Loading...
HomeMy WebLinkAboutBid Information and Packets 13644• La AP bit Spx:nsrai 1 f /DT- ebtotitti at 1118 , Me • 72. E. + 15 312, 4 14 2S ?. 13 124,714/0; ay 3 . &.o, 741 . ® o I�tiItsk, nC P6 , 'i4tit oo0 • 00 kites 3, Stti , 910 • ` 1 G d;c t Cv te S, G % 7, 22°Y • Tr ward : alone+ Farm Prescribed by Stoic Roam of Accounts 900549-4688226 Cmnarsl F'orin Nu,99 I'(Rev, 1957) CITY OF CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 307 N PENNSYLVANIA ST - PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 PUBLISHER'S CLAIM LINE COUNT Display Matter-(Must not exceed two actual lines,neither of which $ shall total tune than four solid linos of the type in which the body of Ore advertisement is set). Number of equivalent lines Head -Number of lines $ Body-Number of lines $ • $ Tail-Number of lines S • Total number of lines in notice COMPUTATION OF CHARGES 167,9 lines TO columns wide equals 167.0 equivalent $ 87.16 lines at .522 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 ofssingle column 7.83 ems Size of type 5 7 point $ $ Number of insertions 1.0 $ 87.16 Parevaen to the provt.sions and penalties of Chapter 155,Acts of 1953, I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after allowing ull just credits,and that no part of the same has been paid. DA'Z'E: 02/09/2007 _SI [.G " let_ Title 900549-4688226 PUBLISHER'S AFFIDAVIT xanee State of Indiana SS: ' CitrolCnrmel,Inelana Hlllnl hull County Notice is hereby green 1tut the Board 1 Public Warts and' Safety far dire Cify of Cerm°I, namdmn County mdfana Nw� Personally appeared before me,a notary public In and the said county and state, ma•13dm StreereRecensfm¢ran el 1:1,cp°'°Blood t•be attiiir�dtit,• the undersigned Stacey McCullough who,being duly sworn,says that SHE is clerk Icr clerk rreasuret. one' Oust 1 tl liar ea arer Indiana to ry l It n]OOO r arrime z00%,dfoe r br y nat,� of the Nohlcsvilla Ledger a newxpaperol'gumual circulation ore h hl fhS e f raon then saline tl he Ni a theC P eb hits '"Iii printed turd published in the English language In the city ad'NOB LIESVILI-7,in state the Council Cha e °abud alt tIo late bids MP be arY dole° °h1ds axe argues Is°tau be and county aforesaid_and that the primed flatter attached hereto is a true copy. operiOi and completely ese- res a the broausal mans witic iirl wr�rchi"w`il and which was duly published in said polar for 9 ti uec(sj,between the dates of: ude the r+omcu lluslen snit r anired by the seateof real me bid en.er°lie m°st he 02/02/2007 and 02/119/201)7 aled C have the Nerds ee-Prnmrf o oa.Ba-asbrn/Road"tc 1 R ad to so.n'centd•• � � q le bond ur certlriee cant , /7n /mused m ltife to ern /%/I/! AJ�--Y// e n,be ub umed a 't I I k .1must beonedmered Nip h rent I 'b'o ^ heated aemnnr ! Ti lc co hunt ea per�eo°�ppei Me°a lied dtf the,euCces9rf i bidder i Snh}'albed and sworn to before me on 02/09/21107 art is Intended that actual con Istran be started all ork seer,,n:1 lskdl be started fOracricapl4, and each, i°der I ) q / /�j //��/ r Oblneliy PUNIC Form 0.5-REV [-SR My commission expired -%<--- -mac 43--2C C/� BIDDER'S ITEMIZED PROPOSAL_ AND DECLARATIONS City of Cannel Insn-1r0i0ns 7 0 Bidders: This form shui he ruili_ccl b}r all Bidders. Except as otherwise specific0lly prorided. all Parts slant he firll y and accurately filled in am!completed and notarized' PIProject: # 04-117 Proposal Fur Construction of: 136t Street— Ditch Road to Spring Mill Road U Dale: February 21 , 2007 fa City of Carmel, Indiana, Board of Public Works and Safety N U U N i C p BID-I PART I 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: IN Zip: 46240 - Phone: (317) 57-8900 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 .4 /The following must he answered if the Bidder or any of its partners or joint venture parties is cc foreign corporation. Note: To do business in or with the City of Carmel, Indicrnn,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as staled therein and expressed in the Attorney General's Opinion #2, dated January 23, . I Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: • Address: BID-2 1 ' r PART 2 RID PROPOSAL ?_1 Contract Bid The undersigned Bidder proposes to Mulish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulliII all obligations incident thereto in strict accordance with and within the time(s' provided by the tens and conditions of the Contraci.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, Ndten multiplied by Aestimated unit quantities for such: Base Bid items total Three Million One Hundred Seventy Eight Thousand Three Hundred Dollars ($3,178,386. 72 ), Eighty Six Dollars and seventy two cents The Bidder acknowledges that evaluation of the lowest Bid shall he based on such total contract price, and further acknowledges that the unit quantities listed in Part i 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. I P I I I I I I I 131 D-3 CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.0407 February IS,2007 ITEMIZED PROPOSAL ITEM SPECIFICATION I NO. NO. DESCRIPTION ESTIMATED OVYiTTY UNIT UNIT COST TOTAL COST I INDOT 110 MOBILIZATION AND DEMOBILIZATION 2 I LS 99,000.00 99,000.00 TS-17 CLEARING RIGHT OF WAY I LS 99,000.00 _ 99,000.00 T INDOT 105 CONSTRUCTION ENGINEERING 1 LS 38,600.00 38,600.00 1 INGOT 203 EXCAVATION, COMMON 6,678 CYS 47 .92 291,257.76 a INDOT211 BORROW 9,364 CYS 0.01 93.64 a INDOT 718 GEOTEXTILE FOR UNDERDRAINS 9,312 SYS 1.70 15,830.40 INGOT 718 AGGREGATE FOR UNDERDRAINS 649 CYS 33.50 21,741 .50 8 INGOT 205 TEMPORARY EROSION AND SEDIMENT CONTROL, PERIMETER PROTECTION 5,000 LFT 1 .28 7,680.00 s INGOT 205 TEMPORARY EROSION AND SEDIMENT CONTROL,DITCH INLET PROTECTION 5 EA 94.50 472.50 to INDOT 301 COMPACTED AGGREGATE,NO.53,SASE 2,388 TON 21 . 19 50,601. 72 11 INDOT616 RIP-RAP,REVETMENT 187 TON 50.00 9,350.00 12 INGOT 816 GEOTEXTILE 167 SYS - 2.53 473.11 13 TS-28 HANDRAIL 401 LFT 99.50 42,884.50 14 TS-26 MODULAR BLOCK WALL WI GROUND REINFORCEMENT 46 BYp _ _ 100. 00 4,600.00 1s TS-26 MODULAR BLOCK WALL ERECTION 46 SYR 250.00 11,500.00 is INDOT 2I I STRUCTURE BACKFILL 12,592 CYS 16.06 186,167.52 17 TS-22 HMA SURFACE,TYPEC 1,567 TON 65.45 _ 102,560. 15 la HOOT 402 HMA INTERMEDIATE, TYPEC 2,612 TON 43.39 113,334.68 In INGOT 401 OC/QA HMA,5,76.INTERMEDIATE.OG 19.0 r0111 4,757 TON 51 .70 _ 245 ,936.90 20 INGOT 402 HMA BASE,TYPEC 6,268 TON 43.67 273 ,723.56 21 'IS-22 IIMA SURFACE,TYPE'A' 627 TON 1 57 .88 _ 36,290.76 22 INDOT 402 HMA INTERMEDIATE,TYPE'A' 1,046 TON 51 . 11 53,461.06 23 INDOT 402 HMA FOR APPROACHES 1,551 TON 57.58 112,338.58 14 INDCT406 BITUMINOUS MATERIAL FOR TACK COAT 16 TON 200.00 3,200.00 15 INDOT 604 SIDEWALK,CONCRETE,41N. 187 SYS 51 . 77 9,680. 99 'vs TS-38 DECORATIVE COLORED CONCRETE 77 SYS 104.28 8,029.56 27 INDOT 605 CURB AND GUTTER,CONCRETE,TYPE II 9,784 LET 11. 75 11,4,962.00 -a INDOT 605 CURB AND GUTTER.CONCRETE,TYPE III 6.310 LFT 11.00 69,410.00 LB INGOT 605 CENTER CURB,TYPE'D' 6 SYS 157. 30 943.80 so 18-25 RAMP,CONCRETE,TYPE'G' 237 SYS 1,13. 50 26,899.50 SI INDOT 610 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS,6 IN. 741 SYS 55.89 41,414.49 32 TS-37 MAILBOX ASSEMBLY 10 EA 125.75 1,257.50 33 INDOT 621 SODDING,NURSERY 14,237 SYST I 4.03 57,375.11 BID 3.1 s CITY OF CARREL,INDIANA 135TH STREET RECONSTRUCTION PROJECT NO.04.07 February 15,2007 ITEMIZED PROPOSAL. ITEM I SPECIFICATION HO. NO, pESCRIPIIpN F51,4ATED DOANTT UNIT L1101 COST TO UT COST 34 INDOT 621 MULCHED SEEDING,U 6,153 SYS 0.63 r 3,876.39 25 TS-18 FIRE HYDRANT AND VALVE ASSEMBLY 3 EA 5,051_56 15,154.68 sE TS•18 ADJUST TO GRADE,WATER VALVE B EA 455. 11. 3,640.88 37 TS-15 RELOCATE METER PIT 1 EA 1 ,503. 11. 1,503.11 JO TS-19 FIRE HYDRANT,RELOCATE 1 EA 3,347.10 3,347. 10 3E INDOT022 TREE,RELOCATE 5 EA 500,00 2,500.00 40 75.24 CLEANOUT,RELOCATE 3 EA 1, 118.94 3,356.82 I 4: TS-29,TS.30 CASTING,ADJUST TO GRADE 5 EA 771.65 3,858.25 42 INDOT715 RCP CLASS III,CIRCULAR, 121N 2,310 LFT 32.05 74,035.50 43 INDOT715 RCP,CLASS III,CIRCULAR,151N 8 LFT 46.94 375.52 44 INDOT715 RCP, CLASS III, CIRCULAR.18 IN 1228 LFT 40.68 49,955.04 is 1NDOT715 RCP,CLASS 111,CIRCULAR,24 IN 1,443 LET 48.02 69 ,292.86 .14 INDOT 715 RCP,CLASS III,CIRCULAR.30 IN 359 LFT 47.80 17, 160.20 44 1NDOT715 RCP,CLASSY'',CIRCULAR,351N 1,904 LFT 60.55 118,920.20 '6 TS-46 PIPE,CORRUGATED POLYETNYLENE, TYPE SP,6-IN 8,821 LFT 3.93 34 ,666.53 is 1NDOT714 CULVERT.PRECAST BOX,REINFORCED CONCRETE. 12 X 6' 115 LFT 804.37 92,502.55 50 TS-40 WINOWALL 874 SET 51.44 _ 44,958. 56 51 INDOT 720 INLET,J•10 22 EA _ 1 ,456.07 33,489. 61 52 INDOT 720 INLET,F-7 I EA 1,273. 14 1 ,273. 14 53 INDOT 720 INLET.B.15 8 EA 1,958.32 15 ,666.56 54 !NWT 720 INLET,C-15 4 EA 1,958.32 7,833. 28 55 INDOT 720 CATCH BASIN,MODIFIED 0.15 W/CATCH BASIN HOOD 4 EA 2 ,968. 04 11,872 . 16 se INDOT 720 INLET,E-7 2 EA 1,273. 13 2,546.26 57 INOOT 720 CATCH BASIN,E-7 W1 CATCH BASIN HOOD 1 EA 2,270. 77 2,270.77 5e RJ90T 720 INLET,G-7 1 EA 1 ,466.31 1,466.31 59 INDOT 720 CATCH BASIN,K-10 WI CATCH BASIN HOOD 19 EA 2,369. 43 42,649.74 GO INDOT 723 MANHOLE,C-4 19 EA 2, 132.42 _ 40,515.98 F1 INDOT 720 MANHOLE,W4 2 EA 4,600. 72 9,201.44 62 IN DOT 720 MANHOLE,J-4 12 EA 2,814.27 33,771 .24 62 INDOT 715 PIPE END SECTION,3:1 - 18 IN 3 EA 1,272.89 _ 3,818.67 64 INDOT 715 PIPE END SECTION,3:1 -20 IN 1 EA 1 ,485.21 1 ,485.21 66 INGOT715 PIPE END SECTION,3:1 -361N 1 EA 1,598.85 _ 1,598.85 BS T5-13 MAINTAINING TRAFFIC LS 1 56,250.19 56,250. 19 8103,2 CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04.07 February 15,2007 ITEMIZED PROPOSAL REM SPECIFICA1IOH I ESTIMATED NO. N0. DESCRIPTION ounry UNIT VNIT COST TOTAL COST + 62 _ INGOT 002 SHEET SIGN, REMOVE AND RESET 2 EA 1.50.00 300.00 SO TS-27 FLASHING BEACON ASSEMBLY,RELOCATE 2 EA 3,620.00 7,240.00 69 TS-50 STREET SIGNASSEMDLY,ORNAMENTAL 6 EA 1 ,260.00 7,560.00 70 INGOT 802 SIGN TYPE 1,SHEET,ENCAPSULATED LENS WITH LEGEND, 9.08 IN.THICKNESS 96 SET 18.45 2,509.20 T1 INDOT 802 SIGN POST,SOUARE,1,REINFORCED ANCHOR BASE 195 LFT 15.38 2,999. 10 Tz INGOT 008 TRANSVERSE.MARKINGS,THERMOPLASTIC,STOP LINE,24 IN. 138 LF7 3.75 517 .50 - n INGOT 808 TRANSVERSE MARKINGS.THERMOPLASTIC,CROSSWALK ONE 6 IN, 1,227 LFT 1 .15 1,411 .05 IG INDOT 008 LINE.THERMOPLASTIC,SOLID,YELLOW,4 IN. 1,208 LET 0.49 591 .92 75 INGOT 008 LINE,THERMOPLASTIC,BROKEN.YELLOW 4 IN. 272 LFT 0.49 133.28 75 INGOT BOB LINE.THERMOPLASTIC,SOLID,WHITE,4 IN. 450 LFT 0.49 224.42 77 INDOT 808 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC,WORD 'ONLY' n EA 95.00 1,045.00 INGOT 308 PAVEMENT MESSAGE MARKINGS. THERMOPLASTIC,LANE ARROWS 11 EA 75.00 525.00 Ts INGOT 008 PAVEMENT MESSAGE MARKINGS. THERMOPLASTIC,WORD _ SCHOOL' 2 EA 69.00 338.00 au INGOT801 ROAD CLOSURE ASSEMBLY 0 EA 244.00 1,952.00 01 INGOT 001 CONSTRUCTION SIGN,TYPE A s EA 190.00 1,140.00 02 INGOT 301 CONSTRUCTION SIGN,TYPE B 2 EA 85.00 170.00 83 INGOT801 DETOUR POLITE MARKER ASSEMBLY 18 EA 87.00 _ 1 ,566.00 E+ INGOT 302 BARRICADE,TYPE III-B 268 LET 7.87 2,109. 16 RS TS-43 LINE MONUMENT.TYPE D 2 EA 669.50 1 .339.00 50 TS-43 SECTION CORNER MONUMENT i EA 699.50 699.50 A% 02930 PLANT,Acer plarinoides'Emerald Oueen'(Emerald Queen Maple),2.5'3"CAL. 41 EA 435.00 17 ,835.00 E6 02830 PLANT,Gledilyra InacanihDS'Impcple'(Imperial Hpneylocust). 2.5"-3-CAL. 3s EA 410.00 14,760.00 a9 02930 PLANT,Tilia lolnenlosa(Silver Linden),2.5--3"CAL. 31 EA 400.00 12,400. 00 eo 02930 PLANT,Liriodendren tulipitern(Tulip Tree},2.5"-3"CAL. 31 EA 41.0.00 12,710.00 91 02930 PLANT,Ulmus><halandica'Urban'(Urban Elm(.2.5"-3'CAL 23 EA 445.00 11,570,00 II- 02930 PLANT,Cledrastls kengrkea(American Yellowwoad I.2.5"-3"CAL. 24 EA 450.00 10,800.00 93 02930 MULCH, SHREDDED HARDWOOD BARK 50 CYS 84.60 4,230.00 94 TS-34 FIELD OFFICE EQUIPMENT 1 LS 2,D45.37 2,045.37 ss TS-44 SUBGRAOE TREATMENT, TYPE I 23,912 SYS 4.04 96,604.48 P6 TS-31 TOPSOIL 1,351 CYS 4.35 5,876.85 TOTAL AMOUNT OF BID= 3,178,386.72 RlO 3.3 PART 4 CONTRACT DOCUMENTS AM) ADDENDA 4.I The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE One 2-16-07 pip phiLL, rf=: pa! !`. 1311)-4 • I PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall Jullp state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. • 5.? !,fickler is cautioned that any exception taken by Lildder and deerrred by OWNER to be a material qualification or variance front the terms of the Contract Dacumerns nray result in this [Ed being reaecvcc"as non-responsive. r.. 3 Escepriorrs: None I r j r I I I i Ed D-5 n � 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 he filly and accurately filled in and completed and notarized. Project: # 04-07 Proposal For Construction of: 136th Street—Ditch Road to Spring Mill Road Date: 2.- 2, - O� To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART I BIDDER INFORMATION (Print) 1.1 Bidder Name: 054\pEfa. 052 \oe-2 , 1‘ 1C . 1.2 Bidder Address: Street Address: \2 v` , Q(� City:�ND1�t 4bk iS State: I� L Zip: 4�ObU Phone: r1.' &3kik 45196 Fax: 3`1- /534 -115% 1.3 Bidder is a/an [mark one] �/ Individual Partnership J% Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must he answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 2.1 Contract 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: 4/ Base Bid Items totals MWOA SitNur-oes 14tV-ltuo1rk,ANe-twt'HONcatn 7w4/W-6/GKT d9''ao Dollars ($3t(,32,22$515 ), The Bidder acknowledges that evaluation of the lowest Bid shall be based on such total contract price, and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 February 18,2007 ITEMIZED PROPOSAL I ITEM SPECIFICATION l DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST NO. NO. QUANTITY !I 1 1 INDOT 110 MOBILIZATION AND DEMOBILIZATION 1 LS $175,000.00 5175,00000 2 TS-17 CLEARING RIGHT OF WAY 1 LS $125,000.00 $125,000,00 3 INDOT 105 CONSTRUCTION ENGINEERING 1 LS $90,000.00 $90,000.00 4 INDOT 203 EXCAVATION,COMMON 6,078 CYS $50.00 $3033,90000 s INDOT211 BORROW 9,364 CYS $1.00 $9,364.00 b INDOT 718 GEOTEXTILE FOR UNDERDRAINS 9,312 SYS $1.00 $9,312.00 7 INDOT 718 AGGREGATE FOR UNDERDRAINS 649 CYS $45.00 $29,205.00 S INDOT 205 TEMPORARY EROSION AND SEDIMENT CONTROL, 6,000 LFT $1.00 $8,400.00 ' PERIMETER PROTECTION I INDOT 205 TEMPORARY EROSION AND SEDIMENT CONTROL,DITCH 5 EA $90.00 $450.00 ' INLET PROTECTION 10 INDOT 301 COMPACTED AGGREGATE,NO.53,BASE 2,388 TON $25.00 $59,700.00 it INDOT 616 RIP-RAP,REVETMENT 187 TON $50.00 $9,350.00 12 INDOT616 GEOTEXTILE 187 SYS $2.50 $487.50 13 TS-28 HANDRAIL 431 LFT $112.00 $48,272.00 14 TS-26 MODULAR BLOCK WALL W/GROUND REINFORCEMENT 46 SYD $125.00 $5,750.00 Is TS-26 MODULAR BLOCK WALL ERECTION 46 SYD $300.00 $13,800.00 IIs INDOT211 STRUCTURE BACKFILL 11,592 CYS $15.00 $17388000 17 TS-22 HMA SURFACE,TYPE C 1,567 TON $87.00 $104,989.00 I III INDOT 402 HMA INTERMEDIATE, TYPE C 2,612 TON $50.00 $130,600.00 19 INDOT 401 OC/QA HMA,5,76,INTERMEDIATE,OG 19.0 mm 4,757 TON $50.00 $237,850.00 20 INDOT 402 HMA BASE, TYPE C 6,268 TON $45.00 $282,060.00 21 TS-22 HMA SURFACE,TYPE'A' 627 TON $7600 $47,652.00 22 INDOT 402 HMA INTERMEDIATE,TYPE'A' 1,046 TON $60.00 $62,760.00 23 INDOT 402 HMA FOR APPROACHES 1,951 TON $72.00 $140,472.00 24 INDOT 406 BITUMINOUS MATERIAL FOR TACK COAT 16 TON $305.00 $4,880.00 25 INDOT 604 SIDEWALK,CONCRETE,41N. 187 SYS $40.00 $7,480.00 23 TS-38 DECORATIVE COLORED CONCRETE 77 SYS 555.00 $4,235.00 27 INDOT 605 CURB AND GUTTER,CONCRETE,TYPE II 9,784 LFT $12.50 $122,300.00 23 INDOT 605 CURB AND GUTTER,CONCRETE,TYPE III 6,310 LFT $12.00 $75,720.00 I 29 INDOT605 CENTER CURB,TYPE'D' 6 SYS $195.00 $1,170,00 I 30 TS-25 RAMP,CONCRETE,TYPE'G' 237 SYS $100.00 $23,700.00 31 INDOT 610 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS,6 IN. 741 SYS $45.00 $33,345.00 32 TS-37 MAILBOX ASSEMBLY 10 EA $130.00 $1,300.00 1 33 INDOT 621 SODDING,NURSERY 14,237 SYS $3.00 $42,711.00 I BID 3.1 CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 February 16,2007 I, ITEMIZED PROPOSAL ITEM SPECIFICATION a ESTIMATED NO. NO. DESCRIPTION UNIT UNIT COST TOTAL COST QUANTITY 34 INDOT 621 MULCHED SEEDING,U 6,153 SYS $0.45 $2,768,85 35 TS-18 FIRE HYDRANT AND VALVE ASSEMBLY 3 EA $3,000.00 $9,000.00 36 TS-18 ADJUST TO GRADE,WATER VALVE 8 EA $295.00 $2,36000 37 TS-18 RELOCATE METER PIT 1 EA $1,250,00 $1,250.00 38 TS-18 FIRE HYDRANT,RELOCATE 1 EA $2,000.00 $2,000.00 39 INDOT 622 TREE,RELOCATE 5 EA 516o00 Roo co 40 TS-24 CLEANOUT,RELOCATE 3 EA $590.00 $1,770.00 41 TS-29,TS-30 CASTING,ADJUST TO GRADE 5 EA 5590,00 $2,950.00 42 INDOT 715 RCP,CLASS III,CIRCULAR, 12 IN 2,310 LFT $30.00 $69,300.00 43 INDOT 715 RCP,CLASS III,CIRCULAR,15 IN 8 LFT $35,00 $280,00 44 INDOT 715 RCP,CLASS III,CIRCULAR,18 IN 1,228 LFT $40.00 $49,120.00 45 INDOT 715 RCP,CLASS III,CIRCULAR,24 IN 1,443 LFT $45.00 564,935.00 4e INDOT 715 RCP,CLASS III,CIRCULAR,30 IN 359 LFT $55.00 $19,745.00 47 INDOT 715 RCP,CLASS III,CIRCULAR,36 IN 1,964 LFT 575.00 $147,300.00 48 TS-46 PIPE,CORRUGATED POLYETHYLENE, TYPE SP,6IN 8,821 LFT $5.00 $44,105.00 49 INDOT 714 CULVERT,PRECAST BOX,REINFORCED CONCRETE,12'X 6' 115 LFT 51,250.00 $143,750.00 so TS-40 WINGWALL 874 SET $50.00 $43,700.00 51 INDOT 720 INLET,J-10 23 EA 52,750.00 $63,250.00 52 INDOT 720 INLET,F-7 1 EA $1,500.00 51,500.00 53 INDOT 720 INLET,8-15 8 EA $2,500.00 $20,000.00 $4 INDOT 720 INLET,C-15 4 EA 52,500.00 510,000.00 55 INDOT 720 CATCH BASIN,MODIFIED C-15 W/CATCH BASIN HOOD 4 EA 53,500.00 $14,000.00 56 INDOT 720 INLET,E-7 2 EA $1,350.00 $2.70000 57 INDOT 720 CATCH BASIN,E-7 W/CATCH BASIN HOOD 1 EA $2,500.00 $2,500.00 58 INDOT 720 INLET,G-7 1 EA $1,750.00 $1,750,00 59 INDOT 720 CATCH BASIN,K-10 W/CATCH BASIN HOOD 18 EA $4,500.00 $81,000.00 60 INDOT 720 MANHOLE,C-4 19 EA 53,000.00 $57,000.00 e1 INDOT 720 MANHOLE,K-4 2 EA $5,000.00 $10.000.00 62 INDOT 720 MANHOLE,J-4 12 EA $4,000.00 $48,000.00 63 INDOT 715 PIPE END SECTION,3:1-18 IN 3 EA 5800.00 $1,800.00 64 INDOT 715 PIPE END SECTION,3:1 -30 IN 1 EA 51,000.00 $1,000.00 65 INDOT 715 PIPE END SECTION,3:1 -36 IN 1 EA $1,250.00 $1,250,00 6e TS-13 MAINTAINING TRAFFIC 1 LS 5124,000.00 $124,000,00 BID 3.2 CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 February 18,2001 ITEMIZED PROPOSAL ITEM SPECIFICATION DESCRIPTION ESTIMATED ® UNIT COST TOTAL COST NO. NO. QUANTITY f Ila INDOT 802 SHEET SIGN,REMOVE AND RESET $160 00 $32000 ElT5-27 FLASHING BEACON ASSEMBLY,RELOCATE �fl $3,750.00 $7,500.00 ElTS-50 STREET SIGN ASSEMBLY,ORNAMENTAL 6 El $1,690.00 $10,14000 mINDOT 802 �l BN N.TYPE 1,THICKNESST,ENCAPSULATED LENS WITH LEGEND, 96 ® $21.50 $2,064,00 mINDOT 802 SIGN POST,SQUARE, 1,REINFORCED ANCHOR BASE 195 ® 119,20 $3,744.00 mINDOT 808 TN ANSVERSE MARKINGS,THERMOPLASTIC,STOP LINE,24 138 ® $4.20 $57e 60 m INDOT 808 TRANSVERSE MARKINGS,THERMOPLASTIC.CROSSWALK 1,227 ® $1.30 81,595.10 LINE 6 IN. INDOT BOB LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN. 1,208 ® $0.55 $664 a0 INDOT 808 LINE,THERMOPLASTIC,BROKEN,YELLOW 4 IN. 272 ® $0.55 $149.60 m INDOT 808 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 458 ® $0.5s $251.90 WORD'ONL MESSAGE MARKlNGS,THERMOPLASTIC, m INDOT 808 11 $107.00 $1,17700 a INDOT 808 ARROWS PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC,LANE 11 $84.70 $931.70 II INDOT 808 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, 2 m $191.00 5382 00 WORD'SCHOOL' INDOT 801 ROAD CLOSURE ASSEMBLY 8 CI $276.00 $2,208.00 INDOT 801 CONSTRUCTION SIGN,TYPE A 6 111 $215.00 $1,290 00 IIIINDOT 801 CONSTRUCTION SIGN,TYPE B 2 m $96.00 $192.00 mINDOT 801 DETOUR ROUTE MARKER ASSEMBLY 18 m $98.20 $1,767.60 1. INDOT 802 BARRICADE,TYPE III-B $8.90 $2,385.20 mTS-43 LINE MONUMENT,TYPE B MI $756.00 $1,512.00 mTS-43 SECTION CORNER MONUMENT $756.00 $756.00 02930 PLANT.Ater platinoides'Emerald Queen'(Emerald Queen $325.00 $13,325.00 Male,2.5"-3"CAL. 02930 PLANT,Gleditsia triacanlhos'Impcole'(Imperial Honeylocust). $325.00 571,700.00 2.5"-3"CAL. n 02930 PLANT,Tilia tomentosa(Silver Linden),2.5"-3"CAL. $325.00 $10,075.00 11 02930 PLANT,Liriodendron lulipifera(Tulip Tree),2.5"-3"CAL. 31 j $325.00 $10,075.00 m02930 PLANT,Ulmus x holandica'Urban'(Urban Elm),2.5"-3"CAL. flEl $285.00 $7,410.00 III02930 PLANT,Cledrastis kentukea(American Yellowwood),2.5"-3"CAL. m $325.00 $7,800.00 m 02930 MULCH,SHREDDED HARDWOOD BARK 50 ® $35.00 $1.750.00 aTS-34 FIELD OFFICE EQUIPMENT 1 111 $1,500.00 $1,500.00 fl TS-44 SUBGRADE TREATMENT, TYPE 1 23,912 ® $4.00 $95,64800 aTS-31 TOP SOIL 1.351 ® 52.50 $3,377.50 TOTAL AMOUNT OF BID= $3,632,228.95 BID 3.3 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 !L 211�r owl BID-4 PART 5 EXCEPTIONS Instructions To Bidders: 5.l 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 he a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: BID-5 t. BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shah be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall he fidly and accurately filled in and completed and notarized. Project: # 04-07 Proposal For Construction of: 136th Street — Ditch Road to Spring Mill Road Date: February 21, 2007 To: City of Carmel, Indiana, Board of Public Works and Safety BID-I I 1 PART I BIDDER INFORMATION (Print) 1 .1 Bidder Name: Rieth-Riley Construction Co. , Inc. 1.2 Bidder Address: Street Address: 1751 W. Minnesota St. , PO Box 276 ■ City: Indianapolis State: IN Zip: 46206 Phone: 317/634-5561 Fax: 317/631-6423 I 1.3 Bidder is a/an [mark one] I Individual Partnership x - Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other I 1.4 [The following must be answered f the Bidder or any of its partners or joint venture panics is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .I Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: I p BID-2 H • iY PART 2 BID PROPOSAL 2.1 Contract 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: Base Bid Items total Three Million Three Hundred Sixty Thousand Seven Hundred Forty One and 00/100 Dollars ($ 3,360,741 .00 ), The Bidder acknowledges that evaluation of the lowest Bid shall be based on such total contract 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. f� I.Y Wy ..r BID-3 CITY OF CARMEL,INDIANA 136T41 STREET RECONSTRUCTION PROJECT NO.04-07 Februory 16.2007 ITEMIZED PROPOSAL ITEM SPECIFICATION ESTIMATED ®_ J OESCNIPTION UNIT COST TOTAL COST NO NO. QUANTITY 1 INDOT 110 MOBILIZATION AND DEMOBILIZATION 1 LS $ 165,000.00 $ 165,000.00 2 15-17 CLEARING RIGHT OF WAY 1 LS $ 120,000.00 $ 120,000.00 3 INDOT 105 CONSTRUCTION ENGINEERING 1 LS S 40,606.20 $ 40,606.20 ! .1 NDOT 203 EXCAVATION,COMMON 6,078 CYS $ 36.00 $ 218,808.00 ' 5 INDOT 211 BORROW 9,364 CYS $ 0.10 $ 936.40 6 INDOT 718 GEOTEXTILE FOR UNDERDRAINS 9,312 SYS $ 2.00 $ 18,624.00 7 INDOT7IS AGGREGATE FOR UNDERDRAINS 649 CYS $ 35.00 $ 22,715.00 a INDOT 205 TEMPORARY EROSION AND SEDIMENT CONTROL. 6,000 LFT $ 1.20 $ 7200.00 PERIMETER PROTECTION 9 INDOT 205 TEMPORARY EROSION AND SEDIMENT CONTROL, 5 EA $ 6900 $ 34500 INLET PROTECTION 10 INDOT 301 COMPACTED AGGREGATE,NO.53,BASE 2.388 TON $ 21.00 $ 50,146.00 n NOM 616 RIP-RAP,REVETMENT 187 TON $ 24.00 5 4,488.00 12 INDOT 616 GEOTEXTILE 187 SYS $ 2.00 5 374.00 13 TS-28 HANDRAIL 431 LFT $ 10000 5 43,100.00 14 TS-26 MODULAR BLOCK WALL W!GROUND REINFORCEMENT 46 SYD $ 110.00 $ 5,060,00 15 TS-26 MODULAR BLOCK WALL ERECTION 46 SYD $ 190.00 5 5,740.00 16 INDOT 211 STRUCTURE BACKFILL 11,592 CYS $ 1690 $ 185,47200 17 TS-22 HMA SURFACE,TYPE C 1,567 TON $ 67.00 $ 104,98900 II INDOT402 HMA INTERMEDIATE,TYPE 2,612 TON $ 49.00 $ 127,988.00 1 to INDOT 401 GC/QA HMA,5,76,INTERMEDIATE,00 190 mm 4,757 TON $ 49.00 $ 233,093.00 ' 20 MOOT 402 HMA BASE,TYPE C 6,268 TON $ 46.00 $ 288,328.00 21 T5-22 HMA SURFACE,TYPE'A' 627 TON $ 70.00 $ 43,890.00 22 INDOT402 HMA INTERMEDIATE,TYPE'A' 1,046 TON $ 53.00 $ 55,438.00 23 1NDOT 402 HMA FOR APPROACHES 1,951 TON S 6500 $ 126,815_00 29 INDOT406 BITUMINOUS MATERIAL FOR TACK COAT 16 TON 5 10000 $ 1,60000 25 INDOT 604 SIDEWALK,CONCRETE,41N. 187 SYS S 66.00 $ 12,342.00 26 TS-38 DECORATIVE COLORED CONCRETE 77 SYS 5 79.00 $ 6,083.00 27 INDOT 605 CURB AND GUTTER,CONCRETE,TYPE II 9,784 LFT $ 11.00 $ 107,624.00 28 INDOT 605 CURB AND GUTTER,CONCRETE,TYPE III 6,310 LFT $ 11.00 $ 69,410.00 29 MOT 605 CENTER CURB,TYPE'D' 6 SYS $ 120.00 5 720.00 30 TS-25 RAMP,CONCRETE,TYPE'G' 237 SYS $ 12000 $ 28,440.00 31 INDOT 610 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS,61N. 741 SYS $ 4800 $ 35.56800 ' 32 T5-37 MAILBOX ASSEMBLY 13 EA $ 130.00 $ 1,300.00 I - 33 INDOT 621 SODDING,NURSERY 14,237 SYS $ 4.20 5 59,79540 BID 3.1 CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 February 16.2007 ITEMIZED PROPOSAL REM SPECIFICATION ESTIMATED NO. NO. DESCRIPTION QUANTITY UNR UNIT COST TOTAL COST 34 INDOT621 MULCHED SEEDING,U 6,153 SYS $ 1.00 $ 6,153.00 35 TS-18 FIRE HYDRANT AND VALVE ASSEMBLY 3 EA $ 4,700.00 $ 14,100.00 36 TS-18 ADJUST TO GRADE,WATER VALVE 8 EA $ 530.00 $ 4,240.00 37 TS-18 RELOCATE METER PIT 1 EA $ 2,600.00 $ 2,600.00 36 TS-18 FIRE HYDRANT,RELOCATE 1 EA $ 3,200.00 $ 3,200.00 39 INDOT 622 TREE,RELOCATE 5 EA $ 2,100.00 $ 10,500.00 40 TS-24 CLEANOUT,RELOCATE 3 EA $ 530.00 $ 1,590.00 4I TS-29,TS-30 CASTING,ADJUST TO GRADE 5 EA $ 530.00 $ 2.650.00 42 INDOT 715 RCP,CLASS III,CIRCULAR,12 IN 2,310 LFT $ 22.00 $ 50,820.00 43 INDOT 715 RCP,CLASS III,CIRCULAR,15 IN 8 LFT $ 25.00 $ 200.00 44 INDOT 715 RCP,CLASS III,CIRCULAR, 18 IN 1,228 LFT $ 26.00 $ 31,928.00 45 INDOT 715 RCP,CLASS III,CIRCULAR,24 IN 1,443 LFT $ 35.00 $ 50,505.00 46 INDOT 715 RCP,CLASS III,CIRCULAR,30 IN 359 LFT $ 46.00 $ 16,514.00 47 INDOT 715 RCP,CLASS III,CIRCULAR,361N 1,964 LFT $ 53.00 $ 104,092.00 46 TS-46 PIPE,CORRUGATED POLYETHYLENE,TYPE SP,6 IN 8.821 LFT $ 4.00 5 35,284.00 49 INDOT 714 CULVERT,PRECAST BOX,REINFORCED CONCRETE, 12'X 6' 115 LFT $ 1,000.00 $ 115,000.00 50 TS-40 WINGWALL 874 SFT $ 120.00 $ 104,880.00 51 INDOT 720 INLET,J-10 23 EA $ 2,800.00 $ 64,400.00 52 INDOT 720 INLET,F-7 1 EA $ 2,800.00 $ 2,800.00 53 INDOT720 INLET,B-15 8 EA $ 2,800.00 $ 22,400.00 54 INDOT 720 INLET,C-15 4 EA $ 2,800.00 $ 11,200.00 55 INDOT 720 CATCH BASIN,MODIFIED C-15 W/CATCH BASIN HOOD 4 EA $ 3,500.00 $ 14,000.00 56 INDOT 720 INLET,E-7 2 EA S 2,800.00 $ 5,600.00 57 INDOT 720 CATCH BASIN,E-7 W/CATCH BASIN HOOD 1 EA $ 3,400.00 $ 3,400.00 56 INDOT 720 INLET,G-7 1 EA $ 3,300.00 $ 3,300.00 I 59 INDOT 720 CATCH BASIN,K-10 WI CATCH BASIN HOOD 18 EA $ 3,500.00 $ 63,000.00 60 INDOT720 MANHOLE,C-4 19 EA $ 3,300.00 $ 62,700.00 61 INDOT 720 MANHOLE,K-4 2 EA $ 4,000.00 $ 8,000.00 62 INDOT 720 MANHOLE,J-4 12 EA $ 4,300.00 $ 51,600.00 63 INDOT 715 PIPE END SECTION,3:1 -18 IN 3 EA $ 560.00 $ 1,680.00 64 INDOT 715 PIPE END SECTION,3:1 -30 IN 1 EA $ 810.00 $ 810.00 65 INDOT 715 PIPE END SECTION,3:1 -36 IN 1 EA $ 1,000.00 $ 1,000.00 66 TS-13 MAINTAINING TRAFFIC 1 LS $ 15,000.00 $ 15,000.00 BID 3.2 CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 February 16,2007 ITEMIZED PROPOSAL ITEM SPECIFICATION ESTIMATED NO. NO. DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 67 INDOT 802 SHEET SIGN,REMOVE AND RESET 2 EA $ 160.00 S 320.00 68 TS-27 FLASHING BEACON ASSEMBLY,RELOCATE 2 EA S 3,800.00 $ 7.600.00 69 TS-50 STREET SIGN ASSEMBLY,ORNAMENTAL 6 EA $ 1,600.00 $ 9,600.00 70 INDOT 802 SIGN TYPE 1,SHEET,ENCAPSULATED LENS WITH LEGEND, 96 SET $ 20.00 $ 1,920.00 0.08 IN.THICKNESS 71 INDOT 802 SIGN POST,SOUARE,1,REINFORCED ANCHOR BASE 195 LFT $ 18.00 $ 3,510.00 72 INDOT 808 TRANSVERSE MARKINGS,THERMOPLASTIC,STOP LINE,24 138 LFT S 4.00 $ 552.00 73 INDOT 808 TRANSVERSE MARKINGS,THERMOPLASTIC,CROSSWALK 1,227 LFT S 2.00 $ 2,454.00 LINE 6 IN. 74 INDOT 808 LINE,THERMOPLASTIC,SOLID,YELLOW,4 IN, 1,208 LFT $ 1.00 $ 1,208.00 75 INDOT 808 LINE,THERMOPLASTIC,BROKEN,YELLOW 4 IN. 272 LFT S 1.00 $ 272.00 76 INDOT 808 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 458 LFT $ 1.00 $ 458.00 77 INDOT 808 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, 11 EA $ 100.00 $ 1,100.00 WORD'ONLY' 78 INDOT 808 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC,LANE 11 EA $ 79.00 $ 869.00 ARROWS 7s INDOT 808 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, 2 $ 180.00 $ 360.00 WORD'SCHOOL' no INDOT 801 ROAD CLOSURE ASSEMBLY 8 EA $ 260.00 $ 2,080.00 81 INDOT 801 CONSTRUCTION SIGN.TYPE A 6 EA $ 200.00 $ 1200.00 82 INDOT 801 CONSTRUCTION SIGN,TYPE B 2 EA $ 90.00 $ 180.00 03 INDOT 801 DETOUR ROUTE MARKER ASSEMBLY 18 EA $ 92.00 $ 1.656.00 I 84 INDOT 802 BARRICADE,TYPE III-B 268 LFT S 8.00 $ 2,144.00 85 TS-43 LINE MONUMENT,TYPE B 2 EA $ 710.00 $ 1,420.00 8G TS-43 SECTION CORNER MONUMENT 1 EA $ 740.00 $ 740.00 87 02930 PLANT,Acer platinoides'Emerald Queen'(Emerald Queen 41 EA $ 420.00 S 17,220.00 Maple),2.5"-3"CAL. EIS 02930 PLANT,Gleditsia triacanthos'Impcole'(Imperial Honeylocust), 36 EA $ 420.00 $ 15,120.00 2.5"-3"CAL. 89 02930 PLANT,Tilia tomentosa(Silver Linden),2.5"-3"CAL, 31 EA $ 420.00 $ 13,020.00 98 02930 PLANT,Liriodendron tulipifera(Tulip Tree),2.5"-3"CAL. 31 EA $ 420.00 $ 13,020.00 91 02930 PLANT,Ulmus x holandica'Urban'(Urban Elm),2.5"-3"CAL. 26 EA $ 450.00 $ 11,700.00 92 02930 PLANT,Cledrastls kentukea(American Yellowwood),2.5"-3" 24 EA $ 450.00 $ 10,800.00 93 02930 MULCH,SHREDDED HARDWOOD BARK 50 CYS $ 37.00 $ 1,850.00 91 TS-34 FIELD OFFICE EQUIPMENT 1 LS $ 8,900.00 $ 8,900.00 95 TS-44 SUBGRADE TREATMENT, TYPE 1 23,912 SYS S 5.00 $ 119,560.00 96 TS-31 TOPSOIL 1,351 CYS S 22.00 $ 29,722.00 TOTAL AMOUNT OF BID= $3,360,741.00 BID 3.3 N PART 4 CONTRACT 1)OCUMENTS AND ADDENDA 4.1 The Bidder agrees to he bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference 4.2 The Bidder acknowledges receipt of the following addenda: P POI ADDENDUM NUMBER DATE 1 2/16/2007 Pi p p t p 0 RI I' -' f l Yj I.iM1 PART 5 EXCEPTIONS ii Instructions To Bidders: 5.1 The Bidder shall filthy state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. • 5.2 Bidder is cautioned that amy exception taken by Bidder and deemed by OWNER to he a material qualification or variance from the terms (urine Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: None. I 1 e I 1 Q BID-5 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 he frilly and accurately filled in and completed and notarized. Project: # 04-07 Proposal For Construction of: 136th Street - Ditch Road to Spring Mill Road Date: FEBRUARY 21, 2007 To: City of Carmel, Indiana, Board of Public Works and Safety RID-I PART 2 BID PROPOSAL 2.1 Contract 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: THREE MILLION, TWO HUNDRED FORTY-EIGHT THOUSAND, TWO Base Bid Items total HUNDRED EIGHTY-SEVEN DOLLARS AND NINETY-THREE CENTS Dollars ($ 3,248,287.93 ), The Bidder acknowledges that evaluation of the lowest Bid shall be based on such total contract 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. arn_I CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 ITEMIZED PROPOSAL E&B PAVING, INC. Item No. Description Quantity Units UNIT COST TOTAL COST 001 INDOT 110 Mobilization and Demobilization 1.00 LS $ 160,000.00 $ 160,000.00 002 TS-17 Clearing Right of Way 1.00 LS $ 121,550.00 $ 121,550.00 003 INDOT 105 Construction Engineering 1.00 LS $ 62,500.00 $ 62,500.00 004 INDOT 203 Excavation, Common 6,078.00 CYS $ 33.85 $ 205,740.30 005 INDOT 211 Borrow 9,364.00 CYS $ 0.10 $ 936.40 006 INDOT 718 Geotextiles for Underdrains 9,312.00 SYS S 1.85 $ 17,227.20 007 INDOT 718 Aggregate for Underdrains 649.00 CYS $ 29.20 $ 18,950.80 Temporary Erosion and Sediment Control 008 INDOT 205 Perimeter Protection 6,000.00 LFT $ 1.25 $ 7,500.00 Temporary Erosion and Sediment Control 009 INDOT 205 Ditch Inlet Protection 5.00 EA $ 80.00 $ 400.00 010 INDOT 301 Compacted Aggregate, No. 53, Base 2,388.00 TON $ 23.36 $ 55,783.68 011 INDOT 616 Riprap, Revetment 187.00 TON $ 22.50 $ 4,207.50 012 INDOT 616 Geotextile 187.00 SYS $ 1.75 $ 327.25 013 TS-28 Handrail 431.00 LFT $ 104.00 $ 44,824.00 014 TS-26 Modular Block Wall w/Ground Reinforcement 46.00 SYD $ 172.30 $ 7,925.80 015 TS-26 Modular Block Wall Erection 46.00 SYD $ 365.45 $ 16,810.70 016 INDOT 211 Structure Backfill 11,592.00 CYS $ 15.00 $ 173,880.00 017 TS-22 HMA Surface,Type C 1,567.00 TON $ 67.00 $ 104,989.00 018 INDOT 402 HMA Intermediate,Type C 2,612.00 TON $ 47.00 $ 122,764.00 QC/QA-HMA, 5, 76, Intermediate, OG 19.0 019 INDOT 401 mm 4,757.00 TON $ 40.00 $ 190,280.00 020 INDOT 402 HMA Base,Type C 6,268.00 TON $ 45.00 $ 282,060.00 021 TS-22 HMA Surface,Type A 627.00 TON $ 70.00 $ 43,890.00 022 INDOT 402 HMA, Intermediate,Type A 1,046.00 TON $ 53.00 $ 55,438.00 023 INDOT402 HMA, For Approaches 1,951.00 TON $ 53.00 $ 103,403.00 024 INDOT 406 Bituminous Material For Tack Coat 16.00 TON $ 300.00 $ 4,800.00 025 INDOT 604 Sidewalk, Concrete, 4 IN. 187.00 SYS $ 56.00 $ 10,472.00 026 TS-38 Decorative Colored Concrete 77.00 SYS $ 120.00 $ 9,240.00 027 INDOT 605 Curb and Gutter, Concrete, Type II 9,784.00 LFT $ 11.00 $ 107,624.00 028 INDOT 605 Curb and Gutter, Concrete, Type III 6,310.00 LFT $ 12.50 $ 78,875.00 029 INDOT 605 Center Curb,Type D 6.00 SYS $ 285.00 $ 1,710.00 030 TS-25 Ramp, Concrete, Type G 237.00 SYS $ 110.00 $ 26,070.00 Cement Concrete Pavement for Driveways, 6 031 INDOT 610 IN. 741.00 LFT $ 45.00 $ 33,345.00 032 TS-37 Mailbox Assembly 10.00 EA $ 225.00 $ 2,250.00 033 INDOT 621 Sodding, Nursery 14,237.00 SYS $ 4.65 $ 66,202.05 034 INDOT 621 Mulched Seeding U 6,153.00 SYS $ 0.40 $ 2,461.20 035 TS-18 Fire Hydrant and Valve Assembly 3.00 EA $ 4,500.00 $ 13,500.00 036 TS-18 Adjust to Grade Water Valve 8.00 EA $ 500.00 $ 4,000.00 037 TS-18 Relocate Meter Pit 1.00 EA $ 2,500.00 $ 2,500.00 038 TS-18 Fire Hydrant, Relocate 1.00 EA $ 3,000.00 $ 3,000.00 039 INDOT 622 Tree Relocate 5.00 EA $ 150.00 $ 750.00 040 TS-24 Cleanout, Relocate 3.00 EA $ 500.00 $ 1,500.00 041 TS-29,TS-30 Casting,Adjust to Grade 5.00 EA $ 500.00 $ 2,500.00 042 INDOT 715 RCP, Class III, Circular, 12 IN 2,310.00 LFT $ 21.24 $ 49,064.40 043 INDOT 715 RCP, Class III, Circular, 15 IN 8.00 LFT $ 23.24 $ 185.92 044 INDOT 715 RCP, Class III,Circular, 18 IN 1,228.00 LFT $ 24.98 $ 30,675.44 045 INDOT 715 RCP, Class III, Circular, 24 IN 1,443.00 LFT $ 33.15 $ 47,835.45 046 INDOT 715 RCP, Class III, Circular, 30 IN 359.00 LFT $ 43.33 $ 15,555.47 047 INDOT 715 RCP, Class III, Circular, 36 IN 1,964.00 LFT $ 50.20 $ 98,592.80 048 TS-46 Pipe, Corrugated Polyethylene, Type Sp, 6 IN 8,821.00 LFT $ 4.80 $ 42,340.80 Culvert Precast Box Reinforced Concrete 12' 049 INDOT 714 x 6' 115.00 LFT $ 960.00 $ 110,400.00 050 TS-40 Wingwall 874.00 SFT $ 115.00 $ 100,510.00 051 INDOT 720 Inlet,J-10 23.00 EA S 2,648.66 $ 60,919.18 052 INDOT 720 Inlet, E7 1.00 EA $ 2,648.66 $ 2,648.66 053 INDOT 720 Inlet, B15 8.00 EA $ 2,668.89 $ 21,351.12 054 INDOT 720 Inlet,C15 4.00 EA $ 2,668.89 $ 10,675.56 Catch Basin, Modified ER w/catch Basin 055 INDOT 720 Hood 4.00 EA $ 3345.17 $ 13,380.68 056 INDOT 720 Inlet, E7 2.00 EA $ 2,648.66 $ 5297.32 057 INDOT 720 Catch Basin, E-7 w/catch Basin Hood 1.00 EA $ 3,205.65 $ 3,205.65 058 INDOT 720 Inlet, G-7 1.00 EA $ 3,146.01 $ 3,146.01 059 INDOT 720 Catch Basin, K10, Mod. 18.00 EA $ 3,344.10 $ 60,193.80 060 INDOT 720 Manhole, C4 19.00 EA $ 3,139.62 $ 59,652.78 061 INDOT 720 Manhole, K4 2.00 EA $ 3,816.96 $ 7,633.92 062 INDOT 720 Manhole, J4 12.00 EA $ 4,109.84 $ 49,318.08 063 INDOT 715 Pipe End Section 3-1 - 18 IN 3.00 EA $ 530.00 $ 1,590.00 064 INDOT 715 Pipe End Section 3-1 -30 IN 1.00 EA $ 768.50 $ 768.50 065 INDOT 715 Pipe End Section 3-1 -36 IN 1.00 EA $ 954.00 $ 954.00 066 TS-13 Maintaining Traffic 1.00 LS $ 37,700.00 $ 37,700.00 067 INDOT 802 Sheet Sign, Remove and Reset 2.00 EA $ 150.00 $ 300.00 068 TS-27 Flashing Beacon Assembly Relocate 2.00 EA $ 3,620.00 $ 7,240.00 069 TS-50 Street Sign Assembly, Ornamental 6.00 EA $ 1,500.00 $ 9,000.00 Sign Type 1 Sheeet Encapsulated Lens with 070 INDOT 802 Legend 0.08 IN Thickness 96.00 SFT $ 19.00 $ 1,824.00 Sign, Post, Square, 1 Reinforced Anchor 071 INDOT 802 Base 195.00 LFT $ 17.00 $ 3,315.00 Transverse Markings Thermoplastic Stop 072 INDOT 808 Line 24 IN 138.00 LFT $ 3.75 $ 517.50 Transverse Markings hermoplastic 073 INDOT 808 Crosswalk Line 6 IN 1,227.00 LFT $ 1.15 $ 1,411.05 074 INDOT 808 Line Thermoplastic Solid Yellow 4 IN 1,208.00 LFT $ 0.50 $ 604.00 075 INDOT 808 Line Thermoplastic Broken Yellow 4 IN 272.00 LFT $ 0.50 $ 136.00 076 INDOT 808 Line Thermoplastic Solid White 4 IN 458.00 LFT $ 0.50 $ 229.00 Pavement Message Markings,Thermoplastic, 077 INDOT 808 Word'Only' 11.00 EA $ 227.00 $ 2,497.00 Pavement Message Markings, hermoplastic, 078 INDOT 808 Lane Arrows 11.00 EA $ 118.00 $ 1,298.00 Pavement Message Markings,Thermoplastic, 079 INDOT 808 Word'School' 2.00 EA $ 325.00 $ 650.00 080 INDOT 801 Road Closure Assembly 8.00 EA $ 244.00 $ 1,952.00 081 INDOT 801 Construction Sign Type A 6.00 EA $ 190.00 $ 1,140.00 082 INDOT 801 Construction Sign Type B 2.00 EA $ 85.00 $ 170.00 083 INDOT 801 Detour Route Marker Assembly 18.00 EA $ 87.00 $ 1,566.00 084 INDOT 802 Barricade Type III-B 268.00 LFT $ 7.87 $ 2,109.16 085 TS-43 Line Monument Type B 2.00 EA $ 650.00 $ 1,300.00 086 TS-43 Section Corner Monument 1.00 EA $ 550.00 $ 550.00 Plant Acer Platinoides Emerald Queen 2.5"- 087 02930 3"CAL 41.00 EA $ 325.00 $ 13,325.00 Plant GleditsiaTriacanthos impcole(Impenal 088 02930 Honeylocust) 36.00 EA $ 325.00 $ 11,700.00 P ant Tilia Tomentosa (Silver Linden)2.5'-3" 089 02930 CAL 31.00 EA $ 325.00 $ 10,075.00 Plant Liodendron Tulipifera( ulip Tree )2.5"- 090 02930 3"CAL) 31.00 EA $ 325.00 $ 10,075.00 Plant Ulmus x Holandica Urban(Urban Elm) 091 02930 2.5"-3 CAL 26.00 EA $ 285.00 $ 7,410.00 Plant Cledrastis Kentukea (Amencan 092 02930 Yellowwood)2.5"-3"CAL 24.00 EA $ 325.00 $ 7,800.00 093 02930 Mulch Shredded Hardwood Bark 50.00 CYS $ 35.00 $ 1,750.00 094 TS-34 Field Office Equipment 1 LS $ 3,000.00 $ 3,000.00 095 TS-44 Subgrade Treatment,Type I 23,912.00 SYS $ 4.65 $ 111,190.80 096 TS-31 Top Soil 1,351.00 CYS $ 21.00 $ 28,371.00 TOTAL AMOUNT OF BID $ 3,248,287.93 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 FEBRUARY 16, 2007 BID-4 ADDENDUM NO. 1 136th Street (Ditch Road to Spring Mill Road) City of Carmel Project# 04-07 TO: All Plan Holders of Record The following addendum items modify, change, delete from or add to, the requirements of the contract documents for this project. The articles contained in the addendum take precedence over the requirements of the previously published contract documents. Where any article of the contract specifications or any detail of the contract drawings is modified or any paragraph, subparagraph or clause thereof is modified or deleted by the articles contained in this addendum, the unaltered provisions of that article, paragraph, subparagraph or clause shall remain in effect. 0‘,4 p.'RIClysf0/, gyp` rt. A o =:�&STFq�..Occ, No. 10300110 •; __ • • STATE OF ;' et 90.0 ':!NOIANr, • *, ,,Zu 6'S/ 04 00\EN60\�. / Z —/6-o7 Jerom; A. Richardson, P.E. DLZ Indiana, LLC 36 S. Pennsylvania St., Ste. 360 Indianapolis, IN 46204 136th Street City of Carmel PROJECT: 04-07 ADDENDUM NO. 1 PAGE 1 OF 14 FEBRUARY 16, 2007 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 P Form No.96(Revised 2000) BID OF E & B Paving, Inc. (Contractor) 17042 Middletown Avenue Noblesville, IN 46060 (Address) FOR PUBLIC WORKS PROJECTS OF BOARD OF PUBLIC WORKS AND SAFETY,CITY OF CARMEL, INDIANA Filed _ Action taken f 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 *04-07 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' DLZ INDIANA, LLC and dated February 2, 2007 for the sum of THREE MILLION,TWO HUNDRED FORTY-EIGHT THOUSAND,TWO HUNDRED EIGHTY-SEVEN DOLLARS AND NINETY-THREE CENTS $ 3,248,287.93 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, NDIANA 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-28690 1-70 $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 1 U BIDDER'S ITEMIZED PROPOSAL U AND DECLARATIONS City of Cannel 5 Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately fulled in and completed and notarized. Project: # 04-07 Proposal For Construction of: 136th Street— Ditch Road to Spring Mill Road U February 21 , 2007 Date: To: City of Carmel, Indiana, Board of Public Works and Safety U U I a I I I X • I BID-I PART I • BIDDER INFORMATION (Print) 1.1 Bidder Name: Atlas Excavating, Inc. 1.2 Bidder Address: Street Address: 4740 Swisher Road City: West Lafayette state: IN Zip: 47906 Phone: 765-429-4800 Fax: 765-429-6464 1.3 Bidder is a/an [mark one] Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: NA .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 NBID PROPOSAL 2.1 Contract 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 Uthe Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such: ( y'' I- _ Base Bid Items tot?l 11W I'1i�LI W J�, �41}d0LID y-tu<.`3JOuSilt0 'W/AIk74A440 /1 ,tl l unf jDollars ($.6 Cj 1(6 .11 ), The Bidder acknowledges that evaluation of the lowest Bid shall be based on such total contract 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. I A 4 I I .. , • CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 February 16,2007 ITEMIZED PROPOSAL ITEM SPECIFICATION DESCRIPTION i EaStriiTivE D UNIT UNIT COST TOTAL COST NO_ NO. I INDOT 110 MOBILIZATION AND DEMOBILIZATION 1 I LS ICS6 Wb.n Ici6,00 .63 2 TS-17 CLEARING RIGHT OF WAY 1 1 LS (i ba0.00 LCOI,Da.L\) ' 3 INDOT 105 CONSTRUCTION ENGINEERING 1 LS I-bpi.).0a 4 INDOT 203 EXCAVATION,COMMON 6,078 CYS )40 ,60 alTh 00.e6 5 INDOT 211 BORROW 3364 CYS I ,03 ei ssig b.) 1 6 INDOT 718 GEOTEXTILE FOR UNDERDRAINS 9,312 SYS .1-1 tri)ThoL-(0 . 7 INDOT 718 AGGREGATE FOR UNDERDRAINS 649 CYS M.r30 pc).■I 941 . 6 INDOT 205 So I TEMPORARY EROSION AND SEDIMENT CONTROL, 6,000 LFT PERIMETER PROTECTION 17 Lot.k.\) , TEMPORARY EROSION AND SEDIMENT CONTROL,DITCH 9 IN DOT 205 5 EA INLET PROTECTION 10 INDOT 301 COMPACTED AGGREGATE,NO.53,BASE 2,388 TON c;1_{.ca 6() /1' il INDOT 616 RIP-RAP,REVETMENT 187 TON V3.0c) ( p sics.01/4.) , :2 INDOT 616 GEOTEXTILE 187 SYS c.) .00 AN.03 13 TS-28 HANDRAIL 431 LET 1 0:-) A.),3 %)IC.13,bD ' IA 75-26 MODULAR BLOCK WALL W/GROUND REINFORCEMENT 46 SYD I n S.0,Th 3 oc-j,.. .1)c.) 15 TS-26 MODULAR BLOCK WALL ERECTION 46 SYD 1.4).c),-1- ILO) 1 lkit.b3 ‘o INDOT 211 STRUCTURE BACKFILL 1 11,592 CYS ( I7 ,W 11C1 %tk -O, 17 TS I-22 HMA SURFACE,TYPE C 1,567 TON (,jlq 03 la) MCD3 le INDOT 402 HMA INTERMEDIATE,TYPE C Z612 TON )..... •c..N.." I 11 k_b.b0 ,. ) :9 INDOT 401 QC/CA HMA,5,713,INTERMEDIATE,OG 19 0 mm 4,757 TON vaDy-io (3)LII,ItY1 Cia 29 INDOT 402 HMA BASE,TYPE C 6,268 TON LILA Az Lgi cTh.(-I 21 TS-22 HMA SURFACE,TYPE'A' 627 TON b e...)0 frAcio 22 INDOT 402 HMA INTERMEDIATE,TYPE'A' 1,046 TON &14:),"\I Ni.1)t0. n INDOT 402 HMA FOR APPROACHES 1,951 TON J.,..k.D .M 01,.. i,i). T 24 INCOT 406 BITUMINOUS MATERIAL FOR TACK COAT 16 TON .1C)0.00 /-i i tO.Do ' 25 INDOT 604 SIDEWALK,CONCRETE,4IN. 187 SYS r310. 00 10 Le . .6 26 TS-30 DECORATIVE COLORED CONCRETE O INDOT 605 CURB AND GU-RER,CONCRETE,TYPE II a INDOT 605 CURB AND GUlTER,CONCRETE,TYPE III 29 INDOT 605 CENTER CURB,TYPE'D' 3o 11 TS-25 RAMP,CONCRETE,TYPE'G' 77 SYS \ab.D0 li ado.oo 1 9,784 LET I I .00 6,310 LET la 6 SYS ("Vi Zo 237 SYS 1 t D.c.,O , 101 l_0(11.6 nt, ns.bb I ,r-lib.kio , & 3: INDOT 610 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS,6 IN. 741 SYS a 00 1 )tla -be 32 TS-37 MAILBOX ASSEMBLY 10 EA ia 11 I &Sr) 60 33 INDOT 621 SODDING,NURSERY 14,237 SYS c:: ,i) I gi 1)%1 ,L, , BID 3.1 • ' CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 February 15,2007 ITEMIZED PROPOSAL REM SPECIFICATION ' ESTIMATED NO. N0. DESCRIPTION OUANTTY UNIT UNIT COST 113,431052 TOTAL COST 34 INDOT 621 MULCHED SEEDING,U 6,153 SYS (13 as TS-18 FIRE HYDRANT AND VALVE ASSEMBLY 3 EA V�/ CU Ib' \ ( I 36 TS-18 ADJUST TO GRADE,WATER VALVE 8 EA h&c' Lo r U �. �F1��b5/r a 37 TS-18 RELOCATE METER PIT 1 EA 0 C1 In LA nG 1 I 37 TS-18 FIRE HYDRANT,RELOCATE 1 EA I ,rrI b 1� 54 I I�U� .�__...JJJ�Q 39 INDOT622 TREE,RELOCATE 5 EA b W ..i�l� 00 40 TS-24 CLEANOUT,RELOCATE 3 EA I t„kl,\A1 l) /..D���17�1-��\0 41 TS-29,TS-30 CASTING,ADJUST TO GRADE 5 EA �,'..�++13 ,i ..CIS-Go 42 INDOT 715 RCP,CLASS III,CIRCULAR, 12 IN 2,310 LFT ! J 1\r\ "I--SS��� 111 ��l jib.`\/ 46 INGOT 715 RCP,CLASS III,CIRCULAR, 15 IN 8 LET ( W 1 b. 1) 44 INDOT 715 RCP,CLASS III,CIRCULAR, 18 IN 1,228 LFT '^ co ��1%/111���tif 45 INDOT 715 RCP,CLASS Ill,CIRCULAR,24 IN 1,443 LFT cJL. 6.� A) 46 INDOT 715 RCP,CLASS III,CIRCULAR,30 IN 359 LFT �ei ko, 1,16.03 47 INDOT 715 RCP,CLASS Ill,CIRCULAR,36 IN 1,964 LFT O W\ I"2 7(,�1b,1D /cO +a TS-46 PIPE,CORRUGATED POLYETHYLENE,TYPE SP,61N 8,821 LFT JU 'bD/8 I'h In(� 40 INDOT 714 CULVERT,PRECAST BOX,REINFORCED CONCRETE, 12'X 6' 115 LFT I) 6Ci \n I1^J/ !I\b,6) 50 TS-40 WINGWALL 874 SET '1L?W 0�:,J• iatieo s: INDOT 720 INLET,J-10 23 EA 1(tip 11) 10%b.t .LI, 52 INDOT 720 INLET,F-7 1 EA VJ I j\, 53 INDOT720 INLET,8-15 8 EA t e ) Ir 106 E3 I 54 INDOT 720 INLET,C-15 4 CA /4/�j7∎Vv•W I Dy� L5� 55 INDOT 720 CATCH BASIN.MODIFIED C-15 W/CATCH BASIN HOOD 4 EA C164).00 I I ( c �U I 56 INDOT 720 INLET.E-7 2 EA ) DI -L�\ LI LW bJ 57 INDOT 720 CATCH BASIN.E-7 W/CATCH BASIN HOOD 1 EA �(4l_-v �v 2 7' 1bo.63 se INDOT 720 INLET.G-7 1 EA I CAN) )c) I -tom ba 59 INDOT 720 CATCH BASIN,K-10 W/CATCH BASIN HOOD 18 EA ^ J_Ih(50-60 I yl\� Oc) 60 INDOT 720 MANHOLE,C-4 19 EA ///���j••• V�VV.li�iv� 1l 11 IJ I 61 INDOT 720 MANHOLE,K-4 2 EA CI Mb) ) Ulv\,,\( 1 62 INDOT 720 MANHOLE,J-4 12 EA , 1 Soo W . alibi sa INDOT715 PIPE END SECTION,3:1 -18 IN 3 EA Si/� a,_),0 ��--lT� bj 64 INDOT715 PIPE END SECTION,3:1 -30 IN 1 EA IUt�W0\ I/�� (bO �\ 65 INDOT 715 PIPE END SECTION,3:1 '36 IN 1 EA I ,[n\ (N, (.L.7LJ 0,.J`` I 66 TS-13 MAINTAINING TRAFFIC I LS 1� W (El l Uw LV BID 3 2 V CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 February IS.2007 ITEMIZED PROPOSAL ITEM SPECIFICATION ESTIMATED NO. NO, DESCRIPTION OUNILILY UNIT UNIT COST TOTAL COST 87 INDOT 802 SHEET SIGN,REMOVE AND RESET 2 EA IA -b q Pail lo aw TS-27 FLASHING BEACON ASSEMBLY,RELOCATE 2 EA a7n�, J y /r..7VC. w tot- 69 TS-50 STREET SIGN ASSEMBL Y,ORNAMENTAL 6 EA I g^�).LC.! j D A J lJ SIGN TYPE 1,SHEET,ENCAPSULATED LENS WITH LEGEND, C.JIQ I I in t C'r1^.act 70 INDOT 802 96 SET b I� J 0.08 IN.THICKNESS h�I �/� ^ 71 INDOT 802 SIGN POST,SOUARE,1,REINFORCED ANCHOR BASE 195 LFT I �C J I{}{ JU TRANSVERSE MARKINGS,THERMOPLASTIC,STOP LINE,24 S " .5180 J I 72 INDOT 808 IN. 138 LFT >3 INDOT 808 T AN IN. MARKINGS,THERMOPLASTIC,CROSSWALK 1.227 LFT I� I r /,I � IBC 74 INDOT 808 LINE,THERMOPLASTIC,SOLID.YELLOW,4 IN. 1,208 LFT 50 �`11 I\�L0,\�1 75 INDOT 808 LINE.THERMOPLASTIC,BROKEN,YELLOW 4 IN. 272 LFT I C Il)iLi13-�\6 W63 16 INDOT 808 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 458 LFT e ac 1 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC,WORD arl Ii\1r\ I� �(',) t 77 INDOT 808 11 EA pICX / (�J qlr `1 (,7J 'ONLY' PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC,LANE I C(� 78 INDOT 808 11 EA I Y 4 t3 ARROWS 1 m INDOT 808 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC,WORD' 2 'SCHOOL' `O� ,W EA ac-i.6,3 c 60 INDOT 801 ROAD CLOSURE ASSEMBLY I 8 EA LIL1 co I G&.. .W 81 INDOT 801 CONSTRUCTION SIGN,TYPE A I 6 EA ) 1 (�to .o� � lya.� 82 I INDOT 801 CONSTRUCTION SIGN,TYPE B 2 EA IlDI��j 11i� ) 1`lb t„ ea INDOT 801 DETOUR ROUTE MARKER ASSEMBLY 18 EA tC' I U I 1 Cx) 84 INDOT 802 BARRICADE,TYPE III-B 268 LFT V I (a 1(1 .1. I1 ^ e5 TS-43 LINE MONUMENT,TYPE B 2 EA Gf j , c k CIX/ _ 0w 86 TS-43 SECTION CORNER MONUMENT I EA I..VDU) l L` B7 02930 PLANT,Acer plalinoides'Emerald Queen'(Emerald Queen 41 EA lima) I I �:IJ W Maple'',2.5'-3'CAL. 88 02930 PLANT.Gleditsia triacanthos'Impcole'(Imperial HoneylocusQ' 36 EA I b,� I ( 1 J�.I\� 2.5"-3"CAL. 1 1i�1 v-11J 89 02930 PLANT,Tilia tomentosa(Silver Linden),2.5'-3'CAL. 31 EA , Icjl!1j I a L I�,I\) 03 02930 PLANT,Liriodendron Iulipifera(Tulip Tree),2.5"-3"CAL. 31 EA �I it ) la 1IL�. \( A- 91 02930 PLANT,Ulmus x holandica'Urban'(Urban Elm),2.5'-3"CAL. 26 EA 1115.l`) I I VID.�� J.� 92 02930 PLANT,Cledrastis kentukea(American YellovAvood),2.5'-3'CAL. 24 EA I I cj 013-, I O c'�,11\ 93 02930 MULCH.SHREDDED HARDWOOD BARK 50 CYS 'l 1, `oo IA,MO ND 94 TS-34 FIELD OFFICE EQUIPMENT I I LS ISCI ad sI a-It , 0 95 TS-44 SUBGRADE TREATMENT,TYPE 1 23,912 SYS 14 ,00 00 ,qJ� 6403 : hl V e8 TS-31 TOPSOIL 1,351 CYS 5 .60 J-(`� 3,‘,6 00 TOTAL AMOUNT OF BID= •�, IL rJ I JC{IIJD)9t I) BID 3.3 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 • • _ • I 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 he a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. Is,3 Exceptions: NA I I �1 a i.y _• BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions !a Bidders: This Ihrtn shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be frilly and accurately filled in cmd completed and notarized Project: # 04-07 Proposal For Construction of: 136th Street — Ditch Road to Spring Mill Road Date: FEBRUARY 21, 2007 To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INF'ORMAT'ION (Print) 1.1 Bidder Name: MILESTONE CONTRACTORS, L.P. 1.2 Bidder Address: Street Address: 5950 SOUTH BELMONT AVENUE City: INDIANAPOLIS State: IN Zip: 46217 Phone: (317) 788-6885 Fax: (317) 788-1098 1.3 Bidder is a/an [mark one] LIMITED Individual x 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 Cannel, Indiana,JPreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion 42, dated January 23, 1958.1 .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: • PART 2 BID PROPOSAL 2.I Contract 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: Base Bid Items total THREE MILLION THREE HUNDRED EIGHTY-EIGHT THOUSAND AND 00/100 Dollars (S 3,388,000.00 ), The Bidder acknowledges that evaluation of the lowest Bid shall be based on such total contract 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. CITY OF CARMEL,INDIANA 176TH STREET RECONSTRUCTION PROJECT NO.04.07 February 16,2007 ITEMIZED PROPOSAL ITEM SPECIFICATION ESTIMATED NO NO. DESCRIPTION pUANTITT UNIT UNIT COST TOTAL COST 1 INDOT 110 MOBILIZATION AND DEMOBILIZATION 1 LS 150.000.00 $150,000.00 TS-17 CLEARING RIGHT OF WAY 1 LS 50,000.00 $50,000.00 2 3 INDOT 105 CONSTRUCTION ENGINEERING 1 LS 59,057.85 $59,057.85 4 INDOT 203 EXCAVATION.COMMON 6,078 CYS 48.00 $291,744.00' 5 INDOT 211 BORROW 9,364 CYS 1.00 $9,364.00 5 INDOT 718 GEOTEXTILE FOR UNDERDRAINS 9,312 SYS 1.75 $16,296.00 ill INDOT 718 AGGREGATE FOR UNDERDRAINS 649 CYS 34.00 $22,066.00 INDOT TEMPORARY RO • ■ ■ I CONTROL. . Ir1 : $10,200.00 INDOT PERIMETER PROTECTION 1 TEMPORARY •• • ■ ■ • •• DITCH 68.00 $340 II INDOT INLET PROTECTION r 1 COMPACTED AGGREGATE,NO.53,BASE 2.388 TON rrr $71,640.00 INDOT ii INDOT 616 RIP-RAP.REVETMENT 187 TON 60.00 $11,220.00 • rr I•' HANDRAIL IS TS-28 . 00 $11,206.00. MODULAR 14 TS-26 •CK WALL W/GROUND REINFORCEMENT 46 SYD 70.00 $3,220.00 MODULAR • • r® $9,660.00 INDOT rr $173,880.00, SURFACE,17 TS-22 HMA • rr■ $109,690.001 is INDOT 402 INTERMEDIATE, • r $133,212.00 INDOT 401 QC/C/A OG 19.0 mm 4,757 TON : r r $275,906.00 zo INDOT r APPROACHES • ,• 1 21 TS-22 HMA SURFACE,TYPE'A' • • rr ' 11 INDOT•I INTERMEDIATE. r • TON 58.00 $60.668.00 INDOT 402 •• ® TON 70.00 $136,570.00 24 INDOT 406 BITUMINOUS MATERIAL FOR TACK COAT 16 TON 325.00 $5,200.00 25 INDOT604 SIDEWALK.CONCRETE,41N. 187 SYS 57.00 $10,659.00 26 TS-38 DECORATIVE COLORED CONCRETE 77 SYS 110.00 $8,470.00 27 INDOT 605 CURB AND GUTTER,CONCRETE,TYPE II 9,784 LFT 14.00 $136.976.00 25 INDOT 605 CURB AND GUTTER,CONCRETE,TYPE III 6,310 LFT 14.00 $88,340.00 29 INDOT 605 CENTER CURB,TYPE'D' 6 SYS 550.00 $3,300.00.. 30 TS-25 RAMP.CONCRETE,TYPE'G' 237 SYS 175.00 $41,475.00, 31 INDOT 610 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS,6 IN. 741 SYS 45.00 $33,345.00 32 TS-37 MAILBOX ASSEMBLY 10 EA 240.00 $2,400.00. BID 3.1 CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04-07 February 16,2007 ITEMIZED PROPOSAL ITEM SPECIFICATION DESCRIPTION ESTIMATED ® UNIT COST TOTAL COST 1 NO. NO. QUANTITY 33 INDOT 621 SODDING,NURSERY 14,237 ® 2.50 535,592.501 INDOT 621 MULCHED SEEDING,U 6,153 ® 0.30 $1,845.90 TS-18 FIRE HYDRANT AND VALVE ASSEMBLY 3.300.00 $9.900.00 NEM mTS-18 ADJUST TO GRADE.WATER VALVE 8 450.00 $3,600.00, .5 TS-18 RELOCATE METER PIT 1 5 2,000.00 $2,000.00 5 TS-18 FIRE HYDRANT,RELOCATE 1 5 2,000.00 $2,000.00 -I m INDOT 622 TREE,RELOCATE 5 II 50.00 S250.00i mTS-24 CLEANOUT,RELOCATE 3 m 3,500.00 $10,500.00 5 TS-29,TS-30 CASTING,ADJUST TO GRADE 5 m 450.00 $2.250.00 ElINDOT 715 RCP,CLASS III,CIRCULAR, 12 IN 2,310 ® 30.00 $69,300.00 ■ INDOT 715 RCP,CLASS III,CIRCULAR, 15 IN 8 ® 32.00 $256.00 m INDOT 715 RCP,CLASS III,CIRCULAR, 18 IN 1,228 ® 35.00 $42,980.00 5 INDOT 715 RCP,CLASS III,CIRCULAR,24 IN 1,443 ® 37.00 $53,391.00 5 INDOT 715 RCP,CLASS III,CIRCULAR,30 IN 359 ® 42.00 $15.078.001 INDOT 715 RCP,CLASS III,CIRCULAR,36 IN 1,964 ® 48.00— — $94272.00 TS-46 PIPE, CORRUGATED POLYETHYLENE,TYPE SP,6 IN 8,621 ® 4.00 $35,284.00 mINDOT 714 CULVERT,PRECAST BOX,REINFORCED CONCRETE,12'X 6' 115 ® 1,000.00 $115.000.00 O TS-40 WINGWALL 874 ® 100.00 $87,400.00, INDOT 720 INLET,J-10 23 5 1,700.00 $39,100.00 !® INDOT 720 INLET,F-7 EIMO 1,400.00 $1,400.00 ® INDOT 720 INLET,B-15 8 5 2,100.00 $16,800.00' © INDOT 720 INLET,C-15 4 m 2,200.00 $8,800,001 ® INDOT 720 CATCH BASIN,MODIFIED C-15 W/CATCH BASIN HOOD 4 5 2,500.00 $10,000.00 5 INDOT 720 INLET,E-7 2 m 1,400.00 $2,800.00: ■ INDOT 720 CATCH BASIN,E-7 WI CATCH BASIN HOOD 1 EA 1,700.00 $1,700.00 5 INDOT 720 INLET,G-7 1 CI 1,900.00 $1,900.00, 1 mINDOT 720 CATCH BASIN,K-10 W/CATCH BASIN HOOD 18 5 2,200.00 $39,600.00 ElINDOT 720 MANHOLE,C-4 19 IS 2,300.00— $43,700.00 ElINDOT 720 MANHOLE,K-4 2 m 3,000.00 $6,000.001 INDOT 720 MANHOLE,J-4 12 110 2,400.00 $28.800.001. INDOT 715 PIPE END SECTION,3:1-18 IN 3 El 800.00 $2,400.00' INDOT 715 PIPE END SECTION,3:1 -30 IN 1 m 875.00 $875.00 91D 3.2 CITY OF CARMEL,INDIANA 136TH STREET RECONSTRUCTION PROJECT NO.04.07 February 16,2007 ITEMIZED PROPOSAL ITEM SPECIFICATION ESTIMATED NO. NO. DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 65 INGOT 715 PIPE END SECTION,3:1 -36 IN 1 EA 1,100.00 $1,100.00 66 TS-13 MAINTAINING TRAFFIC 1 LS 75,000.00 $75.000.00rr 67 INGOT 802 SHEET SIGN,REMOVE AND RESET 2 EA 155.00 $310.001 66 TS-27 FLASHING BEACON ASSEMBLY,RELOCATE 2 EA 3700.00 $7,400.00 69 TS-50 STREET SIGN ASSEMBLY,ORNAMENTAL 6 EA 1,550.00 $9,300.001 70 INGOT 802 SIGN TYPE 1,SHEET,ENCAPSULATED LENS WITH LEGEND, 96 SET 20.00 $1,920.00 0.08 IN.THICKNESS " 71 INGOT 802 SIGN POST,SQUARE,1,REINFORCED ANCHOR BASE 195 LFT 18.00 $3,510.00 72 INGOT 808 TRANSVERSE MARKINGS.THERMOPLASTIC,STOP LINE,24 138 LFT 4.00 $552.00 IN. 73 INGOT 808 TRANSVERSE MARKINGS,THERMOPLASTIC,CROSSWALK 1,227 LFT 1.25 $1,533.75 LINE 6 IN. 74 INGOT 808 LINE,THERMOPLASTIC.SOLID,YELLOW,4 IN. 1,208 LFT 0.50 $604.00 75 INGOT 808 LINE,THERMOPLASTIC,BROKEN,YELLOW 4 IN. 272 LFT 0.50 $136.00 76 INDOT 808 LINE,THERMOPLASTIC,SOLID,WHITE,4 IN. 458 LFT 0.50 $229.00 77 INGOT 808 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, 11 EA 100.00 $1,100.00 WORD'ONLY' 78 INGOT 808 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC,LANE 11 EA 80.00 $880.00 ARROWS 79 INGOT 808 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC, 2 EA 175.00 $350.00 WORD'SCHOOL' e0 INGOT 801 ROAD CLOSURE ASSEMBLY 8 EA 250.00 $2,000.00 81 INGOT 801 CONSTRUCTION SIGN,TYPE A 6 EA 200.00 $1,200.00 82 INGOT 801 CONSTRUCTION SIGN.TYPE B 2 EA 100.00 $200.00 83 INGOT 801 DETOUR ROUTE MARKER ASSEMBLY 18 EA 90.00 $1,620.00 Ik 64 INGOT 802 BARRICADE,TYPE III-B 268 LFT 8.00 $2,144.00 85 TS-43 LINE MONUMENT,TYPE B 2 EA 675.00 $1,350.00, 86 TS-43 SECTION CORNER MONUMENT 1 EA 570.00 $570.00 e7 02930 PLANT,Acer platinoides'Emerald Queen'(Emerald Queen 41 EA 415.00 $17,015.00 Maple),2.5"-3"CAL. 88 02930 PLANT,Gleditsia Macanthos'Impcole'(Imperial Honeylocust), 36 EA 415.00 $14,940.00 2.5"-3"CAL. 89 02930 PLANT,Tilia tomentosa(Silver Linden),2.5"-3"CAL. 31 EA 415.00 $12,865.00 9D 02930 PLANT,Liriodendron tulipifera(Tulip Tree),2.5"-3"CAL. 31 EA 415.00 $12,865.00 91 02930 PLANT,Ulmus x holandica'Urban'(Urban Elm),2.5"-3"CAL. 26 EA 440.00 $11,440.00 92 02930 PLANT,Cledrastls kentukea(American Yellowwood),2.5"-3"CAL. 24 EA 440.00 $10,560.00 93 02930 MULCH,SHREDDED HARDWOOD BARK 50 CYS 36.00 $1,800.00 w TS-34 FIELD OFFICE EQUIPMENT 1 LS 2,200.00 $2,200.00 95 TS-44 SUBGRADE TREATMENT,TYPE 1 23,912 SYS 4.00 $95,648.00 96 TS-31 TOP SOIL 1,351 CYS 20.00 $27,020.00 BID 3.3 CITY OF CARMEL,INDIANA 136T11 STREET RECONSTRUCTION PROJECT NO.0107 Fobruary 16,2007 ITEMIZED PROPOSAL ITEM SPECIFICATION ESTIMATED NO. NO. DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST TOTAL AMOUNT OF BID= 33,388.000.00 • • BID 3.4 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 FEBRUARY 16. 2007 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bic/der .shall'idly slate each exception taken to the Specifications or other Contract Documents in Section 5.3 giddy 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 E.s'ceptions: NONE