARD OF ACCOUNTS OF INDIANA , For use in investigating and determining the.qualifications of bidders on public construction when the aggregate cost of any such work or improvement will be Five Thousand Dollars or more. These.statements to be submitted under oath by each bidder with and as a part of his bid,as provided by Chapter 306,page 1248,Acts of 1947 Submitted to BOARD OF PUBLIC WORKS AND SAFETY, CITY OF CARMEL, IN By E&B.Paving,Inc. X • A corporation Address: 286 W.300 N. A Coaparl,ership Anderson,IN 46012 An Individual Date Submitted: MAY 07, 2008 Filed I v 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. IProject: 131st Street from Shelborne Road to Towne Road Proposal For Construction of: 13! Street from Shelborne Road to Towne Road. The proposed work includes pavement reconstruction, construction of storm sewers, curb and gutter, landscaping, and decorative concrete center medians. Date: May 7, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety I I I BID-1 I 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 Two Million Five Hundred Fifteen Thousand Seventy Three and 00/100 Dollars ($ 2.515,073.00 ). 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. BID-3 r 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 I 1.3 Bidder is a/an[mark one] I Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion#2, dated January 23, 1958.] I .1 Corporation Name: .2 Address: I .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: I I I BID-2 • PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No, Description Quantity (In Figures) for Item 1 OFFICE EQUIPMENT 1 LS $ 3,751.10 $ 3,751.10 2 CONSTRUCTION ENGINEERING 1 LS $ 21,750.00 $ 21,750.00 3 MOBILIZATION AND DEMOBILIZATION 1 LS $ 69,564.77 $ 69,564.77 4 CLEARING RIGHT OF WAY 1 LS $ 6,449.00 $ 6,449.00 . 5 TREE,6 IN., REMOVE 8 EACH $ 266.00 $ 2,128.00 6 TREE, 10 IN., REMOVE 3 EACH $ 443.00 $ 1,329.00 7 TREE, 18 IN., REMOVE 8 EACH $ 797.00 $ 6,376.00 8 TREE,30 IN., REMOVE 2 EACH $ 1,328.00 $ 2,656.00 9 TREE,48 IN., REMOVE 2 EACH $ 2,125.00 $ 4,250.00 10 CURB AND GUTTER, REMOVE 1809 LFT $ 6.16 $ 11,143.44 11 SIDEWALK, CONCRETE, REMOVE 439 SYS $ 6.34 $ 2,783.26 12 SIGN AND SUPPORTS,CHANNEL POSTS, REMOVE 16 EACH $ 25.00 $ 400.00 13 INLET, REMOVE 3 EACH $ 278.81 $ 836.43 14 PIPE, REMOVE 538 LFT $ 12.31 $ 6,622.78 15 PIPE END SECTION, REMOVE 10 EACH $ 84.82 $ 848.20 16 FENCE, FARM FIELD, REMOVE 311 LFT $ 6.59 $ 2,049.49 17 EXCAVATION, COMMON 12460 CYS $ 19.66 $ 244,963.60 18 TEMPORARY CHECK DAM, REVETMENT RIPRAP 1 TON $ 444.89 $ 444.89 19 TEMPORARY DITCH INLET PROTECTION 21 EACH $ 75.00 $ 1,575.00 20 TEMPORARY SILT FENCE 2967 LFT $ 1.25 $ 3,708.75 21 SUBGRADE TREATMENT,TYPE I 26539 SYS $ 4.47 $ 118,629.33 22 STRUCTURE BACKFILL 2091 CYS $ 18.56 $ 38,808.96 23 COMPACTED AGGREGATE, NO.53, BASE 1694 TON $ 18.78 $ 31,813.32 24 STONE,2 100 TON $ 56.02 $ 5,602.00 25 COMPACTED AGGREGATE NO.53,TEMPORARY FOR 48 TON $ 86.05 $ 4,130.40 DRIVEWAYS 26 HMA SURFACE,TYPE B 426 TON $ 66.00 $ 28,116.00 27 HMA SURFACE,TYPE C,9.5 mm 1461 TON $ 71.00 $ 103,731.00 28 HMA INTERMEDIATE,TYPE B 703 TON $ 52.00 $ 36,556.00 29 HMA INTERMEDIATE,TYPE C, 19.0 mm 2429 TON $ 44.00 $ 106,876.00 30 HMA INTERMEDIATE,TYPE C,OG, 19.0 mm 3939 TON $ 47.00 $ 185,133.00 . 31 HMA BASE,_TYPE C,25.0 mm__ . . 6538. TON $ 43.00 $ 281,134.00 32 HMA FOR TEMPORARY PAVEMENT 788 TON $ 63.22 $ 49,817.36 33 ASPHALT FOR TACK COAT 23 TON $ 300.00 $ 6,900.00 34 FENCE,SPLIT RAIL, RESET 235 LFT $ 19.22 $ 4,516.70 35 CURB RAMP, CONCRETE, F 26 SYS $ 114.00 .$ 2,964.00 36 CURB RAMP, CONCRETE, G 199 SYS $ 114.00 $ 22,686.00 37 SIDEWALK, CONCRETE,4 IN. 310 SYS $ 35.00 $ 10,850.00 38 COMBINED CURB AND GUTTER,TYPE II 7683 LFT $ 11.00 $ 84,513.00 39 COMBINED CURB AND GUTTER,TYPE III 7094 LFT $ 11.00 $ 78,034.00 40 DECORATIVE COLORED/PATTERNED CONCRETE,6 294 SYS $ 90.00 $ 26,460.00 IN. 41 HMA FOR APPROACHES,TYPE C 2319 TON $ 55.00 $ 127,545.00 42 PCCP FOR APPROACHES,6 IN. 297 SYS $ 50.00 $ 14,850.00 43 MAILBOX ASSEMBLY, SINGLE 4 EACH $ 160.85 $ 643.40 44 MONUMENT, B 2 EACH $ 693.40 $ 1,386.80 45 MONUMENT,SECTION CORNER 1 EACH $ 712.40 $ 712.40 46 GEOTEXTILES 83 SYS $ 2.17 $ 180.11 47 RIPRAP, REVETMENT 55 TON $ 98.81 $ 5,434.55 48 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 4 EACH $ 800.00 $ 3,200.00 49 FERTILIZER 0.3 TON $ 750.00 $ 225.00 50 SEED MIXTURE,T 226 LBS $ 2.95 $ 666.70 51 MULCHING MATERIAL 5.5 TON $ 400.00 $ 2,200.00 52 WATER 49 kGAL $ 1.00 $ 49.00 53 TOP SOIL 1114 CYS $ 32.89 $ 36,639.46 54 SODDING,NURSERY 13369 SYS $ 2.50 $ 33,422.50 55 PLANTING BED PREPARATION 575 SFT $ 1.00 $ 575.00 BID-4 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No, Description Quantity (In Figures) for Item 56 TOPSOIL FOR TREE PITS 275 CYS $ 60.00 $ 16,500.00 57 MULCH,SHREDDED HARDWOOD BARK 25 CYS $ 40.00 $ 1,000.00 58 SPADE-CUT EDGE AT PLANTING BEDS 70 LFT $ 1.00 $ 70.00 59 PLANT,ORNAMENTAL GRASS,#2 POT 64 EACH $ 49.00 $ 3,136.00 60 PLANT, DECIDUOUS TREES, 3 IN.CALIPER 150 EACH $ 590.00 $ 88,500.00 61 PIPE END SECTION, MIN.AREA 5.1 SQ. FT. 2 EACH $ 1,519.28 $ 3,038.56 62 PIPE,TYPE 4, CIRCULAR,6 IN., DOUBLEWALL, 7524 LFT $ 4.30 $ 32,353.20 SMOOTH INTERIOR 63 PIPE,TYPE 2,CIRCULAR, 12 IN. 1890 LFT $ 35.28 $ 66,679.20 64 PIPE,TYPE 2,CIRCULAR, 15 IN. 799 LFT $ 37.48 $ 29,946.52 65 PIPE,TYPE 2,CIRCULAR, 18 IN. 694 LFT $ 47.47 $ 32,944.18 66 PIPE,TYPE 2,CIRCULAR,24 IN. 72 LFT $ 59.10 $ 4,255.20 67 PIPE,TYPE 2, CIRCULAR,27 IN. 62 LFT $ 70.54 $ 4,373.48 68 PIPE,TYPE 1, DEFORMED,MIN.AREA 5.1 SQ. FT. 114 LFT $ 110.80 $ 12,631.20 69 PIPE END SECTION, 18 IN. 2 EACH $ 580.73 $ 1,161.46 70 PIPE END SECTION,24 IN. 1 EACH $ 643.26 $ 643.26 71 HIGH DENSITY POLYTHYLENE PIPE,2 IN. 940 LFT $ 10.53 $ 9,898.20 72 SINGLE FLUSHING CONNECTION 1 EACH $ 1,572.63 $ 1,572.63 73 SANITARY LATERAL AND CURB STOP(SADDLE TAP) 3 EACH $ 1,527.81 $ 4,583.43 74 CONNECTION TO EXISTING SANITARY MANHOLE 1 LS $ 2,673.13 $ 2,673.13 75 SURFACE RESTORATION(FOR SANITARY 1 LS $ 9,649.51 $ 9,649.51 INSTALLATION) 76 AGGREGATE FOR UNDERDRAINS 678 CYS $ 36.00 $ 24,408.00 77 GEOTEXTILES FOR UNDERDRAIN 7524 SYS $ 1.50 $ 11,286.00 78 CASTING,ADJUST TO GRADE 8 EACH $ 495.79 $ 3,966.32 79 CASTING,4, FURNISH AND ADJUST TO GRADE 2 EACH $ 850.32 $ 1,700.64 80 INLET, E7 1 EACH $ 1,460.60 $ 1,460.60 81 INLET,J10 13 EACH $ 1,741.86 $ 22,644.18 82 INLET, M10 4 EACH $ 1,731.53 $ 6,926.12 83 INLET,J10, MODIFIED 3 EACH $ 1,731.52 $ 5,194.56 84 INLET, M10, MODIFIED . 4 EACH $ 1,731.53 $ 6,926.12 85 PIPE CATCH BASIN,24 IN. 7 EACH $ 1,020.48 $ 7,143.36 86._ MANHOLE, C4 15 EACH $ 2,454.88 $ 36,823.20 I BID-5 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price item No. Description Quantity fIn Figured for Item 87 STRUCTURE, INLET, RECONSTRUCT 1.7 LFT $ 894.08 $ 1,519.94 88 CATCH BASIN, F7 1 EACH $ 1,298.74 $ 1,298.74 89 MANHOLE,J4 1 EACH $ 4,751.67 $ 4,751.67 90 CATCH BASIN,M10 12 EACH $ 1,533.92 $ 18,407.04 91 CATCH BASIN, M10, MODIFIED 5 EACH $ 4,869.26 $ 24,346.30 92 CATCH BASIN, G7 1 EACH $ 1,497.44 $ 1,497.44 93 RELOCATE FIRE HYDRANT 1 EACH $ 2,730.14 $ 2,730.14 94 ADJUST VALVE BOX TO GRADE 14 EACH_ $ 498.15 $ 6,974.10 95 ROAD CLOSURE SIGN ASSEMBLY 10 EACH $ 195.00 $ 1,950.00 96 DETOUR ROUTE MARKER ASSEMBLY 17 EACH $ 96.00 $ 1,632.00 97 CONSTRUCTION SIGN,A 13 EACH $ 109.00 $ 1,417.00 98 MAINTAINING TRAFFIC 1 LS $ 5,068.93 $ 5,068.93 99 BARRICADE, Ill-B 240 LFT $ 11.00 $ 2,640.00 100 SIGN POST,SQUARE, 1, REINFORCED ANCHOR 134.6 LFT ' $ 14.00 $ 1,884.40 BASE 101 SIGN, SHEET, RELOCATE 6 EACH, $ 100.00 $ 600.00 102 SIGN,SHEET, ENCAPSULATED LENS WITH LEGEND, 95 SFT $ 19.00 $ 1,805.00 0.080 IN.THICKNESS 103 SIGN,SHEET, ENCAPSULATED LENS WITH LEGEND, 3 SFT $ 23.00 $ 69.00 0.100 IN.THICKNESS 104 CONDUIT, PVC,4 IN. 7700 LFT $ 14.00 $ 107,800.00 105 SAW CUT, FULL DEPTH 24 LFT $ 100.00 $ 2,400.00 106 HANDHOLE 13 EACH $ 950.00 $ 12,350.00 107 LINE, PAINT,SOLID,YELLOW, 8 IN. 1352 LFT $ 0.75 $ 1,014.00 108 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 1727 LFT , 0.57 $ 984.39 109 LINE, PAINT,SOLID,WHITE,4 IN. 781 LFT $ 0.50 $ 390.50 110 TRANSVERSE MARKINGS, PAINT,SOLID,YELLOW 272 LFT $ 2.40 $ 652.80 CROSSHATCH LINE, 12 IN. 111 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN. 108 LFT $ 1.50, $ 162.00 112 TRANSVERSE MARKINGS,THERMOPLASTIC,STOP 210 LFT $ 4.50 $ 945.00 LINE,24 IN. 113 TRANSVERSE MARKINGS,THERMOPLASTIC, 1159 LFT $ 1.35 $ 1,564.65 CROSSWALK LINE,6 IN. 114 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 22 EACH $ 88.00. $ 1,936.00 LANE INDICATION ARROW 115 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 11 EACH 1 $ 119.00 $ 1,309.00 WORD(ONLY) 116 SNOWPLOWABLE RAISED PAVEMENT MARKER 14 EACH $ 161.00 $ 2,254.00 (YELLOW) TOTAL BASE BID AMOUNT $ 2,515.073.00 ALTERNATE BID"A" 117 ALTERNATE EARTHWORK WASTE SITE 1 LS $ (103,161.00) $ (103,161.00) (NORTHWEST CORNER OF 131ST STREET AND TOWNE ROAD) ALTERNATE"A"AMOUNT $ (103.161.00) TOTAL I $ 2.411,912.001 BID-6 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. tf J pp � BID-9 CITY OF CARMEL Letting of May 7, 2008 May 6, 2008 ADDENDUM No. 1 TO THE STREET AND DRAINAGE IMPROVEMENT PROJECT ON 131ST STREET FROM SHELBORNE ROAD TO TOWNE ROAD CARMEL PROJECT NO. 06-10 This is to advise you that revisions, clarifications, and additions as outlined on the following pages have been made to the Plans and Contract Documents. Should you desire to submit a bid, please do so on the basis of the information set out therein. The acknowledgement below should be signed only by prequalified bidders and returned immediately upon receipt to Clark Dietz, Inc. (Farrar Garvey Division) by facsimile transmission through FAX no. (317) 844-9158. This page must be signed, dated and submitted with your bid. „ cf, 7„L_J J. es A. Loew,P.E. Project Manager ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM NO. 1 The contractor acknowledges receipt of Addendum No. 1 dated May 6, 2008, which is hereby made a part of this Construction Contract. S'= ature Kevin S. Green, President Title Calumet Civil Contractors, Inc. Company May 7, 2008 Date BEFORE SUBMITTING BIDDING DOCUMENTS, PLEASE BE SURE TO INSERT ALL SIGNED ADDENDUM ACKNOWLEDGEMENTS. Page 1 of 3 I BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel 1 Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts - shall be hilly and accurately filled in and completed and notarized. Project: 131St Street from Shelborne Road to Towne Road Proposal For Construction of: • 131St Street from Shelborne Road to Towne Road. The proposed work includes pavement reconstruction, construction of storm sewers, curb and gutter, landscaping, and decorative concrete center medians. Date: May 7, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety I I I I I I BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: 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 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: BID-2 I I 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, whe multiplied by estimated unit quantities for such Contract Ite ss,�t t TIAIc M;11 /I hp Lk( I c&e.d i I�.ou.f and -ruof H(NAresk 3dllar "'a'( Z�by Q C�-1• DQ. 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 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No. Description Quantit In Figures for Item 1 OFFICE EQUIPMENT 1 LS $3,500.00 3,500.00 2 CONSTRUCTION ENGINEERING 1 LS $22,000.00 22,000.00 3 MOBILIZATION AND DEMOBILIZATION 1 LS $71,000.00 71,000.00 4 CLEARING RIGHT OF WAY 1 LS $20,000.00 20,000.00 5 TREE, 6 IN., REMOVE 8 EACH $275.00 2,200.00 6 TREE, 10 IN., REMOVE 3 EACH $275.00 825.00 7 TREE, 18 IN., REMOVE 8 EACH $350.00 2,800.00 8 TREE,30 IN., REMOVE 2 EACH $500.00 1,000.00 9 TREE,48 IN., REMOVE 2 EACH $725.00 1,450.00 10 CURB AND GUTTER, REMOVE 1809 LFT $4.00 7,236.00 11 SIDEWALK,CONCRETE, REMOVE 439 SYS $9.75 4,280.25 12 SIGN AND SUPPORTS, CHANNEL POSTS, REMOVE 16 EACH $48.00 768.00 13 INLET, REMOVE 3 EACH $280.00 840.00 14 PIPE, REMOVE 538 LFT $14.00 7,532.00 15 PIPE END SECTION, REMOVE 10 EACH $160.00 1,600.00 16 FENCE, FARM FIELD, REMOVE 311 LFT $3.00 933.00 17 EXCAVATION, COMMON 12460 CYS $16.00 199,360.00 18 TEMPORARY CHECK DAM, REVETMENT RIPRAP 1 TON $200.00 200.00 19 TEMPORARY DITCH INLET PROTECTION 21 EACH $100.00 2,100.00 20 TEMPORARY SILT FENCE 2967 LFT $1.10 3,263.70 21 SUBGRADE TREATMENT,TYPE I 26539 SYS $3.50 92,886.50 22 STRUCTURE BACKFILL 2091 CYS $18.00 37,638.00 23 COMPACTED AGGREGATE, NO. 53, BASE 1694 TON $20.00 33,880.00 24 STONE,2 100 TON $20.00 2,000.00 25 COMPACTED AGGREGATE NO.53,TEMPORARY FOR 48 TON $22.00 1,056.00 DRIVEWAYS 26 HMA SURFACE,TYPE B 426 TON $64.00 27,264.00 27 HMA SURFACE,TYPE C,9.5 mm 1461 TON $67.00 97,887.00 28 HMA INTERMEDIATE,TYPE B 703 TON $56.00 39,368.00 29 HMA INTERMEDIATE,TYPE C, 19.0 mm 2429 TON $48.00 116,592.00 30 HMA INTERMEDIATE,TYPE C, OG, 19.0 mm 3939 TON $57.00 224,523.00 31 HMA BASE,TYPE C,25.0 mm 6538 TON $45.00 294,210.00 32 HMA FOR TEMPORARY PAVEMENT 788 TON $57.00 44,916.00 33 ASPHALT FOR TACK COAT 23 TON $350.00 8,050.00 34 FENCE, SPLIT RAIL, RESET 235 LFT $19.00 4,465.00 35 CURB RAMP, CONCRETE, F 26 SYS $230.00 5,980.00 36 CURB RAMP, CONCRETE, G 199 SYS $156.00 31,044.00 37 SIDEWALK, CONCRETE,4 IN. 310 SYS $69.00 21,390.00 38 COMBINED CURB AND GUTTER,TYPE II 7683 LFT $13.00 99,879.00 39 COMBINED CURB AND GUTTER,TYPE III 7094 LFT $13.00 92,222.00 40 DECORATIVE COLORED/PATTERNED CONCRETE, 6 294 SYS $100.00 29,400.00 IN. 41 HMA FOR APPROACHES,TYPE C 2319 TON $55.00 127,545.00 BID-1 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No. Descri•tion Quantit In Fi.ures for Item 86 MANHOLE, C4 15 EACH $2,200.00 33,000.00 87 STRUCTURE, INLET, RECONSTRUCT 1.7 LFT $560.00 952.00 88 CATCH BASIN, F7 1 EACH $1,400.00 1,400.00 89 MANHOLE,J4 1 EACH $2,900.00 2,900.00 90 CATCH BASIN, M10 12 EACH $1,800.00 21,600.00 91 CATCH BASIN, M10, MODIFIED 5 EACH $1,800.00 9,000.00 92 CATCH BASIN, G7 1 EACH $1,700.00 1,700.00 93 RELOCATE FIRE HYDRANT 1 EACH $3,300.00 3,300.00 94 ADJUST VALVE BOX TO GRADE 14 EACH $425.00 _ 5,950.00 95 ROAD CLOSURE SIGN ASSEMBLY 10 EACH _ $195.00 1,950.00 96 DETOUR ROUTE MARKER ASSEMBLY 17 EACH $96.00 1,632.00 97 CONSTRUCTION SIGN,A 13 EACH $109.00 1,417.00 98 MAINTAINING TRAFFIC 1 LS $9,999.46 9,999.46 99 BARRICADE, III-B 240 LFT $11.00 2,640.00 100 SIGN POST, SQUARE, 1, REINFORCED ANCHOR 134.6 LFT $14.00 1,884.40 BASE 101 SIGN, SHEET, RELOCATE 6 EACH $100.00 600.00 102 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 95 SFT $19.00 1,805.00 0.080 IN.THICKNESS 103 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 3 SFT $23.00 69.00 0.100 IN.THICKNESS 104 CONDUIT, PVC,4 IN. 7700 LFT $14.00 107,800.00 105 SAW CUT, FULL DEPTH 24 LFT $6.25 150.00 106 HANDHOLE 13 EACH $950.00 12,350.00 107 LINE, PAINT, SOLID,YELLOW, 8 IN. 1352 LFT $0.75 1,014.00 108 LINE,THERMOPLASTIC, SOLID,WHITE,4 IN. 1727 LFT $0.57 984.39 109 LINE, PAINT, SOLID,WHITE,4 IN. 781 LFT $0.50 390.50 110 TRANSVERSE MARKINGS, PAINT,SOLID,YELLOW 272 LFT $2.40 652.80 CROSSHATCH LINE, 12 IN. 111 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN. 108 LFT $1.50 162.00 112 TRANSVERSE MARKINGS,THERMOPLASTIC, STOP 210 LFT $4.50 945.00 LINE,24 IN. 113 TRANSVERSE MARKINGS,THERMOPLASTIC, 1159 LFT $1.35 1,564.65 CROSSWALK LINE, 6 IN. 114 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 22 EACH $88.00 1,936.00 LANE INDICATION ARROW 115 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 11 EACH $119.00 1,309.00 WORD(ONLY) 116 SNOWPLOWABLE RAISED PAVEMENT MARKER 14 EACH $161.00 2,254.00 (YELLOW) TOTAL BASE BID AMOUNT 0 $2,444,487.00 ALTERNATE BID"A" 117 ALTERNATE EARTHWORK WASTE SITE 1 LS -$20,000.00 -$20,000.00 (NORTHWEST CORNER OF 131ST STREET AND TOWNE ROAD) ALTERNATE "A" AMOUNT $" 2-0, D0 D. oa TOTAL [ $2,424,487.00 BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No. Description Quantity In FipuresI for Item BID-4 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 I herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE One May 6, 2008 I • I I I I I I I I I BID-8 I 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 BID-9 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: I3IS`Street from Shelborne Road to Towne Road Proposal For Construction of: 131st Street from Shelborne Road to Towne Road. The proposed work includes pavement reconstruction, construction of storm sewers, curb and gutter, landscaping, and decorative concrete center medians. Date: 5/7/2008 To: City of Carmel,Indiana,Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: The Snider Group;Inc. 1.2 Bidder Address: Street Address: 168905 AikdraderDvenc City: Zionsville - State: =,IN;7 Zip: 46077 Phone: 317-873-5265 Fax: 317-873-5280 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: 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 Two Million Four Hundred and Eighty One Thousand Five Hundred and 00rs ($ 2,481,500.00 ). 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. nrn_� PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No. Descri.tion Unit Quanti In Fi.ures for Item 1 OFFICE EQUIPMENT LS 1 7,500.00 7,500.00 2 CONSTRUCTION ENGINEERING LS 1 29,900.00 29,900.00 3 MOBILIZATION AND DEMOBILIZATION LS 1 92,755.00 92,755.00 4 CLEARING RIGHT OF WAY LS 1 12,500.00 12,500.00 5 TREE,6 IN.,REMOVE EA 8 200.00 1,600.00 6 TREE, 10 IN.,REMOVE EA 3 250.00 750.00 7 TREE, 18 IN.,REMOVE EA 8 350.00 2,800.00 8 TREE,30 IN.,REMOVE EA 2 1,000.00 2,000.00 9 TREE,48 IN.,REMOVE EA 2 2,000.00 4,000.00 10 CURB AND GUTTER,REMOVE LFT 1809 7.00 12,663.00 11 SIDEWALK,CONCRETE,REMOVE SYS 439 8.20 3,599.80 12 SIGN AND SUPPORTS,CHANNEL POSTS,REMOVE EA 16 27.00 432.00 13 INLET,REMOVE EA 3 500.00 1,500.00 14 PIPE,REMOVE LFT 538 8.00 4,304.00 15 PIPE END SECTION,REMOVE EA 10 500.00 5,000.00 16 FENCE,FARM FIELD,REMOVE LFT 311 5.00 1,555.00 17 EXCAVATION,COMMON CYS 12460 20.50 255,430.00 18 TEMPORARY CHECK DAM,REVETMENT RIPRAP TON 1 35.00 35.00 19 TEMPORARY DITCH INLET PROTECTION EA 21 92.00 1,932.00 20 TEMPORARY SILT FENCE LFT 2967 3.20 9,494.40 21 SUBGRADE TREATMENT,TYPE I SYS 26539 3.36 89,171.04 22 STRUCTURE BACKFILL CYS 2091 15.50 32,410.50 23 COMPACTED AGGREGATE,NO.53,BASE TON 1694 22.50 38,115.00 24 STONE,2 TON 100 35.00 3,500.00 25 COMPACTED AGGREGATE NO.53,TEMPORARY FOR TON 48 35.00 1,680.00 DRIVEWAYS 26 HMA SURFACE,TYPE B TON 426 68.00 28,968.00 27 HMA SURFACE,TYPE C,9.5 mm TON 1461 73.15 106,872.15 28 HMA INTERMEDIATE,TYPE B TON 703 53.60 37,680.80 29 HMA INTERMEDIATE,TYPE C, 19.0 mm TON 2429 45.50 110,519.50 30 HMA INTERMEDIATE,TYPE C,OG, 19.0 mm TON 3939 48.50 191,041.50 31 HMA BASE,TYPE C,25.0 mm TON 6538 44.30 289,633.40 32 HMA FOR TEMPORARY PAVEMENT TON 788 51.50 40,582.00 33 ASPHALT FOR TACK COAT TON 23 310.00 7,130.00 34 FENCE,SPLIT RAIL,RESET LFT 235 21.00 4,935.00 35 CURB RAMP,CONCRETE,F SYS 26 120.00 3,120.00 36 CURB RAMP,CONCRETE,G SYS 199 120.00 23,880.00 37 SIDEWALK,CONCRETE,4 IN. SYS 310 45.00 13,950.00 38 COMBINED CURB AND GUTTER,TYPE II LFT 7683 10.80 82,976.40 39 COMBINED CURB AND GUTTER,TYPE III LFT 7094 10.80 76,615.20 40 DECORATIVE COLORED/PATTERNED CONCRETE,6 SYS 294 95.00 27,930.00 IN. 41 HMA FOR APPROACHES,TYPE C TON 2319 56.50 131,023.50 42 PCCP FOR APPROACHES,6 IN. SYS 297 52.00 15,444.00 43 MAILBOX ASSEMBLY,SINGLE EA 4 250.00 1,000.00 1 44 MONUMENT,B EA 2 500.00 1,000.00 45 MONUMENT,SECTION CORNER EA 1 500.00 500.00 46 GEOTEXTILES SYS 83 2.25 186.75 47 RIPRAP,REVETMENT TON 55 35.00 1,925.00 48 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EA 4 875.00 3,500.00 BID-1 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No. Descri•tion Unit •uanti In Fi.ures for Item 100 SIGN POST,SQUARE, 1,REINFORCED ANCHOR LFT 134.6 15.25 2,052.65 BASE 101 SIGN,SHEET,RELOCATE EA 6 110.00 660.00 102 SIGN,SHEET,ENCAPSULATED LENS WITH LEGEND, SFT 95 20.55 1,952.25 0.080 IN.THICKNESS 103 SIGN,SHEET,ENCAPSULATED LENS WITH LEGEND, SFT 3 24.85 74.55 0.100 IN.THICKNESS 104 CONDUIT,PVC,4 IN. LFT 7700 15.15 116,655.00 105 SAW CUT,FULL DEPTH LFT 24 6.00 144.00 106 HANDHOLE EA _ 13 1,025.00 13,325.00 107 LINE,PAINT,SOLID,YELLOW,8 IN. LFT 1352 0.82 1,108.64 108 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. LFT 1727 0.65 1,122.55 109 LINE,PAINT,SOLID,WHITE,4 IN. LFT 781 0.55 429.55 110 TRANSVERSE MARKINGS,PAINT,SOLID,YELLOW LFT 272 2.60 707.20 CROSSHATCH LINE, 12 IN. 111 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN. LFT 108 1.65 178.20 112 TRANSVERSE MARKINGS,THERMOPLASTIC,STOP LFT 210 4.86 1,020.60 LINE,24 IN. 113 TRANSVERSE MARKINGS,THERMOPLASTIC, LFT 1159 1.50 1,738.50 CROSSWALK LINE,6 IN. 114 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, EA 22 95.00 2,090.00 LANE INDICATION ARROW 115 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, EA 11 128.50 1,413.50 WORD(ONLY) 116 SNOWPLOWABLE RAISED PAVEMENT MARKER EA 14 175.00 2,450.00 (YELLOW) TOTAL BASE BID AMOUNT 2,481,500.00 ALTERNATE BID"A" 117 ALTERNATE EARTHWORK WASTE SITE LS 1 -49,000.00 -49,000.00 (NORTHWEST CORNER OF 131ST STREET AND TOWNE ROAD) ALTERNATE"A"AMOUNT _ -49,000.00 I TOTAL I I 2,432,500.00 1 BID-3 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 DA'Z'E One May 6, 2008 BID-8 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall frilly 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: N/A • Rm_Q Form No.96(Revised 2005) BID OF The Snider Group Inc. , (Contractor) P.O. Box 281 (Address) Zionsville, IN 46077 FOR PUBLIC WORKS PROJECTS OF 131st Street from Shelborne Road to Towne Road Reconstruction Filed Action taken State Form 52414(10-05) 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: 5/7/08 1. Governmental Unit(Owner): The City of Carmel - 2. County Hamilton 3. Bidder(Firm): The Sni der Grniip Tnr Address: P.O. Box 281 City/State: Zionsville, IN 46077 4. Telephone Number: 317-873-5265 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 The City of Carmel (Governmental Unit) in accordance with plans and specifications prepared by Clark—Dietz Engineers and dated 4/14/08 for the sum of Two Million Four Hundred and Eighty One Thousand 2,481,500.00 Five Hundred and 00/100 $ 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 II (For projects of$100,000 or more— IC 36-1-12-4) Governmental Unit: 0;ty of C;armP1 Bidder(Firm) The Snider Group Inc. Date: 5/7/08 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 N/A N/A N/A N/A 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 1,375,000 Road 04/08 Town of Zionsville 372,478/ Pathway 06/08 Town of Zionsville 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. Sanders Development 317-769-5503 Cranf ill Development 317-858-1220 Bay Development 317-844-2555 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. -:l 1 BIDDER'S ITEMIZED PROPOSAL ' AND DECLARATIONS City of Carmel 1 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: 131St Street from Shelborne Road to Towne Road Proposal For Construction of: ' 13ISt Street from Shelborne Road to Towne Road. The proposed work includes pavement reconstruction, construction of storm sewers, curb and gutter, landscaping, and decorative concrete center medians. Date: May 7, 2008 ' To: City of Carmel,Indiana,Board of Public Works and Safety I I 1 • I I I I I BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: McCullough & DiBenedetto Excavating, LLC 1.2 Bidder Address: Street Address: 1152 E US Highway 36 City: Bainbridge State: IN zip: 46105 Phone: 765-522-4500 Fax: 765-522-2219 1.3 Bidder is a/an[mark one] Individual Partnership Indiana Corporation Foreign(Out of State) Corporation; State: Joint Venture x Other LLC 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: 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 Two Million Nine Hundred Fifty Nine Thousand Seven Hundred Seventy Nine and 08/100 Dollars ($ 2, 959, 779 . 08 ). 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. • BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No.__.Description Quantity cln Figures) for Item 1 OFFICE EQUIPMENT 1 LS 1,359.60 1,359.60 2 CONSTRUCTION ENGINEERING 1 LS 33,990.00 33,990.00 3 MOBILIZATION AND DEMOBILIZATION 1 LS 127,232.85 127,232.85 4 CLEARING RIGHT OF WAY 1 LS 111,081.45 111,081.45 5 TREE, 6 IN., REMOVE 8 EACH 284.00 2,272.00 6 TREE, 10 IN., REMOVE 3 EACH 616.47 1,849.41 7 TREE, 18 IN., REMOVE 8 EACH 1,207.03 9,656.24 8 TREE,30 IN., REMOVE 2 EACH 2,908.58 5,817.16 9 TREE,48 IN., REMOVE 2 EACH 3,588.33 7,176.66 10 CURB AND GUTTER, REMOVE 1809 LFT 4.17 7,543.53 11 SIDEWALK, CONCRETE, REMOVE 439 SYS 20.53 9,012.67 1 12 SIGN AND SUPPORTS,CHANNEL POSTS, REMOVE 16 EACH 49.16 786.56 13 INLET, REMOVE 3 EACH 816.28 2,448.84 14 PIPE, REMOVE 538 LFT 44.76 24,080.88 15 PIPE END SECTION, REMOVE 10 EACH 142.29 1,422.90 16 FENCE, FARM FIELD, REMOVE 311 LFT 7.47 2,323.17 17 EXCAVATION, COMMON 12460 CYS 23.44 292,062.40 18 TEMPORARY CHECK DAM, REVETMENT RIPRAP 1 TON 384.35 384.35 19 TEMPORARY DITCH INLET PROTECTION 21 EACH 84.98 1,784.58 20 TEMPORARY SILT FENCE 2967 LFT 1.42 4,213.14 21 SUBGRADE TREATMENT,TYPE I 26539 SYS 3.63 96,336.57 22 STRUCTURE BACKFILL 2091 CYS 32.76 68,501.16 23 COMPACTED AGGREGATE, NO. 53, BASE 1694 TON 19.30 32,694.20 24 STONE,2 100 TON 39.46 3,946.00 25 COMPACTED AGGREGATE NO. 53,TEMPORARY FOR 48 TON 90.07 4,323.36 DRIVEWAYS 26 HMA SURFACE,TYPE B 426 TON 88.44 37,675.44 27 HMA SURFACE,TYPE C, 9.5 mm 1461 TON 65.63 95,885.43 28 HMA INTERMEDIATE,TYPE B 703 TON 77.31 54,348.93 29 HMA INTERMEDIATE,TYPE C, 19.0 mm 2429 TON 51.17 124,291.93 30 HMA INTERMEDIATE,TYPE C, OG, 19.0 mm 3939 TON 55.34 217,984.26 31 HMA BASE,TYPE C,25.0 mm 6538 TON 46.72 305,455.36 32 HMA FOR TEMPORARY PAVEMENT 788 TON 56.65 44,640.20 33 ASPHALT FOR TACK COAT 23 TON 283.25 6,514.75 34 FENCE, SPLIT RAIL, RESET 235 LFT 21.78 5,118.30 35 CURB RAMP, CONCRETE, F 26 SYS 203.95 5,302.70 36 CURB RAMP, CONCRETE, G 199 SYS 199.01 39,602.99 37 SIDEWALK, CONCRETE,4 IN. 310 SYS 43.61 13,519.10 38 COMBINED CURB AND GUTTER,TYPE II 7683 LFT 14.75 113,324.25 39 COMBINED CURB AND GUTTER,TYPE III 7094 LFT 14.75 104,636.50 40 DECORATIVE COLORED/PATTERNED CONCRETE,6 294 SYS 104.50 30,723.00 IN. 41 HMA FOR APPROACHES,TYPE C 2319 TON 76.27 176,870.13 42 PCCP FOR APPROACHES,6 IN. 297 SYS 67.96 20,184.12 43 MAILBOX ASSEMBLY, SINGLE 4 EACH 182.41 729.64 44 MONUMENT, B 2 EACH 785.74 1,571.48 45 MONUMENT, SECTION CORNER 1 EACH 806.70 806.70 46 GEOTEXTILES 83 SYS 5.12 424.96 BID-4 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract L Estimated Unit Price Total Price Item No. Description Quantity fin Figures) for Item 47 RIPRAP, REVETMENT 55 TON 45.52 2,503.60 48 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 4 EACH 906.40 3,625.60 49 FERTILIZER 0.3 TON 849.77 254.93 50 SEED MIXTURE,T 226 LBS 3.34 754.84 51 MULCHING MATERIAL 5.5 TON 453.20 2,492.60 52 WATER 49 kGAL 1.13 55.37 53 TOP SOIL 1114 CYS 25.58 28,496.12 54 SODDING, NURSERY 13369 SYS 2.83 37,834.27 55 PLANTING BED PREPARATION 575 SFT 1.13 649.75 56 TOPSOIL FOR TREE PITS 275 CYS 67.98 18,694.50 57 MULCH, SHREDDED HARDWOOD BARK 25 CYS 45.32 1,133.00 58 SPADE-CUT EDGE AT PLANTING BEDS 70 LFT 1.13 79.10 59 PLANT, ORNAMENTAL GRASS,#2 POT 64 EACH 55.52 3,553.28 60 PLANT, DECIDUOUS TREES,3 IN. CALIPER 150 EACH 668.47 100,270.50 61 PIPE END SECTION, MIN.AREA 5.1 SQ. FT. 2 EACH 1,763.91 3,527.82 62 PIPE,TYPE 4, CIRCULAR,6 IN., DOUBLEWALL, 7524 LFT 2.68 20,164.32 SMOOTH INTERIOR 63 PIPE,TYPE 2,CIRCULAR, 12 IN. 1890 LFT 22.96 43,394.40 64 PIPE,TYPE 2,CIRCULAR, 15 IN. 799 LFT 29.03 23,194.97 65 PIPE,TYPE 2, CIRCULAR, 18 IN. 694 LFT 37.44 25,983.36 66 PIPE,TYPE 2, CIRCULAR, 24 IN. 72 LFT 57.04 4,106.88 67 PIPE,TYPE 2, CIRCULAR,27 IN. 62 LFT 64.99 4,029.38 68 PIPE,TYPE 1, DEFORMED, MIN.AREA 5.1 SQ. FT. 114 LFT 94.52 10,775.28 69 PIPE END SECTION, 18 IN. 2 EACH 695.38 1,390.76 70 PIPE END SECTION,24 IN. 1 EACH 776.89 776.89 71 HIGH DENSITY POLYTHYLENE PIPE,2 IN. 940 LFT 15.84 14,889.60 72 SINGLE FLUSHING CONNECTION 1 EACH 1,298.93 1,298.93 73 SANITARY LATERAL AND CURB STOP(SADDLE TAP) 3 EACH 900.64 2,701.92 74 CONNECTION TO EXISTING SANITARY MANHOLE 1 LS 1,901.70 1,901.70 75 SURFACE RESTORATION (FOR SANITARY 1 LS 5,551.93 5,551.93 INSTALLATION) 76 AGGREGATE FOR UNDERDRAINS 678 CYS 37.25 25,255.50 77 GEOTEXTILES FOR UNDERDRAIN 7524 SYS 0.93 6,997.32 78 CASTING,ADJUST TO GRADE 8 EACH 423.24 3,385.92 79 CASTING,4, FURNISH AND ADJUST TO GRADE 2 EACH 426.65 853.30 80 INLET, E7 1 EACH 1,533.16 1,533.16 81 INLET,J10 13 EACH 1,481.61 19,260.93 82 INLET, M10 4 EACH 1,460.71 5,842.84 83 INLET,J10, MODIFIED 3 EACH 1,418.45 4,255.35 84 INLET, M10, MODIFIED 4 EACH 1,309.78 5,239.12 85 PIPE CATCH BASIN, 24 IN. 7 EACH 1,053.22 7,372.54 86 MANHOLE,C4 15 EACH 1,698.10 25,471.50 BID-5 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No. Descri•tion Quantit In Fi•ures for Item 87 STRUCTURE, INLET, RECONSTRUCT 1.7 LFT 1,653.82 2,811.49 88 CATCH BASIN, F7 1 EACH 2,359.95 2,359.95 89 MANHOLE, J4 1 EACH 4,303.66 4,303.66 90 CATCH BASIN, M10 12 EACH 2,310.40 27,724.80 91 CATCH BASIN, M10, MODIFIED 5 EACH 2,891.24 14,456.20 92 CATCH BASIN, G7 1 EACH 3,132.75 3,132.75 93 RELOCATE FIRE HYDRANT 1 EACH 3,685.00 3,685.00 94 ADJUST VALVE BOX TO GRADE 14 EACH 249.80 3,497.20 95 ROAD CLOSURE SIGN ASSEMBLY 10 EACH 220.94 2,209.40 96 DETOUR ROUTE MARKER ASSEMBLY 17 EACH 108.77 1,849.09 97 CONSTRUCTION SIGN,A 13 EACH 123.50 1,605.50 98 MAINTAINING TRAFFIC 1 LS 15,295.50 15,295.50 99 BARRICADE, III-B 240 LFT 12.46 2,990.40 100 SIGN POST,SQUARE, 1, REINFORCED ANCHOR BASE 134.6 LFT 15.90 2,140.14 101 SIGN,SHEET, RELOCATE 6 EACH 113.30 679.80 102 SIGN,SHEET, ENCAPSULATED LENS WITH LEGEND, 95 SFT 21.53 2,045.35 0.080 IN.THICKNESS 103 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 3 SFT 26.06 78.18 0.100 IN.THICKNESS 104 CONDUIT, PVC,4 IN. 7700 LFT 15.86 122,122.00 105 SAW CUT, FULL DEPTH 24 LFT 21.24 509.76 106 HANDHOLE 13 EACH 1,076.35 13,992.55 107 LINE, PAINT, SOLID,YELLOW, 8 IN. 1352 LFT 0.85 1,149.20 108 LINE,THERMOPLASTIC, SOLID,WHITE,4 IN. 1727 LFT 0.65 1,122.55 109 LINE, PAINT, SOLID,WHITE,4 IN. 781 LFT 0.57 445.17 110 TRANSVERSE MARKINGS, PAINT, SOLID,YELLOW 272 LFT 2.72 739.84 CROSSHATCH LINE, 12 IN. 111 LINE,THERMOPLASTIC, SOLID,YELLOW,4 IN. 108 LFT 1.70 183.60 112 TRANSVERSE MARKINGS,THERMOPLASTIC, STOP 210 LFT 5.10 1,071.00 LINE,24 IN. 113 TRANSVERSE MARKINGS,THERMOPLASTIC, 1159 LFT 1.53 1,773.27 CROSSWALK LINE,6 IN. 114 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 22 EACH 99.70 2,193.40 LANE INDICATION ARROW 115 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 11 EACH 134.83 1,483.13 WORD(ONLY) 116 SNOWPLOWABLE RAISED PAVEMENT MARKER 14 EACH 47.59 666.26 (YELLOW) TOTAL BASE BID AMOUNT 2,959,779.08 l ALTERNATE BID"A" 117 ALTERNATE EARTHWORK WASTE SITE(NORTHWEST 1 LS (140,000.00) (140,000.00) CORNER OF 131ST STREET AND TOWNE ROAD) ALTERNATE"A"AMOUNT 14101 Ott '°0 TOTAL 2,819,779.08 BID-6 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 May 6, 2008 • BID-8 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall frilly 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 BID-9 PART 1, BIDDER INFORMATION (Printl 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 Fax: (317) 788-1098 1.3 Bidder is a/an[mark one] _LIMITED Individual x Partnership 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: BID-2 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: 131st Street from Shelborne Road to Towne Road Proposal For Construction of 131St Street from Shelborne Road to Towne Road. The proposed work includes pavement reconstruction, construction of storm sewers, curb and gutter, landscaping, and decorative concrete center medians. Date: MAY 7, 2008 To: City of Carmel, Indiana,Board of Public Works and Safety BID-1 PART 2 BID PROPOSAL L. ill 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus', Materials eUiPrfient, service and ether necessary suPplfes, indte'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, totalr Lt tAtula vmSv-irleEcN Q F l■M 'Z1 0 LLAAA.S FLUE■AUNTaPlaTZ,Ne40 MAtiA7 Fa-4 Dollars ($2 98 S84. o ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price find 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-fo be_perforrned or furnished under the Contract. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No. Description Quantity (In Figures) for Item 1 OFFICE EQUIPMENT 1 LS 2500 $2,500.00 2 CONSTRUCTION ENGINEERING 1 LS 51000 $51,000.00 3 MOBILIZATION AND DEMOBILIZATION 1 LS 150000 $150,000.00 4 CLEARING RIGHT OF WAY 1 LS 35000 $35,000.00 5 TREE,6 IN., REMOVE 8 EACH 217 $1,736.00 6 TREE, 10 IN., REMOVE 3 EACH 360 $1,080.00 7 TREE, 18 IN., REMOVE 8 EACH 651 $5,208.00 8 TREE,30 IN., REMOVE 2 EACH 1100 $2,200.00 9 TREE,48 IN., REMOVE 2 EACH 1735 $3,470.00 _ 10 CURB AND GUTTER, REMOVE 1809 LFT 3.1 $5,607.90 11 SIDEWALK, CONCRETE, REMOVE 439 SYS 2.35 $1,031.65 12 SIGN AND SUPPORTS, CHANNEL POSTS, REMOVE 16 EACH 26 $416.00 13 INLET, REMOVE 3 EACH 118 $354.00 14 PIPE, REMOVE 538 LFT 14 $7,532.00 15 PIPE END SECTION, REMOVE 10 EACH 140 $1,400.00 16 FENCE, FARM FIELD, REMOVE 311 LFT 2.86 $889.46 17 EXCAVATION, COMMON 12460 CYS 28 $348,880.00 18 TEMPORARY CHECK DAM, REVETMENT RIPRAP 1 TON 98 $98.00 19 TEMPORARY DITCH INLET PROTECTION 21 EACH 69 $1,449.00 20 TEMPORARY SILT FENCE 2967 LFT 2 $5,934.00 21 SUBGRADE TREATMENT,TYPE I 26539 SYS 3.75 $99,521.25 22 STRUCTURE BACKFILL 2091 CYS 19 $39,729.00 23 COMPACTED AGGREGATE, NO.53, BASE 1694 TON 25 $42,350.00 24 STONE,2 100 TON 48 $4,800.00 25 COMPACTED AGGREGATE NO.53,TEMPORARY FOR 48 TON 52 $2,496.00 DRIVEWAYS 26 HMA SURFACE,TYPE B 426 TON 78 $33,228.00 27 HMA SURFACE,TYPE C,9.5 mm 1461 TON 72 $105,192.00 28 HMA INTERMEDIATE,TYPE B 703 TON 63 $44,289.00 29 HMA INTERMEDIATE,TYPE C, 19.0 mm 2429 TON 58 $140,882.00 30 HMA INTERMEDIATE,TYPE C, OG, 19.0 mm 3939 TON 60 $236,340.00 31 HMA BASE,TYPE C,25.0 mm 6538 TON 49 $320,362.00 32 HMA FOR TEMPORARY PAVEMENT 788 TON 85 $66,980.00 33 ASPHALT FOR TACK COAT 23 TON 376 $8,648.00 34 FENCE, SPLIT RAIL, RESET 235 LFT 20 $4,700.00 35 CURB RAMP, CONCRETE, F 26 SYS 140 $3,640.00 36 CURB RAMP, CONCRETE, G 199 SYS 140 $27,860.00 37 SIDEWALK, CONCRETE,4 IN. 310 SYS 47 $14,570.00 38 COMBINED CURB AND GUTTER, TYPE II 7683 LFT 13 $99,879.00 39 COMBINED CURB AND GUTTER, TYPE III 7094 LFT 13 $92,222.00 40 DECORATIVE COLORED/PATTERNED CONCRETE,6 294 SYS 129 $37,926.00 IN. 41 HMA FOR APPROACHES, TYPE C 2319 TON 71 $164,649.00 42 PCCP FOR APPROACHES,6 IN. 297 SYS 63 $18,711.00 43 MAILBOX ASSEMBLY, SINGLE 4 EACH 161 $644.00 44 MONUMENT, B 2 EACH 694 $1,388.00 45 MONUMENT, SECTION CORNER 1 EACH 713 $713.00 46 GEOTEXTILES 83 SYS 2.5 $207.50 BID-4 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No. Description Quantity fIn Figures) for Item 47 RIPRAP, REVETMENT 55 TON 125 $6,875.00 48 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 4 EACH 800 $3,200.00 49 FERTILIZER 0.3 TON 750 $225.00 50 SEED MIXTURE,T 226 LBS 2.75 $621.50 51 MULCHING MATERIAL 5.5 TON 350 $1,925.00 52 WATER 49 kGAL 1 $49.00 _ 53 TOP SOIL 1114 CYS 15 $16,710.00 54 SODDING, NURSERY 13369 SYS 2.5 $33,422.50 • 55 PLANTING BED PREPARATION 575 SFT 1 $575.00 56 TOPSOIL FOR TREE PITS 275 CYS 60 $16,500.00 57 MULCH,SHREDDED HARDWOOD BARK 25 CYS 40 $1,000.00 •58 SPADE-CUT EDGE AT PLANTING BEDS 70 LFT 1 $70.00 _ 59 PLANT, ORNAMENTAL GRASS,#2 POT 64 EACH 49 . $3,136.00 60 PLANT, DECIDUOUS TREES, 3 IN. CALIPER 150 EACH 588 $88,200.00 61 PIPE END SECTION, MIN.AREA 5.1 SQ. FT. 2 EACH 1540 $3,080.00 62 PIPE,TYPE 4, CIRCULAR, 6 IN., DOUBLEWALL, 7524 LFT 4.75 $35,739.00 SMOOTH INTERIOR 63 PIPE,TYPE 2, CIRCULAR, 12 IN. 1890 LFT 30 $56,700.00 64 PIPE,TYPE 2, CIRCULAR, 15 IN. 799 LFT 32 $25,568.00 65 PIPE,TYPE 2, CIRCULAR, 18 IN. 694 LFT 33 $22,902.00 66 PIPE,TYPE 2, CIRCULAR,24 IN. 72 LFT 41 $2,952.00 67 PIPE,TYPE 2, CIRCULAR,27 IN. 62 LFT 45 $2,790.00 68 PIPE,TYPE 1, DEFORMED, MIN.AREA 5.1 SQ. FT. 114 LFT 88 $10,032.00 69 PIPE END SECTION, 18 IN. 2 EACH 755 $1,510.00 _ 70 PIPE END SECTION,24 IN. 1 EACH 825 $825.00 71 HIGH DENSITY POLYTHYLENE PIPE,2 IN. 940 LFT 22 $20,680.00 72 SINGLE FLUSHING CONNECTION 1 EACH 1500 $1,500.00 73 SANITARY LATERAL AND CURB STOP (SADDLE TAP) 3 EACH 410 $1,230.00 74 CONNECTION TO EXISTING SANITARY MANHOLE 1 LS 4050 $4,050.00 75 SURFACE RESTORATION (FOR SANITARY 1 LS 1900 $1,900.00 INSTALLATION) 76 AGGREGATE FOR UNDERDRAINS 678 CYS 39 $26,442.00 77 GEOTEXTILES FOR UNDERDRAIN 7524 SYS 1.8 $13,543.20 78 CASTING,ADJUST TO GRADE 8 EACH 850 $6,800.00 79 CASTING,4, FURNISH AND ADJUST TO GRADE 2 EACH 1135 $2,270.00 80 INLET, E7 1 EACH 1900 $1,900.00 81 INLET,J10 13 EACH 2330 $30,290.00 82 INLET, M10 4 EACH 2330 $9,320.00 83 INLET,J10, MODIFIED 3 EACH 2330 $6,990.00 84 INLET, M10, MODIFIED 4 EACH 2330 $9,320.00 85 PIPE CATCH BASIN, 24 IN. 7 EACH 685 $4,795.00 86 MANHOLE, C4 15 EACH 2400 $36,000.00 BID-5 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Contract Estimated Unit Price Total Price Item No. Description Quantity (In Figures) for Item 87 STRUCTURE, INLET, RECONSTRUCT 1.7 LFT 1300 $2,210.00 88 CATCH BASIN, F7 1 EACH 2100 $2,100.00 89 MANHOLE,J4 1 EACH 3100 $3,100.00 90 CATCH BASIN, M10 12 EACH 2500 $30,000.00 91 CATCH BASIN, M10, MODIFIED 5 EACH 2500 $12,500.00 92 CATCH BASIN, G7 1 EACH 2350 $2,350.00 93 RELOCATE FIRE HYDRANT . 1 EACH 4100 $4,100.00 94 ADJUST VALVE BOX TO GRADE 14 EACH 833 $11,662.00 95 . ROAD CLOSURE SIGN ASSEMBLY 10 EACH 195 $1,950.00 • 96 DETOUR ROUTE MARKER ASSEMBLY 17 EACH 96 $1,632.00 97 CONSTRUCTION SIGN,A 13 EACH 109 $1,417.00 98 MAINTAINING TRAFFIC 1 LS 25999.8 .$25,999.80' 99 BARRICADE, III-B 240 LFT 11 $2,640.00 100 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE 134.6 LFT 14 $1,884A0 101 SIGN, SHEET, RELOCATE 6 EACH 100 $600.00 102 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 95 SFT 19 • $1,805.00 0.080 IN. THICKNESS 103 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 3 SFT 23 • $69.00 . 0.100 IN.THICKNESS • 104 CONDUIT, PVC,4 IN. 7700 LFT 14 $107,800.00 105 SAW CUT, FULL DEPTH 24 LFT _ 4.25 $102.00 106 HANDHOLE 13 EACH 950 $12,350.00 107 LINE, PAINT,SOLID,YELLOW, 8 IN. • 1352 LFT • 0.75 • $1,014.00 108 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 1727 LFT 0.57 $984.39 109 LINE, PAINT, SOLID,WHITE 4 IN. 781 LFT _ 0.5 $390:50 110 TRANSVERSE MARKINGS, PAINT, SOLID,YELLOW 272 LFT 2.4 $652.80 . CROSSHATCH LINE, 12 IN. 111 LINE,THERMOPLASTIC, SOLID,YELLOW,4 IN. 108 LFT 1.5 $162.00 112 TRANSVERSE MARKINGS,THERMOPLASTIC, STOP 210 LFT 4.5 $945.00 LINE,24 IN. 113 . TRANSVERSE MARKINGS, THERMOPLASTIC, 1159 LFT 1.35 $1,564.65 CROSSWALK LINE, 6 IN. 114 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 22 EACH 88 $1,936.00 LANE INDICATION ARROW 115 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 11 EACH 119 $1,309.00 WORD(ONLY) - 116 SNOWPLOWABLE RAISED PAVEMENT MARKER 14 EACH 71.75 $1,004.50 (YELLOW) TOTAL BASE BID AMOUNT $2,985,584.00 ALTERNATE BID"A" 117 ALTERNATE EARTHWORK WASTE SITE(NORTHWEST 1 LS -$100,000.00 CORNER OF 131ST STREET AND TOWNE ROAD) • ALTERNATE"A"AMOUNT -$100,000.00 TOTAL $2,885,584.00 BID-6 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 MAY 6, 2008 BID-8 ' I 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 BID-9 PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the Work/Project if awarded. Information on Bidder's company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms #96a and#102, entitled "Standard Questionnaires and Financial Statement for Bidders". BID-10 Form Prescribed by State Board of Accounts 900549-5182480 General Form No.99 P(Rev. 1987) CITY OFRM 'CAEL-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 $ - 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 88.0 lines 2.0 columns wide equals 176.0 equivalent $ 86.60 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 $ 86.60 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. (--) 1,DATE: 04/25/2008 // Clerk Title 900549-5182480 _ PUBLISHER'S AFFIDAVIT - NOTICE TO BIDDERS - City of Carmel Indiana Notice is hereby given that the Board of Public Works and' State of Indiana SS: Safety for the aty of Carmel,Hamilton County,Indiana will I Hamilton Count' _receive sealed bids for the"131st Street from shelborne Road to Towne Road Carmel Project No.06-10"at the office, � of the Clerk Treasurer,One Civic Square,Carmel IanYdiana 2(City 8,and)commencing a•soon as practicable thereafter on j the same date-such bids will be publicly opened and read Personally appeared before me,a notary public in and for said county and state, aloud in the Council Chambers of City Hall.No late bids will, be accepted. , All bids and proposals shall be properly and completely exe- cuted on the proposal forms provided with the plans and I the undersigned Karen Mullins who,being duly sworn,says that SHE is cleric specifications,which will include the non-collusion affidavit as required by the State of Indiana.The bid envelope must be sealed and have the words"BID-131st STREET FROM SHELBORNE ROAD TOTOWNEROAD"- . of the Noblesville Ledger a newspaper of general circulation A bid bond-or certified check in an amount not less than ten i each bid.lA one hundred percent(100%)he and payment bond will also be required of thesoccessfulbidder.I printed and published in the English language in the city of NOBLESVILLE in state It is intended that actual construction of all work divisions i shall be started as soon as practicable,and each bidder, • cont be prepsh a e enter promptly into a construction work i and county aforesaid,and that the printed matter attached hereto is a true copy, contract,delay n the eyent the award is made to begin i .work with-, ;The Project consists of,but is not necessarily limited to,the fallowing: which was duly published in said paper for 2 time(s),between the dates of: Reconstruction of 131st Street from es pavrne,Raad.to Towne Road.The proposed work includes pavement recon- .struction,construction of storm sewers,curb and gutter, landscaping,and decorative concrete center medians. Contract Documents for the Project have been assembled 04/18/2008 and 04/25/2008 into one bound project manual,which together!with draw- , City • City of Carmel Department of Engineering•1st Floor _ // One Civic Square , �/ Carmel,IN 46032 - _�L- - Clerk (317)571-2441 _ .Clarrar Garvey Division) - ' (Fairer ya one Croing • Title 8900 Keystone Crossing Blvd,9th Floor Indianapolis IN 46240 (317)84-8900 oi such Subscribed and sworn to before me on 04/25/2008 Copses of such drawings and protect manuals must be ob- tained tained from Clark Dietz at the address stated above, upon the payment of$56.00 Inc,.for each set These sets may in- clude full-size drawings.Payment must be by'check.NO' CASH p ACCEPTED. and Make checks Contract r at Do uo a Clark re no,Inc. !�//J All payments and costs of Contract payable to Documents are non-re.� •fundable.Construction documents(plans and specifica- tions)will not be available for viewing or purchase until• .April 18,2008. / Notary Public ' Bidders shall assure that they have obtained complete sets, of drawings and Contract Documents and shall assume the, risk of any errors or-omissions in bids prepared in reliance D NISE HANiBRITE on incomplete,sets of drawings and Con Documents, i This Project will be funded by the City of Carmel. NOTARY PUBLIC F( Wage rates for the Project shall not be less than the current SEA prescribed scale of wages as determined by the Common My commission expires: Construction Wage Committee in accordance with I.C,5.16 STATE OF INDIANA 7 and included in the Project Manual. A,pre-bid conference for discussions of the Project the bid- MY COMMISSION EXPIRES Fel3ruary 28,2016 dingg requirements and other important matters will beheld on A rrl 30th,2008 at 10:00 AM in the Caucus Room on the "-2nd Floor of.City Ball(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 indi- viduals planning to attend the pre-bid conference or Papua bid opening meeting,please call or notify the city of Carmel Engineers Office at(317)571-2441 at least forty-eight(481 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 Cannel Board of Public Works and Safety reserves the right to hold any or all biidyssor proposals for al proposal shall remain in fulliforce and effect during said pe- riod.The City of Carmel reserves the n ht to reject and/or cancel any and all bids,solicitations and/or offers in whole or in part as specified in the solicitations when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5.22.18.2 Diana L.Cordray. - ClerkTreasurer(N44/18,4/25/08-5182480) 'i