Loading...
HomeMy WebLinkAboutBid Information and Packets B IDDER'S ITEMIZED PROPOSAL AND DECLARATIONS • City of Carmel Instructions To Bidders. This form shall be utilized by all Bidders. Except as otherwise specifically proyided, all Parts shall be fully and accurately,filled in and completed and notarized. Project: #06-09—1315 Street: Towne Road to Ditch Road Proposal For Construction of.: Reconstruction of 131st Street beginning east of Pettigru Drive and proceeding eastward to approximately 430 feet west of Ditch Road and reconstruction of Towne Road from approximately 350 feet south of 131st Street and proceeding northward to approximately 450 feet north of 131st Street. The proposed improvements include new asphalt pavement, concrete curb. and gutter,. asphalt • _ recreational paths, curb ramps, storm sewer system, • . sodding, landscaping, and pavement markings. A roundabout is proposed at the 131st Street and Towne Road • roundabout. Date: 4125/00 • Fo: City of Carmel,Indiana,Board of Public Works and Safety . • • • • • 1 • I PART 1 • BIDDER INFORMATION • (Print) 1.1 Bidder Name: Tie £ r Oro p, I C 1.2 Bidder Address: Street Address: 10 8°)0 Ana E r lV'c, • City:Z106,-)svi )(e State: I. Zip: 46 r Phone: 873—S26 S' Fax: 973--528 0 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: Till S v 1 .2 Address: 1.6 8`J a Ards e l�r the .3 Date registered with State of Indiana: 3J?-°) I°1 • .4 Indiana Registered Agent: Name: • Address: • • • r I I 1 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 times) 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 Dollars($ 3,322, lto'7,o0). 2.2 Alternate Bid `A' 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 Alternate Bid `A' Items as stated in Part 3 hereof,which Unit Prices,when multiplied by estimated unit quantities for such Contract Items,total Dollars($ 74,-3o-3 , be ). 2.3 Alternate Bid 'B' 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 Alternate Bid 'B' Items as stated in Part 3 hereof,which Unit Prices, when multiplied by estimated unit quantities for such Contract Jtems,total Dollars($ °)5 ,47g. o o ). 2.4 Alternate Bid `C' 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 Alternate Bid `C' Items as stated in Part 3 hereof, which Unit Prices,when multiplied by estimated unit quantities for such Contract Items,total Dollars($ 13, 39 5 ). 2.5 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 CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 • ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Construction Engineering LS 1 $38,500.00 38500 2 Mobilization and Demobilization LS 1 $155,000.00 155000 3 Clearing Right-of-Way LS 1 $192,500.00 192500 4 Surface Milling,Asphalt,1.5 in.(Undistributed) SYS 3308 $3.00 9924 5 Excavation,Common CYS 16657 $8.00 133256 6 Temporary Drop Inlet Protection EA 10 $97.00 970 7 Temporary Silt Fence LFT 4831 $2.50 12077.5 8 Subgrade Treatment,Type IA SYS 42943 $3.32 142570.76 9 Subgrade Treatment(Undistributed) CYS 340 $23.00 7820 10 Geogrid(Undistributed) SYS 750 $4.50 3375 11 Structure Backfill,Type 1 CYS 3509 $15.15 53161.35 12 Compacted Aggregate,No.53,Base TON 2345 $16.25 38106.25 13 Colored and Jointed Concrete,7" SYS 142 $125.00 17750 14 Colored and Jointed Concrete,4" SYS 290 $95.00 27550 15 IIMA Surface,Type C,9.5mm TON 2620 $71.70 187854 16 HMA Intermediate,Type C,19.0mm TON 4367 $44.45 194113.15 17 HMA Base,Type C,25.0 mm TON 12775 $43.40 554435 18 HMA Intermediate,Type C,OG 19mm TON 5046 $47.50 239685 19 HMA Surface,Type A TON 885 $66.65 58985.25 20 HMA Intermediate,Type A TON 1031 $52.50 54127.5 21 Curb Ramp,Concrete(All Types) SYS 543 $75.00 40725 22 Sidewalk,Concrete,4 in. SYS 20 $45.00 900 23 Combined Curb and Gutter Type II LFT 12378 $9.80 121304.4 24 Combined Curb and Gutter Type 111 LFT 10867 $9.80 106496.6 25 Combined Curb and Gutter,Roll,Modified LFT 308 $8.00 2464 26 Center Curb,D,Concrete SYS 57 $75.00 4275 27 PCCP for Approaches,6 in. SYS 652 $50.00 32600 28 HMA for Drive Approaches TON 19 $112.00 2128 29 Mailbox Assembly,Single EA 11 $250.00 2750 30 Monument,Section Corner EA 2 $500.00 1000 31 Riprap,Revetment TON 38 $31.25 1187.5 32 Geotextiles SYS 78 $2.25 175.5 33 Mobilization and Demobilization for Seeding EA 2 $410.00 820 34 Mulched Seeding,Type T SYS 9600 $0.35 3360 35 Water kGAL 61 $0.28 17.08 36 Topsoil CYS 3720 $25.00 93000 BID-4A CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 37 Sodding,Nursery SYS 22661 $2.45 55519.45 38 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 11780 $6.10 71858 39 Pipe,Type 2,Circular,12 in LFT 3183 $17.85 56816.55 40 Pipe,Type 2,Circular,15 in. LFT 1222 $21.15 25845.3 41 Pipe,Type 2,Circular,18 in. LFT 284 $23.90 6787.6 42 Pipe,Type 2,Circular,24 in. LFT 191 $38.77 7405.07 43 Pipe,Type 2,Circular,60 in. LFT 24 $125.00 3000 44 Pipe End Section,Precast Concrete,15 in. EA 3 $600.00 1800 45 Pipe End Section,Precast Concrete,18 in. EA 2 $650.00 1300 46 Pipe End Section,Precast Concrete,60 in. EA 1 $3,150.00 3150 47 Aggregate for Underdrain CYS 1060 $17.65 18709 48 Geotextiles for Underdrain SYS 8081 $0.70 5656.7 49 Inlet,E-7 EA 1 $845.00 845 50 Manhole,C-4 EA 19 $1,310.00 24890 51 Inlet,J-10 EA 22 $1,230.00 27060 52 Inlet,M-10 EA 4 $1,275.00 5100 53 Catch Basin,K10 EA 16 $1,525.00 24400 54 Adjust to Grade,Valve Box EA 7 $200.00 1400 . 55 Casting,Adjust to Grade EA 1 $200.00 200 56 Casting,4,Furnish and Adjust to Grade EA 4 $445.00 1780 57 Manhole,J4 EA 4 $2,700.00 10800 58 Inlet,B-15 EA 8 $2,040.00 16320 59 Inlet,C-15 EA 6 $2,040.00 12240 60 Catch Basin,C15 EA 8 $2,300.00' 18400 61 Inlet,A-2 EA 1 $1,290.00 1290 62 Modified Manhole,C10 EA 2 $1,695.00 3390 63 Modified Manhole,J10 EA 3 $2,550.00 7650 64 Modified Manhole,J15 EA 1 $3,290.00 3290 65 Pipe Catch Basin,18" EA 3 $500.00 1500 66 Road Closure Sign Assembly EA 7 $265.00 1855 67 Detour Route Marker Assembly EA 28 $52.50 1470 68 Construction Sign,A EA 6 $150.00 900 69 Construction Sign,B EA 3 $14.00 42 70 Maintaining Traffic LSUM 1 $8,500.00 8500 71 Barricade,III-B LFT 408 $7.10 2896.8 72 Sign Post,Square,1,Reinforced Anchor Base LFT 536 $14.25 7638 73 Sign,Sheet,Encapsulated Lens with Legend,0.080 in. SFT 256 $18.35 4697.6 BID-4A • CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 74 Reset Decorative Traffic Sign EA 14 $765.00 10710 75 Decorative Street Sign Assembly EA 15 $1,935.00 29025 76 Sign,Sheet Relocation EA 5 $51.00 255 77 Concrete Foundation with Grounding,30 in.Diameter x 96 in. EA 4 $1,325.00 5300 78 Light Pole Assembly,Street EA 4 $7,140.00 28560 79 Wire,No.4,Copper,In Plastic Duct,In Trench,4 1/C LFT 750 $13.25 9937.5 ' 80 Service Point,II EA 1 $1,020.00 1020 81 Cable Duct Marker EA 3 $127.50 382.5 82 Handhole,Lighting. EA 1 $970.00 970 83 Wire,No.4,Copper,In 2 in.Galvanized Steel Conduit,4 1/C LFT 357 $13.25 4730.25 84 Conduit,PVC,4" LET 530 $10.20 5406 85 Conduit,PVC,3/4" LET 98 $7.15 700.7 86 Controller Cabinet,P1,Modified EA 1 $4,590.00 4590 87 Controller Cabinet Foundation,P1,Modified EA 1 $1,225.00 1225 88 Line,Remove LFT 330 $1.05 346.5 89 Line,Thermoplastic,Broken,White,4 in. LFT 240 $0.52 124.8 90 Line,Thermoplastic,Dotted White,8 in.2'Line,2'Gap LET 102 $2.60 265.2 91 Line,Thermoplastic,Solid,White,4 in. LFT 2072 $0.52 1077.44 92 Line,Thermoplastic,Solid,Yellow,4 in. LFT 4449 $0.52 2313.48 93 Line,Thermoplastic,Solid,Yellow,8 in. LET 261 $1.05 274.05 94 Snowplowable Raised Pavement Marker EA 44 $42.00 1848 95 Transverse Marking,Thermoplastic,Crosshatch,Yellow,12 in. LFT 421 $3.15 1326.15 96 Transverse Marking,Thermoplastic,Stop Bar,24 in. LFT 256 $5.25 1344 97 Transverse Marking,Thermoplastic,Crosswalk Line,6 in. LFT 1314 $1.60 2102.4 98 Pavement Message Markings,Thermoplastic,Lane Indication Arrow EA 13 $135.00 1755 99 Pavement Message Markings,Thermoplastic,Word(ONLY) EA 10 $165.00 1650 100 Transverse Markings,Thermoplastic,Crosswalk Line,24 in. LET 738 $5.50 4059 101 Transverse Markings,Thermoplastic,White Yield Line,27 in. EA 51 $22.00 1122 102 LS-2 Topsoil-Perennail Beds and Tree Pits CY 560 $43.10 24136 103 LS-3 Planting Bed Preparation SF 1200 $6.25 7500 104 LS-4 Weed Barrier Geotextile SF 50 $0.35 17.5 105 LS-5Mulch,River Rock CY 3 $53.00 159 106 LS-6 Mulch,Shredded Hardwood Bark CY 47 $171.30 8051.1 107 LS-7Aluminum Landscape Edging LF 25 $6.65 166.25 108 LS-SSpade-Cut Edge at Planting Beds 100 $0.70 70 109 LS-9 Concrete Curbs,Cast-In-Place LF 141 $44.90 6330.9 110 LS-10Stone Walls-W/&W/O Cap,W/Concrete Footing , LF 88 $300.10 26408.8 BID-4A CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 111 LS-11 Tree Uptight Fixtures EA 2 $420.00 840 112 LS-12 Irrigation System SF 6200 $0.80 4960 113 LS-13 Plant-Groundcover,#1 Pot EA 675 $8.90 6007.5 114 LS-14 Plant-Perennial,#1 Pot EA 1336 $8.50 11356 115 LS-15 Plant-Ornamental Grass,#2 Pot EA 417 $18.95 7902.15 116 LS-16 Plant-Evergreen Shrub,#2 Pot EA 28 $24.95 698.6 117 LS-17 Plant-Deciduous Shrub,#5 Pot EA 2 $34.25 68.5 118 LS-18 Plant-Deciduous Trees,3"Cal. EA 175 $585.40 102445 LS-19 Plant-Deciduous Tree,5"Cal.-PROVIDED BY OWNER 119 Coordination of Delivery,Installation,All Labor and Warranty by $420.00 420 Contractor EA 1 120 LS-20 Water Line and Connections LF 90 $5.10 459 121 LS-21 Back low Preventer 1 $450.00 450 122 LS-22 Water Tap Install,Meter Pit and Connections LS 1 $4,850.00 4850 123 LS-23 Electrical Service and Connections,Transformers LS 1 $404.82 404.82 131 LS-24 Plant-Evergreen Trees,8'Ht.B&B EA 13 $360.00 4680 TOTAL BASE BID AMOUNT $3,322,167.00 ALTERNATE BID'A' 124 Sanitary Manhole EA 3 $2,260.00 6780 125 Sanitary Drop Manhole EA 1 $8,250.00 8250 126 8"Sanitary PVC for Mainline LFT 1045 $26.00 27170 127 6"Sanitary PVC for Laterals LFT 126 $17.65 2223.9 128 Structure Bacicfill for Sanitary Sewer CYS 1117 $26.75 29879.75 ALTERNATE'A'AMOUNT $74,303.65 ALTERNATE BID'B' 129 Cable Interduct LFT 5600 $14.25 $79,800.00 130 Handhole EA 15 $1,045.00 $15,675.00 ALTERNATE'B'AMOUNT $95,475.00 ALTERNATE BID'C' 5A Excavation,Common CYS 4700 -$2.85 -$13,395.00 ALTERNATE'C'AMOUNT -$13,395.00 BID-4A 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 I4/zi (o• 4-jz31og 3 4- 1 7 r - 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: • • • • BID-6 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 - Town Road to Ditch Road 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: 4/25/08 1. Governmental Unit(Owner): City of Carmel 2. County: Hamilton 3. Bidder(Firm): The Snider Group Inc. 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 131st Street — Town Road to Ditch Road (Governmental Unit) in accordance with plans and specifications prepared by CrossRoad Engineers and dated 4/1/08 for the sum of $ 3,322,167.00 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: City of Carmel Bidder(Firm) Snider Group Inc. Date: 4/25/08 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 1,375,000.00 Road 4/08 Town of Zionsville 372,487.00 Pathway 6/08 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. • 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: #06-09—1315'Street: Towne Road to Ditch Road Proposal For Construction of: Reconstruction of 131st Street beginning east of Pettigru Drive and proceeding eastward to approximately 430 feet - west of Ditch Road and reconstruction of Towne Road from approximately 350 feet south of 131st Street and proceeding northward to approximately 450 feet north of 131st Street. The proposed improvements include new asphalt pavement, concrete curb and gutter, asphalt recreational paths, curb ramps, storm sewer system, sodding, landscaping, and pavement markings. A roundabout is proposed at the 131st Street and Towne Road roundabout. Date: 4,7:/ 2O0'E To: City of Carmel,Indiana,Board of Public Works and Safety • BID-1 r PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Cr;&-t C�`��e✓`, ` 1.2 Bidder Address: Street Address: Lt?04 W- City: _7Z/4 -$ State: 17J Zip: '1626$ Phone: 3t7-33'/-(275-8 Fax: 317'33(1-/i sS 1.3 Bidder is a/an[mark one] Individual Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1A [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.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 , Indiana Registered Agent: Name: Address: BID-2 04/21/2008 20:22 3177606525 CROSSROAD ENGINEERS PAGE 06/23 - - r 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 times) 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 TI.1 M1iIA.1 Frx t414,10z NI -CLIV..114151.1.1) 51)6t ■11h4( iWO %ab Dollars ($ ? �{qI I O(Q. ce.SS )- 2.2 Alternate Bid `A' 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 Alternate Bid `A' items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Eic,,ur( N JNr ¶1.100AJ) T 1-k/mfJaol T�„ .0 c Au In Gli Tow a 7 Dollars ($ p°l 1 z.12.5O ). 2.3 Alternate Bid `B' 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 Alternate Bid `B' Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract items,total 'klinikTY 0►.IE 'RON.uJ) }IIN1E iluNDKO Dollars ($ q lcoo' 00 ). 2.4 Alternate Bid `C' 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 Alternate Bid `C' items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total (*4 Llvt'.n EICtuT 11.i,asAtJI £iGrt1T f l eg) r juE_ Dollars ($ 051 .oo ). 2.5 The Bidder acknowledges that evaluation of the lowest 13id 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 n r PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item • BID-4 CITY OF CARMEL PROJECT#06-09131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Construction Engineering LS 1$100,000.00 $100,000.00 2 Mobilization and Demobilization LS 1$175,000.00 $175,000.00 3 Clearing Right-of-Way LS 1 $50,000.00 $50,000.00 4 Surface Milling,Asphalt,1.5 in.(Undistributed) SYS 3308 $2.00 $6,616.00 5 Excavation,Common CYS 16657 $25.00 $416,425.00 6 Temporary Drop Inlet Protection EA 10 $65.00 $650.00 7 Temporary Silt Fence LFT 4831 $1.15 $5,555.65 8 Subgrade Treatment,Type IA SYS 42943 $3.15 $135,270.45 9 Subgrade Treatment(Undistributed) CYS 340 $30.00 $10,200.00 10 Geogrid(Undistributed) SYS 750 1$2,062.50 11 Structure Backfill,Type 1 CYS 3509 $25.00 $87,725.00 12 Compacted Aggregate,No.53,Base TON 2345 $22.00 $51,590.00 13 Colored and Jointed Concrete,7" SYS 142 $90.00 $12,780.00 14 Colored and Jointed Concrete,4" SYS 290 $60.00 $17,400.00 15 HMA Surface,Type C,9.5mm TON 2620 $59.00 $154,580.00 16 HMA Intermediate,Type C,19.0mm TON 4367 $45.00 $196,515.00 17 HMA Base,Type C,25.0 mm TON 12775 $39.00 $498,225.00 18 HMA Intermediate,Type C,OG 19mm TON 5046 $45.00 $227,070.00 19 HMA Surface,Type A TON 885 $71.00 $62,835.00 20 HMA Intermediate,Type A TON 1031 $61.00 $62,891.00 21 Curb Ramp,Concrete(All Types) SYS 543 $100.00 $54,300.00 22 Sidewalk,Concrete,4 in. SYS 20 $50.00 $1,000.00 23 Combined Curb and Gutter Type II LFT 12378 $11.25 $139,252.50 24 Combined Curb and Gutter Type III LFT 10867 $11.25 $122,253.75 25 Combined Curb and Gutter,Roll,Modified LFT 308 $25.00 $7,700.00 26 Center Curb,D,Concrete SYS 57 $75.00 $4,275.00 27 PCCP for Approaches,6 in. SYS 652 $50.00 $32,600.00 28 HMA for Drive Approaches TON 19 $195.00 $3,705.00 29 Mailbox Assembly,Single EA 11 $185.00 $2,035.00 30 Monument,Section Corner EA 2 $500.00 $1,000.00 31 Riprap,Revetment TON 38 $45.00 $1,710.00 32 Geotextiles SYS 78 $1.00 $78.00 33 Mobilization and Demobilization for Seeding EA 2 $400.00 $800.00 34 Mulched Seeding,Type T SYS 9600 $0.25 $2,400.00 35 Water kGAL 61 $1.00 $61.00 36 Topsoil CYS 3720 $2.00 $7,440.00 BID-4A CITY OF CARMEL PROJECT#06-09131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 37 Sodding,Nursery SYS 22661 $2.40 $54,386.40 38 Pipe,Type 4,Circular;6 in.Double Wall,Smooth Interior LFT 11780 $3.45 $40,641.00 39 Pipe,Type 2,Circular,12 in. LFT 3183 $20.00 $63,660.00 _ 40 Pipe,Type 2,Circular, 15 in. LFT 1222 $23.50 $28,717.00 41 Pipe,Type 2,Circular,18 in. LFT 284 $25.00 $7,100.00 42 Pipe,Type 2,Circular,24 in. LFT 191 $31.00 $5,921.00 43 Pipe,Type 2,Circular,60 in. LFT 24 $130.00 $3,120.00 44 Pipe End Section,Precast Concrete,15 in. EA 3 $310.00 $930.00 45 Pipe End Section,Precast Concrete,18 in. EA 2 $365.00 $730.00 46 Pipe End Section,Precast Concrete,60 in. EA 1 $3,700.00 $3,700.00 47 Aggregate for Underdrain CYS 1060 $36.00 $38,160.00 48 Geotextiles for Underdrain SYS 8081 $0.90 $7,272.90 49 Inlet,E-7 EA 1 $1,050.00 $1,050.00 50 Manhole,C-4 EA 19 $2,000.00 $38,000.00 51 Inlet,J-10 EA 22 $1,350.00 $29,700.00 52 Inlet,M-10 EA 4 $1,375.00 $5,500.00 53 Catch Basin,KI0 EA 16 $2,750.00 $44,000.00 54 Adjust to Grade,Valve Box EA 7 $180.00 $1,260.00 55 Casting,Adjust to Grade EA 1 $400.00 $400.00 56 Casting,4,Furnish and Adjust to Grade EA 4 $450.00 $1,800.00 57 Manhole,J4 EA 4 $2,800.00 $11,200.00 58 Inlet,B-15 EA 8 $1,850.00 $14,800.00 59 Inlet,C-15 EA 6 $1,850.00 $11,100.00 60 Catch Basin,C15 EA 8 $3,100.00 $24,800.00 61 Inlet,A-2 EA 1 $1,260.00 $1,260.00 62 Modified Manhole,C10 EA 2 $2,300.00 $4,600.00 63 Modified Manhole,J10 EA 3 $2,400.00 $7,200.00 64 Modified Manhole,J15 EA 1 $3,500.00 $3,500.00 65 Pipe Catch Basin,18" EA 3 $800.00 $2,400.00 66 Road Closure Sign Assembly EA 7 $250.00 $1,750.00 67 Detour Route Marker Assembly EA 28 $50.00 $1,400.00 68 Construction Sign,A EA 6 $140.00 $840.00 69 Construction Sign,B EA 3 $12.00 $36.00 70 Maintaining Traffic LSUM 1 $46,000.00 $46,000.00 71 Barricade,III-B LFT 408 $6.75 $2,754.00 72 Sign Post,Square,1,Reinforced Anchor Base LFT 536 $14.00 $7,504.00 73 Sign,Sheet,Encapsulated Lens with Legend,0.080 in. SFT 256 $18.00 $4,608.00 BID-4A CITY OF CARMEL PROJECT#06-09131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 74 Reset Decorative Traffic Sign EA 14 $750.00 $10,500.00 75 Decorative Street Sign Assembly EA 15 $1,900.00 $28,500.00 76 Sign,Sheet Relocation EA 5 $50.00 $250.00 77 Concrete Foundation with Grounding,30 in.Diameter x 96 in. EA 4 $1,300.00 $5,200.00 78 Light Pole Assembly,Street EA 4 $7,000.00 $28,000.00 79 Wire,No.4,Copper,In Plastic Duct,In Trench,4 1/C LFT 750 $13.00 $9,750.00 80 Service Point,II EA 1 $1,000.00 $1,000.00 81 Cable Duct Marker EA 3 $125.00 $375.00 82 Handhole,Lighting EA 1 $950.00 $950.00 83 Wire,No.4,Copper,In 2 in.Galvanized Steel Conduit,4 1/C LFT 357 $13.00 $4,641.00 84 Conduit,PVC,4" - LFT 530 $10.00 $5,300.00 85 Conduit,PVC,3/4" LFT 98 $7,00 $686.00 86 Controller Cabinet,P1,Modified EA 1 $4,500.00 $4,500.00 87 Controller Cabinet Foundation,PI,Modified EA 1 $1,200.00 $1,200.00 88 Line,Remove LFT 330 $1.00 $330.00 89 Line,Thermoplastic,Broken,White,4 in. LFT 240 $0.50 $120.00 90 Line,Thermoplastic,Dotted White,8 in.2'Line,2'Gap LFT 102 $2.50 $255.00 91 Line,Thermoplastic,Solid,White,4 in. LFT 2072 $0.50 $1,036.00 92 Line,Thermoplastic,Solid,Yellow,4 in. LFT 4449 $0.50 $2,224.50 93 Line,Thermoplastic,Solid,Yellow,8 in. LFT 261 $1.00 $261.00 94 Snowplowable Raised Pavement Marker EA 44 $40.00 $1,760.00 95 Transverse Marking,Thermoplastic,Crosshatch,Yellow,12 in. LFT 421 $3.00 $1,263.00 96 Transverse Marking,Thermoplastic,Stop Bar,24 in. LFT 256 $5.00 $1,280.00 97 Transverse Marking,Thermoplastic,Crosswalk Line,6 in. LFT 1314 $1.50 $1,971.00 98 Pavement Message Markings,Thermoplastic,Lane Indication Arrow EA 13 $125.00 $1,625.00 99 Pavement Message Markings,Thermoplastic,Word(ONLY) EA 10 $150.00 $1,500.00 100 Transverse Markings,Thermoplastic,Crosswalk Line,24 in. LFT 738 $5.00 $3,690.00 101 Transverse Markings,Thermoplastic,White Yield Line,27 in. EA 51 $20.00 $1,020.00 102 LS-2 Topsoil-Perennail Beds and Tree Pits CY 560 $40.00 $22,400.00 103 LS-3 Planting Bed Preparation SF 1200 $1.00 $1,200.00 104 LS-4 Weed Barrier Geotextile SF 50 $2.50 $125.00 105 LS-SMulch,River Rock CY 3 $40.00 $120.00 106 LS-6 Mulch,Shredded Hardwood Bark CY 47 $40.00 $1,880.00 107 LS-7Aluminum Landscape Edging LF 25 $4.50 $112.50 108 LS-SSpade-Cut Edge at Planting Beds LF 100 $1.00 $100.00 109 LS-9 Concrete Curbs,Cast-In-Place LF 141 $25.00 $3,525.00 110 LS-10Stone Walls-W/&W/O Cap,W/Concrete Footing LF 88 $290.00 $25,520.00 I BID-4A 1 • C ' CITY OF CARMEL PROJECT#06-09131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 111 LS-11 Tree Uplight Fixtures EA 2 $1,400.00 $2,800.00 112 LS-12 Irrigation System SF 6200 $0.80 $4,960.00 113 LS-13 Plant-Groundcover,#1 Pot EA 675 $10.00 $6,750.00 114 LS-14 Plant-Perennial,#1 Pot EA 1336 $14.00 $18,704.00 115 LS-15 Plant-Ornamental Grass,#2 Pot EA 417 $19.00 $7,923.00 116 LS-16 Plant-Evergreen Shrub,#2 Pot EA 28 $59.00 $1,652.00 117 LS-17 Plant-Deciduous Shrub,#5 Pot EA 2 $70.00 $140.00 118 LS-18 Plant-Deciduous Trees,3"Cal. EA 175 $495.00 $86,625.00 LS-19 Plant-Deciduous Tree,5"Cal.-PROVIDED BY OWNER 119 Coordination of Delivery,Installation,All Labor and Warranty by Contractor EA 1 $2,500.00 $2,500.00 120 LS-20 Water Line and Connections LF 90 $5.33 $479.70 121 LS-21 Backflow Preventer EA I $320.00 $320.00 122 LS-22 Water Tap Install,Meter Pit and Connections LS 1 $4,400.00 $4,400.00 123 LS-23 Electrical Service and Connections,Transformers LS 1 $400.00 $400.00 131 LS-24 Plant-Evergreen Trees,8'Ht.B&B EA 13 $265.00 $3,445.00 TOTAL BASE BID AMOUNT $3,491,069.85 ALTERNATE BID'A' 124 Sanitary Manhole EA 3 $ 2,500.00 $ 7,500.00 125 Sanitary Drop Manhole EA 1 $12,000.00 $ 12,000.00 126 8"Sanitary PVC for Mainline LFT 1045 $ 34.00 $ 35,530.00 127 6"Sanitary PVC for Laterals LFT 126 $ 27.50 $ 3,465.00 128 Structure Backfill for Sanitary Sewer CYS 1117 $ 27.50 $ 30,717.50 ALTERNATE'A'AMOUNT $89,212.50 ALTERNATE BID'B' 129 Cable Interduct LFT 5600 $14.00 $78,400.00 130 Handhole EA 15 $900.00 $13,500.00 ALTERNATE AMOUNT $91,900.00 ALTERNATE BID'C' 5A Excavation,Common CYS 4700 $23.15 $108,805.00 ALTERNATE'C'AMOUNT $108,805.00 BID-4A PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents - herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE • Z `.03/a$ YA? • BID-5 • EXCEPTIPART O5 NS 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: • • • • • • • BID-6 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: #06-09—131st Street: Towne Road to Ditch Road Proposal For Construction of: Reconstruction of 131st Street beginning east of Pettigru Drive and proceeding eastward to approximately 430 feet west of Ditch Road and reconstruction of Towne Road from approximately 350 feet south of 131st Street and proceeding northward to approximately 450 feet north of 131st Street. The proposed improvements include new asphalt pavement, concrete curb and gutter, asphalt recreational paths, curb ramps, storm sewer system, sodding, landscaping, and pavement markings. A roundabout is proposed at the 131st Street and Towne Road roundabout. Date: APRIL 25, 2008 To: City of Carmel,Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION • (Print) - 1.1 Bidder Name: E & B PAVING, INC. 1.2 Bidder Address: Street Address: 17042 MIDDLETOWN AVE. City: NOBLESVILLE State: INDIANA Zip: 46060 Phone: 317-773-4132 Fax: 317-773-4137 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 Three Million Five Hundred Forty One Thousand One Hundred Sixty Four and 91/100 Dollars $ 3,541,164.91 ). 2.2 Alternate Bid `A' 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 Alternate Bid `A' Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Ninety Four Thousand Five Hundred Sixty Two and 26/100 Dollars ($ 94,562.26 ). 2.3 Alternate Bid `B' 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 Alternate Bid `B' Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Ninety Four Thousand Three Hundred Thirty Four and 00/100 Dollars ($ 94,334.00 ). 2.4 Alternate Bid `C' 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 Alternate Bid `C' Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Seventy One Thousand Two Hundred Five and 00/100 Dollars ($ 71,205.00 ). 2.5 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] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item BID-4 CITY OF CARMEL =- PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ' ITEMIZED PROPOSAL 4/21/2008 1 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. I Construction Engineering LS 1 $43,400.00 $43,400.00 2 Mobilization and Demobilization LS 1 $170,540.00 $170,540.00 3 Clearing Right-of-Way LS 1 $60,000.00 $60,000.00 4 Surface Milling,Asphalt,1.5 in.(Undistributed) SYS 3308 $1.72 $5,689.76 5 Excavation,Common CYS 16657 $17.00 $283,169.00 6 Temporary Drop Inlet Protection EA 10 $85.00 $850.00 7 Temporary Silt Fence • LFT 4831 $1.28 $6,183.68 8 Subgrade Treatment,Type IA SYS 42943 $3.90 $167,477.70 9 Subgrade Treatment(Undistributed) CYS 340 $8.65 $2,941.00 10 Geogrid(Undistributed) SYS 750 $4.75 $3,562.50 11 Structure Backfill,Type 1 CYS 3509 $16.85 $59,126.65 12 Compacted Aggregate,No.53,Base TON 2345 $27.00 $63,315.00 13 Colored and Jointed Concrete,7" SYS 142 $91.60 $13,007.20 14 Colored and Jointed Concrete,4" SYS 290 $62.00 $17,980.00 15 HMA Surface,Type C,9.5mm TON 2620 $70.00 $183,400.00 16 HMA Intermediate,Type C,19.0mm TON 4367 $51.00 $222,717.00 17 HMA Base,Type C,25.0 mm TON 12775 $43.00 $549,325.00 18 HMA Intermediate,Type C,OG 19mm TON 5046 $52.90 $266,933.40 19 HMA Surface,Type A TON 885 $63.00 $55,755.00 20 HMA Intermediate,Type A TON 1031 $54.75 $56,447.25 21 Curb Ramp,Concrete(All Types) SYS 543 $100.00 $54,300.00 22 Sidewalk,Concrete,4 in. SYS 20 $100.00 $2,000.00 23 Combined Curb and Gutter Type II LFT 12378 $12.00 $148,536.00 24 Combined Curb and Gutter Type III LFT 10867 $11.50 $124,970.50 25 Combined Curb and Gutter,Roll,Modified LFT 308 $15.00 $4,620.00 26 Center Curb,D,Concrete SYS 57 $110.00 $6,270.00 27 PCCP for Approaches,6 in. SYS 652 $52.00 $33,904.00 28 HMA for Drive Approaches TON 19 $180.00 $3,420.00 29 Mailbox Assembly,Single EA 11 $140.00 $1,540.00 30 Monument,Section Corner EA 2 $300.00 $600.00 31 Riprap,Revetment TON 38 $35.00 $1,330.00 32 Geotextiles SYS 78 $2.00 $156.00 33 Mobilization and Demobilization for Seeding EA 2 $425.00 $850.00 34 Mulched Seeding,Type T SYS 9600 $0.38 $3,648.00 35 Water kGAL 61 $7.00 $427.00 36 Topsoil CYS 3720 $2.00 $7,440.00 BID-4A CITY OF CARMEL - PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 37 Sodding,Nursery SYS 22661 ., $2.87 $65,037.07 38 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 11780 $4.80 $56,544.00 . 39 Pipe,Type 2,Circular,12 in. LFT 3183 $25.00 $79,575.00 40 Pipe,Type 2,Circular,15 in. LFT 1222 $28.00 $34,216.00 41 Pipe,Type 2,Circular,18 in. LFT 284 $31.00 $8,804.00 42 Pipe,Type 2,Circular,24 in. LFT 191 $42.00 $8,022.00 43 Pipe,Type 2,Circular,60 in. LFT 24 $150.00 $3,600.00 44 Pipe End Section,Precast Concrete,15 in. EA 3 $611.00 $1,833.00 45 Pipe End Section,Precast Concrete,18 in. EA 2 $685.00 $1,370.00 46 Pipe End Section,Precast Concrete,60 in. EA I $3,000.00 $3,000.00 • 47 Aggregate for Underdrain CYS 1060 $31.50 $33,390.00 - 48 Geotextiles for Underdrain SYS 8081 $1.00 $8,081.00 49 Inlet,E-7 EA 1 $1,400.00 $1,400.00 50 Manhole,C-4 EA 19 $1,700.00 $32,300.00 51 Inlet,J-10 EA 22 $1,200.00 $26,400.00 52 Inlet,M-10 EA 4 $1,500.00 $6,000.00 53 Catch Basin,K10 EA - 16 $1,700.00 $27,200.00 54 Adjust to Grade,Valve Box EA 7 $650.00 $4,550.00 55 Casting,Adjust to Grade EA 1 $1,100.00 $1,100.00 56 Casting,4,Furnish and Adjust to Grade EA 4 $1,200.00 $4,800.00 57 Manhole,J4 EA 4 $3,100.00 $12,400.00 58 Inlet,B-15 EA 8 $1,900.00 $15,200.00 59 Inlet,C-15 EA 6 $2,000.00 $12,000.00 60 Catch Basin,C15 EA 8 $2,100.00 $16,800.00 61 Inlet,A-2 EA 1 $1,100.00 $1,100.00 62 Modified Manhole,C10 EA 2 $2,000.00 $4,000.00 63 Modified Manhole,J10 EA 3 $3,500.00 $10,500.00 64 Modified Manhole,J15 EA 1 $4,100.00 $4,100.00 65 Pipe Catch Basin,18" EA 3 $1,200.00 $3,600.00 66 Road Closure Sign Assembly EA 7 $250.00 $1,750.00 67 Detour Route Marker Assembly EA 28 $50.00 $1,400.00 68 Construction Sign,A EA 6 $140.00 $840.00 69 Construction Sign,B EA 3 $12.00 $36.00 70 Maintaining Traffic LSUM 1 $43,200.00 $43,200.00 71 Barricade,III-B LFT 408 $6.75 $2,754.00 72 Sign Post,Square,1,Reinforced Anchor Base LFT 536 $14.00 $7,504.00 73 Sign,Sheet,Encapsulated Lens with Legend,0.080 in. SFr 256 $1 8.00 $4,608.00 BID-4A 1 CITY OF CARMEL = PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 74 Reset Decorative Traffic Sign EA 14 $750.00 $10,500.00 . _ - " �' 75 Decorative Street Sign Assembly EA 15 $1,900.00 $28,500.00 • 76 Sign,Sheet Relocation EA 5 $50.00 $250.00 77 Concrete Foundation with Grounding,30 in.Diameter x 96 in. EA 4 $1,300.00 $5,200.00 78 Light Pole Assembly,Street EA 4 $7,000.00 $28,000.00 79 Wire,No.4,Copper,In Plastic Duct,In Trench,4 1/C • LFT 750 $13.00 $9,750.00 80 Service Point,II EA 1 $1,000.00 $1,000.00 81 Cable Duct Marker EA 3 $125.00 $375.00 82 Handhole,Lighting EA l $950.00 $950.00 83 Wire,No.4,Copper,In 2 in.Galvanized Steel Conduit,4 1/C LFT 357 $13.00 $4,641.00 84 Conduit,PVC,4" LFT 530 $10.00 $5,300.00 85 Conduit,PVC,3/4" LFT 98 $7.00 $686.00 86 Controller Cabinet,P1,Modified EA 1 $4,500.00 $4,500.00 87 Controller Cabinet Foundation,P1,Modified EA 1 $1,200.00 $1,200.00 88 Line,Remove LFT 330 $1.00 $330.00 89 Line,Thermoplastic,Broken,White,4 in. LFT 240 $0.50 $120.00 90 Line,Thermoplastic,Dotted White,8 in.2'Line,2'Gap LFT 102 $2.50 $255.00 91 Line,Thermoplastic,Solid,White,4 in. LFT 2072 $0.50 $1,036.00 92 Line,Thermoplastic,Solid,Yellow,4 in. LFT 4449 $0.50 $2,224.50 93 Line,Thermoplastic,Solid,Yellow,8 in. LFT 261 $1.00 $261.00 94 Snowplowable Raised Pavement Marker EA 44 $40.00 $1,760.00 95 Transverse Marking,Thermoplastic,Crosshatch,Yellow,12 in. LFT 421 $3.00 $1,263.00 96 Transverse Marking,Thennoplastic,Stop Bar,24 in. LFT 256 $5.00 $1,280.00 97 Transverse Marking,Thermoplastic,Crosswalk Line,6 in. LFT 1314 $1.50 $1,971.00 98 Pavement Message Markings,Thermoplastic,Lane Indication Arrow EA . 13 $125.00 $1,625.00 99 Pavement Message Markings,Thermoplastic,Word(ONLY) EA 10 $150.00 $1,500.00 100 Transverse Markings,Thermoplastic,Crosswalk Line,24 in. LFT 738 $5.00 $3,690.00 101 Transverse Markings,Thennoplastic,White Yield Line,27 in. EA 51 $20.00 $1,020.00 102 LS-2 Topsoil-Perennail Beds and Tree Pits CY 560 $62.00 $34,720.00 103 LS-3 Planting Bed Preparation SF 1200 $19.00 $22,800.00 104 LS-4 Weed Barrier Geotextile $0.78 $39.00 SF 50 105 LS-SMulch,River Rock $135.00 $405.00 CY 3 106 LS-6 Mulch,Shredded Hardwood Bark $70.00 $3,290.00 CY 47 107 LS-7Aluminum Landscape Edging LF 25 $11.50 $287.50 108 LS-8Spade-Cut Edge at Planting Beds LF 100 $2.04 $204.00 109 LS-9 Concrete Curbs,Cast-In-Place $35.00 $4,935.00 LF 141 110 LS-I OStone Walls-W/&W/O Cap,W/Concrete Footing LF 88 $400.00 $35,200.00 BID-4A CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 111 LS-11 Tree Uplight Fixtures EA 2 $1,200.00 $2,400.00 _ _ 112 LS-12 Irrigation System SF 6200 $2.01 $12,462.00 . 113 LS-13 Plant-Groundcover,#1 Pot EA 675 $14.40 $9,720.00 114 LS-I4 Plant-Perennial,#1 Pot EA 1336 $14.25 $19,038.00 115 LS-15 Plant-Ornamental Grass,#2 Pot EA 417 $24.50 $10,216.50 116 LS-16 Plant-Evergreen Shrub,#2 Pot EA 28 $30.00 $840.00 117 LS-17 Plant-Deciduous Shrub,#5 Pot EA 2 $50.00 $100.00 118 LS-18 Plant-Deciduous Trees,3"Cal. EA 175 $450.00 $78,750.00 LS-19 Plant-Deciduous Tree,5"Cal.-PROVIDED BY OWNER 119 Coordination of Delivery,Installation,All Labor and Warranty by $275.00 $275.00 Contractor EA 1 120 LS-20 Water Line and Connections LF 90 $5.33 $479.70 121 LS-21 Backflow Preventer EA 1 $320.00 $320.00 122 LS-22 Water Tap Install,Meter Pit and Connections LS 1 $4,400.00 $4,400.00 123 LS-23 Electrical Service and Connections,Transformers LS 1 $400.00 $400.00 131 LS-24 Plant-Evergreen Trees,8'Ht.B&B EA 13 $450.00 $5,850.00 TOTAL BASE BID AMOUNT $3,541,164.91 ALTERNATE BID'A' 124 Sanitary Manhole EA 3 $4,040.00 $12,120.00 125 Sanitary Drop Manhole EA 1 $10,605.00 $10,605.00 126 8"Sanitary PVC for Mainline LFT 1045 $44.44 $46,439.80 127 6"Sanitary PVC for Laterals LFT 126 $40.40 $5,090.40 128 Structure Backfill for Sanitary Sewer CYS 1117 $18.18 $20,307.06 ALTERNATE'A'AMOUNT $94,562.26 ALTERNATE BID'B' 129 Cable Interduct LFT 5600 $14.14 $79,184.00 130 Handhole EA 15 $1,010.00 $15,150.00 ALTERNATE'B'AMOUNT $94,334.00 ALTERNATE BID'C' 5A Excavation,Common CYS 4700 $15.15 $71,205.00 ALTERNATE'C'AMOUNT $71,205.00 BID-4A ■ n 1 `. 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 • APRIL 21, 2008 2 APRIL 23, 2008 3 APRIL 24, 2008 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 BID-6 PART 1 BIDDER INFORMATION IPrint) 1.1 Bidder Name: Atlas Excavating, Inc. 1.2 Bidder Address: Street Address: 4740 Swisher Road City:West Lafayette State: IN Zip: 47906 Phone: 765-429-4800 Fax: 765-429-6464 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: NA .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 04/22/2008 07:53 3177806525 CROSSROAD ENGINEERS PAGE 06 PART 2 SID 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 Srx —�i�� olollars 3 multiplied ltiplied by . _ estimated unit Wan tieor such Cgntrac Items, total ree ,I I ton Si X Ay/tared "G il� kov;cgnc 'hf'fIvnGf ed Dollars S ' 604 36 jr, c�Ad�e cep 2.2 Alternate Bid `A' 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 Alternate Bid 'A' Items as stated in Part 3 t� f hereof'which Unit P++rices, when multi pi�ln ie y esti ated unit quantities tor such Contract Items,total Ov€ hvnt✓ec �k1n S Dollars ($ 132.1 g/ }.O® ). y� v 4 a off tirS atto1 'E2r'o cent c 2.3 Alternate Bid `B' 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 Alternate Bid 'B' Items as stated in Part 3 hereof,which Unit Prices.Then multiplied by estimated unit quantities for such Contract Items, total IV'M Q�y 1-J ec! 1lQ�.l'C//td .� ■ -if. I. r Dollars($ ' L/O'Q s Cat} ). an, — fo Gefet. 2.4 Alternate Bid 'C' 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 Alternate Bid 'C' Items as stated in Part 3 hereof, which Unit Prices,whentult'plied by e timated ,nit quantities or s ch Contract Items,total a. ert ce - . •vS,c . I Dollars ($$ 23,SOD bei )vci vn ire oU Iawr eth i -zQ'b ceA-fs 2.5 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] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item BID-4 CITY OF CARMEL PROJECT#06-09131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Construction Engineering LS 1 $56,000.00 $56,000.00 2 Mobilization and Demobilization LS 1 $190,000.00 $190,000.00 3 Clearing Right-of-Way LS 1 $70,000.00 $70,000.00 4 Surface Milling,Asphalt,1.5 in.(Undistributed) SYS 3308 $1.50 $4,962.00 5 Excavation,Common CYS 16657 $20.00 $333,140.00 6 Temporary Drop Inlet Protection EA 10 $250.00 $2,500.00 7 Temporary Silt Fence LET 4831 $1.30 $6,280.30 8 Subgrade Treatment,Type IA SYS 42943 $3.15 $135,270.45 9 Subgrade Treatment(Undistributed) CYS 340 $3.50 $1,190.00 10 Geogrid(Undistributed) SYS 750 $7.00 $5,250.00 11 Structure Backfill,Type 1 CYS 3509 $30.00 $105,270.00 12 Compacted Aggregate,No.53,Base TON 2345 $24.00 $56,280.00 13 Colored and Jointed Concrete,7" SYS 142 $105.00 $14,910.00 14 Colored and Jointed Concrete,4" SYS 290 $87.00 $25,230.00 15 HMA Surface,Type C,9.5mm TON 2620 $59.00 $154,580.00 16 HMA Intermediate,Type C,19.0mm TON 4367 $45.00 $196,515.00 17 HMA Base,Type C,25.0 mm TON 12775 $39.00 $498,225.00 18 HMA Intermediate,Type C,OG 19mm TON 5046 $45.00 $227,070.00 19 HMA Surface,Type A TON 885 $71.00 $62,835.00 20 HMA Intermediate,Type A TON 1031 $61.00 $62,891.00 21 Curb Ramp,Concrete(All Types) SYS 543 $114.00 $61,902.00 22 Sidewalk,Concrete,4 in. SYS 20 $55.00 $1,100.00 23 Combined Curb and Gutter Type II LFT 12378 $11.00 $136,158.00 24 Combined Curb and Gutter Type III LFT 10867 $11.00 $119,537.00 25 Combined Curb and Gutter,Roll,Modified LFT 308 $20.00 $6,160.00 26 Center Curb,D,Concrete SYS 57 $175.00 $9,975.00 27 PCCP for Approaches,6 in. SYS 652 $50.00 $32,600.00 28 HMA for Drive Approaches TON 19 $195.00 $3,705.00 29 Mailbox Assembly,Single EA 11 $150.00 $1,650.00 30 Monument,Section Corner EA 2 $300.00 $600.00 31 Riprap,Revetment TON 38 $60.00 $2,280.00 32 Geotextiles SYS 78 $12.00 $936.00 33 Mobilization and Demobilization for Seeding EA 2 $425.00 $850.00 34 Mulched Seeding,Type T SYS 9600 $1.14 $10,944.00 35 Water kGAL 61 $7.00 $427.00 36 Topsoil CYS 3720 $10.00 $37,200.00 BID-4A 1/ CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 37 Sodding,Nursery SYS 22661 $3.00 $67,983.00 38 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 11780 $4.70 $55,366.00 39 Pipe,Type 2,Circular,12 in. LFT 3183 $44.00 $140,052.00 40 Pipe,Type 2,Circular,15 in. LFT 1222 $46.00 $56,212.00 41 Pipe,Type 2,Circular,18 in. LFT 284 $55.00 $15,620.00 42 Pipe,Type 2,Circular,24 in. LFT 191 $67.00 $12,797.00 43 Pipe,Type 2,Circular,60 in. LFT 24 $350.00 $8,400.00 44 Pipe End Section,Precast Concrete,15 in. EA 3 $750.00 $2,250.00 45 Pipe End Section,Precast Concrete,18 in. EA 2 $900.00 $1,800.00 46 Pipe End Section,Precast Concrete,60 in. EA 1 $4,000.00 $4,000.00 47 Aggregate for Underdrain CYS 1060 $38.90 $41,234.00 48 Geotextiles for Underdrain SYS 8081 $1.85 $14,949.85 49 Inlet,E-7 EA 1 $1,500.00 $1,500.00 50 Manhole,C-4 EA 19 $2,100.00 $39,900.00 51 Inlet,J-10 EA 22 $1,900.00 $41,800.00 52 Inlet,M-10 EA 4 $1,900.00 $7,600.00 53 Catch Basin,K10 EA 16 $2,400.00 $38,400.00 54 Adjust to Grade,Valve Box EA 7 $400.00 $2,800.00 55 Casting,Adjust to Grade EA 1 $400.00 $400.00 56 Casting,4,Fumish and Adjust to Grade EA 4 $650.00 $2,600.00 57 Manhole,J4 EA 4 $3,600.00 $14,400.00 58 Inlet,B-15 EA 8 $2,600.00 $20,800.00 59 Inlet,C-15 EA 6 $2,600.00 $15,600.00 60 Catch Basin,C15 EA - 8 $3,100.00 $24,800.00 61 Inlet,A-2 EA 1 $1,900.00 $1,900.00 62 Modified Manhole,C10 EA 2 $2,600.00 $5,200.00 63 Modified Manhole,J10 EA 3 $3,500.00 $10,500.00 64 Modified Manhole,J15 EA 1 $4,000.00 $4,000.00 65 Pipe Catch Basin,18" EA 3 $1,300.00 $3,900.00 66 Road Closure Sign Assembly EA 7 $250.00 $1,750.00 67 Detour Route Marker Assembly EA 28 $50.00 $1,400.00 68 Construction Sign,A EA 6 $140.00 $840.00 69 Construction Sign,B EA 3 $12.00 $36.00 70 Maintaining Traffic LSUM 1 $29,500.00 $29,500.00 71 Barricade,III-B LFT 408 $6.75 $2,754.00 72 Sign Post,Square,1,Reinforced Anchor Base LFT 536 $14.00 $7,504.00 73 Sign,Sheet,Encapsulated Lens with Legend,0.080 in. SFT 256 $18.00 $4,608.00 BID-4A CITY OF CARMEL PROJECT#06-09131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 74 Reset Decorative Traffic Sign EA 14 $750.00 $10,500.00 75 Decorative Street Sign Assembly EA 15 $1,900.00 $28,500.00 76 Sign,Sheet Relocation EA 5 $50.00 $250.00 77 Concrete Foundation with Grounding,30 in.Diameter x 96 in. EA 4 $1,300.00 $5,200.00 78 Light Pole Assembly,Street EA 4 $7,000.00 $28,000.00 79 Wire,No.4,Copper,In Plastic Duct,In Trench,4 1/C LET 750 $13.00 $9,750.00 80 Service Point,II EA 1 $1,000.00 $1,000.00 81 Cable Duct Marker EA 3 $125.00 $375.00 82 Handhole,Lighting EA I $950.00 $950.00 83 Wire,No.4,Copper,In 2 in.Galvanized Steel Conduit,4 1/C LFT 357 $13.00 $4,641.00 84 Conduit,PVC,4" LFT 530 $10.00 $5,300.00 85 Conduit,PVC,3/4" LFT 98 $7.00 $686.00 86 Controller Cabinet,P1,Modified EA 1 $4,500.00 $4,500.00 87 Controller Cabinet Foundation,Pt,Modified EA 1 $1,200.00 $1,200.00 88 Line,Remove LFT 330 $1.20 $396.00 89 Line,Thermoplastic,Broken,White,4 in. LFT 240 $0.40 $96.00 90 Line,Thermoplastic,Dotted White,8 in.2'Line,2'Gap LFT 102 $1.07 $109.14 91 Line,Thermoplastic,Solid,White,4 in. LET 2072 $0.36 $745.92 92 Line,Thermoplastic,Solid,Yellow,4 in. LFT 4449 $0.35 $1,557.15 93 Line,Thermoplastic,Solid,Yellow,8 in. LET 261 $0.98 $255.78 94 Snowplowable Raised Pavement Marker EA 44 $44.60 $1,962.40 95 Transverse Marking,Thermoplastic,Crosshatch,Yellow,12 in. LET 421 $1.88 $791.48 96 Transverse Marking,Thermoplastic,Stop Bar,24 in. LFT 256 $3.75 $960.00 97 Transverse Marking,Thermoplastic,Crosswalk Line,6 in. LFT 1314 $0.76 $998.64 98 Pavement Message Markings,Thermoplastic,Lane Indication Arrow EA 13 $1.20 $15.60 99 Pavement Message Markings,Thermoplastic,Word(ONLY) EA 10 $0.99 $9.90 100 Transverse Markings,Thermoplastic,Crosswalk Line,24 in. LFT 738 $3.75 $2,767.50 101 Transverse Markings,Thermoplastic,White Yield Line,27 in. EA 51 $19.25 $981.75 102 LS-2 Topsoil-Perennail Beds and Tree Pits Cy 560 $0.78 $436.80 103 LS-3 Planting Bed Preparation SF 1200 $1.50 $1,800.00 104 LS-4 Weed Barrier Geotextile SF 50 $0.78 $39.00 105 LS-SMulch,River Rock CY 3 $1.35 $4.05 106 LS-6 Mulch,Shredded Hardwood Bark CY 47 $70.00 $3,290.00 107 LS-7Aluminum Landscape Edging LF 25 $11.50 $287.50 108 LS-SSpade-Cut Edge at Planting Beds LF 100 $2.04 $204.00 109 LS-9 Concrete Curbs,Cast-In-Place 141 $14.40 $2,030.40 LF 110 LS-10Stone Walls-W/&W/O Cap,W/Concrete Footing LF 88 $70.00 $6,160.00 BID-4A CITY OF CARMEL PROJECT#06-09 13IST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 111 LS-11 Tree Uplight Fixtures EA 2 $200.00 $400.00 112 LS-12 Irrigation System SF 6200 $1.00 $6,200.00 113 LS-13 Plant-Groundcover,#1 Pot EA 675 $I4.40 $9,720.00 114 LS-14 Plant-Perennial,#1,Pot EA 1336 $14.25 $19,038.00 115 LS-15 Plant-Ornamental Grass,#2 Pot EA 417 $24.50 $10,216.50 116 LS-16 Plant-Evergreen Shrub,#2 Pot EA 28 $30.00 $840.00 117 LS-17 Plant-Deciduous Shrub,#5 Pot EA 2 $50.00 $100.00 118 LS-18 Plant-Deciduous Trees,3"Cal. EA 175 $460.00 $80,500.00 LS-19 Plant-Deciduous Tree,5"Cal.-PROVIDED BY OWNER 119 Coordination of Delivery,Installation,All Labor and Warranty by $275.00 $275.00 Contractor EA 1 120 LS-20 Water Line and Connections LF 40 $10.00 $900.00 121 LS-21 Backflow Preventer EA 1 $200.00 $200.00 122 LS-22 Water Tap Install,Meter Pit and Connections LS 1 $400.00 $400.00 123 LS-23 Electrical Service and Connections,Transformers LS 1 $400.00 $400.00 131 LS-24 Plant-Evergreen Trees,8'Ht.B&B EA 13 $450.00 $5,850.00 TOTAL BASE BID AMOUNT $3,601,369.11 ALTERNATE BID'A' 124 Sanitary Manhole EA 3 $3,200.00 $9,600.00 125 Sanitary Drop Manhole EA 1 $7,300.00 $7,300.00 126 8"Sanitary PVC for Mainline LFT 1045 $60.00 $62,700.00 127 6"Sanitary PVC for Laterals LFT 126 $50.00 $6,300.00 128 Structure Backfill for Sanitary Sewer CYS 1117 $42.00 $46,914.00 ALTERNATE'A'AMOUNT $132,814.00 ALTERNATE BID'B' 129 Cable Interduct LET 5600 $14.00 $78,400.00 130 Handhole EA 15 $1,000.00 $15,000.00 ALTERNATE'B'AMOUNT $93,400.00 ALTERNATE BID'C' 5A Excavation,Common CYS 4700 $5.00 $23,500.00 /�(fir s ALTERNATE'C'AMOUNT $23,500.00 1J G BID-4A PART'4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE #1 4/21/08 #2 4/23/08 #3 4/24/08 • 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: NA BID-6 • • • 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. 9— s� tr Towne R Project: #06-09 131 Street:Tow oad to Ditch Road t Proposal For Construction of: Reconstruction of 131st Street beginning east of Pettigru Drive and proceeding eastward to approximately 430 feet west of Ditch Road and reconstruction of Towne Road from approximately 350 feet south of 131st Street and proceeding northward to approximately 450 feet north of 131st Street. The proposed improvements include new asphalt pavement, concrete curb and gutter, asphalt recreational paths, curb ramps, storm sewer system, sodding; landscaping, and pavement markings. A . roundabout is proposed at the 131st Street and Towne Road roundabout. Date: April 25, 2008 - To: City of Carmel,Indiana,Board of Public Works and Safety • • BID-I PART 1 BIDDER INFORMATION (Printl 1.1 Bidder Name: Poindexter Excavating, Inc. 1.2 Bidder Address: Street Address: 10443 E.56th St City: Indianapolis State: IN Zip:46236 - Phone:317-823-6837 Fax: 317-823-4662 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 fie 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 Three million Six Hundred Sixteen Thousand Two Hundred One Dollars & Fifty Cents Dollars($ 3, 616,201. 50 ). 2.2 Alternate Bid 'A' 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 Alternate Bid 'A' Items as stated in Part 3 hereof,which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,totalNinety One Thousand Six Hundred Twenty Six Thousand & Sixty Cents Dollars($ 91, 626 .60 ). 2.3 Alternate 13id 'B' 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 Alternate Bid '13' Items as stated in Part 3 hereof,which Unit Prices, when multiplied by estimated unit quantities for such Contract items,total One Hundred Three Thosaund Three Hundred Dollars & Zero Cents Dollars ($103,300. 00 ), 2.4 Alternate Bid 'C' The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus,materials,equipment,service and other necessary supplies,and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto,for the Unit Prices applicable to the Alternate Bid 'C' Items as stated in Part 3 hereof, which Unit Prices,when multiplied by estimated unit quantities for such Contract Items, total Ninety Eight Thousand Seven Hundred Dollars & Zero Cents Dollars($ 98,700 . 00 ). 2.5 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] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price(in Words] Quantity Price for Item • • BID-4 CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL iainoos NODESCRIPTION UNIT QUANTITY PRICE AMOUNT - 1 Construction Engineering _ LS 1 60000 $60,000.00 2 Mobilization and Demobilization LS 1 81600 $81,600.00 3 Clearing Right-of-Way LS 1 39900 $39,900.00 4 Surface Milling,Asphalt,1.5 in.(Undistributed) - SYS 3308 3 $9,924.00 5 Excavation,Common CYS 16657 24.5 $408,096.50 6 Temporary Drop Inlet Protection EA 10 85 $850.00 f _ 7 Temporary Silt Fence LFT 4831 1.3 $6,280.30 8 Subgrade Treatment Type IA SYS 42943 3.7 $158,889.10 _ 9 Subgrade Treatment(Undistributed) CYS 340 29 $9,860.00 10 Geogrid(Undistributed) SYS 750 5 $3,750.00 11 Structure Backfill,Type I CYS 3509 26 $91,234.00 12 Compacted Aggregate,No.53,Base TON 2345 25, $58,625.00 13 Colored and Jointed Concrete,7" SYS 142 115 $16,330.00 14 Colored and Jointed Concrete,4" SYS 290 105 $30,450.00 - 15 HMA Surface,Type C,9.5mm TON ' 2620 62 $162,440.00 ' 16 -1 HMA Intermediate,Type C,19.0mm TON 4367 47 $205,249.00 17 HMA Base,Type C,25.0mm TON 12775 41 $523,775.00 18 _HMA Intermediate,Type C,OG 19mm TON 5046 47 $237,162.00 19 HMA Surface,Type A TON 885 74 $65,490.00 20 HMA Intermediate,Type A TON , 1031 64 $65,984.00 21 Curb Ramp,Concrete(All Types) SYS 543 100 $54,300.00 22 Sidewalk,Concrete,4 in. SYS 20 55 $1,100.00 23 Combined Curb and Gutter Type II LFT , 12378 12.5 $154,725.00 24 Combined Curb and Gutter Type DI LFT 10867 12.5 $135,837.50 25 Combined Curb and Gutter,Roll,Modified LFT 308 22 $6,776.00 1 26 Center Curb,D,Concrete SYS 57 110 $6,270.00 27 PCCP for Approaches,6 in. SYS 652 60 $39,120.00 28 HMA for Drive Approaches TON 19 205_ $3,895.00 29 Mailbox Assembly,Single EA 11 250 $2,750.00 30 Monument Section Corner EA 2 800 $1,600.00 1 1 31 Riprap,Revetment TON 38 38 $1,444.00 32 Geotextiles SYS 78 78 $6,084.00 33 Mobilization and Demobilization for Seeding EA 2 425 $854.00 34 Mulched Seeding,Type T SYS _ 9600 0.5 $4,800.00 35 Water kGAL 61 8 $488.00 BID-4A CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 1/21/2OO8 7 36 Topsoil CYS _ 3720 22.5 $83,700.00 _ 1 37 Sodding,Nursery SYS 22661 2.5 $56,652.50 38 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior` LFT 11780 7.6 $89,528.00 39 Pipe,Type 2,Circular,12 in. LFT 3183 21.6 $68,752.80 40 Pipe,Type 2,Circular,15 in. LFT 1222 25.8 $31,527.60 41 Pipe,Type 2,Circular,18 in. LFT - 284 27.4 $7,781.60 f 42 Pipe,Type 2,Circular,24 in. LFT 191 38.5 $7,353.50 43 Pipe,Type 2,Circular,60 in. , LFT 24 119 $2,856.00 44 Pipe End Section,Precast Concrete,15 in. EA 3 480, $1,440.00 45 Pipe End Section,Precast Concrete,18 in. EA 2 550 $1,100.00) 46 Pipe End Section,Precast Concrete,60 in. EA 1 2320 $2,320.00 47 Aggregate for Underdrain CYS 1060 25.6 $27,136.00 48 Geotextiles for Underdrain SYS 4 8081 1.2 $9,697.20 49 Inlet,E-7 EA 1 1325 $1,325.0(1 I 50 Manhole,C-4 EA 19 1950 $37,050.00 51 ,Inlet;J-10 EA 22 1356 $29,832.00 52 Inlet,M-10 EA 4 1372 $5,488.00 1 53 Catch Basin,K10 EA 16 1505 $24,080.00 1 54 Adjust to Grade,Valve Box EA 7 280 $1,960.00 55 Casting,Adjust to Grade EA 1 500 $500.00 56 Casting 4,Furnish and Adjust to Grade EA 4 850 $3,400.00 ' 57 Manhole,J4 EA 4 2867 $11,468.00 58 Inlet B-15 EA 8 1749 $13,992.00 59 Inlet,C-15 EA 6 1750 $10,500.00 60 ,Catch Basin,C15 A EA A 8 1750 $14,000.00 61 Inlet A-2 EA 1 16321 $1,632.00 62 Modified Manhole,CIO _ EA 2 2014 $4,028.00 63 Modified Manhole,J10 EA 3 2650 $7,950.00 64 Modified Manhole,J15 EA 1 2756 $2,756.00 65 Pipe Catch Basin,18" EA 3 636 $1,908.00 ■66 Road Closure Sign Assembly _ EA 7 420 $2,940.00 67 Detour Route Marker Assembly EA 28 95 $2,660.00 68 Construction Sign,A EA 6 330 $1,980.00 — 69 Construction Sign,B EA 3 61 $183.00 70 Maintaining Traffic LSUM 1 33000 $33,000.00 t 71 ' , Barricade,111-B LFT 408 12 $4,896.00 B1D-4A CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 72 Sign Post,Square,1,Reinforced Anchor Base LFT 536 14.5 $7,772.00 73 Sign,Sheet Encapsulated Lens with Legend,0.080 in. SFT 256 18.5 $4,736.00 74 Reset Decmative Traffic a :+1 $11,200.00 Decorative S,- ,. 111 $30,000.00 76 Sign,Sheet Relocation c . .: ., , , . ,• 1 , 1 .0 , , ®�1111 $5,600.00 78 Light Pole Assembly,Street EA 4 7400 $29,600.00 79 Wire,No. ' Copper, Plastic Duct, r + 14.5 $10,875.00 :1 Service Point, 1 EA 1 1100 $1,100.00 81 Cable Duct Marker EA 3 150 $450.00 82 Handhole,Lighting EA 1 1100 $1,100.00 83 Wire,No.4 Copper,In 2 in Galvanized Steel Conduit,4 1/C LFT 357 14.5 $5,176.50 Conduit, + 11 Controller . ,et,P1 Modified EA 1 5000 $5,000.00 Controller Cabinet Foundation, „ -, EA 1 1500 $1,500.00 88 Line,Remove LFT 330 1.5 S495.00 89 Line,Thermoplastic, ..-, White, , LFT 240 0.5 $120.00 90 Line,Thermoplastic,Dotted,White,8 in.2'Line,2'Gap LFT 102 2 $204.00 91 Line,Thermoplastic,Solid,White,4 in. LFT 2072 0.4 $828.80 92 Line,Thermoplastic,Solid,Yellow,4 in. LFT 4449 0.4 $1,779.60 Plowable 93 Line,Thermoplastic,Solid,Yellow,8 in. LFT 261 2 $522.00 1 94 Snow .Pavement 1 $2,200.00 1 95 Transverse Marking,Thermoplastic,Crosshatch,Yellow,12 in, LFT 421 2 $842.00 96 Transverse Marking,Themioplastic,Stop Bar,24 in. LFT 256 4.5 $1,152.00 1 97 Transverse Marking,Thermoplastic,Crosswalk Line,6 in. LFT 1314 1 $1,314.00 98 Pavement Message Markings,Thermoplastic,Lane Indication Arrow EA 13 150 $1,950.00 99 Pavement Message Markings,Thermoplastic,Word(ONLY) EA 10 110 $1,100.00 100 Transverse Marking,Thermoplastic,Crosswalk Line,24 in. LFT 7313 4 $2,952.00 101 Transverse Marking,Thermoplastic,White Yield Line,27 in. EA 51 20 $1,020.00 102 Topsoil r, : and _ CY 560 45 $25,200.00 1 ,• Bed Preparation SF 1200 1.5 $1,800.00 +' ,Barrier Geotextile $150.00 +5 LS-5 Mulch,River Rock CY 3 130 $390.00 106 LS-6 Mulch,Shredded Hardwood Bark CY 47 50 $2,350.00 107 LS-7 Aluminum Landscaping Edging LFT 25 10 1 ++ BID-4A CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL aniaoos 108 LS-8 Spade-Cut Edge at Planting Beds LF 100 2 $200.00 109 LS-9 Concrete Curbs,Cast-in-Place LF 141 27 $3,807.00 110 LS-10 Stone Walls-w/&w/o Cap.w/Concrete Footing LF 88 200 $17,600.00 111 LS-11 Tree Uplight Fixtures EA 2 500 $1,000.00 112 LS-12 Irrigation System SF 6200 3 $18,600.00 113 LS-13 Plant-Groundcover,#1 Pot EA 675 11 $7,425.00 114 LS-14 Plant-Perennial,#1 Pot EA 1336 15 $20,040.00 115 LS-15 Plant-Ornamental Grass,#2 Pot EA 417 20 $8,340.00 1I6 LS-16 Plant-Evergreen Shrub,#2 Pot EA 28 60 $1,680.00 117 LS-17 Plant-Deciduous Shrub,#5 Pot EA 2 75 $150.00 118 LS-18 Plant•Deciduous Trees,3"Cal. EA 175 500 $87,500.00 LS-19 Plant Deciduous Tree.5"Cal.-PROVIDED BY 119 OWNER Coordination of Delivery,Installation,AU Labor EA 1 and Warranty by Contractor 1500 $1,500.00 120 LS 20 Water Line and Connections LF 90 26 $2,340.00 121 LA-21 Backflow Preventer EA 1 1500 $1,500.00 122 LS-22 Water Tap Install,Meter Pit and Connections LS 1 7900, $7,900.00 123 LS-23 Electrical Service and Connectins,Transformers LS 1 500 $500.00 o 131 LS-24 Plant-Evergreen Trees,8'Ht.B&B EA 13 400 $5,200.00 TOTAL BASE BID AMOUNT$3,616,201.50 j ALTERNATE BID'A' r - - , 124 Sanitary Manhole EA 3 3694 $11,082.00 125 Sanitary Drop Manhole EA 1 9388 $9,388.00 126 8"Sanitary PVC for Mainline I LFT 1045 23.1 $24,139.50 127 6"Sanitary PVC for Laterals LFT 126 28.3 $3,565.80 128 „Structure Bardcfill for Sanitary Sewer CYS 1117 38.9 $43,451.30 ALTERNATE'A'AMOUNTS $91,626.60 ALTERNATE BID'B' AP 129 Cable Interduct LFT 5600 155 $86,800.00 130 Handhole EA 15 1I00 $16,500.00 ALTERNATE'B'AMOUNT $103,300.00 ALTERNATE BID'C' 5A Excavation,Common I CYS 1 470L 21, $98,700.00 ALTERNATE'C'AMOUNT $98,700.00 BID-4A • • • • PART 4 - CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE Addendum #1 4/21/2.008 Addendum #2 4/23/2008 Addendum #3 4/24/2008 • • • • • • 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: • BID-6 • 3 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: #06-09—131S1 Street: Towne Road to Ditch Road Proposal For Construction of: Reconstruction of 131st Street beginning east of Pettigru Drive and proceeding eastward to approximately 430 feet west of Ditch Road and reconstruction of Towne Road from approximately 350 feet south of 131st Street and proceeding northward to approximately 450 feet north of 131st Street. The proposed improvements include new asphalt pavement, concrete curb and gutter, asphalt recreational paths, curb ramps, storm sewer system, sodding, landscaping, and pavement markings. A roundabout is proposed at the 131st Street and Towne Road roundabout. Date: April 25, 2008 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 g 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 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 Three Million Eight Hundred Forty One Thousand Six Hundred Twenty and 32/100 Dollars ($ 3,841,620.32 ) 2.2 Alternate Bid `A' 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 Alternate Bid `A' Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Eighty One Thousand Six Hundred Fifteen and 01/100 Dollars ($ 81,615.01 ) 2.3 Alternate Bid `B' 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 Alternate Bid `B' Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Ninety Three Thousand Four Hundred and 00/100 Dollars ($ 93,400.00 ), 2.4 Alternate Bid `C' 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 Alternate Bid `C' Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total one Hundred Four Thousand One Hundred Ninety Nine and Dollars ($ 104,199.00 ). 00/100 2.5 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] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item BID-4 CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Construction Engineering LS 1 $50,000.00 50000 2 Mobilization and Demobilization LS 1 $200,000.00 200000 3 Clearing Right-of-Way LS 1 $42,405.52 42405.52 4 Surface Milling,Asphalt,1.5 in.(Undistributed) SYS 3308 $2.34 7740.72 5 Excavation,Common CYS 16657 $22.18 369452.26 6 Temporary Drop Inlet Protection EA 10 $85.00 850 7 Temporary Silt Fence LFT 4831 $0.50 2415.5 8 Subgrade Treatment,Type IA SYS 42943 $4.00 171772 9 Subgrade Treatment(Undistributed) CYS 340 $40.20 13668 10 Geogrid(Undistributed) SYS 750 $3.01 2257.5 11 Structure Backfill,Type 1 CYS 3509 $17.00 59653 12 Compacted Aggregate,No.53,Base TON 2345 $25.62 60078.9 13 Colored and Jointed Concrete,7 SYS 142 $145.38 20643.96 14 Colored and Jointed Concrete,4" SYS 290 $131.31 38079.9 15 HMA Surface,Type C,9.5mm TON 2620 $74.00 193880 16 HMA Intermediate,Type C,19.0mm TON 4367 $46.00 200882 17 HMA Base,Type C,25.0 mm TON 12775 $44.00 562100 18 HMA Intermediate,Type C,OG 19mm TON 5046 $55.00 277530 19 HMA Surface,Type A TON 885 $64.00 56640 20 HMA Intermediate,Type A TON 1031 $58.00 59798 21 Curb Ramp,Concrete(All Types) SYS 543 $131.31 71301.33 22 Sidewalk,Concrete,4 in. SYS 20 $71.84 1436.8 23 Combined Curb and Gutter Type II LFT 12378 $14.68 181709.04 24 Combined Curb and Gutter Type III LFT - 10867 $14.70 159744.9 25 Combined Curb and Gutter,Roll,Modified LFT 308 $20.36 6270.88 26 Center Curb,D,Concrete SYS 57 $134.69 7677.33 27 PCCP for Approaches,6 in. SYS 652 $67.45 43977.4 28 HMA for Drive Approaches TON 19 $130.00 2470 29 Mailbox Assembly,Single EA 11 $99.00 1089 30 Monument,Section Corner EA 2 $583.34 1166.68 31 Riprap,Revetment TON 38 $60.00 2280 32 Geotextiles SYS 78 $2.00 156 33 Mobilization and Demobilization for Seeding EA 2 $100.00 200 34 Mulched Seeding,Type T SYS 9600 $0.77 7392 35 Water kGAL 61 $1.00 61 36 Topsoil CYS 3720 $12.40 46128 BID-4A CITY OF CARMEL l ' PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 37 Sodding,Nursery SYS 22661 $3.15 71382.15 38 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 11780 $4.70 55366 39 Pipe,Type 2,Circular,12 in. LFT 3183 $39.11 124487.13 40 Pipe,Type 2,Circular,15 in. - LFT 1222 $26.88 32847.36 41 Pipe,Type 2,Circular,18 in. LFT 284 $29.72 8440.48 42 Pipe,Type 2,Circular,24 in. LFT 191 $31.62 6039.42 43 Pipe,Type 2,Circular,60 in. LFT 24 $162.20 3892.8 44 Pipe End Section,Precast Concrete,15 in. EA 3 $451.35 1354.05 45 Pipe End Section,Precast Concrete,18 in. EA 2 $567.78 1135.56 46 Pipe End Section,Precast Concrete,60 in. EA 1 $1,631.86 1631.86 47 Aggregate for Underdrain CYS 1060 $38.90 41234 48 Geotextiles for Underdrain SYS 8081 $1.85 14949.85 49 Inlet,E-7 EA 1 $1,100.00 1100 50 Manhole,C-4 EA 19 $1,650.00 31350 51 Inlet,.1-10 EA 22 $1,405.75 30926.5 52 Inlet,M-10 EA 4 $1,456.28 5825.12 53 Catch Basin,K10 EA 16 $2,124.68 33994.88 54 Adjust to Grade,Valve Box EA 7 $458.57 3209.99 55 Casting,Adjust to Grade EA 1 $458.60 458.6 56 Casting,4,Furnish and Adjust to Grade EA 4 $496.90 1987.6 57 Manhole,J4 EA 4 $2,240.27 8961.08 58 Inlet,B-15 EA 8 $1,900.24 15201.92 59 Inlet,C-15 EA 6 $1,922.25 11533.5 60 Catch Basin,C15 EA 8 $2,650.95 21207.6 61 Inlet,A-2 EA I $1,077.52 1077.52 62 Modified Manhole,CIO EA 2 $2,737.01 5474.02 63 Modified Manhole,J10 EA 3 $3,175.07 9525.21 64 Modified Manhole,J15 EA 1 $3,690.09 3690.09 65 Pipe Catch Basin,18" EA 3 $1,278.65 3835.95 66 Road Closure Sign Assembly EA 7 $295.00 2065 67 Detour Route Marker Assembly EA 28 $88.00 2464 68 Construction Sign,A EA 6 $170.00 1020 69 Construction Sign,B EA 3 $56.00 .168 70 Maintaining Traffic LSUM 1 $40,000.00 40000 1 71 Barricade,III-B LFT 408 $11.25 4590 72 Sign Post,Square,1,Reinforced Anchor Base LFT 536 $14.00 7504 73 Sign,Sheet,Encapsulated Lens with Legend,0.080 in. SFT 256 $18.00 4608 BID-4A CITY OF CARMEL PROJECT#06-09 131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 74 Reset Decorative Traffic Sign EA 14 $750.00 10500 75 Decorative Street Sign Assembly EA 15 $1,900.00 28500 76 Sign,Sheet Relocation EA 5 $50.00 250 77 Concrete Foundation with Grounding,30 in.Diameter x 96 in. EA 4 $1,300.00 5200 78 Light Pole Assembly,Street EA 4 $7,000.00 28000 79 Wire,No.4,Copper,In Plastic Duct,In Trench,4 1/C LFT 750 $13.00 9750 80 Service Point,II EA 1 $1,000.00 1000 81 Cable Duct Marker EA 3 $125.00 375 82 Handhole,Lighting EA 1 $950.00 950 83 Wire,No.4,Copper,In 2 in.Galvanized Steel Conduit,4 1/C LFT 357 $13.00 4641 84 Conduit,PVC,4" LFT 530 $10.00 5300 85 Conduit,PVC,3/4" LFT 98 $7.00 686 86 Controller Cabinet,P1,Modified EA 1 $4,500.00 4500 87 Controller Cabinet Foundation,P1,Modified EA 1 $1,200.00 1200 88 Line,Remove LFT 330 $1.20 396 89 Line,Thermoplastic,Broken,White,4 in. LFT 240 $0.40 96 90 Line,Thermoplastic,Dotted White,8 in.2'Line,2'Gap LFT 102 $1.07 109.14 91 Line,Thermoplastic,Solid,White,4 in. LFT 2072 $0.36 745.92 92 Line,Thermoplastic,Solid,Yellow,4 in. LFT 4449 $0.35 1557.15 93 Line,Thermoplastic,Solid,Yellow,8 in. LFT 261 $0.98 255.78 94 Snowplowable Raised Pavement Marker EA 44 $44.60 1962.4 95 Transverse Marking,Thermoplastic,Crosshatch,Yellow,12 in. LFT 421 $1.88 791.48 96 Transverse Marking,Thermoplastic,Stop Bar,24 in. LFT 256 $3.75 960 • 97 Transverse Marking,Thermoplastic,Crosswalk Line,6 in. LFT 1314 $0.76 998.64 98 Pavement Message Markings,Thennoplastic,Lane Indication Arrow EA 13 $120.00 1560 99 Pavement Message Markings,Thermoplastic,Word(ONLY) EA 10 $99.00 990 100 Transverse Markings,Thermoplastic,Crosswalk Line,24 in. LFT 738 $3.75 2767.5 101 Transverse Markings,Thermoplastic,White Yield Line,27 in. EA 51 $19.25 981.75 102 LS-2 Topsoil-Perennail Beds and Tree Pits CY 560 $40.00 22400 103 LS-3 Planting Bed Preparation SF 1200 $0.50 600 104 LS-4 Weed Barrier Geotextile $1.00 50 SF 50 105 LS-SMulch,River Rock $150.00 450 CY 3 106 LS-6 Mulch,Shredded Hardwood Bark CY 47 $18.50 869.5 107 LS-7Aluminum Landscape Edging LF 25 $5.00 125 108 LS-8Spade-Cut Edge at Planting Beds LF 100 $1.00 100 109 LS-9 Concrete Curbs,Cast-In-Place LF 141 $40.08 5651.28 110 LS-10Stone Walls-W/&W/O Cap,W/Concrete Footing LF 88 $358.09 31511.92 BID-4A CITY OF CARMEL ' PROJECT#06-09131ST STREET-TOWNE ROAD TO DITCH ROAD ITEMIZED PROPOSAL 4/21/2008 1 I1 LS-II Tree Uptight Fixtures EA 2 $1,400.00 2800 112 LS-12 Irrigation System SF 6200 $0.50 3100 113 LS-13 Plant-Groundcover,#1 Pot $10.00 6750 EA 675 114 LS-14 Plant-Perennial,#1 Pot $14.00 18704 EA 1336 115 LS-15 Plant-Ornamental Grass,#2 Pot $19.00 7923 EA 417 116 LS-16 Plant-Evergreen Shrub,#2 Pot EA 28 $25.00 700 117 LS-17 Plant-Deciduous Shrub,#5 Pot $30.00 60 EA 2 118 LS-18 Plant-Deciduous Trees,3"Cal. $445.00 77875 EA 175 LS-19 Plant-Deciduous Tree,5"Cal.-PROVIDED BY OWNER 119 Coordination of Delivery,Installation,All Labor and Warranty by $750.00 750 Contractor EA 1 120 LS-20 Water Line and Connections $10.00 900 LF 90 121 LS-21 Backflow Preventer $250.00 250 EA 1 122 LS-22 Water Tap Install,Meter Pit and Connections LS 1 $2,500.00 2500 123 LS-23 Electrical Service and Connections,Transformers LS 1 $400.00 400 131 LS-24 Plant-Evergreen Trees,8'Ht.B&B EA 13 $360.00 4680 TOTAL BASE BID AMOUNT $3,841,620.32 ALTERNATE BID'A' 124 Sanitary Manhole EA 3 $5,551.22 16653.66 125 Sanitary Drop Manhole EA 1 $10,724.08 10724.08 126 8"Sanitary PVC for Mainline LFT 1045 $26.15 27326.75 127 6"Sanitary PVC for Laterals LFT 126 $28.65 3609.9 128 Structure Backfill for Sanitary Sewer CYS 1117 $20.86 23300.62 ALTERNATE'A'AMOUNT $81,615.01 ALTERNATE BID'B' 129 Cable Interduct LFT 5600 $14.00 78400 130 Handhole EA 15 $1,000.00 15000 ALTERNATE'B'AMOUNT $93,400.00 ALTERNATE BID'C' 5A Excavation,Common CYS 4700 $22.17 104199 1 ALTERNATE'C'AMOUNT $104,199.00 I BID-4A PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE One 4/17/08 Two 4/23/08 Three 4/24/08 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 BID-6 Form No.96(Revised 2005) BID OF Calumet Civil Contractors, Inc. (Contractor) 4898 Fieldstone Drive (Address) Whitestown,IN 46075 FOR PUBLIC WORKS PROJECTS OF City of Carmel Filed: April 25,2008 Action taken Prescribed by the State Board of Accounts Form No.96(Revised 2005) State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTORS BID FOR PUBLIC WORKS—FORM 96 PART I (To be completed for all bids Please type or print) Date: April 25,2008 1.Governmental Unit: City of Cannel 2.County: Hamilton County 3.Bidder(Firm): Calumet Civil Contractors,Inc. Address: 4898 Fieldstone Drive City/State: Whitestown,IN 46075 4. Telephone Number: (317)769-7900 5. Agent of Bidder(if applicable): Kevin S.Green Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Cannel (Governmental Unit)in accordance with plans and specifications prepared by Crossroad Engineers,P.C.and dated April,2008 for the sum of Four Million One Hundred Twenty Thousand Eight Hundred Thirty Four and 33/100 Dollars. $ 4,120,834.33 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 government unit. If the bid is to be awarded on a unit basis,the itemization of 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: City of Carmel Bidder(Firm): Calumet Civil Contractors,Inc. Date: April 25,2008 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? Contract Amount Class of Work Completion Date Name and Address of Owner 497,020 Asphalt Paving 2002 INDOT 748,159 Asphalt Paving 2002 INDOT 764,090 Asphalt Paving 2002 INDOT 303,854 Asphalt Paving 2002 INDOT 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Name and Address of Owner Date 2,192,866 Asphalt Paving 2003 INDOT 1,063,608 Asphalt Paving 2003 Indianapolis 546,103 Asphalt Paving 2003 Indianapolis 1,227,677 Asphalt Paving 2003 Indianapolis 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. R.N.Thompson Brenwick Development The Skillman Corporation Duke Construction Management Verkier,Inc. 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, completed the project,number of workers,etc,and any other information which you believe would enable the governmental unit consider your bid.) In accordance with the plans and specifications 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. Unable to provide a listing at this time 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 expect to 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 government unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. Unable to provide a listing at this time. 4.What equipment do you intend to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. As needed to properly perform the work 5.Have you entered into contracts or received offers for all materials,which substantiate the prices used in preparing you proposal? Otherwise,please explain the rationale used which would corroborate the prices listed. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT SEE ENCLOSED Attachment of bidder's fmancial 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. Form Prescribed by State Board of Accounts 900549-5174878 General Form No.99 P(Rev. 1987) IT� OF CARMEL-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 188.0 lines 1.0 columns wide equals 188.0 equivalent $ 92.50 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 $ 92.50 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: 04/11/2008 to1 ���y��//' lerk � Title 900549-5174878 PUBLISHER'S AFFIDAVIT State of Indiana SS: IUBLIC'NOTICES; Hamilton County I NOTICE TO BIDDERS - City of Carmel,Ii tllane Notice is hereby yen thatI Personally appeared before me,a notary public in and-for said county and state, the.eoard of Pubic Works and Satet]rafor the City of, Carmel, H mliton County Indiana will rec above sealed bids ford the above tle_I the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk Dioribed Pro cot#06-09 tst Road t th a Road to Ditch Roatl"at the office of -the Clegqruuk Treasurear One - anao(CltyaHail)lTlif 10 0'0{ m. o Time Nos?'ae- of the Noblesville Ledger a newspaper of general circulation fore April 25. 2008, antl omtr bI n as on as Pngrg a geci 9the rl of utg a special Board of Pub-' i'eme Eateng11�13s w will printed and published in the English language in the city of NOBLESVILLE in state be publicly i o ed and d aloutl in Itty oil.No Chambers f City Hall.No late bids will be accentetl. All bids and proposals sha and county aforesaid,and that the printed matter attached hereto is a true copy, be properly and completely faM,1,4 detle both;' Wlans a d s edrintions,l o lee w"'incllnde the np°- which was duly published in said paper for -2 time(s),between the dates of: c Iluslon etlavit re-I be Tdhe bid ene hav rnt r wwords BI and have the. orAS"BID-Project#O6' 09 74 131st•S Road.Towne I 04/04/2008 and 04/11/2008 A b tl bond or certified theck in an amoum not)ess han ten ercent(10%)of the mo nt bid must be submittetl with each bitl.'A MOhuntlred percent tpo%) pertortnance and d hPt b d w i as h � lerk Pel4-ttled i Wo4pg�y 7�a740 edi tr Title "Ali^ ^ d 4 C a Subscribed and sworn to before me on 04/11/2008 ` Notary Public DENISE HAMB ITE Form 65-REV 1-88 My commission expires: NOTAARY PUBLIC STATE OF INDIANA MY COMMISSION EXPIRES February 28,2016