Loading...
HomeMy WebLinkAboutBid Information and Packets M der-,C, ' X4/,4",- Company Amount Alternative Alternative i-4,/r ✓,.v c_ 7457 4z645 E.1'e,o✓47 mv '755 2 1 P3(0 3 /4 a/ Ja ���� 1/41.Ly 5oce 9/5 Y c93 ?7/ Prescribed by State Board of Accounts 900549-5692738 General Form No.99P(Rev.2009A) CITY OF CARMEL-TOPICS LEGALS To: NOBLESVILLE STAR INDIANAPOLIS NEWSPAPERS 307 N PENNSYLVANIA ST -PO BOX 145 COUNTY,INDIANA INDIANAPOLIS,IN 46206-0145 PUBLISHER'S CLAIM LINE COUNT Disnlav Matter-(Must not exceed two actual lines,neither of which shall NOTC TOBDD S ��,m y e than four solid lines of the type in which the body of the Department ' v�c'so i` �,a6o3p ment is set).-number of equivalent lines Project: 1- l u iage of Mount Cannel lr of lines Notice y c e oc f s us t er h h a e lhe le 1i ttg,s iv�o n r Cg tthhre ae r t0 h e aBn m r d n S o CuPaur n ty)a;W di rk n s a nir ll r of lines s above escribeu"Pr)ec"I at the of lines }loll�nlf r a.in.@gang o0 or�ereebn nber of lines in notice an c yte sych d w l as p publicly le ted ai teraggn t e gn e d to cil Chambers Did wi I b e public d d reel aloud i t e Lpouncil Chambers of City Hall.Notate bias w� accep . All bids and proposals shall be properlyP and completely exe- cuted,on,t es prpppsal.orms provided with the pla and spenficpbodns,twet h will occl�,de th �nop-collu ion a davit JF CHARGES egillg pd hateethe words' IBa="Vijlaye o�v oEnt°ZaSr r 9,-0 columns wide equals 182.0 equivalent lines at.667 �rarnage. A bid bonr pr ce rtifjed check in a n amount not less.than tep line 121.40 prnocse e d er free rmn ntot amtlatthoe ry.pre-oid conter- trge for notices containing rule and figure work(50 per cent For special accommodations needed by handicapped individ- uals planning.to attend te re-bid.u _handicapped or public bid amount) opening m Zing,plQgag ca_or nobly the city.of Carmel, - �meer s OPfteice,a t /) 1 2441 at least forty-eight(d�) :tra proofs of publication($1.00 for each proof in excess of two) .00 iours prior thereto. N Idler ay withdraw.any bid or proposal within a p riod AMOUNT OF CLAIM $ 121.40 of thirty(3uj says toll wing the date sector recei i g bias or proposals.The�Carmel Board of P gilt Works andSyfety re serve t e rig t top ho any r all bids or prgpp s Is or a pe riod o� of more thapt i (q30)days and said bids or propo- 'UT1NG COST sal snail remain ful force and tfect tluring s d penod The Gty of Carmerresgry @s the ngbt to r[�E)ect.ant�or cancel e column 5_8 ems Size of type 7 any antl all,p)d,,sohcitagbps and/or offers m w�ole Qr m part as specdied in the solicits ions when it is not in the U st interests of the gpvernmentaf body as.deter dinaed by tthe e rtions 2.0 purchasing agency in accordance with IC 5-22.18-2 Dierk-g a 1.Cordray ClTreasurer. (NL-8/12/10,8/19/10-5692738) Pursuant tot a provisions and penalties of IC 5-11-10-1,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. I also certify that the printed matter attached hereto is a true copy,of the same column width and type size, which was duly published in said paper 2 times. The dates of publication being between the dates of: 08/12/2010 and 08/19/2010 Additionally,the statement checked below is true and correct: Newspaper does not have a Web site. 7 Newspaper has a Web site and this public notice was posted on the same day as it was published in the newspaper Newspaper has a Web site,but due to a technical problem or error,public notice was posted on Newspaper has a Web site but refuses to post the public notice. iL\ DATE: 08/19/2010 Title: Clerk BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project Sname and your company name clearly marked on the outside. Seal the envelope. Company: ' The Hunt Paving Company, Inc. Project Name: Village of Mount Carmel Drainage Project NO. 10-08D Date Submitted: 9-1-2010 ' Base Bid Amount: # (p rj 9 ri `k , i Q Alternate 1 Bid Amount: W 76 1 Ll 57. 55 ' Alternate 2 Bid Amount: 4/61 1 Igg.1' 1 I I BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: ' This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: #10-08D -Village of Mount Carmel Drainage ' Proposal For Construction of: Storm drainage infrastructure installation and repair in ' the Village of Mount Carmel subdivision. Date: September 1 , 2010 ' To: City of Carmel,Indiana, Board of Public Works and Safety BID-1 1 PART 1 BIDDER INFORMATION (Print) ' 1.1 Bidder Name: The Hunt Paving CCmpany, Inc. 1.2 Bidder Address: Street Address: 2450 S. Tibbs Avenue City: Indianapolis State: IN Zip: 46241 ' 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 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 I IPART 2 IBID PROPOSAL 2.1 Base Bid I 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) I 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 I estimated unit quantities for such Contract Items, total the BASE BID. 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 Iexact 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 I ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BASE BID rr r IA. "ill( tm,red -: -(1 t�i►,e, �hdtn,5an 0 A.& AaAdred. :ticA$ Y (amount in words) / I /I►neCidtds and it n. CE•.}s $ 659 /71- 10 • (figures) I B. ALTERNATES (Circle Add or Deduct As It Applies—Write in"No Change"for no cost impact. I Alternate No. 1: State the amount to provide the storm sewer, structures and associated construction for the sewer extending southwest from Structure 742A to Structure 726 along Bennett Road west/of Village Drive. I ' d• Deduct) Se 4'c��f f 51\i /{idyl 540-01. -C o u r Jiu no/r eGI 'Hs sl(Pen (amount in words) I I da(5 anol -41 -P;tie cot S $ 76/ 4/57- 5-5 (figures) I Alternate No. 2: State the amount to provide the storm sewer, structures and associated construction for the sewer extending northwest from Structure 723 to Structure 744 from Bennett Road to the north. Id• Deduct) ? ( en 4du5arut A'ne-)ttiJree‘ el6bil eb h+—d,4-605 (amount in words) Q_.)zk I ctaa f\-/ «tv+-5 $ 16, 18 g. /0 (figures) I I BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] BASE BID Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 1 COMMON EXCAVATION CYS 4500 $10.00 $45,000.00 CONSTRUCTION 2 ENGINEERING LS 1 $9,200.00 $9,200.00 MOBILIZATION AND 3 DEMOBILIZATION LS 1 $19,000.00 $19,000.00 4 MAINTAINING TRAFFIC LS 1 $20,000.00 $20,000.00 5 CLEARING AND GRUBBING LS 1 $5,500.00 $5,500.00 6 CONSTRUCTION SIGN,A EACH 7 $200.00 $1,400.00 7 CONSTRUCTION SIGN,C EACH 4 $200.00 $800.00 CURB AND GU IT ER, 8 REMOVE LFT 649 $7.50 $4,867.50 SIDEWALK, CONCRETE, 9 REMOVE SYS 101 $9.00 $909.00 10 PIPE,REMOVE LFT 601 $5.00 $3,005.00 TEMPORARY EROSION AND SEDIMENT CONTROL,CURB 11 INLET PROTECTION EACH 14 $155.00 $2,170.00 EROSION CONTROL 12 BLANKET SYS 4385 $5.00 $21,925.00 TEMPORARY ROCK CHECK 13 DAM TON 48 $70.00 $3,360.00 TEMPORARY DITCH INLET PROTECTION EACH 7 $90.00 $630.00 15 TEMPORARY SILT FENCE LFT 2174 $1.30 $2,826.20 FLOWABLE BACKFILL,NON- 16 REMOVABLE CYS 1272 $65.00 $82,680.00 17 MILLING,ASPHALT, 1 1/2 IN. SYS 2460 $2.50 $6,150.00 18 HMA SURFACE,TYPE B TON 320 $90.00 $28,800.00 19 PCCP, 12 IN. SYS 1292 $27.00 $34,884.00 MAILBOX ASSEMBLY, 20 SINGLE EACH 6 $145.00 $870.00 21 SIDEWALK,CONCRETE,4 IN. SYS 101 $37.00 $3,737.00 COLORED AND JOINTED 22 CONCRETE,4" SYS 4 $105.00 $420.00 BID-4 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item WHITE THERMOPLASTIC 23 CROSSWALK MARKING LFT 25 $5.20 $130.00 CURB AND GUTTER, 24 CONCRETE LFT 649 $22.00 $14,278.00 HMA FOR APPROACHES, 25 TYPE B TON 82 $145.00 $11,890.00 PCCP FOR APPROACHES,6 26 IN. SYS 187 $40.00 $7,480.00 COMPACTED AGGREGATE 27 FOR DRIVEWAYS TON 151 $40.00 $6,040.00 RIP RAP FOR GRADED END 28 SECTIONS,D50=8" TON 4 $131.00 $524.00 29 TOP SOIL CYS 904 $10.00 $9,040.00 MULCHED SEEDING, 30 PERMANENT SYS 1038 $5.00 $5,190.00 31 TEMPORARY SEEDING SYS 1038 $2.00 $2,076.00 32 CORED HOLE IN CONCRETE EACH 1 $520.00 $520.00 33 PIPE,6 IN. SSD LFT 1280 $16.45 $21,056.00 34 PIPE, 8 IN. SSD LFT 472 $17.70 $8,354.40 PIPE,6 IN.NON- 35 PERFORATED HDPE LFT 141 $21.00 $2,961.00 PIPE, 8 IN.NON- 36 PERFORATED HDPE LFT 51 $29.00 $1,479.00 37 PIPE, 12 IN. RCP LFT 1204 $35.00 $42,140.00 38 PIPE, 15 IN. RCP LFT 476 $38.00 $18,088.00 39 PIPE, 18 IN. RCP LFT 524 $42.00 $22,008.00 40 PIPE,24 IN. RCP LFT 1287 $48.00 $61,776.00 41 PIPE, 30 IN. RCP LFT 13 $170.00 $2,210.00 CONCRETE END SECTION, 42 12 IN. EACH 19 $640.00 $12,160.00 CONCRETE END SECTION, 43 18 IN. EACH 2 $820.00 $1,640.00 CONCRETE END SECTION, 44 24 IN. EACH 21 $950.00 $19,950.00 45 CLEANOUT EACH 18 $310.00 $5,580.00 AGGREGATE FOR 46 UNDERDRAINS CYS 200 $40.00 $8,000.00 47 8"NYLOPLAST RISER EACH 1 $550.00 $550.00 48 INLET,2'X2' EACH 15 $1,200.00 $18,000.00 49 INLET,2'X3' EACH 12 $1,200.00 $14,400.00 50 MANHOLE,4'DIA. EACH 10 $2,000.00 $20,000.00 BID-5 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 51 MANHOLE, 5'DIA. EACH 4 $2,500.00 $10,000.00 52 MANHOLE, 6' DIA. EACH 1 $3,700.00 $3,700.00 MOVE WATER LINES 53 CONFLICTING W/STORM EACH 9 $925.00 $8,325.00 54 VIDEO DOCUMENTATION LS 1 $1,500.00 $1,500.00 BASE BID TOTAL $659,179.10 ALTERNATE BID#1 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price _ for Item 1 COMMON EXCAVATION CYS 450 $7.00 $3,150.00 CONSTRUCTION 2 ENGINEERING LS 1 $1,650.00 $1,650.00 MOBILIZATION AND 3 DEMOBILIZATION LS I $1,600.00 $1,600.00 4 MAINTAINING TRAFFIC LS 1 $900.00 $900.00 5 CLEARING AND GRUBBING LS 1 $555.00 $555.00 CURB AND GUTTER, 6 REMOVE LFT 65 $12.00 $780.00 7 TEMPORARY SILT FENCE LFT 110 $1.30 $143.00 FLOWABLE BACKFILL,NON- 8 REMOVABLE CYS 189 $70.00 $13,230.00 9 MILLING,ASPHALT, 1 1/2 IN. SYS 677 $2.65 $1,794.05 10 HMA SURFACE,TYPE B TON 75 $90.00 $6,750.00 11 PCCP, 12 IN. SYS 226 $33.00 $7,458.00 CURB AND GUTTER, 12 CONCRETE LFT 65 $29.00 $1,885.00 13 TOP SOIL CYS 16 $12.75 $204.00 14 MULCHED SEEDING,R SYS 93 $5.00 $465.00 15 TEMPORARY SEEDING SYS 93 $2.00 $186.00 16 PIPE,6 IN. SSD LFT 45 $20.50 $922.50 PIPE,6 IN.NON- 17 PERFORATED HDPE LFT 52 $20.00 $1,040.00 18 PIPE, 12 IN. RCP LFT 618 $36.00 $22,248.00 19 CLEANOUT EACH 3 $345.00 $1,035.00 AGGREGATE FOR 20 UNDERDRAINS CYS 8 $39.00 $312.00 21 INLET,2'X2' EACH 6 $1,050.00 $6,300.00 MOVE WATER LINES 22 CONFLICTING W/STORM EACH 4 $900.00 $3,600.00 23 VIDEO DOCUMENTATION - LS _ 1 - $250.00 $250.00 ALTERNATE BID#1 TOTAL $76,457.55 BID-6 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item ALTERNATE BID#2 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 1 COMMON EXCAVATION CYS 30 $20.00 $600.00 CONSTRUCTION 2 ENGINEERING LS 1 $310.00 $310.00 MOBILIZATION AND 3 DEMOBILIZATION LS 1 $900.00 $900.00 4 MAINTAINING TRAFFIC LS 1 $370.00 $370.00 5 CLEARING AND GRUBBING LS 1 $275.00 $275.00 TEMPORARY DITCH INLET 6 PROTECTION EACH 1 $90.00 $90.00 7 TEMPORARY SILT FENCE LFT 48 $1.30 $62.40 FLOWABLE BACKFILL,NON- 8 REMOVABLE CYS 13 $65.00 $845.00 9 HMA SURFACE,TYPE B TON 2 $90.00 $180.00 10 PCCP, 12 IN. SYS 20 $27.00 $540.00 HMA FOR APPROACHES, 11 TYPE B TON 3 $145.00 $435.00 COMPACTED AGGREGATE 12 FOR DRIVEWAYS TON 4 $80.00 $320.00 13 TOP SOIL CYS 0 $15.00 $0.00 14 MULCHED SEEDING,R SYS 199 $5.00 $995.00 15 TEMPORARY SEEDING SYS 199 $2.00 $398.00 16 PIPE, 12 IN. RCP LFT 227 $34.00 $7,718.00 17 INLET,2'X2' EACH 2 $1,050.00 $2,100.00 18 VIDEO DOCUMENTATION LS 1 $50.00 $50.00 ALTERNATE BID#2 TOTAL $16,188.40 BID-7 State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) Date: September 1 , 2010 1. Governmental Unit(Owner): City of Cannel 2. County : Hamilton 3. Bidder(Firm): The Hunt Paving Company, Inc. Address: 2450 S. Tibbs Avenue City/State: Indianapolis, IN 46241 4. Telephone Number: 317-241-8313 5. Agent of Bidder(if applicable): n/a Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of Village of Mount Carmel Drainage Project No. 10-08D (Governmental Unit) in accordance with plans and specifications prepared by Cripe Architects & Engineers 3939 Priority Way S Drive Ste 400 Indpls, In 46240 // /1 / and dated August 2010,n for the sum of SlYi/c1 dee4ftrrur•L4/dLtfantct eilt 144 55 c,11/I, , $ Lei 9 7!• �v d�i cIIe� c, r^cl A-EA Ck,,r5 hne 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 Authorit Members: PART II (For projects of$100,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel Bidder(Firm) The Hunt Paving Company, Inc. Date: September 1 , 2010 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? Completion Contract Amount Class of Work Date Name hand Y�Address of Owner 1�16t53f3.10 &ncith, wDty. h-l-Aft 9 0 1 eHvstihtl ►w err y:r+i31 r- ob'P N t eva taki4 rn 5t a,it. 114 5-A.10 Gm,Cretwork, II-�- o 9 Arc Tn Als ,SQL r/1otoci vu�n Of o�.� JL ), hhur�t 119 "Iii.0D etnade,pat_ 5-15-�VD1 �ril .S.PWA Tin )1tcZV� 37* qVg,3d nt."ivto q.-!g-9,009 , 5ETrld qd y 2. What public works projects are now in process of construction by your organization? Expected Contract Amount Class of Work Completion Name and Address of Owner Date thaot 30 rre+nnher e(! 4� _ebn �t>}f wo( b- - D CfpS,T1119•31A 1,45-02p Onr� wrU— x•3l ra cooT�oWn O-Owr iw nG ? ► ,n- 4„u1Gc k. ISA, R q'bV ( Wirt rert 5--74-1-D F xn d p is V/6 to c c-rin Ave is 55 74 i,-vvunm*I* c ler'- 58171a,SG.(P(v 5414,V-1 lavetvt►nent-, 8-31-1D Set\A1)�1.7.rit ,.pd�l62 ' 3. Have you ever failed to complete any work awarded to you? no If so,where and why? 4. List references from private firms for which you have performed work. see attached financial and questionnaire SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work,complete the project, number of workers,etc. and any other information which you believe would enable the governmental unit to consider your bid.) as per plans and specifications 2. Please list the names and addresses of all subcontractors(I.e.persons or firms outside your own firm who have performed part of the work)that you have used on public works projects during the past five(5) years along with a brief description of the work done by each subcontractor. undetermined at this time 3. 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 will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project,you are under a continuing obligation to immediately notify the governmental unit In the event that you subsequently determine that you will use a subcontractor on the proposed project. see financial form 96 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. yes, see attached equipment list 5. Have you entered Into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid, The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. Bid Proposal Summary Form Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project named and your company name clearly marked on the outside. SEAL THE ENVELOPE. Eagle Valley Inc. Company: 3401 North Raceway Road Indianapolis, Indiana 46234 Project Name: Village of Mount Carmel Drainage Improvements Date Submitted: September 1 , 2010 Base Bid Amount: $752,506.00 Alternate 1 - Bid Amount: $91 ,571 .00 Alternate 2 - Bid Amount: $23,271 .00 Revised 5/15/09 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel • Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: #10-08D-Village of Mount Carmel Drainage Proposal For Construction of: Storm drainage infrastructure installation and repair in the Village of Mount Carmel subdivision. Date: September 1, 2010 To: City of Carmel,Indiana,Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Narne: Eagle Valley Inc. 1.2 Bidder Address: Street Address: 3401 North Raceway Road City: Indianapolis State: IN Zip: 46234 Phone: (317) 291-8104 Fax: (317) 291-8786 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 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 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 the BASE BID. 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. A. BASE BID Seven hundred fifty-two thousand five hundred six dollars and no cents (amount in words) $ 752,506.00 (figures) B. ALTERNATES (Circle Add or Deduct As It Applies—Write in"No Change"for no cost impact. Alternate No. 1: State the amount to provide the storm sewer, structures and associated construction for the sewer extending southwest from Structure 742A to Structure 726 along Bennett Road west of Village Drive. (Ad.► Deduct) Ninety-one thousand five hundred seventy-one dbmlars and no cents (amount in words) $ 91,571.00 • (figures) Alternate No. 2: State the amount to provide the storm sewer, structures and associated construction for the sewer extending northwest from Structure 723 to Structure 744 from Bennett Road to the north. Ad• Deduct) Twenty-three thousand two huadr_ed seventy-one dollars and nd cents (amount in words) $ 23,271.00 (figures) BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] BASE BID Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 1 COMMON EXCAVATION CYS 4,500 $7.00 $31,500 CONSTRUCTION 2 LS 1 $6,000.00 $6,000 ENGINEERING MOBILIZATION AND 3 LS 1 $35,000.00 $35,000 DEMOBILIZATION 4 MAINTAINING TRAFFIC LS 1 $3,500.00 $3,500 5 CLEARING AND LS 1 $25,000.00 $25,000 6 CONSTRUCTION SIGN, A EACH 7 $75.00 $525 7 CONSTRUCTION SIGN, C EACH 4 $100.00 $400 CURB AND GUTTER, LFT 649 $4.00 $2,596 REMOVE 9 SIDEWALK, CONCRETE, SYS 101 $8.00 $808 REMOVE 10 PIPE, REMOVE LFT 601 $7.00 $4,207 TEMPORARY EROSION 11 AND SEDIMENT CONTROL, EACH 14 $1,500.00 $21,000 CURB INLET PROTECTION 12 EROSION CONTROL SYS 4,385 $3.00 $13,155 BLANKET 13 TEMPORARY ROCK TON 48 $23.00 $1,104 CHECK DAM TEMPORARY DITCH INLET EACH 7 $100.00 $700 PROTECTION 15 TEMPORARY SILT FENCE LFT 2,174 $1.50 $3,261 16 FLOWABLE BACKFILL, CYS 1,272 $50.00 $63,600 NON-REMOVABLE 17 MILLING,ASPHALT, 1 1/2 SYS 2,460 $5.00 $12,300 IN. 18 HMA SURFACE,TYPE B TON 320 $61.00 $19,520 19 PCCP, 12 IN. SYS 1,292 $75.00 $96,900 20 MAILBOX ASSEMBLY, EACH 6 $50.00 $300 SINGLE 21 SIDEWALK, CONCRETE, 4 SYS 101 $45.00 $4,545 BID-4 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 22 COLORED AND JOINTED SYS 4 $250.00 $1,000 CONCRETE, 4" .� WHITE THERMOPLASTIC LFT ZS $50.00 $1,250 CROSSWALK MARKING CURB AND GUTTER, LFT 649 $25.00 $16,225 24 CONCRETE 25 HMA FOR APPROACHES, TON 82 $125.00 $10,250 TYPE B 26 SYS FOR APPROACHES, 6 SYS 187 $50.00 $9,350 COMPACTED AGGREGATE TON 151 $15.00 $2,265 27 FOR DRIVEWAYS 28 RIP RAP FOR GRADED END TON 4 $71.00 $284 SECTIONS, D50=8" 29 TOP SOIL CYS 904 $25.00 $22,600 30 MULCHED SEEDING, SYS 1,038 $4.00 $4,152 PERMANENT 31 TEMPORARY SEEDING SYS 1,038 $0.50 $519 32 CORED HOLE IN EACH 1 $350.00 $350 CONCRETE 33 PIPE, 6 IN. SSD LFT 1,280 $10.00 $12,800 34 PIPE, 8 IN. SSD LFT 472 $11.00 $5,192 35 PIPE, 6 IN.NON- LFT 141 $10.00 $1,410 PERFORATED HDPE 36 PIPE, 8 IN.NON- LFT 51 $11.00 $561 PERFORATED HDPE 37 PIPE, 12 IN. RCP LFT 1,204 $55.00 $66,220 38 PIPE, 15 IN. RCP _ LFT 476 $57.00 $27,132 39 PIPE, 18 IN. RCP LFT 524 $58.00 $30,392 40 PIPE, 24 IN. RCP LFT 1,287 $62.00 $79,794 41 PIPE, 30 IN. RCP LFT 13 $69.00 $897 42 CONCRETE END SECTION, EACH 19 $300.00 $5,700 12 IN. 43 CONCRETE END SECTION, EACH 2 $375.00 $750 18 IN. 44 CONCRETE END SECTION, EACH 21 $475.00 $9,975 24 IN. 45 CLEANOUT EACH 18 $192.00 $3,456 46 AGGREGATE FOR CYS 200 $22.00 $4,400 UNDERDRAINS 47 8"NYLOPLAST RISER EACH 1 $450.00 $450 BID-5 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 48 INLET, 2'X2' EACH 15 $1,555.00 $23,325 49 INLET, 2'X3' EACH 12 $1,830.00 $21,960 50 MANHOLE, 4' DIA. EACH 10 $2,238.00 $22,380 51 MANHOLE, 5'DIA. EACH 4 $2,638.00 $10,552 52 MANHOLE, 6'DIA. EACH 1 $3,165.00 $3,165 53 MOVE WATER LINES EACH 9 $481.00 $4,329 CONFLICTING W/ STORM 54 VIDEO DOCUMENTATION LS 1 $3,500.00 $3,500 BASE BID TOTAL $752,506.00 ALTERNATE BID #1 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 1 COMMON EXCAVATION 450 CYS $7.00 $3,150 CONSTRUCTION 2 1 LS $450.00 $450 ENGINEERING MOBILIZATION AND 3 LS $4,000.00 $4,000 DEMOBILIZATION 4 MAINTAINING TRAFFIC 1 LS $260.00 $260 5 CLEARING AND 1 LS $500.00 $500 6 CURB AND GUTTER, 65 LFT $4.00 $260 REMOVE 7 TEMPORARY SILT FENCE 110 LFT $1.50 $165 8 FLOWABLE BACKFILL, 189 CYS $50.00 $9,450 NON-REMOVABLE 9 MILLING, ASPHALT, 1 1/2 677 SYS $6.00 $4,062 IN. 10 HMA SURFACE, TYPE B 75 TON $61.00 $4,575 11 PCCP, 12 IN. 226 SYS $75.00 $16,950 12 CURB AND GUTTER, 65 LFT $25.00 $1,625 CONCRETE 13 TOP SOIL 16 CYS $25.00 $400 14 MULCHED SEEDING, R 93 SYS $5.00 $465 15 TEMPORARY SEEDING 93 SYS $1.00 $93 16 PIPE, 6 IN. SSD 45 LFT $10.00 $450 7 PIPE, 6 IN.NON- 1 52 LFT $10.00 $520 PERFORATED HDPE 18 PIPE, 12 IN. RCP 618 LFT $55.00 $33,990 19 CLEANOUT 3 EACH $192.00 $576 BID-6 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 20 AGGREGATE FOR 8 CYS $22.00 $176 UNDERDRAINS 21 • INLET,2'X2' 6 EACH $1,205.00 $7,230 22 MOVE WATER LINES 4 EACH $481.00 $1,924 CONFLICTING W/STORM VIDEO DOCUMENTATION 1 LS $300.00 $300 ALTERNATE BID #1 TOTAL $91,571.00 ALTERNATE BID#2 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 1 COMMON EXCAVATION 30 CYS $7.00 $210 2 CONSTRUCTION 1 LS $400.00 $400 ENGINEERING MOBILIZATION AND 1 LS $1,000.00 $1,000 DEMOBILIZATION 4 MAINTAINING TRAFFIC 1 LS $1,200.00 $1,200 5 CLEARING AND 1 LS $1,000.00 $1,000 6 TEMPORARY DITCH INLE"I 1 EACH $100.00 $100 PROTECTION 7 TEMPORARY SILT FENCE 48 LFT $1.50 $72 8 FLOWABLE BACKFILL, 13 CYS $50.00 $650 NON-REMOVABLE 9 HMA SURFACE, TYPE B 2 TON $150.00 $300 10 PCCP, 12 IN. 20 SYS $75.00 $1,500 11 HMA FOR APPROACHES, 3 TON $130.00 $390 TYPE B 12 COMPACTED AGGREGATE 4 TON $15.00 $60 FOR DRIVEWAYS 13 TOP SOIL CYS $25.00 $0 14 MULCHED SEEDING, R 199 SYS $5.00 $995 15 TEMPORARY SEEDING 199 SYS $1.00 $199 16 PIPE, 12 IN. RCP 227 LFT $55.00 $12,485 17 INLET,2'X2' 2 EACH $1,205.00 $2,410 18 VIDEO DOCUMENTATION 1 LS $300.00 $300 ALTERNATE BID #2 TOTAL $23,271.00 BID-7 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 8/27/10 # 2 8/30/10 B1D-8 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-9 Form No.96(Revised 2005) BID OF Eagle Valley Inc . (Contractor) 3401 N . Raceway Road (Address) Indianapolis , IN 46234 FOR PUBLIC WORKS PROJECTS OF City of Carmel, IN; Board of Public Works and Safety Bid For: Project #10-08D Village of Mount Carmel Drainage Filed September 1, 2010 Action taken State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) Date: September 1, 2010 1. Governmental Unit(Owner): City of Carmel, IN; Board of Public Works and Safety 2. County : Hamilton 3. Bidder(Firm): Eagle Valley Inc . Address: 3401 N . Raceway Road City/State: Indianapolis , IN 46234 4. Telephone Number: ( 317 ) 291-8104 5. Agent of Bidder(if applicable): Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Carmel, IN; Board of Public Works and Safety (Governmental Unit)in accordance with plans and specifications prepared by Cripe Architects C Engineers and dated August 2010 for the sum of See enclosed bid $ See enclosed hid 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 (LC. 5-16-8-2). I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (For projects of$100,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel, IN; Board of Public Works and Safety Bidder(Firm) Eagle Valley Inc . Date: September 1, 2010 These statements to be submitted under oath by each bidder with and as a part of his bid. a additional Attach c add�t a 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? Completion Contract Amount Class of Work Date Name and Address of Owner See attached sheet 2. What public works projects are now in process of construction by your organization? Expected Contract Amount Class of Work Completion Name and Address of Owner • Date See attached sheet 3. Have you ever failed to complete any work awarded to you? N o If so, where and why? 4. List references from private firms for which you have performed work. None at present time SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE SEE ATTACHED SHEET 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) 2. Please list the names and addresses of all subcontractors(i.e. persons or firms outside your own firm who have performed part of the work)that you have used on public works projects during the past five(5) years along with a brief description of the work done by each subcontractor. 3. 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 will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. Form No.96(Revised 2005) Bid of: Eagle Valley Inc. 3401 North Raceway Road Indianapolis, IN 46234 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) Eagle Valley Inc. will proceed with sufficient supervision, manpower, and equipment to complete the project within the provisions as set forth by the contract specifications. 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work)that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. William White Trucking Corbin&Sons Construction Co. P.O.Box 18254 8728 Robbins Road Indianapolis,IN 46218 Indianapolis,IN 46241 Type of Work: Trucking/hauling Type of Work:Piping/Boring Vic Powers Inc. Nubian Transport 2037 Norwood Drive 3925 East 26 St Anderson,IN 46012 Indianapolis,IN 46218 Type of work: Televising Type of Work: Trucking/hauling Trent Electric Inc. Certified Engineering Inc. 3919 Clarks Creek Road 3939 Millersville Road Plainfield,IN 46168 Indianapolis,IN 46205 Type of Work: Electrical Type of Work: Surveying Oatts Trucking Inc. Schutt-Lookabill Company Inc. 3925 East 26th St 4050 Rockville Road Indianapolis,IN 46218 Indianapolis,IN 46222 Type of Work:Hauling/trucking Type of Work: Concrete Globe Asphalt Paving Global Tech 6445 E.30th St 6531 N CR 800 W Indianapolis,IN 46219 Yorktown,IN 47396 Type of Work: Paving Type of Work: Landscaping Lowe Construction Midwest Mole Inc 2535 Bader Road 2460 N.Graham Ave Horton,MI 49246 Indianapolis,IN 46218 Type of Work:Jack&Boring Type of Work:Jack&Boring Indy Tree and Landscape All-Bore Inc. 2878 N.Raceway Road 411 Hwy 62 West Indianapolis,IN 46234 Boonville,IN 47601 Type of Work: Tree Removal/Clearing Type of Work: Directional Boring Grady Bros.Asphalt Paving Co. P.O.Box 421519 Indianapolis,IN 46242 Type of Work:Asphalt Paving 3. 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 will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project,you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. Subcontractors will be used on this project along with Eagle Valley's own forces. Subcontracted areas include but are not limited to; Survey/Layout, Jacking and Borings Trucking,Dewatering, Special Coatings,Asphalt Paving and Erosion Control. Additionally, it is unknown if bonds will be required of the subcontractors at this time. 4. What equipment do you have available to use for the proposed project?Any equipment to be used by subcontractors may also be required to be listed by the government unit. See Attached Equipment List 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Material items have been quoted for this project. However, no contracts have been entered into regarding this project. • BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. Company: Atlas Excavating, Inc. Project Name: #10-08D Village of Mount Carmel Drainage Date Submitted: Sept. 1 , 2010 Base Bid Amount: 7 Z � tie) Alternate 1 Bid Amount: r3 6� ,_64) Alternate 2 Bid ag, Off. Amount: • BIDDER'S ITEMIZED PROPOSAL 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: #10-08D-Village of Mount Carmel Drainage Proposal For Construction of: Storm drainage infrastructure installation and repair in the Village of Mount Carmel subdivision. Date: Sept. 1, 2010 To: City of Carmel, Indiana,Board of Public Works and Safety • J J BID-1 1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Atlas Excavating, Inc. 1,2 Bidder Address: Street Address: 4740 Swisher Road City: West Lafayettcstate: 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 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: NA .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 • PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials,equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto,for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the BASE BID. 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. A. BASE BID 670, � 414flij F� 1 `_1 , (amount in words) $ 7'95 009 01 7Io✓1 i(1�/���r/s�, // (figures) B. ALTERNATES (Circle Add or Deduct As It Applies—Write in"No Change"for no cost impact. Alternate No. 1: State the amount to provide the storm sewer, structures and associated construction for the sewer extending southwest from Structure 742A to Structure 726 along Bennett Road west of Village Drive. ( educt) 6� Tame tw"-/ 7/144.4 d A14-2, / (amount in words) =,(/ . �a ,D (figures) �J Alternate No. 2: State the amount to provide the storm sewer, structures and • associated construction for the sewer extending northwest from Structure 723 to Structure 744 from Bennett Road to the north. M educt) �' 4,f b� �/i a4m-e� (amount in words) /6 T 1' O (figures) BID-3 • PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] BASE BID Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price[in Words] Unit Quantity Price for Item l COMMON EXCAVATION CYS 4500 f 3 CONSTRUCTION 2 ENGINEERING LS I g51er MOBILIZATION AND 3 DEMOBILIZATION LS l . eXiV 7j O 4 MAINTAINING TRAFFIC LS 1 $GatIO sd� 5 CLEARING AND GRUBBING LS l 64, q� _ 6 CONSTRUCTION SIGN,A EACH 7 A ifde 7 CONSTRUCTION SIGN, C EACH 4 ?,kl r-ae, CURB AND GUTTER, Lq 8 REMOVE LFT 649 Z ` C SIDEWALK,CONCRETE, 9 REMOVE SYS 101 7/-7' 10 PIPE,REMOVE LFT 601 7 / TEMPORARY EROSION AND SEDIMENT CONTROL, CURB 1fie0 / 11 INLET PROTECTION EACH 14 c) EROSION CONTROL 12 BLANKET TEMPORARY ROCK CHECK SYS 4385 i'� /1474Z 13 DAM TON 48 1vad TEMPORARY DITCH INLET 14 PROTECTION EACH 7 ma 744 15 TEMPORARY SILT FENCE LFT 2174 i, Zi z Ili' c FLOWABLE BACKFILL,NON- 16 REMOVABLE CYS 1272 792. 17 MILLING,ASPHALT, 1 1/2 IN. SYS 2460 7` 7 Ffito 18 HMA SURFACE,TYPE B TON 320 /(5 " d 19 PCCP, 12 IN. SYS 1292 !it 4 ,er MAILBOX ASSEMBLY, 20 SINGLE EACH 6 /4.e SIDEWALK,CONCRETE,4 �� 3( 21 IN. SYS 101 COLORED AND JOINTED !��4-) 2--er- 22 CONCRETE,4" SYS 4 BID-4 • Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item WHITE THERMOPLASTIC #‘5.e'23 CROSSWALK MARKING LFT 25 CURB AND GUTTER, /5- 9756'- 24 CONCRETE LFT 649 HMA FOR APPROACHES, 1 ( !/ � � 25 TYPE B TON 82 PCCP FOR APPROACHES,6 La 26 IN. SYS 187 COMPACTED AGGREGATE 27 FOR DRIVEWAYS TON 151 7-AO. *014 RIP RAP FOR GRADED END 28 SECTIONS,D50=8" TON 4 09 29 _TOP SOIL CYS 904 5� lb _ MULCHED SEEDING, 30 PERMANENT SYS 1038 tj- 5/f e 31 TEMPORARY SEEDING SYS 1038 / M�-/�.3�� 32 CORED HOLE IN CONCRETE EACH _ 1 Z7�" 33 __PIPE, 6 IN.SSD — LFT __ 34 472 1280 /9 "7 3. �j PIPE, 8 IN.SSD LFT PIPE,6 IN.NON- 35 _PERFORATED HDPE _ LFT _ 141 79 cla PIPE, 8 IN.NON- 36 PERFORATED HDPE LFT 51 -e) `c 37 PIPE, 12 IN.RCP LFT 1204 t: 4 ZZe 38 PIPE, 15 IN. RCP LFT 476 as- l to 39 PIPE, 18 IN.RCP LFT 524 1j h /4� 40 PIPE,24 IN.RCP LFT 1287 51� /0-7 ';f 41 PIPE,30 IN.RCP LFT 13 /G5 / P4r CONCRETE END SECTION, 42 12 IN. _ EACH 19 /ZL2e, 04 5).P4a CONCRETE END SECTION, 43 18 IN. EACH 2 2$ Z add CONCRETE END SECTION, ���dd 44 24 IN. EACH 21 45 CLEANOUT EACH 18 goo 7ZW AGGREGATE FOR 46 UNDERDRAINS CYS 200 / 'V-.45..eP 47 8"NYLOPLAST RISER EACH l —ZOO 'ma- 48 INLET,2'X2' EACH 15 MOO 7. 'd' 49 INLET,2'X3' EACH 12 20,40 Z4(414 Y 50 MANHOLE,4'DIA. EACH , 10 � •0/ 7-5e1e7.0 BID-5 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item _ 51 'MANHOLE,5'DIA. EACH 4 Wee jd40 52 MANHOLE,6'DIA. EACH 1 5400 ,es4e MOVE WATER LINES //gel 53 CONFLICTING W/STORM EACH 9 /liel 54 VIDEO DOCUMENTATION LS 1 16-2A!' MeV BASE BID TOTAL r?. 2 i ALTERNATE BID#1 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price[in Words] Unit Quantity Price for Item 1 COMMON EXCAVATION 450 CYS /3Z7 CONSTRUCTION 2 _ENGINEERING _ 1 LS l ci!`CJ 1940 MOBILIZATION AND 3 DEMOBILIZATION 1 LS �13‘50 4 MAINTAINING TRAFFIC 1 LS /de, feat 5 CLEARING AND GRUBBING 1 LS /gee/ /5 60 CURB AND GU'1"1'ER, 6 REMOVE 65 LFT 7 TEMPORARY SILT FENCE 110 LFT / 7c /7; Z "3 FLOWABLE BACKFILL,NON- 8 � . REMOVABLE 189 CYS 5 6 9 MILLING,ASPHALT, 1 1/2 IN. 677 _ SYS V 07p 10 HMA SURFACE,TYPE B 75 TON 1(5 11 PCCP, 12 IN. 226 SYS F!) fi7 CURB AND GU'I-Ii R, 12 CONCRETE 65 LFT /5 97S-. 13 _TOP SOIL 16 CYS , 'ef a- 14 MULCHED SEEDING,R 93 SYS 15 `TEMPORARY SEEDING 93 SYS / 16 PIPE,6 IN. SSD 45 LFT /9 gc. PIPE,6 IN.NON- $ 17 PERFORATED HDPE 52 LFT 247 6 O 18 PIPE, 12 IN. RCP 618 LFT Ve iT 674 19 CLEANOUT 3 EACH j,40 AGGREGATE FOR f 20 UNDERDRAINS 8 CYS 21 INLET,2'X2' 6 EACH /zDf> '77.05 MOVE WATER LINES 22 CONFLICTING W/STORM 4 EACH IIDD 04Cie 23 VIDEO DOCUMENTATION 1 LS 25r 751 ALTERNATE BID#1 TOTAL 646. 6 BID-6 , ALTERNATE BID#2 Prices in Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Unit Quantity Price for Item 1 COMMON EXCAVATION 30 CYS 3 V CONSTRUCTION 2 ENGINEERING I LS cGeB'P MOBILIZATION AND / p 3 DEMOBILIZATION 1 LS Loo C do 4 MAINTAINING TRAFFIC 1 LS 5 CLEARING AND GRUBBING 1 LS 1119 Ba TEMPORARY DITCH INLET / 6 PROTECTION 1 EACH /eV `©e 7 TEMPORARY SILT FENCE 48 LFT /,75- 4.0 FLOWABLE BACKFILL,NON- ��// �`� 8 REMOVABLE 13 CYS 56 9 HMA SURFACE, TYPE B 2 TON C}q Mg' 10 PCCP, 12 IN. 20 SYS /=55.e.'i� HMA FOR APPROACHES, �p 11 TYPE B 3 TON / 9 �f 7% COMPACTED AGGREGATE c¢ 12 FOR DRIVEWAYS 4 TON 4---" ©� 13 TOP SOIL CYS 14 MULCHED SEEDING,R 199 SYS 1,- 94c- 15 TEMPORARY SEEDING 199 SYS / iq 7 16 PIPE, 12 IN. RCP 227 LFT 3y _ 17 INLET,2'X2' 2 EACH /?/,..C10 i 18 VIDEO DOCUMENTATION l LS ! > de _ ALTERNATE BID#2 TOTAL /40 I.4 a° BID-7 1 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 08/27/10 #2 08/30/10 J BID-8 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: NA BID-9