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