Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutBid Information and Packets �ranti gLVcd - Ot.t Mce, a> Mk/
Oita : 4. 4 - 7007
Mi rotJG bat 000 . 0e.
-- vber T5l /75 . 0 0
&lunar 7/8, 624 • fr.
2 €ra Sit t. i 72 4, 755. 6o
AwIrdead :
Il ice sm4 G
Form Piescrihcd by State Board or Accounts 900549-4732993 cannon-Di Fin un No 99 P(Rev 1987)
CITY OF CARMEL-"TOPICS LEGALS To: INDIANA NEWSPAPERS
307 N PENNSYLVANIA ST - PO BOX 145
COUNTY, INDIANA INDLANAPOLIS, IN 46206-0145
PUBLISHER'S CLAIM
LINE COUNT
Display Matter-(Must not exceed two actual lines,neither of which S
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 S -
Body-Nunlberoflines
Tail-Number of lines $
Total number of lines in notice
COMPUTATION OF CHARGES
157,0lines I D columns wide equals 157.0 equivalent $ 77.24
lines at.492 cents per tine
Charges for extra proofs of publication ($I.00 for each proof in excess of two) S 00 $ ON
TOTAL AMOUNT OF CLAIM S
DATA FOR COMPUTING COST 5
Width of single column 7.83 ems Size of type P. 7 point
Number of insertions TO $ 77,24
Pursuant rn the provisions and perznlries of Chapter/55,ACV of 1953,
I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after
allowing all just credits,and that no part of the same has been paid.
•
DATE: 03/23/2007 • L / =4 . ,/ ----- Clerk
Title
""ayo5s�l PUBLISHER'S AFFIDAVIT
900549-473299v-oiec ii n drawing: and
for{e¢manuals muse Ir ob-
lained from Amt titan Sinr=,u-
rePOln,, inc. at roe admess State of Indiana SS:
allied abet,ueac the payment
nsl s include for each set.rnese
tcros In dude lull-are dra praiser
Hank non County
cross sedions and prmiec,
[cBecilicabonS PaYmenl us[
be by cM1er.k. io CASH AC- J
CEPTEU Make cheeks eayabte h F Personally appeared before me, a notary public iu and fur said county and state,
ton'A,ril triaa m st amno notf
!Contract Documents
are nets- t the undersigned KAREN MULLINS who,being duly sworn,says that SI1 E is clerk
ettmtdable
[Bidders shall assure they have
'obtained complete ten al les
drawings and Contract Drew .
macst ndre1 it.o,nue th$'a
of the Noblesville Ledger a newspaper of general circulation
of bids ore pa red in reliance on In- A
complete seta etdrawings one a p rinted and published in the English language in the city of NOBLESVILLE in state
Contract Documents. • a
This Project will be funded by
the Cdr of Carmel.
'sotbe rails bar the Project ni shall
ere' i and county aforesaid,and that the printed matter attached hereto is a true copy,
not be less then the cut rent etc•
bribed Scale ul wanes OS de-
.
termined by the Cowman Con-
struction wnaa committee In i which was duly published in said paper for 2 time(s),between the dates of:
adordenee with IC. 5-BS-7,
and included in the Pi Die=t i
Manual.
A ors bid at the Project,ler bid 0311612007 and 03/23/2007
diiitnerekairements and nlhen
important matters will he liela
on Wednesday,March 28,2007. �n- �(/� //�f/�
at9 a,m.,mheeauesttop11 ff/Lf Cez- -�/ Clerk
Title
Subscribed and sworn to before me on 0312312007 / g-x-in
Notary Public
DANA R. SUMMERS
Notary Public, State of Indiana
Form 6S-REV I-b8 My commission expires:
County of Hamilton
My Commission Expires Dec.17,2605
•
BIDDE'R'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 idly and accurately filled in and completed and notarized.
Project: Grande Blvd. Roundabout
•
Proposal For Construction of: • •
New construction of Old Meridian and Grande
Blvd. Roundabout beginning at a point
approximately 210 feet South of the proposed
roundabout and contiruringNorth a distance of
feet, in Section 26 Township 18 North,Range 3
East, Clay Township,Hamilton County.
Date: APRIL 4, 2007
To: City of Carmel,Indiana,Board of Public Works and Safety
•
•
i .
BID-1 m 2005 06s3 03010 RC 000 IFP RO DOC •
PART 1_
• BIDDER ITN`T O R MAT[ON •
(flint) •
•
1..1 Bidder Niue: . MILESTONE CONTRACTORS, L.P.
1.2 • Bidder Address:. Street Address: 5950 SOUTH BELMONT AVENUE
City: INDIANAPOLIS State: INDIANA Zip: 46217
Phone: (317) 788-6885 Fax: (317) 788-1098
1.3 Bidder is a/an[mark one]
LIMITED
. Individual x Partnership Indiana Corporation
•
Foreign(Out of State) Corporation; State:
Joint Venture Other
I.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note.: To do business in or with the City of Cannel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion#2, dated January 23, 1958,]
.1 Cotpor ation Name:
.2 Address:
3 Date registered with State of Indiana:
•
•
• 4 Indiana Registered Agent: •
Name:
address:
•
•
BID-9 N2006,0633 NO ID RD 0001PH.RD.DOC
•
•
•
•
•
PART 2
BID PROPOSAL
2.'I Base Bid •
•
The undersigned Bidder proposes to furnish. all necessary labor, machinery, tools,
apparatus,materials,equipment,service, and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto,for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total S;x 4,4u 32ED .SP✓en
'1Jwus4N> bib CO,1oo's Dollars (S 6,07, CCO , CJOL. The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding,. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract
•
•
•
BID-3 1142006 0683 rNDJ 0 RD 0 001sE K6 DCC
•
•
PART 3
CONTRACT ITEMS AND 1JNLT PRICES
[This Part to be used only for Bidding on
Unit.Price Contracts for the Contract items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Quantity Price for item
1
•
•
•
•
•
•
•
•
•
i .
BID-4 N2006 0633 MOW RD 00011E RO DOC
' 4/3/2007
• PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. 05-I5C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
_ CODE NO.
1 CONSTRUCTION ENGINEERING LS 1 $14,614.20 $1461420
105-08845
2 MOBILIZATION AND DEMOBILIZATION LS 1 $30,000,00 $30,000.00
110-01001
3 CLEARING RIGHT OF WAY LS 1 $10,000.00 $10.000.00
201-52370
4 CONCRETE CURB AND GUTTER, REMOVE LFT 680 $6.00 $4,080.00
202-02279
5 INLET, REMOVE EACH 2 $500.00 $1,000,00
202-91385
6 INLET RELOCATE EACH 2 $2,00000 $4,000.00
202-99998
7 EXCAVATION, COMMON CYS 1803 $20.00 $36,060.00
203-02000
8 TEMPORARY EROSION AND SEDIMENT CONTROL, LFT 1128 $1,40 $1,579.20
205-02224 PERIMETER PROTECTION
9 TEMPORARY EROSION AND SEDIMENT CONTROL, EACH 4 $69.00 $276.00
205-02237 CURB INLET
10 SUBGRADE TREATMENT,TYPE IV SYS 1831 $14.00 $25,634-00
207-08268
11 COMPACTED AGGREGATE, NO. 53, BASE TON 147 $35.00 $5,145 00
301-07448 _
12 SUBBASE FOR PCCP CYS 473 $50,00 $23,650 00
302-06464
13 HMA, TYPE C,WEDGE AND LEVEL TON 165 $65.00 $14,025.00
402-07452
14 ASPHALT FOR TACK COAT TON 1 $264.00 $264.00
405-05520
15 CEMENT CONCRETE PAVEMENT, 10" SYS 1892 $73.00 $138,116.00
501-05180
16 CONCRETE PAVEMENT,TRUCK APRON, T SYS 176 $57.00 $10,032.00
502-07000
17 D-1 CONTRACTION JOINT LFT 1314 $7.25 $9,526.50
503-05240
18 CURB, INTEGRAL, CONCRETE LET 150 $21.00 $3,150.00
605-06092
19 CONCRETE CURB LET 463 $21 00 $9,723.00
605-06120
20 CURB AND GUTTER, CONCRETE, TYPE II LET 257 $21.00 $5,397.00
605-06160
21 CURB AND GUTTER, COMBINED LET 472 $17.00 $8.024.00
605-20807
1
4/3/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT N O.00-15C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
CODE NO.
22 CURB AND GUTTER, CONCRETE, ROLL, MODIFIED LFT 352 $22.00 $7,744.00
605-95499
23 MIA FOR APPROACHES, TYPE C TON 558 568.00 $37,944.00
610-07488
24 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 6 IN. SYS 45 $47.00 $2,115.00
611-05330
25 GEOTEXTILES SYS 9 $7.00 $63.00
616-02320
26 RIPRAP, REVETMENT TON 5 $90.00 $450.00
616-06405
27 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 $293.00 $586.00
621-01004
28 MULCHED SEEDING U LBS 89 $16.00 $1,424.00
621-06560
29 MULCHED SEEDING T, 1 LBS 321 $6.00 $2,568.00
621-06557
30 WATER kG 4 $15.00 $60.00
621-06567
31 TOPSOIL CYS 854 $30.00 $25,620.00
621-06570
32 NURSERY SODDING SYS 838 $4.00 $3,352.00
621-06575
33 CONCRETE PAVERS AND SETTING BED SYS 525 $132.00 $69,300.00
699-99999
34 PIPE,TYPE 4, CIRCULAR, 6 IN. LFT 712 $3.00 $2,136.00
715-05046
35 PIPE, TYPE 2, CIRCULAR, 12 IN, LFT 217 $35.00 $7.595.00
715-05149
36 AGGREGATE FOR UNDERDRAINS CYS 64 $30 00 $1,920.00
718-52610
37 GEOTEXTILES FOR UNDERDRAINS SYS 784 $1.60 $1,254.40
718-99153
38 MANHOLE, CAP EACH 2 $900.00 $1,800.00
720-01148
39 CASTING, ADJUST TO GRADE EACH 2 $500.00 $1.000.00
720-44000
40 INLET, 015 EACH 3 $2.100.00 $6,300.00
720-98555
41 IRRIGATION CONDUIT LFT 450 $18.00 $8.100.00
720-99999
42 TEMPORARY PAVEMENT MARKING, I. YELLOW, 4 IN. LFT 1294 $1.05 $1,358.70
801-06643
43 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LET 104 $16.00 $1,664.00
802-05701
2
4/3/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. 06-15C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
CODE NO.
44 SIGN POST, SQUARE, 2, REINFORCED ANCHOR BASE LFT 41 $15.00 $615.00
802-05702
45 SIGN, SHEET, ENCLOSED LENS WITH LEGEND, 0.080 IN. SFT 70 $19.00 $1,330.00
802-76025
46 DECORATIVE STREET SIGN ASSEMBLY, DIRECTIONAL, EACH 2 $2,030.00 $4,060.00
802-76035 INSTALLED
47 CABLE DUCT 4-1/C LFT 460 $15.50 $7,130.00
805-04428
48 LIGHTING POWER DISTRIBUTION PANEL EACH 1 $7,050.00 $7,050.00
805-96999
49 HANDHOLE, LIGHTING EACH 2 $920.00 $1,840.00
807-02191
50 DECORATIVE STREET LIGHT, WIRING AND INSTALLATION EACH 3 $8,775.00 $26,325.00
807-03804
51- TRANSVERSE PLAS-TIC-CRBSSWAI_K- L 220
808-93439 WHITE, 21 IN.
52 YIELD LINE, TI IER-'e• • _ _ • _ LFT 42
808-05875-
53 L-INErTHERMOPLASTIC, BROKEN, WHITE, 4-IN. LT 228
808-06701-
54 LINE, THERMOPLASTIC, SOLID, WHITE, 1 IN. LFT- 222
808-75205-
55 LINE,T-HERMOPLASTIC7SO61D, YELLOW, 1 IN LFT- 822
808-75215-
56 4RANSV RS&MARKIAGC THCD C, LET- 28
808 75276 SOLID YELLOW CROSSHATCH-
67 PAVEMENT-MESSACE-MARKINGS,THERMOPLASTJG EACH 4
808 7532-,oo20. —LAN
58 AVEMENT MESSAGE-MARK+ EACH 4
808 75325 —WORD"ONL�"-
50 PAVEMENT MESSAGE-MARKINGS;THERMOPLASTIC- EACH 4
808 75320 FISHHOOK-L-ANE-INDICATION ARROW
60 5 - • e- • _ e ID, YELLOW , EFT 89
808-92027
61 MAINTAINING TRAFFIC LS 1 $20,000.00 $20,000.00
801-06775
Total: $607,000.00
3
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contact 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
3 03/21/2007
2 03/23/2007
3 03/29/2007 _
4 _ 04/03/2007
•
•
•
•
•
•
RTD-5 HN20060533.IN010RD.0001 FERO 00C
•
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-Ear t.
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
53 Exceptions:
NONE
•
•
I '
I _
BID-6 I42006 0683 NO O.RD 0001FE RO DOC
•
SFTalio
BIDDER'S ITEMIZED.P.ROPOSAL
AND DECLARATIONS
City of Cannel
Instructions To Bidders: -
•
This form shall be utilized by all Bidders Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized
•
Project: Grande Blvd. Roundabout
Proposal Pox Construction of: •
t\ew construction of Old Meridian and Grande
Blvd. Roundabout beginning at a point
approximately 210.feet South of the proposed
roundabout and continuing North a distance of 220
feet, in Section 26 Township 18 North,Range 3
East, Clay Township,Hamilton County.
Date: Apri14 , 2007
To: City of Carmel,Indiana,Board of Public Works and Safety
•
•
n A}
.x°
i*4.4 .
• BID I I1.120050683IN010111: g 4 d�fl.r
�d' ,y'
•
•
•
PARE 1. .
BIDDER INFORMATION
(Print)
1.1 BidderName: The Hunt Paving Company , Inc . •
1.2 Bidder Address: Street Address: 2450 S . Tibbs Ave . , PO Box 42517
Ind is IN 46242 .
City: P State: Zip:
•
Phone:317-241-8313 Fax: 317-487-5779
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, 19581
.1 Corporation Name:
.2 Address:
' .3 Date registered with State of Indiana:
•
• .4 Indiana Registered Agent:
Name:
Address:
•
•
•
BID-2 IN2005 0683 IN010 RD 0001F6.Ra DOC
PART 2
RID PROPOSAL
2.1 Base Bid.
•
•
The undersigned Bidder proposes to furnish_ all necessary labor, machinery, toots, .
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 Itgpis, total�I 4-k olared FI� Five
110U∎SQnt ot1Y uhdrfd Seum}tt gIf1p collars (I S55,479.00 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
die 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
•
•
•
•
j • BID-3 IN2006 0633 IN010 RD 0001FE RO DOC
•
PART 3
CONTRACT ITEMS AND UNIT PRICES
["This Part to be used only for Bidding on
• Unit Price Contracts_for the Contract Items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Quantity Price for Item
•
•
•
•
•
BID-4 IN20 06 0683 1140 10 RD 0001E5 RO DOC
4/4/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. 06-15C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
CODE NO.
1 CONSTRUCTION ENGINEERING LS 1 $27,898.00 $27,898.00
105-06845
2 MOBILIZATION AND DEMOBILIZATION LS 1 $42,500.00 $42,500.00
110-01001
3 CLEARING RIGHT OF WAY LS 1 $20,560.00 $20,560.00
201-52370
4 CONCRETE CURB AND GUTTER, REMOVE LFT 680 $7.00 $4,760.00
202-02279
5 INLET, REMOVE EACH 2 $386.00 $772.00
202-91385
6 INLET RELOCATE EACH 2 $2,081.00 $4,162.00
202-99998
7 EXCAVATION, COMMON CYS 1803 $35.00 $63,105.00
203-02000
8 TEMPORARY EROSION AND SEDIMENT CONTROL, LFT 1128 $2.00 $2,256.00
205-02224 PERIMETER PROTECTION
9 TEMPORARY EROSION AND SEDIMENT CONTROL, EACH 4 $145.00 $580.00
205-02237 CURB INLET
10 SUBGRADE TREATMENT, TYPE IV SYS 1831 $30.00 $54,930.00
207-08268
11 COMPACTED AGGREGATE, NO. 53, BASE TON 147 $64.00 $9,408.00
301-07448
12 SUBBASE FOR PCCP CYS 473 $74.00 $35,002.00
302-06464
13 HMA, TYPE C, WEDGE AND LEVEL TON 165 $107.00 $17,655.00
402-07452
14 ASPHALT FOR TACK COAT TON 1 $581.00 $581.00
406-05520
15 CEMENT CONCRETE PAVEMENT, 10" SYS 1892 $78.00 $147,576.00
501-05180
16 CONCRETE PAVEMENT, TRUCK APRON, 7" SYS 176 $122.00 $21,472.00
502-07000
17 D-1 CONTRACTION JOINT LFT 1314 $16.00 $21,024.00
503-05240
18 CURB, INTEGRAL, CONCRETE LFT 150 $38.00 $5,700.00
605-06092
19 CONCRETE CURB LFT 463 $35.00 $16,205.00
605-06120
20 CURB AND GUTTER, CONCRETE, TYPE II LFT 257 $36.00 $9,252.00
605-06160
21 CURB AND GUTTER, COMBINED LFT 472 $35.00 $16,520.00
605-20807
1
4/4/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. 06-I SC
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
CODE NO
22 CURB AND GUTTER, CONCRETE, ROLL, MODIFIED LFT 352 $43.00 $15,136.00
605-95499
23 HMA FOR APPROACHES, TYPE C TON 558 $120.00 $66,960.00
610-07488
24 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 6 IN. SYS 45 $53.00 $2,385.00
611-05330
25 GEOTEXTILES SYS 9 $10.00 $90.00
616-02320
26 RIPRAP, REVETMENT TON 5 $85.00 $425.00
616-06405
27 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 $523.00 $1,046.00
621-01004
28 MULCHED SEEDING U LBS 89 $18.00 $1,602.00
621-06560
29 MULCHED SEEDING T, 1 LBS 321 $10.00 $3,210.00
621-06557
30 WATER kG 4 $58.00 $232.00
621-06567
31 TOPSOIL CYS 854 $40.00 $34,160.00
621-06570
32 NURSERY SODDING SYS 838 $6.00 $5,028.00
621-06575
33 CONCRETE PAVERS AND SETTING BED SYS 525 $150.00 $78,750.00
699-99999
34 PIPE, TYPE 4, CIRCULAR, 6 IN. LFT 712 $11.00 $7,832.00
715-05046
35 PIPE, TYPE 2, CIRCULAR, 12 IN. LFT 217 $36.00 $7,812.00
715-05149
36 AGGREGATE FOR UNDERDRAINS CYS 64 $57.00 $3,648.00
718-52610
37 GEOTEXTILES FOR UNDERDRAINS SYS 784 $3.00 $2,352.00
718-99153
38 MANHOLE, CAP EACH 2 $1,323.00 $2,646.00
720-01148
39 CASTING, ADJUST TO GRADE EACH 2 $684.00 $1,368.00
720-44000
40 INLET, C15 EACH 3 $2,165.00 $6,495.00
720-98555
41 IRRIGATION CONDUIT LFT 950 $20.00 $19,000.00
720-99999
42 TEMPORARY PAVEMENT MARKING, I, YELLOW, 4 IN. LFT 1294 $2.00 $2,588.00
801-06643
43 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 104 $18.00 $1,872.00
802-05701
2
4/4/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. (U-15C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
CODE NO.
44 SIGN POST, SQUARE, 2, REINFORCED ANCHOR BASE LFT 41 $16.00 $656.00
802-05702
45 SIGN, SHEET, ENCLOSED LENS WITH LEGEND, 0.080 IN. SFT 70 $21.00 $1,470.00
802-76025
46 DECORATIVE STREET SIGN ASSEMBLY, DIRECTIONAL, EACH 2 $2,292.00 $4,584.00
802-99999 INSTALLED
47 CABLE DUCT 4-1/C LFT 460 $17.00 $7,820.00
805-04428
48 LIGHTING POWER DISTRIBUTION PANEL EACH 1 $7,957.00 $7,957.00
805-96999
49 HANDHOLE, LIGHTING EACH 2 $1,023.00 $2,046.00
807-02191
50 DECORATIVE STREET LIGHT, WIRING AND INSTALLATION EACH 3 $9,904.00 $29,712.00
807-03804
5
TRANSVERSE-CS, THERMOPL4STIC,CROSSWALK- 6F-T- 220
808-03439 WHITE, 24-I-14-
52 YIELD LINE, THERMOPLASTIC,"SHARKS TEE-4m4 LF-T 42
808 05878
53 LINT_IE-R QQPLi eSTIC-BROKEN, WHITE-4-IN, LFT- 225
808-06704-
54 LINE, THERMOPLAS•TIC, SLID-WHITE, 4 IN. LFT- 222
808 75205-
55 LINE, THERMOPL-AS-T-IC-SOLID, YELLOW741N7 L 822
808-75245-
56 TRANSVERSE ERMOPLASTIC, LFT- 26
808-75276 SOLID YELLOW-CROSSHATCH-
57 PAVEMENT-MESSAGE MARKINGS THERMOPIASTIG, EACH 4
808-76320--------LANE-INDICATION ARROW
58 PAVEMENT MESSAG&MARKINGS HuERMCPLASTIG EACH 4
808-75325 WORD "ONLY="
59
PAVEMENT-MESSAGEMARK1NGS-THERMOPI ASTICr EACH 4
80845329 FISI4H0OI'r6AN€INDICATION-ARROW
60 L-INE—THERMOPLASTIC-SOL-Ian7 ✓=FT 89
808-92027
61 MAINTAINING TRAFFIC LS 1 $14,679.00 $14,679.00
801-06775
Total: $855,479.00
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.
42 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 03/21/07
-
j
2 03/23/07
3 03/29/07
4 04/03/07
BID-S a420060533,4•010 RD.000IFERO Doe
•
•
PART 5
EXCEPTIONS
Irish uctions To Bidders:
.5.1 The Bidder shall,firlly 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'
N/A
•
•
•
•
•
•i .
BID-6 U'12006.0683 EQ10.RD 0001FE RO DOC
•
•
PART 6
FINANCIAL STATEMENT
6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without
said financial statement as required by statute shall thereby be rendered invalid, The
. financial statement provided hereunder to OWNER must be specific enough in detail so •
that OWNER can make a proper determination of the Bidder's capability for Completing
• the Work/Project if awarded. Information on Bidder's company and financial statement
shall be consistent with the information regaested'on the State Board of Accounts Forms
No 96a and No. 102, entitled "Standard Questionnaires and Financial Statement for
Bidders".
•
•
•
•
i l
BID-7 IN2006 0633 f0010 RD 0001 FE RO DOC
. St'd4 (.
. B DJER'SITEMIZEDPROPOSAL
AND DECLARATIONS •
City of Cannel
Iiastructions 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
•
Ptoject: Grande Blvd Roundabout
Ptoposal Pat Construction of : •
New construction of Old llferidian and Grande
Blvd Roundabout beginning at a point
approximately 210,feet South of the proposed
roundabout and continuing North a distance cif 220
feet, in Section 26 Township 18 North,Range.3
East, Clay Township,Hamilton County.
Date: April 4, 2007
'To: City of Cannel, Indiana,Board of Public Works and Safety
•
•
BM-1 212005 0 831NOI RD?©OIFERODCC
•
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: IN Zip: 46240 •
Phone: (317) 571-8900 Fax: (317) 571-8924
13 Bidder is a/an[markone] •
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 Cannel,
Indiana,,foreign corporations must register with the Secretary of the State ofindiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, L9581
.1 Corporation Name:
2 Address:
.3 Date registered with State of Indiana:
•
• A Indiana Registered Agent:
Name:
Address:
•
B[D-2 1N2005.0633 111010 RD 0001FE RO DOC
•
PART 2
BID PROPOSAL
2.1 Base Bid
•
The undersigned Bidder proposes to furnish, all necessary labor, machinery, took,
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 fox the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof; which Unit Prices, when multiplied by
estimated unit quantities for such Contract item total, Seven 'Hundred Eighteen
q an�3 `tuO.
Thousand Five Hundred Twenty Six Dollars ($ 718,526. 15 ). 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
•
•
•
•
• B1D-3 1142006 0633/1010 RD 0001FE RO DOC
4/4/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. 06-I5C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION
CODE NO. UNIT QUANTITY UNIT PRICE TOTAL
1 CONSTRUCTION ENGINEERING LS 1
105-06845 $ 8,500.00 $ 8,500.00
2 MOBILIZATION AND DEMOBILIZATION LS 1
110-01001 $36,000.00 $ 36,000.00
3 CLEARING RIGHT OF WAY
201-52370 LS 1 $ 14,250.00 $ 14,250.00
4 CONCRETE CURB AND GUTTER, REMOVE
202-02279 LFT 680 $ 7.62 $ 5,181.60
5 INLET, REMOVE
202-91385 EACH 2 $ 439.71 $ 879.42
6 INLET RELOCATE
202-99998 EACH 2 $ 3,500.00 $ 7,000.00
7 EXCAVATION, COMMON CYS 1803 $ 40.00 $ 72,120.00
203-02000
8 TEMPORARY EROSION AND SEDIMENT CONTROL,
205-02224 PERIMETER PROTECTION LFT 1128 $ 1.25 $ 1,410.00
9 TEMPORARY EROSION AND SEDIMENT CONTROL, EACH 4 $ 85.00 $ 340.00
205-02237 CURB INLET
10 SUBGRADE TREATMENT, TYPE IV SYS 1831 $ 25.00 $ 45,775.00
207-08268
11 COMPACTED AGGREGATE, NO. 53, BASE
301-07448 TON 147 $ 37.25 $ 5,475.75
12 SUBBASE FOR PCCP
302-06464 CYS 473 $ 62.90 $ 29,751.70
13 HMA, TYPE C, WEDGE AND LEVEL TON 165 $ 125.04 $ 20,631.60
402-07452
14 ASPHALT FOR TACK COAT
406-05520 TON 1 $ 150.00 $ 150.00
15 CEMENT CONCRETE PAVEMENT, 10"
501-05180 SYS 1892 $ 70.11 $132,648.12
16 CONCRETE PAVEMENT, TRUCK APRON, 7"
502-07000 SYS 176 $ 80.53 $ 14,173.28
17 D-1 CONTRACTION JOINT LFT 1314 $ 7.00 $ 9,198.00
503-05240
18 CURB, INTEGRAL, CONCRETE LFT 150 $ 35.81 $ 5,371.50
605-06092
19 CONCRETE CURB LFT 463 $ 30.96 $ 14,334.48
605-06120
20 CURB AND GUTTER, CONCRETE, TYPE II
605-06160 LFT 257 $ 20.00 $ 5,140.00
21 CURB AND GUTTER, COMBINED LFT 472 $ 26.79 $ 12,644.88
605-20807
1
4/4/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. 06-I5C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION
CODE NO. UNIT QUANTITY UNIT PRICE TOTAL
22 CURB AND GUTTER, CONCRETE, ROLL, MODIFIED LFT 352 $ 35.77 $ 12,591.04
605-95499
23 HMA FOR APPROACHES, TYPE C TON 558 $ 126.49 $ 70,581.42
610-07488
24 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 6 IN. SYS 45 $ 70.01 $ 3,150.45
611-05330
25 GEOTEXTILES SYS 9 $ 17.94 $ 161.46
616-02320
26 RIPRAP, REVETMENT TON 5 $ 106.48 $ 532.40
616-06405
27 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 $ 400.00 $ 800.00
621-01004
28 MULCHED SEEDING U LBS 89 $ 14.00 $ 1,246.00
621-06560
29 MULCHED SEEDING T, 1
621-06557 LBS 321 $ 14.00 $ 4,494.00
30 WATER kG 4 $ 10.00 $ 40.00
621-06567
31 TOPSOIL CYS 854 $ 49.22 $ 42,033.88
621-06570
32 NURSERY SODDING SYS 838 $ 3.25 $ 2,723.50
621-06575
33 CONCRETE PAVERS AND SETTING BED SYS 525 $ 85.32 $ 44,793.00
699-99999
34 PIPE, TYPE 4, CIRCULAR, 6 IN. LFT 712 $ 5.00 $ 3,560.00
715-05046
35 PIPE, TYPE 2, CIRCULAR, 12 IN. LFT 217 $ 50.74 $ 11,010.58
715-05149
36 AGGREGATE FOR UNDERDRAINS CYS 64 $ 40.00 $ 2,560.00
718-52610
37 GEOTEXTILES FOR UNDERDRAINS SYS 784 $ 2.00 $ 1,568.00
718-99153
38 MANHOLE, CAP EACH 2 $ 725.24 $ 1,450.48
720-01148
39 CASTING, ADJUST TO GRADE
720-44000 EACH 2 $ 475.87 $ 951.74
40 INLET, C15 EACH 3 $ 2,641.21 $ 7,923.63
720-98555
41 IRRIGATION CONDUIT LFT 950 $ 17.40 $ 7,830.00
720-99999
42 TEMPORARY PAVEMENT MARKING, I, YELLOW, 4 IN. LFT 1294 $ 2.00 $ 2,588.00
801-06643
43 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 104 $ 15.56 $ 1,618.24
802-05701
2
4/4/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. 06-15C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION
CODE NO. UNIT QUANTITY UNIT PRICE TOTAL
44 SIGN POST, SQUARE, 2, REINFORCED ANCHOR BASE LFT 41 $ 14.00 $ 574.00
802-05702
45 SIGN, SHEET, ENCLOSED LENS WITH LEGEND, 0.080 IN. SFT 70 $ 18.00 $ 1,260.00
802-76025
46 DECORATIVE STREET SIGN ASSEMBLY, DIRECTIONAL, EACH 2 $ 1,972.00 $ 3,944.00
802-99999 INSTALLED
47 CABLE DUCT 4-1/C LFT 460 $ 15.00 $ 6,900.00
805-04428
48 LIGHTING POWER DISTRIBUTION PANEL EACH 1 $ 6,845.00 $ 6,845.00
805-96999
49 HANDHOLE, LIGHTING EACH 2 $ 880.00 $ 1,760.00
807-02191
50 DECORATIVE STREET LIGHT, WIRING AND INSTALLATION EACH 3 $ 8,520.00 $ 25,560.00
807-03804
54 TRANSVERSE MARKINGS, THERMOPL-ASTQ_CRQSSWAL L4T- 2-20
808-03439 WHITE-24-IN-
52 YIELD-LIN€-THERMOPLASTIC, "SHARKS T€€TW L 42
808-95478-
53 LINE, THERMOPLASTIC, BROKENrWHITE, 1 IN- LFT 225
808-06701-
54 LANE, THERMOPLASTIC;SOL113-WHITE, 4 IN- LFT- 222
808-75205-
55 LINE, THERMOPLASTIC-SOLID, YELLOW 74-IN- LFT 822
808-7245--
56 TRANS SVERSE MARKINGS THERMOPLASTIC,
6F-T- 26
808452-76 SOLIDYELLOW CROSSHATGH-
57 PAVEM€NT-MESSAGE-MARKINGS, T-H€RMOPLASTIG EACH 4
808 75320 LANE-INDICATION-ARROW
58 PA„VEM€N-LMESSAGE MARKINGS, THERMOPLASTIC, EACH 4
808-75325 WORD "ONLY"
59 PAVEMENT MESSAGE-■ ARKINGS,-THERMOPL-ASTIQ- EACH 4
808-75320 FISHHOOK-LANE INDICATION-ARROW
60 LAN€-THERMOPLASTIC, SOLID;YELLOW-8411- LET 89
808-92027
61 MAINTAINING TRAFFIC LS 1 $ 6,500.00 $ 6,500.00
801-06775
Total: $ 718,526. 15
3
•
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
. Unit Price Contracts,for the Contract Items shown]
PI1Ce5 in Figures
Contract Description/ Estimated Unit Total Pike
Item No. Unit Quantity Price for Item
•
•
•
•
•
13ID-4 1N2006 0633 INOl0 RD.000IF6 RO DOC
•
PART.4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the tents 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 3/21/07 •
Two 3/23/07
Three 3/29/07
Four 4/03/07
•
•
•
BID-5 [N20060683LN010 RD,COO IFE RO 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
•
•
BID-G 1N2006.0683 U010 RD 000ZER R0 DOC
SET'S
BIDDER'S ITEMIZED-MOPOSAL
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: Grande Blvd.Roundabout
Proposal For Construction of: r
New construction of Old Meridian and Grande
Blvd. Roundabout beginning at a point
approximately 2X0,feet South of the proposed
roundabout and continuing North a distance of 220
feet, in Section 26 Township I8 North,Range 3
East, Clay Township,Hamilton County.
Date: April 4, 2007
To: City of Carmel,Indiana, Board of Public Works and Safety
•
• BID-i 1112006 0633 IN010.RD 000[FE R0 DOC
•
PART 1. .
BIDD.( RINFORMATION
•
(Print)
•
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
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 2.3, 19.581
J Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
A Indiana Registered Agent:
Name:
Address:
•
BID-2 1N2006.063 3 11010 RD COO IFS RO 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 appliciable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unitquinfifies for such Contract Items, total Seven Hundred Twenty Six Thousand
Seven Hundred Ninety Nine and 00/100 -- Dollars (S 726,799.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Patt 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 trader the Contract
•
BID-3 IN2006 0683 NNOI 0 RD 0001FE RO not
PART 3
CONTRACT ITEMS AND UNIT PRICES
[T7iis Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Quantity Price for Item
•
•
•
•
BM-4 N2006 0633 N010 RD.000IEE RO D0C
4/3/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. 06-15C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
CODE NO.
1 CONSTRUCTION ENGINEERING LS 1 $ 9,000.00 $ 9,000.00
105-06845
2 MOBILIZATION AND DEMOBILIZATION LS 1 $ 35,135.00 $ 35,135.00
110-01001
3 CLEARING RIGHT OF WAY LS 1 $ 5,000.00 $ 5,000.00
201-52370
4 CONCRETE CURB AND GUTTER, REMOVE LFT 680 $ 10.00 $ 6,800.00
202-02279
5 INLET, REMOVE EACH 2 $ 800.00 $ 1,600.00
202-91385
6 INLET RELOCATE EACH 2 $ 1,000.00 $ 2,000.00
202-99998
7 EXCAVATION, COMMON CYS 1803 $ 30.00 $ 54,090.00
203-02000
8 TEMPORARY EROSION AND SEDIMENT CONTROL, LFT 1128 $ 2.00 $ 2,256.00
205-02224 PERIMETER PROTECTION
9 TEMPORARY EROSION AND SEDIMENT CONTROL, EACH 4 $ 140.00 $ 560.00
205-02237 CURB INLET
10 SUBGRADE TREATMENT, TYPE IV SYS 1831 $ 30.00 $ 54,930.00
207-08268
11 COMPACTED AGGREGATE, NO. 53, BASE TON 147 $ 40.00 $ 5,880.00
301-07448
12 SUBBASE FOR PCCP CYS 473 $ 60.00 $ 28,380.00
302-06464
13 HMA, TYPE C, WEDGE AND LEVEL TON 165 $ 92.00 $ 15,180.00
402-07452
14 ASPHALT FOR TACK COAT TON 1 $ 330.00 $ 330.00
406-05520
15 CEMENT CONCRETE PAVEMENT, 10" SYS 1892 $ 80.00 $ 151,360.00
501-05180
16 CONCRETE PAVEMENT, TRUCK APRON, 7" SYS 176 $ 90.00 $ 15,840.00
502-07000
17 D-1 CONTRACTION JOINT LFT 1314 $ 15.00 $ 19,710.00
503-05240
18 CURB, INTEGRAL, CONCRETE LFT 150 $ 30.00 $ 4,500.00
605-06092
19 CONCRETE CURB LFT 463 $ 20.00 $ 9,260.00
605-06120
20 CURB AND GUTTER, CONCRETE, TYPE II LFT 257 $ 20.00 $ 5,140.00
605-06160
21 CURB AND GUTTER, COMBINED LFT 472 $ 20.00 $ 9,440.00
605-20807
1
4/3/2007
PART 3
CONTRACT ITE S AND UNIT PRICE'S
CITY OF CARMEL
CARMEL PROJECT NO. 06-15C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
CODE NO
22 CURB AND GUTTER, CONCRETE, ROLL, MODIFIED LFT 352 $ 20.00 $ 7,040.00
605-95499
23 HMA FOR APPROACHES, TYPE C TON 558 $ 103.00 $ 57,474.00
610-07488
24 CEMENT CONCRETE PAVEMENT FOR DRIVEWAYS, 6 IN. SYS 45 $ 60.00 $ 2,700.00
611-05330
25 GEOTEXTILES SYS 9 $ 10.00 $ 90.00
616-02320
26 RIPRAP, REVETMENT TON 5 $ 200.00 $ 1,000.00
616-06405
27 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 $ 500.00 $ 1,000.00
621-01004
28 MULCHED SEEDING U LBS 89 $ 20.00 $ 1,780.00
621-06560
29 MULCHED SEEDING T, 1 LBS 321 $ 10.00 $ 3,210.00
621-06557
30 WATER kG 4 $ 55.00 $ 220.00
621-06567
31 TOPSOIL CYS 854 $ 56.00 $ 47,824.00
621-06570
32 NURSERY SODDING SYS 838 $ 6.00 $ 5,028.00
621-06575
33 CONCRETE PAVERS AND SETTING BED SYS 525 $ 100.00 $ 52,500.00
699-99999
34 PIPE, TYPE 4, CIRCULAR, 6 IN. LFT 712 $ 10.00 $ 7,120.00
715-05046
35 PIPE, TYPE 2, CIRCULAR, 12 IN. LFT 217 $ 32.00 $ 6,944.00
715-05149
36 AGGREGATE FOR UNDERDRAINS CYS 64 $ 62.00 $ 3,968.00
718-52610
37 GEOTEXTILES FOR UNDERDRAINS SYS 784 $ 2.00 $ 1,568.00
718-99153
38 MANHOLE, CAP EACH 2 $ 1,500.00 $ 3,000.00
720-01148
39 CASTING, ADJUST TO GRADE EACH 2 $ 300.00 $ 600.00
720-44000
40 INLET, C15 EACH 3 $ 2,600.00 $ 7,800.00
720-98555
41 IRRIGATION CONDUIT LFT 950 $ 20.00 $ 19,000.00
720-99999
42 TEMPORARY PAVEMENT MARKING, I, YELLOW, 4 IN. LFT 1294 $ 1.00 $ 1,294.00
801-06643
43 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 104 $ 18.00 $ 1,872.00
802-05701
2
• 4/3/2007
PART 3
CONTRACT ITEMS AND UNIT PRICES
CITY OF CARMEL
CARMEL PROJECT NO. 06-15C
OLD MERIDIAN AND GRANDE BLVD. ROUNDABOUT
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
CODE NO.
44 SIGN POST, SQUARE, 2, REINFORCED ANCHOR BASE LFT 41 $ 16.00 $ 656.00
802-05702
45 SIGN, SHEET, ENCLOSED LENS WITH LEGEND, 0.080 IN. SFT 70 $ 20.00 $ 1,400.00
802-76025
46 DECORATIVE STREET SIGN ASSEMBLY, DIRECTIONAL EACH 2 $ 2,200.00 $ 4,400.00
802-99999 INSTALLED
47 CABLE DUCT 4-1/C LFT 460 $ 17.00 $ 7,820.00
805-04428
48 LIGHTING POWER DISTRIBUTION PANEL EACH 1 $ 7,600.00 $ 7,600.00
805-96999
49 HANDHOLE, LIGHTING EACH 2 $ 1,000.00 $ 2,000.00
807-02191
50 DECORATIVE STREET LIGHT, WIRING AND INSTALLATION EACH 3 $ 9,500.00 $ 28,500.00
807-03804
54 - �• '� LF 229
808 03139 WHITE, 21 IN.
52 YIELD LINE, THERMOPLASTIC, "SHARKS TEETH" 43
808 05878
53 LINE, THERMOPLASTIC, BROKEN, WHITE, 1 IN. 225
54 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. ITT 222
808 75205
55 .• ' " , ITT 822
804-75245--
TRANSVERSE MARKINGS, THERMOPLASTIC, ITT 26
808 75276 SOLID YELLOW CROSSHATCH
57 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, EACH 4
808 75320 LAME INDICATION ARROW
58 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, EACH 4
808 75325 WORD "ONLY"
59 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, EACH 4
808 75'129 FISHHOOK LANE INDICATION ARROW
60 LIME, THERMOPLASTIC, SOLID, YELLOW, 8 in. 69
808-92927
61 MAINTAINING TRAFFIC LS 1 $ 5,000.00 $ 5,000.00
801-06775
Total: $ 726,799.00
3
PART 4
• CONTRACT DOCUMENTS AND ADDENDA
4.1 The l3iddei 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 March 21, 2007 •
2 March 23, 2007
3 March 29, 2007
4 April 3, 2007
•
•
•
•
BTD-S N20060633.NO10 RD 0001 FE RO DOe
•
•
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 Ls 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.
•
•
•
• RID-6 1142006 0683 8.010.RD 000IFR RO DOC