Loading...
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