Loading...
HomeMy WebLinkAboutBid Information and Packets/a .JuLU n o $ u1ul 0 Q minim CITY O ARMEL .TAMES BRAINARD, MAYOR LETTER OF TRANSMITTAL Date: February 23, 2010 To Sandy Johnson Clerk Treasurer's Office From Michael McBride City Engineer Dept. of Engineering City of Carmel, Indiana RE: Bid Packets for the Shelborne Road from 116`h to 131st Project #06 -21 Enclosed please find 5 (five) original bid packets: Bidder Base Bid Gradex, Inc. $4,622,932.60 Rieth -Riley Construction $4,675,675.00 E &B Paving $4,709,169.90 Calumet Contractor $4,722,890.00 Crider and Crider, Inc. $5,242,576.31 DEPARTMENT or ENGINEPRIAO ONE Civic SQUARE. CAIOIL'I., IN 46032 Orrice 317.571 2441 l'AS 317.571.2'69 L.AIAIL engineeringIavmel in goy NOTICE TO BIDDERS City of Carmel, Indiana Notice is hereby given that the Board of Public Works and Safety for the City of Cannel, Hamilton County, Indiana will receive sealed bids for the "Shelborne Road from 116th Street to 131't Street Project" at the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) No later than 10:00 a.m. EST and the Council Chambers at the same address No later than 10:00 a.m. EST on or before February 17, 2010, and commencing as soon as practicable thereafter during the Board of Public Works Meeting on the same date. Such bids will be publicly opened and read aloud in the Council Chambers of City Hall. No late bids will be accepted. All bids and proposals shall be properly and completely executed on the proposal forms provided with the plans and specifications, which will include the non - collusion affidavit as required by the State of Indiana. The bid envelope must be sealed and have the words "BID — Shelborne Road from 116th Street to 131s1 Street ". A bid bond or certified check in an amount not less than ten percent (10 %) of the amount bid must be submitted with each bid. A one hundred percent (100 %) performance and payment bond will also be required of the successful bidder. It is intended that actual construction of all work divisions shall be started as soon as practicable, and each bidder shall be prepared to enter promptly into a construction contract, furnish a performance bond, and begin work without delay in the event the award is made to him. The Project consists of, but is not necessarily limited to, the following: The reconstruction of Shelborne Road between 116th and 13I't Streets, including roundabouts at 121" Street, 126th Street & 131' street. The project will require the replacement of the pavement with a wide two -lane, divided roadway including median and curb and gutter. New storm sewers are an integral part of the work. Roadway will be closed to through - traffic during construction as shown on the detour Sheets. Incidental work including two multiuse paths, lighting, grading, pavement markings and signage is included. Contract Documents for the Project have been assembled into one bound project manual, which together with drawings, may be examined at the following locations: City of Carmel R.W. Armstrong & Associates Department of Engineering - 1st Floor Union Station One Civic Square Indianapolis, IN 46225 Carmel, IN 46032 (317) 780 -7181 Attn: Paul. W. Myers P.E Copies of such drawings and project manuals must be obtained from R.W. Armstrong & Associates at the address stated above, upon the payment of $150 for each set. These sets include full -size drawings. Payment must be by check. NO CASH ACCEPTED. Make checks payable to R.W. Armstrong & Associates All payments and costs of Contract Documents are non- refundable. NTB- I \\issvrapp_s IAuser data . other depuktAshaiedtbpw 2010thidsAnotice to bidders shelbt Bidders shall assure that they have obtained complete sets of drawings and Contract Documents and shall assume the risk of any errors or omissions in bids prepared in reliance on incomplete sets of drawings and Contract Documents. This Project will be funded by the City of Cannel. Wage rates for the Project shall not be less than the current prescribed scale of wages as determined by the Common Construction Wage Committee in accordance with I.C. 5 -16 -7 and included in the Project Manual. A pre -bid conference for discussions of the Project, the bidding requirements and other important matters will be held on Tuesday February 9th 2010 at 9:00 AM in the Caucus Room on the 2nd Floor of City Hall (One Civic Square). All prospective bidders are invited to attend the pre -bid conference. The pre -bid conference is not mandatory. For special accommodations needed by handicapped individuals planning to attend the pre -bid conference or public bid opening meeting, please call or notify the city of Carmel, Engineer's Office, at (317) 571 -2441 at least forty -eight (48) hours prior thereto. No bidder may withdraw any bid or proposal within a period of thirty (30) days following the date set for receiving bids or proposals. The Cannel 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 Cannel 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 NTB- 2Wissvmppsl Buser data - other depts1e0sha tiYhhpw 2010tids \notice to bidders shelbt Prescribed by State Board of Accounts 80202 - 5598549 CITY OF CARMEL -STAR LEGAI.,S COUNTY, INDIANA General Form No. 991 (Rev. 2009A) To: INDIANAPOLIS NEWSPAPERS 307 N PENNSYLVANIA ST - PO BOX 145 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 PUBLIC NOTICES; PUBLIC ONOTICES III OF CHARGES • o CETO BIDDERS 1 2.0 columns wide equals 202.0 equivalent lines at .667 • City of Carmel, Indiana umns e q e q Notice is hereby given that the Board o Public(( Works and r line S 134.73 rgeceivelo for line 'Shelboorn of from will t o Treasurer, rto �ppI2stCStrreet Project" ertatlthe boeloIf Mel Hk ?arse for notices containing rule and figure work (50 per cent later than 10:00 a.m EST an the Council Chambers a th e amount) same a r No later than 1000000: 0 a.m. EST on or before Fit ruary 1 sli`10, and commence as .soon as nractmabll extra proofs of publication ($1.00 for each proof in excess of two) .00 therea ter unng the B r of Public Works Meeting o t i same date. Sh bids v.411 be publicly opened. and read on r AMOUNT OF CLAIM $ 13473 in the Council Chambers o Hall. No late bids will be ac a cepted. All bids and proposals shall be roperloy and completely exec culed on the proposal forms provided with the plan )s and 1PUTING COST specdicatiouss, which wi l inc uae the non- collusion attidant I as rewredythe State ellndian.Thebidenveape must be gle column 5 ems Size of type? Bit%Streelbase tst Streets'BID — S elhorue odd from> I A bid bond or certified check in an amount not less than to ,1Serh Ons 2.0 Percent (10%) of the amount must be submitted wit each bid. A one . hundred pert nt Iur00°1l performance an 1 yment b nd dl a so b repo red of tho s tees ,u bidder. It i5 mended tthat actuatconstruction of ae worn ivisi0nn l halite started as soon as pr c cable, and each bid er shall be prepared to enter �rom� ay pInta a construction c ntrast, he provisions and penalties of IC 5 -I I- I0 -1, I hereby certify, that the foregoing account is the °e emihen ardismadetnllim ' nwor without �eay mi at the amount claimed is legally due, after allowing all just credits, and that no part of the same alfowiProjesa ct consists of, but is n t necessarily limited to, the) The reconstructbf of Shelborn Road betwe Street, land) Street Si BI dt stredet IlIthteproj ct will) recuim Stheereplaceh- !including eof the epavement p q ilhand i tltroNewe3Nrm d roadway {that the printed matter attached hereto is a true copy. of the same column width and type size, an integral part otthe work. ablished in said paper 2 times. The dates of publication being between the dates of: Roadway will be closed to throe h-traffic during construction's as shown on the detour Sheets. Incidental work inclnying i two multiuse pats !mating, g admg,, pavement markings hand signage is included. - I; /04/2010 ;Contract ocuments for the Pr lees have been assembled f into one bound protect manual which together with draw- ings,may a examined at a following locations: City of Carmel tatement checked below is true and correct: pDeepartment of Engineering - 1st Floor Cart et, tN N1 R.W. Armstrong & Associates led not have a Web site. Union Station Indianapolis, IN 46225 - is a Web site and this public notice was posted on the same day as it was published in Atttn:Paaul.2 Myers RE 6 5 a er Copie o�rffo, such drawings and roo,ijeeCCCct,, manuals must ob -r p p awed above .W�.pArmstrong & oT$TSafys at the address Is a Web site, but due to a technical problem or error, public notice was posted on NOaCASSHdACCEPTED. Make9checcks payable to R.WeAr is a Web site but refuses to post the public notice. trona & Associates All ppaayments and costs of Contract Doc- I uments are non-refundable. Bidders shall assure that they have obtained omplete sets' or drawings and Contract Documents and shall assume the risk of an errors or missions in bids prepared in reliance on incomplete sets of drawings and Contract Documents. This Project will be funded by the City of Carmel. War. ralxlnt4haOmipct+ ,u nn■ he Litz thncuueNJ DATE: 02/04/2010 Title: Clerk Company Amount Alternative Alternative ✓/NG IIM C4e/Pok.V ee, Dr2_ IMO .6 4-: FIEMNIM Irt11111M HL i2) ilq (0'15 5 c' a 393 &-a 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. Gradex, Inc. Project Name: Shelborne Road from 116th to 131st Street Date Submitted: February 17, 2010 Base Bid Amount: $ 4,622,932.60 Revised 1/31/2010 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Shelborne Road from 116th To 131st Street Proposal For Construction of : Date: February 17, 2010 The project consists of a boulevard style roadway with curb and gutter beginning just North of II6" Street and continuing to a little north of 126`h street It also includes roundabouts and approaches to the roundabouts at 127`, 126th & 131" street, including enclosed storm sewers, multi- use path, and incidental work such as lighting, striping, Landscaping and signage. To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 1.1 Bidder Name: PART 1 BIDDER INFORMATION (Print) Gradex, Inc. 1.2 Bidder Address: Street Address: 3685 Priority Way S. Dr., Suite 140 City: Indianapolis State: 3N Zip: 46240 Phone: 317 -573 -3970 Fax: 317 -573 -3979 1.3 Bidder is alan [mark one] Individual Partnership A Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [Ihe.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 2.1 Base Bid PART 2 BID PROPOSAL 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 Four Million Six Hundred Twenty -Two Thousand Nine Hundred Thirty -Two and 60/100- Dollars ($ 4,622,932.60 ). 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 wider 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) Contract Item No. Description Estimated Quantity Unit Unit Price Total Price for Item 1 CONSTRUCTION ENGINEERING 1 LS $ 35,000.00 $ 35,000.00 2 MOBILIZATION AND DEMOBILIZATION 1 LS $ 230,000.00 $ 230,000.00 3 CLEARING RIGHT -OF -WAY 1 LS $ 75,000.00 $ 75,000.00 4 OFFICE EQUIPMENT 1 LS $ 25,000.00 $ 25,000.00 5 SURFACE MILLING, ASPHALT, 1.5 IN. 386 SYS $ 2.00 $ 772.00 6 TRANSITION MILLING, ASPHALT, 1.5" 1,730 SYS $ 2.00 $ 3,460.00 7 EXCAVATION, COMMON 5,584 CYS $ 18.00 $ 100,512.00 8 BORROW (PLACE) 43,895 CYS $ 3.50 $ 153,632.50 9 TEMPORARY DITCH INLET PROTECTION 22 EA $ 85.00 $ 1,870.00 10 TEMPORARY EROSION & SEDIMENT CONTROL, CURB INLET PROTECTION 101 EA $ 65.00 $ 6,565.00 31 TEMPORARY CULVERT PROTECTION 6 €A $ 12 TEMPORARY SEDIMENT TRAP, MODIFIED 42 TON $ 4.40 $ 184.80 13 TEMPORARY SEDIMENT BASIN 1 EA $ 1,650.00 $ 1,650.00 14 TEMPORARY SILT FENCE 11,789 LFT $ 1.15 $ 13,557.35 15 TEMPORARY CHECK DAM, UNIFORM RIPRAP 9.3 TON $ 65.00 $ 604.50 16 REVETMENT, RIPRAP 6.5 TON $ 65.00 $ 422.50 17 GEOTEXTILES 15 SYS $ 20.00 $ 300.00 18 EROSION CONTROL BLANKET 209 SYS $ 1.35 $ 282.15 19 SUBGRADE TREATMENT, TYPE IA 40,081 SYS $ 3.75 $ 150,303.75 20 SUBGRADE TREATMENT (UNDISTRIBUTED) 500 CYS $ 35.00 $ 17,500.00 21 STRUCTURE BACKFILL, TYPE 1 12,598 CYS $ 18.00 $ 226,764.00 22 FLOWABLE BACKFILL, REMOVABLE (UNDISTRIBUTED) 1,066 CYS $ 55.00 $ 58,630.00 23 COMPACTED AGGREGATE, NO. 53, BASE 2,937 TON $ 22.00 $ 64,614.00 BID -4 24 SUBGRADE TREATMENT TYPE III 722 SYS $ 8.50 $ 6,137.00 25 COLORED AND JOINTED CONCRETE, 7" 961.3 SYS $ 60.00 $ 57,678.00 26 COLORED AND JOINTED CONCRETE, 4" 59 SYS $ 73.00 $ 4,307.00 27 HMA SURFACE, TYPE C, 9.5MM 2,603.6 TON $ 69.00 $ 179,648.40 28 HMA INTERMEDIATE, TYPE C, 19.0MM 4,341.8 TON $ 50.00 $ 217,090.00 29 HMA BASE, TYPE C, 25.OMM 11,585.2 TON $ 47.00 $ 544,504.40 30 HMA INTERMEDIATE, TYPE C, OG 19MM 6,076.8 TON $ 47.00 $ 285,609.60 31 ASPHALT FOR TACK COAT 53.1 TON $ 100.00 $ 5,310.00 32 HMA SURFACE, TYPE B 510 TON $ 88.00 $ 44,880.00 33 HMA INTERMEDIATE, TYPE B 1,592 TON $ 55.00 $ 87,560.00 34 CURB RAMP, CONCRETE (ALL TYPES) 532 SYS $ 83.00 $ 44,156.00 35 SIDEWALK, CONCRETE, RECONSTRUCTION 4 IN. (UNDISTRIBUTED) 100 SYS $ 40.00 $ 4,000.00 36 COMBINED CURB AND GUTTER TYPE II 12,959 LFT $ 11.00 $ 142,549.00 37 COMBINED CURB AND GUTTER TYPE III 9,626 LFT $ 11.00 $ 105,886.00 38 COMBINED CURB AND GUTTER, ROLL, MODIFIED 1,075 LFT $ 15.00 $ 16,125.00 39 STRAIGHT CONCRETE CURB 962 LFT $ 16.00 $ 15,392.00 40 PCCP FOR APPROACHES, 6 IN. 828 SYS $ 40.00 $ 33,120.00 41 HMA FOR DRIVE APPROACHES 122.3 TON $ 69.00 $ 8,438.70 42 COARSE AGG, 73 84 TON $ 50.00 $ 4,200.00 43 MAILBOX ASSEMBLY, SINGLE 14 EA $ 166.00 $ 2,324.00 44 MONUMENT, SECTION CORNER 3 EA $ 510.00 $ 1,530.00 45 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 3 EA $ 500.00 $ 1,500.00 46 MULCHED SEEDING, TYPE U 5,296 SYS $ 0.41 $ 2,171.36 47 SEED MIXTURE, TYPE D 1 LBS $ 1,125.00 $ 1,125.00 48 WATER 161 kGAL $ 1.00 $ 161.00 49 TOPSOIL 7,971 CYS $ 4.00 $ 31,884.00 50 SODDING, NURSERY 41,100 SYS $ 2.65 $ 108,915.00 51 DRAINAGE TILES (UNDISTRIBUTED) 100 LFT $ 10.00 $ 1,000.00 BID -5 52 MODULAR BLOCK WALL 31.3 SYS $ 135.00 $ 4,225.50 53 MODULAR BLOCK WALL, ERECTION 31.3 SYS $ 270.00 $ 8,451.00 54 STRUCTURE BACKFILL, TYPE 3 9 CYS $ 125.00 $ 1,125.00 55 PIPE, TYPE 4, CIRCULAR, 6 IN. DOUBLE WALL, SMOOTH INTERIOR 9,157 LFT $ 6.75 $ 61,809.75 56 VIDEO INSPECTION FOR UNDERDRAINS 9,157 LFT $ 1.35 $ 12,361.95 57 PIPE, TYPE 2, CIRCULAR, 12 IN. 3,535 LFT $ 25.00 $ 88,375.00 58 PIPE, TYPE 2, CIRCULAR, 15 IN. 655 LFT $ 28.00 $ 18,340.00 59 PIPE, TYPE 2, CIRCULAR, 18 IN. 767 LFT $ 32.00 $ 24,544.00 60 PIPE, TYPE 2, CIRCULAR, 24 IN. 576 LFT $ 46.00 $ 26,496.00 61 PIPE, TYPE 2, CIRCULAR, 36 IN. 3,575 LFT $ 65.00 $ 232,375.00 62 PIPE END SECTION, PRECAST CONCRETE, 12 IN. 2 EA $ 585.00 $ 1,170.00 63 PIPE END SECTION, PRECAST CONCRETE, 15 IN. 2 EA $ 615.00 $ 1,230.00 64 PIPE END SECTION, PRECAST CONCRETE, 36 IN. 1 EA $ 1,800.00 $ 1,800.00 65 AGGREGATE FOR UNDERDRAIN 934 CYS $ 30.00 $ 28,020.00 66 GEOTEXTILES FOR UNDERDRAIN 10,217 SYS $ 0.90 $ 9,195.30 67 CATCH BASIN, E -7 8 EA $ 1,400.00 $ 11,200.00 68 MANHOLE, C -4 27 EA $ 1,800.00 $ 48,600.00 69 INLET, J -10 27 EA $ 1,300.00 $ 35,100.00 70 INLET, K -10 12 EA $ 1,700.00 $ 20,400.00 71 CATCH BASIN, K10 17 EA $ 1,800.00 $ 30,600.00 72 CASTING, ADJUST TO GRADE 6 EA $ 700.00 $ 4,200.00 73 CASTING, 4, FURNISH AND ADJUST TO GRADE 2 EA $ 1,100.00 $ 2,200.00 74 MANHOLE, D4 28 EA $ 4,000.00 $ 112,000.00 75 INLET, B -15 10 EA $ 2,000.00 $ 20,000.00 76 INLET, C -15 3 EA $ 2,100.00 $ 6,300.00 77 CATCH BASIN, C15 1 EA $ 2,200.00 $ 2,200.00 78 INLET, REMOVE 8 EA $ 500.00 $ 4,000,00 79 FENCE, CHAIN LINK, REMOVE 350 LFT $ 5.00 $ 1,750.00 80 FENCE, CHAIN LINK, 48 IN. 350 LFT $ 17.00 $ 5,950.00 81 FENCE, FARM FIELDS, REMOVE 1535 LFT $ 1.60 $ 2,456.00 82 FENCE, FARM FIELD, 47 IN. 1535 LFT $ 6.00 $ 9,210.00 83 ROAD CLOSURE SIGN ASSEMBLY 4 EA $ 626.00 $ 2,504.00 BID -6 84 DETOUR ROUTE MARKER ASSEMBLY 55 EA $ 88.00 $ 4,840.00 85 CONSTRUCTION SIGN, A 21 EA $ 144.00 $ 3,024.00 86 MAINTAINING TRAFFIC 1 LS $ 128,000.00 $ 128,000.00 87 BARRICADE, Ill-A 440 LFT $ 6.75 $ 2,970.00 88 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE 835 LFT $ 13.50 $ 11,272.50 89 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.08 IN. 147.3 SFT $ 15.00 $ 2,209.50 90 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.10 IN. 238.7 SFT $ 16.00 $ 3,819.20 91 DECORATIVE STREET SIGN ASSEMBLY 10 EA $ 1,450.00 $ 14,500.00 92 SIGN, SHEET RELOCATION (UNDISTRIBUTED) 10 EA $ 40.00 $ 400.00 93 CONCRETE FOUNDATION WITH GROUNDING, 30 IN. DIAMETER X 96 IN. 10 EA $ 1,100.00 $ 11,000.00 94 LIGHT POLE ASSEMBLY, RAB 10 EA $ 7,400.00 $ 74,000.00 95 HANDHOLE, IRRIGATION 10 EA $ 800.00 $ 8,000.00 96 WIRE, NO. 4, COPPER, IN PLASTIC DUCT, IN TRENCH, 4 1/C 1178 LFT $ 10.00 $ 11,780.00 97 SCHOOL FLASHER ASSEMBLY, RELOCATE 2 EA $ 2,100.00 $ 4,200.00 98 SERVICE POINT, II 3 EA $ 5,525.00 $ 16,575.00 99 CONDUIT, PVC, 4" 1857 LFT $ 7.00 $ 12,999.00 100 CONDUIT, PVC, 3/4" 70 LFT $ 1.00 $ 70.00 101 LINE, THERMOPLASTIC, DOTTED WHITE, 8 IN. 2' LINE, 2' GAP 192 LFT $ 1.44 $ 276.48 102 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. 475 LFT $ 0.57 $ 270.75 103 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. 1988 LFT $ 0.57 $ 1,133.16 104 SNOWPLOWABLE RAISED PAVEMENT MARKER (YELLOW) 34 EA $ 80.00 $ 2,720.00 105 SNOWPLOWABLE RAISED PAVEMENT MARKER (BLUE) 13 EA $ 93.00 $ 1,209.00 106 TRANSVERSE MARKING, THERMOPLASTIC, CROSSHATCH, YELLOW, 12 IN. 1471 LFT $ 2.00 $ 2,942.00 107 TRANSVERSE MARKING, THERMOPLASTIC, STOP BAR, 24 IN. 129 LFT $ 4.00 $ 516.00 BID -7 108 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK LINE, 6 IN. 1100 LFT $ 1.23 $ 1,353.00 109 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICATION ARROW 5 EA $ 100.00 $ 500.00 110 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, WORD (ONLY) 5 EA $ 100.00 $ 500.00 111 TRANSVERSE MARKINGS, THERMOPLASTIC, CROSSWALK LINE, 24 IN. 800 LFT $ 4.00 $ 3,200.00 112 TRANSVERSE MARKINGS, THERMOPLASTIC, WHITE YIELD LINE, 27 IN. 99 EA $ 22.00 $ 2,178.00 113 PLANTING SOIL 746 CYS $ 36.00 $ 26,856.00 114 LIMESTONE, ENDCAP 6 EA $ 3,100.00 $ 18,600.00 115 LIMESTONE, BLOCK 1242 CF $ 78.00 $ 96,876.00 116 MULCH, HARDWOOD SHREDDED BARK 119 CYS $ 56.00 $ 6,664.00 117 PLANT, DECIDUOUS SHRUB, 15 " -18" 224 EA $ 28.00 $ 6,272.00 118 PLANT, DECIDUOUS SHRUB, 18 " -24" HEIGHT 108 EA $ 33.00 $ 3,564.00 119 PLANT, DECIDUOUS TREE, 2.5 - 3" 129 EA $ 268.00 $ 34,572.00 120 PLANT, DECIDUOUS TREE, 2.0 - 2.5" 189 EA $ 181.00 $ 34,209.00 121 PLANT, ORNAMENTAL GRASS, 2 GAL. 250 EA $ 12.00 $ 3,000.00 122 PLANT, PERENNIAL, 1 GAL. 4223 EA $ 8.50 $ 35,895.50 123 SPADE EDGE 777 LFT $ 1.00 $ 777.00 124 IRRIGATION, LANDSCAPE 1 LS $ 38,000.00 $ 38,000.00 125 LANDSCAPE LIGHTING 1 LS $ 15,000.00 $ 15,000.00 126 2" GALVANIZED STEEL CONDUIT 1107 LFT $ 11.00 $ 12,177.00 127 MODIFIED CURB, TYPE D 33.3 SYS $ 60.00 $ 1,998.00 TOTAL BID 4,622,932.60 BID -8 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 02/08/2010 02/12/2010 02/15/2010 4 02/16/2010 BID -9 Revised 2/15/10 I S S I I I 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. 1751 W. Minnesota St., PO Box 276 Indianapolis, IN 46206 Project Name: Shelborne Road from 116th St. to 131st St. Roundabout Pro'ect No. 06 -21 Date Submitted: February 17, 2010 Base Bid Amount: $4,675,675.00 Revised 1/31/2010 I I I I 1 I BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Proposal For Construction of : Shelborne Road from 116th To 131st Street The project consists of a boulevard style roadway with curb and glitter beginning just North of 116`h Street and continuing to a little north of 126`h street. It also includes roundabouts and approaches to the roundabouts at Ills`, 126`h & l3P'street, including enclosed storm sewers, multi- use path, and incidental work such as lighting, striping, Landscaping and signage. Date: February 17, 2010 To: City of Carmel, Indiana, Board of Public Works and Safety I BID - l I I I PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Rieth —Riley Construction Co., Inc. 1.2 Bidder Address: Street Address: 1751 w. Minnesota St., PO Box 276 City: Indianapolis State: IN Zip: 46206 Phone: 317 /634 -5561 Fax: 317/631 -6265 1.3 Bidder is a /an [mark one] Individual Partnership Foreign (Out of State) Corporation; State: Joint Venture Other X Indiana Corporation 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 Four Million Six Hundred Seventy Five Thousand Six Hundred Seventy Five and 00 /100 Dollars ($ 4,675,675.00 ). 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] Contract Item No. Description/ Unit Price ]in Words] Estimated Quantity Prices in Figures per Unit Unit Price Total Price for Item 1 Construction Engineering 1.00 LS $ 50,500.00 $ 50,500.00 2 Mobilization and Demobilization 1.00 LS $ 179,898.62 $ 179,898.62 3 Clearing Right -of -Way 1.00 LS $ 200,150.00 $ 200,150.00 4 Office Equipment 1.00 LS $ 10,400.00 $ 10,400.00 5 Surface Milling, Asphalt, 1.5 in. 386.00 SYS $ 6.25 $ 2,412.50 6 Transition Milling, Asphalt,1.5" 1,730.00 SYS $ 5.00 $ 8,650.00 7 Excavation, Common 5,584.00 CYS $ 53.31 $ 297,683.04 8 Borrow 43,895.00 CYS $ 0.06 $ 2,633.70 9 Temporary Ditch Inlet Protection 22.00 EA $ 180.00 $ 3,960.00 10 Temporary Erosion & Sediment Control, Curb Inlet Protection 101.00 EA $ 65.00 $ 6,565.00 -14 - -- -- - e -- e 6.00 -EA $ - DELETED 12 Temporary Sediment Trap, Modified 42.00 TON $ 40.23 $ 1,689.66 13 Temporary Sediment Basin 1.00 EA $ 1,444.00 $ 1,444.00 14 Temporary Silt Fence 11,789.00 LFT $ 1.15 $ 13,557.35 15 Temporary Check Dam, Uniform Riprap 9.30 TON $ 29.10 $ 270.63 16 Revetment, Riprap 6.50 TON $ 27.00 $ 175.50 17 Geotextiles 15.00 SYS $ 3.00 $ 45.00 18 Erosion Control Blanket 209.00 SYS $ 1.35 $ 282.15 19 Subgrade Treatment, Type IA 40,081.00 SYS $ 4.13 $ 165,534.53 20 Subgrade Treatment (Undistributed) 500.00 CYS $ 31.00 $ 15,500.00 21 Structure Backfill, Type 1 12,598.00 CYS $ 19.00 $ 239,362.00 22 Flowable Backfill, Removable (undistributed) 1,066.00 CYS $ 52.00 $ 55,432.00 23 Compacted Aggregate, No. 53, Base 2,937.00 TON $ 27.25 $ 80,033.25 24 Subgrade Treatment Type III 722.00 SYS $ 4.23 $ 3,054.06 25 Colored and Jointed Concrete, 7" 961.30 SYS $ 1.00 $ 961.30 26 Colored and Jointed Concrete, 4" 59.00 SYS $ 75.00 $ 4,425.00 27 HMA Surface, Type C, 9.5mm 2,603.60 TON $ 71.00 $ 184,855.60 28 HMA Intermediate, Type C, 19.0mm 4,341.80 TON $ 49.63 $ 215,483.53 29 HMA Base, Type C, 25.0 mm 11,585.20 TON $ 46.83 $ 542,534.92 30 HMA Intermediate, Type C, OG 19mm 6,076.80 TON $ 47.60 $ 289,255.68 31 Asphalt for Tack Coat 53.10 TON $ 540.00 $ 28,674.00 32 HMA Surface, Type B 510.00 TON $ 79.96 $ 40,779.60 33 HMA Intermediate, Type B 1,592.00 TON $ 52.17 $ 83,054.64 34 Curb Ramp, Concrete (All Types) 532.00 SYS $ 97.13 $ 51,673.16 35 Sidewalk, Concrete, reconstruction 4 in. (Undistributed) 100.00 SYS $ 55.31 $ 5,531.00 36 Combined Curb and Gutter Type II 12,959.00 LFT $ 11.64 $ 150,842.76 37 Combined Curb and Gutter Type III 9,626.00 LFT $ 13.11 $ 126,196.86 38 Combined Curb and Gutter, Roll, Modified 1,075.00 LFT $ 18.43 $ 19,812.25 39 Straight Concrete Curb 962.00 LFT $ 16.60 $ 15,969.20 40 PCCP for Approaches, 6 in. 828.00 SYS $ 43.19 $ 35,761.32 41 HMA for Drive Approaches 122.30 TON $ 123.44 $ 15,096.71 42 Coarse Agg, 73 84.00 TON $ 26.31 $ 2,210.04 43 Mailbox Assembly, Single 14.00 EA $ 166.00 $ 2,324.00 44 Monument, Section Corner 3.00 EA $ 510.00 $ 1,530.00 45 Mobilization and Demobilization for Seeding 3.00 EA $ 500.00 $ 1,500.00 46 Mulched Seeding, Type U 5,296.00 SYS $ 0.41 $ 2,171.36 47 Seed Mixture, Type D 1.00 LBS $ 1,125.00 $ 1,125.00 48 Water 161.00 kGAL $ 1.00 $ 161.00 49 Topsoil 7,971.00 CYS $ 8.00 $ 63,768.00 50 Sodding, Nursery 41,100.00 SYS $ 2.45 $ 100,695.00 51 Drainage Tiles (Undistributed) 100.00 LFT $ 50.00 $ 5,000.00 52 Modular Block Wall 31.30 SYS $ 135.00 $ 4,225.50 53 Modular Block Wall, Erection 31.30 SYS $ 270.00 $ 8,451.00 54 Structure Backfill, Type 3 9.00 CYS $ 18.21 $ 163.89 55 Pipe, Type 4, Circular, 6 in. Double Wall, Smooth Interior 9,157.00 LFT $ 3.95 $ 36,170.15 56 Video Inspection for Underdrains 9,157.00 LFT $ 1.00 $ 9,157.00 57 Pipe, Type 2, Circular, 12 in. 3,535.00 LFT $ 23.75 $ 83,956.25 58 Pipe, Type 2, Circular, 15 in. 655.00 LFT $ 26.00 $ 17,030.00 59 Pipe, Type 2, Circular, 18 in. 767.00 LFT $ 26.75 $ 20,517.25 60 Pipe, Type 2, Circular, 24 in. 576.00 LFT $ 34.00 $ 19,584.00 61 Pipe, Type 2, Circular, 36 in. 3,575.00 LFT $ 62.30 $ 222,722.50 62 Pipe End Section, Precast Concrete, 12 in. 2.00 EA $ 350.00 $ 700.00 63 Pipe End Section, Precast Concrete, 15 in. 2.00 EA $ 375.00 $ 750.00 64 Pipe End Section, Precast Concrete, 36 in. 1.00 EA $ 900.00 $ 900.00 65 Aggregate for Underdrain 934.00 CYS $ 19.60 $ 18,306.40 66 Geotextiles for Underdrain 10,217.00 SYS $ 0.65 $ 6,641.05 67 Catch Basin, E -7 8.00 EA $ 1,540.00 $ 12,320.00 68 Manhole, C -4 27.00 EA $ 1,910.00 $ 51,570.00 69 Inlet, J -10 27.00 EA $ 1,520.00 $ 41,040.00 70 Inlet, K -10 - 12.00 EA $ 1,520.00 $ 18,240.00 71 Catch Basin, KI0 17.00 EA $ 1,930.00 $ 32,810.00 72 Casting, Adjust to Grade 6.00 EA $ 375.00 $ 2,250.00 73 Casting, 4, Furn ish and Adjust to Grade 2.00 EA $ 505.00 $ 1,010.00 74 Manhole, D4 28.00 EA $ 2,435.00 $ 68,180.00 75 Inlet, B -15 10.00 EA $ 2,065.00 $ 20,650.00 76 Inlet, C -15 3.00 EA $ 2,075.00 $ 6,225.00 77 Catch Basin, C15 1.00 EA $ 2,575.00 $ 2,575.00 78 Inlet, Remove 8.00 EA $ 625.00 $ 5,000.00 79 Fence, Chain Link, Remove 350.00 LFT $ 5.00 $ 1,750.00 80 Fence, Chain Link, 48 in. 350.00 LFT $ 17.00 $ 5,950.00 81 Fence, Farm Fields, Remove 1,535.00 LFT $ 1.60 $ 2,456.00 82 Fence, Farm Field, 47 in. 1,535.00 LFT $ 6.00 $ 9,210.00 83 Road Closure Sign Assembly 4.00 EA $ 626.00 $ 2,504.00 84 Detour Route Marker Assembly 55.00 EA $ 88.00 $ 4,840.00 85 Construction Sign, A 21.00 EA $ 144.00 $ 3,024.00 86 Maintaining Traffic 1.00 LSUM $ 29,120.00 $ 29,120.00 87 Barricade, Ill -A 440.00 LFT $ 6.75 $ 2,970.00 88 Sign Post, Square, I, Reinforced Anchor Base 835.00 LFT $ 13.50 $ 11,272.50 89 Sign , Sheet, Encapsulated Lens with Legend, 0.08 in. 147.30 SFT $ 15.00 $ 2,209.50 90 Sign , Sheet, Encapsulated Lens with Legend, 0.10 in. 238.70 SFT $ 16.00 $ 3,819.20 91 Decorative Street Sign Assembly 10.00 EA $ 1,450.00 $ 14,500.00 92 Sign, Sheet Relocation (Undistributed) 10.00 EA $ 40.00 $ 400.00 93 Concrete Foundation with Grounding, 30 in. Diameter x 96 in. 10.00 EA $ 1,100.00 $ 11,000.00 94 Light Pole Assembly, RAB 10.00 EA $ 7,400.00 $ 74,000.00 95 Handhole, Irrigation 10.00 EA $ 800.00 $ 8,000.00 96 Wire, No. 4, Copper, In Plastic Duct, In Trench, 4 I/C 1,178.00 LFT $ 10.00 $ 11,780.00 97 School Flasher Assembly, Relocate 2.00 EA $ 2,100.00 $ 4,200.00 98 Service Point, Il 3.00 EA $ 5,525.00 $ 16,575.00 99 Conduit, PVC, 4" 1,857.00 LFT $ 7.00 $ 12,999.00 100 Conduit, PVC, 3/4" 70.00 LFT $ 1.00 $ 70.00 101 Line, Thermoplastic, Dotted White, 8 in. 2' Line, 2' Gap 192.00 LFT $ 1.44 $ 276.48 102 Line, Thermoplastic, Solid, White, 4 in. 475.00 LFT $ 0.57 $ 270.75 103 Line, Thermoplastic, Solid, Vella 1. 4 in. 1,988.00 LFT $ 0.57 $ 1,133.16 104 Snowplowable Raised Pavement Marker (Yellow) 34.00 EA $ 104.00 $ 3,536.00 105 Snowplowable Raised Pavement Marker (Blue) 13.00 EA $ 150.00 $ 1,950.00 106 Transverse Marking, Thermoplastic, Crosshatch, Yellow, 12 in. 1,471.00 LFT $ 2.00 $ 2,942.00 107 Transverse Marking, Thermoplastic, Stop Bar, 24 in. 129.00 LFT $ 4.00 $ 516.00 108 Transverse Marking, Thermoplastic Crosswalk Line, 6 in. 1,100.00 LFT $ 1.23 $ 1,353.00 109 Pavement Message Markings, Thermoplastic, Lane Indication Arrow 5.00 EA $ 100.00 $ 500.00 110 Pavement Message Markings, Thermoplastic, Word (ONLY) 5.00 EA $ 100.00 $ 500.00 111 Transverse Markings, Thermoplastic, Crosswalk Line, 24 in. 800.00 LFT $ 4.00 $ 3,200.00 112 Transverse Markings, Thermoplastic, White Yield Line, 27 in. 99.00 EA $ 22.00 $ 2,178.00 113 Planting Soil 746.00 CY $ 36.00 $ 26,856.00 114 Limestone, Endcap 6.00 EA $ 3,100.00 $ 18,600.00 115 Limestone, Block 1,242.00 CF $ 78.00 $ 96,876.00 116 Mulch, Hardwood Shredded Bark 119.00 CY $ 60.00 $ 7,140.00 117 Plant, Deciduous Shrub, 15" -18" 224.00 EA $ 32.00 $ 7,168.00 118 Plant, Deciduous Shrub, 18 " -24" height 108.00 EA $ 39.00 $ 4,212.00 119 Plant, Deciduous Tree, 2.5 - 3" 129.00 EA $ 312.00 $ 40,248.00 120 Plant, Deciduous Tree, 2.0 - 2.5" 189.00 EA $ 325.00 $ 61,425.00 121 Plant, Ornamental Grass, 2 Gal. 250.00 EA $ 27.00 $ 6,750.00 122 Plant, Perennial, I Gal. 4,223.00 EA $ 10.50 $ 44,341.50 I 23 Spade Edge 777.00 LF $ 1.00 $ 777.00 124 Irrigation, Landscape 1.00 LS $ 38,000.00 $ 38,000.00 125 Landscape Lighting 1.00 LS $ 15,000.00 $ 15,000.00 126 2" Galvanized Steel Conduit 1,107.00 LFT $ 11.00 $ 12,177.00 127 Modified Curb, type D 33.30 SYS $ 100.00 $ 3,330.00 BID TOTAL $ 4,675,675.00 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 2 3 .4 DATE 02/08/2010 02/12/2010 02/15/2010 02/ 16/2010 BID -9 Revised 2/16/10 I I 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: None. I I I BID -10 CITY OF CARMEL Shelborne Road from north of 116`h Street to 126th Street and 13.1s` Street Roundabout CONT ' ACT INFORMATION CONSTRUCTION PLANS SPECIAL PROVISIONS TECHNICAL SPECIFICIATIONS & DETAILS ADDITIONAL CONTRACT REQUIREMENTS FOR PROJECT NO. 06-21 LETTING DATE February 17, 2010 Paul. W. Myers, P.E. R.W. Armstrong & Associates 300 South Meridian Street Indianapolis, Indiana 46225 City of Carmel One Civic Square Carmel, Indiana 46032 N0. Fo ma 0910005,' -1� :46 STATE OF , C t4,ultF«`` Certified By 'O -�- Date 127 J 201 Q 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: Sha M,,ne lid from 116th to 131st Street Date Submitted: Ea trary 17, 2010 Base Bid Amount: $ 4,709,169.90 Revised 1/31/2010 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be filly and accurately filled in and completed and notarized. Project: Proposal For Construction of : Date: nebruaty 17, 2010 Shelborne Road from 116th To 131st Street The project consists of a boulevard style roadway with curb and gutter beginning just North of 116`h Street and continuing to a little north of 126`" street. It also includes roundabouts and approaches to the roundabouts at 12t, 126`" & 131s` street, including enclosed storm sewers, multi- use path, and incidental work such as lighting, striping, Landscaping and signage. 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 Av ue City: r'b)stesville State: Irxliana Zip: 46060 Phone: 317 - 773 -4132 Fax: 317-773-4137 1.3 Bidder is a /an [mark one] Individual Partnership XxXX 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: 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 * ** SEE AFT( Dollars ($ 4,709,169.90 ). 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. * ** Ftur Minim, Seven. Hundred Nine `Ili zand, Qe Hundred Sixty -Mire dollars and Ninety ants. BID -3 Shelborne Road Itemized Bid Form E B Paving, Inc. CONTRACT ITEM # DESCRIPTION EST QTY UNITS UNIT PRICE - - ,AMOUNT 1 Construction Engineering 1.00 LS $ 49,600.00 $ 49,600.00 2 Mobilization and Demobilization 1.00 LS $ 228,000.00 $ 228,000.00 3 Clearing Right -of -Way 1.00 LS $ 200,150.00 $ 200,150.00 4 Office Equipment 1.00 LS $ 3,506.00 $ 3,506.00 5 Surface Milling, Asphalt, 1.5 in. 386.00 SYS $ 3.00 $ 1,158.00 6 Transition Milling, Asphalt,1.5 "" 1730.00 SYS $ 3.00 $ 5,190.00 7 Excavation, Common 5584.00 CYS $ 50.65 $ 282,829.60 8 Borrow 43895.00 CYS $ 0.05 $ 2,194.75 9 Temporary Ditch Inlet Protection 22.00 EA $ 85.00 $ 1,870.00 10 Temporary Erosion & Sediment Control, Curb Inlet Protection 101.00 EA $ 65.00 $ 6,565.00 11 Temporary Culvert Protection 0.00 EA $ 200.00 $ - 12 Temporary Sediment Trap, Modified 42.00 TON $ 40.23 $ 1,689.66 13 Temporary Sediment Basin 1.00 EA $ 1,444.00 $ 1,444.00 14 Temporary Silt Fence 11789.00 LFT $ 1.15 $ 13,557.35 15 Temporary Check Dam, Uniform Riprap 9.30 TON $ 29.10 $ 270.63 16 Revetment, Riprap 6.50 TON $ 27.00 $ 175.50 17 Geotextiles 15.00 SYS $ 3.00 $ 45.00 18 Erosion Control Blanket 209.00 SYS $ 1.35 $ 282.15 19 Subgrade Treatment, Type IA 40081.00 SYS $ 4.33 $ 173,550.73 20 Subgrade Treatment (Undistributed) 500.00 CYS $ 31.00 $ 15,500.00 21 Structure Backfill, Type 1 12598.00 CYS $ 19.00 $ 239,362.00 22 Flowable Backfill, Removable (undistributed) 1066.00 CYS $ 52.00 $ 55,432.00 23 Compacted Aggregate, No. 53, Base 2937.00 TON $ 29.14 $ 85,576.11 24 Subgrade Treatment Type III 722.00 SYS $ 4.23 $ 3,054.06 25 Colored and Jointed Concrete, 7"" 961.30 SYS $ 65.00 $ 62,484.50 26 Colored and Jointed Concrete, 4 "" 59.00 SYS $ 100.00 $ 5,900.00 27 HMA Surface, Type C, 9.5mm 2603.60 TON $ 69.00 $ 179,648.40 28 HMA Intermediate, Type C, 19.0mm 4341.80 TON $ 50.00 $ 217,090.00 29 HMA Base, Type C, 25.0 mm 11585.20 TON $ 47.00 $ 544,504.40 30 HMA Intermediate, Type C, OG 19mm 6076.80 TON $ 47.00 $ 285,609.60 31 Asphalt for Tack Coat 53.10 TON $ 100.00 $ 5,310.00 32 HMA Surface, Type B 510.00 TON $ 88.00 $ 44,880.00 33 HMA Intermediate, Type B 1592.00 TON $ 55.00 $ 87,560.00 34 Curb Ramp, Concrete (All Types) 532.00 SYS $ 120.00 $ 63,840.00 35 Sidewalk, Concrete, reconstruction 4 in. (Undistributed) 100.00 SYS $ 38.00 $ 3,800.00 36 Combined Curb and Gutter Type II 12959.00 LFT $ 10.00 $ 129,590.00 37 Combined Curb and Gutter Type III 9626.00 LFT $ 11.00 $ 105,886.00 38 Combined Curb and Gutter, Roll, Modified 1075.00 LFT $ 15.00 $ 16,125.00 39 Straight Concrete Curb 962.00 LFT $ 15.00 $ 14,430.00 40 PCCP for Approaches, 6 in. 828.00 SYS $ 51.00 $ 42,228.00 41 HMA for Drive Approaches 122.30 TON $ 69.00 $ 8,438.70 42 Coarse Agg, 73 84.00 TON $ 44.00 $ 3,696.00 43 Mailbox Assembly, Single 14.00 EA $ 175.00 $ 2,450.00 44 Monument, Section Corner 3.00 EA $ 450.00 $ 1,350.00 45 Mobilization and Demobilization for Seeding 3.00 EA $ 500.00 $ 1,500.00 46 Mulched Seeding, Type U 5296.00 SYS $ 0.41 $ 2,171.36 47 Seed Mixture, Type D 1.00 LBS $ 1,125.00 $ 1,125.00 48 Water 161.00 kGAL $ 1.00 $ 161.00 49 Topsoil 7971.00 CYS $ 8.00 $ 63,768.00 page 1 of 3 Shelborne Road Itemized Bid Form E B Paving, Inc. 50 Sodding, Nursery 41100.00 SYS $ 2.45 $ 100,695.00 51 Drainage Tiles (Undistributed) 100.00 LFT $ 50.00 $ 5,000.00 52 Modular Block Wall 31.30 SYS $ 135.00 $ 4,225.50 53 Modular Block Wall, Erection 31.30 SYS $ 270.00 $ 8,451.00 54 Structure Backfill, Type 3 9.00 CYS $ 125.00 $ 1,125.00 55 Pipe, Type 4, Circular, 6 in. Double Wall, Smooth Interior 9157.00 LFT $ 3.95 $ 36,170.15 56 Video Inspection for Underdrains 9157.00 LFT $ 0.85 $ 7,783.45 57 Pipe, Type 2, Circular, 12 in. 3535.00 LFT $ 23.75 $ 83,956.25 58 Pipe, Type 2, Circular, 15 in. 655.00 LFT $ 26.00 $ 17,030.00 59 Pipe, Type 2, Circular, 18 in. 767.00 LFT $ 26.75 $ 20,517.25 60 Pipe, Type 2, Circular, 24 in. 576.00 LFT $ 34.00 $ 19,584.00 61 Pipe, Type 2, Circular, 36 in. 3575.00 LFT $ 62.30 $ 222,722.50 62 Pipe End Section, Precast Concrete, 12 in. 2.00 EA $ 350.00 $ 700.00 63 Pipe End Section, Precast Concrete, 15 in. 2.00 EA $ 375.00 $ 750.00 64 Pipe End Section, Precast Concrete, 36 in. 1.00 EA $ 900.00 $ 900.00 65 Aggregate for Underdrain 934.00 CYS $ 19.60 $ 18,306.40 66 Geotextiles for Underdrain 10217.00 SYS $ 0.65 $ 6,641.05 67 Catch Basin, E -7 8.00 EA $ 1,540.00 $ 12,320.00 68 Manhole, C -4 27.00 EA $ 1,910.00 $ 51,570.00 69 Inlet, J -10 27.00 EA $ 1,520.00 $ 41,040.00 70 Inlet, K -10 12.00 EA $ 1,520.00 $ 18,240.00 71 Catch Basin, K10 17.00 EA $ 1,930.00 $ 32,810.00 72 Casting, Adjust to Grade 6.00 EA $ 375.00 $ 2,250.00 73 Casting, 4, Furnish and Adjust to Grade 2.00 EA $ 505.00 $ 1,010.00 74 Manhole, D4 28.00 EA $ 2,435.00 $ 68,180.00 75 Inlet, B -15 10.00 EA $ 2,065.00 $ 20,650.00 76 Inlet, C -15 3.00 EA $ 2,075.00 $ 6,225.00 77 Catch Basin, C15 1.00 EA $ 2,575.00 $ 2,575.00 78 Inlet, Remove 8.00 EA $ 625.00 $ 5,000.00 79 Fence, Chain Link, Remove 350.00 LFT $ 2.00 $ 700.00 80 Fence, Chain Link, 48 in. 350.00 LFT $ 17.00 $ 5,950.00 81 Fence, Farm Fields, Remove 1535.00 LFT $ 4.50 $ 6,907.50 82 Fence, Farm Field, 47 in. 1535.00 LFT $ 7.00 $ 10,745.00 83 Road Closure Sign Assembly 4.00 EA $ 366.00 $ 1,464.00 84 Detour Route Marker Assembly 55.00 EA $ 59.00 $ 3,245.00 85 Construction Sign, A 21.00 EA $ 128.00 $ 2,688.00 86 Maintaining Traffic 1.00 LSUM $ 28,205.69 $ 28,205.69 87 Barricade, Ill -A 440.00 LFT $ 8.00 $ 3,520.00 88 Sign Post, Square, 1, Reinforced Anchor Base 835.00 LFT $ 13.50 $ 11,272.50 89 Sign , Sheet, Encapsulated Lens with Legend, 0.08 in. 147.30 SFT $ 15.00 $ 2,209.50 90 Sign , Sheet, Encapsulated Lens with Legend, 0.10 in. 238.70 SFT $ 16.00 $ 3,819.20 91 Decorative Street Sign Assembly 10.00 EA $ 1,450.00 $ 14,500.00 92 Sign, Sheet Relocation (Undistributed) 10.00 EA $ 40.00 $ 400.00 93 Concrete Foundation with Grounding, 30 in. Diameter x 96 in. 10.00 EA $ 1,100.00 $ 11,000.00 94 Light Pole Assembly, RAB 10.00 EA $ 7,400.00 $ 74,000.00 95 Handhole, Irrigation 10.00 EA $ 800.00 $ 8,000.00 96 Wire, No 4, Copper, In Plastic Duct, In Trench, 4 1/C 1178.00 LFT $ 10.00 $ 11,780.00 97 School flasher Assembly, Relocate 2.00 EA $ 2,100.00 $ 4,200.00 98 = ! Service Point, II 3.00 EA $ 5,525.00 $ 16,575.00 99.- -- . _ Conduit, PVC, 4 "" 1857.00 LFT $ 7.00 $ 12,999.00 page 2 of 3 Shelborne Road Itemized Bid Form E B Paving, Inc. 100 Conduit, PVC, 3/4- 70.00 LFT $ 1.00 $ 70.00 101 Line, Thermoplastic, Dotted White, 8 in. 2' Line, 2' Gap 192.00 LFT $ 2.75 $ 528.00 102 Line, Thermoplastic, Solid, White, 4 in. 475.00 LFT $ 0.52 $ 247.00 103 Line, Thermoplastic, Solid, Yellow, 4 in. 1988.00 LFT $ 0.51 $ 1,013.88 104 Snowplowable Raised Pavement Marker (Yellow) 34.00 EA $ 9.25 $ 314.50 105 Snowplowable Raised Pavement Marker (Blue) 13.00 EA $ 58.61 $ 761.93 106 Transverse Marking, Thermoplastic, Crosshatch, Yellow, 12 in. 1471.00 LFT $ 2.00 $ 2,942.00 107 Transverse Marking, Thermoplastic, Stop Bar, 24 in. 129.00 LFT $ 4.00 $ 516.00 108 Transverse Marking, Thermoplastic, Crosswalk Line, 6 in. 1100.00 LFT $ 1.00 $ 1,100.00 109 Pavement Message Markings, Thermoplastic, Lane Indication Arrow 5.00 EA $ 80.00 $ 400.00 110 Pavement Message Markings, Thermoplastic, Word (ONLY) 5.00 EA $ 105.00 $ 525.00 111 Transverse Markings, Thermoplastic, Crosswalk Line, 24 in. 800.00 LFT $ 4.00 $ 3,200.00 112 Transverse Markings, Thermoplastic, White Yield Line, 27 in. 99.00 EA $ 8.35 $ 826.65 113 Planting Soil 746.00 CY $ 36.00 $ 26,856.00 114 Limestone, Endcap 6.00 EA $ 3,100.00 $ 18,600.00 115 Limestone, Block 1242.00 CF $ 78.00 $ 96,876.00 116 Mulch, Hardwood Shredded Bark 119.00 CY $ 60.00 $ 7,140.00 117 Plant, Deciduous Shrub, 15 "" -18 "" 224.00 EA $ 32.00 $ 7,168.00 118 Plant, Deciduous Shrub, 18"" -24 "" height 108.00 EA $ 39.00 $ 4,212.00 119 Plant, Deciduous Tree, 2.5 - 3 "" 129.00 EA $ 312.00 $ 40,248.00 120 Plant, Deciduous Tree, 2.0 - 2.5- 189.00 EA $ 325.00 $ 61,425.00 121 Plant, Ornamental Grass, 2 Gal. 250.00 EA $ 27.00 $ 6,750.00 122 Plant, Perennial, 1 Gal. 4223.00 EA $ 10.50 $ 44,341.50 123 Spade Edge 777.00 LF $ 1.00 $ 777.00 124 Irrigation, Landscape 1.00 LS $ 38,000.00 $ 38,000.00 125 Landscape Lighting 1.00 LS $ 15,000.00 $ 15,000.00 126 2 "" Galvanized Steel Conduit 1107.00 LFT $ 11.00 $ 12,177.00 127 Modified Curb, type D 33.30 SYS $ 60.00 $ 1,998.00 TOTAL $ 4,709,169.90 page 3 of 3 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER 3 4 DATE 02/08/2010 02/12/2010 02/15/2010 02/16/2010 BID -9 Revised 2/16/10 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 _Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: BID -10 Prescribed by State Board of Accounts Form No. 96 (Revised 2000) CONTRACTORS BID FOR PUBLIC WORK PART I (To be completed for all bids) (Please type or print) Date February 17, 2010 1. Governmental Unit (Owner): Board of Public Works & Safety, City of Carmel, IN 2. County : 3. Bidder (Firm): Address: City /State: 4. Telephone Number: Hamilton E & B Paving, Inc. 17042 Middletown Avenue Noblesville, IN 46060 (317) 773 -4132 5. Agent of Bidder (if applicable) Larry Canterbury Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the public works project of Shelborne Road from north of 116th Street to 126th Street and 131st Street Roundabout (Governmental Unit) in accordance with plans and specifications prepared b R.W. Armstrong & Associates and dated Four Million, Seven Hundred Nine Thousand, One Hundred Sixty- Nine dollars and Ninety cents $ 4,709,169.90 January 27, 2010 for the sum of The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I.C. 5- 16 -8 -2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (Complete sections I, II, III, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100,000) or more. (IC 36- 1 -12 -4) Governmental Unit: Bidder (Firm) Date: Board of Public Works & Safety, City of Carmel, IN E & B Paving, Inc. February 17, 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 en 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 pro ects are now in process of construction by your organization? Contract Amount Class of Work hen 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. 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 L Ll r� J El J 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: Shelborne Rd. from 116th to 131st Street Date Submitted: February 17, 2010 Base Bid Amount: $4,722,890.00 Revised 1/31/2010 U L. II 1l J BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as othenrvise specifically provided all Parts shall be fully and accurately filled in and completed and notarized Project: Shelborne Road from 116th To 131st Street Proposal For Construction of Date: February 17, 2010 The project consists of a boulevard style roadway with curb and gutter beginning just North of 116`" Street and continuing to a little north of 126th street It also includes roundabouts and approaches to the roundabouts at 12e, I261x" & 131" street, including enclosed storm sewers, multi- use path, and incidental work such as lighting, striping, Landscaping and signage. To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 • LJ ' J r J J J ) 1.1 PART 1 BIDDER INFORMATION (Print) Bidder Name: Calumet Civil Contractors, Inc. 1.2 Bidder Address: Street Address: 4898 Fieldstone Drive City: Whitestown State: IN Zip: 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 Stale of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23. 19581 1 Corporation Name: 2 Address: .3 Date registered with State of Indiana: 4 Indiana Registered Agent: Name: Address: BID -2 a I L 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 Four Million Seven Hundred Twenty Two Thousand Eight Hundred Ninety Dollars ($ 4,722,890.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantifies 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 ■ ■. Prices in Figures Contract Description Estimated Unit Unit Price AMOUNT Item No. Quantity _ -- 1 Construction Engineering 1 LS 45,000.00 45,000.00 2 Mobilization and Demobilization 1 LS 235,000.00 235,000.00 3 Clearing Right -of -Way 1 LS 95,000.00 95,000.00 4 Office Equipment 1 LS 3,500.00 3,500.00 5 Surface Milling, Asphalt, 1.5 in. 386 SYS 3.50 1,351.00 6 Transition Milling, Asphalt,1.5" 1730 SYS 1.70 2,941.00 7 Excavation, Common 5584 CYS 60.00 335,040.00 8 Borrow 43895 CYS 0.05 2,194.75 9 Temporary Ditch Inlet Protection 22 EA 230.00 5,060.00 10 Temporary Erosion & Sediment Control, Curb Inlet Protection 101 EA $120.00 $12,120.00 -14 Temporary Culvert Protection 6 6A 0.00 0.00 12 Temporary Sediment Trap, Modified 42 TON 40.00 1,680.00 13 Temporary Sediment Basin 1 EA 1,400.00 1,400.00 14 Temporary Silt Fence 11789 LFT 1.50 17,683.50 15 Temporary Check Dam, Uniform Riprap 9.3 TON 54.00 502.20 16 Revetment, Riprap 6.5 TON 75.00 487.50 17 Geotextiles 15 SYS 9.00 135.00 18 Erosion Control Blanket 209 SYS 2.07 432.63 19 Subgrade Treatment, Type IA 40081 SYS 4.13 165,534.53 20 Subgrade Treatment Undistributed 500 CYS 31.00 15,500.00 21 Structure Backfill, Type 1 12598 CYS 19.00 239,362.00 22 23 Flowable Backfill, Removable undistributed Compacted Aggregate, No. 53, Base 1066 2937 CYS TON 50.00 $21.50 53,300.00 63,145.50 24 Subgrade Treatment Type III 722 SYS 4.23 3,054.06 25 Colored and Jointed Concrete, 7" 961.3 SYS 50.00 48,065.00 26 Colored and Jointed Concrete, 4" 59 SYS 100.00 5,900.00 27 HMA Surface, Type C, 9.5mm 2603.6 TON 65.00 169,234.00 28 HMA Intermediate, Type C, 19.0mm 4341.8 TON 52.00 225,773.60 29 HMA Base, Type C, 25.0 mm 11585.2 TON 49.00 567,674.80 30 HMA Intermediate, Type C, OG 19mm 6076.8 TON 51.00 309,916.80 31 Asphalt for Tack Coat 53.1 TON 100.00 5,310.00 32 HMA Surface, Type B 510 TON 75.00 38,250.00 33 HMA Intermediate, Type B 1592 TON 57.00 90,744.00 34 Curb Ramp, Concrete (All Types) 532 SYS 95.00 50,540.00 35 Sidewalk, Concrete, reconstruction 4 in. (Undistributed) 100 SYS $49.00 $4,900.00 36 Combined Curb and Gutter Type II 12959 LFT 9.50 123,110.50 ■ igurers ■. FPrices Contract Description Estimated Unit Unit Price AMOUNT Item No. Quantity _ -- 37 Combined Curb and Gutter Type III 9626 LFT $9.50 $91,447.00 38 Combined Curb and Gutter, Roll, Modified 1075 LFT 14.00 15,050.00 39 Straight Concrete Curb 962 LFT 17.00 16,354.00 40 PCCP for Approaches, 6 in. 828 SYS 45.00 37,260.00 41 HMA for Drive Approaches 122.3 TON 82.62 10,104.43 42 Coarse Agg, 73 84 TON 33.00 2,772.00 43 Mailbox Assembly, Single 14 EA 150.00 2,100.00 44 Monument, Section Corner 3 EA 450.00 1,350.00 45 Mobilization and Demobilization for Seeding 3 EA 25.00 75.00 46 Mulched Seeding, Type U 5296 SYS 0.57 3,018.72 47 Seed Mixture, Type D 1 LBS 6.50 6.50 48 Water 161 kGAL 11,448.71 49 Topsoil 7971 CYS 7.00 55,797.00 50 Sodding, Nursery 41100 SYS 2.00 82,200.00 51 Drainage Tiles Undistributed) 100 LFT 50.00 5,000.00 52 Modular Block Wall 31.3 SYS 115.00 3,599.50 53 Modular Block Wall, Erection 31.3 SYS 145.00 4,538.50 54 Structure Backfill, Type 3 9 CYS 37.00 333.00 55 Pipe, Type 4, Circular, 6 in. Double Wall, Smooth Interior 9157 LFT $3.95 $36,170.15 56 Video Inspection for Underdrains 9157 LFT 1.00 9,157.00 57 Pipe, Type 2, Circular, 12 in. 3535 LFT 83,956.25 58 Pipe, Type 2, Circular, 15 in. 655 LFT 26.00 17,030.00 59 Pipe, Type 2, Circular, 18 in. 767 LFT 26.75 20,517.25 60 Pipe, Type 2, Circular, 24 in. 576 LFT 34.00 19,584.00 61 Pipe, Type 2, Circular, 36 in. 3575 LFT 62.30 222,722.50 62 , Pipe End Section, Precast Concrete, 12 in. 2 EA 350.00 700.00 63 Pipe End Section, Precast Concrete, 15 in. 2 EA 375.00 750.00 64 Pipe End Section, Precast Concrete, 36 in. 1 EA 900.00 900.00 65 Aggregate for Underdrain 934 CYS 19.60 18,306.40 66 Geotextiles for Underdrain 10217 SYS 0.65 6,641.05 67 Catch Basin, E -7 8 EA 1,540.00 12,320.00 68 Manhole, C -4 27 EA 1,910.00 51,570.00 69 Inlet, 1 -10 27 EA 1,520.00 41,040.00 70 Inlet, K -10 12 EA 1,520.00 18,240.00 71 Catch Basin, K10 17 EA 1,930.00 32,810.00 72 Casting, Adjust to Grade 6 EA 400.00 2,400.00 73 Casting, 4, Furnish and Adjust to Grade 2 EA 550.00 1,100.00 74 Manhole, D4 28 EA 2,435.00 68,180.00 75 Inlet, B -15 10 EA 2,065.00 20,650.00 ■ Prices in ■. Figures Contract Description Estimated Unit Unit Price AMOUNT Item No. Quantity _ -- 76 Inlet, C -15 3 EA $2,075.00 $6,225.00 77 Catch Basin, C15 1 EA 2,575.00 2,575.00 78 Inlet, Remove 8 EA 625.00 5,000.00 79 Fence, Chain Link, Remove 350 LFT 4.00 1,400.00 80 Fence, Chain Link, 48 in. 350 LFT 16.50 5,775.00 81 Fence, Farm Fields, Remove 1535 LFT 2.00 3,070.00 82 Fence, Farm Field, 47 in. 1535 LFT 6.25 9,593.75 83 Road Closure Sign Assembly 4 EA 394.00 1,576.00 84 Detour Route Marker Assembly 55 EA 146.00 8,030.00 85 Construction Sign, A 21 EA 104.00 2,184.00 86 Maintaining Traffic 1 LSUM 188,591.24 188,591.24 87 Barricade, Ill -A 440 LFT 20.00 8,800.00 88 Sign Post, Square, 1, Reinforced Anchor Base 835 LFT 13.50 11,272.50 89 Sign , Sheet, Encapsulated Lens with Legend, 0.08 in. 147.3 SFT $15.00 $2,209.50 90 Sign , Sheet, Encapsulated Lens with Legend, 0.10 in. 238.7 SFT $16.00 $3,819.20 91 Decorative Street Sign Assembly 10 EA 1,450.00 14,500.00 92 Sign, Sheet Relocation (Undistributed 10 EA 40.00 400.00 93 Concrete Foundation with Grounding, 30 in, Diameter x 96 in. 10 EA $1,100.00 $11,000.00 94 Light Pole Assembly, RAB 10 EA 7,400.00 74,000.00 95 Handhole, Irrigation 10 EA 22.50 225.00 96 Wire, No. 4, Copper, In Plastic Duct, In Trench, 4 1/C 1178 LFT $10.00 $11,780.00 97 School Flasher Assembly, Relocate 2 EA 2,100.00 4,200.00 98 Service Point, II 3 EA 5,525.00 16,575.00 99 Conduit, PVC, 4" 1857 LFT 7.00 12,999.00 100 Conduit, PVC, 3 4" 70 LET 1.00 70.00 101 Line, Thermoplastic, Dotted White, 8 in. 2' Line, 2' Gap 192 LFT $0.75 $144.00 102 Line, Thermoplastic, Solid, White, 4 in. 475 LFT 0.33 156.75 103 Line, Thermoplastic, Solid, Yellow, 4 in. 1988 LFT 0.33 656.04 104 Snowplowable Raised Pavement Marker (Yellow) 34 EA $80.00 $2,720.00 105 Snowplowable Raised Pavement Marker (Blue) 13 EA $93.00 $1,209.00 106 Transverse Marking, Thermoplastic, Crosshatch, Yellow, 12 in. 1471 LFT $1.28 $1,882.88 ■ ■. Prices in Figures Contract Description Estimated Unit Unit Price AMOUNT Item No. Quantity _ -- 107 Transverse Marking, Thermoplastic, Stop Bar, 24 in. 129 LFT $2.57 $331.53 108 Transverse Marking, Thermoplastic, Crosswalk Line, 6 in. 1100 LFT $1.34 $1,474.00 109 Pavement Message Markings, Thermoplastic, Lane Indication Arrow 5 EA $53.00 $265.00 110 Pavement Message Markings, Thermoplastic, Word (ONLY) 5 EA $79.00 $395.00 111 Transverse Markings, Thermoplastic, Crosswalk Line, 24 in. 800 LFT $2.81 $2,248.00 112 Transverse Markings, Thermoplastic, White Yield Line, 27 in. 99 EA $24.00 $2,376.00 113 Planting Soil 746 CY 35.00 26,110.00 114 Limestone, Endcap 6 EA 3,422.15 20,532.90 115 Limestone, Block 1242 CF 86.11 106,948.62 116 Mulch, Hardwood Shredded Bark 119 CY 67.44 8,025.36 117 Plant, Deciduous Shrub, 15" -18" 224 EA 18.74 4,197.76 118 Plant, Deciduous Shrub, 18 " -24" height 108 EA 21.88 2,363.04 119 Plant, Deciduous Tree, 2.5 - 3" 129 EA 304.89 39,330.81 120 Plant, Deciduous Tree, 2.0 - 2.5" 189 EA 249.62 47,178.18 121 Plant, Ornamental Grass, 2 Gal. 250 EA 3,387.50 122 Plant, Perennial, 1 Gal. 4223 EA 30,109.99 123 Spade Edge 777 LF 0.16 124.32 124 Irrigation, Landscape 1 LS 18,837.60 18,837.60 125 Landscape Lighting 1 LS 15,000.00 15,000.00 126 2" Galvanized Steel Conduit 1107 LFT 11.00 12,177,00 127 Modified Curb, type D 33.3 SYS 84.00 2,797.20 TOTAL $4,722,890.00 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the tenns and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER 4 DATE 02/08/2010 02/12/2010 02/15/2010 02/16/2010 BID -9 Revised 2/16/10 PART 5 EXCEPTIONS Instructions lb 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 -10 State Form 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: February 17, 2010 I. 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 vYorks project of City of Carmel (Governmental Unit) in accordance with plans and specifications prepared by R.W. Armstrong & Associates and dated January 27, 2010 for the sum of Four Million Seven Hundred Twenty Two Thousand Eight Hundred Ninety and 00 /100 Dollars. $ 4,722,890.00 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 he the same as that shown in the original contract if accepted by the government unit. If the hid 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 he 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 hid is accepted this day of subject to the following conditions: Contracting Authority Members: Governmental Unit: Bidder (Firm): Date: PART II (For projects of $100,000 or more — IC 36- 1 -12 -4) City of Carmel Calumet Civil Contractors, Inc. February 17, 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 What public works projects has your organization completed for the period of one (I) year prior to the date of the current hid? 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 R hat public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion lb. Name and Address of Owner 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 Indiana olis 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 live (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 he 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 he used by subcontractors may also be required to be listed by the governmental unit. As needed to properly perform the work S.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 hid submitted without said financial statement as required by statute shall thereby he 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. I I I ■ ■ ■ I I I I I I I I I I • ■ 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: CIDER_ ANO eeAoEzl Ikic. Project Name: sNt tr3oeoi✓ P - jj(o� to i31 sr .€-r Date Submitted: ffswel j`7 Zol O Base Bid Amount . 5 14 Z 576, 0 '31 Revised 2/312010 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: Shelborne Road from 11e To 131st Street Proposal For Construction of Date: L -- 11— i0 The project consists of a boulevard style roadway with curb and gutter beginning just North of 116`" Street and continuing to a little north of 1261h street It also includes roundabouts and approaches to the roundabouts at 127, 126` & 131" street, including enclosed storm sewers, multi- use path, and incidental work such as lighting, striping, Landscaping and signage. To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 U U U U U U U U U U U I I I I I I I I 1.1 PART 1 BIDDER INFORMATION Print Bidder Name: Crider & Crider, Inc. 1.2 Bidder Address: Street Address: 1900 liberty Drive City: Bloomington State: IN Zip: 47403 Phone: R12 -336 -4452 1.3 Bidder is a/an [mark one] Individual Fax: 817 -131 -1414 Partnership x Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion ff2, dated January 23, 1958.] 1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 I I I I I I I I I I I I I I I I I I I 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 4./E WIIWOL TwO juatt ) tccr( -1.00. ii 4140 clot li rt) t 'l-50x 3y Dollars ($ 5742_151G , 3l ). 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 CoNrt J c% 'r>sAki . UKYir f5 so -4 2Eajlrai.D 7- lb /iO Prices in Figures Contract Description Estimated Unit Unit Price AMOUNT Item No. Quantity 1 Construction Engineering 1 LS $500,000.00 $430,000.00 2 Mobilization and Demobilization 1 LS $266,000.00 $266,000.00 3 Clearing Right -of -Way 1 LS $106,000.00 $106,000.00 4 Office Equipment 1 LS $4,000.00 $4,000.00 5 Surface Milling, Asphalt, 1.5 in. 386 SYS $1.45 $559.70 6 Transition Milling, Asphalt,1.5" 1730 SYS $1.45 $2,508.50 7 Excavation, Common 5584 CYS $50.00 $279,200.00 8 Borrow 43895 CYS $0.10 $4,389.50 9 Temporary Ditch Inlet Protection 22 EA $85.00 $1,870.00 10 Temporary Erosion & Sediment Control, Curb Inlet Protection 101 EA $65.00 $6,565.00 34 Protection 6 €p, $0.00 $0.00 12 Temporary Sediment Trap, Modified 42 TON $30.00 $1,260.00 13 Temporary Sediment Basin 1 EA $1,000.00 $1,000.00 14 Temporary Silt Fence 11789 LFT $1.15 $13,557.35 15 Temporary Check Dam, Uniform Riprap 9.3 TON $30.00 $279.00 16 Revetment, Riprap 6.5 TON $30.00 $195.00 17 Geotextiles 15 SYS $10.00 $150.00 18 Erosion Control Blanket 209 SYS $1.35 $282.15 19 Subgrade Treatment, Type IA 40081 SYS $3.55 $142,287.55 20 Subgrade Treatment (Undistributed) 500 CYS $35.00 $17,500.00 21 Structure Backfill, Type 1 12598 CYS $17.00 $214,166.00 so -4 2Eajlrai.D 7- lb /iO Removable • ., 1066 0. $53,300.00 23 Compacted Aggregate, No. 53, Base 2937 TON 10 $58,740.00 24 .• .•- Type III 722 SYS 00 $722.00 25 Colored and Jointed Concrete, 7" 961.3 SYS 0. 26 Colored and Jointed Concrete, 4" 59 SYS :00. $4,720.00 27 HMA Surface, .- 9.5mm 2603.6 TON 01 $169,234.00 28 HMA Intermediate, Type C, 19.0mm 4341.8 TON 11 $217,090.00 29 HMA Base, ,. C, 25.0 mm 11585.2 TON $47.00 $544,504.40 30 HMA Intermediate, Type C, OG 19mm 60M.8 TON $48.00 .:. 31 Asphalt for Tack Coat 53.1 TON $250.00 $13,275.00 32 HMA Surface, Type B 510 TON $80.00 $40,800.00 33 HMA Intermediate, Type B 1592 TON $5z1.00 $85,968.00 34 b Ramp, Concrete (All Types) 532 SYS Sidewalk, Concrete, reconstruction 4 in. • .. 100 SYS $35.00 $3,500.00 . Combined Curb and •- II 12959 LFT • 0, $116,631.00 37 Combined Curb and Gutter Type III 9626 LFT $10.00 $96,260.00 38 Combined Curb and Gutter, Roll, Modified 1075 LFT 39 Straight Concrete . 962 LFT 00 $12,506.00 40 PCCP for Approaches, . in. 828 SYS 11 $36,432.00 41 HMA for Drive Approaches 122.3 TON 0, $9,172.50 42 Coarse Agg, 73 84 TON $25.00 $2,100.00 43 Mailbox Assembly, Single 14 EA $166.00 $2,324.00 44 Monument, Section Corner 3 EA $510.00 $1,530.00 45 Mobilization and Demobilization for Seeding 3 EA $500.00 $1,500.00 46 Mulched Seeding, Type U 5296 SYS $0.41 $2,171.36 47 Seed Mixture, Type D 1 LBS $1,125.00 $1,125.00 48 Water 161 kGAL $1.00 $161.00 49 Topsoil 7971 CYS $2.50 $19,927.50 50 Sodding, Nursery 41100 SYS $2,45 $100,695.00 51 Drainage Tiles (Undistributed) 100 LFT $15.00 $1,500.00 52 Modular Block Wall 31.3 SYS $100.00 $3,130.00 53 Modular Block Wall, Erection 31.3 SYS $200.00 $6,260.00 54 Structure Backfill, Type 3 9 CYS $40.00 $360.00 55 Pipe, Type 4, Circular, 6 in. Double Wall, Smooth Interior 9157 LFT $5.00 $45,785.00 56 Video Inspection for Underdrains 9157 LFT $0.25 $2,289.25 57 Pipe, Type 2, Circular, 12 in. 3535 LFT $22.00 $77,770.00 58 Pipe, Type 2, Circular, 15 in. 655 LFT $25.00 $16,375.00 59 Pipe, Type 2, Circular, 18 in. 767 LFT $30.00 $23,010.00 60 Pipe, Type 2, Circular, 24 in. 576 LFT $35.00 $20,160.00 61 Pipe, Type 2, Circular, 36 in. 3575 LFT $60.00 $214,500.00 62 Pipe End Section, Precast Concrete, 12 in. 2 EA $500.00 $1,000.00 63 Pipe End Section, Precast Concrete, 15 in. 2 EA $600.00 $1,200.00 64 Pipe End Section, Precast Concrete, 36 in. 1 EA $1,200.00 $1,200.00 65 Aggregate for Underdrain 934 CYS $35.00 $32,690.00 66 Geotextiles for Underdrain 10217 SYS $1.00 $10,217.00 67 Catch Basin, E -7 8 EA $1,300.00 $10,400.00 68 Manhole, C -4 27 EA $2,000.00 $54,000.00 69 Inlet, J -10 27 EA $1,500.00 $40,500.00 70 Inlet, K -10 12 EA $1,700.00 $20,400.00 71 Catch Basin, K10 17 EA $1,800.00 $30,600.00 72 Casting, Adjust to Grade 6 EA $500.00 $3,000.00 73 Casting, 4, Furnish and Adjust to Grade 2 EA $750.00 $1,500.00 74 Manhole, D4 28 EA $3,500.00 $98,000.00 75 Inlet, B -15 10 EA $2,000.00 $20,000.00 76 Inlet, C -15 3 EA $2,000.00 $6,000.00 77 Catch Basin, C15 1 EA $2,500.00 $2,500.00 78 Inlet, Remove 8 EA $500.00 $4,000.00 79 Fence, Chain Link, Remove 350 LFT $5.00 $1,750.00 80 Fence, Chain Link, 48 in. 350 LFT $17.00 $5,950.00 81 Fence, Farm Fields, Remove 1535 LFT $1.60 $2,456.00 82 Fence, Farm Field, 47 in. 1535 LFT $6.00 $9,210.00 83 Road Closure Sign Assembly 4 EA $394.00 $1,576.00 84 Detour Route Marker Assembly 55 EA $146.00 $8,030.00 85 Construction Sign, A 21 EA $104.00 $2,184.00 86 Maintaining Traffic 1 LSUM $495,000.00 $495,000.00 87 Barricade, Ill -A 440 LFT $20.00 $8,800.00 88 Sign Post, Square, 1, Reinforced Anchor Base 835 LFT $13.50 $11,272.50 89 Sign , Sheet, Encapsulated Lens with Legend, 0.08 in. 147.3 SFT $15.00 $2,209.50 90 Sign , Sheet, Encapsulated Lens with Legend, 0.10 in. 238.7 SFT $16.00 $3,819.20 91 Decorative Street Sign Assembly 10 EA $1,450.00 $14,500.00 92 Sign, Sheet Relocation (Undistributed) 10 EA $40.00 $400.00 93 Concrete Foundation with Grounding, 30 in. Diameter x 96 in. 10 EA $1,100.00 $11,000.00 94 Light Pole Assembly, RAB 10 EA $7,400.00 $74,000.00 95 Handhole, Irrigation 10 EA $800.00 $8,000.00 96 Wire, No. 4, Copper, In Plastic Duct, In Trench, 4 1/C 1178 LFT $10.00 $11,780.00 97 School Flasher Assembly, Relocate 2 EA $2,100.00 $4,200.00 98 Service Point, II 3 EA $5,525.00 $16,575.00 99 Conduit, PVC, 4" 1857 LFT $6.50 $12,070.50 100 Conduit, PVC, 3/4" 70 LFT $5.40 $378.00 101 Line, Thermoplastic, Dotted White, 8 in. 2' Line, 2' Gap 192 LFT $0.75 $144.00 102 Line, Thermoplastic, Solid, White, 4 in. 475 LFT $0.33 $156.75 103 Line, Thermoplastic, Solid, Yellow, 4 in. 1988 LFT $0.33 $656.04 104 Snowplowable Raised Pavement Marker (Yellow) 34 EA $80.00 $2,720.00 105 Snowplowable Raised Pavement Marker (Blue) 13 EA $93.00 $1,209.00 106 Transverse Marking, Thermoplastic, Crosshatch, Yellow, 12 in. 1471 LFT $1.28 $1,882.88 107 Transverse Marking, Thermoplastic, Stop Bar, 24 in. 129 LFT $2.57 $331.53 108 Transverse Marking, Thermoplastic, Crosswalk Line, 6 in. 1100 LFT $1.34 $1,474.00 109 Pavement Message Markings, Thermoplastic, Lane Indication Arrow 5 EA $53.00 $265.00 110 Pavement Message Thermoplastic, • . • I1 $395.00 111 Transverse Markings, Crosswalk Line, 24 in. 800 LFT : 00 J.12 Transverse Markings, Thermoplastic, Yield Line, 27 in. .. EA 00 $2,376.00 113 Planting Soil 746 CY $30.00 $22,380.00 • - End cap . EA $1,250.00 $7,500.00 1.15 Limestone, Block 1242 CF $25.00 $31,050.00 • .•. Shredded Bark 119 CY $60.00 $7,140.00 Plant, Deciduous Shrub, , �� .: 00 Plant, Deciduous Shrub, '• , • 0, 11 Deciduous 11 $40,248 00 Deciduous 0' 10 Plant, Ornamental it- Grass, 2 Gal. 250 EA 00 $6,750.00 122 Plant121 , Perennial, 1 Gal. 4223 EA $10.50 $44,341.50 123 Spade Edge 777 LF $1.00 $777.00 124 Irrigation, ffi!ifl: 1 LS $20,000.00 $20,000.00 .' 0001 $15,000.00 126 2" Galvanized Steel Conduit 1.107 LFT 0, $12,177.00 127 Modified Curb, type D 33 3 SYS 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 4 DATE 02/08/2010 02/12/2010 02/15/2010 02/16/2010 BID -9 Revised 2/16/10 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non- responsive. 5.3 Exceptions: BID-10