HomeMy WebLinkAboutBid information and packetsForm Prescribed by State Board of Accounts
CITY OF CARMEL- TOPICS LEGALS
LINE COUNT
COUNTY, INDIANA
900549 - 5250450
General Form No. 99 1' (Rev. 1987)
To: INDIANA NEWSPAPERS
307 N PENNSYLVANIA ST - PO BOX 145
INDIANAPOLIS, IN 46206 -0145
PUBLISHER'S CLAIM
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
5
Head - Number of lines $
Body - Number of lines 5 5
Tail - Number of lines
Total number of lines in notice
COMPUTATION OF CHARGES
192.0 lints 1.0 columns wide equals 192.0 equivalent
lines at .492 cents per line
Charges for extra proofs of publication (51.00 for each proof in excess of two)
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
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: 07/09/2008
900.549- 5250450
5
$ 94.46
S 00 5 .00
5
5
5 5
5 94.46
PUBLISHER'S AFFIDAVIT
State of Indiana SS:
Hamilton County
Personally appeared before me, a notary public in and for said county and state,
the undersigned Karen Mullins who, being duly sworn, says that SHE is clerk
of the Noblesville Ledger a newspaper of general circulation
printed and published in the English language in the city of NOBLESVILLE in state
and county aforesaid, and that the printed matter attached hereto is a true copy,
which was duly published in said paper for 2 time(s), between the dates of
07/02/2008 and 07/09/2008
Subscribed and sworn to before me on 07/0 1'008
My commission expires:
LOUISE M POWELL
NOTARY PUBLIC
SEAL
STATE OF INDIANA
IRES February 28. 2016
Public
TX Result Report
P 1
06/24/2008 07:45
Serial No. A00K010008945
TC: 1706
Destination
Start Time
Time
Prints
Result
Note
918883764319
06 -24 07:44
00:00:46
003/003
OK
PC
Note
TIM: Mixed TX, POL: TX. TALL :D Manual TX. CSRC2eCSRC. FWD:FForward. PC: PC -Fax.
HIM: DMixed - SidedaBindingRLLDirection SP: Special original. FCODE: F -code, RTX: Re -TX,
RL?: Relay9y. Sitl
R- FAXReInternet Fax
BUL: Bulletin, SIP: SI Fax, IPRDR: IP Address Fax,
Result OK: Communication OK, S -OK: Stop Communication, PW -OFF: Power Switch OFF,
TEL: RX from TEL, NG: Other Error, Cont: Continue, No Ans: No Answer,
Refuse: Receipt Refused, Busy: Busy, M- Fu1l:Memory Full.
LOVR:Receiving length Over, POVER:Receiving page Over, FIL:File Error,
DC:Decode Error. MBN:MDN Response Error, DSN:DSN Response Error.
CITY ®lE' C aoRmEL.
OFI -a ICE OF -I-HE CLERIC — TREASURER
One Civic Square, Carmel, IN 46032
Telephone: 31 7.571 .24 14 Facsimile: 31 7.577 .247 0
Facsimile 'I'ra ns a1 Carver Sheer.
I7atc: 11111. 24, 200,4
rt.e: 17u.1gc Kcporls 8,4$ -376 -4319
Ft-o111: Scaulra 14 .hnsa.n
17c1.1_11 r' C.Icrk- Ficnnurer
!Co: L,egal Na.l ic° ti. 13iddors: '131a' Street- °itch to Springmill"
Pages: 3 t;Llclu.l i Fig C'ovcr)
You arc hcrcbv nulhorized 1., publish Illis N.aiec ..emu' Diann 1.. Cr .rdl n''s signature.
'Thank vuu.
Plou.c uaI1 571 -2628 il'y.,a. .la, .v,t I..c..t'a, ..II pnga:n
Cons mewls: VI" FACSIM11 -1-. /.■I7131.6,C "I"I2CJNIC Ivl/AFI.
11 you Pale.: any lit .:tai..ns a.r ettrwcnls, 1,Icasc cf.. 1101 hcsiltllc It, c0llluc1 nw.
'Phan l:.mu.
Notice: lite i ithe math). e•altaaatalat HIP Peepuntle : . let :,IIY prnalegeal .: lale ,.t i.:l:,:..::,:i,,:: attended WI the inel.ei,la,aal
entity te talent, _ Addressed. I 1 •1 -' yl Intended teciptcht. >ate are Iteleby taatticd Oho
III dial] I Yt c I petty +I,iI i v S a..: 1 eel II 1 la.: n... ..val...tely
tintify e 11110telel.l .,.. 1 :en... ,1». a M „I mean "Re t• e, t e t al,laec.. I,.�..e vie the \ 1S a,_.t I Sv c ..1.Thant: 'Y.`.,.
CITY OF CARMEL
OFFICE OF THE CLERK - TREASURER
One Civic Square, Carmel, IN 46032
Telephone: 317.571.2414 Facsimile: 317.571.2410
Facsimile Transmittal Cover Sheet
Date: June 24, 2008
To: Dodge Reports 888 - 376 -4319
From: Sandra Johnson
Deputy Clerk- Treasurer
Re: Legal Notice to Bidders: "131ST Street- Ditch to Springmill"
Pages: 3 (Including Cover)
You are hereby authorized to publish this Notice over Diana L. Cordray's signature.
Thank you.
Please call 571 -2628 if you do not receive all pages
Comments: VIA FACSIMILE AND ELECTRONIC MAIL
If you have any questions or concerns, please do not hesitate to contact me.
Thank you.
Notice: The information contained in this facsimile message is legally privileged and confidential information intended for the individual
or entity to whom it is addressed. If the reader of this message is not the intended recipient, you are hereby notified that any
dissemination, distribution or copying of this communication is strictly prohibited. If you have received this in error, please immediately
notify us by telephone and return this original message to us at the address above via the US Postal Service. Thank you.
Attached you will find a Bid Notice for the City of Carmel's: Main Street &
Guilford Road Sidepaths; Phase I: Main Street from Guilford Road to 4th
Avenue NW; Phase II: Guilford Road from Main Street to Old Meridian
Street
Please publish one time on each of the following dates:
Thursday, June 26, 2008
Thursday, July 3, 2008
You are hereby authorized to publish over Diana L. Cordray's signature.
Sandy Johnson
Asset (Manager
Office of the Clerk :reasurer
317 5712628
NOTICE TO BIDDERS
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 receive sealed bids for the above described `731x` Street: Ditch Road to Spring
Mill Road Project" at the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall)
until 10:00 a.m. Local Time on or before July 16, 2008, and commencing as soon as practicable
thereafter during a special Board of Public Works Meeting on the same 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 executed on the proposal forms provided with
the plans and specifications, which will include the non - collusion affidavit as required by the State of
Indiana. The bid envelope must be sealed and have the words "BID — Project # 06 -08 — 131st Street:
Ditch Road to Spring Mill Road ".
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. 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 without 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 131x` Street beginning approximately 430 feel west of Ditch Road and
proceeding eastward to the west side of Spring Mill Road. The proposed improvements include new
asphalt pavement, concrete curb and glitter, asphalt recreational paths, curb ramps, storm sewer
system, sodding, landscaping, and pavement markings. Roundabouts are proposed at the 131'
Street/Ditch Road and 131" Street /Clay Center Road intersections. A reinforced concrete box beam
bridge is proposed along 131" Street over Williams Creek. Three -sided precast structures are
proposed along 131' Street over Almond Ditch and Henley Creek.
Contract Documents for the Project have been assembled into one bound project manual, which
together with drawings, may be examined at the following locations:
City of Carmel CrossRoad Engineers, PC
Department of Engineering - 1st Floor 3417 Sherman Drive
One Civic Square Beech Grove, IN 46107
Carmel, IN 46032 (317) 780 -1555
Attn: Brad Eckerle, P.E.
Copies of such drawings and project manuals must be obtained from CrossRoad Engineers at the
address stated above, upon the payment of $100 for each set. These sets include full -size drawings.
Payment must be by check. NO CASH ACCEPTED. Make checks payable to CrossRoad
Engineers, PC. All payments and costs of Contract Documents are non - refundable.
Bidders shall assure that they have obtained complete sets of drawings and Contract Documents and shall assume the risk of any errors or
omissions in bids prepared in reliance on incomplete sets of drawings and Contract Documents.
This Project will be funded by City of Carmel.
Wage rates for the Project shall not be less than the current prescribed scale of wages as determined by
the Common Construction Wage Committee in accordance with I.C. 5 -16 -7 and included in the Project
Manual.
A pre -bid conference for discussions of the Project, the bidding requirements and other important
matters will be held on Wednesday, July 9 at 10:00 AM Local Time in the Caucus Room on the 2 "d
Floor of City Hall (One Civic Square). All prospective bidders are invited to attend the pre -bid
conference. The pre -bid conference is not mandatory.
For special accommodations needed by handicapped individuals planning to attend the pre -bid
conference or public bid opening meeting, please call or notify the city of Carmel, Engineer's Office,
at (317) 571 -2441 at least forty-eight (48) hours prior thereto.
No bidder may withdraw any bid or proposal within a period of thirty (30) days following the date set
for receiving bids or proposals. The Carmel Board of Public Works and Safety reserves the right to
hold any or all bids or proposals for a period of not more than thirty (30) days and said bids or proposal
shall remain in full force and effect during said period. The City of Carmel reserves the right to reject
and /or cancel any and all bids, solicitations and /or offers in whole or in part as specified in the
solicitations when it is not in the best interests of the governmental body as determined by the
purchasing agency in accordance with IC 5- 22 -18 -2.
Diana L. Cordray
Clerk- Treasurer
Publication dates: Thursday, June 26, 2008 and Thursday, July 3, 2008
J U+ U u o ® IJ ++ lJ I/
o ®0 0 0 000`
CITY OF CARMEL
JAMES BRAI,NrARI), MAYOR
LETTER OF TRANSMITTAL
Date: July 17, 2008
To: Sandy Johnson
Clerk Treasurer's Office
From: Mike McBride
Dept. of Engineering
City of Carmel, Indiana
RE: Bid Packets for Project #06-08 131st Street Ditch Road to Spring
Mill Road
Enclosed please find eight (8) original bid packets for the above project:
Snider Group $5,386,618.82
Rieth -Riley $5,648,328.00
Crider & Crider $5,888,762.65
Calumet $5,895,000.00
E &B Paving $6,035,635.38
Atlas Excavating $6,161,616.16
Sunesis Construction $6,398,663.40
Milestone $7,724,000.00
DEPARTMENT or ENGINEERING
ONE CIVIC SQUARE, CAIOIEI., IN 46032 OFFICE 317.5712441 FAN 317.5712439
EMAIL cnginccringUcunnel.in_gov
et
$$
..daAe
szss
e
BEO
S
L
-S
`<
d.
-
-SY
CC&
i.
°$
..
+.-
-6i
IflaaHH
Bdid
e
YT755
q
iiiiai
selFWe
if
AA
f
da�
3
�.d
aa
�g�$$6
aaaCa
sF
aA
gg
3.01�3�3£
,{S¢
s
585
5
1Y
f553xx
PIIR
5
.a6
331g
ata5a
.nm-. .m.r
Curb .. xmR. Coen (00 ..y.4
umIrooIl int Outlet zsps
Y
Yg
k
^"Ra
na
lE
_A
.s■ Argent. N. 51.11m
Pavel .a kme Cron
i}'!!Ii4
Iwr a arllw. .w� a e
55'III
�3'sis,a
7,a
::a.:a
a2
'.:.
8
:.28::'155..»
y
--
g321ii1Yi.-.S..a»aia
'.2:
......5
a
81i--
_:52213-
-8-
.'__3Y;YEST:gB
gq
EKLL ppIDs
L MO p.m
gg
$.+wg-
.=
a
-ESBev
.- aify3a:s-
2744.4kf"a:f=,;Sg
tC
S
i
2
0Is
`n
ro4s
55i255511I5E15t5e5555511h511��
x
9838
"
BKEgg
5:
1R
8333488'.83381S
gg
=
882585.11515"
883838838848
-'
aa8
„FS
BSY3
.8388888888888
111
E5E5
E82222W222883e88888's
a22a.“
22R
°,
S
L4RRR4aii4R4R
C
°-¢"$Y=
§ e8fa8e€
SYF
==:
»
€�f334fsPsL
aR
».T
°e
»fr:”
%RRRFR9443
=f'
i
ri58,xe§
§75::3$1°
R44RRR49R
:r
=Y
"x R8
848443
JF
@
=R�T
"a =
}
=23
}a5RRR
3YYYF5:1'
's 88
x4222
8888
8
4
33828
$88483888.888
gg
82888
,R8
8
140010 ow.iis g000:sis
nn
$8v88k38388x5R9
-
G
Bu
^1868867885
R8
Y888R8RR98239R89RRR899XCR9
88838888888888ETy
2
T883
'88338§
'88438858?')
In
§R9Rsare
Y.Y
8 "r
R22
"55515Ba
2222..
885888'4"98
frnste:
=E
01:
6f686?Ea.44'sa
se-
R22sR8R98RSSSSR=
xF
°xaTFT
#88
=??'^
"a 8's
;'s818e
2222.
^Test
99828282222229
1
8
"aa _;
E$SLL
22.
>>_
"_:
S 1E115E@35d
6888-
2222
RR2saean
s_STBF
s.f
+a422a99Ae222422a
- ze
4:e&6sg843881g
-2R
<-
,Rp38
.2228
-
:,”.1
4
- g8�S
5255253888888888
#2o^._Y888_
-L'C
Y.
B
%S
TM
4d
Y
6E=g3�8gY
A8XR999R%RR
y�Y
--EES
x
93'93
.356366.^
y
898888Rs8R99R
»t'Y,.
2752...
»»
-SC3i
5
289ARX
4545-
22.88
X88RRRR5iR
-«
'€61.a
y_,
88RRR888888
"_858
tpF
?8Ra
S
CFj
°S Sri
nag"'
8288222288888822
. Y
5=355BF1
5858844'T51
2288R8R829282228888888882222
8«
.
»T
» »8
8
€
- --n
s
"
8 ""a &Y
282-2
1=11111ce:5F°s
Y
a
2'8R9R8R
3E
R 88
u/1125
222222
FE9rFF
bY1
551
222
i
'
»
$,3_
Lt
^Y
SA
8-
8"s
94
yOatis p. 01 6.: refs
:En=
3833
010004 5,.110 s2 V4 5199444 010
{vao'u zzossxw'u p^smsxs
32288$99TR8
4g1
65=
68g6fY-
8888882523389
[-
B8'^."'.1r8:lt%2
8BB584E88888388838888E
= 4;;Iggn<g
Ra =_:f
8338'
T=
- 888881334%388
'"1=
r=
%
%%
% %gg
YSS
^h
44
8888
-335
S
5
a«»»
ikg88
8R§84RRr9888RS888
8"T«
2Y"
Yi'g=
§ g4E48B
rr
S
atT
y
8b36
8389844R
=eC
««
.YF.
L:5
RRR2R8R4¢Y
gg'
«
« ««
rv«
J „
»
815888&
-
2
"«
2222
e«
Y
2
y
S
2.8
YFBg
115576=5
8888219
»
AXRSR
Y
« ^G
§R
B5
RR:RR8982
156665
Ey
8
- =8
838888
IEyBXXB�Erir:V
8:888883C38383888L8883888
5
g..88544E88815
R88'-84'a-
2.38E
418:
2823
Sr:='
"s
8882382828838888233=2898
2,2232222
a g886fs8a
:5_51-
TF=
ff>s1'ES
222233
3-
FFT
«.8«
%L's'§'2&$g511551$
Y8-
°3RR5
8ENl'-�
3Ye}
- » -»
23283$388
2
ff
7.11
15552
5E_:YYF�6jF$
1!
R
s�f
§14125
#2222834222828
rPi88=1B8
Yf3i`3°�$4
n
Y=
35893,83888988
88151555184E
009 ISIS MIME
*0w0o pow°. i.
S
$8:888
YSgS
ss,00� 09401
simod uro
n55es=n54616
388882888888
1105.4 sri10
$8888888888888
15=g5-"-
-
a ms m
n0ms 01us
W s•_0 1647.61
r. sn.w
888181-
83848828282842
6e8T444
0000.0110 oowsots
00.'4/5115
550
.
11
i5
_
%
3
5YY
158594
RRERRR4RRNR8
- 9§fsf•stE
€5
:11844
§R
Fr
»c'a
9 RRR9
=ST
yz
x
R.
hT
e's
R�:88RR2
F»15'
°_@g;'a8
ff=axY
8/2841
2333
°P
8488
222222222224
nn
€"4
=
€'a'E
48$
Y »
c��
88222222288888
=e
{:338%838x£2
^_: ^Yr
E
-f3
88338888885§
38888=8
g
I „36'1 11°; �
gtl
8888
8898
-R
- 88528
89
RRR9:
»1
RR8SR"
= «B8
.88E
-9RRRf4,RRRR:R
=a
YY
288
8888888888"3"58
3RRRRRRRRRa8R38R8=
=E8
°T
8_
RX8BRR884s888,
88288388818
”
"s 88"988
3
=`y
8S
861"4
388822248
FYT
EAa
°eg
555
884
22888
881'4244882115115158sr:E6
28883=8888883282388828222828248888328882
F.
^YYX
FT
TY
8_
Y.
y8E#a8B
Y_Y
Y
SC
$r1SETEN;I
m51155555:
A
33889838338
Y
s
giT
293588881
-
»E 83gM
e222
L
..
4
«-96I68RE;En§§g84
3E88883883288388
11
'"Y
'm1s puoo�omio
0000111
ww 01n Gin
us
y
-885
3833
.wvvn Wsus
'^ -
WA
_Y
5834
388
-3
«
S
.01x.1 ; 1
own 4 O
=esg
-
38888§
=B.gs
88833888888883
5r
C53$
E'88Eg28UUgaWYg_8c"s8444e488wa
,2888888338288888843888
B.
"z x5asy8r
«e
RS 5'E
2288888888284882388888388888884
«E:2x6EF5'.$°SFSgC�Yrv.aYf„8
515U5g6sex%"S88
rr
a "-
$s1C8'
§539P8p
U21
=r83RRS42'
8YF
%ga's
8E
gt51..
8'88811
-333
4
.
.
i
=6.
=222
4aa
SY5
28888888888
LE33f'68s8
Ern!
ff
TY
YdFT'"
?881
8332
X
Y
.X
9
6,
Y..'.
S
.0
-
9YrY
d
'S
igggig
Y
38
swag...
rgr
rep
SYyA
4..
€�a
5
=d
mT.P 6 1 . 1 1 oo M Ntl.asm
�7ppgggppp
39
=aai
t
g3
s
3��g
i�
3
aeaaaaj
B
8
i�
aec
52+3
Ra$
ypp�
a9ligg�fa0
§iyyp[jaj
t
I'A5
9g
P
%��
a77
P.R*�
RKgii
Ya_
5
P'��'a'.i�R
i
ifi
(�B
'3
9'
Sy6BRe
g
§
4a
61
9
2%
R
StyXe
11
R
R
;F.
q
4
i
9
d
#
9�6
IISS:p
;d
Z
-nt
p
aa
a
3p
q@q@s
}}fi!
Si�$
1,566 Na .. Cap., M1IYmr p In Y Tr.. 4 IS
LI
'tr
5
n
das
j
8g
�y
9
'0.e
F
f3ai
p8
'.2
e�o�.58e.Q
1
#
iin
-
_
64^
Aqs'
S
_ ##
's
'."..,
a._$.ai
i...,
5agss-
s..s..
sSSS
sSi
ii
,8
i.T% u'.0 I`
00
ri
[ Y:
a
SpSg9
�
°e
X
::.
Y:=
:-
: -3
-.,
8 §9"sggr«sR:�_
888A88688X.
=8n48
_.,-
5
118:888
599p55:Y93
ARARRCFBGC
-Y
wIIIIC55`-
+'.e8889388R885
y
5588:a5'f3§5a55SIggEY58
Rk
R82At-R8
9
a "x
. .
4555455224425255592229
-
@e£$3%
RRR$
j
5=$
5
gza'sgg
8
a,44o um I' uwvmI4r
YF
§g
22
88
88
rg
22
22
.j.„1 1 05. m ..”55, 41001
,=10 00i s4
�»
`s$f£_e
5 3
-'�
, 5
II :
»____..SIC
n- ?�e5$8
a n
n 2
n g
=?a'$
8 5
:y
R [
'J
a 8
o
[4its Wars x
1.i -1»
« "F
3�a?H�fraaEv�6
n ?
R §
3 E
'YY
5 R
3 R'E
"-
S
._'Y
x ' e
#ss
»x
'F
"sa
s5
§:s4E:p5
FY:'JY:9CG"
{8RR489RRRRRR$$4
9,,.F.
4xi's§£$x$x'g$£
2
5F
5»cg=«
452
883388888888888888
"c
:5
55!88888!588
.sae
j' 5585559::4'.985533888893
»585x555
855855988
88x88888588885888888888£
88838838888893838388888388885
g 9855
=g
=x5
?'2
2
222
FrrSergn
§552x5
°5922
Y
eRnn
»85-5
5
£gs2888
2282852
5F2_5ca
9T5C
2F22
225545254.
"CS
=9gF
2
8
YpFY
88852888
888388888888
9."
258558'
8A8e'8B8888e886835888
SE
899889-
"55585
88855558
88888##88%4i8j
"x 55ass"d$g£e§2488a
22
na.
299959594222222225955499222295955552
§838
385588
-
§36
8884485885R855RR95555A8R8558
$$eat
83§.
»
55§
€g$8e8g3gs
9
8556555555555585
«
»
"sg§4$1$8a8&4�s
»
_
eg
«»
3'd
222
%
@ @§
§sa4g`54
22229.2.04
y
cox=
?sasxfg2
bY2
235R44.422229424R2e
-3
-3g
�4
°5Bg$5seva
_YSF""
325
§33882288888
e'[
838888888
2
8 282244828
33383865883886889686886388888
y'
2=
«««YS8888855558855C'e
g
»Y
M A
-.5
RA
5:_5558545545558555
«
RRR8R
555
?R8'_RRR885522RRRRRRRRRR4
a
FFFFyF
555555555552
»y=
F
=�F
='
<38888888
§'S
§22222
=
YgYS
42244459R448,0
5
5952
225-
82
L52
a' x.
E-
sss395RS2!=5#22252
999Rs
5RR44s4R43R
»
J
5FF
«
ea5X55e
»=
R822'<
55
« «
+5x44445
«5fFII
"Y
"d224555552222822222
525
4894494949944,22
« «P55Fr_pFn
"32§22222222589"5228
»F2FrY:FFF"
92
99444
n9R
5T5$
5292ee9
=,".=
§95
38883
38383
66
25.858
B
3333
8255
Y
&555542885t8CC
d
..9222x¢94
238828
'588
gF
p8
r
r
ff£52
A-'�
au �., rt 0
55s8888!!!x8x
833388888
28.
25
-
_
= so oom1
000
48555
352/23
8288585488382§
3353RRER33
2
5
r
C^ -222§8
dY
x =xi
R 258
8392Y2nz24?2
§3Y
k5F
�SSS
=6d
F
RR
�.
RRR2-
=545
24#2222
2
-p
§2555
24594424499
-eg!
2 §2222§
F5
«
5-
4Fe
222
§2n"
555
22
8g
88883
6C
F
§iFx86
2888
«x
I035,30 37.00737
137500 suay.
»»
C :.
455884.,888888888
=5II5g
5
S3=9YY
.555
A
1132.r s,ud
1-1E 1204900
Y
ffoTsSey'aY
584
x5685
RYY
55.
_
RN
',,E==.1 '
g35
888888888888888688
1==
§6§Y'
“g3
-
IP [if 31E.111
,_
01 WO
»
65
81
22
95
10110_, loom ts
Ygg
2383d2'6
88888R
§geggg
FFSFF
8888.
iggla
5555554558992
gg22
- g§gg?
948:5599
=es§
gppg
cefxs9axig£xs
t2222r22
RA88882*22X
2158
sa8
8 §e
9R
§
5285??
°v gss
a$ge
R9499a
`a `c
ggig
R882
88883888848883588888t188585585896
2838
258-5==C
888855
58555”
5
5x55
dx85
8585
=x
25
8
C
8R888828888C
5«
88
p
a
89
§5»
585
89R4R425888
s
S 33
2
x 5»
A
§522
8y5;
.r4
E“ 2222
; 2aaa222AA9255225a
5555...
_r
4455
..
;.n
x§
Y�YdS
222222
�`-'»
45
5228......
828288!48.
;RaRaRR'z3'
YP6
.
r..
§8s
?a?
' '..
r
§ §SC
24955254552=
'II5
«
.'.?
»
8888242
» »
»F..
»51
§8222
2?
:51
R2a2
i+�
",'E',J'"Y
xRRRn22a2nnnnA9RRnee
455522
x.%51:."_'
222222285452228448888842232828
pr;
=
»F5:".'
}�T»
?RRR
§ ?R4nne2Rnn
»x:s”p
y552
«3
885888828822828225.2225
3383338388833858k38888485
i»dz2xrrr.rhe'FY
§
""w225"
=Fx«
§ §E
§figa65:YS
»
2
4 2
€£5
2 e
F=
e 5
55522525
§3
5 e
»
§X
R R
»
x95
n 4
2?
4 5
la acts I0usa
00 T10
-555
88'3
oat's n
local pilots
r 558
888888
C 855
srs82
58
-Y
g2;Y:
88888R
«
§8°62
=
88
1:a ,1
"
488558§
Raj
585
m»
«
252
528232225545
FFFF
§82§§552'52
«X
^F
§g
2552
F -
§2
23e
221
5Fng
§32335
2522229552
;8255
§§
§a
595=
§'ff
§ §gg'�
,"'.4` -'
»«
s5eaXXCS
2555a=nz222Y9542992
"
"xs$g'e
YfFp.m
§BuCas
F?
§;
as
5�56rb
3'49358
294
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
instructions To Biclders:
This form shall be utilised by all Bidders. Except as otherwise specifically provided, all Parts
.shall be filly and accurately. filled in and completed and notarized.
Project: #06 -08 —13P' Street: Ditch Road to Spring Mill Road
Proposal For Construction of : The reconstruction. of 131st Street beginning
approximately 430 feet west of Ditch Road and
proceeding eastward to the west side of Spring Mill
Road. The proposed improvements include new asphalt
pavement, concrete curb and gutter, asphalt recreational
paths, curb ramps, storm sewer system, sodding,
landscaping, and pavement markings. Roundabouts are
proposed at the 131st Street /Ditch Road and 131st
Street /Clay Center Road intersections. A reinforced
concrete box beam bridge is proposed along 131st Street
over Williams Creek. Three -sided precast structures are
proposed along 131st Street over Almond Ditch and
Henley Creek.
Date: JULY 16, 2008
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -1
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: MILESTONE CONTRACTORS, L.P.
1.1 Bidder Address: Street Address: 5950 SOUTH BELMONT AVENUE
City: INDIANAPOLIS State: INDIANA Zip: 46217
Phone: (317) 788 -6885 Fax: (317) 788 -1098
1.3 Bidder is a /an [mark one]
Individual
LIMITED
xx Partnership
Foreign (Out of State) Corporation; State:
Joint Venture Other
Indiana Corporation
1.4 [The following mtw7 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:
? 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 SEVEN MILLION SEVEN HUNDRED
TWENTY FOUR THOUSAND AND 00 /100 Dollars ($ 7,724,000.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
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 Fieures
Contract Description / Estimated Unit Total Price
Item No. Unit Price din Words] Quantity Price for Item
BID-4
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
PROJECT #06 -08 131ST STREET - DITCH ROAD TO SPRINGMILL ROAD RECONSTRUCTION
ITEMIZED PROPOSAL
7/10/2008
BID -4
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
ITEM
N0.
1
Construction Engineering
LS
1
$73.000.00
573.000.00
2
Mobilization and Demobilization
LS
1
5385.000.00
$385.000.00
3
Mobilization and Demobilization. STRs 2. 3. 4
LS
1
569,000.00
$69.000.00
4
Clearing Right -of -Way
LS
1
$74.088.35
$74.088.35
5
Present Structure. Remove, STR 2
LS
1
56,600.00
$6.600.00
6
Present Structure. Remove, STR 3
LS
1
529.000.00
$29.000.00
7
Present Structure. Remove. sTR 4
LS
1
$80.000.00
580.000.00
8
Surface Milling. Asphalt. 1.5 in.
SYS
1040
$8.00
58,320.00
9
Excavation, Common
CYS
14460
$30.00
5433,800.00
10
Borrow
CYS
5315
$16.00
$85.040.00
11
Temporary Drop Inlet Protection
EA
1 !
$85.00
5935.00
12
Temporary Silt Fence
LEI
6541
$1.15
57.522.15
13
Stone for Temporary Access. Phase I (Undistributed)
TON
74
$20.00
51.480.00
14
Subgrade Treatment, Type IA
SYS
36790
$4.40
5161,876.00
15
Structure Backfill, Type 1
CYS
5071
$20.00
$101.420.00
16
Flowahle Backfill
CYS
730
$80.00
558,400.00
17
Aggregate for End Bent Backfill
CYS
52
$170.00
$8.840.00
18
Dense Graded Subbase
CYS
186
$65.00
512.090.00
19
Compacted Aggregate. No. 53, I3ase
TON
2903
$29.00
$84.187.00
20
Colored and Jointed Concrete. 7"
SYS
296
5140.00
541.440.00
21
Colored and Jointed Concrete, 4"
SYS
153
$125.00
519,125.00
22
HMA Surface. Type C. 9.5mm
TON
2030
$120.00
$243.600.00
23
HMA Intermediate, Type C. 19.0mm
TON
3359
$84.00
$282.156.00
24
HMA Base, Type C. 25.0 mm
TON
9766
$81.00
$791.046.00
25
HMA Intermediate, Type C. OG 19mm
TON
5064
$93.00
5470.952.00
26
HMA Surface. Type A
TON
771
$114.00
587.894.00
27
I IMA Intermediate, Type A
TON
1285
$94.00
$120.790.00
28
HMA for Temporary Pavement
TON
336
5110.00
$36.960.00
29
FIMA for Temporary Approaches
TON
19
5140.00
$2.660.00
30
Curb Ramp. Concrete (All Types)
SYS
314
5160.00
$50.240.00
31
Sidewalk. Concrete. 4 in.
SYS
36
$90.00
$3240.00
32
Combined Curb and Gutter Type II
LFT
12154
$14.00
$170.156.00
33
Combined Curb and Gutter Type 111
LFT
9687
$15.00
5145,305.00
34
Combined Curb and Gutter. Roll, Modified
LET
716
$18.00
$12.888.00
35
Center Curb. D. Concrete
SYS
39
$160.00
$6.240.00
36
PCCP for Approaches. 6 in.
SYS
1003
$60.00
560,180.00
37
Barrier Curb for Truck Apron
LFT
640
515.00
$9.600.00
38
HMA for Drive Approaches
TON
71
$320.00
$22.720.00
39
Mailbox Assembly. Single
EA
19
$159.00
$3.021.00
40
Reinforced Concrete Bridge Approach. 12 inch
SYS
541
$120.00
564.920.00
41
Monument Section Corner
EA
2
$637.00
$1.274.00
42
Benchmark Post
EA
3
$250.00
$750.00
43
Riprap. Revetment
TON
1320
$40.00
$52.800.00
44
Geotextiles
SYS
1720
$1.50
$2.580.00
45
Mobilization and Demobilization for Seeding
EA
2
$500.00
51.000.00
46
Mulched Seeding. Type T
SYS
10600
$0.40
$4.240.00
47
Mulched Seeding. Type U
SYS
2344
$0.60
51.406.40
BID -4
ITEM
N0.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
48
Water
Kgal
70
$1.00
570.00
49
Topsoil (Undistributed)
CYS
2600
516.00
541.600.00
50
Sodding
SYS
21800
$3.50
576.300.00
51
Pile, Steel 11. HP 12 x 53
LET
648
$75.00
$48.600.00
52
Pile Tip, Steel H
EA
24
5200.00
54,800.00
53
Oversized Predrilled Pile Holes
LFT
240
580.00
$19.200.00
54
Concrete, A, Substructure
CYS
50
$700.00
$35.000.00
55
Concrete, A
CYS
58
$400.00
$23.200.00
56
Reinforcing Steel. Epoxy Coated
LBS
74493
$1.20
$89.391.60
57
Concrete, C, Superstructure
CYS
194
$610.00
$118.340.00
58
Concrete, C, Railing
CYS
60
$1.500.00
$90.000.00
59
Wingwall, STR 2
LS
1
$100.000.00
5100.000.00
60
Wingwall, STR 3
LS
1
$100.000.00
5100.000.00
61
Structure. Precast Three - sided. 20 ft. x 9 ft. 6 in.
LFT
114
54.300.00
5490 200.00
62
Structure, Precast Three- sided. 28 ft. x 9 ft. 6 in.
LET
81
$5.200.00
5421.200.00
63
Structural Members, Concrete Box Beam. CB, 21 in. x 48 in
SFT
2928
$70.00
$204.960.00
64
Surface Seal
LS
1
$16.100.00
516.100.00
65
Masonry Coating
LS
1
57.100.00
$7.100.00
66
Pipe. End Bent Drain. 6 in.
LFT
184
512.00
52,208.00
67
Pipe. Type 4, Circular. 6 in. Double Wall. Smooth Interior
LFT
10218
54.40
544.959.20
68
Pipe. Type 2. Circular. 12 in.
LFT
2838
534.00
596,492.00
69
Pipe. Type 2, Circular. 15 in.
LFT
1016
534.00
534.544.00
70
Pipe, Type 2. Circular. 18 in.
LFT
1298
535.00
545.430.00
71
Pipe, Type 2. Circular, 24 in.
LFT
1375
545.00
561.875.00
72
Pipe End Section, Precast Concrete. 12 in.
EA
3
$700.00
$2.100.00
73
Pipe End Section, Precast Concrete, 15 in.
EA
1
$750.00
$750.00
74
Pipe End Section. Precast Concrete. 24 in.
EA
1
5900.00
$900.00
75
Aggregatc for Underdrain
CYS
920
539.60
536.432.00
76
Geotextiles for Underdrain
SYS
7009
$1.90
513.317.10
77
Inlet, F -7
EA
1
51.400.00
51.400.00
78
Inlet. E -7
EA
r 4
51.400.00
55, 600.00
79
Manhole, C -4
EA
26
52.200.00
$57200.00
80
Inlet_ J -10
EA
12
51.800.00
521.600.00
81
Inlet. M -10
EA
5
51.900.00
$9.500.00
82
Catch Basin, KI0
EA
13
52.100.00
527.300,00
83
Pipe Catch Basin. l8in.
EA
7
$1.200.00
58,400.00
84
Casting, Adjust to Grade
EA
1
5320.00
5320.00
85
Reconstruct. Manhole
LFT
10
$600.00
56.000.00
86
Hydrant, Relocate
EA
1
56.000.00
56.000.00
87
Adjust to Grade_ Valve Box
EA
6
5900.00
55.400.00
88
Manhole. J4
EA
1
52.600.00
$2.600.00
89
Inlet 13-15
EA
15
52.400.00
$36.000.00
90
Inlet, C- 15
EA
11
$2.400.00
526.400.00
91
Catch Basin. C15
EA
15
$2,700.00
$40.50000
92
Road Closure Sian Assembly
EA
9
$275.00
$2.475.00
93
Detour Route Marker Assembly
EA
20
5150.00
53.000.00
94
Construction Sign, A
EA
8
5250.00
52.000.00
95
Construction Sign, B
EA
3
545.00
5135.00
96
Construction Sign. C
EA
3
5300.00
5900.00
97
Maintaining Traffic
LSUM
1
$120.000.00
$120.000.00
98
Barricade. III -B
LFT
240
59.50
52280.00
99
Sign Post, Square. 1. Reinforced Anchor Base
LFT
579
$14.00
58.106.00
100
Sign . Sheet. Encapsulated Lens with Legend. 0.080 in.
SFT
174
518.00
$3.132.00
101
Decorative Street Sign Assembly
EA
9
$1,900.00
517.100.00
102
Concrete Foundation with Grounding. 30 in. Diameter x 96 in.
EA
6
51,190.00
57.140.00
BID-4
ITEM
N0.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
103
Light Pole Assembly, Street
EA
6
57.600.00
545.600.00
104
Wire, No. 4, Copper. In Plastic Duct. In Trench, 4 I/C
LFT
576
$15.00
58.640.00
105
Service Point. 11
EA
2
51.050.00
52.100.00
106
Cable Duct Marker
EA
3
590.00
$270.00
107
Handhole, Lighting
EA
1
5950.00
5950.00
108
Conduit. Steel, Galvanized. 2 in.
LFT
468
$14.00
56552.00
109
Wire, No. 4, Copper. In 2 in. Galvanized Steel Conduit, 4 1/C
LFT
468
515.00
57.020.00
110
Conduit, PVC, 4"
LFT
650
510.00
$6500.00
111
Conduit, PVC. 3/4"
LFT
105
55.00
5525.00
112
Controller Cabinet. Pl. Modified
EA
2
54.200.00
58.400.00
113
Controller Cabinet Foundation, PI, Modified
EA
2
51.000.00
$2.000.00
114
Cable Interduct
LFT
5600
515.00
584.000.00
115
Handhole
EA
15
5950.00
514,250.00
116
Line. Thermoplastic. Dotted White, 8 in. 2' Line, 2' Gap
LFT
101
$4.00
5404.00
117
Line. Thermoplastic. Solid. White, 4 in.
LFT
358
50.70
5250.60
118
Line. Thermoplastic, Solid, Yellow. 4 in.
LFT
1,371
50.70
5959.70
119
Transverse Markings. Thermoplastic, Crosshatch, Yellow. 12 in.
LFT
137
52.50
5342.50
120
Line. Epoxy. Solid, White. 4 in.
LEI'
252
53.00
5756.00
121
Line. Epoxy, Solid. Yellow, 4 in.
LFT
252
53.00
$756.00
122
Snowplowable Raised Pavement Marker
EA
18
565.00
51,170.00
123
Transverse Marking. Thermoplastic. Stop Bar. 24 in.
LET
62
55.00
5310.00
124
Transverse Marking. Thermoplastic, Crosswalk Line, 6 in.
LFT
348
51.50
$522.00
125
Pavement Message Markings, Thermoplastic, Lane Indication Arrow
EA
3
565.00
5195.00
126
Pavement Message Markings. 'Thermoplastic, Word (ONLY)
EA
3
$85.00
5255.00
127
Transverse Markings, Thermoplastic, Crosswalk [inc. 24 in.
LFT
480
55.00
52,400.00
128
Transverse Markings. Thermoplastic. White Yield [inc. 27 in.
EA
62
$7.50
$465.00
129
Temporary Pavement Marking, 4 in.. Solid. Yellow
LF1'
500
51.00
5500.00
130
Temporary Pavement Marking. 4 in., Solid, White
LFT
375
51.00
5375.00
131
Spade -Cut Edge at Planting Beds
LF
630
51.00
$630.00
132
Imported Topsoil - Roundabout
CY
200
555.00
511.000.00
133
Manufactured Topsoil - Roundabout/Tapered Islands
CY
515
555.00
528.325.00
134
Planting tied Preparation
SF
12,922
$0.50
56.461.00
135
Concrete Curbs at Terraces. Cast -In -Place
LF
408
529.00
511,832.00
136
Concrete Curb Staining (Terrace Curbs Only)
LF
408
54.00
51.632.00
137
Stone Walls W/ Concrete Footing and Reinforcement
I.F
224
$219.00
549.056.00
138
Cast Stone Cap for Stone Walls
LF
226
$75.00
516,950.00
139
Mulch - Large. Oversized River Stone
CY
12
$150.00
$1.800.00
140
Mulch - Shredded Hardwood Bark
CY
85
540.00
$3.400.00
141
Weed Barrier Geotextile
SF
1,436
51.00
$1.436.00
142
Aluminum Landscape Edging
1,5
190
55.50
$1.045.00
143
Tree Lighting Fixtures
EA
16
$780.00
512.480.00
144
Irrigation System
SF
14.378
$1.80
525,880.40
145
Plant - Groundcover. #1 Pot
EA
384
512.00
54.608.00
146
Plant - Perennial. #1 Pot
EA
266
519.00
$5.054.00
147
Plant - Ornamental Grass. #2 Pot
EA
397
529.00
511513.00
148
Plant - Evergreen Shrub. #2 Pot
' EA
224
549.00
510.976.00
149
Plant - Ornamental Trees. 8' Ht.
EA
31
5555.00
$17,205.00
150
Plant- Deciduous Trees, 3" Cal.
EA
210
$795.00
$166.950.00
151
Plant - Deciduous 'Frees - Transplant
EA
2
51.600.00
53,200.00
152
Water Line and Connections
LF
220
518.00
$3.960.00
I53
Backflow Pre venter
EA
2
5500.00
$1.000.00
154
Water Tap Install. Meter Pit and Connections
LS
2
54.000.00
58,000.00
155
Electrical Service and Connections. Transformers
I..S
2
52.400.00
54.800.00
156
Aqua -Swirl Water Quality Unit. AS -2
EA
3
514.000.00
542.000.00
BID-4
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
157
Aqua -Swirl Water Quality Unit. AS -3
EA
2
$20.000.00
$40.000.00
158
Sign. Sheet Relocation
EA
10
$100.00
51.000.00
TOTAL BID .ARIOUNT
57,724,000.00
BI D-4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1
2
3
BID -5
07/10/2008
07/11/2008
07/14/2008
PART 5
EXCEPTIONS
112VIFucii017s To Bidders:
3.1 The Bidder shall Milt state each exception taken to the Specifications or other Comract
Documents' in Section 5.3 of this Part.
5.7 Bidder is cautioned that can' exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contact Documents nxg' result
h7 this Bid being rejected as non - responsive.
5.3 Exceptions:
NONE
BID-6
11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.2
!'ART 1
BIDDER INFORMATION
Print
Bidder Name: SU AtSiS 1o► frwthi1 oh co.
Bidder Address: Street AddiessssA� �2`ut0 C1'tJ'�lry/(N��1��1 v c Road
City: MitlA'Y17 State: Oka Zip: AA
Phone: 13)324). (JOQO I=ax(l )&ZIP 14001
1.3 Bidder is a /an [mark one]
Individual Partnership Indiana Corporation
Foreign (Out of State) Corporation: State: WAD
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint ven11a•e
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 bulimia as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #?, darted domain; 23, 1938.]
Corporation Name:
nests Covtsteuthon Co.
2 Address: 2410 0a-Ate t N LLtt Road West thecier, alto
Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name: N�A
Address:
ma\i, rot
BID -2
i
1
1
1
7
1
1
1
1
1
1
1
1
1
1
1
1
1
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools.
apparatus, materials, equipment, service and other necessary supplies. and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terns 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 Ck t u.L4c-vr, -Ji4r&t vt.wvvCLrwl
v1vr2Amue k- -rhrnsa d. s f- lays .d$6395,(903 40 ). The
Bidder acki owledges that evaluation' of the I west Oct s li be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contact.
B1D -3
PART' 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
PROJECT #06 -08 13IST STREET - DITCH ROAD '110 SPRINGMILL ROAD RECONSTRUCTION
ITEMIZED PROPOSAL
7/10/2008
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
I
Construction Engineering
LS
1
(rj7,OCCJ. cc
€pCCO.Op
2
Mobilization and Demobilization
LS
1
140.000.[t
(cOOCO.00
40000 n ;
3
Mobilization and Demobilization, STRs 2, 3, 4
LS
1
Q1 O,cC O. it
4
Clearing Right -of -Way
LS
1
IaSGOD.CC
uSC000C
5
Present Structure. Remove, STR 2
LS
1
(i,CrpC-io. CC=
:o 00 ($t
6
Present Structure. Remove, STR 3
LS
1
at), ccs..Ce
30, ccc . tc
7
Present Structure, Remove, STR 4
LS
1
12,000.00
\2,00o_ co
8
Surface Milling, Asphalt, 1.5 in.
SYS
1040
$3.00
53,120.00
9
Excavation, Common
CYS
14460
522.00
$318,120.00
10
Borrow
CYS
5315
55.50
529.232.50
11
Temporary Drop Inlet Protection
EA
11
5130.00
$1,430.00
12
Temporary Silt Fence
LFT
6541
51.50
59.811.50
13
Stone for Temporary Access, Phase I (Undistributed)
TON
74
538.00
$2,812.00
14
Subgrade Treatment, Type IA
SYS
36790
$3.50
5128.765.00
15
Structure Baekfill. Type 1
CYS
5071
524.00
5121.704.00
16
Flowable Baekfill
CYS
730
$60.00
$43.800.00
17
Aggregate for End Bent Baekfill
CYS
52
564.00
53.328.00
18
Dense Graded Subbase
CYS
186
558.00
510,788.00
19
Compacted Aggregate, No. 53, Base
TON
2903
532.00
592,896.00
20
Colored and Jointed Concrete, 7"
SYS
296
595.00
528,120.00
21
Colored and Jointed Concrete, 4"
SYS
153
$80.00
512,240.00
22
HMA Surface, Type C, 9.5nim
TON
2030
584.00
5170,520.00
23
HMA Intermediate, Type C. 19.0mm
TON
3359
565.00
5218.335.00
24
HMA Base, Type C, 25.0 mm
TON
9766
560.00
5585,960.00
25 -
HMA Intermediate, Type C, OG 19mm
TON
5064
565.00
$329,160.00
26
HMA Surface, Type A
TON
771
5110.00
584,810.00
27
HMA Intermediate, Type A
TON
1285
590.00
$115.650.00
28
HMA For Temporary Pavement
TON
336
585.00
528,560.00
29
HMA for Temporary Approaches
TON
19
5180.00
53,420.00
30
Curb Ramp, Concrete (All Types)
SYS
314
5140.00
543.960.00
31
Sidewalk, Concrete. 4 in.
SYS
36
542.00
$1.512.00
32
Combined Curb and Gutter Type 11
LFT
12154
513.50
5164,079.00
33
Combined Curb and Gutter Type III
LFT
9687
513.50
5130.774.50
34
Combined Curb and Gutter, Roll, Modified
LFT
716
517.00
512,172.00
35
Center Curb, D, Concrete
SYS
39
585.00
53,315.00
36
PCCP for Approaches, 6 in.
SYS
1003
$45.00
545,135.00
37
Barrier Curb for Truck Apron
LFT
640
517.00
510,880.00
38
HMA for Drive Approaches
TON
7I
$190.00
$13,490.00
39
Mailbox Assembly, Single
EA
19
5175.00
$3325.00
40
Reinforced Concrete Bridge Approach, 12 inch
SYS
541
$17.50
• 59,467.50
41
Monument, Section Corner
EA
2
- 5500.00
51,000.00
42
Benchmark Post
EA
3
5600.00
$1,800.00
43
Riprap, Revelment
TON
1320
533.50
544,220.00
44
Geotextiles
SYS
1720
52.50
54,300.00
45
Mobilization and Demobilization for Seeding
EA
2
5500.00
51,000.00
46
Mulched Seeding, Type T
SYS
10600
50.40
54,240.00
47
Mulched Seeding, Type U
SYS
2344
51.00
$2,344.00
BID -4
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
48
Water
Kgal
70
511.00
$770.00
49
Topsoil (Undistributed)
CYS
2600
525.00
565,000.00
50
Sodding
SYS
21800
52.75
559,950.00
51
Pile, Steel H, HP 12 x 53
LFT
648
565.00
542,120.00
52
Pile Tip, Steel H
EA
24
5120.00
52,880.00
53
Oversized Predrilled Pile Holes
LFT
240
5140.00
533,600.00
54
Concrete, A, Substructure
CYS
50
5470.00
523500.00
55
Concrete, A
CYS
58
5310.00
517.980.00
56
Reinforcing Steel, Epoxy Coated
LBS
74493
51.50
$111,739.50
57
Concrete, C, Superstructure
CYS
194
$450.00
587.300.00
58
Concrete, C, Railing
CYS
60
$1.260.00
$75,600.00
59
Wingwall, STR 2
LS
1
5120.000.00
5120,000.00
60
Winawall, STR 3
LS
1
$120,000.00
5120.000.00
61
Structure, Precast Three- sided, 20 ft. x 9 ft. 6 in.
LFT
114
$3,500.00
5399.000.00
62
Structure, Precast Three - sided, 28 ft. x 9 ft. 6 in.
LFT
81
53,350.00
$271,350.00
63
Structural Members, Concrete Box Beam. CB, 21 in. x 48 in
SET
2928
567.00
$196,176.00
64
Surface Seal
1.5
1
5 14.000.00
514,000.00
65
Masonry Coating
LS
1
$20.000.00
$20.000.00
66
Pipe, End Bent Drain. 6 in.
LFT
184
516.50
$3,036.00
67
Pipe, Type 4, Circular, 6 in. Double Wall. Smooth Interior
LFT
10218
$5.00
$51,090.00
68
Pipe, Type 2, Circular, 12 in.
LFT
2838
$39.00
51 10.682.00
69
Pipe. Type 2, Circular. 15 in.
LFT
1016
542.00
$42,672.00
70
Pipe, Type 2, Circular. 18 in.
LFT
1298
548.00
562.304.00
71
Pipe, Type 2, Circular 34 in.
LFT
1375
554.00
574,250.00
72
Pipe End Section, Precast Concrete, 12 in.
EA
3
$575.00
51,725.00
73
Pipe End Section, Precast Concrete, 15 in.
EA
1
$600.00
5600.00
74
Pipe End Section, Precast Concrete, 24 in.
EA
1
5700.00
$700.00
75
Aggregate for Underdrain
CYS
920
533.00
530.360.00
76
Geotextiles for Underdrain
SYS
7009
51.00
57,009.00
77
Inlet, F -7
EA
1
51.800.00
51.800.00
78
Inlet, E -7
EA
4
51.600.00
56,400.00
79
Manhole, C -4
EA
26
52,700.00
570 200.00
80
Inlet..1 -10
EA
12
51,900.00
522,800.00
81
Inlet -M -10
EA
5
51,900.00
59500.00
82
Catch Basin, K10
EA
13
$2200.00
528,600.00
83
Pipe Catch Basin, 18in.
EA
7
5700.00
54,900.00
84
Casting, Adjust to Grade
EA
1
5300.00
5300.00
85
Reconstruct, Manhole
LFT
10
5190.00
$1.900.00
86
Hydrant, Relocate
EA
1
$1,400.00
$1.400.00
87
Adjust to Grade, Valve Box
EA
6
$150.00
5900.00
88
Manhole, .l4
EA
1
54,600.00
$4,600.00
89
Inlet. B -15
EA
15
$2,400.00
536.000.00
90
Inlet. C -15
EA
11
52,400.00
526 - 400.00
91
Catch Basin, C15
EA
15
52,600.00
539,000.00
92
Road Closure Sign Assembly
EA
9
5400.00
53,600.00
93
Detour Route Marker Assembly
EA
20
$175.00
53.500.00
94
Construction Sign, A
EA
8
5270.00
$2,160.00
95
Construction Sign, B
EA
3
560.00
5180.00
96
Construction Sign, C
EA
3
5375.00
$/1�.125,00
97
Maintaining Traffic
LSUM
1
(
I S,000.O0
)(o ICOD.T.0
$6.000.00
98
Barricade, 111 -8
LFT
240
525.00
99
Sign Post, Square, 1, Reinforced Anchor Base
LFT
579
515.00
58.685.00
100
Sign , Sheet, Encapsulated Lens with Legend, 0.080 in.
SFT
174
520.00
$3.480.00
101
Decorative Street Sign Assembly
EA
9
52,100.00
518.900.00
102
Concrete Foundation with Grounding, 30 in. Diameter x 96 in.
EA
6
51,300.00
$7.800.00
BID -4
ITEM
NCO
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
103
Light Pole Assembly, Street
EA
6
58,500.00
551,000.00
104
Wire. No. 4, Copper, En Plastic Duct, In Trench, 4 I/C
LFT
576
516.00
59216.00
105
Service Point, II
EA
2
51.150.00
52.300.00
106
Cable Duct Marker
EA
3
5100.00
$300.00
107
Handhole, Lighting
EA
I
51,050.00
51.050.00
108
Conduit, Steel, Galvanized. 2 in.
LFT
468
515.00
57.020.00
109
Wire, No. 4, Copper, In 2 in. Galvanized Steel Conduit, 4 1/C
LFT
468
517.00
$7.956.00
110
Conduit, PVC, 4"
LFT
650
511.00
57.150.00
11 I
Conduit, PVC, 3/4"
LFT
105
55.50
$57750
112
Controller Cabinet, PI, Modified
EA
2
54.400.00
58.800.00
113
Controller Cabinet Foundation, PI, Modified
EA
2
51,100.00
52,200.00
114
Cable Interduet
LFT
5600
516.00
589.600.00
115
Handhole
EA
15
51,000.00
515.000.00
116
Line, Thermoplastic, Dotted White, 8 in. 2' Line, 2' Gap
LFT
101
53.00
5303.00
117
Line, Thermoplastic, Solid, White, 4 in.
LFT
358
$1.50
5537.00
118
Line, Thermoplastic, Solid, Yellow, 4 in.
LFT
1,371
51.50
$2.056.50
119
Transverse Markings, Thermoplastic, Crosshatch, Yellow, 12 in.
LFT
137
56.00
5822.00
120
Line, Epoxy, Solid, White, 4 in.
LFT
252
57.50
51.890.00
121
Line, Epoxy, Solid, Yellow, 4 in.
LFT
252
57.50
51.890.00
122
Snowplowable Raised Pavement Marker
EA
18
558.00
51.044.00
123
Transverse Marking, Thermoplastic, Stop Bar, 24 in.
LFT
62
511.00
5682.00
124
Transverse Marking, Thermoplastic, Crosswalk Line, 6 in.
LFT
348
$3.00
51,044.00
125
Pavement Message Markings, Thermoplastic, Lane Indication Arrow
EA
3
$225.00
$675.00
126
Pavement Message Markings, Thermoplastic. Word (ONLY)
EA
3
5275.00
5825.00
127
Transverse Markings, Thermoplastic, Crosswalk Line, 24 in.
LET
480
$11.00
55280.00
128
Transverse Markings, Thennoplastic, White Yield Line, 27 in.
EA
62
540.00
52,480.00
129
Temporary Pavement Marking, 4 in., Solid, Yellow
LFT
500
52.00
51,000.00
130
Temporary Pavement Marking, 4 in., Solid, White
LFT
375
$2.00
5750.00
131
Spade -Cut Edge at Planting Beds
LF
630
$1.50
5945.00
132
Imported Topsoil - Roundabout
CY
200
525.00
55,000.00
133
Manufactured Topsoil - Roundabout /Tapered Islands
CY
515
$25.00
$12.875.00
134
Planting Bed Preparation
SF
12,922
50.25
53,230.50
135
Concrete Curbs at Terraces, Cast-In-Place
LF
408
535.00
514,280.00
136
Concrete Curb Staining (Terrace Curbs Only)
LF
408
535.00
514,280.00
137
Stone Walls W/ Concrete Footing and Reinforcement
LF
224
5225.00
550,400.00
138
Cast Stone Cap for Stone Walls
LF
226
580.00
$18,080.00
139
Mulch - Large, Oversized River Stone
CY
12
5140.00
51,680.00
140
Mulch - Shredded Hardwood Bark
CY
85
$75.00
56.375.00
141
Weed Barrier Geotextile
SF
1,436
50.40
$574.40
142
Aluminum Landscape Edging
LF
190
59.00
$1,710.00
143
Tree Lighting Fixtures
EA
16
5850.00
513,600.00
144
Irrigation System
SF
14,378
; $2.50
535,945.00
145
Plant - Groundcover, #I Pot
EA
384
516.00
56,144.00
146
Plant - Perennial, #1 Pot -
EA
266
516.00
$4256.00
147
Plant - Ornamental Grass, #2 Pot
EA
397
527.00
$10.719.00
148
Plant - Evergreen Shrub, #2 Pot
EA
224
538.00
58.512.00
149
Plant - Ornamental Trees, 8' Ht.
EA
31
$400.00
$12.400.00
150
Plant - Deciduous Trees, 3" Cal.
EA
210
$525.00
$110,250.00
151
Plant - Deciduous Trees - Transplant
EA
2
51,700.00
53.400.00
152
Water Line and Connections
LF
220
517.00
53,740.00
153
Backflow Preventer
EA
2
51,000.00
52,000.00
154
Water Tap Install, Meter Pit and Connections
LS
2
5500.00
51.000.00
155
Electrical Service and Connections, Transformers
LS
2
52,800.00
$5.600.00
156
Aqua -Swirl Water Quality Unit, AS -2
EA
3
512,000.00
536,000.00
BID -4
ITEM
N0.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
157
Aqua -Swirl Water Quality Unit, AS -3
EA
2
$12,000.00
$24,000.00
158
Sian, Sheet Relocation
EA
I
$ I10.00
$1,100.00
TOTAL BID AMOUNT
3^.826.663.40
to;3eis, la 6,3 s40
BID -4
Contract
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Pat to be used °nig fin' Bidding on
Unit Price ConnTacts for the Carn act hems shouw]
Prices In Ficures
Description/ Estimated Unit Total Price
Item No. Unit Price (in Words] Quantity Price for Item
131D -4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4? The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
e3 71 /Zoos
BID -5
1
1
1
1
1
1
r
1
PART 5
EXCEPTIONS
Insuzrctions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Speca'frcations or other Contract
Documents in Section 5.3 of this. Part.
52 Bidder is cautioned that ani exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Conn'act Documents 11x0' result
n this Bid being rejected as non - responsive.
5.3 Exceptions:
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 Pmts
shall be filly and accurately filled in and completed and notarized.
Project: #06 -08 —131" Street: Ditch Road to Spring Mill Road
Proposal For Construction of: The reconstruction of 131st Street beginning
approximately 430 feet west of Ditch Road and
proceeding eastward to the west side of Spring Mill
Road. The proposed improvements include new asphalt
pavement, concrete curb and gutter, asphalt recreational
paths, curb ramps, storm sewer system, sodding,
landscaping, and pavement markings. Roundabouts are
proposed at the 131st Street /Ditch Road and 131st
Street /Clay Center Road intersections. A reinforced
concrete box beam bridge is proposed along 131st Street
over Williams Creek. Three -sided precast structures are
proposed along 131st Street over Almond Ditch and
Henley Creek.
Date:
July 16, 2008
City of Carmel, Indiana, Board of Public Works and Safety
BID -1
1.1 Bidder Name:
PART 1
BIDDER INFORMATION
Print
Atlas Excavating, Inc.
1.2 Bidder Address: Street Address:
4740 Swisher Road
City West Lafayette Slate: IN
Phone: 765- 429 -4800
1.3 Bidder is a /an [mark one]
Fax
Zip:
47906
765- 429 -6464
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 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. 19581
.1 Corporation Name: NA
? Address:
Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF' CARiM EL
PROJECT #06 -08 1315'1' STREET - DTI'CII ROAD TO SPRINCMILL ROAD RECONSTRUCTION
ITEMIZED PROPOSAL
7/10/2008
I I LM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
1
Construction Engineering
LS
I
$ 30,000.00
530,000.00
2
Mobilization and Demobilization
LS
1
$ 304,734.67
5304.734.67
3
Mobilization and Demobilization. STRs 2. 3. 4
LS
I
$ 75,000.00
575.000.00
4
Clearing Right-of-Way
LS
I
$ 185,000.00
5185.000.00
5
Present Structure, Remove, STR 2
LS
1
$ 20,000.00
520,000.00
6
Present Structure, Remove, STR 3
LS
1
$ 15,000.00
515.000.00
7
Present Structure, Remove. STR 4
LS
I
$ 40,000.00
540.000.00
8
Surface Milling, Asphalt. 1.5 in.
SYS
1040
$ 5.00
55 200.00
9
Excavation, Common
CYS
14460
$ 15.00
5216.900.00
10
I3orrow
CYS
5315
$ 0.01
553.15
11
Temporary Drop Inlet Protection
EA
11
$ 150.00
51.650.00
12
Temporary Silt Fence
LET
6541
$ 1.15
57,522.15
13
Stone for Tentporan' Access, Phase I (Undistributed)
TON
74
$ 25.00
51,850.00
14
Subgrade'I'reatment, Type IA
SYS
36790
$ 3.50
5128.765.00
15
Structure Backfill, Type 1
CYS
5071
$ 25.00
5126.775.00
16
Plowable Backfill
CYS
730
$ 100.00
573.000.00
17
Aggregate for End Bent I3ackfill
CYS
52
$ 42.00
52,184.00
18
Dense Graded Subbase
CYS
186
$ 42.00
57.812.00
19
Compacted Aggregate, No. 53. l3ase
TON
2903
$ 23.00
566.769.00
20
Colored and Jointed Concrete, 7"
SYS
296
$ 90.00
526.640.00
21
Colored and Jointed Concrete, 4"
SYS
153
$ 70.00
510.710.00
22
HMA Surface, Type C. 95mm
TON
2030
$ 80.00
5162.400.00
23
HMA Intermediate, Type C, 19.Omm
TON
3359
$ 58.00
5194,822.00
24
FIMA Base, Type C, 25.0 mm
TON
9766
$ 52.00
5507,832.00
25
!IMA Intermediate. Type C. OG 19mm
TON
5064
$ 56.00
5283.584.00
26
HMA Surface, Type A
TON
771
$ 100.00
577.100.00
27
HMA Intermediate. Type A
TON
1285
$ 80.00
5102.800.00
28
HMA For Temporary Pavement
TON
336
$ 80.00
526.880.00
29
HMA for Temporary Approaches
TON
19
$ 160.00
53,040.00
30
Curb Ranip. Concrete (All Types)
SYS
314
$ 120.00
537.680.00
31
Sidewalk, Concrete, 4 in.
SYS
36
$ 41.00
51.476.00
32
Combined Curb and Gutter Type II
LET
12154
$ 13.00
5158,002.00
33
Combined Curb and Gutter Type 111
LET
9687
$ 12.00
5116,244.00
34
Combined Curb and Gutter. Roll, Modified
LPT
716
$ 16.00
511.456.00
35
Center Curb, D. Concrete
SYS
39
$ 75.00
52.925.00
36
PCCP for Approaches. 6 in.
SYS
1003
$ 45.00
545.135.00
37
Barrier Curb for Truck Apron
1ST
640
$ 15.00
59.600.00
38
HMA for Drive Approaches
TON
71
$ 180.00
512.780.00
39
Mailbox Assembly. Single
EA
19
$ 160.00
53.040.00
40
Reinforced Concrete Bridge Approach. 12 inch
SYS
541
$ 105.00
556,805.00
41
,Monument, Section Corner
EA
2
$ 450.00
5900.00
42
Benchmark Post
EA
3
$ 550.00
51.650.00
43
Riprap, Revetment
TON
1320
$ 40.00
552.800.00
44
Geotextiles
SYS
1720
$ 2.00
53.440.00
45
Mobilization and Demobilization for Seeding
EA
2
$ 450.00
5900.00
46
Mulched Seeding. Type '1'
SYS
10600
$ 0.34
53.604.00
47
Mulched Seeding Type U
SYS
2344
$ 0.86
52.015.84
BID -4
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
48
Water
Kim!
70
$ 10.00
5700.00
49
Topsoil (Undistributed)
CYS
2600
$ 10.00
$26.000.00
50
Sodding
SYS
21800
$ 2.50
554.500.00
51
Pile. Steel H. HP 12 x 53
LFT
648
$ 53.00
$34.344.00
52
Pile Tip, Steel 14
EA
24
$ 105.00
52.520.00
53
Oversized Predrilled Pile Holes
LFT
240
$ 36.00
$8.640.00
54
Concrete, A, Substructure
CYS
50
$ 420.00
521.000.00
55
Concrete. A
CYS
58
$ 380.00
522.040.00
56
Reinforcing Steel, Epoxy Coated
LBS
74493
$ 1.35
5100,565.55
57
Concrete. C. Superstructure
CYS
194
$ 525.00
5101.850.00
58
Concrete. C, Railing
CYS
60
$ 1,010,00
560.600.00
59
Win_wall, STR 2
ES
1
$ 10,000.00
$10.000.00
60
Wingwall, STR 3
LS
1
$ 10,000.00
510.000.00
61
Structure, Precast Three - sided, 20 ft. x 9 0. 6 in.
LFT
114
$ 4,200.00
5478,800.00
62
Structure Precast Three - sided. 28 ft. x 9 ft. 6 in.
LFT
81
$ 5,700.00
5461.700.00
63
Structural Members. Concrete Box Beam. 03.21 in. x 48 in
SF'I'
2928
$ 62.00
5181.536.00
64
Surface Seal
LS
I
$ 7,600.00
57,600.00
65
Masonry Coating
LS
1
$ 8,000.00
58.000.00
66
Pipe, End Bent Drain. 6 in.
LFT
184
$ 30.00
$5.520.00
67
Pipe. 'Type 4. Circular. 6 in. Double Wall. Smooth Interior
LFT
10218
$ 4.40
$44.959.20
68
Pipe. Type 2, Circular. 12 in.
LET
2838
$ 53.00
5150.414.00
69
Pipe, Type 2. Circular, 15 in.
LFT
1016
$ 44.00
544.704.00
70
Pipe, 'I-ype 2. Circular. 18 in.
LFT
1298
$ 52.00
$67.496.00
71
Pipe, Type 2. Circular. 24 in.
LFT
1375
$ 56.00
577.000.00
72
Pipe End Section. Precast Concrete. 12 in.
EA
3
$ 540.00
51.620.00
73
Pipe End Section. Precast Concrete. 15 in.
EA
I
$ 980.00
5980.00
74
Pipe End Section. Precast Concrete. 24 in.
EA
I
$ 1,070.00
$ 1.070.00
75
Aggregate for Underdrain
CYS
920
$ 1.90
51.748.00
76
Geotextiles for Underdrain
SYS
7009
$ 4.00
528.036.00
77
Inlet. F -7
EA
I
$ 2,200.00
52.200.00
78
Inlet, E -7
EA
4
$ 2,200.00
58.800.00
79
Manhole. C -4
EA
26
$ 3,000.00
578.000.00
80
Inlet. 1-10
EA
12
$ 2,100.00
525,200.00
81
Inlet. M -10
EA
5
$ 2,200.00
511.000,00
82
Catch I3asin, K I O
EA
13
$ 2,400.00
531.200.00
83
Pipe Catch I3asin, 18in.
EA
7
$ 1,350.00
59.450.00
84
Casting. Adjust to Grade
EA
1
$ 700.00
5700.00
85
Reconstruct. Manhole
LFT
10
$ 350.00
$3.500.00
86
Hydrant, Relocate
EA
1
$ 1,500.00
$1.500.00
87
Adjust to Grade, Valve I3ox
EA
6
$ 800.00
$4.800.00
88
Manhole. J4
EA
1
$ 4,500.00
54.500.00
89
Inlet, 13 -15
EA
15
$ 2,800.00
542,000.00
90
Inlet. C -15
EA
1 I
$ 2,800.00
530,800.00
91
Catch I3asin, CI5
EA
15
$ 3,100.00
546,500.00
92
Road Closure Sign Assembly
EA
9
$ 275.00
52.475.00
93
Detour Route Marker Assembly
EA
20
$ 150.00
$3.000.00
94
Construction Sign. A
EA
8
$ 250.00
52.000.00
95
Construction Sign. B
EA
3
$ 45.00
5135.00
96
Construction Sign. C
EA
3
$ 300.00
5900.00
97
Maintaining Traffic
LSUM
1
$ 10,000.00
510.000.00
98
13arricade. 111 -13
LFT
240
$ 9.50
52,280.00
99
Sian Post, Square. 1. Reinforced Anchor Base
LFT
579
$ 14.00
$8.106.00
100
Sign . Sheet. Encapsulated Lens with Legend. 0.080 in.
SF I'
174
$ 18.00
53,132.00
101
Decorative Street Sign Assembly
EA
9
$ 1,900.00
$17.100.00
102
Concrete Foundation with Grounding. 30 in. Diameter x 96 in.
EA
6
$ 1,190.00
57.140.00
BID -4
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
103
Light Pole Assembly. Street
EA
6
$ 7,600.00
545,600.00
104
Wire, No. 4, Copper, In Plastic Duct, In Trench, 4 I/C
LET
576
$ 15.00
58,640.00
105
Service Point. II
EA
2
$ 1,050.00
52.100.00
106
Cable Duct Marker
EA
3
$ 90.00
5270.00
107
liandhole. Lighting
13A
1
$ 950.00
5950.00
108
Conduit. Steel. Galvanized. 2 in.
1ST
468
$ 14.00
56.552.00
109
Wire. No. 4, Copper. In 2 in. Galvanized Steel Conduit. 4 1/C
I,.FF
468
$ 15.00
57.020.00
110
Conduit, PVC, 4"
LET
650
$ 10.00
56.500.00
111
Conduit, PVC, 3/4"
LET
105
$ 5.00
5525.00
112
Controller Cabinet. P1. Modified
EA
2
$ 4,200.00
58,400.00
113
Controller Cabinet Foundation, P1, Modified
EA
2
$ 1,000.00
52,000.00
114
Cable Interduct
in
5600
$ 15.00
584.000.00
115
liandhole
13A
15
$ 950.00
514.250.00
116
Line, Thermoplastic. Dotted White. 8 in. 2' Line, 2 Gap
LET
101
$ 1.25
5126.25
117
Line. Thermoplastic. Solid. White. 4 in.
LET
358
$ 0.55
5196.90
118
Line, Thermoplastic. Solid. Yellow. 4 in.
LFT
1.371
$ 0.55
5754.05
119
Transverse Markings, Thermoplastic, Crosshatch, Yellow. 12 in.
--
LFT
137
$ _2.39
_ 5327.43
120
Line. Epoxy. Solid. White. 4 in.
LET
252
$ 2.88
5725.76
121
Line. Epoxy. Solid. Yellow. 4 in.
LET
252
$ 2.88
5725.76
122
Snowplowable Raised Pavement Marker
EA
18
$ 30.00
5540.00
123
Transverse Marking. Thermoplastic, Stop Bar, 24 in.
LI'r
62
$ 4,27
5264.74
124
Transverse Marking. Thermoplastic. Crosswalk Line, 6 in.
LFT
348
$ 1.18
5410.64
125
Pavement Message Markings. Thermoplastic, Lane Indication Arrow
BA
3
$ 88.00
5264.00
126
Pavement Message Markings, Thermoplastic, Word (ONLY)
EA
3
$ 112.00
5336.00
127
Transverse Markings. Thermoplastic. Crosswalk Line. 24 in.
LFT
480
$ 4.27
52.049.60
128
Transverse Markings. Thermoplastic. White Yield Line. 27 in.
EA
62
$ 15.75
5976.50
129
Temporary Pavement Marking. 4 in.. Sohd. Yellow
LFT
500
$ 0.72
5360.00
130
Temporary Pavement Marking, 4 in., Solid. White
1,1'r
375
$ 0.72
5270.00
131
Spade -Cut Edge at Planting Beds
LF
630
$ 1.28
5806.40
132
Imported "Topsoil - Roundabout
CY
200
$ 10.00
52.000.00
133
Manufactured 'Topsoil - Roundabout/Capered Islands
CY
515
$ 10.00
55.150.00
134
Planting Bed Preparation
SF
12,922
$ 4.00
551,688.00
135
Concrete Curbs at Terraces. Cast -In -Place
LF
408
$ 20.00
58.160.00
136
Concrete Curb Staining (Terrace Curbs Only)
LF
408
$ 10.00
54.080.00
137
Stone Walls W/ Concrete Footing and Reinforcement
LF
224
$ 60.00
513.440.00
138
Cast Stone Cap for Stone Walls
LF
226
$ 30.00
56,780.00
139
Mulch - Large. Oversized River Stone
CY
12
$ 132.00
51.584.00
140
Mulch - Shredded Hardwood Bark
CY
85
$ 70.00
55.950.00
141
Weed Barrier Geotextile
SF
1.436
$ 0.32
5459.52
142
Aluminum Landscape Edging
LF
190
$ 8.10
$1.539.00
143
Tree Lighting Fixtures
EA
16
$ 780.00
512.480,00
144
Irrigation System
SF
14,378
$ 1.50
521567.00
145
Plant - Groundcover. 41 Pot
EA
384
$ 14.75
55.664.00
146
Plant - Perennial. #I Pot
EA
266
$ 14.75
53,923.50
147
Plant - Ornamental Grass. #2 Pot
EA
397
$ 25.75
510.222.75
148
Plant - Evergreen Shrub. #2 Pot
EA
224
$ 35.30
57,907.20
149
Plant - Ornamental Trees. 8' lit.
EA
31
$ 375.00
511.625.00
150
Plant - Deciduous Trees, 3" Cal.
EA
210
$ 480.00
5100.800.00
151
Plant - Deciduous Trees - Transplant
EA
2
$ 100.00
5200.00
152
Water Line and Connections
LF
220
$ 50.39
511.085.80
153
13ack0ow Preventer
EA
2
$ 403.74
5807.48
154
Water Tap Install, Meter I'it and Connections
LS
2
$ 962.66
51.925.32
155
Electrical Service and Connections. Transformers
LS
2
$ 2,400.00
54.800.00
156
Aqua -Swirl Water Quality Unit, AS -2
EA
3
$ 12,000.00
536.000.00
BID -4
IPGD1
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
157
Aqua -Swirl Water Quality Unit, AS -;
EA
2
$ 20,000.00
$40.000.00
158
Siren. Sheet Relocation
EA
10
$ 100.00
51.000.00
TOTAL BID AMOUNT
56,161416.16
BID -4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
42 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
#1 7/10/08
lf2 7/11/08
45
R/84 11
B1D -5
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken 10 the
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder
material qualification or variance from the terms of the
in this Bid being rejected as non- responsive.
5.3 Exceptions:
NA
Specifications or other Contract
and deemed by OWNER 10 be a
Contract Doculnelns may result
BID-6
PART 6
FINANCIAL STATEMENT
6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without
said financial statement as required by statute shall thereby be rendered invalid. The
financial statement provided hereunder to OWNER must be specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the Work/Project if awarded. Information on Bidder's company and financial statement
shall be consistent with the information requested on the State Board of Accounts Forms
#96a and #102. entitled "Standard Questionnaires and Financial Statement for Bidders ".
BID -7
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
In.srructions 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 -08 -13r Street: Ditch Road to Spring Mill Road
Proposal For Construction of : The reconstruction of 131st Street beginning
approximately 430 feet west of Ditch Road and
proceeding eastward to the west side of Spring Mill
Road. The proposed improvements include new asphalt
pavement, concrete curb and gutter, asphalt recreational
paths, curb ramps, storm sewer system, sodding,
landscaping, and pavement markings. Roundabouts are
proposed at the 131st Street/Ditch Road and 131st
Street /Clay Center Road intersections. A reinforced
concrete box beam bridge is proposed along 131st Street
over Williams Creek. Three -sided precast structures are
proposed along 131st Street over Almond Ditch and
Henley Creek.
Date: JULY 16, 2008
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
PART I
BIDDER INFORMATION
Print
1.1 Bidder Name: 1h8 PAVThG,.
& aADEC, Dr. (JOINP vamFE)
1.2 Bidder Address: Street Address: 17042 IAN AVE. % 3685 PRIt1ZPIY MY S. LP. SURE 140
Ibd3 PAVING, IlC.City: NOBLESVILLE State: INDIANA Zip: 46060
GRAM, X, INC. INDIANAPOLIS INDIANA 46240
ESE PAVING, INCPhone:317 -773 -4132 Fax 317 - 773 -4137
GRAM, X, DE. 317- 573 -3970 317 -5/3 -3979
1.3 Bidder is a /an [mark one]
Individual
Partnership Indiana Corporation
Foreign (Out of State) Corporation; State:
XXX 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, 19581
.1 Corporation Name:
.2 Address:.
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
re
r
07/11/2008 07:13 3177806525
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 S X r7nr ICN 'nrmrv—r7p 't nr n.
THIRTY-FIVE MOLARS AND THIRTY-EIGHT CENTS Dollars ($ 6,035,635.38 ). 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 Aid 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.
CROSSROAD ENGINEERS PAGE 18/18
PART 2
BID PROPOSAL
BID -3
SIX H.HRD
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used onlyfor Bidding on
Unit Price Contracts for the Contract Items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price Fin Words] Quantity Price for Item
BID -4
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARM EL "
1
PROJECT #06 -08 131ST STREET - DITCH ROAD TO SPRINGMILL ROAD RECONSTRUCTION
ITEMIZED PROI'OSAL
7/:0/2008
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
1
Construction Engineering
LS
I
$75,900.00
$75,900.00
2
Mobilization and Demobilization
LS
I
$300,000.00
$300,000.00
3
Mobilization and Demobilization, STRs 2, 3, 4
LS
I
$80,000.00
$80,000.00
4
Clearing Right -of -Way
LS
I
$73,900.00
$73,900.00
5
Present Structure, Remove, STR 2
LS
1
$3,600.00
$3,600.00
6
Present Structure, Remove, STR 3
LS
I
$5,400.00
$5,400.00
7
Present Structure, Remove, STR 4
LS
I
$76,767.00
$76,767.00
8
Surface Milling, Asphalt, 1.5 in.
SYS
1040
$8.62
$8,964.80
9
Excavation, Common
CYS
14460
$17.00
$245,820.00
10
Borrow
CYS
5315
$5 .00
$26,575.00
11
'Temporary Drop Inlet Protection
EA
11
$90.00
$990.00
12
Temporary Silt Fence
LFT
6541
$L65
$10,792.65
13
Stone far Temporary Access, Phase I (Undistributed)
TON
74
$30.00
$2,220.00
14
Subgrade Treatment, Type IA
SYS
36790
$4.08
$150,103.20
15
Structure Backfill, Type 1
CYS
5071
$20.79
$105,426.09
16
Flowablc Backfill
CYS
730
$78.60
$57,378.00
17
Aggregate for End Bent Backfill
CYS
52
$53.88
$2,801.76
18
Dense Graded Subbase
CYS
186
$50.20
$9,337.20
19
Compacted Aggregate, No. 53, Base
TON
2903
$28.00
$81,284.00
20
Colored and Jointed Concrete, 7"
SYS
296
$130.00
$38,480.00
21
Colored and Jointed Concrete, 4"
SYS
153
$78.00
$11,934.00
22
HMA Surface, Type C, 9.5mm
TON
2030
$100.00
$203,000.00
23
HMA Intennediate, Type C, 19.0mm
TON
3359
$68.00
$228,412.00
24
HMA Base, Type C, 25.0 mm
TON
9766
$62.25
$607,933.50
25
HMA Intermediate, Type C, OG 19mm
TON
5064
$67.00
$339,288.00
26
HMA Surface, Type A
TON
771
$96.40
$74,324.40
27
HMA Intermediate, Type A
TON
1285
$71.00
$91,235.00
28
HMA for Temporary Pavement
TON
336
$99.00
$33,264.00
29
HMA for Temporary Approaches
TON
19
$165.00
$3,135.00
30
Curb Ramp, Concrete (All Types)
SYS
314
$100.00
$31,400.00
31
Sidewalk, Concrete, 4 in.
SYS
36
$53.80
$1,936.80
32
Combined Curb and Gutter Type 11
LFT
12154
$11.00
$133,694.00
33
Combined Curb and Gutter Type 111
LFT
9687
$12.50
$121,087.50
34
Combined Curb and Gutter, Roll, Modified
LFT
716
$15.75
511,277.00
35
Center Curb, D, Concrete
SYS
39
$76.00
$2,964.00
36
PCCP for Approaches, 6 in.
SYS
1003
$50.50
$50,651.50
37
Barrier Curb for Truck Apron
LFT
640
$14.50
$9,280.00
38
HMA for Drive Approaches
TON
71
$240.00
$17,040.00
39
Mailbox Assembly, Single
EA
19
$160.00
$3,040.00
40
Reinforced Concrete Bridge Approach, 12 inch
SYS
541
$80.64
$43,62624
41
Monument, Section Corner
EA
2
$450.00
$900.00
42
Benchmark Post
EA
3
$550.00
$1,650.00
43
Riprap, Revetment
TON
1320
$26.75
$35,310.00
44
Geotexti les
SYS
1720
$2.00
$3,440.00
45
Mobilization and Demobilization for Seeding
EA
2
$630.00
$1,260.00
46
Mulched Seeding, Type T
SYS
10600
$0.42
$4,452.00
47
Mulched Seeding, Type U
SYS
2344
$1.25
$2,930.00
BID -4
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
48
Water
Kgal
70
$25.00
$1,750.00
49
Topsoil (Undistributed)
CYS
2600
$5.00
$13,000.00
50
Sodding
SYS
21800
$3.60
$78,480.00
51
Pile, Steel 11, HP 12 x 53
LFT
648
$54.50
$35,316.00
52
Pile Tip, Steel 11
EA
24
$102.00
$2,448.00
53
Oversized Predrilled Pile Holes
LFT
240
$16.70
$4,008.00
54
Concrete, A, Substructure
CYS
50
$662.00
$33,100.00
55
Concrete, A
CYS
58
$270.00
$15,660.00
56
Reinforcing Steel, Epoxy Coated
LBS
74493
$1.17
$87,156.81
57
Concrete, C, Superstructure
CYS
194
$522.00
$101,268.00
58
Concrete, C, Railing
CYS
60
$736.00
$44,160.00
59
Wingwall, STR 2
LS
I
$70,000.00
$70,000.00
60
Wingwall, STR 3
LS
1
$55,000.00
$55,000.00
61
Structure, Precast Three- sided, 20 ft. x 9 ft. 6 in.
LFT
114
$2,730.00
$311,220.00
62
Structure, Precast Three- sided, 28 ft. x 9 ft. 6 in.
LFT
81
$3,393.00
$274,833.00
63
Structural Members, Concrete Box Beam, CB, 21 in. x 48 in
SFT
2928
$74.62
$218,487.36
64
Surface Seal
LS
1
$8,230.00
$8,230.00
65
Masonry Coating
LS
1
$7,022.00
$7,022.00
66
Pipe, End Bent Drain, 6 in.
LFT
184
$10.00
$1,840.00
67
Pipe, Type 4, Circular, 6 in. Double Wall, Smooth Interior
LFT
10218
$4.70
$48,024.60
68
Pipe, Type 2, Circular, 12 in.
LFT
2838
$28.00
$79,464.00
69
Pipe, Type 2, Circular, 15 in.
LFT
1016
$32.00
$32,512.00
70
Pipe, Type 2, Circular, 18 in.
LFT
1298
$35.00
$45,430.00
71
Pipe, Type 2, Circular, 24 in.
LFT
1375
$48.00
$66,000.00
72
Pipe End Section, Precast Concrete, 12 in.
EA
3
$600.00
$1,800.00
73
Pipe End Section, Precast Concrete, 15 in.
EA
1
$650.00
$650.00
74
Pipe End Section, Precast Concrete, 24 in.
EA
1
$1,000.00
$1,000.00
75
Aggregate for Underdrain
CYS
920
$34.00
$31,280.00
76
Geotextiles for Underdrain
SYS
7009
$1.00
$7,009.00
77
Inlet, F -7
EA
1
$1,400.00
$1,400.00
78
Inlet, E -7
EA
4
$1,500.00
$6,000.00
79
Manhole, C -4
EA
26
$1,700.00
$44,200.00
80
Inlet, 1-10
EA
12
$1,500.00
518,000.00
81
Inlet, M -10
EA
5
$1,800.00
$9,000.00
82
Catch Basin, K10
EA
13
$2,200.00
$28,600.00
83
Pipe Catch Basin, I8in.
EA
7
$1,200.00
$8,400.00
84
Casting, Adjust to Grade
EA
1
$1,000.00
$1,000.00
85
Reconstruct, Manhole
LFT
10
$325.00
$3,250.00
86
Hydrant, Relocate
EA
1
$3,200.00
$3,200.00
87
Adjust to Grade, Valve Box
EA
6
$550.00
$3,300.00
88
Manhole, J4
EA
1
$3,900.00
$3,900.00
89
Inlet, B -15
EA
15
$2,000.00
$30,000.00
90
Inlet, C -15
EA
11
$2,100.00
$23,100.00
91
Catch Basin, C15
EA
15
$2,200.00
$33,000.00
92
Road Closure Sign Assembly
EA
9
$388.00
$3,492.00
93
Detour Route Marker Assembly
EA
20
$158.00
$3,160.00
94
Construction Sign, A
EA
8
$246.00
$1,968.00
95
Construction Sign, B
EA
3
$52.00
$156.00
96
Construction Sign, C
EA
3
$369.00
$1,107.00
97
Maintaining Traffic
LSUM
1
$95,000.00
$95,000.00
98
Barricade, 111 -B
LFT
240
$22.25
$5,340.00
99
Sign Post, Square, I, Reinforced Anchor Base
LFT
579
$14.00
$8,106.00
100
Sign , Sheet, Encapsulated Lens with Legend. 0.080 in.
SFT
174
$18.00
$3,132.00
101
Decorative Street Sign Assembly
EA
9
$1,900.00
$17,100.00
102
Concrete Foundation with Grounding, 30 in. Diameter x 96 in.
EA
6
$1,190.00
$7,140.00
BiD -4
ITEM
N0.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
103
Light Pole Assembly, Street
EA
6
$7,600.00
$45,600.00
104
Wire, No. 4, Copper, In Plastic Duct, In Trench, 4 1/C
LFT
576
$15.00
$8,640.00
105
Service Point, 11
EA
2
$1,050.00
$2,100.00
106
Cable Duct Marker
EA
3
$90.00
$270.00
107
Handhole, Lighting
EA
1
$950.00
$950.00
108
Conduit, Steel, Galvanized, 2 in.
LFT
468
$14.00
$6,552.00
109
Wire, No. 4, Copper, In 2 in. Galvanized Steel Conduit, 4 I/C
LFT
468
$15.00
$7,020.00
110
Conduit, PVC, 4"
LFT
650
$10.00
$6,500.00
III
Conduit, PVC, 3/4"
LFT
105
$5.00
$525.00
1 12
Controller Cabinet, P 1, Modified
EA
2
$4,200.00
$8,400.00
113
Controller Cabinet Foundation, P1, Modified
EA
2
$1,000.00
$2,000.00
I14
Cable Interduct
LFT
5600
$15.00
$84,000.00
115
Handholc
EA
15
$950.00
$14,250.00
116
Line, Thermoplastic, Dotted White, 8 in. 2' Line, 2' Gap
LFT
101
$1.24
$125.24
117
Line, Thermoplastic, Solid, White, 4 in.
LFT
358
$0.55
$196.90
118
Line, Thermoplastic, Solid, Yellow, 4 in.
LFT
1,371
$0.55
$754.05
119
Transvcrsc Markings, Thermoplastic, Crosshatch, Yellow, 12 in.
LFT
137
$2.39
$327.43
120
Line, Epoxy, Solid, White, 4 in.
LFT
252
$2.88
$725.76
121
Line, Epoxy, Solid, Yellow, 4 in.
LFT
252
$2.88
$725.76
122
Snowplowable Raised Pavement Marker
EA
18
$130.00
$2,340.00
123
Transvcrsc Marking, Thermoplastic, Stop Bar, 24 in.
LFT
62
$4.27
$264.74
124
Transverse Marking, Thermoplastic, Crosswalk Line, 6 in.
LFT
348
$1.18
$410.64
125
Pavement Message Markings, Thermoplastic, Lane Indication Arrow
EA
3
$88.00
$264.00
126
Pavement Message Markings, Thermoplastic, Word (ONLY)
EA
3
$112.00
$336.00
127
Transverse Markings, Thermoplastic, Crosswalk Line, 24 in.
LFT
480
$4.27
$2,049.60
128
Transverse Markings, Thermoplastic, White Yield Line, 27 in.
EA
62
$15.75
$976.50
129
Temporary Pavement Marking, 4 in., Solid, Yellow
LFT
500
$0.72
$360.00
130
Temporary Pavement Markin, 4 in., Solid, White
LFT
375
$0.72
$270.00
131
Spade -Cut Edge at Planting Beds
LF
630
$2.10
$1,323.00
• 132
Imported Topsoil - Roundabout
CY
200
$29.40
$5,880.00
133
Manufactured Topsoil - Roundabout/Papered Islands
CY
515
$36.75
$18,926.25
134
Planting Bed Preparation
SF
12,922
$0.32
$4,135.04
135
Concrete Curbs at Terraces, Cast -In -Place
LF
408
$36.75
$14,994.00
136
Concrete Curb Staining (Terrace Curbs Only)
LF
408
$3.50
$1,428.00
137
Stone Walls W/ Concrete Footing and Reinforcement
LF
224
$325.00
$72,800.00
138
Cast Stone Cap for Stone Walls
LF
226
$80.00
$18,080.00
139
Mulch - Large, Oversized River Stone
CY
12
$210.00
$2,520.00
140
Mulch - Shredded Hardwood Bark
CY
85
$42.00
$3,570.00
141
Weed Barrier Geotextile
SF
1,436
$1.05
$1,507.80
142
Aluminum Landscape Edging
LF
190
$6.30
$1,197.00
143
Tree Lighting Fixtures
EA
16
$210.00
53,360.00
144
Irrigation System
SF
14,378
$0.42
$6,038.76
145
Plant - Groundcover, #1 Pot
EA
384
$16.80
$6,451.20
146
Plant - Perennial, #1 Pot
EA
266
$16.80
$4,468.80
147
Plant - Ornamental Grass, #2 Pot
EA
397
$31.50
$12,505.50
148
Plant - Evergreen Shrub, #2 Pot
EA
224
$42.00
$9,408.00
149
Plant - Ornamental Trees, 8' Ht.
EA
31
$378.00
$11,718.00
150
Plant - Deciduous Trees, 3" Cal.
EA
210
$420.00
$88,200.00
151
Plant - Deciduous Trees - Transplant
EA
2
$210.00
$420.00
152
Water Line and Connections
LF
220
$6.30
$1,386.00
153
Backflow Preventer
EA
2
$210.00
$420.00
154
Water Tap Install, Meter Pit and Connections
LS
2
$5,880.00
$11,760.00
155
Electrical Service and Connections, Transfonners
LS
2
$2,400.00
$4,800.00
156
Aqua -Swirl Water Quality Unit, AS -2 ' -
EA
3
$12,000.00
$36,000.00
BID -4
ITEM
N0.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
157
Aqua -Swirl Water Quality Unit, AS -3
EA
2
$16,000.00
$32,000.00
158
Sign, Sheet Relocation
EA
10
$100.00
$1,000.00
TOTAL BID AMOUNT
S6,035,635.38
BID -4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to he 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.
4.7 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 JULY 10, 2008
2 JULY 11, 2008
3 JULY 14, 2008
BID -5
07/11/2008 07:13 3177806525
CROSSROAD ENGINEERS PAGE 01/18
CROSSROAD ENGINEERS, P.C.
3417 Sherman Drive
Beech Grove, IN 46107
Phone: 317- 780 -1555 x116
Fax: 317 - 780 -6525
beckerle @crossroadengineers.com
axtransmission
to:
fax:
CROSSROAD
ENGINEERS, .P[
Plan Holder
from:
date:
re:
pages:
NOTES:
Brad Eckerle
7/10/08
Addendum 1 — Carmel Project 06 -08
15 (including this page)
Please contact me if you would like the excel copy
Of the itemized proposal.
07/L1/2008 07:13
3177806525
CROSSROAD ENGINEERS
Project No. 06-08
131" Street: Ditch Road to Spring Mill Road
City of Carmel, Indiana
Pre-Bid Meeting Notes
A pre -bid meeting was held on July 9.2008 at 10:00 AM in the Caucus Room on the second
floor of One Civic Square in Carmel, IN. Those in attendance include:
Name Azcncv
Ryan Whitaker Snider Group
Bob Donahue Shelly & Sands. Inc.
Dan Hatcher Milestone Contractors
Lance Stahley CrossRoad Engineers
Trent Newport CrossRoad Engineers
Brad Eckerle CrossRoad Engineers
Fax Number
(317)873 -5280
(3].7)773 -0799
(317)788 -1040
(3]7)780 -6525
(317)780.6525
(317)780 -6525
PAGE 02/18
Email
rwhitaker(snidcr- group.com
bdonahueaDahclivandsands.com
danieLhatcher@milestoneLP.com
Istahlev tWcrossroadenginccrs.com
tnewportAcrossroadenci neers.com
b e c k e r 1 ea c ro s s ro ade n gi nc a rs. co m
Project Description
- The meeting began with a project summary by Brad Eckerle.
Project Dates
- The bid date is July 16. 2008 at 10:00 AM in the City of Carmel Council Chambers
Substantial completion date for Phase I is November 26, 2008
- Substantial completion date for Phase II is August 7, 2009
Final completion date is August 28, 2009
- Road closures for Phase II on 13151 Street arc allowed between April 1, 2009 and August
7. 2009. Necessary road closures for Phase 11 work prior to April 1, 2009 will need prior
approval from Engineer.
Road closure during Phase II for roundabout at 131" Street and Ditch Road is restricted
to 45 days as defined in TS 14 of the project manual.
Coordination with Other Projects
- Discussion occurred related to road construction projects in the area of the project.
Coordination will be required as stated in TS 28.
Further information on other projects in the area include:
o 06 -09- 131" Street: Towne Road to Ditch Road— This project is currently
underway with a closure along 1.31'` Street.
o 08 -03- This project will include a roundabout installation at Spring Mill Road
and Dorset Boulevard, added entry lane to the east and south Legs of 131' Street
and Spring Mill Road, and added bypass lane to the east leg of 13151 Street and
Illinois Street. Project anticipated this fall with a 30 day closure for the Spring
Mill and Dorset roundabout.
Right of Way Acquisition
- All right of way acquisition is complete within the project limits.
Utilities
- The status of utility relocations can be found in TS 6 of the project manual.
Page I of 3 06 -08 Pre -Bid Meeting
07/1. 1/2008 07:13 3177806525
CROSSROAD ENGINEERS PAGE 03/18
Additional information:
o Cannel Water — Scheduling and coordination will be required with Carmel Water
in regards to the water line connections for irrigation at the roundabouts. Refer to
TS 51.
o Duke Energy — Temporary outages were discussed for the Phase 1 activities at the
proposed Williams Creek bridge that include pre- drilling holes for piles, pile
driving, and beam setting. The proximity of the north limits of the bridge for
these particular operations will require coordination with Duke Energy to
temporarily de- energize their facilities. Duke Energy is aware of this issue. The
shutdowns will be of no charge to the contractor.
Light Standards
Updated standard drawings are currently being drafted to reflect revisions to the
luminaire and light fixture of the light standards. Additional information will be provided
in Addendum 2 including the appropriate product names for bidding purposes.
Borrow
Borrow material shall be obtained from the northwest corner of 131" Street and Towne
Road as described in TS 21. Usable excess material from current road projects is being
stockpiled in mounds at this location. Erosion control measures are in place. A proper
construction entrance shall be maintained throughout the use and appropriate
maintenance of traffic shall be provided when utilizing the stockpile site. The land owner
will perform grading at the stockpile location after borrow hauling is complete.
Right -of -Way Clearing
- Brad discussed right -of -way clearing as described in TS 12. He noted the plans should
reflect the remaining stumps from the clearing that occurred in the fall. of 2007. A site
visit is encouraged to view the existing conditions.
Regulated Drains
Almond Ditch, Henley Creek, and Williams Creek are all regulated drains. Any work
within the regulated drains will require notification to the Hamilton County Surveyor's
Office. Field personnel from CrossRoad Engineers will provide the contact information
at that time.
HIVIA for Street Approaches
No item for HMA for Approaches will be included in the itemized proposal. All paving
operations in the street approach areas shall utilize the mainline HMA pay items.
Pay Item 13, Stone for Temporary Access, Hodson Parcel
- Trent discussed the need to provide temporary access during Phase I work on the north
and south sides of the parcels just west of the structure over Williams Creek. A suitable
location will be determined in the field. Pay item 13 will be revised to reflect "Stone for
Temporary Access, Phase I (Undistributed) ". Refer to TS 43.
Page 2 of 3 06 -08 Pre -Bid Meeting
07/11/2008 07:13 3177806525
CROSSROAD ENGINEERS PAGE 04/18
Tree Protection, STA 132 +00
- The road plans reflect protecting three trees near[132 +00 RT and reference the landscape
plans. The landscape plans reflect the transplanting of two of the trees. Please ensure
these three trees are protected during construction.
Earthwork Take offs
- Digital earthwork take offs will be made availab e post bid only upon request. This
information will not be provided prior to bid lett ing.
Digital Files for Plan Holders
- Parts IT & lit of the bid documents will be submitted digitally to plan holders with
Addendum 1.
Questions and Discussion at the Pre -bid Meeting
The quantities in the itemized proposal for items 80, 89, and 91 will be updated in
Addendum 1.
The pay items `Aqua -Swirl Water Quality Unit, AS -2' and `Aqua -Swirl Water Quality
Unit, AS -3' will be added the itemized proposal. TS 50 will be added as well.
The pay items related to water line work along within the road pay items include
`Hydrant, Relocate' and 'Adjust to Grade, Valve Box'. Any remaining water pay items
are related to irrigation within the landscape plans.
The water services to the residents along the project limits have been or are currently
being relocated by the water company.
The existing water line along the south side of 131`( Street near Ditch Road is a 16 inch
main. This is at the location of the hydrant relocation.
Backfill and bedding for pipe installation shall meet IIDOT specifications.
Regarding TS 38, the Hamilton County Surveyor's Office will provide the offsets to the
section corner. The work shall be completed by the Contractor.
Questions and Discussion after the Pre -bid Meeting
Pay item 150, `Plant — Deciduous Trees, 3" Cal.'; shall be provided as specified.
Precast reinforced concrete three -sided arch top structures are desired for the Almond
Ditch and Henley Creek crossings. Substitutions) with flat top structures are not allowed.
Existing fences that are in conflict with the proposed improvements shall be removed.
The cost to perform this work shall be included in the cost of clearing right of way.
Fence removals shall be coordinated with the Engineer. The contractor will not be
responsible for replacing the fence.
Refer to TS 27 regarding topsoil material.
The `Masonry Coating' pay item is intended for the masonry coating work proposed for
the structures over Almond Ditch, Henley Creek, and Williams Creek as indicated in the
plans.
Pay item 28 & 29 are intended for Phase l incidental work as displayed on Sheet 6 of
Plan Set 1 of 5.
Page 3 of 3
06 -08 Pre -Bid Meeting
07/1.1/2008 07:13
3177806525
CROSSROAD ENGINEERS
Project No. 06 -08
1315` Street: Ditch Road to Spring Mill Road
City of Carmel, Indiana
Pre -Sid Meeting Notes
PAGE 05/18
A pre -bid meeting was held on July 9, 2008 at 10:00 AM in the Caucus Room on the second
floor of One Civic Square in Carmel, IN. Those in attendance include:
Name Aeencv
Ryan Whitaker Snider Group
Bob Donahue Shelly & Sands, Inc.
Dan Hatcher Milestone Contractors
Lance Stahley CrossRoad Engineers
Trent Newport CrossRoad Engineers
Erad Eckerle CrossRoad Engineers
Fax Number
(317)873 -5280
(317)773 -0799
(317)788 -1040
(317)780 -6525
(317)780 -6525
(317)780-6525
Email
rwh1taker a snider- group.com
bdon ah ue(rtls he l Ivandsan ds. corn
dan is I. hatcher @m i I estoneL P. corn
Istal t I cvncros sroadcn sincers.com
tnewport(D erossroadenginccrs.corn
heckerleTerossroadeneineerseorn
Project Description
- The meeting began with a project summary by Brad Eckerle.
Project Dates
The bid date is July 16, 2008 at 10:00 AM in the City of Carmel Council Chambers
Substantial completion date for Phase I is November 26, 2008
Substantial completion date for Phase I1 is August 7, 2009
Final completion date is August 28, 2009
Road closures for Phase I1 on 131" Street are allowed between April 1, 2009 and August
7, 2009, Necessary road closures for Phase II work prior to April 1, 2009 will need prior
approval from Engineer. Work is allowed to start on March 2, 2009 as no work in the
waterway is allowed in Henley Creek from April 1 to June 30.
Road closure during Phase II for roundabout at 13151 Street and Ditch Road is restricted
to 45 days as defined in TS 14 of the project manual.
Coordination with Other Projects
Discussion occurred related to road construction projects in the area of the project.
Coordination will he required as stated in TS 28.
- Further information on other projects in the area include:
o 06 -09- 13151 Street: Tovme Road to Ditch Road— This project is currently
underway with a closure along 131' Street.
o 08 -03- This project will include a roundabout installation at Spring Mill Road
and Dorset Boulevard, added entry lane to the east and south legs of 13151 Street
and Spring Mill Road, and added bypass lane to the east leg of 131" Street and
Illinois Street. Project anticipated this fall with a 30 day closure for the Spring
Mill and Dorset roundabout.
Right of Way Acquisition
- All right of way acquisition is complete within the project limits.
Page 1 of 3 06 -08 Pre -Bid Meeting
• 07/1.1/2008 07:13 3177806525
CROSSROAD ENGINEERS PAGE 06/18
Utilities
The status of utility relocations can be found in TS 6 of the project manual.
- Additional information:
o Carmel Water -- Scheduling and coordination will be required with Carmel Water
in regards to the water line connections for irrigation at the roundabouts. Refer to
TS 5).
o Duke Energy — Temporary outages were discussed for the Phase I activities at the
proposed Williams Creek bridge that include pre- drilling holes for piles, pile
driving, and beam setting. The proximity of the north limits of the bridge for
these particular operations will require coordination with Duke Energy to
temporarily de- energize their facilities. Duke Energy is aware of this issue. The
shutdowns will he of no charge to the contractor.
Light Standards
- Updated standard drawings are currently being drafted to reflect revisions to the
luminaire and light fixture of the light standards. Additional information will be provided
in Addendum 2 including the appropriate product names for bidding purposes.
Borrow
Borrow material shall be obtained from the northwest corner of 131" Street and Towne
Road as described in TS 21. Usable excess material from current road projects is being
stockpiled in mounds at this location- Erosion control measures are in place. A proper
constriction entrance shall be maintained throughout the use and appropriate
maintenance of traffic shall be provided when utilizing the stockpile site. The land, owner
will perform grading at the stockpile location after borrow hauling is complete.
Right -of -Way Clearing
- Brad discussed right -of -way clearing as described in TS 12. He noted the plans should
reflect the remaining stumps from the clearing that occurred in the fall of 2007. A site
visit is encouraged to view the existing conditions.
Regulated Drains
- Almond Ditch. Henley Creek, and Williams Creek are all regulated drains- Any work
within the regulated drains will require notification to the Hamilton County Surveyor's
Office. Field personnel from CrossRoad Engineers will provide the contact information
at that time.
HMA for Street Approaches
No item for HMA for Approaches will be included in the itemized proposal. All paving
operations in the street approach areas shall utilize the mainline HMA pay items.
Pay Item 13, Stone for Temporary Access, Hodson Parcel
Trent discussed the need to provide temporary access during Phase I work on the north
and south sides of the parcels just west of the structure over Williams Creek. A suitable
location will be determined in the field. Pay item 13 will be revised to reflect "Stone for
Temporary Access, Phase i (Undistributed) ". Refer to TS 43.
Page 2 of 3 06 -03 Pre -Bid Meeting
07/11/2008 07:13 3177806525
CROSSROAD ENGINEERS PAGE 07/18
Tree Protection, STA 132 +00
The road plans reflect protecting three trees near 132+00 RT and reference the landscape
plans. The landscape plans reflect the transplanting of two of the trees. Please ensure
these three trees are protected during construction.
Earthwork Take offs
Digital earthwork take offs will be made available post bid only upon request. This
information will not be provided prior to bid letting.
Digital Files for Plan Holders
- Parts TI & TiI of the bid documents will be submitted digitally to plan holders with
Addendum 1.
Questions and Discussion at the Pre -bid Meeting
- The quantities in the itemized proposal for items 80, 89, and 91 will be updated in
Addendum 1.
The pay items `Aqua -Swirl Water Quality Unit, AS -2' and `Aqua -Swirl Water Quality
Unit, AS -3' will be added the itemized proposal. TS 50 will be added as well.
- The pay items related to water line work along within the road pay items include
`Hydrant, Relocate' and `Adjust to Grade, Valve Box'. Any remaining water pay items
are related to irrigation within the landscape plans.
The water services to the residents along the project limits have been or are currently
being relocated by the water company.
- The existing water line along the south side of 131" Street near Ditch Road is a 16 inch
main. This is at the location of the hydrant relocation.
Baekfll and bedding for pipe installation shall meet INDOT specifications.
Regarding TS 38, the Hamilton County Surveyor's Office will provide the offsets to the
section corner. The work shall be completed by the Contractor_
Questions and Discussion after the Pre -bid Meeting
Pay item 150, `Plant— Deciduous Trees, 3" Cal.', shall be provided as specified.
- Precast reinforced concrete three -sided arch top structures are desired for the Almond
Ditch and Henley Creek crossings. Substitutions with flat top structures are not allowed.
Existing fences that are in conflict with the proposed improvements shall be removed.
The cost to perform this work shall be included in the cost of clearing right of way.
Fence removals.shall be coordinated with the Engineer. The contractor will not be
responsible for replacing the fence.
Refer to TS 27 regarding topsoil material.
The `Masonry Coating' pay item is intended for the masonry coating work proposed for
the structures over Almond Ditch, Henley Creek, and Williams Creek as indicated in. the
plans.
- Pay item 28 & 29 are intended for Phase T incidental work as displayed on Sheet 6 of
Plan Set 1 of 5.
Page 3 of 3 06-08 Pre-Bid Meeting
07/11/2008 07:13 3177805525
CROSSROAD ENGINEERS PAGE 08/18
Project No. 06 -08
131" Street: Ditch Road to Spring Mill Road
City of Carmel, Indiana
NOTICE OF ADDENDUM 1
1) The Technical Specification Index has been revised.
2) Technical Specification TS 2 Completion Dates and Liquidated Damages has been
revised to reflect a substantial completion . date of November 26, 2008 (replacing
November 20, 2008) and a Phase II start date of March 2, 2009 (replacing March 2,
2008).
3) Technical Specification TS 38 Section Corner Monument & 39 Bench Mark Post has
been revised with a new contact from the Surveyor's Office, Tony Reitenour (317) 776-
8495.
4) Technical Specification TS 50 Aqua - Swirl Water Quality Units has been. added. Pay
items `Aqua -Swirl Water Quality Unit, AS -2' and `Aqua -Swirl Water Quality Unit, AS-
3' have been added to the Itemized Proposal.
5) Technical Specification TS 51 Coordination for Water Connection has been added.
6) Pay item `Sign, Sheet Relocation' has been added to the itemized Proposal.
7) The Quantities for pay items `inlet. J -10', `Inlet. B -15', & `Catch Basin, C15' have been
revised.
8) The pay item 'Stone for Temporary Access, Hodson Parcel (Undistributed)' has been
revised to `Stone for Temporary Access, Phase I (Undistributed)'.
9) Updated Parts I1 & 111 of the hid documents are included in the distribution of Addendum
1 via fax or email.
10) The Structure Data Table of the plans has been updated to reflect 2 pipe end sections for
STR 206.
11)No responses will he made to questions from plan holders after 4 p.m. on July 11, 2008.
12) The Bidder shall acknowledge receipt of this Addendum by inserting the number and
date in the space provided on page BID -5. Pan 4.2 of the Bid Form.
Page 1 of 1 06 -08 Addendum 1
07/11/2008 07:13 3177806525
•
CROSSROAD ENGINEERS PAGE 09/18
TS 2 COMPLETION DATES AND LIQUIDATED DAMAGES
Substantial Completion:
Phase i - November 26 ?9, 2008
Phase iI — August 7, 2009
Liquid Damages of $2000 per day for each calendar day
the roadway remains closed after the designated dates
will be assessed.
Final Project Completion: August 28, 2009
The Substantial Project Completion Date for Phase I is based on a Notice to Proceed by the
OWNER given on or before August 20, 2008 for the construction of Station 136 +45 to
147 +75. The CONTRACTOR will be allowed to begin Phase II work on March 2, 2009
;OA. Necessary road closures. specifically at the crossing of 131 " Street over Henley
Creek, prior to April 1, 2009 will need prior approval from the ENGINEER. All road
closures must meet the requirements of TS 14. Phase II road closures of 1.31" Street will he
allowed until August 7, 2009 for Substantial Completion.
The CONTRACTOR shall be required as necessary to coordinate with project 4,08 -03 and
the project 406 -09 closure of 131" Street between Towne Road and Ditch Road. Any
coordination will not be paid for separately but shall be included in the cost of Maintenance
of Traffic.
Substantial Completion is defined as set forth in Article 1 of the Standard General
Conditions. Substantial Completion is further defined to include the completion of the 1-IMA
Surface and permanent pavement markings. However, HNLA Surface will not need to be
obtained at the completion of Phase i work.
TS 38 SECTION CORNER MONUMENT
Description
The section corner work shall consist of the placement of or replacement of section
corners and monuments at the location as shown on the Plans or as directed.
Procedure
In addition to the requirements of the iNDOT Standard Specifications for Monuments,
Section 615, the Hamilton County Surveyor's Office also requires that all section corners
and /or monuments disturbed during this contract shall be documented, offset prior to the
beginning of construction, and reset after completion of construction by the
CONTRACTOR. it is completely the CONTRACTOR's responsibility to make sure that
this occurs prior to the beginning of construction. The CON 1RACTOR must notify the
Hamilton County Surveyor's Office 30 days prior to construction per Indiana Code to
coordinate replacement of the monuments. Section corner monuments will be supplied
by the Hamilton County Suneyor's Office. Concrete monuments shall be cast with Class
A Concrete in Accordance with Section 615.04 of INDOT Standard Specifications.
07/11/2008 07:13 3177806525
CROSSROAD ENGINEERS PAGE 10/18
Contact Mr. Tony Reitcnour eetturaliktp4 at the Hamilton County Surveyors Office at
X84 k (317) 776 -8495 for notification, coordination, and approval.
Measurement and Payment
Section Corner Monument placement will be measured and paid per each at the bid unit
price. The items Section Corner Monument shall include all coordination, labor, material
and incidental work to place or reset the Monument and all other work required to
complete thc work as shown or as directed, Removal of Section Corners and /or
Monuments will not be measured or paid separately, but shall be included in the cost of
clearing and other items. If it is determined that a Section Corner or Monument needs
placed or replaced and for which there is no pay item in the itemized proposal, a pay item
will be created.
TS 39 BENCH MARK POST
Description
Bench mark work shall consist of the placement of bench marks at the location as shown
on the Plans or as directed.
Procedure
This work shall meet the requirements of the INDOT Standard Specifications for
Monuments, Section 615, with the exception of no concrete cores required. Tablets will
he supplied by thc Hamilton County Surveyor's Office, Contact Mr. Tony Reitenour
at the Hamilton County Surveyors Office at (2 17)108 8151 (317) 776 -8495
for notification, coordination, and approval.
Measurement and Payment
Bench Mark placement will be measured and paid per each at the bid unit price. The item
Bench Mark. Post shall include all coordination. labor, material and incidental work to
place the Bench Mark and all other work required to complete the work as shown or as
directed.
07/11/2008 07:13 3177806525
TS 50 Aqua- SwirITM Water Quality Units
CROSSROAD ENGINEERS PAGE 11/18
Description
This work shall consist of the furnishing and installation of Aqua- SwirlTM structures at
the locations shown on the plans. The Aqua- SwirITM Concentrator shall be provided by
AquaShicldT", Inc., 2733 Kanasita Drive, Chattanooga, TN (423 - 870 -8888) and shall
adhere to the specifications included herein and shown on the plans.
Materials
A. Stormwatcr Treatment System shall be made from high - density polyethylene (HDPE)
resins meeting the following requirements:
1) HDPE Material — The HDPE material supplied under this specification shall be
high density, high molecular weight as supplied by manufacturer. The HDPE
material shall conform to ASTM D3350 -02 with minimtun cell classification
values of 345464C.
2) PHYSICAL PROPERTIES OF HDPE COMPOUND
a) The density shall be no less than 0.955 g /cm3 as referenced in ASTM D 1505.
b) Melt Index - the melt index shall be no greater than 0.15 g/10 minutes when
tested in accordance with ASTM D 1238- Condition 190/2.16.
c) Flex Modulus - flexural modulus shall be 110,000 to less than 160,000 psi as
referenced in ASTM D 790.
d) Tensile Strength at Yield - tensile strength shall be 3,000 to less than 3,500 psi
as referenced in ASTM D 638.
e) Slow Crack Growth Resistance shall be greater than 100 hours (PENT Test) as
referenced in ASTM F 1473 or greater than 5000 hours (ESCR) as referenced in
ASTM D 1693 (condition C).
f) Hydrostatic Design Basis shall be 1,600 psi at 23 degrees C when tested in
accordance with ASTM D 2837.
g) Color — black with minimum 2% carbon black.
B. REJECTION - The Stormwater Treatment System may be rejected for failure to meet
any of the requirements of this specification.
Installation
A. Excavation and Bedding
The trench and trench bottom shall be constructed in accordance with ASTM D 2321.
Section 6, Trench Excavation, and Section 7, Installation. The HDPE Stormwater
Treatment System shall be installed on a stable base consisting of 12 inches of Class 1
stone materials (angular, crushed stone or rock, crushed gravel; large void content,
containing little or no fines) as defined by ASTM D 2321, Section 5, Materials, and
compacted to 95% proctor density. All required safety precautions for Stormwater
'treatment System installation are the responsibility of the Contractor.
B. Backfill Requirements
Backfill rnaterials shall he Class 1 or II stone materials (well graded gravels, gravelly
sands; containing little or no fines) as defined by ASTM D 2321., Section 5, Materials and
compacted to 90% proctor density. Class I materials are preferred. Backfill and bedding
• 07/1.1/2008 07:13 3177806525
CROSSROAD ENGINEERS PAGE 12/18
materials shall be free of debris. Backfilling shall conform to ASTM F 1759. Section 4.2,
"Design Assumptions ", Backfill shall extend at least 3.5 feet beyond the edge of the
Swirl Concentrator for the full height to sub grade and extend laterally into undisturbed
soils.
C. Pipe Couplings
Pipe couplings to and from the Stormwater Treatment System shall be Fernco®,
MissionTA4 or equal type flexible boot with stainless steel tension bands. A metal sheer
guard shall be used to protect the flexible boot.
Division of Responsibility
A. Stormwater Treatment System Manufacturer
The Manufacturer shall be responsible for delivering the Stonnwater Treatment System
to the site. The system includes the treatment chamber with debris baffle, inlet and outlet
stub -outs, lifting supports, 30 -inch iD service access riser(s) to grade with temporary
cover, and manhole frames) and cover(s).
B. Contractor
The Contractor shall be responsible for preparing the site for the system installation
including, but not limited to, temporary shoring. excavation, cutting and removing pipe.
new pipe, bedding, and compaction. The Contractor shall be responsible for furnishing
the means to lift the system components off the delivery trucks. The Contractor shall be
responsible for providing any concrete antitloatation/anti -creep restraints, anchors,
collars, etc. with any straps or connection devices required. The Contractor shall be
responsible for field cutting, if necessary, HDPE service access risers to grade. The
Contractor shall be responsible for sealing the pipe connections to the Stormwater
Treatment System, backfilling and furnishing all labor, tools, and materials needed.
Submittals
The Contractor shall be provided with dimensional drawings and, when specified, utilize
these drawings as the basis for preparation of shop drawings showing details for
construction and reinforcing. Shop drawings shall be annotated to indicate all materials to
be used and all applicable standards for materials, required tests of materials and design
assumptions for structural analysis. Shop drawings shall he prepared at a scale of not less
than 'A inch per foot. Three (3) hard copies of said shop drawings shall be submitted to
the Engineer for review and approval.
Measurement and Payment
Aqua- SwirlTM structure installation will be measured and paid per each at the bid unit
price. The pay item `Aqua -Swirl Water Quality Unit' shall include all coordination,
labor, material, and equipment to complete the work as shown or as directed. This
includes excavation, Aqua -Swirl structure, HDPE pipes, pipe couplings, concrete collars,
backfill, bedding material, risers, manhole frame, manhole cover, necessary coring in the
adjacent diversion structure for pipe connections, all work and materials necessary to
install the specified weirs in the diversion structures, and any other work or material
necessary for the installation of the Aqua -Swirl structure.
07/11/2008 07:13 3177806525
TS 51 Coordination for Water Connection
CROSSROAD ENGINEERS PAGE 13/18
Two water connections are proposed within the project limits to provide irrigation to the
roundabouts. Coordination and scheduling shall be performed with Steve Cook at
Carmel Water to ensure proper permits and inspection are in place for the proposed
connections.
As noted in the Landscape plans, the tap and water line to the meter shall be installed
prior to roadwork construction, including sidewalks and curb & gutter.
• 07/11/2008 07:13 3177806525
CROSSROAD ENGINEERS PAGE 14/18
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
PROJECT #06-08 131ST STREET - DITCH ROAD TO SPRINCM ILL ROAD RECONSTRUCTION
ITEMIZED PROPOSAL
7/10/2008
1N0
DESCRIPTION
UNIT
QUANTITY
PRICE
AMOUNT
I
Construction Engineering
LS
1
50.00
2
Mobilization and Demobilization
LS
1
S0,00
3
Mobilization and Demobilization, STRs 2, 3, 4
LS
1
$0.00
4
Clearing Right -of -Way
LS
I
$0.00
5
Present Structure, Remove, STR 2
LS
1
$0,00
6
Present Structure, Remove, STR 3
LS
1
$0.00
7
Present Structure; Remove, STR 4
LS
1
$0.00
8
Surface Milling, Asphalt, 1.5 in,
SYS
1040
$0.00
9
Excavation, Common
CYS
14460
$0.00
10
Borrow
CYS
5315
$0.00
11
Temporary Drop Inlet Protection
EA.
11
$0.00
12
Temporary Silt Fence
LET
6541
$0.00
13
Stone for Temporary Access, Phase I (Undistributed)
TON
74
$0.00
14
Subgrade Treatment, Type IA
SYS
36790
$0.00
15
Structure Backfill, Type 1
CYS
5071
$0.00
16
Flowable Backfill
CYS
730
$0.00
17
Aggregate for End Bent BackfilI
CYS
52
$0.00
18
Dense Graded Subbase
CYS
186
$0.00
19
Compacted Aggregate, No. 53, Base
TON
2903
$0.00
20
Colored and Jointed Concrete, 7"
SYS
296
$0.00
21
Colored and Jointed Concrete, 4"
SYS
153
$0.00
22
HMA Surface, Type C, 9.5mm
TON
2030
$0.00
23
HMA Intermediate, Type C, 19.Omm
TON
3359
$0.00
24
I -IMA Base, Type C, 25.0 mm
TON
9766
4
$0.00
25
HMA Intermediate, Type C, 00 19mm
TON
5064
$0.00
26
HMA Surface, Type A
TON
771
$0.00
27
HMA Intermediate, Type A
TON
1285
$0.00
28
HMA for Temporary Pavement
TON
336
$0.00
29
HMA for Temporary Approaches
TON
19
$0.00
30
Curb Ramp. Concrete (All Types)
SYS
314
50.00
31
Sidewalk, Concrete, 4 in.
SYS
36
$0.00
32
Combined Curb and Gutter Type IT
LFT
12154
80.00
33
Combined Curb and Gutter Type 111
LFT
9687
$0.00
34
Combined Curb and Gutter, Roll, Modified
LFT
716
$0.00
35
Center Curb, D, Concrete
SYS
39
$0.00
36
PCCP for Approaches, 6 in.
SYS
1003
$0.00
37
Barrier Curb for Truck Apron
LFT
640
$0.00
38
HMA for Drive Approaches
TON
71
$0.00
39
Mailbox Assembly, Single
ISA
19
$0.00
40
Reinforced Concrete Bridge Approach, 12 inch
SYS
541
$0.00
41
Monument, Section Corner
EA
2
$0.00
42
Benchmark Post
EA
3
$0.00
BID -4
07/L1/2008 07:13 3177806525
CROSSROAD ENGINEERS
PAGE 15/18
INO.
DESCRIPTION
UNIT
QUANTITY
PRICE
AMOUNT
43
Riprap, Revetment
TON
1320
$0.00
44
Gcotcxtiles
SYS
1720
$0.00
45
Mobilization and Demobilization for Seeding
EA
2
$0.00
46
Mulched Seeding, Type T
SYS
10600
$0.00
47
Mulched Seeding, Type U
SYS
2344
$0.00
48
Water
Kgal
70
$0.00
49
Topsoil (Undistributed)
CYS
2600
$0.00
50
Sodding
SYS
21800
$0.00
51
Pile, Steel H, HP 12 x 53
LFT
648
$0,00
52
Pile Tip, Steel H
EA
24
$0.00
53
Oversized Predrilled Pile Holes
LFT
240
$0.00
54
Concrete, A, Substructure
CYS
50
$0.00
55
Concrete, A
CYS
58
$0.00
56
Reinforcing Steel, Epoxy Coated
LBS
74493
$0.00
57
Concrete, C, Superstructure
CYS
194
80.00
58
Concrete, C, Railing
CYS
60
$0.00
59
Wingwall, STR 2
LS
1
$0.00
60
Wingwall, STR 3
LS
1
$0.00
61
Structure, Precast Three- sided, 20 ft. x 9 ft. 6 in.
LFT
114
$0.00
62
Structure, Precast Three - sided. 28 ft. x 9 ft. 6 in.
LET
81
$0.00
63
Structural Members, Concrete Box Beam, CB, 21 in. x 48 in
SET
2928
$0.00
64
Surface Seal
LS
1
S0.00
65
Masonry Coating
LS
1
S0.00
66
Ppe, End Bern Drain, 6 in.
LFT
184
80.00
67
Pipe, Typc 4, Circular, 6 in. Double Wall, Smooth Interior
LFT
10218
50.00
68
Pipe, Type 2, Circular, 12 in.
LFT
2838
$0.00
69
Pipe, Type 2, Circular, 15 in.
LFT
1016
$0.00
70
Pipe, Type 2, Circular, 18 in.
LFT
1298
80.00
71
Pipe, Type 2, Circular, 24 in.
LFT
1375
$0.00
72
Pipe End Section, Precast Concrete, 12 in.
EA
3
$0.00
73
Pipe End Section, Precast Concrete, 15 in.
EA
1
$0.00
74
Pipc End Section, Precast Concrete, 24 in.
EA
1
$0.00
75
Aggregate for Underdrain
CYS
920
$0.00
76
Gcotcxtiles for Underdrain
SYS
7009
$0.00
77
Inlet, F -7
. EA
1
S0.00
78
Inlet, E•7
EA
4
$0.00
79
Manhole, C -4
EA
26
80.00
80
Inlet, J -10
EA
12
$0.00
81
Inlet, M -l0
EA
5
$0.00
82
Catch Basin, IC10
EA
13
$0.00
83
Pipe Catch Basin, 1 Sin.
EA
7
$0.00
84
Casting, Adjust to Grade
EA
1
$0.00
85
Reconstruct, Manhole
LFT
10
$0.00
86
Hydrant, Relocate
EA
1
$0.00
87
Adjust to Grade, Valve Box
EA
6
$0.00
88
Manhole, J4
EA
1
$0.00
89
Inlet. B -15
EA
15
$0.00
90
Inlet, C -I5
EA
I I
$0.00
91
Catch Basin, C15
EA
15
$0.00
92
Road Closure Sign Assembly
EA
9
$0.00
810 -4
E7/11/2008 07:13 3177806525
CROSSROAD ENGINEERS
PAGE 16/18
TTEbi
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT
PRICE
AMOUNT
93
Detour Route Marker Assembly
EA
20
$0.00
94
Construction Sign, A
EA
8
$0.00
95
Construction Sign, B
EA
3
$0.00
96
Construction Sign, C
EA
3
$0.00
97
Maintaining Traffic
LSUM
1
S0.00
98
Barricade, 1I1 -13
LFT
240
S0.00
99
Sign Post, Square, 1, Reinforced Anchor Base
LFT
579
$0.00
100
Sign , Sheet, Encapsulated Lens with Legend, 0.080 in.
SET
174
$0.00
101
Decorative Street Sign Assembly
EA
9
$0.00
102
Concrete Foundation with Grounding, 30 in. Diameter x 96 in.
EA
6
$0.00
103
Light Pole Assembly, Street
EA
6
$0.00
104
Wire, No. 4, Copper, in Plastic Duct, In Trench, 4 UC
LFT
576
$0.00
105
Service Point, 1T
EA
2
$0.00
106
Cable Duct Marker
EA
3
80.00
107
Handhole, Lighting
EA
1
$0.00
108
Conduit, Steel, Galvanized, 2 in.
LFT
468
$0.00
109
Wire, No. 4, Copper, In 2 in. Galvanized Steel Conduit, 4 1/C
LFT
468
80.00
110
Conduit, PVC, 4"
LFT
650
$0.00
111
Conduit, PVC, 3/4"
LFT
105
$0.00
112
Controller Cabinet, PI, Modified
GA
2
80.00
113
Controller Cabinet Foundation, P1, Modified
EA
2
$0.00
114
Cable lnterduct
LFT
5600
$0.00
115
Handhole
EA
15
$0.00
116
Line, Thermoplastic, Dotted White, 8 in. 2' Line, 2' Gap
LFT
101.
80.00
117
Line, Thermoplastic, Solid, White, 4 in.
LFT
358
$0.00
118
Line, Thermoplastic, Solid, Yellow, 4 in.
LET
1,371
50.00
119
Transverse Markings, Thermoplastic, Crosshatch, Yellow, 12 in.
LFT
137
50.00
120
Line, Epoxy, Solid, White, 4 in.
LFT
252
$0.00
121
Line, Epoxy, Solid, Yellow, 4 in.
LFT
252
$0.00
122
Snowplowable Raised Pavement Marker
EA
18
$0.00
123
Transverse Marking, Thermoplastic, Stop Bar, 24 in.
LFT
62
$0.00
124
Transverse Marking, Thermoplastic, Crosswalk Line, 6 in.
LFT
348
$0.00
125
Pavement Message Markings, Thermoplastic, Lane Indication Arrow
EA
3
$0.00
126
Pavement Message Markings, Thermoplastic, Word (ONLY)
EA
3
$0.00
127
Transverse Markings, Thermoplastic, Crosswalk Line, 24 in.
LFT
480
$0.00
128
Transverse Markings. Thermoplastic, White Yield Line, 27 in.
EA
62
$0.00
129
Temporary Pavement Marking, 4 in., Solid. Yellow
LFT
500
$0.00
130
Temporary Pavement Marking, 4 in., Solid, White
LFT
375
$0.00
131
Spade -Cut Edge at Planting Beds
LF
630
$0.00
132
Imported Topsoil - Roundabout
CY
200
$0.00
133
Manufactured Topsoil - Roundabout/Tapered islands
CY
515
$0.00
134
Planting Bed Preparation
SF
[2,922
$0.00
135
Concrete Curbs at Terraces, Cast -In -Place
LF
408
$0.00
136
Concrete Curb Staining (Terrace Curbs Only)
LF
408
S0.00
137
Stone Walls WI Concrete Footing and Reinforcement
LF
224
$0.00
138
Cast Stone Cap for Stone Walls
LF
226
50.00
139
Mulch - Large, Oversized River Stone
CY
12
80.00
140
Mulch - Shredded Hardwood Bark
CY
85
$0.00
141
Weed Barrier Geotextile
SF
1,436
50,00
BI D-4
1f../1.1 /2008 07:13 3177806525
CROSSROAD ENGINEERS
PAGE 17/18
ITEM
,NO,
DESCRIPTION
UNIT
QUANTITY TI
UNIT
PRICE
AMOUNT
142
Aluminum Landscape Edging
LF
190
$0.00
143
Tree Lighting Fixtures
EA
16
$0.00
144
Irrigation System
SF
14,378
$0.00
145
Plant - Groundcover. #1 Pot
EA
384
$0.00
146
Plant - Perennial, 41 Pot
EA
266
$0.00
147
Plant - Omamental Grass, 42 Pot
EA
397
$0.00
148
Plant - Evergreen Shrub, 02 Pot
EA
224
$0.00
149
Plant - Omamental Trees, 8' Ht.
EA
31
$0.00
150
Plant - Deciduous Trees, 3" Cal.
EA
210
80.00
151
Plant - Deciduous Trees - Transplant
EA
2
$0.00
152
Water Line and Connections
LF
220
$0.00
153
Backflow Preventer
EA
2
$0.00
154
Water Tap Install, Meter Pit and Connections
LS
2
$0.00
155
Electrical Service and Connections, Transformers
LS
2
$0.00
156
Aqua -Swirl Water Quality Unit, AS -2
EA
3
50.00
157
Aqua -Swirl Water Quality Unit, AS -3
EA
2
50.00
158
Sign, Sheet Relocation
EA
10
$0.00
TOTAL BID AMOUNT
$0.00
BID-4
6- 7/11/2008 07:13 3177806525
CROSSROAD ENGINEERS PAGE 18/18
PART 2
SID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus. materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total
Dollars ($ ). 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
07/11/2008 17:13 3177806525
CROSSROAD ENGINEERS PAGE 01/14
CROSSROAD ENGINEERS, P.C.
3417 Sherman Drive
Beech Grove, IN 46107
Phone: 317 - 780 -1555 x116
Fax: 317 - 780 -6525
beckerle @crossroadengineers.com
fax transmission
fax:
from
date:
CROSSROAD
ENGINEERS, PC
Plan Holder
Brad Eckerle
7/11/08
re: Addendum 2 — Carmel Project 06 -08
pages:
NOTES:
14 (including this page)
07/11/2008 17:13 3177806525
CROSSROAD ENGINEERS
PAGE 02/14
Project No. 06 -08
131" Street: Ditch Road to Spring Mill Road
City of Carmel, Indiana
NOTICE OF ADDENDUM 2
A. Questions from Plan Holders
I. is the footing design provided for the precast three -sided structures? The complete
,footing design will be provided in the shop drawings from the supplier.
2. Regarding the reinforcing steel for the approach slabs of STR No. 4, is the epoxy
coated reinforcing steel included in the cost of the reinforced concrete bridge
approaches? The reinforcing steel for the reinforced concrete bridge approach, 12
inch .shall he paid with the pay item 56 — Reinforcing Steel, Epoxy Coated.
Quantities of the reinforcing steel are summarized on the Bridge Approach Detail
and Bridge Summary sheets,
3. Regarding pre - drilled holes for piles for STR No. 4, the plans reference Special
Provision 701 -B -078. Where is this specification? 1NDOT Recurring Special
Provision 701 -B -078.
4. What are the limits of removal for the existing structure in place at Williams Creek?
Refer to LNDOT Standard Specification 202.03 (a).
5. We have contacted the utilities concerning this project. We have found that the
utilities may not be relocated in time to construct Phase I at Williams Creek. if
Phase I cannot be performed due to utilities, can the work be performed in the 2009
construction season? Will the Substantial Completion Datc and Final Completion
Date be extended if this is the case? Phase 1 improvements with .STR No. 4 must he
completed in 2008. All submitted bids should reflect the assumption that utilities
will be relocated prior to commencing 06 -08 work
6. We have contacted the utilities concerning this project. We have found that the
utilities may not be relocated in time to construct Phase I at Williams Creek. if
Phase I cannot be performed due to utilities, can the work be performed in the 2009
construction season? Will the Substantial Completion Date and Final Completion
Date be extended if this is the case? Phase 1 improvements with STR No. 4 must he
completed in 2008. All submitted bids should reflect the assumption that utilities
will be relocated prior to commencing 06 -08 work.
The utility in question is the gas line relocation currently in progress. A relocation
of the gas line is proposed from the east end of the east approach slab for STR No.
4 to the west. A couple hundred feet of this relocation is within Phase I work
7. Where will the gas main be relocated between Ditch Road and Clay Center Road
along 131' Street? From the east side of the proposed Ditch roundabout to
southeast portion: of the Clay Center roundabout, the proposed gas line location is
Page 1 of 2 06 -08 Addendum 2
07/11/2008 17:13 3177806525
CROSSROAD ENGINEERS
PAGE 03/14
along the south edge of the proposed asphalt path along the south side of 131'
Street. At Clay Center Road the proposed gas line heads northeast to tie into the
existing line. All utility relocation plans on file will he made available to the
awarded contractor upon request.
8. Is there soil boring information available along the road portions of the project?
No. Soil borings were performed at the structures only.
9. if phasing would require us to haul dirt off the job, (Le. pipe dirt, etc.), can this dirt
be hauled to the 131st and Towne Rd Stockpile Site? Earthwork quantities appear
to reflect a substantial need for borrow on both phases. Approval has not been
obtained from the parcel owner at the 1315` and Towne Road stockpile site for this
project to stockpile. Permission has only been obtained to get fill material from this
site. The awarded contractor can work with the engineer to look into this option if
it is believed to be necessary.
B. Light Standard Revisions
1. The light pole luminaire and fixture shall be the Flat Glass Columbia Luminaire
with full cutoff optics and the Columbia Luminaire Holder (including shallow
skirt). This shall replace the Cambridge Luminaire Holder and Ivy Luminaire
currently shown on the lighting details.
C. Permits
1. DNR Construction in Floodway, IDEM Section 401, IDEM Rule 5, and Hamilton
County Crossing and Outlet permits will not need to be obtained by the Contractor.
Referenced permits have been obtained or are currently under review. DNR
Construction in Floodway permits for Henley Creek and Williams Creek are
included with this addendum.
D. Plan Clarification
1. On Sheet 15 of 66 with Plan Set 1 of 5, the label identifying a P.I. should reflect
`P.I. STA. 50 +93.93 "PR- S -1 -A "' (replacing `P.I. STA. 51 +93.93 "PR- S -1 -A "'
E. Technical Specification TS 52 STR 2 & STR 3 Installation has been added.
F. The Bidder shall acknowledge receipt of this Addendum by inserting the number and
date in the space provided on page BID -5, Part 4.2 of the Bid Form.
Page 2 of 2 06 -08 Addendum 2
07/11/2008 17:13 3177806525
CROSSROAD ENGINEERS
PAGE 04/14
TS 52 STR 2 & STR 3 Installation
The installation of the precast three -sided arch top structures across Almond Ditch and
Henley Creek shall utilize a dry construction for work within the channel- A dam shall
be constructed upstream utilizing riprap and aggregate with the water flow being diverted
with pumping operations. Dewatering for work on the footings shall utilize a sediment
reduction practice, such as outletting into a temporary check dam. Discharge of
dewatering directly in the waterway is not allowed. Natural flow shall be restored as
soon as possible with the proposed improvements in place.
All costs for the installation of the three -sided precast structures shall he included in the
cost of Precast Three -Sided Structure and Wingwall. These costs shall include the
erosion control measures necessary during construction within the channel if no pay item
is present. Riprap can be used for these measures and left in place as long as it is clean
material suitable to the Engineer.
07/11/2008 17:13 3177806525
CROSSROAD ENGINEERS
STATE OF INDIANA
DEPARTMENT OF NATURAL RESOURCES
CERTIFICATE OF APPROVAL
CONSTRUCTION IN A FLOODWAY
APPLICATION # : FW -24361
STREAM : Henley Creek
PAGE 05/14
MAILED OCT 16 2001
APPLICANT : City of Carmel
Engineering Department
Mike McBride
One Civic Square
Carmel, IN 46032-2584
AGENT : CrossRoad Engineers
Richard Gardner
3417 South Sherman Drive
Basch Grove, IN 46107 -1731
AUTHORITY : IC 14-26 -1 with 312 IAC 10
DESCRIPTION : The existing 3-sided concrete box culvert carrying 131st Street over Henley
Creek will be replaced with a new structure on essentially the same alignment.
The new structure will be a single span 3 -sided precast reinforced concrete arch
with a span Length of 28' and minimum height of 7'. The structure will have a
Gear roadway width of 785 and will be skewed 13 degrees to align with stream
flow. The roadway will be raised 2.2' at the structure and 2.6' approximately 50'
west of the structure. The portion of the channel under the structure will be
armored with revetment dprap. The existing structure will be completely
removed. Details of the project are contained In information received
electronically at the Division of Water on June 1, 2007 and in plans and
Information received at the Division of Water on June 28, 2007 and September
27, 2007.
LOCATION : DOWNSTREAM: At the 131st Street stream crossing near Carmel, Clay
Township, Hamilton County
NE%, NW',", 6E%, Section 27, T 1 BN, R 3E, Carmel Quadrangle
UTM Coordinates: Downstream 4425800 North, 570870 East
UPSTREAM: SEA, SW%,NE%
UTM Coordinates: Upstream 4425815 North, 570865 East
Jartries J. Heb4nstreit, PE, Assistant Director
Division of Water
APPROVED ON : October 16, 2007
Attachmeeat Notice Of Right To Atenbistrative Review
GeneralCmdM=
Special CendWone
Servlco Llet
07/11/2008 17:13 3177806525
CROSSROAD ENGINEERS PAGE 06/14
STATE OF INDIANA
• DEPARTMENT OF NATURAL. RESOURCES
GENERAL CONDITIONS
APPLICATION #: FW- 24361
(t) al) and StateoLaw(10144- 21-1) inquire matmwork uet slop anddthat that We nmust be ported to regulations
Melon of Historic Preseerrvation and �.t 1, at artifacts or humeri
Arohaootogy within 2 business days.
ONldon of Historic Preservation and Archaeotogy
Room W274
402 West Waosingt rl 8pee1
Indianapolis, IN 48204
Telephone: (317)2324048, FAX (317) 232.8038
(2) MI; pemdl must be pirated and mabdalned at the project alts until the protect to completed.
( 3) The pemdt does not relieve the nominate of the responslbulty for obtn ring additional permits, approvals, easements, etc, es required by other tedeml,
state, or local mgulatory emirate. These agencies include, but are net tirnited to:
Agency Telephone Number
Hamilton County Drainage Board (317)778 -8495
US Atrny Corps of Engineers. Louisville District (502) 3156733
Indlane Deparhnd a of EnvImnmantel Management (317)233.8485 or (800) 4514071
Loaf Sly orccunty planning or zoning commission
(4) Thls permit moot not be conab led as a waiver of any local ordinance or other state or federal taw,
(5) Thla permit does not relieve the pantiles of any Uabtiay for the erects witch tee project may have upon the safety of the life or property of others,
(0) Tide pemdt May be revoked by tea Department of Natural Resource's for viotatlan of any condition, limitation or applicable statute or Nle.
(7) This permit eheii not be eaelgrable or transferable without the prior wreten approval of the Department of Natural Resources • To initiate a transfer contact:
Mr. Michel W. Nayar, PE, Director
Division of Weter
Room W284
402 ytgst Wealdngton Street
Indianapolis, IN 48204
Telephone: (317)232.4' Tod Feel (877) 928 -3755
FAX
(8) The Department of NaWml Resouross shell have the rtgM to enter upon the she of the permitted ocuvfty for the purpose of inspecting the authorized work
(g) The receipt and eereptana of this permit by the applicant or authorized agent shell be considered as acceptance of the condemns and limitations stated
on the pages entitled 'Gemini Conditions" and "Special CondWontt.
07/11/2008 17:13
3177806525 CROSSROAD ENGINEERS
PAGE 07/14
STATE OF INDIANA
DEPARTMENT OF NATURAL RESOURCES
' SPECIAL CONDITIONS
APPLICATION #: FW- 24361
PERMIT VALIDITY : This permit is valid for 24 months from the °Approved On° date shown on the first page.
If work has not been Initiated by October 18, 2009 the permit will become void and a new
permit will be required In order to continue work on the protect.
This permit becomes effective 18 days after the 'WAILED" date shown on the first page.
If both a petition for review and a part eti petition for a�Mofs effectiveness
within the are filed bebfeton for
pemdt becomes effective, any p pe
stay Is stayed for an additional 15 days.
CONFORMANCE : Condthan ! to measures necessary to satisfy received by the Depdartmentlof must
Natural Resources on: June 1, 2007, June 28, 2007 and September27, 2007. Any
deviation from the information must receive the priorwritten approval of the Department
Number Special Condition
1) of� fescue), legumes, and native areas
hrub with nd hardwood grasses
ee species es all varieties
possible upon compietlon
(2) minimize and contain within the protect limits inchannel disturbance and the clearing of
trees and brush
(3) do not work n the waterway from April 1 through June 30 without the prior written
approval of the Division of Fish and Wldfife
(4) living or dead, with loose hanging bark) from April roosting 1 (greater
hrough September 15 15 In diameter,
( 5) do not excavate in the low flow area except for the placement of foundations and riprep,
or removal of the aid structure
(8) use minimum average 8 inch graded dprap stone extended below the normal water level
to provide habitat for aquatic organisms In the voids
(7) appropriately designed measures for controlling erosion and sediment must be
Implemented to prevent sediment from entering the stream or leaving the construction
site: maintain these measures until construction is complete and all disturbed areas are
stabilized
( 8) seed and protect all disturbed sireambanks and slopes that am 3:1 or steeper with
erosion Installation) or use se ane appropriate t manufacturers structural arena eM; seed and nd pply mulch on all
other disturbed areas
(fe Want
moved that trees, ten Inches or Inches ater In diameter -eta -breast hetgM a� �e which Is
(10) except for the material used as bridal as shown on the above referenced project plans
on filo at the Division of Water, ptace all excavated material landward of the floodway •
07/11/2008 17:13 3177806525
CROSSROAD ENGINEERS
STATE OF INDIANA
DEPARTMENT OF NATURAL RESOURCES
SPECIAL CONDITIONS •
APPLICATION #: FW- 24361
(11) do not leave felled trees, bnish, or other debris In the headway •
(12) dprap pissed for bank stabilization must conform to the bank
(13) upon completion of the project, remove all construction debris from the floodway •
(14) issuance of this Certificate does riot constitute approval of any temporary causeways,
coffer darns, runarounds, access bridges or borrow areas associated with the proposed
bridge construction; separate written approval must be obtained from the Department for
these types of projects prior to beginning any work within the floodway "
(15) keep the bridge waterway opening free of debris and sediment at all times
(16) • Note: for regulatory purposes, the floodway Is defined as the area inundated by the
100 -year frequency flood as shown on Panel 206 of the Hamilton County Flood
Insurance Rale Map dated February 19, 21103
PAGE 08/14
07/11/2008 17:13 3177806525
CROSSROAD ENGINEERS PAGE 09/14
STATE OF INDIANA
DEPARTMENT OF NATURAL RESOURCES
CERTIFICATE OF APPROVAL
CONSTRUCTION IN A FLOODWAY
APPLICATION # : FW-24380
STREAM : Williams Creek
MAILED NOV 212007
APPLICANT : City of Carmel
Engineering Department
Mike McBride
One Civic Square
Carmel, IN 48032 -2584
AGENT ; CrossRoad Engineers
Richard D Gardner
3417 South Sherman Drive
Beech Grove, IN 48107 -1731
AUTHORITY : IC 14 -28 -1 with 312 IAC 10
DESCRIPTION : The 'existing concrete box beam bridge (County Bridge No. 545) carrying 131st
Street over Williams Creek will be replaced with a new structure an essentially the
same alignment to Improve traffic flow. The new structure will be a single -span
prestressed concrete box beam bridge with a span length of 60'. The structure
will have an out-to-out length of 82.1' and a dear roadway width of 74.T. The
spill through abutments will have 2:1 sideslopes armored with revetment riprep.
The abutments will be skewed 18 degrees to align with the stream flow. The new
approach roads will be elevated a maximum of 3.7' above the existing
approaches. The existing structure will be completely removed. Details of the
project are contained in information received electronically at the Division of
Water on June 1, 2007 and in plans and information received at the Division of
Water on June 28, 2007, August 27, 2007 and October 22, 2007.
LOCATION : DOWNSTREAM: At the 131st Street stream crossing near Carmel, Clay
Township, Hamilton County
NWS4, NE%, SE%, Section 27, T 18N, R 3E, Cannel Quadrangle
UTM Coordinates: Downstream 4425800 North, 57099D East
UPSTREAM: SW' /a, SEYi, NE%a
UTM Coordinates: Upstream 4425620 North, 571020 East
APPROVED BY : L�ran�.wea-C
Jam s J. Hoban it, PE, Assistant Director
Division of Water
APPROVED ON i November 21, 2007
Attachments: Notice Of RIM To Adndniahatioe Rogow
General Condrbons
Special Condition
Service LM
07/11/2888 17:13 3177806525
CROSSROAD ENGINEERS
PAGE 10/14
STATE OF INDIANA
DEPARTMENT OF NATURAL RESOURCES
GENERAL CONDITIONS
APPLICATION #: FIN- 24360
(1) all end State Law (IC 14211 -1) or quire than work mutt slop uncovered d that the dime I Very must be reported to t Division o Historic Preseeervation and 800.1 t, el
Archaeology within 2 buskins days,
DNItIon of HistdoRoam �4 and Ardtasology
402 West Washington Street
Indianapolis. IN 482204
Telephone: (317)2324646, FAX: (317) 232.9036
(2) This punk must bs posted and maintained at the protect site until the project Is completed.
(3) This permit doss rot relieve the permlkee at the raspoSbtlay for obtaining additional permit, epprovars, easements, eta ea required by other federal,
state, or local regulatory agencies. These agemdaa Ndude. but eta mat Ilmlted to:
Agency Telephone Number
Ha mitten County Drainage Board (317) 7768405
US Army Carps of Englneem, Lordavllle Diarist (502) 3154733
Indiana Department of Environmental Management (317) 2338488 or (S00)4514021
Local oily or county planning orzonLng consolation
(4) Thlt permh must not be construed as a waiver of any local ordlnanee or other slate or lademl taW.
(5) This permit dose not relieve the penntltee of any liability for the effects which the project may have upon the safety of the ills or property of ethers.
(8) This permit may be revoked by the Department of Natural Resource° for violation or any wndltion, I4nttation or applicable statute ortule.
(7) Thla permit shall not be assignable or bansfambta %M out the prior written approval of the Department of Natural Resources. To Initiate a transfer contact:
Mr. Michael W. Nnyer, PE, Director
Dlvldon of Water
402 Roan IAC31144
saanapo(la, IN 48204
Telephone; (317FA (11 0, Te FmmeB (877) 9204755
•
(8) The Department of NsWrel Resources shall have the right to enter upon the she of the pennined activity for the purpose of Inspecting the eutitortod work
(9) The retelpl ad ecoaplanoe of this permit by the applicant or authorized agent shall be considered BR acceptance of the conditions and limitations staled
on the pages entNed'Genetal Conditions' and 'Special Conditions-.
07/11/2008 17:13
3177806525
CROSSROAD ENGINEERS
PAGE 11/14
STATE OF INDIANA
DEPARTMENT OF NATURAL RESOURCES
SPECIAL CONDITIONS
APPLICATION #: FIN- 24360
PERMIT VALIDITY : 11worrkk has not leen kt lated by November 21, 2009 d the npermitwill become void and a
new permit will be required In order to continue work on the project.
This permit becomes effedive 18 days after the "MAILED" date shown on the first page. before this
p both a petition s e for review and a part of lthe permit that is within ithe scope ofiled e petition for -
permit becomes effective, any pa
stay is stayed for an additional 15 days.
CONFORMANCE Conditions",
the project must conforrn too the information on "General
e received by the Department ntlof
Natural Resources on: June 1, 2007, June 28, 2007, August 27, 2007 and October 22,
2007. Any deviation from the information must receive the prior written approval of the
Department.
Number special Condition
(1) revagetate all bare and disturbed areas with a mixture of grasses (exdluding all varieties
of tail fescue), legumes, and native shrub and hardwood tree species as soon as
possible upon completion
(2) minimize and ccntaln within the project limits inchannel disturbance and the clearing of
trees and brush
(3) do not work r the the t at of ylfr m Apra 1 trough June 30 without the prior Written
(4) do ving or dead, trees hh ioose hanging bark) in diameter.
rk) from Apr1115 through September 15
(5) do not excavate In the low flow area except for the placement of foundations and rlprap,
or removal of the old structure
( 9) use
o provide habitat aerage 6 Inch
orgagraded ms to tstone Sanded below the normal water level
7) Implemented to p measures for revent sediment from entering the erosion
tream or sediment aving the construction
site; maintain these measures until constnidlon is complete and all disturbed areas am
stabilized
erosision control blankets (follow manufacturer'ss recommendations s for selectiioon and
installation) or use an appropriate structural armament; seed end apply mulch on all
other disturbed areas •
(9)
removed oved thatt is ten Indies oar greater In height
tree which Is
(10) except for the material used as backflll as shown on the above referenced project plans
on file at the Division of water, place all excavated material landward of the floodway
(e)
07/11/2008 17:13 3177606525 CROSSROAD ENGINEERS
STATE OF INDIANA
DEPARTMENT OF NATURAL RESOURCES
SPECIAL CONDITIONS
APPLICATION #: FIN- 24360
(11) do not leave felled trees, brush, or other debris In the floodway "
(12) amp placed for bank stabilization must conform to the bank
(13) anchor the bridge deck to prevent dislodging andlor flotation during high water events
(14) upon completion of the project,7emove all construction debris from the floodway'
(15) keep the bridge waterway opening free of debris and sediment at all times
(18) " Note: for regulatory purposes, the floodway Is defined as the area Inundated by the
100 -year frequency flood as shown on Panel 208 of the Hamilton County Flood
Insurance Rate Map dated February 19, 2003
PAGE 12/14
07/11/2008 17:13 3177806525
i
udi
0
s
7
3
•
P.
CROSSROAD ENGINEERS
A
ru
r
E
M1
fr
fr
r
z
a
17.51'NMimeseto Slant
z
17155 Mager CC
rc
2
x
2723'W23rd Street
tei
COMPANY NAME
J
x
0
S
n ; E
1,325 N POST Road
PAGE 13/14
07/11/2008 17:13 3177806525
t
V
CROSSROAD ENGINEERS
El
Nu
S
O
U
R
•
u
COMPANY taiME
1
5
P
1
$$
A
6
c
i
m
z
J
E
3
i
5,
3
9 P 5 'n q ^�
:R F R R 5 2' 9 4
PAGE 14/14
Project No. 06 -08
131m Street: Ditch Road to Spring Mill Road
City of Carmel, Indiana
NOTICE OF ADDENDUM 3
A. The precast three -sided structures proposed for STR 2 and STR 3 shall be in accordance
with Section 723 — Reinforced Concrete Three -Sided Drainage Structures of the
INDOT's Recurring Special Provision, with the following exceptions:
723.01 Description
This nark shall consist of constructing a precast reinforced concrete three sided arch drainage
structure with headwalls and ++ingnells, a precast reinforced concrett three sided flat topped
drainage structure Hilk headwalls and wingwalls, et- a precast reinforced concrete true arch
ASTM C 1501. Wingwalls, hcadwals,10 and spandrel Halls may be precast or cast in place.
If the span is at /cast 12 ft (3600 urn?) and not greater than 20 f (6100 nun), the C ntractor it ill
be permitted to substitute a four sided precast concrete box structure in accordance with 711.
the three sided structure shown on the plans.
This work shall consist of constructing a pre - engineered precast reinforced concrete three -sided
arch drainage structure with precast concrete headwalls and precast concrete witngwa/Ls
manufactured in accordance with 105.03 and 714 of the Indiana Department of Transportation
Standard Specifications. Cast in place headwalls and wingwalls will not be allowed as an
alternat. The Precast Concrete Arch culvert shall be CON /SPAN Bridge Systems or approved
equal. Only CONTECH Bridge Solutions Inc. the CON /SPAN approved supplier in Indiana may
provided the structure designed in accordance with these plans. The manufacture shall he
NPCA Plant Certified at the time of hid openings. if alternate arch drainage structure is to be
considered as an equal, the bidder shall submit shops drawings and ca /culations as noted in
CONSTRUCTION REQUIREMENTS 723.03 and signed and sealed by a Professional
Engineer Licensed in the State of Indiana and provide a HEC -RAS submittal for hydraulic
performance computations meeting all hydraulic requirements. An alternate design cannot
change the indicated /horizontal and vertical alignments or the waterway opening of the structure.
An alternate structure will not be considered an equal if the structure requires any redesign of the
plans. Alternate manufacturer shall provide written evidence to 25 successful Indiana
Department of Transportation Section 723 — Reinforced Concrete Three -Sided Arch installations.
723.19 Basis of Payment
Payment for the precast three -sided structures will made per 723.29, with the exception of the
units for Wingwall:
Wingwall SET LS
B. The Bidder shall acknowledge receipt of this Addendum by inserting the number and
date in the space provided on page BID -5, Part 4.2 of the Bid Form.
Page 1 of 1 06 -08 Addendum 3
PART 5
EXCEPTIONS
barn uctions 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.
5.3 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:
NCNE
BID -6
PART 6
FINANCIAL STATEMENT
6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without
said financial statement as required by statute shall thereby be rendered invalid. The
financial statement provided hereunder to OWNER must be specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the Work/Project if awarded. Information on Bidder's company and financial statement
shall be consistent with the information requested on the State Board of Accounts Forms
#96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders ".
BID -7
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
Instructions To Bidders:
This form shall be utilized bt, all Bidders. Except as otherwise speci /icall)y provided, all Parts
shall be ftrllp and accurately filled in and completed and notarized.
Project: #06 -08 -13t' Street: Ditch Road to Spring Mill Road
Proposal For Construction of : The reconstruction of 131st Street beginning
approximately 430 feet west of Ditch Road and
proceeding eastward to the west side of Spring Mill
Road. The proposed improvements include new asphalt
pavement, concrete curb and gutter, asphalt recreational
paths, curb ramps, storm sewer system, sodding,
landscaping, and pavement markings. Roundabouts are
proposed at the 131st Street /Ditch Road and 131st
Street /Clay Center Road intersections. A reinforced
concrete box beans bridge is proposed along 131st Street
over Williams Creek. Three -sided precast structures are
proposed along 131st Street over Almond Ditch and
Henley Creek.
Date: July 16, 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 42, dated./anuo.v 23. 19581
.1 Corporation Name:
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 Five Million Ei •ht Hundred
Ninety Five Thousand and 00 /100 Dollars ($ 5,895,000.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Pan to be used only for Bidding on
Unit Price Connrcrces for the Conn1acr Items sh01107]
Prices In Figures
Contract Description/ • Estimated Unit Total Price
Item No. Unit Price Hn Words] Quantity Price for Item
BID-4
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
PROJECT #06 -08 131ST STREET - DrTCH ROAD TO SPRINCMILL ROAD RECONSTRUCTION
ITEMIZED PROPOSAL
7/10/2008
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
1
Construction Engineering
LS
1
$60.000.00
$60.000.00
2
Mobilization and Demobilization
LS
1
$300.000.00
$300.000.00
3
Mobilization and Demobilization. S'I'Rs 2.3.4
LS
1
$10.000.00
$10.000.00
4
Clearing Right -of -Way
LS
1
$150.000.00
$150.000.00
5
Present Structure. Remove. STR 2
LS
1
$3.300.00
$3,300.00
6
Present Structure, Remove. STR 3
LS
1
$12.000.00
512.000.00
7
Present Structure, Remove. STR 4
LS
1
$27.000.00
$27.000.00
8
Surface Milling. Asphalt. 1.5 in.
SYS
1040
$3.39
$3,525.60
9
Excavation. Common
CYS
14460
$21.00
$303.660.00
10
Borrow
CYS
5315
$1.00
$5.315.00
1 I
Temporary Drop Inlet Protection
EA
I I
575.00
$825.00
I2
Temporary Silt Fence
LET
6541
$1.14
$7.456.74
13
Stone for Temporary Access. Phase I (Undistributed)
TON
74
$21.00
$1.554.00
14
Subgrade Treatment. Type IA
SYS
36790
$3.81
$140.169.90
15
Structure Backfill, Type 1
CYS
5071
$19.00
$96,349.00
16
Flowable Backbit
CYS
730
5113.00
$82.490.00
17
Aggregate for End Bent Backfill
CYS
52
$54.00
$2.808.00
18
Dense Graded Subbase
CYS
186
$46.50
$8,649.00
19
Compacted Aggregate. No. 53, Base
TON
2903
$24.50
$71.123.50
20
Colored and Jointed Concrete. 7"
SYS
296
$111.00
$32.856.00
21
Colored and Jointed Concrete. 4"
SYS
153
$93.00
$14229.00
22
HMA Surface. Type C. 9.5mm
TON
2030
$90.00.
$182.700.00
23
HMA Intermediate, Type C. 19.0mm
TON
3359
$63.00
$211.617.00
24
HMA Base. Type C. 25.0 min
TON
9766
$59.00
$576.194.00
25
HMA Intermediate. Type C. OG 19mm
TON
5064
$77.00
$389.928.00
26
HMA Surface, Type A
TON
771
585.00
$65.535.00
27
HMA Intermediate, Type A
TON
1285
$70.00
$89.950.00
28
HMA for Temporary Pavement
TON
336
$75.00
$25.200.00
29
HMA for Temporary Approaches
TON
19
$145.00
$2.755.00
30
Curb Ramp. Concrete (All Types)
SYS
314
$156.00
$48.984.00
31
Sidewalk. Concrete, 4 in.
SYS
36
$52.00
$1.872.00
32
Combined Curb and Gutter Type 11
LFT
12154
$13.50
$164.079.00
33
Combined Curb and Gutter Type III
LFT
9687
513.00
$125.931.00
34
Combined Curb and Gutter. Roll. Modified
LET
716
$16.50
$11.814.00
35
Center Curb. D. Concrete
SYS
39
$73.00
$2.847.00
36
PCCP for Approaches. 6 in.
SYS
1003
$43.00
$43,129.00
37
Barrier Curb for Truck Apron
LFT
640
516.50
$10.560.00
38
HMA for Drive Approaches
TON
71
$155.00
$11.005.00
39
Mailbox Assembly, Single
EA
19
$158.97
$3.020.43
40
Reinforced Concrete Bridge Approach. 12 inch
SYS
541
$100.00
$54.100.00
41
Monument, Section Comer
EA
2
$636.20
$1.272.40
42
Benchmark Post
EA
3
5600.00
$1,800.00
43
Riprap. Revetment
TON
1320
532.00
$42.240.00
44
Geotcxtiles
SYS
1720
$1.00
$1.720.00
45
Mobilization and Demobilization for Seeding
EA
2
$600.00
$1.200.00
46
Mulched Seeding, Type T
SYS
10600
$0.40
$4240.00
47
Mulched Seeding. 'Type U
SYS
2344
$1.20
$2,812.80
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
ITEM
NO.
48
Water
Kgal
70
524.00
$1.680.00
49
Topsoil (Undistributed)
CYS
2600
515.00
539.000.00
50
Sodding
SYS
21800
53.00
565.400.00
5I
Pile. Steel H. HP 12 x 53
LEI
648
568.00
544.064.00
52
Pile Tip. Steel Fl
EA
24
5100.00
52.400.00
53
Oversized Predrilled Pile Holes
LFT
240
520.00
54.800.00
54
Concrete. A. Substructure
CYS
50
5500.00
525,000.00
55
Concrete. A
CYS
58
5100.00
55.800.00
56
Reinforcing Steel, Epoxy Coated
LBS
74493
51.34
599.820.62
57
Concrete. C. Superstructure
CYS
194
5650.00
5126.100.00
58
Concrete. C. Railing
CYS
60
5870.00
552,200.00
59
Wingwall. STR 2
LS
1
521.000.00
521.000,00
60
Wingwall. STR 3
LS
1
$18.500.00
$18.500.00
61
Structure. Precast Three- sided. 20 R. x 9 ft. 6 in.
LET
114
$2.500.00
5285.000.00
62
Suticwre. Precast Three - sided. 28 ft. x 9 ft. 6 in.
LET
81
$3.800.00
$307.800.00
63
Structural Members. Concrete Box Beam. CB. 21 in. x 48 in
SFI'
2928
570.00
$204.960.00
64
Surface Seal
LS
1
57.594.00
$7.594.00
65
Masonry Coating
LS
1
$7.802.00
57.802.00
66
Pipe. End Bent Drain. 6 in.
LET
184
520.00
53.680.00
67
Pipe. Type 4. Circular. 6 in. Double Wall. Smooth Interior
LFT
10218
54.35
$44.448.30
68
Pipe. Type 2, Circular. 12 in.
LFT
2838
530.00
585,140.00
69
Pipe. Type 2, Circular. 15 in.
LFT
1016
530.00
530.480.00
70
Pipe. Type 2. Circular. 18 in.
LEI'
1298
531.00
$40,238.00
71
Pipe. Type 2, Circular. 24 in.
LET
1375
540.00
555.000.00
72
Pipe End Section. Precast Concrete. 12 in.
EA
3
$630.00
$1.890.00
73
Pipe End Section, Precast Concrete. 15 in.
EA
1
5660.00
5660.00
74
Pipe End Section, Precast Concrete. 24 in.
EA
1
$770.00
$770.00
75
Aggregate for Underdrain
CYS
920
539.60
536432.00
76
Geotextiles for Underdrain
SYS
7009
51.90
513.317.10
77
Inlet. F -7
EA
1
51.330.00
51.330.00
78
Inlet. E -7
EA
4
51.330.00
55.320.00
79
Manhole. C -4
EA
26
52,050.00
553.300.00
80
Inlet. J -10
EA
12
$1.680.00
520.160.00
81
Inlet. M -10
EA
5
$1.700.00
58.500.00
82
Catch Basin. KI0
EA
13
52.300.00
529.900.00
83
Pipe Catch Basin, 18in.
EA
7
$1.650.00
$11.550.00
84
Casting. Adjust to Grade
EA
1
$600.00
$600.00
85
Reconstruct. Manhole
LET
10
$350.00
$3.500.00
86
Hydrant. Relocate
EA
I
52.900.00
52.900.00
87
Adjust to Grade, Valve Box
EA
6
5440.00
52.640.00
88
Manhole. l4
EA
1
52500.00
$2500.00
89
Inlet. B -15
EA
15
$2.200.00
533,000.00
90
Inlet. C -15
EA
11
52 200.00
524.200.00
91
Catch Basin, CI5
EA
15
$2.840.00
$42.600.00
92
Road Closure Sign Assembly
EA
9
$275.00
52,475.00
93
Detour Route Marker Assembly
EA
20
$150.00
53.000.00
94
Construction Sign. A
EA
8
5250.00
52.000.00
95
Construction Sign B
EA
3
545.00
5135.00
96
Construction Sign, C
EA
3
$300.00
5900.00
97
Maintaining Traffic
LSUM
1
521258.51
521.25851
98
Barricade, III -B
LEI'
240
59.50
$2.280.00
99
Sign Post. Square. I. Reinforced Anchor Base
LFT
579
514.00
58.106.00
100
Sign . Sheet. Encapsulated Lens with Legend. 0.080 in.
SFr
174
518.00
$3.132.00
101
Decorative Street Sign Assembly
EA
9
$1.900.00
$17,100.00
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
ITEM
NO.
102
Concrete Foundation with Grounding. 30 in. Diameter x 96 in.
EA
6
$1.190.00
57.140.00
103
Light Pole Assembly, Street
EA
6
57.600.00
$45.600.00
104
Wire. No. 4, Copper, In Plastic Duct, In Trench. 4 I/C
LET
576
$15.00
58.640.00
105
Service Point. 11
EA
2
51.050.00
$2.100.00
106
Cable Duct Marker
EA
3
590.00
$270.00
107
Handhole. Lighting
EA
1
5950.00
5950.00
108
Conduit. Steel, Galvanized. 2 in.
LET
468
514.00
$6.552.00
109
Wire. No. 4. Copper. In 2 in. Galvanized Steel Conduit, 4 1/C
LEI'
468
515.00
57.020.00
110
Conduit. PVC, 4"
LFT
650
510.00
56.500.00
1 11
Conduit. PVC, 3/4"
LFT
105
$5.00
5525.00
112
Controller Cabinet. P 1. Modified
EA
2
54.200.00
$8.400.00
113
Controller Cabinet Foundation. P1. Modified
EA
2
$1. 000.00
52.000.00
114
Cable Interduct
LFT
5600
515.00
584.000.00
115
Handhole
EA
15
$950.00
$14.250.00
116
Line. Thermoplastic. Dotted White. 8 in. 2' Line. 2' Gap
LET
101
$4.50
$454.50
117
Line. Thermoplastic, Solid. White, 4 in.
LFT
358
50.70
$250.60
118
Line, Thermoplastic, Solid. Yellow, 4 in.
LFT
1.371
$0.70
$959.70
119
Transverse Markings, Thermoplastic, Crosshatch, Yellow. 12 in.
LEI'
137
$2.50
$34250
120
Line. Epoxy, Solid, White. 4 in.
LIT
252
53.00
$756.00
121
Line. Epoxy, Solid, Yellow. 4 in.
LFT
252
$3.00
$756.00
122
Snowplowable Raised Pavement Marker
EA
18
$65.00
$1.170.00
123
Transverse Marking, Thermoplastic, Stop Bar. 24 in.
LFT
62
$5.00
$310.00
124
Transverse Marking, Thermoplastic, Crosswalk Line, 6 in.
LEI'
348
$1.50
$522.00
125
Pavement Message Markings. Thermoplastic. Lane Indication Arrow
EA
3
565.00
$195.00
126
Pavement Message Markings. Thermoplastic. Word (ONLY)
EA
3
585.00
5255.00
127
Transverse Markings, Thermoplastic, Crosswalk Line, 24 in.
LET
480
$5.00
$2.400.00
128
Transverse Markings. Thermoplastic, White Yield Line, 27 in.
EA
62
57.50
$465.00
129
Temporary Pavement Marking. 4 in., Solid. Yellow
LFT
500
$1.00
5500.00
130
'Temporary Pavement Marking, 4 in., Solid. White
LET
375
$1.00
5375.00
131
Spade -Cut Edge at Planting Beds
LF
630
52.00
51,260.00
132
Imported Topsoil - Roundabout
CY
200
528.00
$5.600.00
133
Manufactured Topsoil - Roundabout/Tapered Islands
CY
515
$35.00
$18.025.00
134
Planting Bed Preparation
SF
12.922
50.30
$3.876.60
135
Concrete Curbs at Terraces. Cast -In -Place
LF
408
$39.50
516.116.00
136
Concrete Curb Staining (Terrace Curbs Only)
LF
408
$3.50
$1.428.00
137
Stone Walls W/ Concrete Footing and Reinforcement
LF
224
5276.00
561,824.00
138
Cast Stone Cap for Stone Walls
LF
226
$76.00
$17,176.00
139
Mulch - Large, Oversized River Stone
CY
12
$200.00
$2.400.00
140
Mulch - Shredded Hardwood Bark
CY
85
$40.00
$3.400.00
141
Weed Barrier Geotextile
SF
1436
51.00
$1,436.00
142
Aluminum Landscape Edging
LF
190
$6.00
$1.140.00
143
Tree Lighting Fixtures
EA
16
$780.00
512.480.00
144
Irrigation System
SF
14,378
$0.40
$5,75120
145
Plant - Groundcover. #I Pot
EA
384
516.00
$6.144.00
146
Plant - Perennial, #1 Pot
EA
266
$16.00
$4256.00
147
Plant - Ornamental Grass. #2 Pot
EA
397
$30.00
$11,910.00
148
Plant - Evergreen Shrub. #2 Pot
EA
224
540.00
58,960.00
149
Plant - Ornamental Trees. 8' Ht.
EA
31
$360.00
$11.160.00
150
Plant - Deciduous Trees. 3" Cal.
EA
210
$400.00
$84.000.00
151
Plant - Deciduous Trees - Transplant
EA
2
$200.00
$400.00
152
Water Line and Connections
LF
220
$6.00
$1.320.00
153
Backflow Preventer
EA
2
$200.00
$400.00
154
Water Tap Install, Meter Pit and Connections
LS
2
51500.00
$3.000.00
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
ITEM
NO.
155
Electrical Service and Connections. Transformers
LS
2
52.400.00
$4.800.00
156
Aqua -Swirl Water Quality Unit, AS -2
EA
3
59.300.00
527,900.00
157
Aqua -Swirl Water Quality Unit. AS -3
EA
2
$15.500.00
531,000.00
158
Sian. Sheet Relocation
EA
10
5100.00
$1.000.00
TOTAL RID AMOUNT
$5.895.000.00
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:
ADDENDUM NUMBER DATE
One 7/10/08
Two
Three
BID -3
7/11/08
7/14/08
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fudlp state each exception taken to the Specifications or other Comsat
Doeeanents in Section 5.3 of this Part.
5.3 Bidder is cautioned that am, exception taken by Bidder and deemed by OWNER to he a
material qualification or variance from the terns of the Contract Documents may result
a this Bid being rejected as non - responsive.
5.3 Exceptions:
None
BID -6
PART 6
FINANCIAL STATEMENT
6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without
said financial statement as required by statute shall thereby be rendered invalid. The
Financial statement provided hereunder to OWNER must be specific enough in detail so
that 0 \VNER can make a proper determination of the Bidder's capability for completing
the Work/Project if awarded. Information on Bidder's company and financial statement
shall be consistent with the information requested on the State Board of Accounts Forms
#96a and #102. entitled "Standard Questionnaires and Financial Statement for Bidders'.
BID -7
PART 7
ADDITIONAL DECLARATIONS
7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of
the United States and the State of Indiana prohibiting the discrimination against any
employee or applicant for employment or subcontract work in the performance of the
Work contemplated by the Agreement with respect to hire. tenure, terms. conditions. or
privileges of employment or any matter directly or indirectly related to employment or
subcontracting because of race, religion, color, sex, handicap, national origin. ancestry,
age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves
the right to collect a penalty as provided in IC 5- 16 -6 -1 for any person discriminated
against.
7? The Bidder certifies that he /she has thoroughly examined the site of the Project /Work and
informed himself/herself fully regarding all conditions under which he /she will be
obligated to operate and that in any way affect the Work, and knows, understands and
accepts the existing conditions. The Bidder further certifies that he /she has thoroughly
reviewed the Contract Documents, including all Addenda, and has had the opportunity to
ask questions and obtain interpretations or clarifications concerning Contract Documents.
BID-8
PART 8
NON - COLLUSION AFFIDAVIT
The individual person(s) executing this Bid Proposal. being first duly sworn, depose(s) and
state(s) that the Bidder has not directly or indirectly entered into a combination, collusion.
undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed
herein Or to be bid by another person. or (ii) to prevent any person from bidding, or (hi) to
induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and
submitted without reference to any other bids and without agreement. understanding or
combination, either directly or indirectly, with any persons with reference to such bidding in any
way or manner whatsoever.
PART 9
SIGNATURES
[Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution
of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE
A'IUST BE PROPERLY NOTARIZED]
Bidders Name:
Written Signature:
Printed Name:
Title:
Calu
Civil Contractors, Inc.
evin S. Green
President
Important - Notary Signature and Seal Required in the Space Below
STATE OF Indiana
SS:
COUNTY OF Boone
Subscribed and sworn to before me this l6th day of July
20 08 .
My commission expires: 09/29/13 (Signed)
Printed:
Residing in
Me an ' . Johnso
Hamilton County. State of Indiana
BID -9
BID BOND
City of Carmel
Instructions To Bidders
Bidders nnay inc this form or other form containing the same material conditions and provisions as
approved in advance by OiftNER/Obligee.
Bidder /Surety muss attach a signed, certified and effective dated copy of the Power of Attorney or
.4ttornep -ht -Fact establishing the authority of the person(s) signing this Bid Bond at behalf ofthe Surey'.
Surety company executing this bond shall appear on the most current list of "Surety Companies
Acceptable on Federal Bonds," as specified in the U.S. Treasure' Department Circular. 570, as amended,
and be authorized to wormer business in the State of Indiana,
KNOW ALL MEN BY THESE PRESENTS, that the undersigned
"Bidder ": CALUMET CIVIL CONTRACTORS, INC.
and
"Surety ": [Name] FIDELITY AND DEPOSIT COMPANY OF MARYLAND
[Address] 3910 KESWICK ROAD -
BALTIMORE, MD 21211
a corporation chartered and existing under the laws of the State of
MARYLAND , and authorized to do business in the State of
Indiana,
are held and firmly bound unto the City of Carmel. Indiana ("Obligee ") in the full and just sum equal to
ten percent (10 %) of the price stated in the Bid Proposal described in Part 2, including accepted
alternates, if any, to be paid upon demand of the Obligee, together with interest at the maximum legal rate
from date of demand and any attorney fees and court costs incurred by Obligee to enforce this instrument,
to which payment well and truly to be made we bind ourselves, our heirs, executors. administrators,
successors, and assigns, jointly and severally and firmly by these presents. Ten percent (10 %) of the
price stated in the Bid Proposal is $ 589, 500.00 .
WHEREAS, the Obligee has solicited Bids for certain Work for or in furtherance of construction of
public improvements described generally as
Project 1406 -08; 131" Street: Ditch Road to Spring Mill Road
The reconstruction of 131" Street beginning approximately 430 feet west of Ditch Road and
proceeding eastward to the west side of Spring Mill Road. The proposed improvements
include new asphalt pavement, concrete curb and gutter, asphalt recreational paths, curb
ramps, .storm ,sewer system, sodding, landscaping, and pavement markings. Roundabouts are
proposed at the 131" Street/Ditch Road and 131" Street/Clay Center Road imersecrions, A
reinforced concrete box heart bridge is proposed along 131" Street over Pillion's Creek.
Three- sided precast structures are proposed along 131" Street over Almond Ditch and Henley
Creek -
BB -1
•
pursuant to plans, specifications and other "Contract Documents" included as parts of and designated by
such solicitation: and
WHEREAS, the Bidder has submitted to the Obligee a Bid Proposal to perform such Work.
NOW THEREFORE: The conditions of this obligation are such that if the Rid Proposal be accepted.
with or without conditions, the Bidder shall within such time thereafter as prescribed by the Contract
Documents (i) fulfill all conditions of such award that remain to be fulfilled, (ii) execute a Contract in
accordance with the Bid Proposal and in the form and manner required by the Contract Documents, and
NO thereafter provide all bonds, and other Documentation required by the Contract Documents to be
delivered to Obligee prior to commencing Work, including without limitation a sufficient and satisfactory
Performance Bond and Payment Bond payable to Obligee, each in an amount of one hundred percent
(100 °0) of the total Contract price as awarded and in form and with surety satisfactory to said Obligee,
then this obligation to be void: otherwise to be and remain in full force and virtue in law, and the Surety
shall. upon failure of the Bidder to comply with any or all of the foregoing requirements within the time
specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon
demand, the amount hereof, in good and lawful money of the United States of America, not as a penalty,
but as liquidated damages.
IN TESTIMONY THEREOF, the Bidder and Surety have caused this instrument to be duly signed and
sealed this 16TH day of JULY 2008,
This Bid Bond ,shall bind the undersigned Surety whetter or not also ,signed by the fiidder.
"Bidder" CALU
By:
Pri
L: CONTRACTORS, INC.
"Surety" FIDELITY 'D DEP'SIT COMPANY OE MARYLAND
By: ii
NICK J. RUTIGLIANO
Printed: ATTORNEY IN FACT
Countersigned: N/A
BB -2'
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: #06 -08 —1315` Street: Ditch Road to Spring Mill Road
Proposal For Construction of: The reconstruction of 131st Street beginning
approximately 430 feet west of Ditch Road and
proceeding eastward to the west side of Spring Mill
Road. The proposed improvements include new asphalt
pavement, concrete curb and gutter, asphalt recreational
paths, curb ramps, storm sewer system, sodding,
landscaping, and pavement markings. Roundabouts are
proposed at the 131st Street/Ditch Road and 131st
Street /Clay Center Road intersections. A reinforced
concrete box beam bridge is proposed along 131st Street
over Williams Creek. Three -sided precast structures are
proposed along 131st Street over Almond Ditch and
Henley Creek.
Date: July 16, 2008
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -1
PART)
BIDDER INFORMATION
(Print)
Bidder Name: • The Snider Group Inc.
1.2 Bidder Address: Street Address:
P.O. Box 291
City Zionsville State: IN Zip: 46077
Phone: 317 - 873 -5265 Fa` 317- 873 -5280
1.3 Bidder is a /an [mark one]
•
Individual
Partnership
X
Foreign (Out of State) Corporation; State:
Joint Venture Other
Indiana Corporation
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 42, 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 .Five Million Three Hundred and
Eighty Six Thousand Six Hundred and Eighteen Dollars ($ 5 '3261 M8 22 ). The
and 82/100.-Dollar cknowledges 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
PART3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
PROJECT 806-08 131ST STREET - DITCH ROAD TO SPRINGM I IL ROAD RECONSTRUCTION
ITEMIZED PROPOSAL
7/10/2008
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
1
Construction Engineering
LS
1
555,500.00
555,50.00
2
Mobilization and Demobilization
LS
1
5104,000.00
5104,00.00
3
Mobilization and Demobilization, STRS 2, 3, 4
LS
1
$30 000.00
530,000.00
4
Clearing Right -of-Way
LS
1
567,500.00
567,500.00
5
Present Structure, Remove, STR 2
LS
1
52,000.00
5 2,000.00
6
Present Structure, Remove, STR 3
LS
1
56,00.0
56,000.00
7
Present Structure, Remove, STR 4
IS
1
56,000.00
56,000.00
8
Surface Milling, Asphalt. 1.5 in.
SYS
1040
51.15
51,196.00
9
Excavation, Common
CYS
14460
51445
5208,947.00
10
Borrow
CYS
5315
54.00
521,260.00
11
Temporary Drop Inlet Protection
EA
11
590.00
5990.00
12
Temporary Silt Fence
LET
6541
52.30
515,044.30
13
Stone for Temporary Access, Phase I (Undistributed)
TON
74
545.00
53,330 00
14
Subgrade Treannent, Type IA
SYS
36790
53.22
5118,463.80
15
Structure Backfill Type 1
CYS
5071
519.80
510,405.80
16
Flowable Backfill
CYS
730
570.00
551,100.00
17
Aggregate for End Bent Backfill
CYS
52
541.60
52,163 20
18
Dense Graded Subbase
CYS
186
$41.60
57,737 60
19
Compacted Aggregate, No. 53, Base
TON
2903
522.50
$65,317.50
20
Colored and Jointed Concrete, 7'
SYS
296
510000
529,600.00
21
Colored and Jointed Concrete, 4'
SYS
153
577.00
511,781.00
22
HMA Surface, Type C, 9.5mm
TON
2030
585.00
517? 55000
23
HMA Intermediate, Type C, 19.Omm
TON
3359
562.00
5208,258 00
24
HMA Base, Type 0, 25.0 mm
TON
9766
556.00
5546,896 00
25
BMA Intermediate, Type C, OG 1 9mm
TON
5064
561.00
5308,904.00
26
HMA Surface, Type A
TON
771
5104.00
550,184.00
27
HMA Intermediate, Type A
TON
1285
585.00
5109,225.00
28
HMA for Temporary Pavement
TON
336
581.00
5'27,216.00
29
HMA for Temporary Approaches
TON
19
5165.00
53,135.00
30
Curb Ramp, Concrete (All Types)
SYS
314
513500
542,390.00
31
Sidewalk, Concrete, 4 in.
SYS
36
545.00
$1,620.00
32
Combined Curb and Gutter Type 11
LFT
12154
510.80
5131,263 20
33
Combined Curb and Gutter Type 111
LFT
9687
51080
5104,619.60
34
Combined Curb and Gutter, Roll, Modified
LFT
716
518.00
512,888.00
35
Center Curb, D, Concrete
SYS
39
585.00
$3,315.00
36
PCCP for Approaches, 6 M.
SYS
1003
548.00
548,144.00
37
Barrier Curb for Track Apron
LFT
640
517.00
510,88000
38
HMA for Drive Approaches
TON
71
5190.00
513,490.00
39
Mailbox Assembly Single
EA
19
525000
$4,75000
40
Reinforced Concrete Bridge Approach, 12 inch
SYS
541
5104.00
556,264.00
41
Monument, Section Corner
EA
2
5700.00
51,400.00
42
Benchmark Post
EA
3
5300.00
590.00
43
Riprap, Revetment
TON
1320
530.00
$39,60.00
44
Gentextiles
SYS
1720
53.40
55,848.00
45
Mobilization and Demobilization for Seeding
EA
2
5156.00
5312,00
46
Mulched Seeding, Type T
SYS
10600
50.34
53,604.00
47
Mulched Seeding, Type U
SYS
2344
50.38
5890.72
48
Water
Kgal
70
51040
5728.00
49
Topsoil (Undistributed)
CYS
2600
56.30
$16,380.00
50
Sodding
SYS
21800
52.55
555,590.00
51
Pile Steel H, HP 12 x 53
LFT
648
552.00
533,696.00
52
Pile Tip, Steel H
EA
24
510.00
52,496.00
53
Oversized Predrilled Pile Holes
LFT
240
536.00
58,640.00
54
Concrete, 4, Substructure
CYS
50
5416,00
520,800.00
55
Concrete, A
CYS
58
5375.00
521,750.00
56
Reinforcing Steel, Epoxy Coated
LBS
74493
51.40.
5104,290.20
57
Concrete, C, Superstructure
CYS
894
5520.00
5100,88000
58
Concrete, C, Railing
CYS
60
597000
558,200.00
59
Wingwall, STR 2
LS
1
580,000.00
580,000.00
60
Wingwall, STR 3
LS
1
595,000 00
595,000.00
61
Structure, Precast Three - sided, 20 R. x 9 R. 6 in.
LFT
114
52,982 46
5340,000.44
62
Structure, Precast Three- sided, 28 B. x 9 R. 6 in.
LIT
81
53,51852
5285,000.12
63
Structural Members, Concrete Box Beam, CB, 21 in. x 48 in
SET
2928
561.86
5181,126.06
64
Surface Seal
LS
1
58,400.00
58,400.00
65
Masonry Coating
LS
I
58,600.00
58,600.00
66
Pipe End Bent Drain, 6 in.
LFT
184.
51040
51913.60
67
Pipe Type 4, Circular, 6 in. Double Wall, Smooth Interior
LFT
10218
54.75
548,535.50
68
Pipe, Type 2, Circular 12 in.
LFT
2838
518.00
' 5511081:16,
69
Pipe Type 2, Circular 15 in.
LFT
1016
521.50
521,844.00
70
Pipe, Type 2, Circular 18 in.
LFT
1298
523.90
531,022.20
71
Pipe, Type 2, Circular 24 m.
LET
1375
53600.
549,502.25
51,800 00
72
Pipe End Section, Precast Concrete, 12 in.
EA
3
5600.00
73
Pipe End Section, Precast Concrete, 15 in.
EA
1
5700.00
5700.00
74
Pipe End Section, Precast Concrete, 24 in.
EA
1
$950 00
595000
75
Aggregate for Underdrain
CYS
920
536.63
533,699.60
76
Geotextiles for Underdrain
SYS
7009'
$095
56,658.55
77
Wet, F -7
EA
1
51,075 00
51,075.00
78
Wel, E-7
EA
4
595000
53,800,00
79
Manhole, C-4
EA
26
51,575.00
540,950.00
80
Wet, J -10
EA
12
51,300.00
515,600.00
81
Inlet, M -10
EA
5
51,375.00
56,875.00
82
Catch Basin, KIO
EA
13
51,850.00
524,050.00
83
Pipe Cinch Basin,18in.
EA
7
51,000.00
57,000.00
84
Casting, Adjust to Grade
EA
1
5750.00
5750.00
85
Reconstruct, Manhole
LFT
10
5500.00
55,000.00
86
Hydrnnl, Relocate
EA
1
SI 500.00
51,500.00
87
Adjust to Grade, Valve Box
EA
6
5250.00
51 500.00
88
Manhole, 14
EA
I
52,650.00
52,650.00
89
Wet, B -15
EA
15
52,150.00
$32250.00
90
Wet, C -15
EA
11
5215000
523,650.00
91
Catch Basin, C I5
EA
15
52,700.00
540,500.00
92
Road Closure Sign Assembly
EA
9
5405.00
53,645.00
93
Detour Route Marker Assembly
EA
20
5165.00
53,300.00
94
Construction Sign, A
EA
8
525500
52,04000
95
Construction Sign, B
FA
3
554.00
5162.00
96
Construction Sign, C
EA
3
5385.00
51,155.00
97
Maintaining Traffic
LSUM
1
520,000.00
520,000.00
98
Barricade, Ill -B
LFT
240
523.15
55,556.00
99
Sips Post, Square, 1, Reinforced Anchor Base
LIT
579
514.56
58,430.24
100
Sign , Sheet, Encapsulated Lens with Legend 0 080 in.
SFT
174
518.72
53,257.28
101
Decorative Street Sips Assembly
EA
9
51,976.00
517,784.00
102
Concrete Foundation with Grounding, 30 in. Diameter x 96 in.
FA
6
51,237.00
57,42.00
103
Ljght Pole Assembly, Stmt
EA
6
57,904.00
517,424 00
104
Wire, No. 4, Copper, In Plastic Duct, In Trench, 4 I/C
LFT
576
515.60
58,985.60
105
Service Point, 11
EA
2
51,092.00
52,184.00
106
Cable Duct Marker
EA
3
593.60
5280.80
107
Handbole, Lig sting
EA
1
5988.00
5988.00
108
Conduit, Steel, Galvanized, 2 in.
LEf
468
514.56
56,814 08
109
Wire, No. 4, Copper, In 2 m Galvanized Steel Conduit, 4 1/C
LFT
468
515.60
57,300.80
110
Conduit, PVC, 4'
LFT
650
510,40
56,760.00
111
Conduit, PVC, 3/4"
LET
105
55.20
1546.00
112
Controller Cabinet, Pl, Modified
EA
2
54,368.00
58,736.00
113
Controller Cabinet Foundation, PI, Modified
EA
2
51,040.00
52,080.00
114
Cable Interduct
LFT
5600
515.60
587,360.00
115
Handholc
EA
15
5988.00
514,820.00
116
Line, Thermoplastic, Dotted White, 8 in. 2' Line, 2' Gap
LFT
101
51.30
5131.30
117
Line, Thermoplastic, Solid, White, 4 in.
LFT
358
50.75
5268.50
118
Line Thermoplastic, Solid Yellow, 4 in.
LFT
1,371
50.75
51,028.25
119
... S...x . "la...�g.., .n.lii..,v d.,=.,..- a.w., ..„w.., .=
LEI'
137
52.50
5342.50
120
Line, Epoxy, Solid, White, 4 in.
I.F1'
252
53.25
5819.00
121
Line Epoxy, Solid, Yellow, 4 in.
LFT
252
53.25
5819.00
122
Snowplowable Raised Pavement Marker
EA
18
5175.00
53,150.00
123
Transvase Marking, Thermoplastic, Stop Bar, 24 in.
LFT
62
54.50
5279.00
124
Transverse Markuuuu,, Thermoapplastic, Crosswalk Line
LFT
346
51.35
5469.80
125
•'•" "`•••�...,eg..-mmxntgs .o.owv,ao.....a.�=. w
EA
3
5100.00
5300.00
126
Pavement Message Markings, Thermoplastic, Word (ONLY)
EA
3
5135.00
540500
127
Transverse Meriting', Thermoplastic, Crosswalk Line, 24 in.
LFT
480
54,50
52,160.00
128
Transverse Markings, Thermoplastic, White Yield Line, 27 in.
EA
62
516.50
51,023 00
129
Temporary Pavement Marking, 4 m., Solid, Yellow
LFT
500
50.75
5375.00
130
Temporary Pavement Marking, 4 in., Solid, White
LFT
375
50.75
5281.25
131
Spade-Cut Edge at Planting Beds
LF
630
51.05
5661.50
132
Imported Topsoil - Roundabout
CY
200
539.00
57,800.00
133
Manufactured Topsoil - RomMaboutlfapered lslsnds
CY
515
522.88
511 783.20
134
Planting Bed Preparation
SE
12,922
50.52
5671944
135
Concrete Curbs at Terraces, Cast -In -Place
LF
408
541.60
516,972 80
136
Concrete Curb Staining (Terrace Curbs Only)
LF
408
55.20
52,121.60
137
Stone Walls W/ Concrete Footing and Reinforcement
LE
224
5227.50
55096000
138
Cast Stone Cap for Stone Walls
LF
226
578.23
517,679.98
139
Mulch - Inge, Oversized Kiva Stone
CY
12
593.60
51,123.20
140
Mulch - Shredded Hardwood Bark
CY
85
562.40
55304.00
141
Weed Barrier Geotextile
SF
1,436
51.04
51,493.44
142
Aluminum landscape Edging
LF'
190
57.28
51 383.20
143
Tree Lighting Fixtures
EA
16
5811.20
512,979 20
144
Irrigation System
SF
14,378
51.61
523,148.58
145
Plant - Gaaidcover, 4l Pot
EA
384
513.52
55,191.68
146
Plain - Perennial, 41 Pot
EA
266
514.56
53,872.96
147
Platt - Ornamental Gass, q2 Pot
EA
397
519.76
5184472
148
Plan - Evergreen Shrub, 02 Pm
IA
224
552.00
511,64800
149
Plant - Ornamental Trees, 8' Ht.
EA
31
5431.60
513,379.60
150
Plant - Deciduous Trees, 3' Cal.
EA
210
5546.00
5114 660.00
151
Plant - Deciduous Trees - Transplant
EA
2
5260.00
$52000
_27
152
Water Line and Connections
LP
220
$18.72
54,11840
153
Bacldlow Preventer
EA
2
5520.00
51 04000
154
Water Tap Install, Meter Pit and Connections
LS
2
51,000 00
5200000
155
Electrical Service and Connections, Trmufotnms
LS
2
52,496.00
54.992.00
156
Aqua -Swirl Water Quality Unit, AS-2
EA
3
58,480.00
525,440.00
157
Aqua -Swirl Water Quality Unit, AS -3
EA
2
514,271.00
528,54200
158
Sign, Sheet Relocation
EA
10
5104.00
51,040 00
TOTAL BID AMOUNT
55 ,386,618.82
5txr61s.91 +94'
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 July 10, 2008
Addendum 2 July 11, 2008
Addendum 3 July 13, 2008
BID -5
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contact
Documents in Section 5.3 of this Part.
5.7 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 Contact Documents may result
in this Bid being rejected as non - responsive.
5.3 Exceptions:
NONE
13ID -6
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
In.sructions To Bidders:
This Jbrnt shall be utilized by all Bidders. Except as otherwise specifically provided, all Paris
shall be fully and accurately filled in and completed and notarised.
Project: 06 -08 —13In Street: Ditch Road to Spring Mill Road
Proposal For Construction of : The reconstruction of 131st Street beginning
approximately 430 feet west of Ditch Road and
proceeding eastward to the west side of Spring Mill
Road. The proposed improvements include new asphalt
pavement, concrete curb and gutter, asphalt recreational
paths, curb ramps, storm sewer system, sodding,
landscaping, and pavement markings. Roundabouts are
proposed at the 131st Street /Ditch Road and 131st
Street /Clay Center Road intersections. A reinforced
concrete box beam bridge is proposed along 131st Street
over Williams Creels. Three -sided precast structures are
proposed along 131st Street over Almond Ditch and
Henley Creek.
Date: July 16, 2008
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -I
1
1
1
1
1
1
1
1
1
1
1
1
i
PANG 1
BIDDER INFORMATION
(Print
1.1 Bidder Name: Rieth —Riley Construction Co., Inc.
1.2 Bidder Address: Street Address: 1751 W. Minnesota St. , PO Box 276
City: Indianapolis State: IN Zip: 46206
Phone: 317/634 -5561'
1.3 Bidder is a /an [mark one]
Individual
Fax 317/631 -6423
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 .4c1 as stated therein and expressed in the
Attorney General 's Opinion #2, dated January 23, 1958.]
I Corporation Name:
2 Address:
3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
07/11/2008 07:20 3177806525
CROSSROAD ENGINEERS
PART 2
BID PROPOSAL
PAGE 18/18
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 Five Million Six Hundred Forty Eight
Thousand Three Hundred Twenty Eight and 00 /100 Dollars (S 5,648,328.00 ). 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
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding 017
Unit Price Contracts for the Contract hems shown]
Contract Description/ Estimated
Item No. Unit Price [in Words} Quantity
Prices In Fia,ures
Unit
Price
Total Price
for Item
131D -4
PART
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
PROJECT #06-08 131ST STREET - DITCH ROAD TO SPR1NGMILL ROAD RECONSTRUCTION
ITEMIZED PROPOSAL
7/10/2008
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
'
AMOUNT
1
Construction Engineering
LS
I
$59,300.00
$59,300.00
2
Mobilization and Demobilization
LS
1
$123,926.88
$123,926.88
3
Mobilization and Demobilization, STRs 2, 3, 4
LS
1
$82,900.00
$82,900.00
4
Clearing Right -of -Way
LS
1
$16,000.00
$16,000.00
5
Present Structure, Remove, STR 2
LS
1
$3,600.00
$3,600.00
6
Present Structure, Remove, STR 3
LS
1
$5,400.00
$5,400.00
7
Present Structure, Remove, STR 4
LS
1
$77,000.00
$77,000.00
8
Surface Milling, Asphalt, 1.5 in.
SYS
1040
$8.00
$8,320.00
9
Excavation, Common
CYS
14460
$18.00
$260.280.00
10
Borrow
CYS
5315
$10.00
$53,150.00
11
Temporary Drop Inlet Protection
EA
11
$150.00
$1,650.00
12
Temporary Silt Fence
LFT
6541
$3.00
$19,623.00
13
Stone for Temporary Access, Phase I (Undistributed)
TON
74
$71.00
$5,254.00
14
Subgrade Treatment, Type IA
SYS
36790
$4.50
$165,555.00
15
Structure Backfill, Type 1
CYS
5071
$19.00
$96,349.00
16
Flowable Backfill
CYS
730
$78.60
$57,378.00
17
Aggregate for End Bent Backfill
CYS
52
$53.88
$2,801.76
18
Dense Graded Subbase
CYS
186
$50.20
$9,33720
19
Compacted Aggregate, No. 53, Base
TON
2903
$23.00
$66,769.00
20
Colored and Jointed Concrete, 7"
SYS
296
$90.00
526.640.00
21
Colored and Jointed Concrete, 4"
SYS
153
$85.00
$13,005.00
22
HMA Surface, Type C, 95mm
TON
2030
$89.00
$180,670.00
23
HMA Intermediate, Type C, 19.Omm
TON
3359
$57.00
$191,463.00
24
HMA Base, Type C, 25.0 mm
TON
9766
$56.00
$546,896.00
25
HMA Intermediate, Type C, OG 19mm
TON
5064
$63.00
$319,032.00
26
HMA Surface, Type A
TON
771
$88.00
$67,848.00
27
HMA Intermediate, Type A
TON
1285
$63.00
$80,955.00
28
HMA for Temporary Pavement
TON
336
$72.00
$24,192.00
29
HMA for Temporary Approaches
TON
19
$76.00
$1,444.00
30
Curb Ramp, Concrete (All Types)
SYS
314
$105.00
$32,970.00
31
Sidewalk, Concrete, 4 in.
SYS
36
$51.00
$1,836.00
32
Combined Curb and Gutter Type I I
LFT
12154
$12.00
$145.848.00
33
Combined Curb and Gutter Type 111
LFT
9687
$12.00
$116.244.00
34
Combined Curb and Gutter, Roll, Modified
LFT
716
$15.00
$10,740.00
35
Center Curb, D, Concrete
SYS
39
$80.00
$3,120.00
36
PCCP for Approaches, 6 in.
SYS
1003
$50.00
$50,150.00
37
Barrier Curb for Truck Apron
LFT
640
$21.00
$13,440.00
38
HMA for Drive Approaches
TON
71
$128.00
$9,088.00
39
Mailbox Assembly, Single
EA
19
$160.00
$3,040.00
40
Reinforced Concrete Bridge Approach, 12 inch
SYS
541
$80.64
$43,626.24
41
Monument, Section Corner
EA
2
$450.00
$900.00
42
Benchmark Post
EA
3
$550.00
$1,650.00
43
Riprap, Revetment
TON
1320
$26.75
$35,310.00
44
Geotextiles
SYS
1720
$2.00
$3.440.00
45
Mobilization and Demobilization for Seeding
EA
2
$600.00
$1,200.00
46
Mulched Seeding, Type T
SYS
10600
$0.40
$4,240.00
47
Mulched Seeding, Type U
SYS
2344
$1.20
$2,812.80
48
Water
Kgal
70
$24.00
$1,680.00
BID-4
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
49
Topsoil (Undistributed)
CYS
2600
$36.00
$93.600.00
50
Sodding
SYS
21800
$3.00
$65,400.00
51
Pile, Steel H, HP 12 x 53
LFT
648
$54.50
$35,316.00
52
Pile Tip, Steel H
EA
24
$102.00
$2,448.00
53
Oversized Predrilled Pile Holes
LFT
240
$16.70
$4.008.00
54
Concrete, A, Substructure
CYS
50
$662.00
$33,100.00
55
Concrete, A
CYS
58
$270.00
$15,660.00
56
Reinforcing Steel, Epoxy Coated
LBS
74493
$1.17
$87,156.81
57
Concrete, C, Superstructure
CYS
194
$522.00
$101.268.00
58
Concrete, C, Railing
CYS
60
$736.00
544.160.00
59
Wingwall, STR 2
LS
1
$70,000.00
$70.000.00
60
Wingwall, STR 3
LS
1
$55,000.00
$55.000.00
61
Structure, Precast Three - sided, 20 ft. x 9 ft. 6 in.
LFT
114
$2.763.00
$314,982.00
62
Structure, Precast Three- sided, 28 ft. x 9 ft. 6 in.
LFT
81
$3,434.00
$278,154.00
63
Structural Members, Concrete Box Beam, CB, 21 in. x 48 in
SFT
2928
$74.62
$218,48736
64
Surface Seal
LS
1
$9,050.00
$9,050.00
65
Masonry Coating
LS
I
$7,020.00
$7,020.00
66
Pipe, End Bent Drain, 6 in.
LFT
184
$10.00
$1,840.00
67
Pipe, Type 4, Circular, 6 in. Double Wall, Smooth Interior
LFT
10218
$4.35
$44.448.30 --
68
Pipe, Type 2, Circular, 12 in.
LFT
2838
$31.00
$87,978.00
69
Pipe, Type 2, Circular, 15 in.
LFT
1016
$31.00
$31,496.00
70
Pipe, Type 2, Circular, 18 in.
LFT
1298
$31.00
$40.238.00
71
Pipe, Type 2, Circular, 24 in.
LFT
1375
$38.00
$52.250.00
72
Pipe End Section, Precast Concrete, 12 in.
EA
3
$660.00
$1,980.00
73
Pipe End Section, Precast Concrete, 15 in.
EA
1
$730.00
$730.00
74
Pipe End Section, Precast Concrete, 24 in.
EA
1
$750.00
$750.00
75
Aggregate for Underdrain
CYS
920
$39.60
$36,432.00
76
Geotextiles for Underdrain
SYS
7009
$2.00
$14,018.00
77
Inlet, F -7
EA
1
$1.900.00
$1,900.00
78
Inlet, E -7
EA
4
$1,400.00
$5,600.00
79
Manhole, C -4
EA
26
$2,700.00
$70.200.00
80
Inlet, 1 -10
EA
12
$2,300.00
$27,600.00
81
Inlet, M -10
EA
5
$2.300.00
$11,500.00
82
Catch Basin, ICI0
EA
13
$2,000.00
$26,000.00
_ 83_
Pipe Catch Basin, -I Sin.._ -__ ._ _
_ ...7
_ $840.00 ._
_ . $5,880.00
84
Casting, Adjust to Grade
EA
I
$300.00
$300.00
85
Reconstruct, Manhole
LFT
10
$500.00
$5,000.00
86
Hydrant, Relocate
EA
1
$1,900.00
$1,900.00
87
Adjust to Grade, Valve Box
EA
6
$2,000.00
$12,000.00
88
Manhole, 14
EA
1
$4.100.00
$4,100.00 . -
89
Inlet, B -15
EA
15
$2,500.00
$37,500.00
90
Inlet, C -15
EA
I I
$2,600.00
$28,600.00
91
Catch Basin, C15
EA
15
$2,500.00
$37,500.00
92
Road Closure Sign Assembly
EA
9
$410.00
$3.690.00
93
Detour Route Marker Assembly
EA
20
$115.00
$2,300.00
94
Construction Sign, A
EA
8
$325.00
$2,600.00
95
Construction Sign, B
EA
3
$75.00
$225.00
96
Construction Sign, C
EA
3
$299.00
$897.00
97
Maintaining Traffic
LSUM
1
$9.500.00
$9.500.00
98
Barricade, III -B
LFT
240
$22.50
$5,400.00
99
Sign Post, Square, I. Reinforced Anchor Base
LFT
579
$14.00
$8,106.00
100
Sign, Sheet, Encapsulated Lens with Legend. 0.080 in.
SFT
174
$18.00
$3,132.00
101
Decorative Street Sign Assembly
EA
9
$1,900.00
$17.100.00
102
Concrete Foundation with Grounding, 30 in. Diameter x 96 in.
EA
6
$1,190.00
$7,140.00
103
Light Pole Assembly, Street
EA
6
$7,600.00
$45,600.00
104
Wire, No. 4, Copper, In Plastic Duct, In Trench, 4 1/C
LFT
576
$15.00
$8,640.00
BID -4
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
105
Service Point, II
EA
2
$1.050.00
$2,100.00
106
Cable Duct Marker
EA
3
$90.00
$270.00
107
Handhole, Lighting
EA
1
$950.00
$950.00
108
Conduit, Steel, Galvanized, 2 in.
LFT
468
$14.00
$6,552.00
109
Wire, No. 4, Copper, In 2 in. Galvanized Steel Conduit, 4 I/C
LFT
468
$15.00
$7,020.00
110
Conduit, PVC, 4"
LFT
650
$10.00
$6,500.00
111
Conduit, PVC, 3/4"
LFT
105
$5.00
$525.00
112
Controller Cabinet, P1, Modified
EA
2
$4,200.00
$8,400.00
113
Controller Cabinet Foundation, P1, Modified
EA
2
$1,000.00
$2,000.00
114
Cable Interduct
LFT
5600
$15.00
$84,000.00
115
Handhole
EA
15
$950.00
$14.250.00
116
Line, Thermoplastic, Dotted White, 8 in. 2' Line, 2' Gap
LFT
101
$4.00
$404.00
117
Line. Thermoplastic, Solid, White, 4 in.
LFT
358
$0.90
$322.20
118
Line, Thermoplastic, Solid, Yellow, 4 in.
LFT
1,371
$0.75
$1.028.25
119
Transverse Markings, Thermoplastic, Crosshatch, Yellow, 12 in.
LFT
137
$2.80
$383.60
120
Line, Epoxy, Solid, White, 4 in.
LFT
252
$4.85
$1,222.20
121
Line. Epoxy, Solid, Yellow, 4 in.
LFT
252
$4.85
$1,222.20
122
Snowplowable Raised Pavement Marker
EA
18
$75.00
$1,350.00
123
Transverse Marking, Thermoplastic, Stop Bar, 24 in.
LFT
62
$5.60
$347.20 -
124
Transverse Marking, Thermoplastic, Crosswalk Line, 6 in.
LFT
348
$1.40
$48720
125
Pavement Message Markings, Thermoplastic, Lane Indication Arrow
EA
3
$110.00
$330.00
126
Pavement Message Markings, Themioplastic, Word (ONLY)
EA
3
$150.00
$450.00
127
Transverse Markings, Thermoplastic, Crosswalk Line, 24 in.
LFT
480
$5.60
$2,688.00
128
Transverse Markings, Thermoplastic, White Yield Line, 27 in.
EA
62
$33.50
$2,077.00
129
Temporary Pavement Marking, 4 in., Solid, Yellow
LFT
500
$2.00
$1,000.00
130
Temporary Pavement Marking, 4 in., Solid, White
LFT
375
$2.00
$750.00
131
Spade -Cut Edge at Planting Beds
LF
630
$2.00
$1.260.00
132
Imported Topsoil - Roundabout
CY
200
$28.00
$5,600.00
133
Manufactured Topsoil - Roundabout/Tapered Islands
CY
515
$35.00
518,025.00
134
Planting Bed Preparation
SF
12,922
$0.30
$3,876.60
135
Concrete Curbs at Terraces, Cast -In -Place
LF
408
$41.00
$16,728.00
136
Concrete Curb Staining (Terrace Curbs Only)
LF
408
$20.00
$8,160.00
137
Stone Walls W/ Concrete Footing and Reinforcement
LF
224
$20.00
$4,480.00
-_138
Cast Stone,Cap for_Stone Walls ... . -� -...
1.F__
_ 226
$10.00
$2,260.00-
139
Mulch - Large, Oversized River Stone
CY
12
$200.00
$2,400.00
140
Mulch - Shredded Hardwood Bark
CY
85
$40.00
$3,400.00
141
Weed Barrier Geotextile
SF
1,436
- $1.00
$1,436.00
142
Aluminum Landscape Edging
LF
190
$6.00
$1,140.00
143-
Tree- Lighting-Fixtures
EA
16
$980.00
$15,680.00.
144
Irrigation System
SF
14,378
$0.40
$5,751.20
145
Plant - Groundcover, #1 Pot
EA
384
516.00
$6,144.00
146
Plant - Perennial, #1 Pot
EA
266
$16.00
$4.256.00
147
Plant - Ornamental Grass, #2 Pot
EA
397
$30.00
$11,910.00
148
Plant - Evergreen Shrub, #2 Pot
EA
224
$40.00
$8,960.00
149
Plant - Omamental Trees, 8' Ht.
EA
31
. $360.00
$11,160.00
150
Plant - Deciduous Trees, 3" Cal.
EA
210
$400.00
$84.000.00
151
Plant - Deciduous Trees - Transplant
EA
2
$299.00
$598.00
152
Water Line and Connections
LF
220
$6.00
$1.320.00
153
Backflow Preventer
EA
2
$200.00
$400.00
154
Water Tap Install, Meter Pit and Connections
LS
2
$9,500.00
$19,000.00
155
Electrical Service and Connections, Transformers
LS
2
$2,400.00
$4,800.00
156
Aqua -Swirl Water Quality Unit, AS -2
EA
3
$13,000.00
$39.000.00
157
Aqua -Swirl Water Quality Unit, AS -3
EA
2
$17,000.00
$34,000.00
158
Sign. Sheet Relocation
EA
10
$100.00
$1,000.00
TOTAL BID AMOUNT
$5,648,328.00
BID -4
■'
1
1
r
1
1
1
1
1
0
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of Ml 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 7/10/08
2 7/11/08
3 7/14/08
131D -5
PART;
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall lid& state each exception taken to the Specifications or other Cotnract
Documents in Section 5.3 of this Part.
5.d Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be o
material qualification or vcn fiance from the terms of the Contract Docannents HMI) result
in this Bid being rejected as non - responsive.
5.3 Exceptions:
None.
f31 D -6
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherudse specifically provided, all Parrs
shall be Ally and accurately filled in and completed and notarized.
Project: #06 -08 —13r Street: Ditch Road to Spring Mill Road
Proposal For Construction of : The reconstruction of 131st Street beginning
approximately 430 feet west of Ditch Road and
proceeding eastward to the west side of Spring Mill
Road. The proposed improvements include new asphalt
.pavement, concrete curb and gutter, asphalt recreational
paths, curb ramps, storm sewer system, sodding,
landscaping, and pavement markings. Roundabouts are
proposed at the 131st Street /Ditch Road and 131st
Street /Clay Center Road intersections. A reinforced
concrete box beam bridge is proposed along 131st Street
over Williams Creek. Three- sided precast structures are
proposed along 131st Street over Almond Ditch and
Henley Creek.
Date: 74/ad
To City of Carmel, Indiana, Board of Public Works and Safety
('ART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: C.e; &v. t C. o ke,'
1.2 Bidder Address: Street Address: 9tt) t • gotk Stiver
City: I41DA S State: Pa
rip: 4/426e
Phone: 3t1-334- 0158 Fax 3 f - 334- l\ S
1.3 (Bidder is a /an [mark nneJ
Individual
Partnership f 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 /Dint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secreiar; oldie State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2. dated./anuarn 23, 1958.]
I Corporation Name:
? Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
PART 2
131ll 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 Item�``s, total YtvF Mlt.UAOM Ft&11T floutr Ft)
tt
EIr�uIY Ft(-rmr.nn �n
no sTiktnt WhfrzEn :i1m ! Uo1lars (S 5f3 q. G7 .(orj ). The
Bidder acknowledges that evaluation of the lowest Bid shall' be ba ed 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
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
PROJECT 006 -08 13IST STREET - DITCH ROAD TO SPRINGM ILL ROAD RECONSTRUCTION
ITEMIZED PROPOSAL
7/10/2008
ITEM
NO.
DESCRIPTION
UNIT
QUANTI'T'Y
UNIT PRICE
AMOUNT
1
Construction Engineering
LS
1
$125,000.00
$125,000.00
2
Mobilization and Demobilization
LS
1
$293,000.00
$293.000.00
3
Mobilization and Demobilization, STRs 2, 3, 4
LS
1
$30,000.00
$30.000.00
4
Clearing Right -of -Way
LS
1
$115,000.00
$115,000.00
5
Present Structure. Remove. STR 2
LS
1
$2,500.00
$2,500.00
6
Present Structure, Remove, STR 3
LS
1
$2,500.00
$2.500.00
7
Present Structure. Remove, STR 4
LS
1
$25,000.00
$25.000.00
8
Surface Milling Asphalt, 1.5 in.
SYS
1040
$6.00
$6.240.00
9
Excavation. Common
CYS
14460
$31.00
$448.260.00
10
Bon-ow
CYS
5315
$10.00
$53,150.00
1 I
Temporary Drop Inlet Protection
EA
11
$75.00
$825.00
12
Temporary Silt Fence
LFT
6541
$1.15
$7,522.15
13
Stone for Temporary Access, Phase 1 (Undistributed)
TON
74
$20.00
$1.480.00
14
Subgrade Treatment, Tvpe IA
SYS
36790
$3.40
$125.086.00
15
Structure Backfill Tvpe 1
CYS
5071
$18.50
$93.813.50
16
Flowable Backfill
CYS
730
$60.00
$43.800.00
17
Aggregate for End Bent Backfill
CYS
52
$40.00
$2.080.00
18
Dense Graded Subbase
CYS
186
$35.00
56.510.00
19
Compacted Aggregate, No. 53, Base
TON
2903
$25.00
$72,575.00
20
Colored and Jointed Concrete, 7"
SYS
296
$55.00
$16.280.00
21
Colored and Jointed Concrete, 4"
SYS
153
$49.00
$7,497.00
22
HMA Surface, Type C, 9.5mtn
T'ON
2030
$81.70
$165.851.00
23
11MA Intermediate Tvpe C, 19.0mm
TON
3359
$59.70
$200.532.30
24
HMA Base, Type C 25.0 mm
TON
9766
554.00
$527,364.00
25
HMA Intermediate. Tvpe C, OG 19mm
TON
5064
$58.30
$295.231.20
26
HMA Surface, Type A
TON
771
$100.00
$77,100.00
27
HMA Intermediate. Tvpe A
TON
1285
$81.80
$105.113.00
28
14MA for Temporary Pavement
TON
336
$78.40
$26.342.40
29
HMA for Temporary Approaches
TON
19
$160.00
$3.040.00
30
Curb Ramp Concrete (All Types)
SYS
314
$125.00
$39,250.00
31
Sidewalk, Concrete. 4 in.
SYS
36
$30.00
$1,080.00
32
Combined Curb and Gutter Type 11
LFT
12154
$12.00
$145,848.00
33
Combined Curb and Gutter Type 111
LFT
9687
$12.00
$116,244.00
34
Combined Curb and Gutter, Roll, Modified
LFT
716
$13.00
$9.308.00
35
Center Curb, D, Concrete
SYS
39
$58.00
$2,262.00
36
PCCP for Approaches, 6 in.
SYS
1003
$42.00
$42,126.00
37
Barrier Curb for Truck Apron
LFT
640
$20.00
$12,800.00
38
HMA for Drive Approaches
TON
71
$180.00
$12.780.00
39
Mailbox Assembly. Single
EA
19
$160.00
$3.040.00
40
Reinforced Concrete Bridge Approach. 12 inch
SYS
541
560.00
$32,460.00
41
Monument, Section Corner
EA
2
$640.00
$1,280.00
42
Benchmark Post
EA
3
$500.00
$1.500.00
43
Riprap. Revetment
TON
1320
$33.50
$44,220.00
44
Geotextiles
SYS
1720
$1.80
$3,096.00
45
Mobilization and Demobilization for Seeding
EA
2
$450.00
$900.00
46
Mulched Seeding, Type T
SYS
10600
$0.35
$3,710.00
47
Mulched Seeding. Tvpe U
SYS
2344
50.85
$1.992.40
48
Water
Kgal
70
510.00
$700.00
49
Topsoil (Undistributed)
CYS
2600
$1.00
$2.600.00
50
Sodding
SYS
21800
$2.50
$54,500.00
51
Pile, Steel H HP 12 x 53
LET
648
$70.00
$45,360.00
52
Pile Tip. Steel H
EA
24
5100.00
$2,400.00
53
Oversized Predrilled Pile Holes
LFT
240
$40.00
$9,600.00
54
Concrete, A, Substructure
CYS
50
$400.00
$20,000.00
BID-4
ITEM
N0.
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
55
Concrete. A
CYS
58
$200.00
$11,600.00
$96.840.90
56
Reinforcing Steel. Epoxy Coated
LBS
74493
$1.30
57
Concrete, C, Superstructure
CYS
194
$550.00
$106,700.00
58
Concrete, C, Railing
CYS
60
$400.00
$24,000.00
59
Wingwall, STR 2
LS
1
$75,000.00
$75,000.00
60
Wingwall, STR 3
LS
1
$75,000.00
$75,000.00
61
Structure, Precast Three- sided, 20 ft. x 9 ft. 6 in.
LFT
114
$3,000.00
$342,000.00
62
Structure, Precast Three - sided, 28 ft. x 9 ft. 6 in.
LFT
81
$4,000.00
$324,000.00
63
Structural Members. Concrete Box Beam. CB, 21 in. x 48 in
SET
2928
$65.00
$190,320.00
64
Surface Seal
LS
1
$3,500.00
$3,500.00
65
Masonry Coating
LS
1
$3,500.00
$3.500.00
66
Pipe, End 13ent Drain, 6 in.
LFT
184
$7.00
$1.288.00
67
Pipe, Type 4 Circular, 6 in. Double Wall. Smooth Interior
LFT
10218
$4.00
$40.872.00
68
Pipe, Type 2, Circular, 12 in.
LFT
2838
$21.00
$59.598.00
69
Pipe, Type 2, Circular, 15 in.
LFT
1016
$24.00
$24,384.00
70
Pipe, Type 2, Circular, 18 in.
LFT
1298
$28.00
$36.344.00
71
Pipe, Type 2 Circular. 24 in.
LFT
1375
$30.00
$41.250.00
72
Pipe End Section, Precast Concrete, 12 in.
EA
3
$500.00
$1,500.00
73
Pipe End Section, Precast Concrete, 15 in.
EA
1
$600.00
$600.00
74
Pipe End Section, Precast Concrete, 24 in.
EA
I
$700.00
$700.00
75
Aagregate for Underdrain
CYS
920
$30.20
$27.784.00
76
Geotextiles for Underdrain
SYS
7009
$1.10
$7,709.90
77
Inlet, F -7
EA
1
$1,150.00
$1.150.00
78
Inlet, E -7
EA
4
$1,100.00
$4.400.00
79
Manhole, C -4
EA
26
$2,200.00
$57,200.00
80
Inlet, 1 -10
EA
12
$1,325.00
$15.900.00
81
Inlet, M -10
EA
5
$1,370.00
$6.850.00
82
Catch Basin, K10
EA
13
$2,900.00
$37.700.00
83
Pipe Catch Basin. 18in.
EA
7
$1,000.00
$7.000.00
84
Casting, Adjust to Grade
EA
1
$400.00
$400.00
85
Reconstruct, Manhole
LFT
10
$300.00
$3,000.00
86
Hydrant, Relocate
EA
1
$1,500.00
$1.500.00
87
Adjust to Grade, Valve Box
EA
6
$250.00
$1.500.00
88
Manhole,14
EA
1
$3,000.00
$3,000.00
89
Inlet, 8-15
EA
15
$1,950.00
$29.250.00
90
Inlet, C -15
EA
I 1
$1,950.00
$21.450.00
91
Catch Basin, C15
EA
15
$3,500.00
$52.500.00
92
Road Closure Sign Assembly
EA
9
$275.00
$2.475.00
93
Detour Route Marker Assembly
EA
20
$150.00
$3.000.00
94
Construction Sign, A
EA
8
$250.00
$2.000.00
95
Construction Sign, B
EA
3
$45.00
$135.00
96
Construction Sign, C
EA
3
$300.00
$900.00
97
Maintaining Traffic
LSUM
1
$25,000.00
$25.000.00
98
Barricade, 111 -B
LFT
240
$9.50
$2.280.00
99
Sign Post Square, 1. Reinforced Anchor Base
LFT
579
$14.00
$8,106.00
100
Sign , Sheet, Encapsulated Lens with Legend, 0.080 in.
SFT
174
$18.00
$3.132.00
101
Decorative Street Sign Assembly
EA
9
$1,900.00
$17.100.00
102
Concrete Foundation with Grounding, 30 in. Diameter 96 in.
EA
6
$1,190.00
$7,140.00
$45.600.00
103
Light Pole Assembly. Street
EA
6
$7,600.00
104
Wire. No. 4, Copper. In Plastic Duct, In Trench, 4 I/C
LFT
576
$15.00
$8,640.00
105
Service Point, II
EA
2
$1,050.00
$2.100.00
106
Cable Duct Marker
EA
3
$90.00
$270.00
107
Handhole, Lighting
EA
1
$950 -00
$950.00
108
Conduit, Steel, Galvanized. 2 in.
LFT
468
$14.00
$6,552.00
109
Wire. No. 4, Copper, In 2 in. Galvanized Steel Conduit, 4 1/C
LFT
468
$15.00
$7,020.00
110
Conduit, PVC, 4"
LFT
650
$10.00
$6,500.00
I 1 I
Conduit, PVC, 3/4"
LFT
105
$5.00
$525.00
112
Controller Cabinet. P1, Modified
EA
2
$4,200.00
$8.400.00
113
Controller Cabinet Foundation. P1, Modified
EA
2
$1,000.00
$2,000.00
114
Cable Interduct
LFT
5600
$12.50
570.000.00
115
Handhole
EA
15
$750.00
$11.250.00
116
Line. Thermoplastic. Dotted White, 8 in. 2' Line, 2' Gap
LFT
101
$4.50
$454.50
BID-4
ITEM
NO.
DESCRIPTION
UNI "I'
QUANTITY
UNIT PRICE
AMOUNT
117
Line, Thermoplastic. Solid, White, 4 in.
LFT
358
$0.70
$250.60
118
Line, Thermoplastic. Solid, Yellow, 4 in.
LFT
1,371
$0.70
$959.70
119
Transverse Markings, Thermoplastic. Crosshatch, Yellow, 12 in.
LFT
137
$2.50
$342.50
120
Line, Epoxy, Solid. White, 4 in.
LFT
252
$3.00
$756.00
121
Line, Epoxy, Solid. Yellow, 4 in.
LFT
252
$3.00
$756.00
122
Snowplowable Raised Pavement Marker
EA
18
$65.00
$1,170.00
123
Transverse Marking, Thermoplastic, Stop Bar. 24 in.
LET
62
$5.00
$310.00
124
Transverse Marking. Thermoplastic, Crosswalk Line, 6 in.
LET
348
$1.50
$522.00
125
Pavement Message Markings, Thermoplastic, l.,ane Indication Arrow
EA
3
$65.00
$195.00
126
Pavement Message Markings, Thermoplastic, Word (ONLY)
EA
3
$85.00
$255.00
127
Transverse Markings, Thermoplastic. Crosswalk Line, 24 in.
LFT
480
$5.00
52,400.00
128
Transverse Markings, Thermoplastic. White Yield Line, 27 in.
EA
62
$7.50
$465.00
129
Temporary Pavement Marking 4 in. Solid. Yellow
LFT
500
51.00
5500.00
130
Temporary Pavement Marking, 4 in. Solid, White
LFT
375
$1.00
$375.00
131
Spade -Cut Edge at Planting I3eds
LF
630
$1.30
$819.00
132
Imported Topsoil - Roundabout
CY
200
$20.00
$4,000.00
133
Manufactured Topsoil - Roundabout/Tapered Islands
CY
515
$25.00
$12.875.00
134
Planting Bed Preparation
SF
12,922
$0.25
$3.230.50
135
Concrete Curbs at Terraces, Cast -In -Place
LF
408
$20.00
58,160.00
136
Concrete Curb Staining (Terrace Curbs Only)
LP
408
$20.00
$8,160.00
137
Stone Walls W/ Concrete Footing and Reinforcement
LF
224
$250.00
$56,000.00
138
Cast Stone Cap for Stone Walls
LF
226
$30.00
56,780.00
139
Mulch - Large, Oversized River Stone
CY
12
$132.00
$1,584.00
140
Mulch - Shredded Hardwood Bark
CY
85
$70.00
$5,950.00
141
Weed Barrier Gcotextile
SF
1,436
$0.30
$430.80
142
Aluminum Landscape Edging
LF
190
$8.10
51,539.00
143
Tree Lighting Fixtures
EA
16
5780.00
$12.480.00
144
Irrigation System
SF
14,378
$0.75
$10,783.50
145
Plant - Groundcover, #1 Pot
EA
384
$14.80
$5,683.20
146
Plant - Perennial, #1 Pot
EA
266
$14.80
$3,936.80
147
Plant - Ornamental Grass. #2 Pot
EA
397
$25.80
510.242.60
148
Plant - Evergreen Shrub, #2 Pot
EA
224
$35.30
$7,907.20
149
Plant - Ornamental Trees. 8' Ht.
EA
31
$375.00
$11,625.00
150
Plant - Deciduous Trees, 3" Cal.
EA
210
$480.00
$100,800.00
151
Plant - Deciduous Trees - Transplant
EA
2
$750.00
51,500.00
152
Water Line and Connections
LF
220
$5.00
$1,100.00
153
Backllow Preventer
EA
2
$400.00
$800.00
154
Water Tap Install, Meter Pit and Connections
LS
2
$4,000.00
$8,000.00
155
Electrical Service and Connections, Transformers
LS
2
$2,400.00
$4,800.00
156
Aqua -Swirl Water Quality Unit, AS -2
EA
3
$22,000.00
$66,000.00
157
Aqua -Swirl Water Quality Unit, AS -3
EA
2
$28,000.00
556,000.00
158
Sign. Sheet Relocation
EA
10
$175.00
$1,750.00
TOTAL BID AMOUNT
$5,888,762.65
BID -4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER
2
3
BID -5
PART 5
EXCEPTIONS
hzctructions 7b Bidders:
3._1 The Bidder shall fuIIv state each exception taken to the Specifications or other COlilract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that (1171% exception taken by Bidder and deemed by OfVA'ER to he 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:
13 11 -6
PART 6
FINANCIAL STATEMENT
6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without
said financial statement as required by statute shall thereby be rendered invalid. The
financial statement provided hereunder to OWNER must be specific enough in detail so
that OWNER can Make a proper determination of the Bidder's capability for completing
the World /Project if awarded. Information on Bidders company and financial statement
shall be consistent with the information requested on the State Board of Accounts Forms
#96a and #102. entitled "Standard Questionnaires and Financial Statement for Bidders ".
SEE
BID -7
PART 7
ADDITIONAL DECLARATIONS
7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of
the United States and the State of Indiana prohibiting the discrimination against any
employee or applicant for employment or subcontract work in the performance of the
Work contemplated by the Agreement with respect to hire, tenure, terns, conditions, or
privileges of employment or any matter directly or indirectly related to employment or
subcontracting because of race, religion, color, sex, handicap. national origin. ancestry,
age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves
the right to collect a penalty as provided in IC 5- 16 -6 -1 for any person discriminated
against.
7.2 The Bidder certifies that he /she has thoroughly examined the site of the Project / \Vork and
informed himself /herself fully regarding all conditions under which he /she will be
obligated to operate and that in any way affect the Work, and knows, understands and
accepts the existing conditions. The Bidder further certifies that he /she has thoroughly
reviewed the Contract Documents, including all Addenda, and has had the opportunity to
ask questions and obtain interpretations or clarifications concerning Contract Documents.
BID-8
PART 8
NON-COLLUSION AFFIDAVIT
The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and
state(s) that the Bidder has not directly or indirectly entered into a combination, collusion,
undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed
herein or to be hid by another person, or (ii) to prevent any person from bidding, or (iii) to
induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and
submitted without reference to any other bids and without agreement, understanding or
combination, either directly or indirectly, with any persons with reference to such bidding in any
way or manner whatsoever.
PART 9
SIGNATURES
[Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution
of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE
MUST BE PROPERLY NOTARIZED]
Bidders Name: _ Cr -i eery& Crider Inc
Written signature: /( Ga�itG /� l�
Printed Name: Robert E Ccjder
Title:
STATE OF
COUNTY OF
President
Important - NotarL Signature and Seal Required in the Space Below
Indiana
Monroe
SS:
Subscribed and sworn to before me this 16th day of
20_ftg.
My commission expires: 6 -11 -16 (Sign
Printed: Linda K Lentz
Residing in Monroe County, State of Indiana
B10 -9
Ltd 8SIT1722LT2T
a3CIao a301aJ be:ET 909E-80-111f