Loading...
HomeMy WebLinkAboutBid Information and Packets a � EM O M ••U I UI II 11 EM O u - u n ��� O u1��� CI - .' EL JAMES BRAINARD, MAYOR LETTER OF TRANSMITTAL Date: April 22, 2010 To: Sandy Johnson Clerk Treasurers Office From: Mike McBride Dept. of Engineering RE: Bid Packets for 09-01 Hazel Dell Parkway Improvements 131st To Cherry Creek Sandy, enclosed please find six (6) bids for the Hazel Dell Parkway Improvements 131St to Cherry Creek Blvd Calumet $1,014,000.00 Hunt Paving $1,098,000.00 Poindexter $1,129,608.00 Rieth-Riley $1,149,908.00 E&B Paving $1,229,954.00 Central Engineering $1,312,453.16 DEPARTMENT OF ENGINEERING ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439 EMAIL engineering @carmel.in.gov • For special accommodations needed by handicapped individuals planning to attend the pre-bid conference or public bid opening meeting, please call or notify the city of Carmel, Engineer's Office, at (317) 571-2441 at least forty-eight (48) hours prior thereto. No bidder may withdraw any bid or proposal within a period of thirty (30) days following the date set for receiving bids or proposals. The Carmel Board of Public Works and Safety reserves the right to hold any or all bids or proposals for a period of not more than thirty(30)days and said bids or proposal shall remain in full force and effect during said period. The City of Carmel reserves the right to reject and/or cancel any and all bids, solicitations and/or offers in whole or in part as specified in the solicitations when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5-22-18-2. Diana L. Cordray Clerk-Treasurer Publication dates: Thursday, April 1 and Thursday, August 8, 2010 • A yJ 4-A, n../ Prescribed by State Board of Accounts 80202-5629671 General Form No.99P(Rev.2009A) CITY OF CARMEL-STAR LEGALS To: INDIANAPOLIS 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 more than four solid lines of the type in which the body of the advertisement is set).-number of equivalent lines Head-Number of lines Body-Number of lines Tail-Number of lines Total number of lines in notice NOTICE TO BIDDERS City or Carmel,Indiana v OF CHARGES Nooice is h rebyyy given that the Board of Public Works an Sa ety is trtie City of Carmel h Hamilton County,Indiana will 2,0 columns wide equals 194.0 equivalent lines at.667 receive teea ed obids for the Haze Del Parkway Impf�o q q ents:131st Street to Cherry Creek Boulevard,Prglect#09- er line $ 129.40 at the o ice pf the Clerk.Treasurer,One Civic Square, tIonel,Ind aP�a(Cittyv Hall)until 10:1x1 a.m.Local Time on or before April 21,�0iQ,and commencing as soon s pacti- :barge for notices containing rule and figure work(50 per cent cable,t ereafter during a special Board o Pub is Works Meting on thee same date,such bids will be public opened ie amount) . bids read aloud in Council Chambers of City Ha No ate extra proofs of publication($1.00 for each proof in excess of two) .00 All bids and proposals shall be properly and completely exe- cuted on.the proposal forms provided with the plagy and L AMOUNT OF CLAIM $ 129.40 specifications,which will incl de th non-collu ion affidavit as required by the state of Ir(i na.TTie bid envee o e must be sealeo and have the words` ID-Project#0-Bf Hazel Dell Parkway Improvements°. VIPUTING COST A bid bond_or certified check in a amount not less than ten percent(lOW)of the amount bid must be submitted with igle column 5.8 ems Size of type 7 each bid.A one,hundred percent(1Q0°b)performance and payment bond will also be required o the successful.bidder. nsertions 2.0 11-121 intended t at actua constructs Pen,o a wo. ivision shall be started as soon as prac(icab and each bid er sham pe prepared to enter promptly nto a construction contract, — turnish a performance Don and begin work without delay in i the event the award is ma a to hm. The wing Protect consists of,but is not necessarily limited to,the the provisions and penalties of IC 5-11-10-1,I hereby certify that the foregoing account is Hazel Dell Parkway widened to four travel lanes from 131st hat the amount claimed is legally due,after allowing all just credits,and that no part of the same Street to Cherry creek Boulevard.the proposed improve- ments include new asphalt pavement in widened areas ofzthe interior median,new concrete curl;and gutter,sodding and minor asphalt base repair.A roundabout is prop sea aat the Hazel Dell Parkway intersection with Avian ay/Cher Creek gutterland pavement includes menmtssewer,hg ling,curb r that the printed matter attached hereto is a true copy,of the same column width and type size, Contract Document;for the Project have been assembled Published in said paper 2 times. The dates of publication being between the dates of: Into one bound project manual,which together with draw- ings, P P P g ings,may be examined at the tolowing locations: sty of Carmel nprtm nt of Engineering-1st Floor 14/08/2010 rmel,IN 46032 roisRoad Engineers,PC 4u,Sherman Drive statement checked below is true and correct: Br3ee,)h 80--1g�5N 46107 Attn:BBrrad Ec erle,P.E. a Copies aid from cCrossRoaos Engineers at the ad ress be loes not have a Web site. CaC0UUOddve fupi si eeday a .ogYiment r eac seat b eseessatrtq pas a Web site and this public notice was posted on the same day as it was published in CASH ACCEPTED.Make checks payable to CrossRoad Engi- neers,pC All payments and costs of Contract Documents are vspaper B}doBidders shall a. pas a Web site ers.shall assure that they have obtained complete sets ,but due to a technical problem or error,public notice was posted on o, drawings and Contract Documents and shall assume the risk of any errors or omissions in bids prepared in reliance pas a Web site but refuses to post the public notice. on incomplete sets of drawings and contract Documents. This Project will be funded by City of Carmel. Wage rates for the Project shall not be less than the current prescribed in rescribed scale of wages as.determined by,th Cannon Wage Committee accordance with t.C.J-16-7 and included in the Project Manual. Are-bid conference for discussions of the Project,the bid- . 11-- 0�� ,. din requirements:and of crimp important atterglwit be held , on Wednesday April 14 at U:O0 AM local Time in the Caucus ` Room on the,ynd Floor or CI Ha I(�a Civic Square).All prospective bidders are invite ttend the pre-bid confer- ence.Attendance at the pre-bid conference is.not mandatoryry. For special accommodations needed by handicapped hndivie- ua s planning to attend the re conference or public bid l I 0 Title: Clerk opening meeling,pl as c IPo ngtity the city of Carmel,(Enf meers_OOttttice at g31 71-244n1 at least forty-eight 48 oisud r thereto. eS dM .£i l :E U0aWp or propP.iQ within buds orr _� ;cad p IS sUregi .fi -1 '' raa ,'C. sa , 'awfed git4,41.>?. ad.j?90l :„9e JC4 'C �'S -e�R�f-L '6'60l:�pij j !jest) APR-16-2050 06:17 FROM:CROSSROAD ENGINEERS 317 780 6525 TO:97697424 P.5,9 l 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: Calumet Civil Contractors, Inc. Project Name: Project # 09-01 : Hazel Dell Parkway Improvements - 131st Street to Cherry Creek Boulevard Date Submitted: April 21, 2010 Base Bid Amount: 1,014,000.00 Revised 411512010 li 9 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: #09-01—Hazel Dell Parkway Improvements: 131st Street to Cherry Creek Boulevard Proposal For Construction of: Hazel Dell Parkway widened to four travel lanes from 131st Street to Cherry Creek Boulevard. The proposed improvements include new asphalt pavement in widened areas of the interior median, new concrete curb and gutter, sodding, and minor asphalt base repair. A roundabout is proposed at the Hazel Dell Parkway intersection with Avian Way/Cherry Creek Boulevard which includes storm sewer, lighting, curb and gutter, and pavement improvements. Date: April 21, 2010 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 r 4 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Calumet Civil Contractors, Inc. 1.2 Bidder Address: Street Address: 4898 Fieldstone Drive City: Whitestown State: IN lip: 46075 Phone: (317) 769-1900 Fax: (317) 769-7424 1.3 Bidder is a/an[mark one] Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #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 APR-16-0010 06:18 FROM:CROSSROAD ENGINEERS 317 780 6525 TO:97697424 P.8'9 � X 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 One Million Fourteen Thousand and 00/100 Dollars ($ 1.014.000.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall 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 OF furnished under the Contract. BlD-3 ' ' PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#09-01 Hazel Dell Parkway Improvements ITEMIZED PROPOSAL 4/15/2010 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Construction Engineering LS 1 $ 9,028.05 $ 9,028.05 2 Mobilization and Demobilization LS 1 $ 47,000.00 $ 47,000.00 3 Clearing Right-of-Way LS 1 $ 19,000.00 $ 19,000.00 4 Inlet,Remove EA 4 $ 250.00 $ 1,000.00 5 Manhole,Remove EA 2 $ 350.00 $ 700.00 6 Pipe,Remove LFT 426 $ 12.00 $ 5,112.00 7 Sign and Support,Remove EA 28 $ 124.79 $ 3,494.12 8 Concrete Curb,Remove LFT 4900 $ 5.00 $ 24,500.00 9 Sidewalk,Remove SYS 115 $ 10.00 $ 1,150.00 10 Temporary Curb Inlet Protection EA 68 $ 97.25 $ 6,613.00 11 Temporary Silt Fence LFT 1203 $ 1.80 $ 2,165.40 12 Temporary Concrete Washout EA 2 $ 400.00 $ 800.00 13 Excavation,Common CYS 1020 $ 40.00 $ 40,800.00 14 Subgrade Treatment,Type ILIA SYS 9924 $ 7.00 $ 69,468.00 15 Structure Backfill,Type 1 CYS 145 $ 16.00 $ 2,320.00 16 Compacted Aggregate,No.53,Base TON 256 $ 21.00 $ 5,376.00 17 Milling,Asphalt,1" SYS 1950 $ 3.00 $ 5,850.00 18 HMA Surface,Type A TON 35 $ 100.00 $ 3,500.00 19 HMA Intermediate,Type A TON 59 $ 75.00 $ 4,425.00 20 HMA Patching,Type C TON 198 $ 100.00 $ 19,800.00 21 Widening with HMA,Type C TON 5658 $ 64.00 $ 362,112.00 22 HMA Wedge and Level,Type C TON 497 $ 57.00 $ 28,329.00 23 Curb Ramp,Concrete,C SYS 59 $ 98.00 $ 5,782.00 24 Curb Ramp,Concrete,L SYS 46 $ 100.00 $ 4,600.00 25 Curb Ramp,Concrete,K SYS 14 $ 100.00 $ 1,400.00 26 Sidewalk,Concrete,4 in. SYS 61 $ 35.00 $ 2,135.00 27 Colored and Jointed Concrete,7" SYS 117 $ 110.00 $ 12,870.00 28 Modified Concrete Center Curb SYS 178 $ 60.00 $ 10,680.00 29 Combined Concrete Curb and Gutter,Type II LFT 1620 $ 11.00 $ 17,820.00 30 Combined Concrete Curb and Gutter,Type III LFT 7575 $ 12.00 $ 90,900.00 31 Modified Roll Curb LFT 276 $ 16.00 $ 4,416.00 32 Barrier Curb at Truck Apron LFT 251 $ 14.00 $ 3,514.00 33 Sodding,Nursery SYS 5780 $ 3.35 $ 19,363.00 34 Water kGAL 18 $ 25.00 $ 450.00 35 Topsoil(Undistributed) CYS 420 $ 40.00 $ 16,800.00 36 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 1207 $ 5.10 $ 6,155.70 37 Pipe,RCP,Circular, 12 in. LFT 262 $ 35.00 $ 9,170.00 38 Pipe,RCP,Circular, 18 in. LFT 35 $ 45.00 $ 1,575.00 39 Aggregate for Underdrain CYS 109 $ 39.75 $ 4,332.75 40 Geotextiles for Underdrain CYS 1265 $ 1.70 $ 2,150.50 41 Inlet,J-10 EA 2 $ 1,494.21 $ 2,988.42 42 Catch Basin,K-10 EA 3 $ 1,800.00 $ 5,400.00 43 Manhole,C-4 EA 2 $ 2,000.00 $ 4,000.00 44 Inlet,Remove and Reset EA 1 $ 800.00 $ 800.00 45 Adjust Casting to Grade EA 7 $ 400.00 $ 2,800.00 1 BID-4 09-01 • 46 • Remove and Reset Casting EA 1 $ 501.00 $ 501.00 47 Road Closure Sign Assembly EA 5 $ 233.00 $ 1,165.00 48 Detour Route Marker Assembly EA 17 $ 62.00 $ 1,054.00 49 Construction Sign,A EA 10 $ 56.00 $ 560.00 50 Construction Sign,B EA 2 $ 10.60 $ 21.20 51 Construction Sign,C EA 4 $ 92.00 $ 368.00 52 Maintaining Traffic LS 1 $ 22,000.00 $ 22,000.00 53 Barricade,III-B LFT 336 $ 6.28 $ 2,110.08 54 Light Standard,Remove EA 2 $ 373.31 $ 746.62 55 Cable Duct Marker EA 2 $ 298.23 $ 596.46 56 Wire,No.4 Copper in Plastic Duct,in Conduit,4 1/C LFT 260 $ 11.63 $ 3,023.80 57 Wire,No.4 Copper in 2 in.Galvanized Steel,in Conduit,4 1/C LFT 294 $ 11.21 $ 3,295.74 58 Conduit,Steel,Galvanized,2 in. LFT 294 $ 17.34 $ 5,097.96 59 Conduit,PVC,4 in. LFT 523 $ 11.74 $ 6,140.02 60 Conduit,PVC,3/4 in. LFT 92 $ 6.03 $ 554.76 61 Light Pole Assembly,Street EA 4 $ 8,259.31 $ 33,037.24 62 Service Point,II EA 1 $ 2,497.88 $ 2,497.88 63 Handhole,Lighting EA 1 $ 898.90 $ 898.90 64 Controller Cabinet Foundation,Pl,Modified EA 1 $ 1,761.84 $ 1,761.84 65 Controller Cabinet,PI,Modified EA I $ 2,818.32 $ 2,818.32 66 Sign Post,Square,1,Reinforced Anchor Base LFT 335 $ 18.40 $ 6,164.00 67 Sign,Sheet,Encapsulated Lens with Legend,0.080 in Thickness SFT 140 $ 21.47 $ 3,005.80 68 Decorative Street Sign Assembly EA 4 $ 2,061.13 $ 8,244.52 69 Line,Paint,Dotted White,8 in.,2'Line,2'Gap LFT 142 $ 2.32 $ 329.44 70 Transverse Markings,Paint,White Yield Line,27 in. LFT 72 $ 2.63 $ 189.36 71 Line,Paint,Solid White,Crosswalk,24 in. LFT 328 $ 2.04 $ 669.12 72 Snowplowable Raised Pavement Marker EA 12 $ 42.00 $ 504.00 73 Restore Subdivision Landscape LS 1 $ 14,000.00 $ 14,000.00 TOTAL BID AMOUNT $ 1,014,000.00 BID-4 09-01 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE One April 16,2010 BID-5 i • r 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-6 State Fonn 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTORS BID FOR PUBLIC WORKS—FORM 96 PART I (To be completed for all bids Please type or print) Date: April 21,2010 1.Governmental Unit: City of Carmel 2.County: Hamilton County 3.Bidder(Firm): Calumet Civil Contractors,Inc. Address: 4898 Fieldstone Drive City/State: Whitestown,IN 46075 4. Telephone Number: (317)769-1900 5. Agent of Bidder(if applicable): Kevin S.Green Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Carmel (Governmental Unit)in accordance with plans and specifications prepared by CrossRoad Engineers,P.C.and dated March 2010 for the sum of One Million Fourteen Thousand and 00/100 Dollars. $ 1,014,000.00 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 government unit. If the bid is to be awarded on a unit basis,the itemization of units shall be shown on a separate attachment. The Contractor and his subcontractors,if any,shall not discriminate against or intimidate any employee,or applicant for employment,to be employed in the performance of this contract,with respect to any matter directly or indirectly related to employment because of race,religion,color,sex,national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (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 (For projects of$100,000 or more—IC 36-1-12-4) Governmental Unit: City of Carmel Bidder(Firm): Calumet Civil Contractors, Inc. Date: Apri121,2010 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? Contract Amount Class of Work Completion Date Name and Address of Owner 497,020 Asphalt Paving 2009 INDOT 748,159 Asphalt Paving 2009 INDOT 764,090 Asphalt Paving 2009 INDOT 303,854 Asphalt Paving 2009 INDOT 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Name and Address of Owner Date 2,192,866 Asphalt Paving 2010 INDOT 1,063,608 Asphalt Paving 2010 Indianapolis 546,103 Asphalt Paving 2010 Indianapolis 1,227,677 Asphalt Paving 2010 Indianapolis 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. R.N.Thompson Brenwick Development The Skillman Corporation Duke Construction Management Verkler,Inc. 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 consider your bid.) In accordance with the 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. Unable to provide a listing 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 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. Until the completion of the proposed project,you are under a continuing obligation to immediately notify the government unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. Unable to provide a listing at this time. 4.What equipment do you intend to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. As needed to properly perform the work 5.Have you entered into contracts or received offers for all materials,which substantiate the prices used in preparing you proposal? Otherwise,please explain the rationale used which would corroborate the prices listed. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT SEE ENCLOSED 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 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: The Hunt Paving Company, Inc . Project Name: Project # 09-01 : Hazel Dell Parkway Improvements - 131st Street to Cherry Creek Boulevard Date Submitted: April 21 , 2010 Base Bid Amount: # / A 00 Revised 4/15/2010 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: #09-01—Hazel Dell Parkway Improvements: 131st Street to Cherry Creek Boulevard Proposal For Construction of: Hazel Dell Parkway widened to four travel lanes from 131st Street to Cherry Creek Boulevard. The proposed improvements include new asphalt pavement in widened areas of the interior median, new concrete curb and gutter, sodding, and minor asphalt base repair. A roundabout is proposed at the Hazel Dell Parkway intersection with Avian Way/Cherry Creek Boulevard which includes storm sewer, lighting, curb and gutter, and pavement improvements. Date: April 21 , 2010 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: The Hunt Paving Company, Inc. 1.2 Bidder Address: Street Address: 2450 S. Tibbs Avenue City: Indpls 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 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 .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 u it 9uantities for such Contract Items, total Brie m;/Ion /I�nc�r e,5ht- iouSena�. d16e5 Dollars ($ IlO9 , 004. 00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item BID-4 PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#09-01 Hazel Dell Parkway Improvements ITEMIZED PROPOSAL 4/15/2010 ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT UNIT 1 Construction Engineering LS 1 $ 11,818.95 $ 11,818.95 2 Mobilization and Demobilization LS 1 $28,000.00 $ 28,000.00 3 Clearing Right-of-Way LS 1 $25,000.00 $ 25,000.00 4 Inlet,Remove EA 4 $ 360.00 $ 1,440.00 5 Manhole,Remove EA 2 $ 485.00 $ 970.00 6 Pipe,Remove LFT 426 $ 11.45 $ 4,877.70 7 Sign and Support,Remove EA 28 $ 120.00 $ 3,360.00 8 Concrete Curb,Remove LFT 4900 $ 3.85 $ 18,865.00 9 Sidewalk,Remove SYS 115 $ 10.00 $ 1,150.00 10 Temporary Curb Inlet Protection EA 68 $ 97.25 $ 6,613.00 11 Temporary Silt Fence LFT 1203 $ 1.80 $ 2,165.40 12 Temporary Concrete Washout EA 2 $ 800.00 $ 1,600.00 13 Excavation,Common CYS 1020 $ 38.00 $ 38,760.00 14 Subgrade Treatment,Type IIIA SYS 9924 $ 8.85 $ 87,827.40 15 Structure Backfill,Type 1 CYS 145 $ 25.00 $ 3,625.00 16 Compacted Aggregate,No.53,Base TON 256 $ 34.00 $ 8,704.00 17 Milling,Asphalt, 1" SYS 1950 $ 2.75 $ 5,362.50 18 HMA Surface,Type A TON 35 $ 149.00 $ 5,215.00 19 HMA Intermediate,Type A TON 59 $ 143.75 $ 8,481.25 20 HMA Patching,Type C TON 198 $ 165.00 $ 32,670.00 21 Widening with HMA,Type C TON 5658 $ 74.50 $ 421,521.00 22 HMA Wedge and Level,Type C TON 497 $ 66.00 $ 32,802.00 23 Curb Ramp,Concrete,C SYS 59 $ 99.00 $ 5,841.00 24 Curb Ramp,Concrete,L SYS 46 $ 99.00 $ 4,554.00 25 Curb Ramp,Concrete,K SYS 14 $ 99.00 $ 1,386.00 26 Sidewalk,Concrete,4 in. SYS 61 $ 35.00 $ 2,135.00 27 Colored and Jointed Concrete,7" SYS 117 $ 80.00 $ 9,360.00 28 Modified Concrete Center Curb SYS 178 $ 50.00 $ 8,900.00 29 Combined Concrete Curb and Gutter,Type II LFT 1620 $ 11.40 $ 18,468.00 30 Combined Concrete Curb and Gutter,Type III LFT 7575 $ 12.50 $ 94,687.50 31 Modified Roll Curb LFT 276 $ 13.70 $ 3,781.20 32 Barrier Curb at Truck Apron LFT 251 $ 13.80 $ 3,463.80 33 Sodding,Nursery SYS 5780 $ 3.50 $ 20,230.00 34 Water kGAL 18 $ 26.50 $ 477.00 35 Topsoil(Undistributed) CYS 420 $ 1.00 $ 420.00 36 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 1207 $ 8.00 $ 9,656.00 37 Pipe,RCP,Circular, 12 in. LFT 262 $ 28.65 $ 7,506.30 38 Pipe,RCP,Circular, 18 in. LFT 35 $ 55.00 $ 1,925.00 39 Aggregate for Underdrain CYS 109 $ 33.00 $ 3,597.00 40 Geotextiles for Underdrain CYS 1265 $ 2.50 $ 3,162.50 41 Inlet,J-10 EA 2 $ 1,220.00 $ 2,440.00 42 Catch Basin,K-10 EA 3 $ 1,490.00 $ 4,470.00 43 Manhole,C-4 EA 2 $ 1,770.00 $ 3,540.00 44 Inlet,Remove and Reset EA 1 $ 1,450.00 $ 1,450.00 45 Adjust Casting to Grade EA 7 $ 365.00 $ 2,555.00 BID-4 09-01 ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 46 Remove and Reset Casting EA 1 $ 340.00 $ 340.00 47 Road Closure Sign Assembly EA 5 $ 690.00 $ 3,450.00 48 Detour Route Marker Assembly EA 17 $ 175.00 $ 2,975.00 49 Construction Sign,A EA 10 $ 185.00 $ 1,850.00 50 Construction Sign,B EA 2 $ 93.50 $ 187.00 51 Construction Sign,C EA 4 $ 365.00 $ 1,460.00 52 Maintaining Traffic LS 1 $21,229.80 $ 21,229.80 53 Barricade,III-B LFT 336 $ 10.65 $ 3,578.40 54 Light Standard,Remove EA 2 $ 376.00 $ 752.00 55 Cable Duct Marker EA 2 $ 300.00 $ 600.00 56 Wire,No.4 Copper in Plastic Duct,in Conduit,4 1/C LFT 260 $ 11.70 $ 3,042.00 57 Wire,No.4 Copper in 2 in.Galvanized Steel,in Conduit,4 1/C LFT 294 $ 11.30 $ 3,322.20 58 Conduit,Steel,Galvanized,2 in. LFT 294 $ 17.50 $ 5,145.00 59 Conduit,PVC,4 in. LFT 523 $ 12.00 $ 6,276.00 60 Conduit,PVC,3/4 in. LFT 92 $ 6.00 $ 552.00 61 Light Pole Assembly,Street EA 4 $ 8,300.00 $ 33,200.00 62 Service Point,II EA 1 $ 2,500.00 $ 2,500.00 63 Handhole,Lighting EA 1 $ 900.00 $ 900.00 64 Controller Cabinet Foundation,P1,Modified EA I $ 1,775.00 $ 1,775.00 65 Controller Cabinet,P1,Modified EA 1 $ 2,800.00 $ 2,800.00 66 Sign Post,Square, 1,Reinforced Anchor Base LFT 335 $ 18.50 S 6,197.50 67 Sign,Sheet,Encapsulated Lens with Legend,0.080 in Thickness SFT 140 $ 21.60 $ 3,024.00 68 Decorative Street Sign Assembly EA 4 $ 2,100.00 $ 8,400.00 69 Line,Paint,Dotted White,8 in.,2'Line,2'Gap LFT 142 $ 2.10 $ 298.20 70 Transverse Markings,Paint,White Yield Line,27 in. LFT 72 $ 12.75 $ 918.00 71 Line,Paint,Solid White,Crosswalk,24 in. LFT 328 $ 5.30 $ 1,738.40 72 Snowplowable Raised Pavement Marker EA 12 $ 138.00 $ 1,656.00 73 Restore Subdivision Landscape LS 1 $ 15,000.00 $ 15,000.00 TOTAL BID AMOUNT $1,098,000.00 BID-4 09-01 II PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE No. 1 4-15-2010 BID-5 APR-16-2010 05:52 FROM:CROSSROAD ENGINEERS 317 780 6525 TO:94975779 P. 1/9 CROSSROAD ENGINEERS, P.C. 3417 Sherman Drive Beech Grove, IN 46107 Phone: 317-780-1555 x116 I I I I Fax: 317-780-6525 VI , beckerle @crossroadengineers.com CROSSROAD ENGINEERS, P[ faxtransmiss : on to: Plan Holder � I fax: from: Brad Eckerle date; 4/15/10 re: Pre-bid Notes & Addendum 1 — Carmel Project 09-01 _pages: _ 9 (including, this page) NOTES: Please contact me if you would like the excel copy Ofthe itemized proposal, Project No. 09-01 Hazel Dell Parkway Improvements: 131$t Street to Cherry Creek Blvd City of Carmel,Indiana Pre-Bid Meeting Notes A pre-bid meeting was held on April 14, 2010 at 10:00 AM in the Caucus Room on the second floor of One Civic Square in Cannel, IN. Those in attendance included: Name Aaencv Fax Number Email Scott Senefeld Sundown Comm.Group (317)846-4950 sundowncommercial @Qmail.com Mark Bentley Reith-Riley Construction (317)631-6265 mbentlev @rieth-riley.com Jason Bezy Roudebush Grading (317)770-9970 Roude4@a,sbcalobal.net Lance Stahley CrossRoad Engineers (317)780-6525 lstahley @a,crossroadengineers.com Brad Eckerle CrossRoad Engineers (317)780-6525 beckerle acrossroadengineers.com Project Description - The meeting began with a brief project summary by Brad Eckerle. Project Dates - The bid date is April 21, 2010 at 10:00 AM in the City of Carmel Council Chambers. - A notice to proceed is anticipated by June 14, 2010. The notice to proceed will be issued by the City at the appropriate time to avoid simultaneous road closures with a road construction project on Keystone Avenue. - A road closure on Hazel Dell Parkway will be necessary to complete the roundabout improvements at Avian Way/Cherry Creek Boulevard. The contract allows 45 days of road closure. It is encouraged for the contractor to complete the proposed improvements for the remainder of the project during the road closure at Avian Way/Cherry Creek Boulevard. Right of Way Acquisition - Right-of-way acquisition is currently in progress for parcels adjacent to the proposed roundabout. The acquisition is underway and a right of entry will be obtained by the City if necessary prior to June 14th Digital Files - Digital plans will be available to the awarded contractor. - Cannel Project 97-02 was constructed in 1998. The road reconstruction project of Hazel Dell Parkway was constructed as a four lane section from 116th Street to 131St Street and a two lane section with turn lanes from 131st Street to 146th Street. The 97-02 plans are available in PDF format to Plan Holders upon request to Brad Eckerle. - The project manual and construction plans in PDF format are available to all Plan Holders. Requests should be made to Brad Eckerle at beckerle @a,crossroadengineers.com. The official bidding documents are the hard copies provided to the Plan Holders. - Parts 2 & 3 of the bid documents will be submitted digitally to plan holders with Addendum 1. If email information was not provided on the plan holder list, please contact Brad Eckerle to request this information. 4/14/2010 Page 1 of 2 09-01 Pre-Bid Meeting Construction Engineering - Brad discussed the layout of the proposed curb and gutter profile with the absence of a road profile in the project plans. The elevations for the proposed curb shall be obtained by utilizing the existing curb and/or roadway elevation and accommodating for the width of the pavement area per the cross slope presented within the plans. - Digital copies of the plans in AutoCAD format will be available to the awarded contractor. Utilities - The electrical transformer located at the southeast quadrant of the proposed Hazel Dell Pkwy/Cherry Creek Blvd roundabout(STA 470+25 "PR-A"RT)will remain in place. - Duke Energy will be relocating buried facilities at the southeast quadrant of the proposed roundabout to avoid a potential conflict with the proposed storm sewer between STRs 35 and 39. A notice to proceed has been issued and the work is anticipated to be completed by the end of May. - AT&T is currently looking at a potential conflict at this same location. HMA Items - HMA Surface items for this project are only present for the proposed asphalt paths. The HMA Surface will be installed by others as noted in TS 38. - The pavement section for the proposed patching and widening areas matches the pavement section of the existing roadway constructed in 1998. Restore Subdivision Landscape - The plantings identified in TS 28 `Restore Subdivision Landscape' were discussed. The Contractor shall only relocate the evergreen shrubs present in the median near the referenced existing sign. All other plantings in conflict with the proposed improvements shall be removed. The cost for removals shall be included in the pay item Clearing Right-of-Way. - The existing landscape stones in conflict at the northeast and southeast quadrants of the proposed roundabout at Hazel Dell Pkwy and Cherry Creek Blvd shall be relocated along the proposed right-of-way as identified in TS 28. Sodding - Disturbed areas will be restored with sodding. - The center island of the proposed roundabout will be sodded. 4/14/2010 Page 2 of 2 09-W Pre-Bid Meeting Project No.09-01 Hazel Dell Parkway Improvements: 131st Street to Cherry Creek Blvd City of Carmel,Indiana NOTICE OF ADDENDUM 1 1) The Legend items for `W-Widening with HMA, Type C' and `B-Full Depth Patching' have been revised on sheets 2, 5, 6, 8, and 9 to reflect"165 #/SYD HMA Surface Type C (By Others)". This revision replaces"165 #/SYD HMA Intermediate Type C". © FULL DEPTH PATCHING 165#/SYD HMA SURFACE TYPE C (BY OTHERS), ON 2751/SYD HMA INTERMEDIATE TYPE C, ON 3301/SYD HMA BASE TYPE C, ON 3001I/SYD HMA INTERMEDIATE TYPE C, 0G, 19.0 mm ON 440#/SYD HMA BASE TYPE C, ON SUBGRADE TREATMENT, TYPE IIIA QVY WIDENING WITH HMA, TYPE C CONSISTS OF: 165#/SYD HMA SURFACE TYPE C (BY OTHERS), ON 275#/SYD HMA INTERMEDIATE TYPE C, ON 330 1/SYD HMA BASE TYPE C, ON 300#/SYD HMA INTERMEDIATE TYPE C, OG, 19.0 mm ON 440#/SYD HMA BASE TYPE C, ON SUBGRADE TREATMENT, TYPE IIIA 2) The Quantity for pay item `HMA Patching, Type C' has been revised to 198 cys. This accounts for the change to the legend item as stated above. HMA Surface work will be completed by others beyond this project. 3) The Quantity for pay item `Widening with HMA, Type C' has been revised to 5658 cys. This accounts for the change to the legend item as stated above. HMA Surface work will be completed by others beyond this project. 4) The Pavement Quantities and Approach Table on Sheet 20 has been revised to reflect the quantity changes above. 5) In addition to the items identified in the INSTRUCTIONS TO BIDDERS, all bidders shall complete the Bid Proposal Summary Page distributed with this Addendum and place as the cover page to the submitted bid packet. 6) Part 2 & revised parts 3 of the bid documents are included in the distribution of Addendum 1 via fax and email. 7) No responses will be made to questions or comments from plan holders after 12 pm on April 12, 2010. 8) The Bidder shall acknowledge receipt of this Addendum by inserting the number and date in the space provided on page BID-5, Part 4.2 of the Bid Form. 4/15/2010 ADD 1-1 09-01 Addendum 1 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: Project Name: Project # 09-01 : Hazel Dell Parkway Improvements - 131st Street to Cherry Creek Boulevard Date Submitted: Base Bid Amount: Revised 4/15/2010 PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#09-01 Hazel Dell Parkway Improvements ITEMIZED PROPOSAL 4/15/2010 INOM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Construction Engineering LS 1 $ - 2 Mobilization and Demobilization LS 1 $ - 3 Clearing Right-of-Way LS 1. $ - 4 Inlet,Remove EA 4 $ - 5 Manhole,Remove EA 2 $ - 6 Pipe,Remove LFT 426 $ - 7 Sign and Support,Remove EA 28 $ - 8 Concrete Curb,Remove LFT 4900 $ - 9 Sidewalk,Remove SYS 115 $ - 10 Temporary Curb Inlet Protection EA 68 $ - 11 Temporary Silt Fence LFT 1203 $ - 12 Temporary Concrete Washout EA 2 $ - 13 Excavation,Common CYS 1020 $ - 14 Subgrade Treatment,Type IIIA SYS 9924 $ - 15 Structure Backfill,Type 1 CYS 145 $ - 16 Compacted Aggregate,No.53,Base TON 256 $ - 17 Milling,Asphalt, 1" SYS 1950 $ - 18 HMA Surface,Type A _ TON 35 $ - 19 HMA Intermediate,Type A TON 59 $ - 20 HMA Patching,Type C TON 198 $ - 21 Widening with HMA,Type C TON 5658 $ - 22 HMA Wedge and Level,Type C TON 497 $ - 23 Curb Ramp,Concrete,C SYS 59 $ -_ 24 Curb Ramp,Concrete,L SYS 46 $ - 25 Curb Ramp,Concrete,K SYS 14 $ - 26 Sidewalk,Concrete,4 in. SYS 61 $ - 27 Colored and Jointed Concrete,7" SYS 117 $ - 28 Modified Concrete Center Curb SYS 178 $ -_ 29 Combined Concrete Curb and Gutter,Type II LFT 1620 $ - 30 Combined Concrete Curb and Gutter,Type III LFT 7575 $ - _ 31 Modified Roll Curb LFT 276 $ -_ 32 Barrier Curb at Truck Apron LFT 251 $ -_ 33 Sodding,Nursery SYS 5780 $ - _ 34 Water kGAL 18 $ - _ 35 Topsoil(Undistributed) CYS 420 $ - 36 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 1207 $ -_ 37 Pipe,RCP,Circular, 12 in. LFT 262 $ - 38 Pipe,RCP,Circular, 18 in. LFT 35 $ - 39 Aggregate for Underdrain CYS 109 $ - 40 Geotextiles for Underdrain CYS 1265 $ - 41 Inlet,J-10 EA 2 $ - 42 Catch Basin,K-10 EA 3 S - 43 Manhole,C-4 _ EA 2 , S - BID-4 09-01 INOM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 44 Inlet,Remove and Reset EA 1 $ - 45 Adjust Casting to Grade EA 7 $ - 46 Remove and Reset Casting EA 1 $ - 47 Road Closure Sign Assembly EA 5 $ - 48 Detour Route Marker Assembly EA 17 $ - 49 Construction Sign,A EA 10 $ - 50 Construction Sign,B EA 2 $ - 51 Construction Sign,C EA 4 $ - 52 Maintaining Traffic LS 1 S - 53 Barricade,III-B LFT 336 $ - 54 Light Standard,Remove EA 2 $ - 55 Cable Duct Marker EA 2 $ - 56 Wire,No.4 Copper in Plastic Duct,in Conduit,4 1/C LFT 260 $ - 57 Wire,No.4 Copper in 2 in.Galvanized Steel,in Conduit,4 1/C LFT 294 $ - 58 Conduit,Steel,Galvanized,2 in. LFT 294 $ - 59 Conduit,PVC,4 in. LFT 523 $ - 60 Conduit,PVC,3/4 in. LFT 92 $ - _ 61 Light Pole Assembly,Street EA 4 $ - 62 Service Point,II EA 1 $ - 63 Handhole,Lighting EA 1 $ - 64 Controller Cabinet Foundation,P1,Modified EA 1 $ - 65 Controller Cabinet,PI,Modified EA 1 $ - 66 Sign Post,Square, 1,Reinforced Anchor Base LFT 335 $ - 67 Sign,Sheet,Encapsulated Lens with Legend,0.080 in Thickness SFT 140 $ - 68 Decorative Street Sign Assembly EA 4 $ - 69 Line,Paint,Dotted White,8 in.,2'Line,2'Gap LFT 142 $ - 70 Transverse Markings,Paint,White Yield Line,27 in. LFT 72 $ - 71 Line,Paint,Solid White,Crosswalk,24 in. LFT 328 $ - 72 Snowplowable Raised Pavement Marker EA 12 $ - 73 Restore Subdivision Landscape LS 1 $ - TOTAL BID AMOUNT $ - BID-4 09-01 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 Dollars ($ ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 City of Cannel 9100 per set Project No.09-01 Hazel Dell Parkway Improvements:131st Street to Cherry Creek Blvd April 21,2010 Bid Letting CD COMPANY NAME ADDRESS CITY,STATE ZIP CODE PHONE FAX CHECK 8 EMAIL CONTACT SET 1 City of Carmel One Civic Square Carmel,IN 46032 317-571-2441 317-571-2439 NA Mike McBride 2 CrossRoad Engineers File NA beckerlencrossroadengineers.com Brad Eckerte 3 Hunt Paving 2450 S.Tibbs Indianapolis,IN 46242 317-241-8313 317-487-5779 esuessta)huntconstoroup.com Eric Suess 4 Bid Tool 1 Oakbrook Terrace Suite 510 Oakbrook Terrace,IL 60181 888-506-7613 630-214-3924 996 plansBibidtool.net Jill Laney 5 Milestone Contractors 5950 S.Belmont Ave Indianapolis,IN 46217 317-780-6885 317-788-1098 2735 brad.mccall(r32milestonelp.com Brad McCall 6 Calumet Civil Contractors 4555 Fieldstone Drive Whitestown,IN 46075 317-769-1900 317-769-7424 1061 meciant0 calumetcivil.com Megan Johnson 7 Rieth-Riley Construction 1751 W.Minnesota St. Indianapolis,IN 46221 317-634-5561 317-631-6265 msilver(62rieth-rilev.com Mark Bentley 8 Shelly&Sands 15215 River Road Noblesville,IN 46061 317-773-2351 317-773-0799 6699 Beckv 9 Central Engineering 3862 N.Commercial Parkway Greenfield,IN 46140 317-894-1990 317-894-1890 44857 shirleneWcentral-enq.com Shirtene 10 E&B Paving 286 W.300 N. Anderson,IN 46012 317-773-4132 mark.iones(rebpavinq.com Mark Jones 11 Poindexter PO Box 36399 Indianapolis,IN 46236 317-823-6837 317-823-4662 21319 Josh Selenkamp 12 BX Indiana,LLC 1200 S.Madison Ave. Indianapolis,IN 46225 317-423-7080 317-423-7094 1358 proiectsB buildingex.com 13 14 15 16 17 18 19 20 21 1 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: none 13ID-6 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: The City of Camel, Indiana Bidder(Firm) The Hunt Paving Company, Inc. Date: April 21 , 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 and Address of Owner 103536.10 lortcfe e wD(IL 6-1`2009 (Go oh�s 4-0,h/2,60,1,9 r L1 p 41% r l l� 533.12v WA. N Gro�^ern.penE cy4 5 Cyncr�+e wo�lC II-9.-2OD9 Av.L. is 1 rd ylotow 119777.Ot ettiate wP(1! 5-l5-?.vD9 rwe ,sp coT tE62� 3'71t) sn� r — �N � u n nw�z pj vby 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 1■4 t1.1-1,q0 Cn110-14e ko orl4, 1- 0-201 D sndot ss+1 6wwnn.enr "- SA ltf5•O0 Some oFC0401, 1/NrAv_ �Oncrr >4ori1— /� 3I ro c.‹,-.T0/0,of-paiw ak( W, oF dp ioo .trop e 9q9.3) eAlvcrt- S-71 ' 1 15 ,z v6 of 8,s N bvvernmwnt +e�- 58n1 a,f 1 •1#4. 61dtv.xvl1L] Dve►renf 811-10 Se�etve-, 16,2nd N62 ' 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 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 specifica ;one 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. see attached financial form 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. Sc financial frr-14-96 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. See attached financial for 96 • 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 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. Poindexter Excavation, Inc . Company: P.O . Box 36399 Indianapolis, IN 46236 Project Name: Project # 09-01 : Hazel Dell Parkway • Improvements - 131st Street to Cherry Creek Boulevard 1 Date Submitted: April 21, 2010 Base Bid Amount: $1, 129, 608 . 00 Revised 4(15/2010 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: #09-01—Hazel Dell Parkway Improvements: 131St Street to Cherry Creek Boulevard Proposal For Construction of: Hazel Dell Parkway widened to four travel lanes from 130 Street to Cherry Creek Boulevard. The proposed improvements include new asphalt pavement in widened areas of the interior median, new concrete curb and gutter, sodding, and minor asphalt base repair. A roundabout is proposed at the Hazel Dell Parkway intersection with Avian Way/Cherry Creek Boulevard • which includes storm sewer, lighting, curb and gutter, and pavement improvements. Date: April 21, 2010 To: City of Carmel,Indiana, Board of Public Works and Safety BID-I PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Poindexter Excavating, Inc . 1.2 Bidder Address: Street Address: P.0. Box 36399 City: Indpls . State: IN Zip: 46236 Phone: 317-823-6837 Fax: 317-823-4662 1.3 Bidder is a/an[mark one] Individual Partnership X Indiana Corporation Foreign(Out of State) Corporation; State: Joint Venture Other .j' 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: • Name: Address: BID-2 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 One Million One Hundred Twenty Nine Thousand Six Hundred Eight Dollars Dollars ($ 1, 129, 608 . 00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. • • • • BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item BID-4 • PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#09-01 Hazel Dell Parkway Improvements ITEMIZED PROPOSAL 4/15/2010 _TEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Construction Engineering LS 1 $14,000.00 $14,000.00 2 Mobilization and Demobilization LS 1 $51,000.00 $51,000.00 3 Clearing Right-of-way LS 1 $11,500.00 $11,500.00 4 Inlet, Remove EA 4 $600.00 $2,400.00 Manhole, Remove EA 2 $650.00 $1,300.00 Pipe, Remove LFT 426 $14.00 $5,964.00 7 Sign and Support, Remove EA 28 $40.00 $1,120.00 B Concrete Curb, Remove LFT 4,900 $8.00 $39,200.00 Sidewalk, Remove SYS 115 $16.00 $1,840.00 10 Temporary Curb Inlet Protection EA 68 $112.00 $7,616.00 11 Temporary Silt Fence LFT 1,203 $2.00 $2,406.00 12 Temporary Concrete Washout EA 2 $1,300.00 $2,600.00 13 Excavation, Common CYS 1,020 $34.00 $34,680.00 14 Subgrade Treatment, Type ILIA SYS 9,924 $6.00 $59,544.00 15 Structural Backfill, Type I CYS 145 $25.00 $3,625.00 16 Compacted Aggregate, No. 53, Base TON 256 $26.00 $6,656.00 17 Milling, Asphalt, 1" SYS 1,950 $3.00 $5,850.00 18 HMA Surface, Type A TON 35 $150.00 $5,250.00 19 HMA Intermediate, Type A TON 59 $145.00 $8,555.00 20 HMA Patching, Type C TON 198 $160.00 $31,680.00 21 Widening with HMA, Type C TON 5,658 $77.00 $435,666.00 22 HMA Wedge and Level, Type C TON 497 $72.00 $35,784.00 23 Curb Ramp, Concrete, C SYS 59 $90.00 $5,310.00 24 Curb Ramp, Concrete, L SYS 46 $90.00 $4,140.00 25 Curb Ramp, Concrete, K SYS 14 $90.00 $1,260.00 26 Sidewalk, Concrete, 4 in. SYS 61 $50.00 $3,050.00 27 Colored and Jointed Conrete, 7" SYS 117 $100.00 $11,700.00 28 Modified Concrete Center Curb SYS 178 $125.00 $22,250.00 29 Combined Concrete Curb and Gutter, Type II LFT 1,620 $11.00 $17,820.00 30 Combined Concrete Curb and Gutter, Type III LFT 7,575 $11.00 $83,325.00 31 Modified Roll Curb LFT 276 $25.00 $6,900.00 32 Barrier Curb at Truck Apron LFT 251 $23.00 $5,773.00 33 Sodding, Nursery SYS 5,780 $3.80 $21,964.00 34 Water kGAL 18 $30.00 $540.00 35 Topsoil (Undistributed) CYS 420 $20.00 $8,400.00 36 Pipe, Type 4, Circular, 6 in. Double Wall, LFT 1,207 $6.00 $7,242.00 Smooth Interior 37 Pipe, RCP, Circular, 12 in. LFT 262 $40.00 $10,480.00 38 Pipe, RCP, Circular, 18 in. LFT 35 $50.00 $1,750.00 39 Aggregate for Underdrain CYS 109 $22.00 $2,398.00 40 Geotextiles for Underdrain CYS 1,265 $2.00 $2,530.00 41 Inlet, J-10 EA 2 $1,200.00 $2,400.00 42 Catch Basin, K-10 EA 3 $1,220.00 $3,660.00 43 Manhole, C-4 EA 2 $1,850.00 $3,700.00 44 Inlet, Remove and Reset EA 1 $700.00 $700.00 BID-4 09-01 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 45 Adjust Casting to Grade EA 7 $450.00 $3,150.00 46 Remove and Reset Casting EA 1 $500.00 $500.00 47 Road Closure Sign Assembly EA 5 $270.00 $1,350.00 48 Detour Route Marker Assembly EA 17 $72.00 $1,224.00 49 Construction Sign, A EA 10 $65.00 $650.00 50 Construction Sign, B EA 2 $50.00 $100.00 51 Construction Sign, C EA 4 $110.00 $440.00 52 Maintaining Traffic LS 1 $20,000.00 $20,000.00 53 Barricade, III-B LFT 336 $7.00 $2,352.00 54 Light Standard, Remove EA 2 $980.00 $1,960.00 55 Cable Duct Marker EA 2 $140.00 $280.00 56 Wire, No 4 Copper in Plastic Duct, in Conduit, 4 LFT 260 $15.00 $3,900.00 57 Wire, No 4 Copper in 2 in. Galvanized Steel, in LFT 294 $16.00 $4,704.00 Conduit, 4 1/C 58 Conduit, Steel Galvanized, 2 in. LFT 294 $19.00 $5,586.00 59 Conduit, PVC, 4 in. LFT 523 $18.00 $9,414.00 60 Conduit, PVC, 3/4 in. LFT 92 $6.00 $552.00 61 Light Pole Assembly, Street EA 4 $10,500.00 $42,000.00 62 Service Pojnt, II EA 1 $1,200.00 $1,200.00 63 Handhole, Lighting EA 1 $1,100.00 $1,100.00 64 Controller Cabinet Foundation, P1, Modified EA 1 $1,200.00 $1,200.00 65 Controller Cabinet, P1, Modified EA 1 $5,500.00 $5,500.00 66 Sign Post, Square, 1, Reinforced Anchor Base LFT 335 $16.00 $5,360.00 67 Sign, Sheet, Encapsulated Lens with Legend, 0.080 SFT 140 $19.00 $2,660.00 in Thickness 68 Decorative Street Sign Assembly EA 4 $1,900.00 $7,600.00 69 Line, Paint, Dotted White, 8 in., 2' Line, 2' Gap LFT 142 $3.00 $426.00 70 Transverse Markings, Paint, White Yield Line, 27 LFT 72 $4.00 $288.00 in. 71 Line, Paint, Solid White, Crosswalk 24 in. ___ 328 $3.00 $984.00 72 Snowplowable Raised Pavement Manrker EA 12 $50.00 $600.00 73 Restore Subdivision Landscape LS 1 $9,000.00 $9,000.00 TOTAL BID AMOUNT $1,129,608.00 BID-5 09-01 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 4/15/2010 • • BID-5 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: N/A • • • • • • • • BID-6 • APR-16-2010 06:20 FROM:CROSSROAD ENGINEERS 317 780 6525 TO:96316423 P.5/9 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: Rieth-Riley Construction Co. , Inc. Project Name: Project # 09-01 : Hazel Dell Parkway Improvements - 131st Street to Cherry Creek Boulevard Date Submitted: April 21, 2010 Base Bid Amount: $1,149,908.00 Revised 4/15/2010 •� t 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 fuliv and accurately filled in and completed and notarized. Project: #09-01—Ha,el Dell Parkway Improvements: 131"Street to Cherry creek Boulevard Proposal For Construction of Hazel Dell Parkway widened to four travel lanes from ■ 131st Street to Cherry Creek Boulevard. The proposed improvements include new asphalt pavement in widened areas of the interior median, new concrete curb and gutter, sodding, and minor asphalt base repair. A roundabout is proposed at the Hazel Dell Parkway intersection with Avian Way/Cherry Creek Boulevard which includes storm sewer, lighting, curb and gutter, and pavement improvements. Date: April 21, 2010 To: City of Carmel, Indiana, Board of Public Works and Safety • BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Rieth-Riley Construction Co. , Inc. 1./ Bidder Address: Street Address: 1751 W. Minnesota Street City: Indianapolis State: Indiana Zip: 46221 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 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: • 1311)-2 APR-16-2010 06:21 FROM:CROSSROAD ENGINEERS 317 780 6525 TO:96316423 P.8/9 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 One Million One HundredForty-Nine Thousand Nine Hundred Eight and 00/100 Dollars ($ 1,149,908.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 n { PART 3 CONTRACT ITEMS AND UNIT PRICES [This Punt to he used only fin. Bidding on Unit Price Contracts jOr the Contract hems shown] Prices In Fie.ures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item I3I D--I . ti PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#09-01 Hazel Dell Parkway Improvements ITEMIZED PROPOSAL 4/15/2010 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT NO. 1 Construction Engineering LS 1 $ 9,200.00 $ 9,200.00 2 Mobilization and Demobilization LS I $ 30,000.00 $ 30,000.00 3 Clearing Right-of-Way LS 1 $ 24,547.70 $ 24,547.70 4 Inlet,Remove EA 4 $ 455.00 $ 1,820.00 5 Manhole,Remove EA 2 $ 880.00 $ 1,760.00 6 Pipe,Remove LFT 426 $ 19.75 $ 8,413.50 7 Sign and Support,Remove EA 28 $ 118.00 $ 3,304.00 8 Concrete Curb,Remove LFT 4900 $ 6.85 $ 33,565.00 9 Sidewalk,Remove SYS 115 $ 5.30 $ 609.50 10 Temporary Curb Inlet Protection EA 68 $ 150.00 $ 10,200.00 11 Temporary Silt Fence LFT 1203 $ 1.25 $ 1,503.75 12 Temporary Concrete Washort EA 2 $ 2,530.00 $ 5,060.00 13 Excavation,Common CYS 1020 $ 41.25 $ 42,075.00 14 Subgrade Treatment,Type IIIA SYS 9924 $ 11.50 $ 114,126.00 15 Structure Backfill,Type 1 CYS 145 $ 17.10 $ 2,479.50 16 Compacted Aggregate,No.53,Base TON 256 $ 24.00 $ 6,144.00 17 Milling,Asphalt, 1" SYS 1950 $ 3.58 $ 6,981.00 18 HMA Surface,Type A TON 35 $ 162.00 $ 5,670.00 19 HMA Intermediate,Type A TON 59 $ 107.00 $ 6,313.00 20 HMA Patching,Type C TON 198 $ 140.10 $ 27,739.80 21 Widening with HMA,Type C TON 5658 $ 76.00 $ 430,008.00 22 HMA Wedge and Level,Type C TON 497 $ 53.65 $ 26,664.05 23 Curb Ramp,Concrete,C SYS 59 $ 75.00 $ 4,425.00 24 Curb Ramp,Concrete,L SYS 46 $ 75.00 $ 3,450.00 25 Curb Ramp,Concrete,K SYS 14 $ 75.00 $ 1,050.00 26 Sidewalk,Concrete,4 in. SYS 61 $ 45.10 $ 2,751.10 27 Colored and Jointed Concrete,7" SYS 117 $ 90.00 $ 10,530.00 28 Modified Concrete Center Curb SYS 178 $ 110.00 $ 19,580.00 29 Combined Concrete Curb and Gutter,Type II LFT 1620 $ 10.00 $ 16,200.00 30 Combined Concrete Curb and Gutter,Type III LFT 7575 $ 10.00 $ 75,750.00 31 Modified Roll Curb LFT 276 $ 22.00 $ 6,072.00 32 Barrier Curb at Truck Apron LFT 251 $ 20.00 $ 5,020.00 33 Sodding,Nursery SYS 5780 $ 5.10 $ 29,478.00 34 Water kGAL 18 $ 1.00 $ 18.00 35 Topsoil(Undistributed) CYS 420 $ 30.00 $ 12,600.00 36 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 1207 $ 5.00 $ 6,035.00 37 Pipe,RCP,Circular, 12 in. LFT 262 $ 40.45 $ 10,597.90 38 Pipe,RCP,Circular, 18 in. LFT 35 $ 62.00 $ 2,170.00 39 Aggregate for Underdrain CYS 109 $ 46.60 $ 5,079.40 40 Geotextiles for Underdrain CYS 1265 $ 1.85 $ 2,340.25 41 Inlet,J-10 EA 2 $ 1,860.00 $ 3,720.00 42 Catch Basin,K-10 EA 3 $ 2,330.00 $ 6,990.00 43 Manhole,C-4 EA 2 $ 2,830.00 $ 5,660.00 44 Inlet,Remove and Reset EA I $ 1,120.00 $ 1,120.00 . y 45 Adjust Casting to Grade EA 7 $ 400.00 $ 2,800.00 46 Remove and Reset Casting EA 1 $ 663.00 $ 663.00 47 Road Closure Sign Assembly EA 5 $ 533.00 $ 2,665.00 48 Detour Route Marker Assembly EA 17 $ 412.00 $ 7,004.00 49 Construction Sign,A EA 10 $ 166.00 $ 1,660.00 50 Construction Sign,B EA 2 $ 155.60 $ 311.20 51 Construction Sign,C EA 4 $ 237.00 $ 948.00 52 Maintaining Traffic LS I $ 5,000.00 $ 5,000.00 53 Barricade,III-B LFT 336 $ 8.00 $ 2,688.00 54 Light Standard,Remove EA 2 $ 353.00 $ 706.00 55 Cable Duct Marker EA 2 $ 282.00 $ 564.00 56 Wire,No.4 Copper in Plastic Duct,in Conduit,4 1/C LFT 260 $ 11.00 $ 2,860.00 57 Wire,No.4 Copper in 2 in.Galvanized Steel,in Conduit, LFT 294 $ 10.60 $ 3,116.40 58 Conduit,Steel,Galvanized,2 in. LFT 294 $ 16.40 $ 4,821.60 59 Conduit,PVC,4 in. LFT 523 $ 11.10 $ 5,805.30 60 Conduit,PVC,3/4 in. LFT 92 $ 5.70 $ 524.40 61 Light Pole Assembly,Street EA 4 $ 7,810.00 $ 31,240.00 62 Service Point,II EA 1 $ 2,362.00 5 2,362.00 63 Handhole,Lighting EA 1 $ 850.00 5 850.00 64 Controller Cabinet Foundation,P1,Modified EA 1 $ 1,666.00 $ 1,666.00 65 Controller Cabinet,P1,Modified EA 1 $ 2,665.00 $ 2,665.00 66 Sign Post,Square, 1,Reinforced Anchor Base LFT 335 $ 27.75 $ 9,296.25 67 Sign,Sheet,Encapsulated Lens with Legend,0.080 in SFT 140 $ 43.30 $ 6,062.00 68 Decorative Street Sign Assembly EA 4 $ 2,249.00 $ 8,996.00 69 Line,Paint,Dotted White,8 in.,2'Line,2'Gap LFT 142 $ 1.50 $ 213.00 70 Transverse Markings,Paint,White Yield Line,27 in. LFT 72 $ 12.00 $ 864.00 71 Line,Paint,Solid White,Crosswalk,24 in. LFT 328 $ 1.70 $ 557.60 72 Snowplowable Raised Pavement Marker EA 12 $ 14.90 $ 178.80 73 Restore Subdivision Landscape LS 1 $ 14,000.00 $ 14,000.00 TOTAL BID AMOUNT $ 1,149,908.00 1 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to he bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE #1 April 15, 2010 BID-5 • ,. . PART 5 EXCEPTIONS • instructions To Bicklers: 5.1 The Bidder .shall fillly stale each exception taken 10 the Specifications. or other ('on/ract Docmuents in Section 5.3 ()Mils Pare. 5.2 Bidder is cautioned that crnv exception taken by Bidder and deemed by OWNER to be ci material qualification or variance.fronl the terms of the Contract Documents may result in this Bid being rejected as lion-reSponsive. 5.3 Exceptions: None • • • I31D-6 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: E & B Paving, Inc. Project Name: Project # 09-01 : Hazel Dell Parkway Improvements - 131st Street to Cherry Creek Boulevard Date Submitted: April 21 , 2010 Base Bid Amount: $ 1 ,229,954.00 Revised 4/21/2010 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: #09-01—Hazel Dell Parkway Improvements: 131s1 Street to Cherry Creek Boulevard Proposal For Construction of: Hazel Dell Parkway widened to four travel lanes from 131st Street to Cherry Creek Boulevard. The proposed improvements include new asphalt pavement in widened areas of the interior median, new concrete curb and gutter, sodding, and minor asphalt base repair. A roundabout is proposed at the Hazel Dell Parkway intersection with Avian Way/Cherry Creek Boulevard which includes storm sewer, lighting, curb and gutter, and pavement improvements. Date: April 21, 2010 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: E & B paving, Inc, 1.2 Bidder Address: Street Address: 17042 Middletown Avenue City: Noblesville State: IN tip: 46060 Phone: 317-773-4132 Fax: 317-773-4137 1.3 Bidder is a/an[mark one] Individual Partnership Xxx Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 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: One Million, Two Hundred Twenty-Nine Thousand, Nine Hundred Fifty-Four Dollars and no cents (00/100) ($_1,229,954.00_). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#09-01 Hazel Dell Parkway Improvements ITEMIZED PROPOSAL 4/15/2010 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT AMOUNT PRICE 1 Construction Engineering LS 1 $11,600.00 $ 11,600.00 2 Mobilization and Demobilization LS 1 $61,500.00 $ 61,500.00 3 Clearing Right-of-Way LS 1 $34,000.00 $ 34,000.00 4 Inlet,Remove EA 4 $ 250.00 $ 1,000.00 5 Manhole,Remove EA 2 $ 500.00 $ 1,000.00 6 Pipe,Remove LFT 426 $ 7.50 $ 3,195.00 7 Sign and Support,Remove EA 28 $ 90.00 $ 2,520.00 8 Concrete Curb,Remove LFT 4900 $ 4.50 $ 22,050.00 9 Sidewalk,Remove SYS 115 $ 10.00 $ 1,150.00 10 Temporary Curb Inlet Protection EA 68 $ 150.00 $ 10,200.00 11 Temporary Silt Fence LFT 1203 $ 1.25 $ 1,503.75 12 Temporary Concrete Washout EA 2 $ 900.00 $ 1,800.00 13 Excavation,Common CYS 1020 $ 33.00 $ 33,660.00 14 Subgrade Treatment,Type IIIA SYS 9924 $ 11.00 $ 109,164.00 15 Structure Backfill,Type 1 CYS 145 $ 40.00 $ 5,800.00 16 Compacted Aggregate,No. 53,Base TON 256 $ 35.00 $ 8,960.00 17 Milling,Asphalt, 1" SYS 1950 $ 3.00 $ 5,850.00 18 HMA Surface,Type A TON 35 $ 140.00 $ 4,900.00 19 HMA Intermediate,Type A TON 59 $ 100.00 $ 5,900.00 20 HMA Patching,Type C TON 198 $ 235.00 $ 46,530.00 21 Widening with HMA,Type C TON 5658 $ 72.00 $ 407,376.00 22 HMA Wedge and Level,Type C TON 497 $ 60.00 $ 29,820.00 23 Curb Ramp,Concrete,C SYS 59 $ 130.00 $ 7,670.00 24 Curb Ramp,Concrete,L SYS 46 $ 130.00 $ 5,980.00 25 Curb Ramp,Concrete,K SYS 14 $ 130.00 $ 1,820.00 26 Sidewalk,Concrete,4 in. SYS 61 $ 44.00 $ 2,684.00 27 Colored and Jointed Concrete, 7" SYS 117 $ 102.00 $ 11,934.00 28 Modified Concrete Center Curb SYS 178 $ 60.00 $ 10,680.00 29 Combined Concrete Curb and Gutter,Type II LFT 1620 $ 13.50 $ 21,870.00 30 Combined Concrete Curb and Gutter,Type III LFT 7575 $ 13.50 $ 102,262.50 31 Modified Roll Curb LFT 276 $ 16.00 $ 4,416.00 32 Barrier Curb at Truck Apron LFT 251 $ 16.00 $ 4,016.00 33 Sodding,Nursery SYS 5780 $ 5.10 $ 29,478.00 34 Water kGAL 18 $ 1.00 $ 18.00 35 Topsoil(Undistributed) CYS 420 $ 10.00 $ 4,200.00 36 Pipe,Type 4,Circular,6 in.Double Wall, Smooth Interior LFT 1207 $ 10.00 $ 12,070.00 37 Pipe,RCP,Circular, 12 in. LFT 262 $ 27.00 $ 7,074.00 38 Pipe,RCP,Circular, 18 in. LFT 35 $ 43.00 $ 1,505.00 39 Aggregate for Underdrain CYS 109 $ 50.00 $ 5,450.00 40 Geotextiles for Underdrain CYS 1265 $ 1.00 $ 1,265.00 41 Inlet,J-10 EA 2 $ 1,600.00 $ 3,200.00 42 Catch Basin,K-10 EA 3 $ 2,000.00 $ 6,000.00 43 Manhole,C-4 EA '2 $ 2,000.00 $ 4,000.00 44 Inlet,Remove and Reset EA 1 $ 900.00 $ 900.00 45 Adjust Casting to Grade EA 7 $ 400.00 $ 2,800.00 46 Remove and Reset Casting EA 1 $ 550.00 $ 550.00 47 Road Closure Sign Assembly EA 5 $ 125.00 $ 625.00 48 Detour Route Marker Assembly EA 17 $ 95.00 $ 1,615.00 49 Construction Sign,A EA 10 $ 125.00 $ 1,250.00 50 Construction Sign,B EA 2 $ 45.00 $ 90.00 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT AMOUNT PRICE 51 Construction Sign,C EA 4 $ 249.00 $ 996.00 52 Maintaining Traffic LS 1 $42,640.55 $ 42,640.55 53 Barricade,III-B LFT 336 $ 12.00 $ 4,032.00 54 Light Standard,Remove EA 2 $ 850.00 $ 1,700.00 55 Cable Duct Marker EA 2 $ 125.00 $ 250.00 56 Wire,No.4 Copper in Plastic Duct, in Conduit,4 1/C LFT 260 $ 14.00 $ 3,640.00 57 Wire,No.4 Copper in 2 in. Galvanized Steel,in Conduit,4 1/C LFT 294 $ 14.00 $ 4,116.00 58 Conduit, Steel,Galvanized,2 in. LFT 294 $ 18.00 $ 5,292.00 59 Conduit,PVC,4 in. LFT 523 $ 17.00 $ 8,891.00 60 Conduit,PVC,3/4 in. LFT 92 $ 5.00 $ 460.00 61 Light Pole Assembly, Street EA 4 $ 9,420.00 $ 37,680.00 62 Service Point,II EA 1 $ 1,100.00 $ 1,100.00 63 Handhole,Lighting EA 1 $ 950.00 $ 950.00 64 Controller Cabinet Foundation,P1,Modified EA 1 $ 1,050.00 $ 1,050.00 65 Controller Cabinet,P1,Modified EA 1 $ 5,000.00 $ 5,000.00 66 Sign Post, Square, 1,Reinforced Anchor Base LFT 335 $ 14.00 $ 4,690.00 67 Sign, Sheet,Encapsulated Lens with Legend,0.080 in Thickness SFT 140 $ 17.00 $ 2,380.00 68 Decorative Street Sign Assembly EA 4 $ 1,775.00 $ 7,100.00 69 Line,Paint,Dotted White, 8 in.,2'Line,2'Gap LFT 142 $ 2.30 $ 326.60 70 Transverse Markings,Paint,White Yield Line,27 in. LFT 72 $ 10.25 $ 738.00 71 Line,Paint, Solid White,Crosswalk,24 in. LFT 328 $ 3.70 $ 1,213.60 72 Snowplowable Raised Pavement Marker EA 12 $ 67.25 $ 807.00 73 Restore Subdivision Landscape LS 1 $30,000.00 $ 30,000.00 TOTAL BID AMOUNT $1,229,954.00 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 4-14-2010 BID-5 Project No.09-01 Hazel Dell Parkway Improvements: 131d Street to Cherry Creek Blvd City of Carmel,Indiana Pre-Bid Meeting Notes A pre-bid meeting was held on April 14, 2010 at 10:00 AM in the Caucus Room on the second floor of One Civic Square in Cannel, IN. Those in attendance included: Name Agency Fax Number Email Scott Senefeld Sundown Comm.Group (317)846-4950 sundowncommercial @gmail.com Mark Bentley Reith-Riley Construction (317)631-6265 mbentley@rieth-riley.com Jason Bezy Roudebush Grading (317)770-9970 Roude4 @sbcglobal.net Lance Stahley CrossRoad Engineers (317)780-6525 lstahley acrossroadengineers.com Brad Eckerle CrossRoad Engineers (317)780-6525 beckerle Acrossroadengineers.com Project Description - The meeting began with a brief project summary by Brad Eckerle. Project Dates - The bid date is April 21,2010 at 10:00 AM in the City of Carmel Council Chambers. - A notice to proceed is anticipated by June 14, 2010. The notice to proceed will be issued by the City at the appropriate time to avoid simultaneous road closures with a road construction project on Keystone Avenue. - A road closure on Hazel Dell Parkway will be necessary to complete the roundabout improvements at Avian Way/Cherry Creek Boulevard. The contract allows 45 days of road closure. It is encouraged for the contractor to complete the proposed improvements for the remainder of the project during the road closure at Avian Way/Cherry Creek Boulevard. Right of Way Acquisition - Right-of-way acquisition is currently in progress for parcels adjacent to the proposed roundabout. The acquisition is underway and a right of entry will be obtained by the City if necessary prior to June 14t. Digital Files - Digital plans will be available to the awarded contractor. - Carmel Project 97-02 was constructed in 1998. The road reconstruction project of Hazel Dell Parkway was constructed as a four lane section from 116th Street to 131st Street and a two lane section with turn lanes from 131st Street to 146th Street. The 97-02 plans are available in PDF format to Plan Holders upon request to Brad Eckerle. - The project manual and construction plans in PDF format are available to all Plan Holders. Requests should be made to Brad Eckerle at beckerle Acrossroadengineers.com. The official bidding documents are the hard copies provided to the Plan Holders. - Parts 2 & 3 of the bid documents will be submitted digitally to plan holders with Addendum 1. If email information was not provided on the plan holder list, please contact Brad Eckerle to request this information. 4/14/2010 Page 1 of 2 09-01 Pre-Bid Meeting Construction Engineering - Brad discussed the layout of the proposed curb and gutter profile with the absence of a road profile in the project plans. The elevations for the proposed curb shall be obtained by utilizing the existing curb and/or roadway elevation and accommodating for the width of the pavement area per the cross slope presented within the plans. - Digital copies of the plans in AutoCAD format will be available to the awarded contractor. Utilities - The electrical transformer located at the southeast quadrant of the proposed Hazel Dell Pkwy/Cherry Creek Blvd roundabout(STA 470+25 "PR-A"RT)will remain in place. - Duke Energy will be relocating buried facilities at the southeast quadrant of the proposed roundabout to avoid a potential conflict with the proposed storm sewer between STRs 35 and 39. A notice to proceed has been issued and the work is anticipated to be completed by the end of May. - AT&T is currently looking at a potential conflict at this same location. HMA Items - HMA Surface items for this project are only present for the proposed asphalt paths. The HMA Surface will be installed by others as noted in TS 38. - The pavement section for the proposed patching and widening areas matches the pavement section of the existing roadway constructed in 1998. Restore Subdivision Landscape - The plantings identified in TS 28 `Restore Subdivision Landscape' were discussed. The Contractor shall only relocate the evergreen shrubs present in the median near the referenced existing sign. All other plantings in conflict with the proposed improvements shall be removed. The cost for removals shall be included in the pay item Clearing Right-of-Way. - The existing landscape stones in conflict at the northeast and southeast quadrants of the proposed roundabout at Hazel Dell Pkwy and Cherry Creek Blvd shall be relocated along the proposed right-of-way as identified in TS 28. Sodding - Disturbed areas will be restored with sodding. - The center island of the proposed roundabout will be sodded. 4/14/2010 Page 2 of 2 09-01 Pre-Bid Meeting Project No.09-01 Hazel Dell Parkway Improvements: 131°`Street to Cherry Creek Blvd City of Carmel,Indiana NOTICE OF ADDENDUM 1 1) The Legend items for `W- Widening with HMA, Type C' and `B- Full Depth Patching' have been revised on sheets 2, 5, 6, 8, and 9 to reflect"165#/SYD HMA Surface Type C (By Others)". This revision replaces"165#/SYD HMA Intermediate Type C". © FULL DEPTH PATCHING 1651/SYD HMA SURFACE TYPE C (BY(MERSS), ON 275I/SYD HMA INTERMEDIATE TYPE C, ON 330#/SYD HMA BASE TYPE C, ON 300#/SYD HMA INTERMEDIATE TYPE C, OG, 19.0 mm ON 440#/SYD HMA BASE TYPE C, ON SUBGRADE TREATMENT, TYPE IIIA 0 WIDENING WITH HMA, TYPE C CONSISTS OF: 165#/SYD HMA SURFACE TYPE C (BY OTHERS), ON 2751/SYD HMA INTERMEDIATE TYPE C, ON 330#/SYD HMA BASE TYPE C, ON 300#/SYD HMA INTERMEDIATE TYPE C, OG, 19.0 mm ON 440#/SYD HMA BASE TYPE C, ON SUBGRADE TREATMENT, TYPE IIIA 2) The Quantity for pay item `HMA Patching, Type C' has been revised to 198 cys. This accounts for the change to the legend item as stated above. HMA Surface work will be completed by others beyond this project. 3) The Quantity for pay item `Widening with HMA, Type C' has been revised to 5658 cys. This accounts for the change to the legend item as stated above. HMA Surface work will be completed by others beyond this project. 4) The Pavement Quantities and Approach Table on Sheet 20 has been revised to reflect the quantity changes above. 5) In addition to the items identified in the INSTRUCTIONS TO BIDDERS, all bidders shall complete the Bid Proposal Summary Page distributed with this Addendum and place as the cover page to the submitted bid packet. 6) Part 2 & revised parts 3 of the bid documents are included in the distribution of Addendum 1 via fax and email. 7) No responses will be made to questions or comments from plan holders after 12 pm on April 12, 2010. 8) The Bidder shall acknowledge receipt of this Addendum by inserting the number and date in the space provided on page BID-5, Part 4.2 of the Bid Form. 4/15/2010 ADD1-1 09-01 Addendum 1 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: Project Name: Project # 09-01 : Hazel Dell Parkway Improvements - 131st Street to Cherry Creek Boulevard Date Submitted: Base Bid Amount: Revised 4/15/2010 PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#09-01 Hazel Dell Parkway Improvements ITEMIZED PROPOSAL 4/15/2010 NODESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Construction Engineering LS 1 $ - _ 2 Mobilization and Demobilization LS 1 $ - 3 Clearing Right-of-Way LS 1 $ - 4 Inlet,Remove EA 4 $ - 5 Manhole,Remove EA 2 $ - 6 Pipe,Remove LFT 426 $ - 7 Sign and Support,Remove EA 28 $ - 8 Concrete Curb,Remove LFT 4900 $ - 9 Sidewalk,Remove SYS 115 $ - 10 Temporary Curb Inlet Protection EA 68 $ - 11 Temporary Silt Fence LFT 1203 $ - 12 Temporary Concrete Washout EA 2 $ - 13 Excavation,Common CYS 1020 $ - 14 Subgrade Treatment,Type IIIA SYS 9924 $ - 15 Structure Backfill,Type 1 CYS 145 $ - 16 Compacted Aggregate,No.53,Base TON 256 $ - 17 Milling,Asphalt, 1" SYS 1950 $ - 18 HMA Surface,Type A TON 35 $ - 19 HMA Intermediate,Type A TON 59 $ - 20 HMA Patching,Type C TON 198 $ - 21 Widening with HMA,Type C TON 5658 $ - 22 HMA Wedge and Level,Type C TON 497 $ - 23 Curb Ramp,Concrete,C SYS 59 $ - 24 Curb Ramp,Concrete,L SYS 46 $ - 25 Curb Ramp,Concrete,K SYS 14 $ - 26 Sidewalk,Concrete,4 in. SYS 61 $ - 27 Colored and Jointed Concrete,7" SYS 117 $ - 28 Modified Concrete Center Curb SYS 178 $ 29 Combined Concrete Curb and Gutter,Type II LFT 1620 $ - 30 Combined Concrete Curb and Gutter,Type III LFT 7575 $ - 31 Modified Roll Curb LFT 276 $ - 32 Barrier Curb at Truck Apron LFT 251 $ - 33 Sodding,Nursery SYS 5780 $ - 34 Water kGAL 18 $ -_ 35 Topsoil(Undistributed) CYS 420 $ - 36 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 1207 $ - 37 Pipe,RCP,Circular,12 in. LFT 262 $ - 38 Pipe,RCP,Circular,18 in. LFT 35 $ - 39 Aggregate for Underdrain CYS 109 $ - 40 Geotextiles for Underdrain CYS 1265 $ - 41 Inlet,J-10 EA 2 $ - 42 Catch Basin,K-10 EA 3 $ - 43 Manhole,C-4 EA 2 $ - BID-4 09-01 ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 44 Inlet,Remove and Reset EA 1 $ - 45 Adjust Casting to Grade EA 7 $ - 46 Remove and Reset Casting EA 1 $ - 47 Road Closure Sign Assembly EA 5 $ -_ 48 Detour Route Marker Assembly EA 17 $ - 49 Construction Sign,A EA 10 $ - 50 Construction Sign,B EA 2 $ - 51 Construction Sign,C EA 4 $ - 52 Maintaining Traffic LS 1 $ - 53 Barricade,III-B LFT 336 $ - 54 Light Standard,Remove EA 2 $ - 55 Cable Duct Marker EA 2 $ - 56 Wire,No.4 Copper in Plastic Duct,in Conduit,4 1/C LFT 260 $ - 57 Wire,No.4 Copper in 2 in.Galvanized Steel,in Conduit,4 1/C LFT 294 $ - 58 Conduit,Steel,Galvanized,2 in. LFT 294 $ - 59 Conduit,PVC,4 in. LFT 523 $ - 60 Conduit,PVC,3/4 in. LFT 92 $ - 61 Light Pole Assembly,Street EA 4 $ - 62 Service Point,II EA 1 $ - 63 Handhole,Lighting EA 1 $ - 64 Controller Cabinet Foundation,Pl,Modified EA 1 $ - 65 Controller Cabinet,P1,Modified EA 1 $ - 66 Sign Post,Square, 1,Reinforced Anchor Base LFT 335 $ - 67 Sign,Sheet,Encapsulated Lens with Legend,0.080 in Thickness SFT 140 $ - 68 Decorative Street Sign Assembly EA 4 $ - 69 Line,Paint,Dotted White,8 in.,2'Line,2'Gap LFT 142 $ - 70 Transverse Markings,Paint,White Yield Line,27 in. LFT 72 $ - 71 Line,Paint,Solid White,Crosswalk,24 in. LFT 328 $ - 72 Snowplowable Raised Pavement Marker EA 12 $ - 73 Restore Subdivision Landscape LS 1 $ - TOTAL BID AMOUNT $ - BID-4 09-01 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 Dollars ($ ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 City of Carmel $100 per set Project No.09-01 Hazel Dell Parkway Improvements:131st Street to Cherry Creek Blvd April 21,2010 Bid Letting CD COMPANY NAME ADDRESS CITY,STATE ZIP CODE PHONE FAX CHECK# EMAIL CONTACT SET 1 City of Carmel One Civic Square Carmel,IN 46032 317-571-2441 317-571-2439 NA Mike McBride 2 CrossRoad Engineers File NA beckerie(ricrossroadengineers.com Brad Eckerle 3 Hunt Paving 2450 S.Tibbs Indianapolis,IN 46242 317-241-8313 317-487-5779 esuess(Shuntconstaroup.com Eric Suess 4 Bid Tool 1 Oakbrook Terrace Suite 510 Oakbrook Terrace,IL 60181 888-506-7613 630-214-3924 996 plans(o)bidtool.net Jill Lancy 5 Milestone Contractors 5950 S.Belmont Ave Indianapolis,IN 46217 317-780-6885 317-788-1098 2735 brad.mccallCdlmilestonelp.com Brad McCall 6 Calumet Civil Contractors 4555 Fieldstone Drive Whitestown,IN 46075 317-769-1900 317-769-7424 1061 meganeficalumetcivil.com Megan Johnson 7 Rieth-Riley Construction 1751 W.Minnesota St. Indianapolis,IN 46221 317-634-5561 317-631-6265 msilver(cllrieth-riley.com Mark Bentley 8 Shelly&Sands 15215 River Road Noblesville,IN 46061 317-773-2351 317-773-0799 6699 Becky 9 Central Engineering 3862 N.Commercial Parkway Greenfield,IN 46140 317-894-1990 317-894-1890 44857 shirtene(o central-eno.com Shirlene 10 E&B Paving 286 W.300 N. Anderson,IN 46012 317-773-4132 mark.ionesOebpavinq.corn Mark Jones 11 Poindexter PO Box 36399 Indianapolis,IN 46236 317-823-6837 317-823-4662 21319 Josh Selenkamp 12 BX Indiana,LLC 1200 S.Madison Ave. Indianapolis,IN 46225 317-423-7080 317-423-7094 1358 proiects0 buildineex.com 13 14 15 16 1 _ - 7 _ 18 19 20 21 1 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: WA BID-6 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 April 21, 2010 1. Governmental Unit(Owner): Board of Public Works&Safety,City of Carmel,IN 2. County : Hamilton 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) Mark Jones Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of Hazel Dell Parkway Imporvements: 131st Street to Cherry Creek Boulevard Proj.:#09-01 (Governmental Unit) in accordance with plans and specifications prepared b CrossRoad Engineers, PC and dated March, 2010 for the sum of One Million,Two Hundred Twenty-Nine Thousand, Nine Hundred Fifty-Four dollars and no cents(00/100) $ 1,229,954.00 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, Ill, 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&Safety,City of Carmel,IN Bidder(Firm) E & B Paving, Inc. Date: April 21, 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? When Contract Amount Class of Work Completed Name and Address of Owner $3,601,878.00 ROAD RECON. 2007 R-25397 SR 22 GRADEX $3,404,858.00 ROAD RECON. 2007 RS-27691 SR 5 & SR124 $6,407,417.00 PARKING LOT 2007 DOLLAR GENERAL DIST. CENTER $6,382,598.00 ROAD RECON. 2007 R-27620 38TH ST. 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 $21,150,283.00 ROAD RECON. 2009 R-26450 SR 66 DIAMOND AVE. $10,716,872.00 ROAD RECON. 2009 IR-28090 US 36 & POST RD. $17,017,715.00 ROAD RECON. 2008 R-26935 SR 62 $20,570,347.00 ROAD RECON. 2008 R-28718 146TH ST. 1 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. PEPPER CONSTRUCTION - PAUL RIEHLE HAGERMAN CONSTRUCTION -JAY BANGERT TURNER CONSTRUCTION - MICHAEL BRYMER THOMPSON LAND COMPANY- 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.) PER PLANS, SPECIFICATIONS, AND ACCEPTED CONSTRUCTION PRACTICES 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. YES, LIST PROVIDED UPON REQUEST 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. E & B PAVING, INC. HAS OVER 1,000 PIECES OF EQUIPMENT. EQUIPMENT LIST PROVIDED UPON REQUEST 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 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, C-e f c I EnS ti nee C cDf\644-L)c :cr► .7. Oc_--J e Company: p 2._ 1.1 . evn.A,et e Ltcp LL-( Project Name: Project # 09-01 : Hazel Dell Parkway Improvements - 131st Street to Cherry Creek Boulevard Date Submitted: y /41p Base Bid Amount: Revised 4/16/2010 • 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: #09-01—Hazel Dell Parkway Improvements: 131s`Street to Cherry Creek Boulevard Proposal For Construction of: Hazel Dell Parkway widened to four travel lanes from 131g Street to Cherry Creek Boulevard. The proposed improvements include new asphalt pavement in widened areas of the interior median, new concrete curb and gutter, sodding, and minor asphalt base repair. A roundabout is proposed at the Hazel Dell Parkway intersection with Avian Way/Cherry Creek Boulevard which includes storm sewer, lighting, curb and gutter, and pavement improvements. Date: "C:27.0r, l zi, o / v To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 • • PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Cen-14-o_( 'Ens rve.c 1-4 ft (='n `'�`°n socr 4dPS, �.ic. 1.2 Bidder Address: Street Address: 62L•1- 1• COe■ni e City: (',r-cer\C;e td State: 31-4 Zip: Vie i Phone:3,7- pig!- /710 Fax: 317 - f 44- /S y) 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: .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 ore (h;11`,oc u ,.,J —os- c*-.40) Fowl ,),,, ,,, + rikt4� x '- Dollars ($) 13t 2 , 45 a ' ). 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. II BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#09-01 Hazel Dell Parkway Improvements ITEMIZED PROPOSAL 4/15/2010 INOM DESCRIPTION UNIT QUANTITY PRICE AMUNT 1 Construction Engineering LS 1 $ 12,319.24 $12,319.24 2 Mobilization and Demobilization LS 1 $50,750.44 $50,750.44 3 Clearing Right-of-Way LS 1 $94,870.55 $94,870.55 4 Inlet,Remove EA 4 $ 461.92 $ 1,847.68 5 Manhole,Remove EA 2 $ 1,732.19 $ 3,464.38 6 Pipe,Remove LFT 426 $ 17.21 $ 7,331.46 7 Sign and Support,Remove EA 28 $ 127.96 $ 3,582.88 8 Concrete Curb,Remove LFT 4900 $ 11.84 $58,016.00 9 Sidewalk,Remove SYS 115 $ 19.05 $ 2,190.75 0.. 10 Temporary Curb Inlet Protection EA 68 $ 162.67 $ 11,061.56 .9 11 Temporary Silt Fence LFT 1203 $ 1.36 $ 1,636.08 6 12 Temporary Concrete Washout EA 2 $ 2,00330 $ 4,006.60 0 13 Excavation,Common CYS 1020 $ 26.14 $26,662.80 �'- 14 Subgrade Treatment,Type DIA SYS 9924 $ 18.54 ########/#t - 15 Structure Backfill,Type 1 CYS 145 $ 70.49 $ 10,221.05 iE 16 Compacted Aggregate,No.53,Base TON 256 $ 21.69 $ 5,552.64 17 Milling,Asphalt, I" SYS 1950 $ 2.25 $ 4,387.50 .`�, 18 HMA Surface,Type A TON 35 $ 151.82 $ 5,313.70 �' 19 HMA Intermediate,Type A TON 59 $ 146.40 $ 8,637.60 i 20 HMA Patching,Type C TON 198 $ 162.67 $32,208.66 v 21 Widening with HMA,Type C TON 5658 $ 68.32 ##II### ###k * M 22 HMA Wedge and Level,Type C TON 497 $ 67.24 $33,418.28 23 Curb Ramp,Concrete,C SYS 59 $ 127.96 $ 7,549.64 24 Curb Ramp,Concrete,L SYS 46 $ 127.96 $ 5,886.16 25 Curb Ramp,Concrete,K SYS 14 $ 127.96 $ 1,791.44 26 Sidewalk,Concrete,4 in. SYS 61 $ 4338 $ 2,646.18 a v 27 Colored and Jointed Concrete,7" SYS 117 $ 100.85 $ 11,799.45 w - 28 Modified Concrete Center Curb SYS 178 $ 59.64 $ 10,615.92 N 29 Combined Concrete Curb and Gutter,Type II LFT 1620 $ 13.56 $21,967.20 30 Combined Concrete Curb and Gutter,Type III LFT 7575 $ 13.56 4 31 Modified Roll Curb LFT 276 $ 15.83 $ 4,369.08 32 Barrier Curb at Truck Apron LFT 251 $ 15.83 $ 3,973.33 33 Sodding,Nursery SYS 5780 $ 5.53 $31,963.40 34 Water kGAL 18 $ 1.08 $ 19.44 35 Topsoil(Undistributed) CYS 420 $ 25.16 $ 10,567.20 36 Pipe,Type 4,Circular,6 in.Double Wall,Smooth Interior LFT 1207 $ 8.16 $ 9,849.12 37 Pipe,RCP,Circular, 12 in. LFT 262 $ 20.40 $ 5,344.80 38 Pipe,RCP,Circular, 18 in. LFT 35 $ 110.11 $ 3,853.85 39 Aggregate for Underdrain CYS 109 $ 21.25 $ 2,316.25 40 Geotextiles for Underdrain CYS 1265 $ 1.93 $ 2,441.45 41 Inlet,J-10 EA 2 $ 1,612.66 $ 3,225.32 42 Catch Basin,K-10 EA 3 $ 113.82 $ 341.46 43 Manhole,C-4 EA 2 $ 1,497.80 $ 2,995.60 1 44 Inlet,Remove and Reset EA 1 $ 1,392.80 $ 1,392.80 BID-4 09-01 ITEM DESCRIPTION UNIT QUANTITY PRICE 45 Adjust Casting to Grade EA 7 $ 198.57 $ 1,389.99 46 Remove and Reset Casting EA 1 $ 227.44 $ 227.44 47 Road Closure Sign Assembly EA 5 $ 135.56 $ 677.80 48 Detour Route Marker Assembly EA 17 $ 103.02 $ 1,75134 49 Construction Sign,A EA 10 $ 135.56 $ 1,355.60 50 Construction Sign,B EA 2 $ 48.80 $ 97.60 51 Construction Sign,C EA 4 $ 270.03 $ 1,080.12 52 Maintaining Traffic LS 1 $ 4,398.49 $ 4,398.49 53 Barricade,III-B LFT 336 $ 13.01 $ 4,371.36 54 Light Standard,Remove EA 2 $ 382.81 $ 765.62 55 Cable Duct Marker EA 2 $ 363.55 $ 727.10 56 Wire,No.4 Copper in Plastic Duct,in Conduit,4 1/C LFT 260 $ 11.93 $ 3,101.80 57 Wire,No.4 Copper in 2 in.Galvanized Steel,in Conduit,4 1/C LFT 294 $ 11.50 $ 3,381.00 58 Conduit,Steel,Galvanized,2 in. LFT 294 $ 17.78 $ 5,22732 59 Conduit,PVC,4 in. LFT 523 $ 12.04 $ 6,296.92 60 Conduit,PVC,3/4 in. LFT 92 $ 6.18 $ 568.56 61 Light Pole Assembly,Street EA 4 $ 8,469.48 8 33,877.92 62 Service Point,II EA 1 $ 2,561.45 $ 2,561.45 63 Handhole,Lighting EA 1 $ 921.77 $ 921.77 64 Controller Cabinet Foundation,P1,Modified EA 1 $ 1,806.68 $ 1,806.68 65 Controller Cabinet,P1,Modified EA 1 $ 2,890.03 $ 2,890.03 66 Sign Post,Square, 1,Reinforced Anchor Base LFT 335 $ 18.87 $ 6,321.45 67 Sign,Sheet,Encapsulated Lens with Legend,0.080 in Thickness SFT 140 $ 22.01 $ 3,081.40 68 Decorative Street Sign Assembly EA 4 $ 2,113.57 $ 8,454.28 69 Line,Paint,Dotted White,8 in.,2'Line,2'Gap LFT 142 $ 2.49 $ 353.58 70 Transverse Markings,Paint,White Yield Line,27 in. LFT 72 $ 11.12 $ 800.64 71 Line,Paint,Solid White,Crosswalk,24 in. LFT 328 $ 4.01 $ 1,315.28 72 Snowplowable Raised Pavement Marker EA 12 $ 69.83 $ 837.96 73 Restore Subdivision Landscape LS 1 $ 15,182.16 $ 15,182.16 TOTAL BID AMOUNT tuatomoirtnrir 4' 44 1, 31z ,c1S3 110 4 BID-4 09-01 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 7 itC1 ID BID-5 • 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 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: 10Ift- BID-6 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTORS BID FOR PUBLIC WORK PART (To be completed for all bids. Please type or print) Hazel Dell Parkway Improvements Date: April 21,2010 1. Governmental Unit (Owner): Carmel Board of Public Works & Safety 2. County : Hamilton 3. Bidder(Firm): Central Engineering &Construction Associates, Inc. Address: 3862 N. Commercial Parkway City/State: Greenfield, IN 46140 4. Telephone Number: 317.894.1990 5. Agent of Bidder(if applicable): Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the Site Work for the Carmel Board of Public Works & Safety (Governmental Unit)_in accordance with plans and specifications ! prepared by Crossroad Engineers for the sum of: O rnL11;u'1 s $431141±63' i 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. li 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: Carmel Board of Public Works& Safety Bidder(Firm) Central Engineering &Construction Associates, Inc. Date: April 21, 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? Class When Contract of Work Completed Name and Address of Owner Amount $9,500,000 Various Earthwork, June 2009 Indianapolis Airport Authority (total) Storm, Sewers& Ductbank FS02, SR01, T-18,T33 $1,365,387 Earthwork& Utilities May 2008 Zionsville Parks& Recreation, In $1,164,000 Earthwork& Utilities June 2009 Mt.Vernon School Corporation 1,110,000 Freedom Park April 2009 City of Greenwood Earthwork& Utilities 2. What public works projects are now in process of construction by your organization? When to be Contract Amount Class of Work Completed Name and Address of Owner $1,086,000 Storm Sewer 5/2010 City of Indianapolis, IN $490,000 Earthwork&Storm 11/2010 City of Hamilton Co. New Bridge & Rd $1,083,601 Sanitary Sewer—72" 11/2010 City of Indianapolis Belmont Relief Sewer $1,990,000 Sanitary Sewer—48" 7/2010 City of Indianapolis $4,000,000 INDOT Earthwork& 11/2010 Indiana Dept of Transportation Storm $2,345,000 Storm, Sanitary Water 11/2010 City of Speedway, IN 3. Have you ever failed to complete any work awarded to you? No If so, where and why? - I 4. List referenced from private firms for which you have performed work. Browning Construction Gilliatte General Contractors Holladay Group Mansur Development Corporation Western Hamilton Utilities Hamilton Southeastern Utilities Gradex, Inc. Mann Properties F.A.Wilhelm Construction Co. Summit Construction Co. 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.) After layout&video,will proceed with earthwork followed by storm, stone, curb, asphalt and signal work and striping. 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. Major Subs: Piers&Associates, surveying and field engineering Major Engineering & Land Surveying, surveying and field engineering SurveyTech, surveying and field engineering Lowe Construction Co.,jack and bore All Bore, directional drilling Clossey Excavating, clearing Tri-State Forestry, clearing The Hoosier Company, electrical and fencing Indiana Sign &Barricade, traffic control Calumet Civil Contractors Midwest Mole, Jack and bore Roudebush Grading E & B Paving Co., Inc., paving contractor 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 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. 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. Staking, erosion control, concrete, asphalt, pavement marking, and signal work 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. Excavators, backhoes, scrapers, graders, dozers and loaders as needed; we have over 100 pieces of equipment. 5. 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 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.