Loading...
HomeMy WebLinkAboutBid Information and Packets COMPANY BID AMOUNT ALTERNATIVE ALTERNATIVE 2 1O77 V ,cc 45 N /� /�(/A-TiNG- Pozw.)Ex r,e (64 7® 1 ,e/P ,eg•dRog,e, b`-/Y? ,5 7/ �R,1/7)co ,1.vc aeS- 5'71 e4,(4"t-7 • 55 5.5 V7° bs- to alim/� • //(a6-, oa, 9*, BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders. This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: #08-06—Isr Avenue SW Drainage and Street Improvements Proposal For Construction of 1st Q p The reconstruction of 1 Avenue SW beginning on the north side of 3`d Street SW and proceeding north to the south side of Is' Street SW. The proposed improvements include new asphalt pavement, concrete curb and gutter, concrete sidewalk, curb ramps, storm sewer system,future electric conduit, street lighting, mulch seeding, and pavement markings. On-street parking is proposed along the east side of Isr Avenue SW for the entire length of the project. Date: August 20, 2008 To: City of Carmel, Indiana,Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 BidderName: Calumet Civil Contractors, Inc. 1.2 Bidder Address: Street Address: 4898 Fieldstone Drive City: Whitestown State: IN Zip: 46075 Phone: (317) 769-1900 Fax: (317) 769-7424 1.3 Bidder is a/an[mark one] Individual Partnership x Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following_must be answered if the Bidder or any of its partners or joint venture, • parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] • .1 Corporation Name: .2 Address: • .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 I - Itemized Proposal 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost 1 Mobilization and Demobilization 1.00 LS $ 8,484.99 $ 8,484.99 2 Clearing Right-of-Way 1.00 LS $ 25,007.46 $ 25,007.46 3 Excavation,Common 1178.36 CYS $ 24.43 $ 28,787.33 4 Erosion Control Measures 1.00 LS $ 4,571.22 $ 4,571.22 5 Structure Backfill 847.99 CYS $ 40.75 $ 34,555.59 6 Compacted Aggregate,No.53,Base 598.00 TON $ 14.92 $ 8,922.16 1 7 Compacted Aggregate,No.2,Base 609.20 TON $ 14.87 $ 9,058.80 8 HMA,Surface,9.5mm 180.60 TON $ 115.27 $ 20,817.76 9 HMA,Intermediate,19.0mm 359.00 TON $ 81.76 $ 29,351.84 10 Geogrid 2175.60 SYS $ 4.98 $ 10,834.49 11 Modified Curb Ramp,Type A 14.80 SYS $ 100.00 $ 1,480.00 12 Modified Curb Ramp,Type G 7.70 SYS $ 100.00 $ 770.00 13 Monolithic Curb and Sidewalk 379.00 SYS $ 49.00 $ 18,571.00 14 Straight Concrete Curb 190.00 LFT $ 25.00 $ 4,750.00 15 Combined Curb and Gutter Type II 491.00 LFT $ 14.75 $ 7,242.25 16 Combined Depressed Curb and Gutter 499.00 LFT $ 16.00 $ 7,984.00 17 Integral Concrete Curb(Barrier) 80.00 LFT $ 15.00 $ 1,200.00 18 PCCP for Approaches,6 in. 306.50 SYS $ 39.00 $ 11,953.50 19 Pipe,Type 4,Circular, 6 in.Double Wall, 444.00 LF $ 8.41 $ 3,734.04 Smooth Interior 20 Pipe,Reinforced Concrete,12 in. 340.00 LF $ 34.76 $ 11,818.40 21 Core Existing Manhole 1.00 EA $ 989.60 $ 989.60 22 Geotextiles for Underdrain 305.82 SYS $ 2.40 $ 733.97 23 Aggregate for Underdrain 39.96 CYS $ 36.39 $ 1,454.14 24 Modified Manhole,C-10 5.00 EA $ 2,576.13 $ 12,880.65 25 Manhole,C-4 1.00 EA $ 1,875.54 $ 1,875.54 27 Inlet,M-10 1.00 EA $ 1,604.79 $ 1,604.79 28 Pipe Catch Basin,18 in. 1.00 EA $ 793.74 $ 793.74 29 Road Closure Sign Assembly 2.00 EA $ 225.00 $ 450.00 30 Detour Route Marker Assembly 12.00 EA $ 105.00 $ 1,260.00 31 Construction Sign,A 2.00 EA $ 175.00 $ 350.00 32 Construction Sign,B 2.00 EA $ 65.00 $ 130.00 . 33 Maintaining Traffic 1.00 LS $ 1,442.98 $ 1,442.98 34 Barricade,III-B 96.00 LFT $ 19.00 $ 1,824.00 35 Decorative Traffic Sign 2.00 EA $ 1,120.00 $ 2,240.00 36 Decorative Street Sign 2.00 EA $ 1,870.00 $ 3,740.00 37 Line,Thermoplastic,Solid,White,4 in. 569.25 LFT $ 4.00 $ 2,277.00 38 Transverse Marking,Thermoplastic,Stop Bar,24 32.00 LFT $ 20.00 $ 640.00 in. 39 Decorative Crosswalk 32.00 SYS $ 253.41 $ 8,109.12 40 Sanitary Manhole,Reconstruct 2.00 EA $ 1,251.17 $ 2,502.34 41 Sanitary Manhole,Adjust Casting to Grade 1.00 EA $ 638.22 $ 638.22 42 Light Standard,Foundation 8.00 EA $ 1,110.00 $ 8,880.00 43 Light Standard,Pole,Fixture and Base, 8.00 EA $ 7,400.00 $ 59,200.00 Decorative 44 Wire,No.4,Copper,In 2"Steel Conduit,4 1/C 551.00 LFT $ 14.70 $ 8,099.70 45 Conduit,Steel,Galvanized,2" 551.00 LFT $ 18.40 $ 10,138.40 46 Conduit,PVC,4" 52.00 LFT $ 29.00 $ 1,508.00 47 12'x 6'x 7'Electric Manhole Vault 5.00 EA $ 10,749.57 $ 53,747.85 48 Duke Energy Electric Duct Bank 1344.00 LFT $ 65.92 $ 88,596.48 49 Mulched Seeding,Type U 593.00 SYS $ 1.05 $ 622.65 50 Water Valve,Adjust to Grade 5.00 EA $ 1,016.25 $ 5,081.25 51 Hydrant,Relocate 1.00 EA $ 2,887.77 $ 2,887.77 52 Sanitary Lateral,PVC,Repair/Replace 100.00 LFT $ 21.37 $ 2,137.00 (Undistributed) 53 Aqua-Swirl Model AS-2 1.00 EA $ 12,604.76 $ 12,604.76 54 Diversion Structure 1.00 EA $ 2,459.91 $ 2,459.91 55 Concrete Curb Turnout 4.00 EA $ 200.00 $ 800.00 TOTALS $ 552,594.70 Alternate Bid Items 1 Alternate Bid Items 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost A-1 Excavation for Rain 1.00 LS $2,955.48 $ 2,955.48 Gardens A-2 24"Nyloplast Drain 4.00 EA $ 1,742.32 $ 6,969.28 Basins A-3 HDPE, 12" 237.00 LFT $ 29.77 $ 7,055.49 A-4 Structure Backfill 103.23 CYS $ 20.52 $ 2,118.28 Pipe, Type 4, Circular, A-5 6 in. Double Wall, 60.00 LFT $ 29.47 $ 1,768.20 Smooth Interior A-6 Aggregate for 6.00 CYS $ 42.40 $ 254.40 Underdrain A-7 Geotextile for 40.00 SYS $ 17.62 $ 704.80 Underdrain TOTALS $21,825.93 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE One August 15, 2008 Two August 18, 2008 • BID-6 C, , PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a .material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: • None • • BID-7 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: #08-06—I S'Avenue SW Drainage and Street Improvements Proposal For Construction of: The reconstruction of IS' Avenue SW beginning on the north side of 3r1. Street SW and proceeding north to the I south side of Is' Street SW. The proposed improvements include new asphalt pavement, concrete curb and gutter, concrete sidewalk, curb ramps, storm sewer system,future electric conduit, street lighting, mulch seeding, and pavement markings. On-street parking is proposed along the east side of IS'Avenue SW for the entire length of the project. Date: Ls.s'T' 20) Zoe)>S To: City of Carmel, Indiana, Board of Public Works and Safety I I_ I BID-1 I r PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Ta"4-e-o t C..• 1.2 Bidder Address: Street Address: )S C S S. Fu-a..v . pt. YC eI. S4 t..B City: 114.,eli aVe..._p®Ii4State: I J Zip: 4423? Phone: 317- 3 511—S SI'I- Fax: 317— 31-7— S2 S4- 1.3 Bidder is a/an [mark one] Individual Partnership ` Indiana Corporation Foreign (Out of State) Corporation; State: 1 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: 1 .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: I I , I BID-2 PART 2 BID PROPOSAL M 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 P ices when multiplied by estimated,pnit quantities for s ch Contract Ims,total Fv� - „c /30- J S�,u., OKL ewro1 Wce Dollars ($ ' L 1 g71. . The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and rfurther 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. r I r r r r r r r BID-3 Itemized Proposal 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost 1 Mobilization and Demobilization 1.00 LS $ 21,500.00 $ 21,500.00 2 Clearing Right-of-Way 1.00 LS $ 6,000.00_$ 6,000.00 _ 3 Excavation,Common 1178.36 CYS $ 18.50 $ 21,799.66 4 Erosion Control Measures 1.00 LS $ 1,770.00 $ 1,770.00 5 Structure Backfill 847.99 CYS $ 20.50 $ 17,383.80 6 Compacted Aggregate,No.53,Base 598.00 TON $ 21.00 $ 12,558.00 7 Compacted Aggregate,No.2,Base 609.20 TON $ 16.00 $ 9,747.20 8 HMA,Surface,9.5mm 180.60 TON $ 123.00 $ 22,213.80 9 HMA,Intermediate,19.0mm 359.00 TON $ 107.00 $ 38,413.00 10 Geogrid 2175.60 SYS $ 7.50 $ 16,317.00 11 Modified Curb Ramp,Type A 14.80 SYS $ 66.00 $ 976.80 12 Modified Curb Ramp,Type G 7.70 SYS $ 59.00 $ 454.30 13 Monolithic Curb and Sidewalk 379.00 SYS $ 50.00 $ 18,950.00 14 Straight Concrete Curb 190.00 LFT $ 26.00 $ 4,940.00 15 Combined Curb and Gutter Type II 491.00 LFT $ 25.00 $ 12,275.00 16 Combined Depressed Curb and Gutter 499.00 LFT $ 20.00 $ 9,980.00 17 Integral Concrete Curb(Barrier) 80.00 LFT $ 33.00 $ 2,640.00 18 PCCP for Approaches,6 in. 306.50 SYS $ 57.00 $ 17,470.50 19 Pipe,Type 4,Circular, 6 in.Double Wall,Smooth 444.00 LF $ 7.00 $ 3,108.00 Interior 20 Pipe,Reinforced Concrete,12 in. 340.00 LF $ 36.00 $ 12,240.00 21 Core Existing Manhole 1.00 EA $ 1,250.00 $ 1,250.00 22 Geotextiles for Underdrain 305.82 SYS $ 1.50 $ 458.73 23 Aggregate for Underdrain 39.96 CYS $ 32.00 $ 1,278.72 24 Modified Manhole,C-10 5.00 EA $ 2,135.00 $ 10,675.00 25 Manhole,C-4 1.00 EA $ 1,760.00 $ 1,760.00 .46811110-',:''• 10 27 Inlet,M-10 1.00 EA $ 2,025.00 $ 2,025.00 28 Pipe Catch Basin,18 in. 1.00 EA $ 1,355.00 $ 1,355.00 29 Road Closure Sign Assembly 2.00 EA $ 240.00 $ 480.00 30 Detour Route Marker Assembly 12.00 EA $ 110.00 $ 1,320.00 31 Construction Sign,A 2.00 EA $ 184.00 $ 368.00 32 Construction Sign,B 2.00 EA $ 68.00 $ 136.00 33 Maintaining Traffic 1.00 LS $ 1,050.00 $ 1,050.00 34 Barricade,III-B 96.00 LFT $ 20.00 $ 1,920.00 35 Decorative Traffic Sign 2.00 EA $ 2,100.00 $ 4,200.00 36 Decorative Street Sign 2.00 EA $ 2,625.00 $ 5,250.00 37 Line,Thermoplastic,Solid,White,4 in. 569.25 LFT $ 4.25 $ 2,419.31 38 Transverse Marking,Thermoplastic,Stop Bar,24 32.00 LFT $ 21.00 $ 672.00 in. 39 Decorative Crosswalk 32.00 SYS $ 136.50 $ 4,368.00 40 Sanitary Manhole,Reconstruct 2.00 EA $ 1,250.00 $ 2,500.00 41 Sanitary Manhole,Adjust Casting to Grade 1.00 EA $ 370.00 $ 370.00 42 Light Standard,Foundation 8.00 EA $ 1,365.00 $ 10,920.00 43 Light Standard,Pole,Fixture and Base, 8.00 EA $ 7,875.00 $ 63,000.00 Decorative 44 Wire,No.4,Copper,In 2"Steel Conduit,4 1/C 551.00 LFT $ 15.75 $ 8,678.25 45 Conduit,Steel,Galvanized,2" 551.00 LFT $ 18.00 $ 9,918.00 46 Conduit,PVC,4" 52.00 LFT $ 17.00 $ 884.00 47 12'x 6'x 7'Electric Manhole Vault 5.00 EA $ 12,500.00 $ 62,500.00 48 Duke Energy Electric Duct Bank 1344.00 LFT $ 67.00 $ 90,048.00 49 Mulched Seeding,Type U 593.00 SYS $ 8.50 $ 5,040.50 50 Water Valve,Adjust to Grade 5.00 EA $ 92.00 $ 460.00 51 Hydrant,Relocate 1.00 EA $ 1,025.00 $ 1,025.00 52 Sanitary Lateral,PVC,Repair/Replace 100.00 LFT $ 33.25 $ 3,325.00 (Undistributed) 53 Aqua-Swirl Model AS-2 1.00 EA $ 9,340.00 $ 9,340.00 54 Diversion Structure 1.00 EA $ 1,940.00 $ 1,940.00 55 Concrete Curb Turnout 4.00 EA $ 1,050.00 $ _ 4,200.00 TOTALS $ 565,871.57 • • Alternate Bid Items 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost A-1 Excavation for Rain Gardens 1.00 LS $ 2,225.00 $ 2,225.00 A-2 24"Nyloplast Drain Basins 4.00 EA $ 1,400.00 $ 5,600.00 A-3 HDPE,12" 237.00 LFT $ 41.50 $ 9,835.50 A-4 Structure Backfill 103.23 CYS $ 20.50 $ 2,116.22 A-5 Pipe,Type 4,Circular, 6 in.Double Wall,Smooth 60.00 LFT $ 6.50 $ 390.00 Interior A-6 Aggregate for Underdrain 6.00 CYS $ 28.50 $ 171.00 A-7 Geotextile for Underdrain 40.00 SYS $ 0.75 $ 30.00 TOTALS $ 20,367.72 • 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 it 1J1s1of Is it St°8 • • • • II BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5. 2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: • • BID-7 Form No.96 (Revised 2005) BID OF Tramco, Inc. (Contractor) 1555 S. Franklin Rd. , Ste.D (Address) Indianapolis, IN 46239 FOR PUBLIC WORKS PROJECTS OF C;.t) bp Caun.4.4.0,_( C.0..vv.4.12.i 1 o5Z Filed Action Taken • 3141 BID FORM No. 96 00411-1 7 State Form 52414 Prescribed by the 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: Ay3u54- 20) 2608 1. Governmental Unit (Owner): Ci� or Cow wecj 2. County: ( a..'AAA l4•01,1L-- 3. Bidder(Firm): Tramco, Inc. Address: 1555 S. Franklin Rd. , Ste.D • City/State: Indianapolis, IN 46239 4. Telephone Number: (317) 356-3514 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 e T b� u �` • (Governmental Unit) in accordance with plans and specifications prepared by Cross oL k ►nc„ and dated g!I b8 for the sum of ', r( �l c &Pa• — s s� 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 additonal units of material included in the contract are needed, the cost of the 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. 1 hereby certify that I and all subcontractors 3141 BID FORM No. 96 00411-2 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: PART II (For projects of$100,000 or more - IC 36-1-12-4) Governmental Unit: � e� C.u.trl Bidder (Firm) Tramco, Inc. Date: 4,51)4 7-012.oe6 These statements to be submitted under oath by each bidder with and as 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 See Attached Reference List 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 See Attached Reference List 3141 BID FORM No. 96 00411-3 t • 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. See Attached Reference List SECTION II PLAN AND EQUIPMENT QUESTIONAIRE 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.) Dig & Lay Piping. Restore as required. 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. Not known 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 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. Not known at this time. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be rquired to be listed by the governmental unit. All required to complete this work. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes 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. 3141 BID FORM No. 96 00411-4 • • • 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_frlled in and completed and notarized. Project: #08-06—f'Avenue SW Drainage and Street Improvements Proposal For Construction of: The reconstruction of Is' Avenue SW beginning on the. north side of 3`d Street SW and proceeding north to the south side of Is' Street SW. The proposed improvements include new asphalt pavement, concrete curb and gutter, concrete sidewalk, curb ramps, storm sewer system,future • electric conduit, street lighting, mulch seeding, and . pavement markings.. On-street parking is proposed along the east side of Isr Avenue SW for the entire length of the- . project... Date: 8/20/Or • To: City of Carmel, Indiana,Board of Public Works and Safety • • • • • • 1 BID-1 PART 1 • BIDDER INFORMATION (Print) 1.1 Bidder Name: Crider & Crider, Inc. • • 1.2 Bidder Address: Street Address: __ 1900 Liberty Drive 4 r.�rjc3 City: Bloomington State; IN Zip: 47403 Phone: 812-336-4452 Fax: 812-333-3 434 __ I1.3 Bidder is a/an[mark one] 1 Individual Partnership ' x Indiana Corporation Foreign (Out of State) Corporation; State: IJoint 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 Cily of C.'arrnel, 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: • 111. Address: -. • • P p p BID-2 ST•d BSTTb22LT2T ddaidJ =LID 8T:eT 800E-2T-911d 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 -51x µvr•JDRED FCCTY-Fo0t`Mo 1`hue. J.14400) loc-rf-Ct1. 170415 And 77/0o Dollars ($ 644 q(0 ,'11 ). 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 Itemized Proposal 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost 1 Mobilization and Demobilization 1.00 LS $ 30,000.00 $ 30,000.00 2 Clearing Right-of-Way 1.00 LS $ 50,000.00 $ 50,000.00 3 Excavation,Common 1178.36 CYS $ 35.00 $ 41,242.60 4 Erosion Control Measures 1.00 LS $ 3,000.00 $ 3,000.00 5 Structure Backfill 847.99 CYS $ 29.00 $ 24,591.71 6 Compacted Aggregate,No.53,Base 598.00 TON $ 25.05 $ 14,979.90 7 Compacted Aggregate,No.2,Base 609.20 TON $ 21.69 $ 13,213.55 8 HMA,Surface,9.5mm 180.60 TON $ 111.00 $ 20,046.60 9 HMA,Intermediate, 19.0mm 359.00 TON $ 79.00 $ 28,361.00 10 Geogrid 2175.60 SYS $ 8.40 $ 18,275.04 11 Modified Curb Ramp,Type A 14.80 SYS $ 99.00 $ 1,465.20 12 Modified Curb Ramp,Type G 7.70 SYS $ 101.00 $ 777.70 13 Monolithic Curb and Sidewalk 379.00 SYS $ 49.00 $ 18,571.00 14 Straight Concrete Curb 190.00 LFT $ 25.00 $ 4,750.00 15 Combined Curb and Gutter Type II 491.00 LFT $ 14.75 $ 7,242.25 16 Combined Depressed Curb and Gutter 499.00 LFT $ 16.00 $ 7,984.00 17 Integral Concrete Curb(Barrier) 80.00 LFT $ 15.00 $ 1,200.00 18 PCCP for Approaches,6 in. 306.50 SYS $ 39.00 $ 11,953.50 19 Pipe,Type 4,Circular, 6 in.Double Wall,Smooth 444.00 LF $ 5.88 $ 2,610.72 Interior 20 Pipe,Reinforced Concrete, 12 in. 340.00 LF $ 33.30 $ 11,322.00 21 Core Existing Manhole 1.00 EA $ 400.00 $ 400.00 22 Geotextiles for Underdrain 305.82 SYS $ 1.20 $ 366.98 23 Aggregate for Underdrain 39.96 CYS $ 43.25 $ 1,728.27 24 Modified Manhole,C-10 5.00 EA $ 2,415.00 $ 12,075.00 25 Manhole,C-4 1.00 EA $ 2,430.00 $ 2,430.00 27 Inlet,M-10 1.00 EA $ 1,635.00 $ 1,635.00 28 Pipe Catch Basin,18 in. 1.00 EA $ 2,100.00 $ 2,100.00 29 Road Closure Sign Assembly 2.00 EA $ 300.00 $ 600.00 30 Detour Route Marker Assembly 12.00 EA $ 50.00 $ 600.00 31 Construction Sign,A 2.00 EA $ 175.00 $ 350.00 32 Construction Sign,B 2.00 EA $ 10.00 $ 20.00 33 Maintaining Traffic 1.00 LS $ 12,000.00 $ 12,000.00 34 Barricade,III-B 96.00 LFT $ 10.50 $ 1,008.00 35 Decorative Traffic Sign 2.00 EA $ 2,000.00 $ 4,000.00 36 Decorative Street Sign 2.00 EA $ 2,500.00 $ 5,000.00 37 Line,Thermoplastic,Solid,White,4 in. 569.25 LFT $ 1.00 $ 569.25 38 Transverse Marking,Thermoplastic,Stop Bar,24 32.00 LFT $ 10.00 $ 320.00 in. 39 Decorative Crosswalk 32.00 SYS $ 130.00 $ 4,160.00 40 Sanitary Manhole,Reconstruct 2.00 EA $ 2,300.00 $ 4,600.00 41 Sanitary Manhole,Adjust Casting to Grade 1.00 EA $ 1,700.00 $ 1,700.00 42 Light Standard,Foundation 8.00 EA $ 1,300.00 $ 10,400.00 43 Light Standard,Pole,Fixture and Base, 8.00 EA $ 7,550.00 $ 60,400.00 Decorative 44 Wire,No.4,Copper,In 2"Steel Conduit,4 1/C 551.00 LFT $ 15.00 $ 8,265.00 45 Conduit,Steel,Galvanized,2" 551.00 LFT $ 17.00 $ 9,367.00 46 Conduit,PVC,4" 52.00 LFT $ 16.00 $ 832.00 47 12'x 6'x 7'Electric Manhole Vault 5.00 EA $ 10,600.00 $ 53,000.00 48 Duke Energy Electric Duct Bank 1344.00 LFT $ 84.75 $ 113,904.00 49 Mulched Seeding,Type U 593.00 SYS $ 0.50 $ 296.50 50 Water Valve,Adjust to Grade 5.00 EA $ 850.00 $ 4,250.00 51 Hydrant,Relocate 1.00 EA $ 2,400.00 $ 2,400.00 52 Sanitary Lateral,PVC,Repair/Replace 100.00 LFT $ 27.00 $ 2,700.00 (Undistributed) 53 Aqua-Swirl Model AS-2 1.00 EA $ 9,100.00 $ 9,100.00 54 Diversion Structure 1.00 EA $ 2,000.00 $ 2,000.00 55 Concrete Curb Tumout 4.00 EA $ 200.00 $ 800.00 TOTALS $ 644,963.77 Alternate Bid Items 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost A-1 Excavation for Rain Gardens 1.00 LS $ 7,500.00 $ 7,500.00 A-2 24"Nyloplast Drain Basins 4.00 EA $ 1,200.00 $ 4,800.00 A-3 HDPE;12" 237.00 LFT $ 23.00 $ 5,451.00 A-4 Structure Backfill 103.23 CYS $ 29.00 $ 2,993.67 A-5 Pipe,Type 4,Circular, 6 in.Double Wall,Smooth 60.00 LFT $ 5.88 $ 352.80 Interior A-6 Aggregate for Underdrain 6.00 CYS $ 43.25 $ 259.50 A-7 Geotextile for Underdrain 40.00 SYS $ 1.20 $ 48.00 TOTALS $ 21,404.97 • 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 8V/,/01 • • Z . M8/0$ • • • • BID-6 • • PART 5 • EXCEPTIONS Instructions To Bidders: • 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: • • • • • • BID-7 • 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: #08-06—f'Avenue SW Drainage and Street Improvements Proposal For Construction of: The reconstruction of lst Avenue SW beginning on the north side of 31d Street SW and proceeding north to the south side of Ict Street SW. The proposed improvements include new asphalt pavement, concrete curb and gutter, concrete sidewalk, curb ramps, storm sewer system,future electric conduit, street lighting, mulch seeding, and pavement markings: On street parking is proposed along the east side of ls'Avenue SW for the entire length of the project Date: August 20, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety • • • • II • I is BID-1 PART 1 BIDDER INFORMATION (Print) • 1.1 Bidder Name: Poindexter Excavating, Inc. 1.2 Bidder Address: Street Address: P.0. Box 36399 Indianapolis City: P State: IN Zip: 4 6 2 3 6 Phone: (317) 823-6837 per; (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 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 • • P BID PROPOSAL 2.1 Base Bid i. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) pfovided 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 six Hundred Fifty Four Thousand • Seven Hundred Four Dollars ($ 654, 704. 00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. • • • • BID-3 r T'� Itemized Proposal 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost 1 Mobilization and Demobilization 1.00 LS $ 32,000.00 $ 32,000.00 2 Clearing Right-of-Way 1.00 LS $ 34,000.00 $ 34,000.00 3 Excavation, Common 1178.36 CYS $ 27.00 $ _ 31,815.72 4 Erosion Control Measures 1.00 LS $ 5,000.00 $ 5,000.00 5 Structure Backfill 847.99 CYS $ 16.00 $ 13,567.84 6 Compacted Aggregate,No. 53,Base 598.00 TON $ 22.00 $ 13,156.00 7 Compacted Aggregate,No. 2,Base 609.20 TON $ 19.00 $ 11,574.80 8 HMA, Surface, 9.5mm 180.60 TON $ 123.00 $ 22,213.80 9 HMA, Intermediate, 19.0mm 359.00 TON $ 87.00 $ 31,233.00 10 Geogrid 2175.60 SYS $ 6.50 $ 14,141.40 11 Modified Curb Ramp, Type A 14.80 SYS $ 150.00 $ 2,220.00 12 Modified Curb Ramp,Type G 7.70 SYS $ 150.00 $ 1,155.00 13 Monolithic Curb and Sidewalk 379.00 SYS $ 60.00 $ 22,740.00 14 Straight Concrete Curb 190.00 LFT $ 33.00 $ 6,270.00 15 Combined Curb and Gutter Type II 491.00 LFT $ 19.00 $ 9,329.00 16 Combined Depressed Curb and Gutter 499.00 LFT $ 21.00 $ 10,479.00 17 Integral Concrete Curb(Barrier) 80.00 LFT $ 20.00 $ 1,600.00 18 PCCP for Approaches, 6 in. 306.50 SYS $ 46.00 $ 14,099.00 I 19 Pipe, Type 4, Circular, 6 in. Double 444.00 LF $ 8.50 $ 3,774.00 20 Pipe,Reinforced Concrete, 12 in. 340.00 LF $ 30.00 $ 10,200.00 21 Core Existing Manhole 1.00 EA $ 900.00 $ 900.00 22 Geotextiles for Underdrain 305.82 SYS $ 2.00 $ 611.64 23 Aggregate for Underdrain 39.96 CYS $ 30.00 $ 1,198.80 24 Modified Manhole, C-10 5.00 EA $ 1,800.00 $ 9,000.00 25 Manhole, C-4 1.00 EA $ 2,500.00 $ 2,500.00 27 Inlet, M-10 1.00 EA $ 1,700.00 $ 1,700.00 28 Pipe Catch Basin, 18 in. 1.00 EA $ 1,200.00 $ 1,200.00 29 Road Closure Sign Assembly 2.00 EA $ 330.00 $ 660.00 30 Detour Route Marker Assembly 12.00 EA $ 55.00 $ 660.00 31 Construction Sign,A 2.00 EA $ 200.00 $ 400.00 32 Construction Sign, B 2.00 EA $ 20.00 $ 40.00 33 Maintaining Traffic 1.00 LS $ 32,000.00 $ 32,000.00 34 Barricade,III-B 96.00 LFT $ 12.00 $ 1,152.00 35 Decorative Traffic Sign 2.00 EA $ 2,000.00 $ 4,000.00 36 Decorative Street Sign 2.00 EA $ 2,000.00 $ 4,000.00 37 Line, Thermoplastic, Solid, White, 4 569.25 LFT $ 2.00 $ 1,138.50 38 Transverse Marking, Thermoplastic, 32.00 LFT $ 15.00 $ 480.00 39 Decorative Crosswalk 32.00 SYS $ 154.00 $ 4,928.00 40 Sanitary Manhole, Reconstruct 2.00 EA $ 2,000.00 $ 4,000.00 41 Sanitary Manhole,Adjust Casting to 1.00 EA $ 900.00 $ 900.00 42 Light Standard, Foundation 8.00 EA $ 700.00 $ 5,600.00 43 Light Standard, Pole,Fixture and 8.00 EA $ 8,100.00 $ 64,800.00 44 Wire,No. 4, Copper, In 2" Steel 551.00 LFT $ 10.00 $ 5,510.00 45 Conduit, Steel, Galvanized,2" 551.00 LFT $ 17.00 $ 9,367.00 46 Conduit, PVC, 4" 52.00 LFT $ 20.00 $ 1,040.00 47 12' x 6' x 7' Electric Manhole Vault 5.00 EA $ 11,600.00 $ 58,000.00 48 Duke Energy Electric Duct Bank 1344.00 LFT $ 90.00 $ 120,960.00 49 Mulched Seeding, Type U 593.00 SYS $ 1.50 $ 889.50 50 Water Valve, Adjust to Grade 5.00 EA $ 500.00 $ 2,500.00 51 Hydrant,Relocate 1.00 EA $ 5,000.00 $ 5,000.00 52 Sanitary Lateral,PVC, Repair/ 100.00 LFT $ 30.00 $ _ 3,000.00 53 Aqua-Swirl Model AS-2 1.00 EA $ 12,000.00 $ 12,000.00 54 Diversion Structure 1.00 EA $ 3,000.00 $ 3,000.00 55 Concrete Curb Turnout 4.00 EA $ 250.00 $ 1,000.00 TOTALS $ 654,704.00 Alternate iiicl Items 1st Avenue S W Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost A-1 Excavation for Rain Gardens 1.00 LS $ 8,000.00 $ 7,848.32 A-2 24"Nyloplast Drain Basins 4.00 EA $ 1,200.00 $ 4,800.00 A-3 ,HDPE, 12" 237.00 LFT $ 20.00 $ 4,740.00 A-4 Structure Backfill 103.23 CYS $ 16.00 $ 1,651.68 A-5 Pipe, Type 4, Circular, 6 in. Double 60.00 LFT $ 10.00 $ 600.00 A-6 Aggregate for Underdrain 6.00 CYS $ 30.00 $ 180.00 A-7 Geotextile for Underdrain 40.00 SYS $ 2.00 $ 80.00 TOTALS $ 19,900.00 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: . is ADDENDUM NUMBER DATE • Addendum #1 August 15, 2008 Addendum #2 August 18, 2008 • • • • • • BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a • material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: • • • • { BID-7 • 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: #08-06—Is`Avenue SW Drainage and Street Improvements • Proposal For Construction of: The reconstruction of lsr Avenue SW beginning on the north side of 3rd Street SW and proceeding north to the south side of fr Street SW. The proposed improvements include new asphalt pavement, concrete curb and gutter, concrete sidewalk, curb ramps, storm sewer system,future electric conduit, street lighting, mulch seeding, and pavement markings: On-street parking is proposed along the east side of lsr Avenue SW for the entire length of the • project. Date: August 20, 2008 To: City of Carmel, Indiana,Board of Public Works and Safety • BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: McCullough & DiBenedetto Excavating, LLC 1.2 Bidder Address: Street Address: 1152 E US Hwy 36, P.O. Box 219 City: Bainbridge State: IN Zip: 46105 Phone: 765-522-4500 Fax: 765-522-2219 1.3 Bidder is a/an[mark one] Individual Partnership Indiana Corporation Foreign(Out of State) Corporation; State: Joint Venture x Other LLC 1.4 [The following.must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] • .1 Corporation Name: • .2 Address: • .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: • • BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,total Six Hundred Eighty Thousand,•Two Hundred Eighty Five and 86/100 Dollars ($680,285 . 86 ). 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 Itemized Proposal 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost 1 Mobilization and Demobilization 1.00 LS 30,333.22 $ 30,333.22 2 Clearing Right-of-Way 1.00 LS 20,791.35 $ 20,791.35 3 Excavation, Common 1178.36 CYS 62.31 $ 73,423.61 4 Erosion Control Measures 1.00 LS 4,791.60 $ 4,791.60 5 Structure Backfill 847.99 CYS 22.24 $ 18,859.30 6 Compacted Aggregate,No. 53, Base 598.00 TON 22.70 $ 13,574.60 7 Compacted Aggregate,No. 2, Base 609.20 TON 16.09 $ 9,802.03 8 HMA, Surface, 9.5mm 180.60 TON 124.37 $ 22,461.00 9 HMA, Intermediate, 19.0mm 359.00 TON 97.33 $ 34,943.00 10 Geogrid 2175.60 SYS 6.94 $ 15,098.66 11 Modified Curb Ramp, Type A 14.80 SYS 143.38 $ 2,122.02 12 Modified Curb Ramp, Type G 7.70 SYS 137.79 $ 1,060.98 13 Monolithic Curb and Sidewalk 379.00 SYS 49.75 $ 18,855.25 14 Straight Concrete Curb 190.00 LFT 28.22 $ 5,361.80 15 Combined Curb and Gutter Type II 491.00 LFT 19.09 $ 9,373.19 16 Combined Depressed Curb and Gutter 499.00 LFT 18.73 $ 9,346.27 17 Integral Concrete Curb (Barrier) 80.00 LFT 19.37 $ 1,549.60 18 PCCP for Approaches, 6 in. 306.50 SYS 63.89 $ 19,582.29 19 Pipe, Type 4, Circular, 6 in. Double 444.00 LF Wall, Smooth Interior 7.67 $ 3,405.48 20 Pipe, Reinforced Concrete, 12 in. 340.00 LF 21.37 $ 7,265.80 21 Core Existing Manhole 1.00 EA 603.75 $ 603.75 22 Geotextiles for Underdrain 305.82 SYS 2.85 $ 871.59 23 Aggregate for Underdrain 39.96 CYS 35.96 $ 1,436.96 24 Modified Manhole, C-10 5.00 EA 2,845.36 $ 14,226.80 25 Manhole, C-4 1.00 EA 2,255.42 $ 2,255.42 27 Inlet, M-10 1.00 EA 2,034.88 $ 2,034.88 28 Pipe Catch Basin, 18 in. 1.00 EA 852.43 $ 852.43 29 Road Closure Sign Assembly 2.00 EA 271.69 $ 543.38 30 Detour Route Marker Assembly 12.00 EA 126.79 $ 1,521.48 31 Construction Sign, A 2.00 EA 211.32 $ 422.64 32 Construction Sign, B 2.00 EA 78.49 $ 156.98 33 Maintaining Traffic 1.00 LS 3,018.75 $ 3,018.75 34 Barricade, III-B 96.00 LFT 22.94 $ 2,202.24 35 Decorative Traffic Sign 2.00 EA 2,307.20 $ 4,614.40 36 Decorative Street Sign 2.00 EA 2,884.00 $ 5,768.00 37 Line, Thermoplastic, Solid, White, 4 in. 569.25 LFT 4.83 $ 2,749.48 38 Transverse Marking, Thermoplastic, 32.00 LFT Stop Bar, 24 in. 24.15 $ 772.80 39 Decorative Crosswalk 32.00 SYS 149.97 $ 4,799.04 40 Sanitary Manhole, Reconstruct 2.00 EA 6,529.00 $ 13,058.00 41 Sanitary Manhole, Adjust Casting to 1.00 EA Grade 1,184.08 $ 1,184.08 42 Light Standard, Foundation 8.00 EA 1,499.68 $ 11,997.44 43 Light Standard, Pole, Fixture and Base, 8.00 EA Decorative 8,652.00 $ 69,216.00 44 Wire,No. 4, Copper, In 2" Steel 551.00 LFT Conduit, 4 1/C 17.30 $ 9,532.30 45 Conduit, Steel, Galvanized, 2" 551.00 LFT 19.61 $ 10,805.11 46 Conduit, PVC, 4" 52.00 LFT 19.57 $ 1,017.64 47 12' x 6' x 7' Electric Manhole Vault 5.00 EA 11,745.74 $ 58,728.70 48 Duke Energy Electric Duct Bank 1344.00 LFT 67.92 $ 91,284.48 49 Mulched Seeding, Type U 593.00 SYS 19.81 $ 11,747.33 50 Water Valve, Adjust to Grade 5.00 EA 123.17 $ 615.85 51 Hydrant, Relocate 1.00 EA 6,618.75 $ 6,618.75 52 Sanitary Lateral, PVC, Repair/Replace 100.00 LFT (Undistributed) 116.16 $ 11,616.00 53 Aqua-Swirl Model AS-2 1.00 EA 8,437.29 $ 8,437.29 54 Diversion Structure 1.00 EA 2,651.94 $ 2,651.94 55 Concrete Curb Turnout 4.00 EA 230.72 $ 922.88 TOTALS $ 680,285.86 Alternate Bid Items 1st Avenue SW Drainage and Street Improvements • Item# Item Quantity Unit Unit Cost Total Cost A-1 Excavation for Rain Gardens 1.00_ LS $ 808.98 $ 808.98 A-2 24"Nyloplast Drain Basins 4.00_ EA $ 1,985.27 $ 7,941.08 A-3 HDPE,12" 237.00 LFT $ 21.75 $ 5,154.75 A-4 Structure Backfill 103.23_ CYS $ 34.39 $ 3,550.08 A-5 Pipe,Type 4,Circular, 6 in.Double Wall,Smooth 60.00 LFT $ 9.25 $ 555.00 Interior A-6 Aggregate for Underdrain 6.00 CYS $ 43.42 $ 260.52 A-7 Geotextile for Underdrain 40.00 SYS $ 3.44 $ 137.60 TOTALS $ 18,408.01 I PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 August 15, 2008 2 August 18, 2008 • • • BID-6 PART 5 EXCEPTIONS Instructions To Bidders: • 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: None • • • • • • BID-7 • • • BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall he utilized by all Bidders. Except as other wise specifically provided, all Parts • shall be fully and accurately_frlled in and completed and notarized. Project: #08-06—Is'Avenue SW Drainage and Street Improvements Proposal For Construction of: The reconstruction of 1`' Avenue SW beginning on the north side of 3rd Street SW and proceeding north to the south side of Is' Street SW The proposed improvements include new asphalt pavement, concrete curb and gutter, concrete sidewalk, curb ramps, storm sewer system,future electric conduit, street lighting, mulch seeding, and pavement markings; On-street parking is proposed along the east side of IS'Avenue SW for the entire length of the project. Date: g- • To: City of Carmel, Indiana, Board of Public Works and Safety • • • • • BID-1 • PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: �+��:D t2PY Lp.,J 6cA Pc -�C A�AT1�1C-i �o 1.2 Bidder Address: Street Address: ' y0 S /000 cA) City: f—V0e72S4"/ State: i Zip: 4(00 Phone: (7b5) 3-78-5.183 Fax: CA,S) 37g-037C) 1.3 Bidder is a/an[mark one] Individual Partnership ✓ Indiana Corporation Foreign(Out of State) Corporation; State: Joint Venture Other 1.4 [The following_must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] • .1 Corporation Name: .2 Address: • .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: V Address: BID-2 T l 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 Dollars ($ at_2,O:7-7`4 ' ). 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] Itemized Propos,l 1 st A enue SW Drainage and Sheet Improvements Item # Item Quanti Unit Unit Cost Total Cost 1 Mobilization and Demobilization 1 0 LS 2 Clearing Right-of-Way \ /00 LS 3 Excavation, Common \ 11 8.36 CYS 4 Erosion Control Measures \ 1.00 LS 5 Structure Backfill 61.93 CYS 6 Compacted Aggregate,No. 53, 598.00 TON Base 7 Compacted Aggregate,No. 2, Base 609.20 TON 8 QC-QA-HMA, 2, 70, Surface, 9.5mm 180.60 TON 9 QC-QA-HMA, 2, 70, Interme.'ate, 19.0mm 9.00 TON 10 Geogrid 21 .60 SYS 11 Modified Curb Ramp, T 'e A 1 80 SYS 12 Modified Curb Ramp, .e H 7.►0 SYS 13 Sidewalk, Concrete, 4 n. 379.10 SYS 14 Straight Concrete C b 611.04 LFT 15 Combined Curb . 4 Gutter Type II 491.01' LFT 16 Combined Depressed Curb and 499.00 LFT Gutter 17 Integral Concr: e Curb (Barrier) 63.00 LFT 18 PCCP for Ai)! oaches, 6 in. 306.50 SYS 19 Pipe, Type 4 Circular, 6 in. 1030.00 F Double Wal , Smooth Interior 20 Pipe, Reinforced Concrete, 12 in. 245.00 F 21 Core Existing Manhole 2.00 E 22 Geotextiles for Underdrain 709.62 SY 23 Aggregate for Underdrain 92.70 CZ''. 24 Modified Manhole, C-10 2.00 EA 25 Manhole, C-4 1.00 EA 26 Inlet, J-10 2.00 EA 27 Inlet, M-10 2.00 EA BID-4 • 28 Pipe Catch.Basin, 18 in. 1.00 EA 29 Road Closure Sign 4ssembly 2.00 EA 30 Detour Route MarkA Assembly 12.00 EA 31 Construction Sign, A 2.00 E 32 Construction Sign, B 2.00 A 33 Maintaining Traffic 1.00 LS 34 Barricade, III-B 96.00 LFT 35 Decorative Traffic Sign . 2. EA 36 Decorative Street Sign ").00 EA 37 Line, Thermoplastic, Solid, 'te, 5 9.25 LFT 4 in. 38 Transverse Marking, 32.00 LFT Thermoplastic, Stop Bar, 24 in. • 39 Decorative Crosswalk 36.00 SYS 40 Sanitary Manhole, Reconstruct 2.00 EA 41 Sanitary Manhole, Adjust Cast' g 1.00 EA to Grade 42 Light Standard, Foundatio, 8.00 EA 43 Light Standard, Pole, Fi ure and 8.00 EA • Base, Decorative 44 Wire, No. 4, Copper 2" Steel 5'1.00 LFT Conduit, 4 1/C 45 • Conduit, Steel, G. vanized, 2" 55...00 LFT 46 Conduit, PVC, 4 52 00 LFT 47 12' x 6' x 7' Elec ric Manhole Vault 1.00 EA 48 Duke Energy Electric Duct Bank 1167.01 LFT 49 Mulched Seeding, Type U 593.00 SYS TOTAL RTD-5 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Itemized Proposal 1st Avenue SW Drainage and Street Improvements Item # Item Quantity Unit Unit Cost Total Cost 1 Mobilization and Demobilization 1.00 LS 39, boo° 8,600 2 Clearing Right-of-Way 1.00 LS 51500 ° 5-0 00 3 Excavation,Common 1178.36 CYS 90 4 Erosion Control Measures 1.00 LS sob e-f,5 o 5 Structure Backfill 847.99 CYS 3 e 3 0, 52-7 6Y 6 Compacted Aggregate,No.53, 598.00 TON Base 025 7 Compacted Aggregate,No.2,Base 609.20 TON ,2$ ° ] 7,0 5-7 6 8 HMA,Surface,9.5mm 180.60 TON 1.2 d al g5 Z 6° 9 HMA,Intermediate, 19.0mm 359.00 TON lice' q/, z 8 s 10 Geogrid 2175.60 SYS )b s'' 2Z, 8,13s° 11 Modified Curb Ramp,Type A 14.80 SYS f o o a /, 61-8 0 12 Modified Curb.Ramp,Type G 7.70 SYS 1 o oG 7 o 13 Monolithic Curb and Sidewalk 379.00 SYS 74, 14 Straight Concrete Curb 190.00 LFT .2`/ 6 (4,5-60e 15 Combined Curb and Gutter Type II 491.00 LFT 3s c. /2//856. 16 Combined Depressed Curb and 499.00 LFT 7 Q Gutter / $,'f d3 17 Integral Concrete Curb(Barrier) 80.00 LFT --? o' 5 6 b ou 18 PCCP for Approaches,6 in. 306.50 SYS -7 0 ° .2/,q SS 19 Pipe,Type 4,Circular, 6 in. 444.00 LF Double Wall, Smooth Interior /D, 6 5X 20 Pipe,Reinforced Concrete, 12 in. 340.00 LF 5-7 9 /', ago° 21 Core Existing Manhole 1.00 EA 73 o o " goo ° 22 Geotextiles for Underdrain 305.82 SYS °L % 5:2, 23 Aggregate for Underdrain 39.96 CYS (s ° „S, 7 �a 24 Modified Manhole,C-10 5.00 EA 250 0" (2,5-0 b 25 Manhole,C-4 1.00 EA. 400- �, (40 0 27 Inlet,M-10 1.00 EA Z/6 a' 1 p o. 28 Pipe Catch Basin, 18 in. 1.00 EA a0 V- 0,206°' BID-4 29 Road Closure Sign Assembly 2.00 EA o2 5O' ScDo 30 Detour Route Marker Assembly 12.00 EA 120 106 31 Construction Sign,A 2.00 EA /9s` 3 9 6 32 Construction Sign,B 2.00 EA -2° I S-4"' 33 Maintaining Traffic 1.00 LS ?so o- So Cr 34 Barricade, III-B 96.00 LFT ,2 3 e 2 2.043` 35 Decorative Traffic Sign 2.00 EA 3 -16o- g,8150. 36 Decorative Street Sign 2.00 EA 3 y#bo° 6, (3(' 37 Line ,Thermoplastic, Solid,White, 569.25 LFT S 5 3 �3d � f r 38 Transverse Marking, 32.00 LFT s Q Thermoplastic, Stop Bar,24 in. �� 7 36 39 Decorative Crosswalk 32.00 SYS )65" 5z 8 0 40 Sanitary Manhole, Reconstruct 2.00 EA !2,o 0- a 460 Sanitary Manhole,Adjust Casting 41 to Grade 1.00 EA Isom ?So' 42 Light Standard,Foundation 8.00 EA 1307 ` 1 o o`l'$6 43 Light Standard,Pole, Fixture and 8.00 EA L 6 Base,Decorative 7 q2� 6 3,3,z Wire,No.4,Copper, In 2" Steel 551.00 LFT 44 Conduit,4 1/C 12 6 6 ( 45 Conduit,Steel,Galvanized,2" 551.00 LFT 23 P L 2) 673 46 Conduit,PVC,4" 52.00 LFT 2g' l 3 a o 47 12'x 6'x7'Electric Manhole Vault 5.00 EA /?,S o v- S 7,S 6 o` 48 Duke Energy Electric Duct Bank 1344.00 LFT 7 1 o 0, 8 o.a° 49 Mulched Seeding,Type U 593.00 SYS .2 �' 1 M3 a5 50 Water Valve,Adjust to Grade 5.00 EA 12 otr,' 6, a 0 a- 51 Hydrant,Relocate 1.00 EA 3 '6 o- Coo' 52 Sanitary Lateral,PVC,Repair/ 100.00 LFT Replace(Undistributed) '`�5=a �5-0-0° 53 Aqua-Swirl Model AS-2 1.00 EA f 0`1 2,S` 10 (-1-2,56 54 Diversion Structure 1.00 EA S goo`'- 5; goo 55 Concrete Curb Turnout . 4.00 EA I 060 `-1 0 0 0 " TOTALS 8I 2,c157-7 u BID-5 Alternate Bid Items 1st Avenue SW Drainage and Street Improvements Item # Item Quantity Unit Unit Cost Total Cost A-1 Excavation for Rain Gardens 1.00 LS oo` ,3 s0 0 A-2 24"Nyloplast Drain Basins 4.00 EA ;2<f 0 0. 96 00 A-3 HDPE, 12" 237.00 LFT 5-2 e J3, So') A-4 Structure Backfill 103.23 CYS 3 6 ° SO/6 A-5 Pipe,Type 4,Circular, 6 in. 60.00 LFT Double Wall, Smooth Interior d U A-6 Aggregate for Underdrain 6.00 CYS 6o 36 0 A-7 Geotextile for Underdrain 40.00 SYS a2 b —ter •—r TOTALS 33, 325 z" BID-6 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 • • • • • BID-6 1 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 ca material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: • • • • • • • • • • • • • • 1 m_7 State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK— FORM 96 PART I (To be completed for all bids. Please type or print) Date: August 20, 2008 1. Governmental Unit(Owner): City of Carmel, IN 2. County: Hamilton 3. Bidder(Firm): Yardberry Landscape Excavating Company Address:9940 S 1000 W City/state:.Anderson, IN 46017 4. Telephone Number. 765-378-5783 5. Agent of Bidder(if applicable): Tim Yarberry Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of #08-06 - 1st Avenue SW Drainage and Street Improvements Project (Governmental Unit) in accordance with plans and specifications prepared by CrossRoad Engineers, P.C. and dated for the sum of -77 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, • applicant for - e'r- - of this .itb. or �i=jj:=€-sue-;�ci_ `€ji employment, to be �S'i�>°�'t/�'."�` ia! the � ..�rli'ia�r< ll�i� contract, with respect to any matter dir_illy or indirectly (elated to employment b=emuse of idle, religion ouiol, or ION +..-)a- USA;_it- UM I i`i]S IA)i=-51 i-i vut 1 i ••--- � ----ices ��'- =.. Ufa wide! !,1S°__�! '=E f��?'_'-!t5 [fie :i i_iiE'_'-�4ei si t,lEt =' (1is:�E€iz `de'�i�� t--i�j�4!i °_,,.-_.�E!:1.=. !'G� �_^E�._.l pi obiirlation to use Z:leei rriade the' United States (LC.. 5-18-8 2). i hereby certify that i enc.: FA -'- 3- that° l tion reu ai may I -- �!*.i�i�i��'-'1 fL1 that It�iT�i�lf�II�i �II�IYi may l��I,�IS 111 Ioila1L611C of 4uilti^idtual 'ayIIIYTita. J ACCEPTANCE The above bid is accepted this 20th day of August , 2008 ,subject to the following conditions: Contracting Authority Members: Tim Yarberry PART II (For projects of$100,000 or more— IC 36-1-12-4) Governmental Unit: City of Carmel, IN Bidder(Firm) Yardberry Landscape Excavating Company Date: 08/20/08 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 $37,155.00 Water Main 07/08 City of Richmond, IN $134,950.00 Scour Protection 07/08 INDOT-Crawfordsville District $216,914.04 Drainage Imp 01/08 City of Carmel, IN $101,960.00 i Debris Removal 11/07 INDOT-Fort Wayne District 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 $93,156.00 Landscaping 2009 INDOT-LaPorte District $354,545.00 Pipe Lining 08/08 INDOT-Seymour district $83,812.00 Demolition 08/08 INDOT-LaPorte District $29,494.00 Debris Removal 08/08 INDOT-Vincennes District 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. Dan Swails, City of Indy Parks & Recreation, (317)491-2883 Tim Farley, H. Stewart Kline &Associates, Inc., (765) 742-0295 Max Abrell, Delaware County Regional Waste District, (765) 284-6370 Bob Wiwi, Richmond Sanitary District, (765) 983-7477 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 whic you believ would enable the governmental unit to consider your bid.) (ice ? S-1i4.�62-00 v+ wr.�t I a, P -J yt►. 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. co-% Pv"'f , OS..- i-• fov`•• 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. , - o-Lft U S 4. What equipment do you have available to use for the proposed project? Any equipment to be used by � k/�v subcontractors may also be required to be listed by the governmental unit. -2°°ram-y4-40 �_.�� - 4-2 Li'Sat. Estr , y T21AA4 -tfvtk_ Cu-i -- duoJ�. . 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. T 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: #08-06—t'Avenue SW Drainage and Street Improvements Proposal For Construction of: The reconstruction of 1" Avenue SW beginning on the north side of 3"1 Street SW and proceeding north to the south side of 1" Street SW. The proposed improvements include new asphalt pavement, concrete curb and gutter, concrete sidewalk, curb ramps, storm sewer system,future • electric conduit, street lighting, mulch seeding,' and pavement markings. On-street parking is proposed along the east side of 1'"Avenue SW for the entire length of the project. Date: August 20,2008 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: 1420 S Union Street City: Kokomo State: IN Zip: 46902 Phone: 765-459-3111 Fax: 765-456-1017 1.3 Bidder is a/an[mark one] Individual Partnership • xx Indiana Corporation Foreign(Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or 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 PART 2- BID PROPOSAL ?.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 See Itemized Proposal Dollars ($ See proposal ), 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 Itemized Proposal 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost 1 Mobilization and Demobilization 1.00 LS $ 150,000.00 $ 150,000.00 2 Clearing Right-of-Way 1.00 LS $ 100,000.00 $ 100,000.00 3 Excavation,Common 1178.36 CYS $ 75.00 $ 88,377.00 4 Erosion Control Measures 1.00 LS $ 13,000.00 $ 13,000.00 5 Structure Backfill 847.99 CYS $ 50.69 $ 42,984.61 6 Compacted Aggregate,No.53,Base 598.00 TON $ 31.35 $ 18,747.30 7 Compacted Aggregate,No.2,Base 609.20 TON $ 20.19 $ 12,299.75 8 HMA,Surface,9.5mm 180.60 TON $ 130.00 _ $ 23,478.00 9 HMA,Intermediate, 19.0mm 359.00 TON $ 100.00 $ 35,900.00 10 Geogrid 2175.60 SYS $ 8.25 $ 17,948.70 11 Modified Curb Ramp,Type A 14.80 SYS $ 310.00 $ 4,588.00 12 Modified Curb Ramp,Type G 7.70 SYS $ 600.68 $ 4,625.24 13 Monolithic Curb and Sidewalk 379.00 SYS $ 54.00 $ 20,466.00 14 Straight Concrete Curb 190.00 LFT $ 36.00 $ 6,840.00 15 Combined Curb and Gutter Type II 491.00 LFT $ 23.00 $ 11,293.00 16 Combined Depressed Curb and G utter . 499.00 LFT $ 30.00 $ 14,970.00 17 Integral Concrete Curb(Barrier) 80.00 LFT $ _ 45.00 $ 3,600.00 18 PCCP for Approaches,6 in. 306.50 SYS $ 86.00 $ 26,359.00 19 Pipe,Type 4,Circular, 6 in.Double Wall, 444.00 LF $ 11.00 $ 4,884.00 Smooth Interior 20 Pipe,Reinforced Concrete, 12 in. 340.00 LF $ 85.00 $ 28,900.00 21 Core Existing Manhole 1.00 EA $ 800.00 $ 800.00 22 Geotextiles for Underdrain 305.82 SYS $ 3.00 $ 917.46 23 Aggregate for Underdrain 39.96 CYS $ 52.00 $ 2,077.92 24 Modified Manhole,C-10 5.00 EA $ 3,200.00 $ 16,000.00 25 Manhole,C-4 1.00 EA $ 3,200.00 $ 3,200.00 27 Inlet,M-10 1.00 EA $ 3,200.00 $ 3,200.00 28 Pipe Catch Basin, 18 in. 1.00 EA $ 1,000.00 $ 1,000.00 29 Road Closure Sign Assembly 2.00 EA $ 576.00 $ 1,152.00 30 Detour Route Marker Assembly 12.00 EA $ 222.00 $ 2,664.00 31 Construction Sign,A 2.00 EA $ 494.00 $ 988.00 32 Construction Sign,B 2.00 EA $ 96.00 $ 192.00 33 Maintaining Traffic 1.00 LS $ 65,000.00 $ 65,000.00 34 Barricade,III-B 96.00 LFT $ 40.00 $ 3,840.00 35 Decorative Traffic Sign 2.00 EA $ 1,500.00 $ 3,000.00 36 Decorative Street Sign 2.00 EA $ 1,500.00 $ 3,000.00 • 37 Line,Thermoplastic,Solid,White,4 in. 569.25 LFT $ 3.00 $ 1,707.75 38 Transverse Marking,Thermoplastic,Stop Bar,24 32.00 LFT $ 10.00 $ 320.00 in. . 39 Decorative Crosswalk 32.00 SYS $ 439.20 $ 14,054.40 40 Sanitary Manhole,Reconstruct 2.00 EA $ 1,100.00 $ 2,200.00 41 Sanitary Manhole,Adjust Casting to Grade 1.00 EA $ 720.00 $ 720.00 42 Light Standard,Foundation 8.00 EA $ 650.00 $ 5,200.00 43 Light Standard,Pole,Fixture and Base, 8.00 EA $ 7,700.00 $ 61,600.00 Decorative 44 Wire,No.4,Copper,In 2" Steel Conduit,4 1/C 551.00 LFT $ 9.00 $ 4,959.00 45 Conduit,Steel,Galvanized,2" 551.00 LFT $ 16.00 $ . 8,816.00 46 Conduit,PVC,4" 52.00 LFT $ 17.00 $ 884.00 47 12'x 6'x 7'Electric Manhole Vault 5.00 EA $ 32,000.00 $ ' 160,000.00 48 Duke Energy Electric Duct Bank 1344.00 LFT $ 85.00 $ 114,240.00 49 Mulched Seeding,Type U 593.00 SYS $ 1.70 $ 1,008.10 50 Water Valve,Adjust to Grade 5.00 EA $ 462.51 $ 2,312.55 51 Hydrant,Relocate 1.00 EA $ 9,200.00 $ 9,200.00 52 Sanitary Lateral,PVC,Repair/Replace 100.00 LFT $ 119.71 $ 11,971.00 (Undistributed) 53 Aqua-Swirl Model AS-2 1.00 EA $ 19,181.37 $ 19,181.37 54 Diversion Structure 1.00 EA $ 10,381.37 $ 10,381.37 55 Concrete Curb Turnout 4.00 EA $ 800.00 $ 3,200.00 TOTALS $ 1,168,247.52 Alternate Bid Items 1st Avenue SW Drainage and Street Improvements Item# Item Quantity Unit Unit Cost Total Cost A-1 Excavation for Rain Gardens 1.00 LS $ 8,000.00 $ 8,000.00 A-2 24"Nyloplast Drain Basins 4.00 EA $ 1,800.00, $ 7,200.00 A-3 HDPE, 12" 237.00 LFT $ 29.00 $ 6,873.00 A-4 Structure Backfill 103.23 CYS $ 35.00 $ 3,613.05 A-5 Pipe,Type 4,Circular, 6 in.Double Wall, 60.00 LFT $ 12.00 $ 720.00 Smooth Interior A-6 Aggregate for Underdrain 6.00 CYS $ 65.00 $ 390.00 A-7 Geotextile for Underdrain 40.00 SYS $ 5.00 $ 200.00 TOTALS $ 26,996.05 • • • 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 X61! August 15,2008 #2 August 18,2008 • • • • • • • BID-6 • PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. • 5.3 Exceptions: No Known Exceptions • • • • • • • BID-7 Form Prescribed by State Board of Accounts 900549-5279707 General Form No.99 P(Rev. 1987) . .y CITY 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 89.0 lines 2.0 columns wide equals 178.0 equivalent $ 87.58 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 $ 87.58 Pursuant to the provisions and penalties of Chapter 155,Acts of 1953, I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after allowing all just credits,and that no part of the same has been paid. DATE: 08/08/2008 L1/ A.../d/e-76---'C'lerk Title 900549-5279707 PUBLISHER'S AFFIDAVIT ,PUBLIC NOTICES PUBLIC NOTICES! State of Indiana SS: NOTICE TO BIDDERS Hamilton County City of Carmel Indiana • ' Notice is hereby given that the Board of Public Works and Safety for the City of Carmel,Hamilton County,Indiana will I receive sealed bids for the"1108 -06-1st Avenue SW Drain-, Personally appeared before me,a notary public in and for said county and state, age and Street Improvements Project"at the office of the y pp ry p ty Clerk Treasurer One Civic Square,Carmel Indiana(Cittyv - Hall)until iu:od a.m.Local Time on or bet''oore August 20, 2008,and commencing as soon as practicable thereafter during a special Board of Public Works Meeting on the same 1 the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk 'date,such bids will be publicly opened and read aloud in the Council Chambers of City Hall.No late bids will be accepted. All bids and proposals shall be properly and completely eon-; ,cuted on the proposal forms provided with the plans and, of the Noblesville Ledger a newspaper of general circulation 'specifications,which will include the non-collusion-affidavit I • 'as required by the State of Indiana.The bid envelope must - 'be sealed and have the words"BID-Project#08-06-1st •Avenue SWDraina e and Street Improvements Project". printed and published in the English language in the city of NOBLESVILLE in state •A bid bond or certified check in an amount not less than ten, percent(10%)of the amount bid must be submitted with - each bid.A one hundred percent(100%)performance and •payment bond will also be required of the successful bidder.' and county aforesaid,and that the printed matter attached hereto is a true copy, It is intended that actual construction of all work divisions' shall be started as-soon as practicable,and each bidder, 'shall be prepared to enter promptly into-a construction contract,furnish a performance bond,and begin work with-- which was duly published in said paper for 2 time(s),between the dates of: out delay in the event the award is made to him. -, The Project consists of,but is not necessarily limited to,the following: The reconstruction of 1st Avenue SW beginning on the north 08/01/2008 and 08/08/2008 side of 3rd Street SW and proceeding north to the south side' _ _ __- .of 1st Street SW.The proposed improvements include new_ - y __ - asphalt pavement,concrete curb and gutter:concrete side-' o ,oak,curb ramps,storm sewer system,future electric con-I y 6/d•sP oistreet Iighting mulch seediin,and pavement mark-I �^a° ?o street parking is propose along the east side of `'?1°o�°do, °r erk eQ.�` �.;aN,fartheorireProjeoftheproject t.14 d•�iJtiO�r ,,,!'�'�2,rt.6P �.t manual Project have with d w-f Title ,0 d , 0 0 o b•°°.4}o^ the following locations: :j OS,`�bJp'Lj�oya� `Og33o6A�orCtatr��h°,H-i '9�3 syde,p•Vp °°-.:'pia d'o-Vo Subscribed and sworn to before me on 08/08/2008 0,0 j�b ,4,0v2 doA 1idf- °.'J6� 04-...° by0,„JAG a,`Yoa°gv<,V coa-d7 °pc-\ 4,0,.<4.44,*Q!4 , 6,sef 6o°dobi.P�°. �f°Coo�P'tl,eAQ` )c7 °o.„, r °-?oa�.,.s ,-t, I Notary Public oo•”,, d4° a° jo '�rrrorrr �f2..•.%°S� °'• sr '-0..- -•• DENISE HAMBRITE Form 65-REV 1-8&, ,%° My commission expires: NOTARY PUBLIC ‘,/ SEAL STATE OF INDIANA MY COMMISSION EXPIRES February 28,2016