Loading...
HomeMy WebLinkAboutBid Information and Packets 13 ,tk Zan ) iMP • sprinpn /I- Cuakodje OFet%Pi Zit. / /07' Causer 3, GG2, 730. 34. j 3 , 9/ 3, 429 . 77 Miletione 3, riot end • ov tiers Loy 4, 027, G 9/ . O 0 ATUNS 4, 2229. 57.1 • Y1 Caida.' j Crider 4, 237, 779,Alobrd ; Cadtameot- NOTICE TO BIDDERS City of Cannel,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 "136th Street Reconstruction — Spring Mill Road to Oak Ridge Road Project" at the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) until 10:00 a.m. Local '[line on or before February 21, 2007, and commencing as soon as practicable thereafter during the 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 "Project # 06-07 — 136th Street from Spring Mill Road to Oak Ridge Road". A bid bond or certified check in an amount not less than ten percent (I0%) of the amount bid must be submitted with each hid. A one hundred percent (100%) performance and payment bond will also he 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 and widening of I 36th Street from Spring Mill Road to Oak Ridge Road. Included are roadway reconstruction, multi-use path construction, drive and street approach reconstruction, installation of curb and gutter, and installation of storm sewers. This project also includes the construction of a Precast Reinforced Concrete Con/Span Arch Three-sided Culvert over Williams Creek. To facilitate construction, 136th Street between Spring Mill Road and Oak Ridge Road will be closed to through-traffic during construction. However, access to several homes, two subdivisions, and a church is solely via I36'h Street, therefore the contractor shall maintain access to these locations during construction as shown on the plans. 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 The Schneider Corporation Department of Engineering - 1st Floor 8901 Otis Avenue One Civic Square Indianapolis, IN 46216 Carmel, IN 46032 (317) 826-7100 Attn: Angela DeWees, P.E. Copies of such drawings and project manuals must be obtained from The Schneider Corporation at the address stated above, upon payment of $100 for each set. These sets include full-size drawings. Payment must be by check. NO CASH ACCEPTED. Make checks payable to The Schneider Corporation. 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 the City of Carmel. Wage rates for the Project shall not he 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, February 14, 2007, at 10:00 a.m. in the Caucus Room on the 2°a Floor of City Nall (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) clays 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) clays 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: Friday, February 2 and February 9, 2007 Form Prescribed by State Board of Accounts 900549-4688268 General Form No.99 P(Rev. 1987) CITY OF CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 307 N PENNSYLVANIA ST - PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 PUBLISHER'S CLAIM LINE COUNT Display Mauer- Must not exceed two actual lines,neither of which $ . shall total more than four solid lines of the type in which the body of the advertisement is set). Number of equivalent lines Head- Number of lines $ • Body-Number of lines $ $ Tail-Number of lines $ - Total number of lines in notice COMPUTATION OF CHARGES 172.0 lines 1.0 columns wide equals 172.0 equivalent $ 89.62 lines at -521 cents per line Charges for extra proofs of publication($1.00 for each proof in excess of two) $ .00 $ .00 TOTAL AMOUNT OF CLAIM $ . DATA FOR COMPUTING COST $ . Width of single column 7.83 ems Size of type 53 point S $ Number of insertions 1.0 S 89.62 Pursuant to the provisions and penalties of Chapter 155,Acts of 1%53. 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: 02/09/2007 ..---"A `k I ' It- ler_ Title 900549-4688268 PUBLISHER'S AFFIDAVIT State of Indiana SS: liumilu?n County Le alS Personally appeared before me.a notary public in and for said county and state. NOTICETO BIDDERS , City of Carmel,Indiana ' Notice is hereby wren that the the undersigned Stacey Nl eCullough who,being duly sworn,says that SHE is clerk m.,.pa a a Hahty for the City of e.,,,�ny Hamilton County, Indiana will reran sealed bids nst for the Ind of the Noblesville Ledger a newspaper of general circulation "136th Street Oak Ridge Road theed- Clerk 1 Treasurer,er,of'One olCivic DO printed and published in the English language in the city of NOBLESV ILLE in state Square,.Carmel, Indiana (City de Hall)until 10:00 a.m.Loyal➢me nr armeinas sln0s - nd comncg ooa e and county aforesaid, and that the printed matter attached hereto is a true copy, practicable [hereafter during h. the Board of Public Works Meet-Sr 99 on the same dale.Such bids h which was duly published in said paper for 9 lime(s),between the dates oT. will be in the Council Chambers read1{� of City Hart.No late bids li all bids 02/02/21107 and(12/(19/2007 All bids and proposals ly e ji providey t emolpl ns acutetl.on woe prhich Corclo the N the plans aas required by whlcM1 well dude Ne namcolluzion eflitlavCICrk as required dethe State of Ind1 nh a 'Me bid envelope must bseated and have the wordMolt # 06-01 — 136tStreet from Spring Mill Road tA bid b n or re Subscribed and sworn to before nto un 02/09/2007 0.biaboun pn tlesisdhantIpe amount pt lhes Ilun lemust b submilleE with amount csr Oe nebmllred d p eenDid, p rl byndretl per ora ,/o�,1n/I/ /I//�� /�y�/ //''//////11 /'(done b nd willmance and paY — 4(,((/ / l,t �-d r-�Ar�t�' V" _ I bond will bider II isi n. ( i t.lry Pllhlfc. of the successful Bidder.th is tended that actual enstruction • of all work divisions shall be started as soon as practicabl e, i and each bidder shall be me- I ' pared to enter promptly �] 1 �f//!� ' construction contract furnish a l q—;.c— 24 61 Fr swnormanrei dr yev�n My commission expires: BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: 136th Street from Spring Mill Road to Oak Ridge Road Proposal For Construction of: The reconstruction and widening of 1361h Street from Spring Mill Road to Oak Ridge Road. Included with the roadway reconstruction are a reinforced concrete con/span arch three-sided culvert over Williams Creek; multi-use paths; driveway reconstruction; installation of curb, gutter, and storm sewers; and landscaping. Date: February 21 . 2007 To: City of Cannel, Indiana, Board of Public Works and Safety BID-I e.4k,435n095■dncs,.110c iTniilspccsdoc PART 1 BIDDER INFORMATION • (Print) 1.1 Bidder Name: Calumet Asphalt Paving Co. , Inc. 1.2 Bidder Address: Street Address: 5265 East 96th Street City: Indianapolis State: ] N zip: 46240 Phone: (317) 571-8900 Fax: (317) 571-8924 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: 7o do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretory of the State of Indiana as required by the Indiana C, eneral Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958] 1 Corporation Name: - .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 c',4k!4353��H15`ducs�sp�cs\lirn� ics.dac 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 * See Below Dollars (S * ). 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 he 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. * Three Million Six Hundred Sixty Two Thousand Seven Hundred Thirty and 36/100 Dollars. $3,662,730.36 • 131D-3 cW k4l3SSOOS'does\specs\nonrspms.doe PART 3 CONTRACT ITEMS AND UNIT PRICES - FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 1 CONSTRUCTION ENGINEERING LSUM I $39,800.00 $ 39,800.00 2 OFFICE EQUIPMENT LSUM I $ 2,046. 24$ 2,046.24 a _ 3 MOBILIZATION AND DEMOBILIZATION LSUM I $81,863.88 $ 81 ,863.88 .. 4 CLEARING RIGHT OF WAY LSUM 1 $18,589.75 $ 18,589 .75 ; 5 CURB, CONCRETE,REMOVE LFT 2,950 $ 4,44 $ 13,098.00 6 SIGN, SHEET,REMOVE EACH 10 $ 14.20 $ 142.00 - 7 PRESENT STRUCTURE, REMOVE LSUM 1 $ 8,787.36 $ 8,787. 35 0 8 SIDEWALK,CONCRETE,REMOVE SYS 3,048 $ 9.95 $ 30,327. 60 9 FENCE, FARM FIELD,REMOVE LFT 210 $ 0.93 $ 195. 30 10 EXCAVATION, COMMON CYS 13,216 $ 23. 38-$ 308,990.08 11 EXCAVATION, WATERWAY CYS 115 $ 2.1 .04 $ 2,419.60 -• 12 TEMPORARY EROSION AND SEDIMENT CONTROL,CURB INLET EACH 11 $ 25.00 $ 175.00 13 TEMPORARY CHECK DAM, STRAW BALES LFT 40 $ 11 .10 $ 444.00 14 TEMPORARY DITCH INLET PROTECTION EACH 13 $ 80.00 $ 720.00 15 TEMPORARY SILT FENCE LET 3,880 $ 1 . 38 $ 4,057.20 16 SUBGRADE TREATMENT,TYPE I SYD 26,169 $ 4. 1.2 $ 107,816.28 17 STRUCTUREBACKFILL CYS 5,885 $ 19.28 $ 113,462.80 18 COMPACTED AGGREGATE,NO. 53, BASE TON 3,237 $ 23.98 $ 77,623.26 19 STONE,2(UNDISTRIBUTED) TON 23 $ 22.20 $ 510.60 20 COMPACTED AGGREGATE,NO. 53,TEMPORARY FOR DRIVEWAYS TON 52 $ 50.00 $ 2,600.00 21 HMA SURFACE,TYPE A _ TON 659 $ 57.04 $ 37,589.36_ 22 HMA SURFACE,TYPE C TON 1,619 $ 66.83 $ 108.197.77 23 HMA INTERMEDIATE,TYPE A TON 1,098 $ 50.32 $ 55,251.36 24 'HMA INTERMEDIATE,TYPE.C TON 2,697_$ 43.12 $ 116,294.64 25 HMA BASE,TYPEC TON 7,353 $ 43.91 $ 322,870.23 26 HMA FOR TEMPORARY PAVEMENT TON 328 $ 73. 18 $ 24,003.04 27 HMA INTERMEDIATE,TYPE C,0G1 9.0 mm TON 3,6701 51. 96 $ 190,693.20 28 ASPAHALT FOR TACK COAT SYS 101,501 $ 0.05 $ 5,075.05 29 FENCE,WOOD PRIVACY,RESET(UNDISTRIBUTED) LFT 850 $ 12. 96 $ 11,016.00 _ 30 FENCE,VINYL PICKET, RESET (UNDISTRIBUTED) LFT 350 $ 13. 00 $ 4.550.00 - 31 SIDEWALK, CONCRETE, 10"REINFORCED SYS 188 $ 109.01 $ 20.493.88 ' 32 CURB RAMP,CONCRETE,C SYS 21 $ 99.31 $ 2.085.51 33 CURB RAMP,CONCRETE,G SYS 220 $ 98.26 $ 21 . 617.20 - BID-4 Page 1 of 4 PART 3 • CONTRACT ITEMS AND UNIT PRICES _ FOR 136th Street from Spring Mill Road to Oak Ridge Road _ ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 34 CURB RAMP, CONCRETE, L SYS 16 $ 153. 27 $ 2,452.32 0 35 SIDEWALK, CONCRETE,4IN. _ SYS 10 $ 50. 27 $ 502.70 s 36 CONCRETE,COLORED,4 IN. SYS 386 $ 83.26 $ 32,138. 36 -, 37 COMBINED CONCRETE CURB AND GUTTER(TYPE II) LFT 9,623 $ 11.75 $ 113,070.25 38 COMBINED CONCRETE CURB AND GUTTER(TYPE III) LET 8,446 $ 11.00 $ 92,906.00 39 CENTER CURB,D,CONCRETE _ SYS 36 $ 69.26 $ 2,493.36 40 HMA FOR APPROACHES TON 873 $ 75.02 $ 65,492.46 0 41 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS,8 IN. SYS 160 $ 61.07 $ 9,771.20 42 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS,6IN. SYS 305 $ 67 .41 $ 20,560.05 43 MAILBOX ASSEMBLY EACH 8 $ 230.00 $ 1 ,840.00 44 GEOTEXTILES SYS 1,019 $ 3.18 $ 3,240.42 -. 45 RIPRAP,CLASS I TON 970 $ 49.23 $ 47 ,753.10 46 RIPRAP,CLASS 2 TON 590 $ 50.95 $ 30,060. 50 47 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 1 $ 425.00 $ 425 .00 48 FERTILIZER TON 1 $ 730.00 $ 730.00 49 SEED MIXTURE,T LBS 220 $ 4. 18 $ 919 .60 50 MULCHING MATERIAL TON 3 $ 480.00 $ 1 ,440.00 51 WATER kGAL 57 $ 1 .00 $ 57.00 - 52 TOPSOIL CYS 2,161 $ 7.32 $ 15,818.52 53 SODDING SYS 14,157 $ 4.00 $ 56,628.00 54 REINFORCING BARS, EPDXY COATED LBS 15,464 $ 1. 99 $ 30, 773.36 55 CONCRETE BRIDGE RAILING,TX, MODIFIED LFT 60 $ 132.00 $ 7,920.00 56 CONCRETE BRIDGE RAILING TRANSITION,TX EACH 4 $3,960.00 $ 15,840.00 57 SURFACE SEAL LSUM I $ 1,204.00 $ 1,204.00 58 PIPE,TYPE 4,CIRCULAR,6 IN.DOUBLE WALL, SMOOTH INTERIOR LFT 9,348 $ 3.93 $ 36.737 .64 59 PIPE, TYPE 2,CIRCULAR, 12 IN. LFT 2,050 $ 32.07 $ 65, 743.50 60 PIPE, TYPE 2,CIRCULAR, 151N. LFT 313 $ 29.97 $ 9. 380.61 61 PIPE, TYPE 2,CIRCULAR, 18 IN. LFT 600 $ 35.05 $ 21,030.00 62 PIPE, TYPE 2,CIRCULAR, 21 IN. LFT 2,414 $ 38.51 $ 92, 963.14 63 PIPE, TYPE 2,CIRCULAR, 24 IN. LFT 321 $ 40.13 $ 12, 881 .73 64 PIPE,TYPE 2, CIRCULAR,30 IN. LFT 47 $ 63.01 $ 2,961 .47 65 PIPE,TYPE 2,CIRCULAR,42 IN. LET 68 $ 94.33 $ 6.414.44 66 PIPE.,TYPE 2,CIRCULAR,48 IN. LET 156 $ 72 .63 $ 11 .330. 28 BID-4 Page 2 of 4 PART3 • CONTRACT ITEMS AND UNIT PRICES _ FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 67 PIPE END SECTION, PRECAST CONCRETE, 30 IN. EACH 1 $ 2,526.86 $ 2,526.86 n o 68 PIPE END SECTION,PRECAST CONCRETE,48 N. EACH 1 $ 2,754.22 $ 2, 754.22 3 69 SANITARY SEWER,RELOCATE LSUM 1 $ 6,270.47 $ 6,270.47 -- 70 AGGREGATE FOR UNDERDRAINS CYS 637 $ 33.50 $21, 339.50 ; 71 OEOTEXTILES FOR UNDERDRAIN SYS 6,606 $ 1.70 $ 11.230.20 72 CASTING,ADJUST TO GRADE EACH 4 $ 595.51 $ 2,382. 04 — 73 INLET,E7 EACH 9 $ 1 ,230.46 $ 11,074.14 0 74 INLET,J1O EACH 14 $ 1,481 .69 $ 20, 743.66 75 INLET,M10 EACH 9 $ 1 ,481 .69 $ 1.3, 335.21 76 CATCH BASIN,K10 EACH 20 $ 2,021 .48 $ 40.429. 60 77 MANHOLE,C4 EACH 22 $ 2,166.29 $ 47.658.38 -: 78 STRUCTURE,MANHOLE,RECONSTRUCT LFT 7 $ 1 ,134. 18 $ 7 ,939.26 . 79 MANHOLE,L4 EACH 1 $ 8,150.80 8, 150.81 80 MANHOLE,K4 EACH I $ 4,314.72 $ 4,314.72 81 MANHOLE,J4 EACH 1 $ 3,897 .51 $ 3, 897.51 82 NLET, B15 EACH 3 $ 1,948.92 $ 5,846.76 83 INLET, C15 EACH 6 $ 1 ,948,91 $ 11.693.46 84 MANHOLE,L4,MODIFIED EACH 2 $ 7 ,815.46 $ 15,630.92 R5 CATCH BASIN,C15 EACH 3 $ 2,288.59 $ 6,865.77 86 WINGWALL LSUM 1 $ 135,320.9$ 135,320.96 87 STRUCTURE, PRECAST THREE-SIDED, 336 IN.X 120 N. LSUM I $ 373,989.2($373,989.20 88 MASONRY COATING LSUM 1 $ 2,554.0 $ 2,554.00 89 ROAD CLOSURE SIGN ASSEMBLY • EACH 15 $ 280.00 $ 4.200,00 90 DETOUR ROUTE MARKER ASSEMBLY • EACH 22 $ 187.00 $ 4, 114.00 91 CONSTRUCTION SIGN,A EACH 6 $ 184.00 $ 1 ,104.00 92 TEMPORARY PAVEMENT MARKING,1,YELLOW,4 LFT 6,160 $ 0.97 $ 5,975.20 93 TEMPORARY PAVEMENT MARKING,I,WHITE,4 LFT 5,250 $ 0.97 $ 5,092.50 94 MAINTAINING TRAFFIC LSUM 1 $46,032.22 $ 46,032.22 95 BARRICADE, HI-B LFT 384 $ 6.10 $ 2,342.40 96 SIGN,SHEET,REMOVE AND RELOCATE EACH 11 $ 150.00$ 1 .6511.on -- 97 SIGN POST,A LET 132 $ 16.00 $ 2, 112.00 -- 98 STREE SIGN ASSEMBLY,ORNAMENTAL EACH 7 $ 1 ,500.00 $ 10, 500.00 99 TRANSVERSE MARKINGS,TIIERMOPLASTIC,CROSSWALK,WHITE,24 IN. LFT 99 $ 3,75 $ 371 .25 BID-4 Page 3of4 N i`S • .. I-, Ot CONTRACT ITEMS AND UNIT PRICES o FOR o 136th Street from Spring Mill Road to Oak Ridge Road GO ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT a 100 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. LFT 857 $ 0.50 $ 428.50 101 LINE, REMOVE LET 1,025 $ 0.55 $ 563. 75 3 102 TRANSVERSE MARKINGS,THERMOPLASTIC, CROSSWALK,WHITE, 6 IN. LET 722 $ 0.85 $ 613.70 oi PLi 103 TRANSVERSE MARKINGS, THERMOPLASTIC,STOP LINE,WHITE, 24 IN. LFT 129 $ 3. 75 $ 483. 75 cn 104 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC,LANE INDICATION ARROW EACH 9 $ 75. 00 $ 675 .00 ,"„ 105 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, WORD(ONLY) EACH 9 $ 85.00 $ 765.00 0 106 PLANT, SHADE TREE,2.5"-3" CAL. EACH 235 $ 415.00 $ 97,525 .00 0 107 PLANT,ORNAMENTAL TREE, 1.5"-2"CAL.CLUMP FORM EACH 7 $ 265.00 $ 1,855.00 108 PLANT,EVERGREEN SHRUB,5 GAT. EACH 69 $ 78.50 $ 5.4 6. 50 109 PLANT,ORNAMENTAL GRASS, 1 GAL EACH 300 $ 18.00 $ 5,400.00 v 110 PLANT,PERENNIAL, 1 GAL EACH 1,420 $ 16.25 $23,075.00 m .- CO 111 MULCH, SHREDDED HARDWOOD BARK CYS 82 $ 80.00 $ 6,560.00 a 112 STONES,TENNESSEE RIVER SLICKS(50 SQ. FT, PER TON) TON 34 $ 240.00 $ 8, 160.00 113 WEED BARRIER FABRIC SYD 189 $ 3.00 $ 567.00 114 UTILITY SOURCE CONNECTIONS _ LSUM 1 _$ 1,500.00 $ 1 .500.00 115 EDGING, STEEL LFT 1491 8.50 $ 1,190.00 116 ANCHOR HIGHLAND STONE FREE-STANDING WALL(ASSUMES THAT EACH SQUARE SET 573 $ $ FOOT INCLUDES TWO FINISHED FACES) 60.00 $34,380.00 117 ANCHOR HIGHLAND STONE CAP LFT 210 $ 34.00 $ 7, 140.00 118 WALL FOOTER(53 STONE) CYS 9 $ 770.00 $ 6, 930.00 119 CONCRETE PEDESTAL(POURED IN PLACE)INC. REBAR CYS 22 $ 1 , 150.00 S 25_- 300.00 120 IRRIGATION LSUM 1 $12,567.00 $12,567 .00 121 CAST STONE PLANTER EACH 1 $11, 000.00 $ 11 ,000.00 122 HYDRANT, RELOCATE EACH 2 $ 3,91.6.89 $ 7 ,833.78 123 HYDRANT,REPLACE EACH 1 $ 4,485.31 $ 4,485. 31 124 HYDRANT,ADJUST EACH 2 $ 1,958.46 $ 3,916. 92 125 WATER VALVE, ADJUST EACH 20 $ 272.31 $ 5,446.20 126 MONUMENT,RE-ESTABLISH .EACH 1 $ 595.53 . $ 595.53 127 TEMPORARY SEDIMENT TRAP , TON 25 $ 81 . 24 .$2,031.00 TOTAL $3,662, 730.3t en N BID-4 Page 4 of 4 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terns 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 2-17-07 • Fi I`I+ II I I BID-5 cv4kW3581005"dncs,spcxsdronupa dhx PART EXCEPTIONS Instructions To Bidders: 5.I The Bidder shall frilly state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of.the Contract Documents may result in this Bid being rejected as non-responsive. J.3 Exceptions: Hone i 131D-6 LA.4kA4558VOO5'docs'spoeslfirnispccs doc BIDDER'S FI'Er1-IIZEI) PROPOSAL AND DECLARATIONS City of Cannel Instructions "l'a Bidders: This fore shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be/idly and accurately,/idol in and completed and notarized. Project: Street from Spring Mill Road to Oak Ridge Road t Proposal For Construction of: The reconstruction and widening of 1366 Street from Spring Mill Road to Oak Ridge Road. Included with the roadway reconstruction are a reinforced concrete con/span arch three-sided culvert over Williams Creek; multi-use paths; driveway reconstruction; installation of curb, gutter, and storm sewers; and landscaping. Date: FEBRUARY 21, 2007 To: City of Carmel, Indiana, Board of Public Works and Safety uin_r ,., cv,,,, PART 1 BIDDER INFORMATION (Print') 1.1 13idder N ni : MILESTONE CONTRACTORS, L.P. E .2 Bidder Address: Street Address: 5950 SOIJTH 'BELMONT AVENUE City: INDIANAPOU s State: IN Zip: 46217 Phone: 1317) 788-6885 Fax: (317) 788-1098 1.3 Bidder is a/an [mark and LIMITED individual PaiThership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 (The following must be answered if the Bidder or any of its partners or joint venture parties is a .foreign corporation. Note: To do business in or with the City of Carmel, Indiana foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23. 1958.] 1 Corporation Name: .2 Address: • .3 Date registered with State of Indiana: 4 Indiana Rogistored Agent: Name: Address: TH 1- "1 PANT 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, app.u<Itus, materials, equipment, service alit] 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 Pail 3 Hereof, which Unit. Prices, when multiplied by estimated unit quantities for such Contract Items, total THREE MILLION EIGHT HUNDRED TWENTY THOUSAND DOLLARS & 00/100 Dollars ($3,820,000}.00 The Bidder acknowledges that evaluation of the lowest. Bid shall he 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 he compensated for on a Unit Price basis and that the OWNER and HNGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. PART 3 CONTRACT ITEMS AND UNIT PRICES FOR 136th Street from Spring Mill Road to Oak Ridge Road I [LM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. I CONSTRUCTION ENGINEERING LSUM 1 50,000.00 $50,000.00 2 OFFICE EQUIPMENT LSUM 1 2,200.00 $2,200.00 3 MOBILIZATION AND DEMOBILIZATION LSUM 1 140,000.00 $140,00000 4 CLEARING RIGHT OF WAY LSUM 1 69,958.65 $69,958.65 5 CURES, CONCRETE, REMOVE LET 2950 3.00 $8,850.00 6 SIGN, SHEET. REMOVE EACH 10 26.00 $250.00 7 PRESENT STRUCTURE, REMOVE LSUM 1 7,500.00 $7,500.00 S SIDEWALK, CONCRETE, REMOVE SYS 3048 4.00 $12,192.00 9 FENCE, FARM FIELD, REMOVE LFT 210 9.00 $1,890.00 10 EXCAVATION, COMMON CYS 13216 20.00 $264,320.00 11 EXCAVATION, WATERWAY CYS 115 35.00 $4,025.00 12 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET EACH 11 57.00 $627.00 13 TEMPORARY CHECK DAM, STRAW BALES LFT 40 10.00 $400.00 14 TEMPORARY DITCH INLET PROTECTION EACH 13 57.00 $741 .00 15 TEMPORARY SILT FENCE LFT 3880 2.00 $7,760.00 16 SUBGRADE TREATMENT, TYPE I SYD 26169 4.00 $104,676.00 17 STRUCTURE BACKFILL CYS 5885 15.00 $88,275.00 I8 COMPACTED AGGREGATE, NO. 53, BASE TON 3237 30.00 $97,110.00 19 STONE, 2 (UNDISTRIBUTED) TON 23 24.00 $552.00 20 COMPACTED AGGREGATE, NO. 53,-1 EMPORARY FOR DRIVEWAYS TON 52 30.00 $1,560.00 21 HMA SURFACE, TYPE A TON 659 80.00 $52,720.00 22 E-IMA SURFACE, TYPE C _ TON 1619 70.00 $113,330.00 23 E-IMA INTERMEDIATE, TYPE A TON 1098 61.00 $66,978.00 24 HMA INTERMEDIATE, TYPE C TON 2697 54.00 $145,638.00 25 HMA BASE, TYPE C TON 7353 46.00 $338,238.00 26 HMA FOR TEMPORARY PAVEMENT TON 328 100.00 $32,800.00 27 HMA INTERMEDIATE, TYPE C_ OG19.0 mm TON 3670 56.00 $205,520.00 28 ASPAHALT FOR TACK COAT SYS 10150E 0.05 $5,075.05 29 FENCE, WOOD PRIVACY, RESET(UNDISTRIBUTED) LET 850 22.00 $18,700.00 30 FENCE, VINYL PECKET, RESET(UNDISTRIBUTED) LET 350 21.00 $7,350.00 31 SIDEWALK. CONCRETE, 10" REINFORCED SYS 188 81.00 $15,228.00 32 CURB RAMP, CONCRETE, C SYS 21 180.00 $3,780.00 33 CURB RAMP, CONCRETE, G SYS 220 165.00 $36,300.00 1310-4 Page 1 of 4 PART 3 CONTRACT ITEMS AND UNIT PRICES FOR 136th Street from Spring Mill Road to Oak Ridge Road I"fEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 34 CURB RAMP, CONCRETE, L SYS 16 170.00 $2,720.00 35 SIDEWALK, CONCRETE, 4 IN. SYS 10 62.00 $620.00 36 CONCRETE, COLORED, 4 IN. SYS 386 100.00 $38,600.00 37 COMBINED CONCRETE CURB AND GUTTER (TYPE II) LET 9623 14.00 $134,722.00 38 COMBINED CONCRETE CURB AND GUTTER(TYPE Ill) LET 8446 14.00 $118,244.00 39 CENTER CURB, D, CONCRETE SYS 36 540.00 $19,440.00 40 BMA FOR APPROACHES TON 873 130.00 $69,840.00 41 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 8 IN. SYS 160 60.00 $9,600.00 42 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS. 6 IN. SYS 305 63.00 $19,215.00 43 MAILBOX ASSEMBLY EACH 8 235.00 $1,880.00 44 GEOTEXTILES SYS 1019 2.50 $2,547.50 45 RIPRAP, CLASS I TON 970 60.00 $58,200.00 46 RIPRAP, CLASS 2 TON 590 65.00 $38,350.00 47 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH I 600.00 $600.00 48 FERTILIZER TON 1 460.00 $460.00 49 SEED MIXTURE, T LBS 220 2.20 $484.00 50 MULCHING MATERIAL TON 3 355.00 $1,065.00 51 WATER kGAL 57 1.00 $57.00 52 TOPSOIL CYS 2161 20.00 $43,220.00 53 SODDING SYS 14157 2.35 $33,268.95 54 REINFORCING BARS, EPDXY COATED LBS 15464 0.90 $13,917.60 55 CONCRETE BRIDGE RAILING._ TX, MODIFIED LET 60 160.00 $9,600.00 56 CONCRETE BRIDGE RAILING TRANSITION, TX EACH 4 425.00 $1,700.00 57 SURFACE SEAL LSUM I 2,000.00 $2,000.00 58 PIPE,TYPE 4, CIRCULAR. 6 IN. DOUBLE WALL, SMOOTH INTERIOR LET 9348 4.00 $37,392.00 59 PIPE,TYPE 2, CIRCULAR, 12IN. LET 2050 40.00 $82,000.00 60 PIPE,TYPE 2, CIRCULAR, 15 IN. LFT 313 42.00 $13,146.00 61 PIPE, TYPE 2, CIRCULAR, 18 IN. EFT 600 44.00 $26,400.00 62 PIPE, TYPE 2, CIRCULAR. 21 IN. LFT 2414 46.00 $111,044.00 63 PIPE, TYPE 2, CIRCULAR, 24 IN. LET 321 48.00 $15,408.00 64 PIPE, TYPE 2, CIRCULAR. 30 IN. LFT 47 52.00 $2,444.00 65 PIPE, TYPE 2, CIRCULAR, 42 IN. LFT 68 75.00 $5,100.00 66 _PIPE, TYPE 2, CIRCULAR, 48 IN. LFT 156 80.00 $12,480.00 BID-4 Page 2 of PART 3 CONTRACT ITEMS AND UNIT PRICES FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM NO DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT 67 PIPE END SECTION, PRECAST CONCRETE, 30 IN. EACH I 950.00 $950.00 68 PIPE END SECTION, PRECAST CONCRETE, 48 IN. EACH I 1,500.00 $1,500.00 69 SANITARY SEWER, RELOCATE LSUM 1 8,000.00 $8,000.00 70 AGGREGATE FOR UNDERDRAINS CYS 637 34.00 $21,658.00 71 GEOTEXTILES FOR UNDERDRAIN SYS 6606 1.80 $11,890.80 72 CASTING, ADJUST TO GRADE EACH 4 1 ,100.00 $4,400.00 73 INLET, E7 EACH 9 1,200.00 $10,800.00 74 INLET, J10 EACH 14 1,600.00 $22,400.00 75 INLET, MID EACH 9 1,600.00 $14,400.00 76 CATCH BASIN- RIO EACH 20 1,700.00 $34,000.00 77 MANHOLE, C4 EACH 22 2,200.00 $48,400.00 78 STRUCTURE. MANHOLE_, RECONSTRUCT LET 7 1,000.00 $7,000.00 79 MANHOLE, L4 EACI-I 1 5,000.00 $5,000.00 80 MANHOLE, K4 EACI-1 I 3,000.00 $3,000.00 81 MANHOLE, 14 EACH I 3,200.00 _ $3,200.00 82 INLET, BI5 EACH 3 2,100.00 $6,300.00 83 INLET, CI5 EACH 6 2,100.00 $12,600.00 84 MANHOLE, L4, MODIFIED EACI-I 2 4,700.00 $9,400.00 85 CATCH BASIN, CI5 EACH 3 2,200.00 $6,600.00 86 WINGWALL LSUM I 110,000.00 $110,000.00 87 STRUCTURE. PRECAST THREE-SIDED, 336 IN. X 120 IN. LSUM I 360,000.00 $360,000.00 88 MASONRY COATING [SUM 1 2,800.00 $2,800.00 89 ROAD CLOSURE SIGN ASSEMBLY EACH 15 285.00 $4,275.00 90 DETOUR ROUTE MARKER ASSE.MBI,.Y EACH 22 190.00 $4,180.00 91 CONSTRUCTION SIGN, A EACH 6 190.00 $1,140.00 92 TEMPORARY PAVEMENT MARKING, 1, YELLOW, 4 LET 6160 1.00 $6,160.00 93 TEMPORARY PAVEMENT MARKING. I, WHITE, 4 LFT 5250 1.00 $5,250.00 94 MAINTAINING TRAFFIC LSUM I 30,000.00 $30,000.00 95 BARRICADE, III-13 LET 384 6.30 $2,419.20 96 SIGN, SHEET, REMOVE AND RELOCATE EACH 11 155.00 _ $1,705.00 97 SIGN POST, A LET 132 17.00 $2,244.00 98 STREE SIGN ASSEMBLY. ORNAMENTAL EACH 7 1,565.00 $10,955.00 99 TRANSVERSE MARKINGS_, THERMOPLASTIC, CROSSWALK, WHITE, 24 IN. LET 99 3.80 $376.20 BID-4 Page 3 of 4 PART 3 CONTRACT ITEMS AND UNIT PRICES FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 100_LINE, THERMOPLASTIC, SOLID, WIIlIE. 4 IN- LFT 857 0.50 $428.50 101 LINE. REMOVE LFT [025 0.55 $563.75 [02 TRANSVERSE MARKINGS, THERMOPLASTIC, CROSSWALK, WHITE, 6 IN. LFT 722 1.00 $722.00 103 TRANSVERSE MARKINGS, THERMOPLASTIC, STOP LINE, WHITE, 24 IN. 1.F1' 129 4.00 $516.00 104 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICA ZION ARROW EACH 9 79.00 5711.00 105 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, WORD (ONLY) EACH 9 86.00 $774.00 106 PLANT, SHADE TREE,2.5"-3" CAL. EACH 335 380.00 $89,300.00 107 PLANT, ORNAMENTAL TREE. I.5"-2" CAL, CLUMP FORM EACH 7 215.00 $1,505.00 108 PLANT, EVERGREEN SHRUB, 5 GAL EACH 69 56.00 $3,864.00 109 PLANT, ORNAMENTAL GRASS._ 1 GAL EACI-I 300 21.00 $6,300.00 110 PLANT, PERENNIAL I GAL EACH 1420 12.00 $17,040.00 III MULCH, SHREDDED HARDWOOD BARK CYS 82 30.00 $2,460.00 112 STONES,TENNESSEE RIVER SLICKS (50 SQ. FT. PER TON) TON 34 365.00 $12,410.00 113 WEED BARRIER FABRIC SYD 189 1.20 $226.80 114 UTILITY SOURCE CONNECTIONS LSUM 1 760.00 $760.00 115 EDGING. STEEL LEI' 140 4.00 $560.00 116 ANCHOR HIGHLAND STONE FREE-STANDING WALL(ASSUMES THAT EACH SQUARE SFT 573 24.00 $13,752.00 FOO I INCLUDES TWO FINISHED PACES). 117 ANCHOR HIGHLAND STONE CAP LFT 210 20.00 $4,200.00 118 WALL FOOTER (53 STONE) CYS 9 250.00 $2,250.00 119 CONCRETE PEDESTAL(POURED IN PLACE) INC. REBAR CYS 22 530.00 $11,660.00 120 IRRIGATION LSUM I 18,000.00 $18,000.00 121 _CAST STONE PLANTER EACH 1 4,500.00 $4,500.00 122 HYDRANT, RELOCATE EACH 2 2,000.00 $4,000.00 123 HYDRANT, REPLACE EACH I 4,000.00 $4,000.00 124 HYDRANT, ADJUST EACH 2 2,000.00 $4,000.00 125 WATER VALVE, ADJUST EACH 20 450.00 $9,000.00 126 MONUMENT, RE-ESTABLISH EACH 1 300.00 $300.00 127 TEMPORARY SEDIMENT TRAP TON , 25 115.00 $2,875.00 TOTAL 53,820,000.00 BID-4 Page 4 of 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 I3iclder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 FEBRUARY 16, 2007 Inn G PART 5 EXCEPTIONS Instructions To Bidders: 5.1 Tyre Bidder shall filly state each exception take,: to the Speci/ications or other Contract Documents in Section 5.3 ofthis Part. 5. 7 Bidder is cautioned Thal any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: NONE 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: 136th Street from Spring Mill Road to Oak Ridge Road Proposal For Construction of: The reconstruction and widening of 136th Street from Spring Mill Road to Oak Ridge Road. Included with the roadway reconstruction are a reinforced concrete con/span arch three-sided culvert over Williams Creek; multi-use paths; driveway reconstruction; installation of curb, gutter, and storm sewers; and landscaping. Date: FEBRUARY 21, 2007 To: City of Carmel, Indiana,Board of Public Works and Safety BID-I 1:41k1435M5\docs\specslfronlspecs,doc PART 1 • BIDDER INFORMATION Print I.I Bidder Name: E & B PAVING, INC. 1.2 Bidder Address: Street Address: 17042 MIDDLET0WN AVE. City: NOBLESVILLE State: IN Zip: 46060 Phone: 317-773-9132 Fax: 317-773-4137 l.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 Generals Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 ew164358'005‘ hxsspees'4Fonispecsdoe 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 **PLEASE SEE WRITTEN AND NUMERIC BELOW Dollars (S ). 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. ** THREE MILLION, EIGHT HUNDRED THIRTEEN THOUSAND, SIX HUNDRED TWENTY—NINE DOLLARS AND SEVENTY—SEVEN CENTS $3,813,629.77 BID-3 0Wk14158\005.docs'specslfmnupecs.dx PART 3 CONTRACT ITEMS AND UNIT PRICES . FOR 136th Street from Spring Mill Road to Oak Ridge Road E&B Paving, Inc. ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 1 CONSTRUCTION ENGINEERING LSUM 1 $ 65,000.00 $ 65,000.00 2 OFFICE EQUIPMENT LSUM 1 $ 3,000.00 $ 3,000.00 3 MOBILIZATION AND DEMOBILIZATION LSUM 1 $ 190,600.00 $ 190,600.00 4 CLEARING RIGHT OF WAY LSUM 1 $ 75,000.00 $ 75,000.00 5 CURB,CONCRETE, REMOVE LFT 2950 $ 3.30 $ 9,735.00 6 SIGN, SHEET, REMOVE EACH 10 $ 25.00 $ 250.00 7 PRESENT STRUCTURE, REMOVE LSUM 1 $ 29,800.00 $ 29,800.00 8 SIDEWALK, CONCRETE, REMOVE SYS 3048 $ 19.08 $ 58,155.84 9 FENCE, FARM FIELD, REMOVE LFT 210 $ 3.50 $ 735.00 10 EXCAVATION,COMMON CYS 13216 $ 15.58 $ 205,905.28 11 EXCAVATION, WATERWAY CYS 115 $ 30.00 $ 3,450.00 12 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET EACH 11 $ 80.00 $ 880.00 13 TEMPORARY CHECK DAM, STRAW BALES LFT 40 $ 2.10 $ 84.00 14 TEMPORARY DITCH INLET PROTECTION EACH 13 $ 80.00 $ 1,040.00 15 TEMPORARY SILT FENCE LFT 3880 $ 1.25 $ 4,850.00 16 SUBGRADE TREATMENT,TYPE I SYD 26169 $ 6.10 $ 159,630.90 17 STRUCTURE BACKFILL CYS 5885 $ 21.81 $ 128,351.85 18 COMPACTED AGGREGATE, NO. 53, BASE TON 3237 $ 23.53 $ 76,166.61 19 STONE, 2 (UNDISTRIBUTED) TON 23 $ 60.00 $ 1,380.00 20 COMPACTED AGGREGATE,NO. 53,TEMPORARY FOR DRIVEWAYS TON 52 $ 33.75 $ 1,755.00 21 HMA SURFACE,TYPE A TON 659 $ 68.50 $ 45,141.50 22 HMA SURFACE,TYPE C TON 1619 $ 62.50 $ 101,187.50 23 HMA INTERMEDIATE,TYPE A TON 1098 $ 50.50 $ 55,449.00 24 HMA INTERMEDIATE,TYPE C TON 2697 $ 46.50 $ 125,410.50 25 FIMA BASE,TYPE C TON 7353 $ 40.00 $ 294,120.00 26 HMA FOR TEMPORARY PAVEMENT TON 328 $ 50.00 $ 16,400.00 27 HMA INTERMEDIATE,TYPE C, OG19.0 mm TON 3670 $ 50.00 $ 183,500.00 28 ASPAHALT FOR TACK COAT SYS 101501 $ 0.06 $ 6,090.06 29 FENCE, WOOD PRIVACY, RESET(UNDISTRIBUTED) LFT 850 $ 22.50 $ 19,125.00 30 FENCE, VINYL PICKET, RESET(UNDISTRIBUTED) LET 350 $ 15.50 $ 5,425.00 31 SIDEWALK, CONCRETE, 10" REINFORCED SYS 188 $ 87.00 $ 16,356.00 32 CURB RAMP,CONCRETE, C SYS 21 $ 185.00 $ 3,885.00 33 CURB RAMP,CONCRETE, G SYS 220 $ 85.00 $ 18,700.00 BID-4 Page 1 of 4 PART 3 C O_NTRACT ITEMS AND UNIT PRICES , FOR , , 136th Street from Spring Mill Road to Oak Ridge Road I E&B Paving, Inc. • ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 34 CURB RAMP,CONCRETE, L SYS 16 $ 85.00 $ 1,360.00 35 SIDEWALK,CONCRETE, 4 IN. SYS 10 $ 100.00 $ 1,000.00 36 CONCRETE,COLORED.4 IN. SYS 386 $ 65.50 $ 25,283.00 37 COMBINED CONCRETE CURB AND GUTTER (TYPE II) LFT 9623 $ 11.50 $ 110,664.50 38 COMBINED CONCRETE CURB AND GUTTER (TYPE III) LFT 8446 $ 13.50 $ 114,021.00 39 CENTER CURB, D, CONCRETE SYS 36 $ 125.00 $ 4,500.00 _ 40 HMA FOR APPROACHES TON 873 $ 80.00 $ 69,840.00 41 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS. 8 IN. SYS 160 $ 61.00 $ 9,760.00 42 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 6 IN. SYS 305 $ 56.00 $ 17,080.00 43 MAILBOX ASSEMBLY EACH 8 $ 225.00 $ 1,800.00 44 GEOTEXTILES SYS 1019 $ 2.40 $ 2,445.60 45 RIPRAP, CLASS 1 TON 970 $ 31.18 $ 30,244.60 46 RIPRAP, CLASS 2 TON 590 $ 31.18 $ 18,396.20 47 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 1 $ 250.00 $ 250.00 48 FERTILIZER TON 1 $ 450.00 $ 450.00 49 SEED MIXTURE,T LBS 220 $ 2.25 $ 495.00 50 MULCHING MATERIAL TON 3 $ 350.00 $ 1,050.00 51 WATER kGAL 57 $ 1.00 $ 57.00 52 TOPSOIL CYS 2161 $ 21.00 $ 45,381.00 53 SODDING SYS 14157 $ 4.65 $ 65,830.05 54 REINFORCING BARS, EPDXY COATED LBS 15464 $ 1.43 $ 22,113.52 55 CONCRETE BRIDGE RAILING,TX, MODIFIED LFT 60 $ 483.00 $ 28,980.00 56 CONCRETE BRIDGE RAILING TRANSITION, TX EACH 4 $ 2,000.00 $ 8,000.00 57 SURFACE SEAL LSUM I $ 1,390.00 $ 1,390.00 58 PIPE,TYPE 4,CIRCULAR. 6 IN. DOUBLE WALL, SMOOTH INTERIOR LFT 9348 $ 4.80 $ 44,870.40 59 PIPE,TYPE 2,CIRCULAR, 12 IN. LFT 2050 $ 20.36 $ 41,738.00 60 PIPE, TYPE 2,CIRCULAR, 15 IN. LFT 313 $ 22.36 $ 6,998.68 61 PIPE. TYPE 2,CIRCULAR, 18 [N. LFT 600 $ 24.10 $ 14,460.00 62 PIPE,TYPE 2, CIRCULAR, 21 IN. LFT 2414 $ 32.72 $ 78,986.08 63 PIPE,TYPE 2. CIRCULAR, 24 IN. LFT 321 $ 35.98 $ 11,549.58 64 PIPE,TYPE 2, CIRCULAR, 30 IN. LFT 47 $ 42.45 $ 1,995.15 65 PIPE,TYPE 2, CIRCULAR,42 IN. LFT 68 $ 62.53 $ 4,252.04_ 66 PIPE,TYPE 2, CIRCULAR,48 IN. LFT 156 $ 72.38 $ 11,291.28 BID-4 Page 2 of 4 PART 3 CONTRACT ITEMS AND UNIT PRICES • FOR 136th Street from Spring Mill Road to Oak Ridge Road . , E&B Paving, Inc. ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 67 PIPE END SECTION,PRECAST CONCRETE, 30 IN. EACH 1 $ 769.00 $ 769.00 68 PIPE END SECTION,PRECAST CONCRETE,48 IN. EACH 1 $ 1,272.00 $ 1,272.00 69 SANITARY SEWER, RELOCATE LSUM I $ 3,815.00 $ 3,815.00 70 AGGREGATE FOR UNDERDRAINS CYS 637 $ 29.20 $ 18,600.40 71 GEOTEXTILES FOR UNDERDRAIN SYS 6606 $ 1.85 $ 12,221.10 72 CASTING,ADJUST TO GRADE EACH 4 $ 500.00 $ 2,000.00 73 INLET, E7 EACH 9 $ 2,650.00 $ 23,850.00 74 INLET,J10 EACH 14 $ 2,650.00 $ 37,100.00 75 INLET,M10 EACH 9 $ 2,650.00 $ 23,850.00 76 CATCH BASIN, K10 EACH 20 $ 3,257.00 $ 65,140.00 77 MANHOLE,C4 EACH 23 $ 3,030.00 $ 69,690.00 78 STRUCTURE,MANHOLE,RECONSTRUCT LFT 7 $ 400.00 $ 2,800.00 79 MANHOLE,L4 EACH 1 $ 5,575.00 $ 5,575.00 80 MANHOLE,K4 EACH 2 $ 3,640.00 $ 7,280.00 81 MANHOLE,74 EACH 1 $ 3,995.00 $ 3,995.00 82 INLET, B15 EACH 3 $ 2,670.00 $ 8,010.00 83 INLET, C15 EACH 6 $ 2,670.00 $ 16,020.00 84 MANHOLE,L4,MODIFIED EACH 2 $ 5,260.00 $ 10,520.00 85 CATCH BASIN, C15 EACH 3 $ 3,305.00 $ 9,915.00 86 WINGWALL LSUM I $ 104,000.00 $ 104,000.00 87 STRUCTURE, PRECAST THREE-SIDED,336 IN. X 120 IN, LSUM I $ 331,000.00 $ 331,000.00 88 MASONRY COATING LSUM I $ 2,992.00 $ 2,992.00_ 89 ROAD CLOSURE SIGN ASSEMBLY EACH 15 $ 280.00 $ 4,200.00 90 DETOUR ROUTE MARKER ASSEMBLY EACH 22 $ 187.00 $ 4,114.00 91 CONSTRUCTION SIGN, A EACH 6 $ 184.00 $ 1,104.00 92 TEMPORARY PAVEMENT MARKING, I,YELLOW,4 LFT 6160 $ 0.97 $ 5,975.20 93 TEMPORARY PAVEMENT MARKING, I,WHITE,4 LFT 5250 $ 0.97 $ 5,092.50 94 MAINTAINING TRAFFIC LSUM 1 $ 49,000.00 $ 49,000.00 95 BARRICADE, Ill-B LFT _ 384 $ 6.10 $ 2,342.40 96 SIGN, SHEET, REMOVE AND RELOCATE EACH 11 $ 150.00 $ 1,650.00 97 SIGN POST, A LFT 132 $ 16.00 $ 2,112,00 98 STREE SIGN ASSEMBLY, ORNAMENTAL EACH 7 $ 1,500.00 $ 10,500.00 99 "TRANSVERSE MARKINGS, THERMOPLASTIC,CROSSWALK, WHITE, 24 IN, LFT 99 $ 3.75 $ 371.25 BID-4 Page 3 of 4 PART 3 CONTRACT ITEMS AND UNIT PRICES FOR 136th Street from Spring Mill Road to Oak Ridge Road E&B Paving, Inc. ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 100 LINE,THERMOPLASTIC, SOLID, WHITE,4 IN. LFT 857 $ 0.50 $ 428.50 101 LINE. REMOVE LFT 1025 $ 0.55 $ 563.75 102 TRANSVERSE MARKINGS, THERMOPLASTIC,CROSSWALK, WHITE, 6 IN. LFT 722 $ 0.85 $ 613.70 103 TRANSVERSE MARKINGS.THERMOPLASTIC, STOP LINE, WHITE. 24 IN. LFT 129 $ 3.75 $ 483.75 104 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC. LANE INDICATION ARROW EACH 9 $ 75.00 $ 675.00 105 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC. WORD (ONLY) EACH 9 $ 85.00 $ 765.00 106 PLANT. SHADE TREE, 2.5"-3" CAL. EACH 235 $ 325.00 $ 76,375.00 107 PLANT, ORNAMENTAL TREE, 1.5"-2"CAL. CLUMP FORM EACH 7 $ 225.00 $ 1,575.00 108 PLANT, EVERGREEN SHRUB, 5 GAL EACH 69 $ 45.00 $ 3,105.00 109 PLANT, ORNAMENTAL GRASS, I GAL EACH 300 $ 30.00 $ 9,000.00 110 PLANT, PERENNIAL, I GAL EACH 1420 $ 18.00 $ 25,560.00 111 MULCH, SHREDDED HARDWOOD BARK CYS 82 $ 35.00 $ 2,870.00 112 STONES,TENNESSEE RIVER SLICKS (50 SQ. FT. PER TON) TON 34 $ 240.00 $ 8,160.00 113 WEED BARRIER FABRIC SYD 189 $ 3.00 $ 567.00 114 UTILITY SOURCE CONNECTIONS LSUM 1 $ 3,000.00 $ 3,000.00 115 EDGING, STEEL LFT 140 $ 8.50 $ 1,190.00 116 ANCHOR HIGHLAND STONE FREE-STANDING WALL(ASSUMES THAT EACH SFT 573 $ 60.00 $ 34,380.00 SQUARE FOOT INCLUDES TWO FINISHED FACES) 117 ANCHOR HIGHLAND STONE CAP LFT 210 $ 34.00 $ 7,140.00 118 WALL FOOTER(53 STONE) CYS _ 9 $ 770.00 $ 6,930.00 119 CONCRETE PEDESTAL(POURED IN PLACE) INC. REBAR CYS 22 $ 1,150.00 $ 25,300.00 120 IRRIGATION LSUM I $ 20,268.00 $ 20,268.00 121 CAST STONE PLANTER EACH 1 $ 11,000.00 $ 11,000.00 122 HYDRANT, RELOCATE EACH 2 $ 3,000.00 $ 6,000.00 123 HYDRANT, REPLACE EACH I $ 4,500.00 $ 4,500.00 124 HYDRANT. ADJUST EACH 2 $ 1,000.00 $ 2,000.00 125 WATER VALVE, ADJUST EACH 20 $ 500.00 $ 10,000.00 126 MONUMENT, RE-ESTABLISH EACH I $ 650.00 $ 650.00 127 TEMPORARY SEDIMENT TRAP TON 25 $ 22.50 $ 562.50 TOTAL $ 3.813.629.77 BID-4 Page 4 of 4 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the tenns 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 FEBRUARY 16, 2007 BID-5 '4k\47ss\oos\docs'spes\rmuspecs.doc ‘111/01 The Schneider Corporation Schneider 14/stoic Fon Henisan 8901 Otis Avenue Indianapolis,IN46216-1037 Phone:317.826.7100 Fax 317.826.7200 TRANSMITTAL TO: Plan Holders DATE: February 16, 2007 JOB#: 4358.005 PROJECT: 136h Street (#06-07) Spring Mill to Oak Ridge FROM: Angela DeWees, P.E. RE: Addendum No. 1 FAX: 317-826-7399 FAX It: DIRECT DIAL: 317-826-7366 NUMBER OF PAGES: 42 (including cover) WE ARE SENDING YOU: ® Attached Via: ❑ Mail ❑ Fed Ex ❑ UPS ❑ Courier ❑ Pick Up El Other el Fax #Copies Date Description 1 2116/07 Addendum No. 1 to Bid(Project#06-07) THE ABOVE ARE TRANSMITTED as checked below: ❑ For approval El As requested ® FOR BIDS DUE 2/21/07 ® For your use ❑ For review and comment ❑ Other REMARKS: Please feel free to contact me if you have any questions. Distribution List: • HARCO Asphalt Paving, Inc., Attn:John Allen, fax: 317-791-7570 Rieth Riley Construction Co., Attn: Michael Silver,fax: 317-631-6423 Shelly&Sands, Indiana,Attn: Malt Kelley.fax: 317-773-0799 E&B Paving,Attn: Steve Varner,fax: 317-773-4137 Milestone Contractors,Attn: Brad McCall,fax: 317-788-1098 Gradex, Attn: Scott Sweeney, fax: 317-573-3979 Countyside Landscape, Attn: Keith or Cindy Hill,fax: 765.4684222 Crider&Crider, Inc., Attn: Bill Lang,fax: 317-334-1158 Poindexter Excavating,Attn: Norman Taylor,fax: 317-823-4662 McCullough&DiBenedetto Excavating, LLC,Attn:Chris DiBenedetto,fax: 765-655-1518 Calumet Asphalt Paving Co.,Attn: Megan,fax: 317-571-8924 Earth Images, Inc.,Attn: Matt Barbour,fax:317-885.1529 Fox Contractors Corp., Attn:Brian Kochersperger,fax: 317-769-6294 Rinker Materials,Attn:Caleb Brown,fax:317-769-5810 Schutt-Lookabill Co, Inc., Attn: Ted Kennedy, fax: 317-484-1561 Slussers Green Thumb,Attn:Mike McMahan,fax: 574-722-1828 Hunt Paving Co.,Attn: Eric Suess,fax:317-487-5779 City of Carmel, Attn: Mike McBride, fax: 317-571.2439 Crossroad Engineers, Attn:Trent Newport,fax: 317-780-6525 COPY TO: He If enclosures are not as noted, kindly notify us at once, www.sc hnewercorp.cnri 7 Mk1435810051docs*id ptaseladderdum 11PIanHelders_ddeMum[_2007-02.18.doc PROJECT NO. 06-07 136TH STREET FROM SPRING MILL ROAD TO OAK RIDGE ROAD Board of Public Works and Safety City of Carmel, Indiana ADDENDUM NO. 1 February 16, 2007 The original Project Manual dated February 1, 2007 for the project noted above is amended as noted in this Addendum No. 1. Receipt of this Addendum shall be acknowledged by inserting its number and date in the space provided on the Bidder's Itemized Proposal and Declarations Part 4 Form. This Addendum consists of 41 pages. ITEM NO. 1 A Pre-Bid Meeting was held in the Caucus Room on the 2nd Floor of the Carmel City Hall at 1:30PM on February 15, 2007. Attached is a copy of the Meeting Minutes as provided by CrossRoad Engineers. ITEM NO. 2 Pay Item 58 has been changed to PIPE, TYPE 4, CIRCULAR, 6 IN. DOUBLE WALL, SMOOTH INTERIOR. The underdrain pipe shall be Corrugated Polyethylene Pipe, Type SP, in accordance with 715. ITEM NO. 3 Water hydrant and water valves are to be adjusted, relocated, or replaced as pad of this project. Contract Item 122 - Hydrant, Relocate; Item 123 - Hydrant, Replace; Item 124 - Hydrant, Adjust; and Item 125 - Water Valve, Adjust have been added. ITEM NO. 4 A technical specification, TS36 SECTION CORNERS AND MONUMENTS, has been added. Pay Item 126 - MONUMENT, RE-ESTABLISH has been added for re-establishing the % Section corner monument at Station 326+70.56 "A136". Installation of a bronze Bench Mark on the barrier rail, as shown on Sheet 2 (Set 2 of 3) is included in the cost of other items in accordance with'615. ITEM NO. 5 Common Excavation and Borrow quantities are calculated based on removing 100% of the existing asphalt roadway within the area of the proposed curb and T:\4k\4358\005\docs\bid phese\addendum 1\addendum 1 2007-02-16.doc PART 5 • EXCEPTIONS Instructions To Bidders 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. • 5.3 Exceptions: NONE • 13ID-6 1:14k 435810o54tecslspcxsllromspccs.Jac Prescribed by State Board of Accounts Form No.96(Revised 2000) CONTRACTORS BID FOR PUBLIC WORK PART I (To be completed for all bids) (Please type or print) Date February 21, 2007 1. Governmental Unit(Owner): BOARD OF PUBLIC WORKS AND SAFETY,CITY OF CARMEL,INDIANA 2. County: Hamilton County 3. Bidder(Firm): E & B Paving, Inc. Address: 17042 Middletown Avenue City/State: Noblesville, IN 46060 4. Telephone Number: (317) 773-4132 5. Agent of Bidder(if applicable)_ **PROJECT #06-07 Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of BOARD OF PUBLIC WORKS AND SAFETY,CITY OF CARMEL,INDIANA (Governmental Unit) in accordance with plans and specifications prepared b' THE SCHNEIDER CORPORATION and dated February 1, 2007 for the sum of THREE MILLION,EIGHT HUNDRED THIRTEEN THOUSAND,SIX HUNDRED TWENTY-NINE DOLLARS AND SEVENTY-SEVEN CENTS $ 3,813,629.77 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I.C. 5-16-8-2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (Complete sections I, II, III, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100,000) or more. (IC 36-1-12-4) Governmental Unit: BOARD OF PUBLIC WORKS AND SAFETY,CITY OF CARMEL,INDIANA Bidder(Firm) E & B Paving, Inc. Date: February 21, 2007 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1 What public works projects has your organization completed for the period of one (1)year prior to the date of the current bid? - When Contract Amount Class of Work Completed Name and Address of Owner $5,025,683.00 ROAD RECON. 2006 INDOT R-27621 MAIN ST. PERU $9,637,208.00 ROAD RECON. 2006 INDOT R-26131 US 52 $5,425,209.00 ROAD RECON. 2006 INDOT R-28052 MCKINLEY $8,358,754.00 ROAD RECON. 2006 INDOT R-26409 US 36 2 What public works projects are now in process of construction by your organization? When Contract Amount Class of Work Completed Name and Address of Owner $4,850,000.00 ROAD RECON. 2007 INDOT R-28161 OLD CR 15 $19,860,378.00 ROAD RECON. 2007 CITY OF NOBLESVILLE 146TH ST. $15,070,101.00 CONCRETE 2007 R-286901-70 $23,283,632.00 CONCRETE 2007 INDOT R-26935 SR 62 3 Have you ever failed to complete any work awarded to you? NO If so, where and why? 4 List referenced from private firms for which you have performed work. MARINA UNLIMITED- GENE HEIWIG BEAZER COMMUNITIES-STEVE COOK PRECEDENT DEVELOPMENT-TIM PETERSON THOMPSON DEVELOPMENT- CHRIS WERTH SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1 Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) E & B PAVING, INC., WILL BEGIN THE WORK WITHIN THE TIME ALLOTED IN THE PROPOSAL. THE WORK WILL BE CONSTRUCTED USING SOUND CONSTRUCTION PRINCIPLES AND COMPLETED IN THE TIME ALLOWED IN THE PROPOSAL. E & B PAVING, INC., HAS TWO ASPHALT PLANTS IN HAMILTON COUNTY AND ACCESS TO OVER TWENTY PAVING CREWS. 2 If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. WE CURRENTLY DO NOT KNOW IF ANY WORK WILL BE SUBLET ON THIS CONTRACT BUT WE DO UNDERSTAND THAT IF THERE IS ANY WORK SUBLET ON THIS PROJECT THAT WE WILL PROVIDE A LISTING TO THE APPROPRIATE PERSONNEL. 3 What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. THE PAVING MACHINES USED FOR THIS PROJECT WILL BE EITHER A BLAWKNOX OR ROAD TEC PAVER. 4 Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. YES 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: 136th Street from Spring Mill Road to Oak Ridge Road Proposal For Construction of: The reconstruction and widening of 136th Street from Spring Mill Road to Oak Ridge Road. Included with the roadway reconstruction are a reinforced concrete con/span arch three-sided culvert over Williams Creek; multi-use paths; driveway reconstruction; installation of curb, gutter, and storm sewers; and landscaping. Date: 2- 2-1 On To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 t:4k 43581005\docs\specsVrontspms.doc PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: LRkb-2 k- 1Q\De0.- 'Lk�' 1.2 Bidder Address: Street Address: ' ` "1/4011.14 City: 11-1 o ktat-t5 State: _ \t Zip:: lab% Phone: SC1 3 '16 Fax: ' l 3JM-11592, 1.3 Bidder is a/an[mark one] Individual Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 - t:4k\4358\00Sdocs1specs\frontspecs.doc 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 HOestimated unit quantitie for such Contract Items total N 1) iel KtY fod 5l of 'i1+ 5AND uMr+ Dollars ($ ,' 1703ei'he Bidder acknowledges that evaluation of the lowest Bid shall be based on s h price and further acknowledges that the unit quantities listed in Part 3 of this Proposal re estimates solely for the purpose of Bid evaluation and Contract award, and are not t be construed as exact or binding. The Bidder further understands that all Work"hie. 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 t:Wk14 3 5 810 0 51docAspecs Vconispecs.doc PART3 CONTRACT ITEMS AND UNIT PRICES FOR I36th Street from Spring Mill Road to Oak Ridge Road ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT I CONSTRUCTION ENGINEERING LSUM 1 S100,000.00 $100,000.00 2 OFFICE EQUIPMENT LSUM I $1,500.00 $1,500.00 3 MOBILIZATION AND DEMOBILIZATION LSUM I $250,000.00 $250,000.00 4 CLEARING RIGHT OF WAY LSUM 1 $147,500.00 $147,500.00 5 CURB, CONCRETE, REMOVE LFT 2950 $7.50 $22,125.00 6 SIGN, SHEET, REMOVE EACH 10 $30.00 $300.00 7 PRESENT STRUCTURE, REMOVE LSUM 1 $25,000.00 $25,000.00 8 SIDEWALK, CONCRETE, REMOVE SYS 3048 $6.00 $18,288.00 9 FENCE, FARM FIELD, REMOVE LFT 210 $4.00 $840.00 10 EXCAVATION, COMMON CYS 13216 $30.00 $396,480.00 I I EXCAVATION, WATERWAY CYS 115 $30.00 $3,450.00 12 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET EACH 11 $62.00 $682.00 13 TEMPORARY CHECK DAM, STRAW BALES LFT 40 $11.00 $440.00 14 TEMPORARY DITCH INLET PROTECTION EACH 13 $62.00 $806.00 15 TEMPORARY SILT FENCE LFT 3880 $1.20 $4,656.00 16 SUBGRADE TREATMENT. TYPE I SYD 26169 $4.00 $104,676.00 17 STRUCTURE BACKFILL CYS 5885 $15.00 $88,275.00 18 COMPACTED AGGREGATE,NO. 53, BASE TON 3237 $24.00 $77,688.00 19 STONE, 2 (UNDISTRIBUTED) TON 23 $30.00 $690.00 20 COMPACTED AGGREGATE, NO. 53,TEMPORARY FOR DRIVEWAYS TON 52 $50.00 $2,600.00 21 HMA SURFACE. TYPE A TON 659 $75.00 $49,425.00 22 HMA SURFACE,TYPE C TON 1619 $60.00 $97,140.00 23 HMA INTERMEDIATE,TYPE A TON 1098 $60.00 $65,880.00 24 HMA INTERMEDIATE. TYPE C TON 2697 $50.00 $134,850.00 25 HMA BASE, TYPE C TON 7353 $45.00 $330,885.00 26 HMA FOR TEMPORARY PAVEMENT TON 328 $65.00 $21,320.00 27 HMA INTERMEDIATE,TYPE C, OG19.0 mm TON 3670 $50.00 $183,500.00 28 ASPAHALT FOR TACK COAT SYS 101501 $0.05 $5,075.05 29 FENCE, WOOD PRIVACY, RESET(UNDISTRIBUTED) LFT 850 $24.00 $20,400.00 30 FENCE, VINYL PICKET, RESET(UNDISTRIBUTED) LFT 350 $23.00 $8,050.00 31 SIDEWALK, CONCRETE. 10" REINFORCED SYS 188 $100.00 $18,800.00 32 CURB RAMP, CONCRETE, C SYS 21 $140.00 $2,940.00 33 CURB RAMP, CONCRETE, G SYS 220 $90.00 $19,800.00 34 CURB RAMP. CONCRETE, L SYS 16 $85.00 $1,360.00 35 SIDEWALK, CONCRETE. 4 IN. SYS 10 $125.00 $1,250.00 36 CONCRETE. COLORED, 4 IN. SYS 386 $50.00 $19,300.00 BID-4 Page 1 of 4 • PART 3 CONTRACT ITEMS AND UNIT PRICES • FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT 37 COMBINED CONCRETE CURB AND GUTTER (TYPE II) LFT 9623 $12.50 $120,287.50 38 COMBINED CONCRETE CURB AND GUTTER(TYPE III) LET 8446 $12.00 $101,352.00 39 CENTER CURB, D, CONCRETE SYS 36 $140.00 $5,040.00 40 HMA FOR APPROACHES TON 873 $80.00 $69,840.00 41 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 8 IN. SYS 160 $75.00 $12,000.00 42 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 6 IN. SYS 305 $55.00 $16,775.00 43 MAILBOX ASSEMBLY EACH 8 $191.00 $1,528.00 44 GEOTEXTILES SYS 1019 $2.00 $2,038.00 45 RIPRAP, CLASS I TON 970 $60.00 $58,200.00 46 RIPRAP, CLASS 2 TON 590 $55.00 $32,450.00 47 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH I $675.00 $675.00 48 FERTILIZER TON 1 $500.00 $500.00 49 SEED MIXTURE, T LBS 220 $2.50 $550.00 50 MULCHING MATERIAL TON 3 $394.00 $1,182.00 51 WATER kGAL 57 $1.00 $57.00 52 TOPSOIL CYS 2161 $2.00 $4,322.00 53 SODDING SYS 14157 $2.50 $35,392.50 54 REINFORCING BARS, EPDXY COATED LBS 15464 $1.50 $23,196.00 55 CONCRETE BRIDGE RAILING,TX, MODIFIED LFT 60 $200.00 $12,000.00 56 CONCRETE BRIDGE RAILING TRANSITION, TX EACH 4 $1,000.00 $4,000.00 57 SURFACE SEAL LSUM 1 $2,500.00 $2,500.00 58 PIPE, TYPE 4, CIRCULAR, 6 IN. DOUBLE WALL. SMOOTH INTERIOR LET 9348 $5.00 $46,740.00 59 PIPE, TYPE 2, CIRCULAR, 12 IN. LFT 2050 $30.00 $61,500.00 60 PIPE, TYPE 2, CIRCULAR, 15 IN. LFT 313 $35.00 $10,955.00 61 PIPE, TYPE 2, CIRCULAR, 18 IN. LFT 600 $40.00 $24,000.00 62 PIPE, TYPE 2, CIRCULAR. 21 IN. LFT 2414 $45.00 $108,630.00 63 PIPE, TYPE 2, CIRCULAR, 24 IN. LFT 321 $50.00 $16,050.00 64 PIPE. TYPE 2. CIRCULAR, 30 IN. LFT 47 $55.00 $2,585.00 65 PIPE,TYPE 2, CIRCULAR, 42 IN. LFT 68 $70.00 $4,760.00 66 PIPE, TYPE 2. CIRCULAR, 48 IN. LFT 156 $85.00 $13,260.00 67 _PIPE END SECTION, PRECAST CONCRETE. 30 IN. EACH 1 $1,560.00 $1,560.00 68 PIPE END SECTION, PRECAST CONCRETE. 48 IN. EACH 1 $2,140.00 $2,140.00 69 SANITARY SEWER, RELOCATE LSUM 1 $2,500.00 $2,500.00 70 AGGREGATE FOR UNDERDRAINS CYS 637 $45.00 $28,665.00 71 GEOTEXTILES FOR UNDERDRAIN SYS 6606 $1.00 $6,606.00 72 CASTING, ADJUST TO GRADE EACH 4 $595.00 $2,380.00 BID-4 Page 2 of 4 PART 3 CONTRACT ITEMS AND UNIT PRICES • FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT 73 INLET, E7 EACH 9 $1,800.00 $16,200.00 74 INLET, JI0 EACH 14 $2,000.00 $28,000.00 75 INLET, M10 EACH 9 $2,000.00 $18,000.00 76 CATCH BASIN. K10 EACH 20 $6,000.00 $120,000.00 77 MANHOLE, C4 EACH 22 $2,500.00 $55,000.00 78 STRUCTURE, MANHOLE, RECONSTRUCT LFT 7 $500.00 $3,500.00 79 MANHOLE, L4 EACH 1 $7,250.00 $7,250.00 80 MANHOLE, K4 EACH I $5,000.00 $5,000.00 81 MANHOLE. J4 EACH I $4,000.00 $4,000.00 82 INLET, 1315 EACH 3 $2,500.00 $7,500.00 83 INLET, C15 EACH 6 $2,500.00 $15,000.00 84 MANHOLE, L4, MODIFIED EACH 2 $8,000.00 $16,000.00 _ 85 CATCH BASIN, CI5 EACH 3 $3,500.00 $10,500.00 86 WINGWALL LSUM I $100,000.00 $100,000.00 87 STRUCTURE, PRECAST THREE-SIDED, 336 IN. X 120 IN. LSUM 1 $400,000.00 $400,000.00 88 MASONRY COATING LSUM I $2,500.00 $2,500.00 89 ROAD CLOSURE SIGN ASSEMBLY EACH 15 $315.00 $4,725.00 90 DETOUR ROUTE MARKER ASSEMBLY EACH 22 $210.00 $4,620.00 91 CONSTRUCTION SIGN, A EACH 6 $207.00 $1,242.00 92 TEMPORARY PAVEMENT MARKING, 1, YELLOW, 4 LFT 6160 $1.00 $6,160.00 93 TEMPORARY PAVEMENT MARKING, 1, WHITE, 4 LFT 5250 $1.00 $5,250.00 94 MAINTAINING TRAFFIC LSUM 1 $130,000.00 $130,000.00 95 BARRICADE, III-B LFT 384 $7.00 $2,688.00 96 SIGN, SHEET, REMOVE AND RELOCATE EACH 11 $169.00 $1,859.00 97 SIGN POST,A LFT 132 $18.00 $2,376.00 98 STREE SIGN ASSEMBLY. ORNAMENTAL EACH 7 $1,690.00 $11,830.00 99 TRANSVERSE MARKINGS, THERMOPLASTIC, CROSSWALK, WHITE, 24 IN. LFT 99 $4.00 $396.00 100 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 857 $0.55 $471.35 101 LINE, REMOVE LFT 1025 $0.60 $615.00 102 TRANSVERSE MARKINGS, THERMOPLASTIC, CROSSWALK, WHITE, 6 IN. LFT 722 $0.95 $685.90 103 TRANSVERSE MARKINGS. THERMOPLASTIC, STOP LINE, WHITE, 24 IN. LFT 129 $4.00 $516.00 104 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICATION ARROW EACH 9 $84.00 $756.00 105 PAVEMENT MESSAGE MARKINGS. THERMOPLASTIC, WORD (ONLY) EACH 9 $96.00 $864.00 106 PLANT, SHADE TREE, 2.5"-3" CAL. EACH 235 $445.00 $104,575.00 107 PLANT. ORNAMENTAL TREE, 1.5"-2"CAL. CLUMP FORM EACH 7 $236.00 $1,652.00 108 PLANT. EVERGREEN SHRUB, 5 GAL EACH 69 $61.00 $4,209.00 BID-4 Page 3 of 4 PART 3 CONTRACT ITEMS AND UNIT PRICES FOR • 136th Street from Spring Mill Road to Oak Ridge Road ITEM JO DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT , 109 PLANT, ORNAMENTAL GRASS, I GAL EACH 300 $23.00 $6,900.00 110 PLANT. PERENNIAL. I GAL EACH 1420 $14.00 $19,880.00 I1 l MULCH, SHREDDED HARDWOOD BARK CYS 82 $34.00 $2,788.00 112 STONES,TENNESSEE RIVER SLICKS (50 SQ. FT. PER TON) TON 34 $394.00 $13,396.00 113 WEED BARRIER FABRIC SYD 189 $1.50 $283.50 114 UTILITY SOURCE CONNECTIONS LSUM 1 $5,000.00 $5,000.00 115 EDGING, STEEL LFT 140 $4.50 $630.00 116 ANCHOR HIGHLAND STONE FREE-STANDING WALL (ASSUMES THAT EACH SQUARE SFT 573 $25.00 $14,325.00 FOOT INCLUDES TWO FINISHED FACES) 117 ANCHOR HIGHLAND STONE CAP LFT 210 520.00 $4,200.00 118 WALL FOOTER (53 STONE) CYS 9 $250.00 $2,250.00 119 CONCRETE PEDESTAL (POURED IN PLACE) INC. REBAR CYS 22 $1,000.00 $22,000.00 120 IRRIGATION LSUM I $12,500.00 $12,500.00 121 CAST STONE PLANTER EACH 1 $10,000.00 $10,000.00 122 HYDRANT, RELOCATE EACH 2 $2,500.00 $5,000.00 123 HYDRANT. REPLACE EACH I $3,750.00 $3,750.00 124 HYDRANT, ADJUST EACH 2 $1,000.00 $2,000.00 125 WATER VALVE,ADJUST EACH 20 $250.00 $5,000.00 126 MONUMENT, RE-ESTABLISH EACH 1 $500.00 $500.00 127 TEMPORARY SEDIMENT TRAP TON 25 $50.00 $1,250.00 TOTAL $4,287,779.80 BID-4 Page 4 of 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 BID-5 641:143581005‘docs\specs frontspecs.doc PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: BID-6 t:Wk`W358\005\does\specstirontspecs.doc 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. 136th Street from Spring Mill Road to Oak Ridge Road Project: Proposal For Construction of: The reconstruction and widening of 136th Street. from Spring Mill Road to Oak Ridge Road. included with the roadway reconstruction are a reinforced concrete con/span arch three-sided culvert over Williams Creek; multi-use paths; driveway reconstruction; installation of curb, gutter, and storm sewers; and landscaping. Date: February 21, 2007 To: City of Carmel, Indiana, Board of Public Works and Safety • BID-1 t41k413 5 8100 5.doesvpeslfronispws,doc 1 ' PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Atlas Excavating, Inc. 1.2 Bidder Address: Street Address: 4740 Swisher Road City:t est Lafayette State: IN Zip: 47906 Phone: 765-429-4800 Fax: 765-428-6464 1.3 Bidder is a/an[mark one] Individual Partnership % Indiana Corporation Foreign(Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 19581 .1 Corporation Name: NA .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 rv4kW35av05kioc vspecsvfmnapecs.dae PART 2 BID PROPOSAL 2A Base Bid The undersiped 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 quantifiers for . such. Contract `Items, total mist eq,-TNLr��na�yj iw nr�ry. �eiii SV{] 2fLaLi"L°� `_IM +1rti$ ppllars ($',7 0 Sru; tfhe TJ 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 C.AkW358\OO5.Wncs\spnskfromspo:s_doc PART 3 CONTRACT ITEMS AND UNIT PRICES FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM N0. DESCRIPTION UNITS QUANI'11Y UNIT PRICE AMOUNT 1 CONSTRUCTION ENGINEERING LSUM I $ all`i:41 $ 511//W 6 2 OFFICE EQUIPMENT LSUM 1 06,l6),(1j $Lbel}` ,ao 3 MOBILIZATION AND DEMOBILIZATION LSUM 1 $2.2- 11 Ca $ 1it INS 4 CLEARING WTI IT OF WAY LSUM I $11 ,.\`1,6 $ ingc . 5 CURB,CONCRETE,REMOVE I.FT 2,950 $ IS' 1g $ 4 &b,No 6 SIGN, SHEET,REMOVE _�» l� 7 PRESENT STRUCTURE,REMOVE LSUM 101 $ p $ aj 8 SIDEWALK, CONCRETE,REMOVE SYS 3,048 $ !, ,pp $ & S,L, 9 FENCE, FARM FIELD,REMOVE LFT 210 $ �,N\ $ I 10 EXCAVATION,COMMON CYS 13,216 $ • L. $ 1;4 5 CD, ,(bti 11 EXCAVATION, WATERWAY CYS 115 $ \ lit sib Sb 66 12 TEMPORARY EROSION AND SEDIMENT CONTROL,CURB INLET EACH 11 $ 3G $ I1r11)6.6.. 13 TEMPORARY CHECK DAM,STRAW BALES LFT 40 $ h,bit $ 1-{6�,� 14 TEMPORARY DITCH INLET PRO'T'ECTION EACH 13 $ C (. $ fl E. ,l)] 15 TEMPORARY SILT FENCE LET 3,880 $ ,), $1- ki,1 Lc, 16 SUBGRADE TREATMENT,TYPE I SYD 26,169 $ UT) $ a. 17 STRUCTURE BACKFILL _ CYS 5,885 $ caY,bb $ft ) 18 COMPACTED AGGREGATE,NO.53,BASE TON 3,237 $ p}C),\iJ $ ( tis j,ti) I9 STONE,2 (UNDISTRIBUTED) TON 23 $ . 6 $ i 1SD.� 20 COMPACTED AGGREGATE,NO 53 TEMPORARY FOR DRIVEWAYS TON 52 $ r1 $ C I► N` 21 HMA SURFACE,TYPE.A TON 659 $ _ $ ti' 22 DMA SURFACE,"TYPE C TON _ 1,619 $ 5(} $ n 1 4 r?,) HMA MA INTERMEDIATE,TYPE A TON 1,098 $ ,Dc, $ _ a\\ 24 IIMA INTERMEDIATE,TYPE C TON 2,697 $ 25 HMA BASF, TYPE C TON 7,353 $ $ (�y S. I . 26 IIMA FOR TEMPORARY PAVEMENT TON 328 $ 1)0 $ 27 HMA INTERMEDIATE,TYPE C, OG 19.0 mm _ TON 3,670 $ o . W3 $1 j ,50 28 ASPAHALT FOR TACK COAT SYS 101,501 $ , f 1 $ i J 1/ 29 PENCE, WOOD PRIVACY,RESET(UNDISTRIBUTED) LET 850 $ ,(, (:)J $ f r/ 1 ( 1 30 FENCE,VINYL PICKET,RESET(UNDISTRIBUTED) LFT 350 _ `)`. $ 1 (�ei,Or 31 SIDEWALK,CONCRETE, 10"REINFORCED SYS 188 $ �j $ ' 32 CURB RAMP,CONCRETE, C SYS 21 $ % t j 33 CURB RAMP,CONCRETE,G SYS 220 $ 1) $ /41 ; ► ,b} BID-4 Page 1 of 4 PART 3 CONTRACT ITEMS AND UNIT PRICES FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT 34 CURB RAMP,CONCRETE, L SYS I6,$ Ac.}7.bt $ 35 _ SIDEWALK, CONCRETE,4 IN. SYS _ 10 $ 1 $ All../b. 36 CONCRETE,COLORED,4IN. SYS 386 $ ,. $ $ _ 37 COMBINED CONCRETE CUBA AND GUTTER (TYPE II) LFT 9,623 $ I ► 38 COMBINED CONCRETE CURB AND GUTTER TYPE III LET 8,446 $ 39 CENTER CURB, D,CONCRETE SYS 36 $ 5%.( 0 $ II .4 . 40 HMA FOR APPROACHES TON 873 $ i OI $ 't( 41 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 8 IN. SYS 160 $ L,36 $ 1 . .D3 42 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS,6 IN. SYS 305 $ E. $ l 43 MAILBOX ASSEMBLY EACH 8 $ I i ,Li) $ 7 &(o (yo 44 GEOTEXTILES SYS 1,019 $ Q $ ) .� ,, 1 45 RIPRAP,CLASS 1 TON 970 $ L 1 •.Saida 46 RIPRAP, CLASS 2 TON 590 $ ■ , , t $ It 0. 7(_ O 47 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 1 $ I(> ' $ I 0.60 48 FERTILIZER TON 1 $ Ell,O $ C .M 49 SEED MIXTURE,"T LBS 220 $ J$ _$ .14/6 �\it U 50 MULCHING MATERIAL TON 3 $ . $ I (W.U,l Sl WATER kGAL 57 $ 00 $ )51 52 TOPSOIL CYS 2,161 $ :r\.i O $ t 53 SODDING SYS 14,157 $ . . I 54 REINFORCING BARS,EPDXY COATED LBS _ 15,464 $ ' ( $ 4/) .i 'a (�� 55 CONCRETE BRIDGE RAILING,TX, MODIFIED LFT 60.$ . • J $ e. 56 CONCRETE BRIDGE RAILING TRANSITION,TX EACH 4 $ tp ; • O $ . est (a (j 57 SURFACE SEAL LSUM 1 t. O `tI $ 58 PIPE,TYPE 4,CIRCULAR,6 IN. DOUBLE WALL, SMOOTH INTERIOR LET 9,348 $ $ 1{ iTo i 59 PIPE, TYPE 2,CIRCULAR, 12 IN. LFT _ 2,050 $ $7b l l!Uo 60 PIPE,TYPE 2, CIRCULAR, 15 IN. LFT 313 $, •l). $ s rJLA.It 61 PIPE,TYPE 2,CIRCULAR, 18 IN. LFT 600 $ L' $ 11-((� 62 PIPE,TYPE 2, CIRCULAR,21 IN. LFT 2,414 $ $i _j SA) 63 PIPE,TYPE 2,CIRCULAR,24 IN. LFT 321 $ 01 $ t k 64 PIPE,TYPE 2,CIRCULAR,30 IN. LFT 47 $ $ 65 PIPE,TYPE 2,CIRCULAR,42 1N. LET 68 $ ' $ b.30 66 PIPE,TYPE 2,CIRCULAR,48 1N. LFT 156 $1 1.ANTI Oh p,L'L ) BID-4 Page 2 of 4 PART 3 CONTRACT ITEMS AND UNIT PRICES FOR 136th Street front Spring Mill Road to Oak Ridge Road ITF..M NO DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT 67 PIPE END SECTION, PRECAST CONCRETE, 30 IN. EACI I 1 $ i ,) $( fl 68 PIPE END SECTION, PRECAST CONCRETE,48 IN. EACI I I $ ,(y�i' $tat UJ 69 SANITARY SEWER, RELOCATE LSUM 1 $ j ,.D) $pwe,(� 70 AGGREGATE FOR UNDERDRAINS CYS 637 $ , $6 ?' GI 71 GEOTEXTILES FOR UNDERDRAIN SYS 6,606 $ $ t 't', (;l/ 72 CASTING,ADJUST TO GRADE EACH 4 $ ' t-fa $ `,/-LS( )1 73 INLET, E7 EACH 9 $ pl L7.) $ ill 01),,a) 74 INLET,.110 EACII 14 $466a) $• ',000.L\J 75 INLET,MI EACH 9 $ �_l) $ :: \. a3 76 CATCH BASIN,KIO EACH 20 $ ') n,M $ ) b.06.0 77 MANHOLE,C4 EACH 22 $ Q) $ Lii m,(u 78 STRUCTURE,MANHOLE,RECONSTRUCT LFT 7 $ . 1 $ L , 79 MANHOLE,L4 EACH 1 $ ,bu).l3 $ Oi I(\a 80 MANIIOLE,K4 EACH 1 $ ' O1� $ 1 LI) 81 MANHOLE,14 EACI1 I $ 10.).OJ $ J \L)U.t�1 82 INLET, 1315 EACH 3 $ ' Ô \ $ 1 1 ).U, 83 INLET, C15 EACH 6 $ lOA% $ P-6,1),)84 MANIIOLE,L4,MODIFIED EACH 2 $1 J ,LU $ ff 'L „ J 85 CATCII BASIN,C15 EACH 3 $ l)6 $ i b� 1-1) 86 WING WALL LSUM I $, Obb( $k OW,L_v 87 STRUCTURE, PRECAST THREE-SIDED,336 IN. X 120 IN. LSUM 1 .) ,1O.W $1)46 Ll3,(}3 88 MASONRY COATING LSUM 1 $ ,,) $ L� 89 ROAD CLOSURE SIGN ASSEMBLY EACH 15 $ / $G1 90 DETOUR ROUTE MARKER ASSEMBLY EACH 22 $ , 91 CONSTRUCTION SIGN,A EACH 6 $ ' ,a $ m' cj ss 92 TEMPORARY PAVEMENT MARKING,I,YELLOW,4 LFT 6,160 $ e? v .5'l.(,o 93 TEMPORARY PAVEMENT MARKING, I, WHITE,4 LFT 5,250 $ b $ 5 94 MAINTAINING TRAFFIC LSUM 1 $IaINCla, $c1 LJ4 95 BARRICADE,111-B LFT 384 $ ,c $ e t .bS,.. 96 SIGN, SIIEET, REMOVE AND RELOCATE EACH 11 $ 0 $ e 9 S' 97 SIGN POST',A LET 132 $ a $ 98 SPREE SIGN ASSEMBLY,ORNAMENTAL. EACH 7 $j) L,_t $I' �N^,4 99 TRANSVERSE MARKINGS,TIIERMOPLASTIC,CROSSWALK,WHITE,24 IN. LF1' 99 $ . (( $ X15) C BID-4 Page 3 of 4 PART 3 CONTRACT ITEMS AND UNTI' PRICES FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM NO DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT 100 LINE,THERMOPLASTIC, SOLID,WHITE,4 IN. LFT 857 $ a $ t� 'lit 101 LINE,REMOVE LFT 1,025 $ I n $ U 102 TRANSVERSE MARKINGS,THERMOPLASTIC,CROSSWALK,WHITE,6 I. LFT 722 $ e7 $ ;faks 103 TRANSVERSE MARKINGS,'THERMOPLASTIC,STOP LINE,WHITE,24 IN. LFT 129 $ $ 104 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, LANE INDICATION ARROW EACII 9 $ '7' $ i, 105 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, WORD(ONLY) EACH 9 $ J b$g $., 4'J, 106 PLANT,SHADE TREE, 2.5"-3" CAL. EACH 235 $ , j,in $ Ii I,5, 107 PLANT, ORNAMENTAL TREE, 1.5"-2"CAL.CLUMP FORM EACH 7 $ ,Lt, $ 108 PLAN]', EVERGREEN SHRUB, 5 GAL EACH 69 $ r LI $ )aLD.LO 109 PLANT,ORNAMENTAL GRASS, 1 GAL EACH 300 $ L� $ (�6,O 110 PLANT, PERENNIAL, 1 GAL EACH 1,420 $ ,(�() $ 'I ()Lit,CO I l I MULCH, SHREDDED HARDWOOD BARK CYS 82 $, ,(a $ d % L\a 112 STONES,TENNESSEE RIVER SLICKS(50 SQ. FT. PER TON) TON 34 $ $ J 1 1-1 113 WEED BARRIER FABRIC SYD 189 $ $ �' Z�� 114 UTILITY SOURCE CONNECTIONS LSUM 1 $J ,� .19j $ i cl(ilt71 115 EDGING, STEEL LFT 140 $ �I .(�) $ Job Liu ANCHOR HIGHLAND STONE FREE-STANDING WALL(ASSUMES THAT EACH SQUARE 1 16 FOOT INCLUDES TWO FINISHED FACES) SET 573 $ , ht $ i,('pc) 117 ANCHOR HIGHLAND STONE CAP LFT 210 $ J :JS $a J I l 118 WALL FOOTER(53 STONE) CYS 9 $ $ //q�� � (CO 119 CONCRETE PEDESTAL(POURED IN PLACE) INC. REBAR CYS 22 $ $ap k�U. 0 120 IRRIGATION LSUM 1 $b b) $ t -W�(� 121 CAST STONE. PLANTER EACH 1 $ , $ 122 HYDRANT, RELOCATE EACH 2 $ �L6 $ p�o A 123 HYDRANT, REPLACE EACH 1 $ p( (� $ tol) 124 HYDRANT, ADJUST EACH 2 $ ,t $ , b6p L.3)0 125 WATER VALVE,ADJUST EACH 20 $ L� a) $ (i}) (3 126 MONUMENT,RE-ESTABLISH EACH 1 $ c. 6.0) $ 1 ,(� 127 TEMPORARY SEDIMENT TRAP TON 25 $ ,t_ $ Jast.,,w TOTAL $4)40:1)S13 SI BID-4 Page 4 of 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 02-16-07 • BID-5 t:W k\4358\005\dog speesUtontspecsAa; S PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions. NA • BID-6 0.4kN358\W54bes\ssPesUmntspccs.doc State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK- FORM 96 PART I (To be completed for all bids. Please type or print) Date: February 21, 2007 1. Governmental Unit(Owner): City of Carmel IN 2. County: Hamilton 3. Bidder(Firm): Atlas Excavating, Inc Address: 4740 Swisher Rd., Bldg. A City/State: West Lafayette, In 47906 4. Telephone Number: 765-429-4800 5. Agent of Bidder(if applicable): NA Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Carmel IN(Governmental Unit) in accordance with plans and specifications prepared by Schneider Corporation and dated Februar y 2007 for the sum of VI N, ktQ 7-1 AJ u_rl -(v''Cd7-k..•AOA� CD" )wb M LGn 3C: ; Gila . k1 The under-signed further agrees to furnish a bond or certified check with this hid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will he specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS Of applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I . 5-16-8-2. I hereby certify that I and all subcontractors employed by me for this project will use U.S.steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of _ , subject to the following conditions: Contracting Authority Members: PART II (For projects of$100,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel, IN Bidder (Firm): Atlas Excavating, Inc. Date: February 21, 2007 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one(1) year prior to the date of the current bid? Contract Amount Class of Work When Completed Name and Address of Owner 8,808,241.00 Sewer/WaterMain 2005 City of Greenwood 1,342,129.99 Sewer 2005 City of Speedway Sewer 1.919.137.00 Sewer 2005 City of Rensselaer 3,109,236.00 Sewer/Watermain 2005 Plainfield Clarks Crk Ph3 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be Name and Address of Owner Completed 1,294,657.00 Sewer/Water 2006 Plainfield Reeves Road 3,548,206.00 Sewer 2006 Andrews/Norwood Sanitary Distric 5,174,852.23 Sewer/Storm 2007 Park East Blvd/City of Lafayette 8,518,219.75 Hwy/Utility 2007 Anderson MLK BLVD/INDOT 3. Have you ever failed to complete any work awarded to you? No If so, where and why? 4. List references from private firms for which you have performed work. Walsh& Kelly-Les Heiser Rieth-Riley Construction-Eric Green Maddox Industrial-Jay Maddox; Daniel.Mann.Johnson&Mendenhall(DMJM)-Roy Coffey C1&L Development-Brian Keene: SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid. As per Plans&Specifications 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of work done by each subcontractor. See attachment to form 96 (rev 2005) g If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. As per Plans and Specifications 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. As per Plans and Specifications 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: • This form shall be utilized by all Bidders. Except as othenvise specifically, provided, all Parts shall be filly and accurately filled in and completed and notarized. Project: 136th Street from Spring Mill Road to Oak Ridge Road Proposal For Construction of: The reconstruction and widening of I36`h Street from Spring Mill Road to Oak Ridge Road. Included with the roadway reconstruction are a reinforced concrete con/span jarch three-sided culvert over Williams Creek; multi-use paths; driveway reconstruction; installation of curb, gutter, and storm sewers; and landscaping. Date: February 21, 2007 JTo: City of Carmel, Indiana, Board of Public Works and Safety } I II J 7 BID-1 t:t SAW 358\00sdocs\spccs\frontspecsdoe J , PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Rieth-Riley Construction Co. , Inc. 1.2 Bidder Address: Street Address: 1751 W. Minnesota St. , PO Box 276 JCity: Indianapolis State: IN Zip: 46206 1 Phone: 317/634-5561 Fax: 317/631-6423 1.3 Bidder is a/an[mark one] JIndividual Partnership x Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1 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, 1 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 A Corporation Name: 1 .2 Address: .3 Date registered with State of Indiana: ] .4 Indiana Registered Agent: Name: Address: ] BID-2 1:1410:1358\005\does\specsVionrspecs doe 1 , 1 PART 2 BED PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, 1 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) 1 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 1 estimated unit auantiti. f such Contract Items, total Four Million Twenty even Thousand Six jlundred Ninety One and 00/100 Dollars (S4,027,691.M 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 1 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. 1 1 1 1 1 1 .1 1 JBID-3 cwk!4353)005\docs1specslfronispecs doe PART 3 CONTR 1CT"FMS AND UNILPRICFS FOR 136th Street from Spring Mill Road to Oak Ridge Road 1 I EM DESCRIPTION UNITS NO. QUANTIFY UNIT PRICE AMOUNT 1 CONSTRUCTION ENGINEERING LSUM 1 $ 45,000.00 $ 45,000.00 2 OFFICE EQUIPMENT LSUM I $ 8,400.00 $ 8,400.00 3 MOBILIZATION AND DEMOBILIZATION LSUM 1 $ 150,000.00 $ 150,000.00 4 CLEARING RIGHT OF WAY LSUM I $ 55,000.00 $ 55,000.00 5 CURB, CONCRETE, REMOVE LET 2950 $ 14.00 $ 41,300.00 6 SIGN, SHEET, REMOVE EACH 10 $ 26.00 $ 260.00 7 PRESENT STRUCTURE, REMOVE LSUM 1 $ 12,000.00 $ 12,000.00 8 SIDEWALK,CONCRETE, REMOVE SYS 3048 $ 20.00 $ 60,960.00 9 FENCE, FARM FIELD, REMOVE LFT 210 $ 9.50 $ 1,995.00 10 _EXCAVATION, COMMON CYS 13216 $ 16.00 $ 211,456.00 11 EXCAVATION, WATERWAY CYS 115 $ 17.00 $ 1,955.00 12 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET EACH 11 $ 130.00 $ 1,430.00 13 TEMPORARY CHECK DAM, STRAW BALES LFT 40 $ 3.50 $ 140.00 14 TEMPORARY DITCH INLET PROTECTION EACH 13 $ 370.00 $ 4,810.00 IS TEMPORARY SILT FENCE LFT 3880 $ 1.60 $ 6,208.00 16 SUBGRADE TREATMENT.TYPE I SYD 26169 $ 6.40 $ 167,481.60 17 STRUCTURE BACKFILL CYS 5885 $ 26.00 $ 153,010.00 IS COMPACTED AGGREGATE,NO. 53, BASE TON _ 3237 $ 27.00 $ 87,399.00 19 STONE, 2 (UNDISTRIBUTED) TON 23 $ 17.00 $ 391.00 20 COMPACTED AGGREGATE, NO. 53,TEMPORARY FOR DRIVEWAYS TON 52 $ 24.00 $ 1,248.00 21 HMA SURFACE, TYPE A TON 659 $ 70.00 $ 46,130.00 22 HMA SURFACE, TYPE C TON 1619 $ 67.00 $ 108,473.00 23 HMA INTERMEDIATE,TYPE A TON 1098 $ 53.00 $ 58,194.00 24 HMA INTERMEDIATE,TYPE C TON 2697 $ 49.00 $ 132,153.00 25 _FIMA BASE,TYPE C TON 7353 $ 46.00 $ 338,238.00 26 BMA FOR TEMPORARY PAVEMENT TON 328 $ 76.00 $ 24,928.00 27 HMA INTERMEDIATE, TYPE C, OG 19.0 mm TON 3670 $ 52.00 $ 190,840.00 28 ASPAHALT FOR TACK COAT SYS 101501 $ 0.01 $ 1,015.01 29 FENCE, WOOD PRIVACY, RESET(UNDISTRIBUTED) in 850 $ 22.00 $ 18,700.00 30 FENCE, VINYL PICKET, RESET(UNDISTRIBUTED) LFT 350 $ 21.00 $ 7,350.00 31 SIDEWALK, CONCRETE, 10" REINFORCED SYS 188 $ 79.00 $ 14,852.00 32 CURB RAMP, CONCRETE, C SYS 21 $ 120.00 $ 2,520.00 33 CURB RAMP, CONCRETE, G SYS 220 $ 120.00 $ 26,400.00 34 CURB RAMP, CONCRETE, L SYS 16 $ 120.00 $ 1,920.00 BID-4 Page 1 of 4 PART_a CONTRACT ITEMS ND UNIT PRICES FOR 136111 Street from Spring Mill Road to Oak Ridge Road ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 35 SIDEWALK, CONCRETE, 4 IN. SYS 10 $ 66.00 $ 660.00 36 CONCRETE, COLORED,4 IN. SYS 386 $ 79.00 $ 30,494.00 37 _COMBINED CONCRETE CURB AND GUTTER(TYPE II) LET 9623 $ 11.00 $ 105,853.00 38 _COMBINED CONCRETE CURB AND GUTTER(TYPE 111) - LET 8446 $ 11.00 $ 92,906.00 39 CENTER CURB, D, CONCRETE SYS 36 $ 120.00 $ 4,320.00 40 _HMA FOR APPROACHES TON 873 $ 110.00 $ 96,030.00 41 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 8 IN. SYS 160 $ 71.00 $ 11,360.00 42 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 6 IN. SYS 305 $ 70.00 $ 21,350.00 43 MAILBOX ASSEMBLY EACH 8 $ 240.00 $ 1,920.00 44 (JEOTEXTILES SYS 1019 $ 2.00 $ 2,038.00 45 RIPRAP, CLASS I TON 970 $ 24.00 $ 23,280.00 46 RIPRAP,CLASS 2 TON 590 $ 24.00 $ 14,160.00 47 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH I $ 420.00 $ 420.00 48 FERTILIZER TON I $ 930.00 $ 930.00 49 SEED MIXTURE.T LBS 220 $ 7.40 $ 1,628.00 50 MULCHING MATERIAL TON 3 $ 1,000.00 $ 3,000.00 51 WATER kGAL 57 $ 11.00 $ 627.00 52 TOPSOIL. CYS 2161 $ 47.00 $ 101,567.00 53 SODDING SYS 14157 $ 6.10 $ 86,357.70 54 REINFORCING BARS, EPDXY COATED LBS 15464 $ 1.00 $ 15,464.00 55 CONCRETE BRIDGE RAILING, TX, MODIFIED LET 60 $ 530.00 $ 31,800.00 56 CONCRETE BRIDGE RAILING TRANSITION, TX EACH 4 $ 2,100.00 $ 8,400.00 57 SURFACE SEAL. LSUM I $ 5,300.00 $ 5,300.00 58 PIPE, TYPE 4, CIRCULAR, 6 IN. DOUBLE WALL, SMOOTH INTERIOR LET 9348 $ 4.00 $ 37,392.00 59 PIPE, TYPE 2, CIRCULAR, 12 IN. LET 2050 $ 21.00 $ 43,050.00 60 PIPE, TYPE 2, CIRCULAR, 15 IN. LFT 313 $ 24.00 $ 7,512.00 61 PIPE, TYPE 2, CIRCULAR, 18 IN. LFT 600 $ 25.00 $ 15,000.00 62 PIPE,TYPE 2, CIRCULAR, 21 IN. LFT 2414 $ 34.00 $ 82,076.00 63 PIPE, TYPE 2, CIRCULAR, 24 IN. LET 321 $ 38.00 $ 12,198.00 64 PIPE, TYPE 2, CIRCULAR, 30 IN. LET 47 $ 45.00 $ 2,115.00 65 PIPE, TYPE 2, CIRCULAR, 42 IN. LFT 68 $ 66.00 $ 4,488.00 66 PIPE, TYPE 2, CIRCULAR,48 IN. LFT 156 $ 76.00 $ 11,856.00 67 PIPE END SECTION, PRECAST CONCRETE, 30 IN. EACH 1 $ 810.00 $ 810.00 68 PIPE END SECTION, PRECAST CONCRETE,48 IN. EACH I $ 1,300.00 $ 1,300.00 BID-4 Page 2 of 4 PART 3 CON RACT ITEi1 _ANU ITNFI' PI2_ICES _ FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT 69 SANITARY SEWER, RELOCATE LSUM 1 $ 4,000.00 $ 4,000.00 70 AGGREGATE FOR UNDERDRAINS CYS 637 $ 35.00 $ 22,295.00 71 GEOTEXTILES FOR UNDERDRAIN SYS 6606 $ 2.00 $ 13,212.00 72 CASTING, ADJUST TO GRADE EACH 4 $ 530.00 $ 2,120.00 73 INLET, E7 EACH 9 $ 2,800.00 $ 25,200.00 74 INLET, J l0 EACH 14 $ 2,800.00 $ 39,200.00 75 INLET, MIO EACH 9 $ 2,800.00 $ 25,200.00 76 CATCH BASIN, K10 EACH 20 $ 3,400.00 $ 68,000.00 77 MANHOLE,C4 EACH 23 $ 3,200.00 $ 73,600.00 78 STRUCTURE, MANHOLE, RECONSTRUCT LFT 7 $ 420.00 $ 2,940.00 79 MANHOLE,L4 EACH 1 $ 5,900.00 $ 5,900.00 80 MANHOLE, K4 EACH 2 $ 3,800.00 $ 7,600.00 81 MANHOLE, J4 EACH 1 $ 4,200.00 $ 4,200.00 82 INLET, B15 EACH 3 $ 2,800.00 $ 8,400.00 83 INLET,C 15 EACH 6 $ 2,800.00 $ 16,800.00 84 MANHOLE, L4, MODIFIED EACH 2 $ 5,500.00 $ 11,000.00 85 CATCH BASIN, CI5 EACH 3 $ 3,500.00 $ 10,500.00 86 WINGWALL LSUM 1 $ 61,000.00 $ 61,000.00 87 STRUCTURE, PRECAST THREE-SIDED, 336 IN. X 120 IN. LSUM 1 $ 467,834.69 $ 467,834.69 88 MASONRY COATING LSUM 1 $ 11,000.00 $ 11,000.00 89 ROAD CLOSURE SIGN ASSEMBLY EACH 15 $ 300.00 $ 4,500.00 90 DETOUR ROUTE MARKER ASSEMBLY EACH 22 $ 200.00 $ 4,400.00 91 CONSTRUCTION SIGN. A EACH 6 $ 190.00 $ 1,140.00 92 TEMPORARY PAVEMENT MARKING, I,YELLOW.4 LFT 6160 $ 1.00 $ 6,160.00 93 TEMPORARY PAVEMENT MARKING, I, WHITE.4 LFT 5250 $ 1.00 $ 5,250.00 94 MAINTAINING TRAFFIC LSUM I $ 15,000.00 $ 15,000.00 95 BARRICADE, Ill-B LFT 384 $ 7.00 $ 2,688.00 96 SIGN, SHEET, REMOVE AND RELOCATE EACH 11 $ 160.00 $ 1,760.00 97 SIGN POST, A LFT 132 $ 17.00 $ 2,244.00 98 STREE SIGN ASSEMBLY, ORNAMENTAL EACH 7 $ 1,600.00 $ 11,200.00 99 'TRANSVERSE MARKINGS, THERMOPLASTIC, CROSSWALK, WHITE, 24 IN. LFT 99 $ 4.00 $ 396.00 100 LINE, THERMOPLASTIC, SOLID, 3VHIT'E,4 IN. LFT 857 $ 1.00 $ 857.00 101 LINE, REMOVE LFT 1025 $ 1.00 $ 1,025.00 102 TRANSVERSE MARKINGS, THERMOPLASTIC, CROSSWALK, WHITE, 6 IN. LFT 722 $ 1.00 $ 722.00 BID-4 Page 3 of 4 £ARII CONTRACT ITEMS AND UNIT PRICES FOR 136th Street from Spring Mill Road to Oak Ridge Road ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT NO. 103 TRANSVERSE MARKINGS,THERMOPLASTIC, STOP LINE, WHITE, 24 IN. LET 129 $ 4.00 $ 516.00 104 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, LANE INDICATION ARROW EACH 9 $ 79.00 $ 711.00 105 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC. WORD (ONLY) EACH 9 $ 90.00 $ 810.00 106 PLANT, SHADE TREE, 2.5"-3" CAL. EACH 235 $ 340.00 $ 79,900.00 107 PLANT, ORNAMENTAL TREE, 1.5"-2"CAL. CLUMP FORM EACH 7 $ 170.00 $ 1,190.00 108 PLANT, EVERGREEN SHRUB, 5 GAL EACH 69 $ 93.00 $ 6,417.00 109 PLANT, ORNAMENTAL GRASS, 1 GAL EACH 300 $ 15.00 $ 4,500.00 110 PLANT, PERENNIAL, 1 GAL EACH 1420 $ 8.00 $ 11,360.00 I 1 I MULCH, SHREDDED HARDWOOD BARK CYS 82 $ 73.00 $ 5,986.00 112 STONES,TENNESSEE RIVER SLICKS (50 SQ. FT. PER TON) TON 34 $ 310.00 $ 10,540.00 113 WEED BARRIER FABRIC SYD 189 $ 3.00 $ 567.00 114 UTILITY SOURCE CONNECTIONS LSUM I $ 9,400.00 $ 9,400.00 115 EDGING, STEEL LFT 140 $ 10.00 $ 1,400.00 116 ANCHOR HIGHLAND STONE FREE-STANDING WALL(ASSUMES THAT EACH SQUARE SF''I' 573 $ 19.00 $ 10,887.00 FOOT INCLUDES TWO FINISHED FACES) 117 ANCHOR HIGHLAND STONE CAP LFT 210 $ 9.50 $ 1,995.00 118 WALL FOOTER(53 STONE) CYS 9 $ 190.00 $ 1,710.00 119 CONCRETE PEDESTAL (POURED IN PLACE) INC. REBAR CYS 22 $ 1,200.00 $ 26,400.00 120 IRRIGATION LSUM 1 $ 18,000.00 $ 18,000.00 121 _CAST STONE PLANTER EACH 1 $ 13,000.00 $ 13,000.00 122 HYDRANT, RELOCATE EACH 2 $ 3,200.00 $ 6,400.00 123 HYDRANT, REPLACE EACH I $ 4,700.00 $ 4,700.00 124 HYDRANT, ADJUST EACH 2 $ 1,100.00 $ 2,200.00 125 WATER VALVE, ADJUST EACH 20 $ 530.00 $ 10,600.00 126 MONUMENT, RE-ESTABLISH EACH 1 $ 740.00 $ 740.00 127 TEMPORARY SEDIMENT TRAP TON 25 $ 24.00 $ 600.00 TOTAL $ 4,027,691.00 BID-4 Page 4 of 4 1 , PART CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the tens and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 1 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 2/16/2007 1 1 1 1 1 1 1 I 1 BID-5 t;\4k‘4758\005'dncs\specs\fmnapocs.doc 1 PART 5 EXCEPTIONS Instructions To Bidders: 1 5.1 The Bidder shall filly state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: None 1 1 1 1 7 1 BID-6 t:`40.4358 T05Sdocs'specs\frontspccs.doc