Loading...
HomeMy WebLinkAboutBid Information and Packetsddz - Company Amount Alternative Alternative Po,,xTi- , ?ID 4sdx' ..ii. m T a& s-0639 Rz f_t_ , . 3980 U NOTICE TO BIDDERS City of Carmel, Indiana Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana will receive sealed bids for the "126°i Street Road Improvement and Culvert Replacement Project "at the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) until 10:00 AM local time on or before February 17, 2010, and commencing as soon as practicable thereafter 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 — 126`" Street Road Improvements / Culvert Replacement' 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: Roadway grading and paving, storm sewer construction, replacement of a culvert and roadway finishes including signing and striping. 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 Department of Engineering - 1st Floor One Civic Square Carmel, IN 46032 (317) 571-2441 USI Consultants, Inc 8415 E. 56th Street, Suite A Indianapolis, IN 46216 (317) -544 -4996 Copies of such drawings and project manuals must be obtained from the office of USI Consultants, Inc., at the address stated above, upon the payment of $150 for each set. These sets may include full -size drawings. Payment must be by check. NO CASH ACCEPTED. Make checks payable to USI Consultants, Inc. All payments and costs of Contract Documents are non - refundable. 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 Carmel. 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 February 9, 2010 at 8:00AM 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 Carmel Board of Public Works and Safety reserves the right to hold any or all bids or proposals for a period of not more than thirty (30) days and said bids or proposal shall remain in full force and effect during said period. The City of Carmel reserves the right to reject and /or cancel any and all bids, solicitations and /or offers in whole or in part as specified in the solicitations when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5- 22 -18 -2 Diana L. Cordray Clerk- Treasurer Publication Dates: January 21, 2010 January 28, 2010 Prescribed by State Board of Accounts 80202 - 5596667 CITY OF CARMEL -STAR LEGALS COUNTY, INDIANA General Form No. 99P (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 i PUBLIC PUBLIC NOTICES I OF CHARGES I ° ®I 2.0 columns wide equals 182.0 equivalent lines at .666 NO CE TO BIDDERS City ot Carmel, Indiana 9r line ' Notice is hereby given that the Board of Public Works and' Safety for the trim ea Carmel H milton Count Indiana will harge for notices containing rule and figure work (50 per cent I receive sealed bins or tne "Mtn Street Romd'Improvement aand Culvert Replacement Protect" at tooE ofnic on tee Cler !e amount) I ire rer Oct Civic Square, a Carmel Inoiana City II unti 10. AM local time en or belor r2mpa i7 2gp�d and extra proofs of publication ($1.00 for each proof in excess of two) commencing assn asp acticablethereafter o th sae p p ( p ) date bids city Hlall. No bids j AMOUNT OF CLAIM anti C ambers or Hall. op ate bids Wi be loud to . I All bids and proposals s II be proper) and completely ene- 1 cuted on the prposal Joan) provided with the nd spe ificatio s, which wi I include th non-collusion affidavit as required the State of Indiana. Tee bid enveope must be .H PUfING COST scale an ave the words "BIDS 1261h Street Road Ins prnvements Culvert Replacement" Isle column 5.8 ems A bid bond or certified check in do amount not Tess than to r percent Il0%) of the amount bid must, be sobm,tted witn nsertlons 2.0 each bid. A one hundred percent (11n 0) petlor� cg and hat 6ntende� tsl+at atlubaecanstrudialn hoe all wor� �wis�s ilt event a perfo ma o b g k to deM m the ev the award is made to him. ➢ •oleProject consists of, but is not necessarily limited to, the owmg: 'Roadway grading and paving, storm sewer construction, re- 1 a culvert and roadway finishes secnuding signing and 'Contract bean aealmrioert mse nlllo hi locations: her with assembled of Carmel payment b n ill also required o l 5 aces u. trier. e starte as soon as practicable, and each bid ers II e pr pared to enter rpm so be i construction contra r Se on,d0 a la wor WI out a g 'Department lof Engineering -1st Floor n Size of type 7 $ 12121 .00 $ 121.21 the provisions and penalties of IC 5-11-10- I, I hereby certify that the foregoing account is hat the amount claimed is legally due, after allowing all just credits, and that no part of the same that the printed matter attached hereto is a true copy, of the same column width and type size, ;ublished in said paper 2 times. The dates of publication being between the dates of: ICgial urfais4gO32 - ��gg Con ul ants, lot 1/28/2010 845ESs6tc Slreetquuit A dill nypales IN 46 6 (31 594 -0d96 statement checked below is true and correct: Cgpie of such Ora.* g and project manuals must a oh' .I awed from the o p f SI Consult ts, Inc, at trype ad - I ress stated above up the payment on 5150 for each set: ; These sets may mdu all -sot rdwl4gs PPayment must e Lo check. NO CASH ACC PTED. Make checks payable to USe 'IOt;S not have a Web site. m ntsdare nonncefAll tibia en6 and costs of �ontract Docu- I Q aas a Web site and this public notice was posted on the same day as it was published in Bidders shall assure tha they have obtained complete sets of drawings and Coot a t Documents and shall assume the 'tvspaper I on incompletersets or rn wingssand bids Doc menu. et has a Web site, but due to a technical problem or error, public notice was posted on Wage Project will hefun dbythe cryeless than _has a Web site but refuses to post the public notice. Wage rates for the Pr i d shall not be less that the current � Rrescnbed scale of wages as determined by the Common landitrud o Wa a Co melee in accordance with I.C. 5-16 -7 'and included m Inc Pro act Manual. A Ore -bid conference I r discossions of the Project, the bid- I • dinsa rewiremant5 ynd 0..er important matters will be held dn F bruary Y, 2U1R a B:ODAM in I he caucus Room on the' nd aloon o Cs Ha I attend C,mc Sgpdrenferen e. me tee h,d ef5 are invite to atten the pre-bid conference. I care -hid 1 conference is not man dtory. l For special accommod lions needed by handicapped Wien individ- uals planning to en te ore -bid conference or public bid I opening meeting, oft call Of notify the city of Carmel, En- ' I gineer s Office, at Lilo) 571 -2441 at least forty -eight (48) hours prior thereto. :0 1 0 No bidder a withdraw any bid or proposal within a period ul thirty (30) dos followm the date se or receiving bids or proposals. h Carmel Board of Public Works and Safety re- ' I serve the right to hot any pr all bids or proposals ora e riod pl of more Iran rpi p0) day and gel bids or propo- I sal sWb remain l full orce and eplfect taring said period. Re City of Carmel res rues the ng /t to ect ano /or cartel' any and all hied, suite taboos and /ore otters in whole or in part as specified Sr the solicitations what it is note the best interests of the give nmental body as determined by the purchasing agency in a cordance with ICS-22-18-2 Diana L Cordray Clerk-Treasurer (S - 1/21/10,1/28/10 - 55966671 • Title: Clerk N I I I I I I I I I I I I 1 I 1 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: Poindexter Excavating, Inc. Project Name: 126th Street Road Improvement Replacement Project No. 06 -22 and Culvert Date Submitted: February 17, 2010 Base Bid Amount: $2,810,650.80 Revised 11/20/2008 U I I I I I I I i 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: 126th Street Road Improvement and Culvert Replacement Proposal For Construction of : Roadway grading and paving, storm sewer construction, replacement of a culvert and roadway finishes including signing and striping. Date: February 17, 2010 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Poindexter Excavating, Inc. 1.2 Bidder Address: Street Address: 10443 E. 56th St. P.O. Box 36399 City: Indianapolis State: IN Zip: 46236 Phone: (317) 823 -6837 Fax: (317) 823 -4662 1.3 Bidder is a/an [mark one] Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 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 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 Two Million, Eight Hundred Ten Thousand, Six Hundred Fifty 80/00 Dollars ($2,810,650.80 ). 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 ITEM NO. DESCRIPTION QUANTITY UNIT . . UNIT PRICE AMOUNT ' CONSTRUCTION ENGINEERING LS 1 $ 29,000.00 $ 29,000.00 2 FIELD OFFICE MO 5 $ 700.00 $ 3,500.00 3 MOBILIZATION AND DEMOBILIZATION LS 1 $ 139,000.00 $ 139,000.00 4 CLEARING OF RIGHT OF WAY LS I $ 40,000.00 $ 40,000.00 5 EXCAVATION, COMMON CYS 9397 $ 25.00 $ 234,925.00 6 BORROW CYS 1755 $ 0.10 $ 175.50 7 STRUCTURE BACKFILL CYS 6994 $ 18.00 $ 125,892.00 8 RIPRAP, REVETMENT TON 74 $ 33.00 $ 2,442.00 9 GEOTEXTILE SYS 127 $ 4.00 $ 508.00 10 TEMPORARY DITCH INLET PROTECTION EACH 12 $ 95.00 $ 1,140.00 TEMPORARY CURB INLET PROTECTION EACH 12 $ 170.00 $ 2,040.00 12 TEMPORARY SILT FENCE LFT 7845 $ 1.30 $ 10,198.50 13 SUBGRADE TREATMENT, TYPE I SYS 23042 $ 5.00 $ 115,210.00 14 COMPACTED AGGREGATE, 53 TON 2357 $ 20.50 $ 48,318.50 15 COMPACTED AGGREGATE, 2, TEMPORARY FOR DIVERSION BERM TON 12 $ 70.00 $ 840.00 16 COMPACTED AGGREGATE, 53, TEMPORARY FOR DRIVEWAYS TON 150 $ 50.00 $ 7,500.00 17 HMA SURFACE, TYPE C TON 2014 $ 75.00 $ 151,050.00 18 HMA INTERMEDIATE, TYPE C TON 3984 $ 52.00 $ 207,168.00 19 HMA BASE, TYPE C TON 6067 $ 51.00 $ 309,417.00 20 HMA INTERMEDIATE, TYPE C, OG, 19mm TON 3054 $ 51.00 $ 155,754.00 21 HMA FOR PATCHING TON 15 $ 160.00 $ 2,400.00 22 HMA FOR APPROACHES TON 270 $ 80.00 $ 21,600.00 23 ASPHALT FOR TACK COAT TON 22 $ 420.00 $ 9,240.00 24 SURFACE MILLING SYS 3969 $ 1.50 $ 5,953.50 25 COMBINED CURB AND GUTTER TYPE II LFT 8541 $ 11.00 $ 93,951.00 26 COMBINED CURB AND GUTTER TYPE III LFT 8676 $ 11.00 $ 95,436.00 27 COMBINED DEPRESSED CURB AND GUTTER LFT 407 $ 11.00 $ 4,477.00 28 COMBINED CURB END TREATMENT SYS 19 $ 90.00 $ 1,710.00 29 CURB RAMP, CONCRETE, TYPE "G" SYS 97 $ 140.00 $ 13,580.00 30 PCCP, DECORATIVE, 4" SYS 172 $ 79.00 $ 13,588.00 31 MAILBOX ASSEMBLY, SINGLE EACH 6 $ 140.00 $ 840.00 32 CEMENT CONCRETE PAVEMENT FOR COMMERCIAL DRIVEWAYS, 8 IN. SYS 415 $ 48.00 $ 19,920.00 33 CEMENT CONCRETE PAVEMENT FOR RESIDENTIAL DRIVEWAYS, 6 IN. SYS 155 $ 49.00 $ 7,595.00 34 TOPSOIL CYS 1309 $ 1.00 $ 1,309.00 35 SODDING SYS 15744 $ 2.80 $ 44,083.20 36 CULVERT, PRECAST BOX, REINFORCED CONCRETE, 9 FT. X 9FT. LFT 80 $ 640.00 $ 51,200.00 37 STRUCTURE BACKFILL FOR BOX CULVERT CYS 411 $ 25.00 $ 10,275.00 36 COMPACTED AGGREGATE, 53, FOR BOX CULVERT TON 80 $ 24.00 $ 1,920.00 39 WINGWALL, REINFORCED CONCRETE SFT 1240 $ 50.00 $ 62,000.00 40 HEADWALL, REINFORCED CONCRETE SFT 126 $ 80.00 $ 10,080.00 41 HANDRAIL LFT 104 $ 165.00 $ 17,160.00 42 CAP PIPE EACH I $ 800.00 $ 800.00 43 CORE HOLE IN CONCRETE PIPE EACH 2 $ 450.00 $ 900.00 44 PIPE, UNDERDRAIN, DOUBLE WALL, CIRCULAR, 6 IN. LFT 8831 $ 4.50 $ 39,739.50 45 PIPE, RCP, CIRCULAR, 12 IN. LFT 1389 $ 47.00 $ 65,283.00 46 PIPE, RCP, CIRCULAR, 15 IN. LFT 194 $ 50.00 $ 9,700.00 47 PIPE, RCP, CIRCULAR, 18 IN. LFT 147 $ 52.00 $ 7,644.00 48 PIPE, RCP, CIRCULAR, 21 IN. LFT 1071 $ 65.00 $ 69,615.00 49 PIPE, RCP, CIRCULAR, 24 IN. LFT 36 $ 70.00 $ 2,520.00 50 PIPE, RCP, CIRCULAR, 30 IN. LFT 16 S 75.00 $ 1,200.00 51 PIPE, RCP, CIRCULAR, 36 IN. LFT 972 $ 120.00 $ 116,640.00 52 PIPE, RCP, CIRCULAR, 42 IN. LFT 201 $ 133.00 $ 26,733.00 53 PIPE, CONCRETE, 10 IN LFT 40 $ 40.00 $ 1,600.00 54 PIPE, PVC, 8 IN. LFT 21 $ 30.00 $ 630.00 55 8" PVC TEE CONNECTOR WITH OPEN GRATE EACH I $ 330.00 $ 330.00 56 21" RCP END SECTION EACH I $ 750.00 $ 750.00 57 42" RCP END SECTION EACH I $ 1,200.00 $ 1,200.00 58 AGGREGATE FOR UNDERDRAINS 1 $ 19,950.00 59 INLET, J10 EACH 22 $ 1,100.00 $ 24,200.00 INLET, E7 EACH 2 $ • 0• 1,900.00 MANHOLE, •• EACH $ 2,700.00 $ 29,700.00 MANHOLE, ■• MODIFIED EACH $ 5,590.00 $ 5,590.00 MANHOLE, • It $ 1,770.00 MANHOLE, $ 18,000.00 67 HOODED CATCH BASIN K10 EACH 23 $ 2,000.00 $ 46,000.00 •• OR EQUAL EACH 17,000.00 11111 69 CASTING, TYPE 4, FURNISH & ADJUST TO GRADE EACH 1 $ 650.00 $ 650 00 70 CASTING, TYPE 2, FURNISH & ADJUST TO GRADE EACH 1 11 950.00 CASTING, ADJUST TO GRADE EACH 7 $ 450.00 $ 3,150.00 72 WATER VALVE BOX, ADJUST TO GRADE EACH 14 $ 330.00 $ 4,620.00 73 CURB STOP, ADJUST TO GRADE EACH 4 $ 330.00 1,320.00 74 HYDFMNT, RELOCATE AND ADJUST TO GRADE EACH 4 2,400.00 $ 9,600.00 HYDRANT, ADJUST TO GRADE EACH 3 2,000.00 600000 76 MAINTAINING TRAFFIC LS 1 50,000.00 $ 50,000.00 • • 240 14.00 $ 3,360.00 CONSTRUCTION 220.00 $ 1,760.00 CONSTRUCTION 1 1l 560.00 :0 -••• CLOSURE SIGN ASSEMBLY EACH $ 410.00 $ 4,100.00 DETOUR •• .: tl $ 1,920.00 82 ENCAPSULATED SIGN, SHEET, LENS WITH LEGEND, 0.080 IN SFT 35 20.00 700.00 83 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.100 IN SFT 6 $ 20.00 $ 12o.00 ORNAMENTAL SIGN ASSEMBLY, COMPLETE 2,200 .00 11,000.00 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 89 $ 16.00 $ 1,424.00 SCHOOL • 3,400.00 3,400.00 87 SIGN RELOCATION EACH 5 $ 22.00 It 88 SIGN AND POST TO BE REMOVED EACH 8 $ 28.00 $ 224.00 89 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK, 6'' LFT 908 $ 1.50 $ 1,362.00 90 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24" LFT 13 $ 5.70 $ 644.10 91 SNOWPLOWABLE RAISED PAVEMENT MARKERS (YELLOVV) EACH 14 $ 11.00 $ 154.00 92 SNOWPLOWABLE RAISED PAVEMENT MARKERS (BLUE) EACH 10 $ 95.00 $ 950.00 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICATION ARROW 100 .00 61111 THERMOPLASTIC, PAVEMENT MESSAGE MARKINGS, • • 110.00 660.00 95 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 000 $ 1.00 $ 1,000.00 96 THERMOPLASTIC, LINE, • • WHITE, 4 IN. LFT 700 10 700 .00 97 PLANTING SOIL CYS 328 $ 40.00 13,120.00 98 MULCH, HARDWOOD SHREDDED BARK CYS 55 $ 68.00 $ 3,740 00 99 PLANT, DECIDUOUS TREE, 2.0" CAL. EACH 147 $ 280.00 $ 41,160.00 100 PLANT, DECIDUOUS TREE, 2.5" CAL. EACH 94 $ 280.00 $ 26,320.00 101 PLANT, DECIDUOUS SHRUB, 3 GAL. 15"-18" EACH 154 $ 43.00 $ 6,622 00 102 PLANT, DECIDUOUS It t 8,800.00 03 PLANT, ORNAMENTAL GRASS, 2 GAL. EACH 363 $ 28.00 1 o, ii$4. OD 04 SPADE EDGE LFT 264 4.00 $ 1,056.00 TOTAL i3 ID: 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 Addendum No. 1 February 12, 2010 BID -5 I I I I I I I �aA 5 I PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: BID -6 State Form 52414 (06 -09) Prescribed by State Board of Accounts Form No. 96 (Revised 2009) CONTRACTOR'S BID FOR PUBLIC WORK — FORM 96 PART I (To be completed for all bids. Please type or print) Date: February 17, 2010 1. Governmental Unit (Owner): City of Carmel, Indiana 2. County : Hamilton 3. Bidder (Firm): Poindexter Excavating Inc. Address: 10443 E. 56th Street City /State: Indianapolis 4. Telephone Number: 317 - 823 -6837 5. Agent of Bidder Of applicable): Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the public works project of 126th Street Road Improvement and Culvert Replacement (Governmental Unit) in accordance with plans and specifications prepared by USI Consultants, Inc. and dated 1/2/2009 Two Million, Eight Hundred Ten Thousand, Six Hundred Fifty eo /oo $ 2,810,650.80 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 (For projects of $100,000 or more — IC 36- 1 -12 -4) Governmental Unit: Bidder (Firm) Date: City of Carmel Poindexter Excavating 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 (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner $658,188.00 Dirt & Utilities 2009 City of Greenwood $1,100,500.10 Dirt & Utilities 2009 City of Carmel $829,800.00 Dirt & Utilities 2009 Carmel Clay Schools $1,831,773.49 Dirt & Utilities 2009 City of Noblesville What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner $919,550.00 Dirt & Utilities 2010 Miami County Commissioners $3,625,000.00 Dirt & Utilities 2010 Avon Community School Corp. $3,139,670.00 Dirt & Utilities 2010 City of Indianapolis $1,060,642.00 Dirt & Utilities 2010 Ivy Tech Community College 3. Have you ever failed to complete any work awarded to you? No If so, where and why? 4. List references from private firms for which you have performed work. Dave Turner Tim Helton Duke Realty Holladay Properties 600 E 96 St., Suite 100 5757 Decatur Blvd. Indianapolis, IN 46240 Indianapolis, IN 46241 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) See attachment C Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. See attachment A 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. Will be submitted upon award 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. See attachment B 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. BID PACKAGE 126th Street Road Improvement and Culvert Replacement Project No. 06 -22 City of Carmel Bid Date: February 17, 2010 NTB -1 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. Company: E & B Paving, Inc. Project Name: 126th Street lid Inprwerrents / Culvert Replaasnent Date Submitted: FIEbriary 17, 2010 Base Bid Amount: 2,754,986.47 Revised 11/20/2008 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: 126th Street Road Improvement and Culvert Replacement Proposal For Construction of : Date: Faloruary 17, 2010 Roadway grading and paving, storm sewer construction, replacement of a culvert and roadway finishes including signing and striping. To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 PART 1 BIDDER INFORMATION 1.1 Bidder Name: E & B Paving, Inc. 1.2 Bidder Address: (Print) Street Address: 17042 Middleta.n Avenue City Noblesville Phone: 317 - 773 -4132 1.3 Bidder is a /an [mark one] Individual State: lrxliana Zip: 46060 Fax: 317 -773 -4137 Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total * ** SEE Fir(W Dollars ($ 2,754,9.47 ). 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. * ** 'Ito Millim, Hu Bred Sixty -Fbir Thousand, ni, Nine Hundred EighLy -Six dollars and Fbrty amts. BID -3 PART 3 CONTRACT ITEMS AND UNIT PRICES ITEM NO. I _.._ .. DESCRIPTION II QUANTITY LS UNIT 1 - , PRICE 7II .•;- AMOtlNF '_, $22,300.00 $22;300.00 1 CONSTRUCTION ENGINEERING 2 FIELD OFFICE MO 5 $2,195.51 $10,977.55 3 MOBILIZATION AND DEMOBILIZATION LS 1 $126,900.00 $126,900.00 4 CLEARING RIGHT OF WAY LS 1 $50,000.00 $50,000.00 5 EXCAVATION, COMMON CYS 9397 $20.00 $187,940.00 6 BORROW CYS 1755 $0.01 $17.55 7 STRUCTURE BACKFILL CYS 6994 $20.00 $139,880.00 8 RIPRAP, REVETMENT TON 74 $28.00 $2,072.00 9 GEOTEXTILE SYS 127 $2.00 $254.00 10 TEMPORARY DITCH INLET PROTECTION EACH 12 $85.00 $1,020.00 11 TEMPORARY CURB INLET PROTECTION EACH 12 $150.00 $1,800.00 12 TEMPORARY SILT FENCE LFT 7845 $1.15 $9,021.75 13 SUBGRADE TREATMENT, TYPE I SYS 23042 $4.30 $99,080.60 14 COMPACTED AGGREGATE, 53 TON 2357 $21.50 $50,675.50 15 COMPACTED AGGREGATE, 2, TEMPORARY FOR DIVERSION BERM TON 12 $66.00 $792.00 16 COMPACTED AGGREGATE, 53, TEMPORARY FOR DRIVEWAYS TON 150 $24.00 $3,600.00 17 HMA SURFACE, TYPE C TON 2014 $67.25 $135,441.50 18 HMA INTERMEDIATE, TYPE C TON 3984 $47.25 $188,244.00 19 HMA BASE, TYPE C TON 6067 $46.25 $280,598.75 20 HMA INTERMEDIATE, TYPE C, OG, 19mm TON 3054 $46.25 $141,247.50 21 HMA FOR PATCHING TON 15 $115.00 $1,725.00 22 HMA FOR APPROACHES TON 270 $78.00 $21,060.00 23 ASPHALT FOR TACK COAT TON 22 $400.00 $8,800.00 24 SURFACE MILLING SYS 3969 $1.55 $6,151.95 25 COMBINED CURB AND GUTTER TYPE II LFT 8541 $9.75 $83,274.75 26 COMBINED CURB AND GUTTER TYPE III LFT 8676 $9.75 $84,591.00 27 COMBINED DEPRESSED CURB AND GUTTER LFT 407 $9.75 $3,968.25 28 CONCRETE CURB END TREATMENT SYS 19 $80.00 $1,520.00 29 CURB RAMP, CONCRETE, TYPE "G" SYS 97 $125.00 $12,125.00 30 PCCP, DECORATIVE, 4" SYS 172 $70.00 $12,040.00 31 MAILBOX ASSEMBLY, SINGLE EACH 6 $43.00 $258.00 32 CEMENT CONCRETE PAVEMENT FOR COMMERCIAL DRIVEWAYS, 81N. SYS 415 $44.00 $18,260.00 33 CEMENT CONCRETE PAVEMENT FOR RESIDENTIAL DRIVEWAYS, 61N. SYS 155 $43.82 $6,792.10 34 TOPSOIL CYS 1309 $6.00 $7,854.00 35 SODDING SYS 15744 $2.98 $46,917.12 36 CULVERT, PRECAST BOX, REINFORCED CONCRETE, 9 FT. X 9 FT. LFT 80 $575.00 $46,000.00 37 STRUCTURE BACKFILL FOR BOX CULVERT CYS 411 $24.00 $9,864.00 38 COMPACTED AGGREGATE, 53, FOR BOX CULVERT TON 80 $20.00 $1,600.00 39 WINGWALL, REINFORCED CONCRETE SFT 1240 $85.00 $105,400.00 40 HEADWALL, REINFORCED CONCRETE SFT 126 $110.00 $13,860.00 41 HANDRAIL LFT 104 $207.00 $21,528.00 42 CAP PIPE EACH 1 $500.00 $500.00 43 CORE HOLE IN CONCRETE PIPE EACH 2 $875.00 $1,750.00 44 PIPE, UNDERDRAIN, DOUBLE WALL, CIRCULAR, 6 IN. LFT 8831 $4.85 $42,830.35 45 PIPE, RCP, CIRCULAR, 12 IN. LFT 1389 $30.00 $41,670.00 46 PIPE, RCP, CIRCULAR, 15 IN. LFT 194 $35.00 $6,790.00 47 PIPE, RCP, CIRCULAR, 18 IN. LFT 147 $37.00 $5,439.00 48 PIPE, RCP, CIRCULAR, 21 IN. LFT 1071 $47.00 $50,337.00 49 PIPE, RCP, CIRCULAR, 24 IN. LFT 36 $65.00 $2,340.00 50 PIPE, RCP, CIRCULAR, 30 IN. LFT 16 $80.00 $1,280.00 51 PIPE, RCP, CIRCULAR, 36 IN. LFT 972 $108.00 $104,976.00 52 PIPE, RCP, CIRCULAR, 42 IN. LFT 201 $114.00 $22,914.00 53 PIPE, CONCRETE, 10 IN. LFT 40 $45.00 $1,800.00 54 PIPE, PVC, 8 IN. LFT 21 $41.00 $861.00 55 8" PVC TEE CONNECTOR WITH OPEN GRATE EACH 1 $815.00 $815.00 56 21" RCP END SECTION EACH 1 $700.00 :.$700.00 57 42" RCP END SECTION EACH 1 $1,400.00 - $1.400.00 58 AGGREGATE FOR UNDERDRAINS CYS 798 $31.00 $24,738.00 59 INLET, J10 EACH 22 $1,400.00 $30,800.00 60 INLET, M10 EACH 4 $2,000.00 $8,000.00 61 INLET, E7 EACH 2 $1,400.00 $2,800.00 62 MANHOLE, D2 EACH 1 $4,800.00 $4,800.00 63 MANHOLE, D4 EACH 11 $4,000.00 $44,000.00 64 MANHOLE, D4, MODIFIED EACH I $6,000.00 $6,000.00 65 MANHOLE, C2 EACH I $2,000.00 $2,000.00 66 MANHOLE, C4 EACH 12 $2,200.00 $26,400.00 67 HOODED CATCH BASIN K10 EACH 23 $2,400.00 $55,200.00 68 AQUASWIRL, AS -4 OR EQUAL EACH I $18,000.00 $18,000.00 69 CASTING, TYPE 4, FURNISH & ADJUST TO GRADE EACH 1 $965.00 $965.00 70 CASTING, TYPE 2, FURNISH & ADJUST TO GRADE EACH I $755.00 $755.00 71 CASTING, ADJUST TO GRADE EACH 7 $710.00 $4,970.00 72 WATER VALVE BOX, ADJUST TO GRADE EACH 14 $550.00 $7,700.00 73 CURB STOP, ADJUST TO GRADE EACH 4 $450.00 $1,800.00 74 HYDRANT, RELOCATE AND ADJUST TO GRADE EACH 4 $7,600.00 $30,400.00 75 HYDRANT, ADJUST TO GRADE EACH 3 $1,900.00 $5,700.00 76 MAINTAINING TRAFFIC LS I $118,650.00 $118,650.00 77 BARRICADE, Ill-B LFT 240 $10.00 $2,400.00 78 CONSTRUCTION SIGN, A EACH 8 $109.00 $872.00 79 CONSTRUCTION SIGN, B EACH 8 $39.00 $312.00 80 ROAD CLOSURE SIGN ASSEMBLY EACH 10 $139.00 $1,390.00 81 DETOUR ROUTE MARKER ASSEMBLY EACH 12 $79.00 $948.00 82 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.080 IN SFT 35 $16.00 $560.00 83 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.100 IN SFT 6 $17.00 $102.00 84 ORNAMENTAL SIGN ASSEMBLY, COMPLETE EACH 5 $2,000.00 $10,000.00 85 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 89 $14.00 $1,246.00 86 SCHOOL FLASHER ASSEMBLY, RELOCATE EACH 1 $1,850.00 $1,850.00 87 SIGN RELOCATION EACH 5 $20.00 $100.00 88 SIGN AND POST TO BE REMOVED EACH 8 25 $200.00 89 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK, 6" LFT 908 1.1 $998.80 90 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24" LFT 113 4.05 $457.65 91 SNOWPLOWABLE RAISED PAVEMENT MARKERS (YELLOW) EACH 14 9.25 $129.50 92 SNOWPLOWABLE RAISED PAVEMENT MARKERS (BLUE) EACH 10 84.53 $845.30 93 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICATION ARROW EACH 6 80 $480.00 94 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, WORD (ONLY) EACH 6 105 $630.00 95 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 1000 0.53 $530.00 96 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 700 0.53 $371.00 97 PLANTING SOIL CYS 328 36 $11,808.00 98 MULCH, HARDWOOD SHREDDED BARK CYS 55 60 $3,300.00 99 PLANT, DECIDUOUS TREE, 2.0" CAL. EACH 147 240 $35,280.00 100 PLANT, DECIDUOUS TREE, 2.5" CAL. EACH 94 240 $22,560.00 101 PLANT, DECIDUOUS SHRUB, 3 GAL. 15 -18" EACH 154 36 $5,544.00 102 PLANT, DECIDUOUS SHRUB, 3 GAL. 24" -30" EACH 100 73 $7,300.00 103 PLANT, ORNAMENTAL GRASS, 2 GAL. EACH 363 24 $8,712.00 104 SPADE EDGE LFT 264 2 $528.00 TOTAL BASE BID: $2764,986.47 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 February 12, 2010 BID -5 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by, OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: IENE BID -6 Prescribed by State Board of Accounts Form No. 96 (Revised 2000) CONTRACTORS BID FOR PUBLIC WORK PART I (To be completed for all bids) (Please type or print) Date 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 126th Street Road Improvement and Culvert Replacement Project No. 06 -22 (Governmental Unit) in accordance with plans and specifications prepared b USI Consultants, Inc. and dated Two Million, Seven Hundred Sixty -Four Thousand, Nine Hundred Eighty -Six dollars and Forty -Seven cents $ 2,764,986.47 January 2, 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, Ill, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100,000) or more. (IC 36- 1 -12 -4) Governmental Unit: 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 hen Completed Name and Address of Owner $3,601,878.00 ROAD RECON. 2007 R -25397 SR 22 GRADEX $3,404,858.00 ROAD RECON. 2007 RS -27691 SR 5 & SR124 $6,407,417.00 PARKING LOT 2007 DOLLAR GENERAL DIST. CENTER $6,382,598.00 ROAD RECON. 2007 R -27620 38TH ST. 2 What public works projects are now in process of construction by your organization? Contract Amount Class of Work en 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 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: Ctn0,-ct 1 er.calneertn5 ± cbn5-i -4-OC Li i2» S +r ee- i- -�c-te. :In,. srove mec* ccnci CO I Vic; -- Project Name: J �t vi Z`,() Date Submitted: Base Bid Amount: , 7s- s- ,'`i, Revised 11/20/2008 pia ce.mCAS 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: 1266 Street Road Improvement and Culvert Replacement Proposal For Construction of : Roadway grading and paving, storm sewer construction, replacement of a culvert and roadway finishes including signing and striping. Date: re bt oat —t t'l Z o ID To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION 1.1 Bidder Name: Ce�- �A t Print Can54 ruci tnyi ne�� 1.2 Bidder Address: Street Address: . "ggto CINS30C i t nc• n1, CDrnrnerc City: GIcc n Cc c d State:.Sn.1 Zip: Li s 40 Phone: 311- S`04 -1`190 Fax: 317- ?Tel- /890 1.3 Bidder is alan [mark one] Individual Partnership / Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total-4 u co rr ', t F o n , 5��+ J Q t c' Gar r €e sc�eSJ� { w y.tc�Do ($��7SS d1� ' ' ). The Bidder acknowledges that evaluation of the lm 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 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 V BID -5 PART 3 CONTRACT ITEMS AND UNIT PRICES O N q;, ^ tu-t _N ^ i. n om vSaVI� i V3rt, rD S RIPION (.' i'•. Q UANTITY { U PRICE , MOUNT 1 a��rrag Tl� $ 4uo2S.S. a I o �� flan rICLI 1 CONSTRUCTION ENGINEERING LS 1 7allc �:�. MN= EnTIMOrran Lq. s 2 FIELD OFFICE MO 5w 3 MOBILIZATION AND DEMOBILIZATION LS 1 4 CLEARING RIGHT OF WAY LS 1 5 EXCAVATION, COMMON CYS 9397 6 BORROW CYS 1755 • O' 7 STRUCTURE BACKFILL CYS 6994 a •Ot I. 01.1. 8 RIPRAP, REVETMENT TON 74 Mingi 9 GEOTEXTILE SYS 127 In Zo. MIIIITITEI 10 TEMPORARY DITCH INLET PROTECTION EACH 12 qL1 14• 11 TEMPORARY CURB INLET PROTECTION EACH 12 Ile to-1 12 TEMPORARY SILT FENCE LFT 7845 nil ri o o 4 (. to 13 SUBGRADE TREATMENT, TYPE I SYS 23042 14 COMPACTED AGGREGATE, 53 TON 2357 I/-13 41 '784''11 t, 464. O`i 15 COMPACTED AGGREGATE, 2, TEMPORARY FOR DIVERSION BERM TON 12 38 �.7 16 COMPACTED AGGREGATE, 53, TEMPORARY FOR DRIVEWAYS TON 150 IIMI 41(e4.1 • o0 17 HMA SURFACE, TYPE C TON 2014 18 HMA INTERMEDIATE, TYPE C TON 3984 r rinctifirafili �t�� Ito. 19 HMA BASE, TYPE C TON 6067 20 HMA INTERMEDIATE, TYPE C, OG, 19mm TON 3054ai�-.�u.7�ru 21 HMA FOR PATCHING TON 15 314.s 22 HMA FOR APPROACHES TON 270 SWUM 2.1 . to 23 ASPHALT FOR TACK COAT TON 22 lost .14 0 Meta � • ; n ' 24 SURFACE MILLING SYS 3969 I . lo inC`!ele.,' 25 COMBINED CURB AND GUTTER TYPE II LFT 8541 26 COMBINED CURB AND GUTTER TYPE III LFT 8676nl 27 COMBINED DEPRESSED CURB AND GUTTER LFT 407 19l Era 3$ I S1 la .OZ 28 CONCRETE CURB END TREATMENT SYS 29 CURB RAMP, CONCRETE, TYPE "G" SYS 97 WWI t COQ 30 PCCP, DECORATIVE, 4" SYS 172 s1�17f/l�G1Lif'1d� -3+1 31 MAILBOX ASSEMBLY, SINGLE EACH 6� 32 CEMENT CONCRETE PAVEMENT FOR COMMERCIAL DRIVEWAYS , 8IN. SYS 415 ..11 __ _ `C7 .J1 Q (6, ` 1(. Sc 33 CEMENT CONCRETE PAVEMENT FOR RESIDENTIAL DRIVEWAYS, 6 IN. SYS 155 47.23 t X° CaS•65 34 TOPSOIL CYS 1309 •D 1�1�t�l �"�1"1'7"� ,,•r 821.9 Z( 035.2o 35 SODDING SYS 15744 36 CULVERT, PRECAST BOX, REINFORCED CONCRETE, 9FT.X9FT. LFT 80 37 STRUCTURE BACKFILL FOR BOX CULVERT CYS 411 Sg. MILWOMEILINIONI .`IO �w[R PHilr SSA_ -�.!0*• �F27�/il 38 COMPACTED AGGREGATE, 53, FOR BOX CULVERT TON 80 39 WINGWALL, REINFORCED CONCRETE SFT 1240 40 HEADWALL, REINFORCED CONCRETE SFT 126 it '7 r 41 HANDRAIL LFT 104 47.16 . ' 1 The 42 CAP PIPE EACH I • 6 406a . f • eg 43 CORE HOLE IN CONCRETE PIPE EACH 2 44 PIPE, UNDERDRAIN, DOUBLE WALL, CIRCULAR, 6 IN. LFT 8831 Ma t5-1 'M 1 « Z .1.1* 45 PIPE, RCP, CIRCULAR, 12 IN. LFT 1389� 2 -2l Mina 46 PIPE, RCP, CIRCULAR, 15 IN. LFT 194t.�ant! 147 �O� IMIIIEILIM1111 S� �I��LIM�y�E� E HK•l•'LaM 47 PIPE, RCP, CIRCULAR, 18 IN. LFT 48 PIPE, RCP, CIRCULAR, 21 IN. LFT 1071 r "nLi!•:tttilil 49 PIPE, RCP, CIRCULAR, 24 IN. LFT 36 50 PIPE, RCP, CIRCULAR, 30 IN. LFT 16 IIEPIPIMUIMTLEETM 51 PIPE, RCP, CIRCULAR, 36 IN. LFT 972 ! 0 . .: 52 PIPE, RCP, CIRCULAR, 42 IN. LFT 201 L���1.��,.lr.,■ 53 PIPE, CONCRETE, 10 IN. LFT 40 2. O 54 PIPE, PVC, 8 I LFT 21��1 . 55 8" PVC TEE CONNECTOR WITH OPEN GRATE EACH I1tfiT;i.�7 EACH 1 1 0 S '3'-7 Ln • 01.,3___' 56 21" RCP END SECTION 57 42" RCP END SECTION EACH 1 58 AGGREGATE FOR UNDERDRAINS CYS 798 -2.7 .t L, �� 59 INLET, J10 EACH 22_ 60 INLET, M10 EACH 4 ~ =T��ES 1 2 O Vann EIPLINEMPOZON LIONIMMUMMI NIPTM} i z O 213 .0 61 INLET, E7 EACH 2 62 MANHOLE, D2 EACH 1 11 1 63 MANHOLE, D4 EACH 64 MANHOLE, D4, MODIFIED EACH 65 MANHOLE, C2 EACH i 12 66 MANHOLE, C4 EACH 67 HOODED CATCH BASIN EACH 23 5 0 •0Z BirrInntin 3 8 5 i1" WINIIIIrrilla IIMMEWIMINIMI 5 33 O . t 132 .2 68 EQUAL EACH AQUASWIRL, AS-4 OR EQUAL RL, 1 69 CASTING, TYPE 4, FURNISH & ADJUST TO GRADE EACH EACH I 7IMM 14 70 CASTING, TYPE 2, FURNISH & ADJUST TO GRADE 71 CASTING, ADJUST TO GRADE EACH 72 WATER VALVE BOX, ADJUST TO GRADE EACH 73 74 CURB STOP, ADJUST TO GRADE HYDRANT, RELOCATE AND ADJUST TO GRADE EACH EACH 4 4 110 •IV I 0110.9 fi l°"-'._ I ' I ) U,36c'.(A Manna -10' 33S' S5 75 HYDRANT, ADJUST TO GRADE EACH 3 76 77 MAINTAINING TRAFFIC BARRICADE, III -B LS LFT 1 240 7- 14''- ' 40 78 CONSTRUCTION SIGN, A EACH 8 n•a� rifirlina Lr,.g11f• MT= I •�L 79 CONSTRUCTION SIGN, B EACH 8 ROAD CLOSURE SIGN ASSEMBLY EACH 10 80 21. 2b I,os3'Ld 6 , / 3. a. 4 81 DETOUR ROUTE MARKER ASSEMBLY EACH 12 3511n 89 82 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.080 IN SFT - 83 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.100 IN SFT 5MIRM /1 /i3. 75" 84 ORNAMENTAL SIGN ASSEMBLY, COMPLETE EACH 3 94 •D34 85 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT SCHOOL FLASHER ASSEMBLY, RELOCATE EACH . 86 87 SIGN RELOCATION EACH 5 ratitlinriall �� 88 SIGN AND POST TO BE REMOVED EACH 8 MJS'S�=MI / i0 % • Mall 89 90 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK, 6" TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24" LFT 908 ' 22- LFT 113 N• Sb SNOWPLOWABLE RAISED PAVEMENT MARKERS ELLO EACH EACH EACH EACH t4 _ 4• O 3 3�? ' 4� 6-3 • �° 91 10 SNOWPLOWABLE RAISED PAVEMENT MARKERS 92 BLUE 6 6 . • if PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, 93 LANE INDICATION ARROW PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, 94 WORD ONLY) 1 1 �; TO 06 , 70 95 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 1000 Ins 96 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 700 r ern riga �a�7. '1 97 PLANTING SOIL CYS 328 �i��� �a�lftar 98 MULCH, HARDWOOD SHREDDED BARK CYS 55r l 99 PLANT, DECIDUOUS TREE, 2.0" CAL. EACH 147 - -l! dl�Inifir �A 100 PLANT, DECIDUOUS TREE, 2.5" CAL. EACH ����..,�� 94 t'3or':N�iil° Mo 154 �;ida� 101 PLANT, DECIDUOUS SHRUB, 3 GAL. 15 " -18" EACH 102 PLANT, DECIDUOUS SHRUB, 3 GAL 24' -30" EACH 100�� -a�� e 103 PLANT, ORNAMENTAL GRASS, 2 GAL EACH 363�'X� LFT 264 o 104 SPADE EDGE TOTAL "BASE BID L./ .:4 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: rt BID -6 Prescribed by State Board of Accounts Form No. 96 (Revised 2005) CONTRACTORS BID FOR PUBLIC WORK PART I (To be completed for all bids. Please type or print) 126th Street Road Improvements and Culvert Replacement Project No. 06 -22 Date: January 20. 2010 1. Governmental Unit (Owner): City of Carmel 2. County : Hamilton 3. Bidder (Firm): Central Engineering & Construction Associates, Inc. Address: 3862 N. Commercial Parkway City /State: Greenfield, IN 46140 4. Telephone Number: 317.894.1990 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the Site Work for the City of Carmel (Governmental Unit) in accordance with plans and specifications prepared `I by USI Consultants, Inc. for the sum of: tnn MIU n Wit.) 1.(Qy r=c a .74d0lma i e. 717-03 64 jn ( rip gec el- 5 0C c4 t $ 21 Z 5,z15 6.t� 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. Contract Amount Class of Work When to be Completed Name and Address of Owner $1,086,000 Storm Sewer 10/2009 City of Indianapolis, IN $490,000 Earthwork & Storm New Bridge & Rd 11/2010 City of Hamilton Co. $1,083,601 Sanitary Sewer — 7T Belmont Relief Sewer 11/2010 City of Indianapolis $434,127 New Park Earthwork & Storm 11/2009 Westfield Washington Schools $4,000,000 INDOT Earthwork & Storm 11/2010 Indiana Dept of Transportation ACCEPTANCE The above bid is accepted this day of subject to the following conditions: Contracting Authority Members: PART II (For projects of $100,000 or more — IC 36- 1 -12 -4) Governmental Unit: City of Carmel Bidder (Firm) Central Engineering & Construction Associates Inc. Date: 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 When Completed Name and Address of Owner $1,500,000 Earthwork, Storm, Sewers & Ductbank F502 March 2008 Indianapolis Airport Authority $1,365,387 Earthwork & Utilities May 2008 Zionsville Parks & Recreation, In $2,000,000 Earthwork & Utilities — SR01 October 2008 Indianapolis Airport Authority $2,800,000 Earthwork, Storm, ductbank T -18 December 2008 Indianapolis Airport Authority $1,164,000 Earthwork & Utilities June 2009 Mt. Vemon School Corporation $2,800,000 Earthwork, Utilities, Asphalt — T -33 Terminal Support December 2008 Indianapolis Airport Authority 1,110,000 Freedom Park Earthwork & Utilities April 2009 City of Greenwood 2. What .ublic works ro ects are now in rocess of construction by your organization? 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. Browning Construction Gilliatte General Contractors Holladay Group Mansur Development Corporation Western Hamilton Utilities Hamilton Southeastern Utilities Gradex, Inc. Mann Properties F.A. Wilhelm Construction Co. Summit Construction Co. SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) After video, staking & mobilization, will proceed with the excavation & spading work, followed by box culvert & storm. Proceed with finish grading for pavement, SS drains, curbs, asphalt & striping. Site restoration will begin at the same time the curbs are being installed, followed by grading work. 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. Major Subs: Piers & Associates, surveying and field engineering Major Engineering & Land Surveying, surveying and field engineering SurveyTech, surveying and field engineering Lowe Construction Co., jack and bore All Bore, directional drilling Clossey Excavating, clearing Tri-State Forestry, clearing The Hoosier Company, electrical and fencing Indiana Sign & Barricade, traffic control Jobsite Video, video recordings Midwest Mole, Jack and bore Rose Seeding, seeding and erosion control E & B Paving Co., Inc., paving contractor 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. Surveying, Asphalt, Concrete, Erosion, Piping, Aggregates 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. Excavators, backhoes, scrapers, graders, dozers and loaders as needed; we have over 100 pieces of equipment. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT S S S n 0 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: 126th St. Road Improvements and Culvert Replacement Project No. 06 -22 Date Submitted: February 17, 2010 Base Bid Amount: $2,398,000.00 Revised 11/20/2008 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 Ally and accurately filled in and completed and notarized. Project: 1266 Street Road Improvement and Culvert Replacement Proposal For Construction of : Date: February 17 2010 Roadway grading and paving, storm sewer construction, replacement of a culvert and roadway finishes including signing and striping. To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 PART 1 BIDDER INFORMATION (Print) IA Bidder Name: Rieth —Riley Construction Co., Inc. I.7 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 X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 2.1 PART 2 BID PROPOSAL 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 Two Million Three Hundred Ninety Eight Thousand and 00 /100 - Dollars (S 2,398 000.00 )• The Bidder acknowledges that evatuaLron 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. t1 l BID -3 PART 3 CONTRACT ITEMS AND UNIT PRICES ITEM't , �,� r�'�e* 6r �t q2;R F"4F < �„ AYR% �+ • M`4 4� R �� a ?'4`8 'u a�'ti. ; a,1i a 5 ✓ ;. .R U f QUANTITY.: } +^N yw .__...... I,i°c UNI., T '' �: �laC�3`r._. . Yv AMOUNT.. -` x� • 1 _'. CONSTRUCTION ENGINEERING LS I $ 22,000.00 $22,000.00 2 FIELD OFFICE MO 5 $ 2,200.00 $11,000.00 3 MOBILIZATION AND DEMOBILIZATION LS 1 $ 60,000.00 $60,000.00 4 CLEARING RIGHT OF WAY LS 1 $ 30,000.00 $30,000.00 5 EXCAVATION, COMMON CYS 9397 $ 12.00 $112,764.00 6 BORROW CYS 1755 $ 0.01 $17.55 7 STRUCTURE BACKFILL CYS 6994 $ 18.00 $125,892.00 8 RIPRAP, REVETMENT TON 74 $ 50.00 $3,700.00 9 GEOTEXTILE SYS 127 $ 1.00 $127.00 10 TEMPORARY DITCH INLET PROTECTION EACH 12 $ 85.00 $1,020.00 11 TEMPORARY CURB INLET PROTECTION EACH 12 $ 150.00 $1,800.00 12 TEMPORARY SILT FENCE LFT 7845 $ 1.15 $9,021.75 13 SUBGRADE TREATMENT, TYPE I SYS 23042 $ 5.10 $117,514.20 14 COMPACTED AGGREGATE, 53 TON 2357 $ 19.00 $44,783.00 15 COMPACTED AGGREGATE, 2, TEMPORARY FOR DIVERSION BERM TON 12 $ 76.50 $918.00 16 COMPACTED AGGREGATE, 53, TEMPORARY FOR DRIVEWAYS TON 150 $ 45.00 $6,750.00 17 HMA SURFACE, TYPE C TON 2014 $ 68.50 $137,959.00 18 HMA INTERMEDIATE, TYPE C TON 3984 $ 48.50 $193,224.00 19 HMA BASE, TYPE C TON 6067 $ 46.50 $282,115.50 20 HMA INTERMEDIATE, TYPE C, OG, 19mm TON 3054 $ 45.50 $138,957.00 21 HMA FOR PATCHING TON 15 $ 110.00 $1,650.00 22 HMA FOR APPROACHES TON 270 $ 81.00 $21,870.00 23 ASPHALT FOR TACK COAT TON 22 $ 510.00 $11,220.00 24 SURFACE MILLING SYS 3969 $ 2.10 $8,334.90 25 COMBINED CURB AND GUTTER TYPE II LFT 8541 $ 10.60 $90,534.60 26 COMBINED CURB AND GUTTER TYPE III LFT 8676 $ 10.60 $91,965.60 27 COMBINED DEPRESSED CURB AND GUTTER LFT 407 $ 10.50 $4,273.50 28 CONCRETE CURB END TREATMENT SYS 19 $ 136.50 $2,593.50 29 CURB RAMP, CONCRETE, TYPE "G" SYS 97 $ 87.00 $8,439.00 30 PCCP, DECORATIVE, 4" SYS 172 $ 50.50 $8,686.00 31 MAILBOX ASSEMBLY, SINGLE EACH 6 $ 126.52 $759.12 32 CEMENT CONCRETE PAVEMENT FOR COMMERCIAL DRIVEWAYS, 8 IN. SYS 415 $ 44.50 $18,467.50 33 CEMENT CONCRETE PAVEMENT FOR RESIDENTIAL DRIVEWAYS, 6 IN. SYS 155 $ 42.25 $6,548.75 34 TOPSOIL CYS 1309 $ 10.25 $13,417.25 35 SODDING SYS 15744 $ 2.48 $39,045.12 36 CULVERT, PRECAST BOX, REINFORCED CONCRETE, 9 FT. X 9 FT. LFT 80 $ 720.00 $57,600.00 37 STRUCTURE BACKFILL FOR BOX CULVERT CYS 411 $ 29.00 $11,919.00 38 COMPACTED AGGREGATE, 53, FOR BOX CULVERT TON 80 $ 22.50 $1,800.00 39 WINGWALL, REINFORCED CONCRETE SFT 1240 $ 55.50 $68,820.00 40 HEADWALL, REINFORCED CONCRETE SFT 126 $ 50.00 $6,300.00 41 HANDRAIL LFT 104 $ 145.76 $15,159.04 42 CAP PIPE EACH $ 700.00 $700.00 43 CORE HOLE IN CONCRETE PIPE EACH 2 $ 980.00 $1,960.00 44 PIPE, UNDERDRAIN, DOUBLE WALL, CIRCULAR, 6IN. LFT 8831 $ 4.65 $41,064.15 45 PIPE, RCP, CIRCULAR, 12 IN. LFT 1389 $ 35.00 $48,615.00 46 PIPE, RCP, CIRCULAR, 15 IN. LFT 194 $ 41.25 $8,002.50 47 PIPE, RCP, CIRCULAR, 18 IN. LFT 147 $ 38.25 $5,622.75 48 PIPE, RCP, CIRCULAR, 21 IN. LFT 1071 $ 39.00 $41,769.00 49 PIPE, RCP, CIRCULAR, 24 IN. LFT 36 $ 45.50 $1,638.00 50 PIPE, RCP, CIRCULAR, 30 IN. LFT 16 $ 58.10 $929.60 51 PIPE, RCP, CIRCULAR, 36 IN. LFT 972 $ 74.50 $72,414.00 52 PIPE, RCP, CIRCULAR, 42 IN. LFT 201 $ 135.00 $27,135.00 53 PIPE, CONCRETE, 10 IN. LFT 40 $ 25.00 $1,000.00 54 PIPE, PVC, 8 IN. LFT 21 $ 21.50 $451.50 55 8" PVC TEE CONNECTOR WITH OPEN GRATE EACH 1 $ 500.00 $500.00 56 21" RCP END SECTION EACH 1 $ 800.00 $800.00 57 42' RCP END SECTION EACH 1 $ 1,575.00 $1,575.00 58 AGGREGATE FOR UNDERDRAINS CYS 798 $ 30.00 $23,940.00 59 INLET, J10 EACH 22 $ 1,410.00 $31,020.00 60 INLET, M10 EACH 4 $ 1,440.00 $5,760.00 61 INLET, E7 EACH 2 $ 1,240.00 $2,480.00 62 MANHOLE, D2 EACH 1 $ 3,275.00 $3,275.00 63 MANHOLE, D4 EACH 11 $ 4,235.00 $46,585.00 64 MANHOLE, D4, MODIFIED EACH 1 $ 5,740.00 $5,740.00 65 MANHOLE, C2 EACH 1 $ 2,000.00 $2,000.00 66 MANHOLE, C4 EACH 12 $ 1,500.00 $18,000.00 67 HOODED CATCH BASIN K10 EACH 23 $ 2,300.00 $52,900.00 68 AQUASWIRL, AS -4 OR EQUAL EACH 1 $ 14,000.00 $14,000.00 69 CASTING, TYPE 4, FURNISH & ADJUST TO GRADE EACH 1 $ 340.00 $340.00 70 CASTING, TYPE 2, FURNISH & ADJUST TO GRADE EACH 1 $ 470.00 $470.00 71 CASTING, ADJUST TO GRADE EACH 7 $ 155.00 $1,085.00 72 WATER VALVE BOX, ADJUST TO GRADE EACH 14 $ 140.00 $1,960.00 73 CURB STOP, ADJUST TO GRADE EACH 4 $ 140.00 $560.00 74 HYDRANT, RELOCATE AND ADJUST TO GRADE EACH 4 $ 2,000.00 $8,000.00 75 HYDRANT, ADJUST TO GRADE EACH 3 $ 690.00 $2,070.00 76 MAINTAINING TRAFFIC LS 1 $ 7,292.57 $7,292.57 77 BARRICADE, III -B LFT 240 $ 12.25 $2,940.00 78 CONSTRUCTION SIGN, A EACH 8 $ 188.00 $1,504.00 79 CONSTRUCTION SIGN, B EACH 8 $ 54.00 $432.00 80 ROAD CLOSURE SIGN ASSEMBLY EACH 10 $ 363.00 $3,630.00 81 DETOUR ROUTE MARKER ASSEMBLY EACH 12 $ 137.00 $1,644.00 82 SIGN, SHEET. ENCAPSULATED LENS WITH LEGEND, 0.080 IN SFT 35 $ 16.00 $560.00 83 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.100 IN SFT 6 $ 17.00 $102.00 84 ORNAMENTAL SIGN ASSEMBLY, COMPLETE EACH 5 $ 2,000.00 $10,000.00 85 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 89 $ 14.00 $1,246.00 86 SCHOOL FLASHER ASSEMBLY, RELOCATE EACH 1 $ 1,850.00 $1,850.00 87 SIGN RELOCATION EACH 5 $ 20.00 $100.00 88 SIGN AND POST TO BE REMOVED EACH 8 $ 25.00 $200.00 89 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK, 6" LFT 908 $ 1.25 $1,135.00 90 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24" LFT 113 $ 5.00 $565.00 91 SNOWPLOWABLE RAISED PAVEMENT MARKERS (YELLOW) EACH 14 $ 20.00 $280.00 92 SNOWPLOWABLE RAISED PAVEMENT MARKERS (BLUE) EACH 10 $ • 20.00 $200.00 93 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICATION ARROW EACH 6 $ 88.00 $528.00 94 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, WORD (ONLY) EACH 6 $ 99.00 $594.00 95 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 1000 $ 0.82 $820.00 96 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 700 $ 0.82 $574.00 97 PLANTING SOIL CYS 328 $ 36.00 $11,808.00 98 MULCH, HARDWOOD SHREDDED BARK CYS 55 $ 60.00 $3,300.00 99 PLANT, DECIDUOUS TREE, 2.0" CAL. EACH 147 $ 250.00 $36,750.00 100 PLANT, DECIDUOUS TREE, 2.5" CAL. EACH 94 $ 250.00 $23,500.00 101 PLANT, DECIDUOUS SHRUB, 3 GAL. 15 " -18" EACH 154 $ 37.70 $5,805.80 102 PLANT, DECIDUOUS SHRUB, 3 GAL. 24 " -30" EACH 100 $ 78.00 $7,800.00 103 PLANT, ORNAMENTAL GRASS, 2 GAL. EACH 363 $ 24.75 $8,984.25 104 SPADE EDGE LET 264 $ 2.00 $528.00 TOTAL BASE BID: $2,398,000.00 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 DATE 1 2/12/2010 BID -5 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Docuunents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: None. 131D-6 r • ,. LJ P J J J S 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 In Project Name: 126th Street Road Im.rovement an. C ; -. •u•. Date Submitted: Februar 17,2010 Base Bid Amount: $2,658,639.55 Revised 11/20/2008 i n r 7 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: 126`h Street Road Improvement and Culvert Replacement Proposal For Construction of : Date: February 17, 2010 Roadway grading and paving, storm sewer construction, replacement of a culvert and roadway finishes including signing and striping. To: City of Carmel, Indiana, Board of Public Works and Safety BID -I L r I 1.1 PART 1 BIDDER INFORMATION (Print) BidderName: Calumet Civil Contractors, Inc. 1.2 Bidder Address: Street Address: 4898 Fieldstone Drive City: Whitestown Phone: (317)769 -1900 1.3 Bidder is a/an [mark one] Individual State: IN Zip: 46075 Fax: (317) 769 -7424 Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total_ Two Million Six Hundred Fifty Eight Thousand Six Hundred ThirtyNineandI6i ;N ($ 2,658,639.55 ). 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 fumished under the Contract. BID -3 ITEM. ,lk';,,v NO.L PART 3 CONTRACT ITEMS AND UNIT PRICES DESCRIPTION. 1 CONSTRUCTION ENGINEERING LS 1 $20,000.00 $20,000.00 2 FIELD OFFICE MO 5 $2,756.00 $13,825.00 3 MOBILIZATION AND DEMOBILIZATION LS 1 $89,000.00 $89,000.00 4 CLEARING RIGHT OF WAY LS 1 $5,000.00 $5,000.00 5 EXCAVATION, COMMON CYS 9397 • $20.00 $187,940.00 6 BORROW CYS 1755 $0.01 $17.55 7 STRUCTURE BACKFILL CYS 6994 $19.00 $132,886.00 8 RIPRAP, REVETMENT TON 74 $60.00 $4,440.00 9 GEOTEXTILE SYS ' 127 $3.00 $381.00 10 TEMPORARY DITCH INLET PROTECTION EACH 12 $85.00 $1,020.00 11 TEMPORARY CURB INLET PROTECTION EACH 12 $150.00 $1,800.00 12 TEMPORARY SILT FENCE LFT 7845 $1.15 $9,021.00 13 SUBGRADE TREATMENT, TYPE I SYS 23042 $4.48 $103,228.16 14 COMPACTED AGGREGATE, 53 TON 2357 $27.00 $63,639.00 15 COMPACTED AGGREGATE, 2, TEMPORARY FOR DIVERSION BERM TON 12 $85.00 $1,020.00 16 COMPACTED AGGREGATE, 53, TEMPORARY FOR DRIVEWAYS TON 150 $35.00 $5,250.00 17 HMA SURFACE, TYPE C TON 2014 $73.01 $147,042.14 18 HMA INTERMEDIATE, TYPE C TON 3984 $53.85 ' $214,538.40 19 HMA BASE, TYPE C TON 6067 $50.00 $303,350.00 20 HMA INTERMEDIATE, TYPE C, OG, 19mm TON 3054 $52.00 $158,808.00 21 HMA FOR PATCHING TON 15 $88.00 $1,320.00 22 HMA FOR APPROACHES TON 270 $80.00 $21,600.00 23 ASPHALT FOR TACK COAT TON 22 $100.00 $2,200.00 24 SURFACE MILLING SYS 3969 $2.00 $7,938.00 25 COMBINED CURB AND GUTTER TYPE II LFT 8541 $9.00 $76,869.00 26 COMBINED CURB AND GUTTER TYPE III LFT 8676 $9.00 $78,084.00 27 COMBINED DEPRESSED CURB AND GUTTER LFT 407 $9.00 $3,663.00 28 CONCRETE CURB END TREATMENT SYS 19 $65.00 $1,235.00 29 CURB RAMP, CONCRETE, TYPE "G" SYS 97 $125.00 $12,125.00 30 PCCP, DECORATIVE, 4" . SYS 172 $82.00 $14,104.00 31 MAILBOX ASSEMBLY, SINGLE '. EACH 6 $130.00 $780.00 32 CEMENT CONCRETE PAVEMENT FOR COMMERCIAL DRIVEWAYS, 8 IN. SYS 415 $50.00 $20,750.00 33 CEMENT CONCRETE PAVEMENT FOR RESIDENTIAL DRIVEWAYS, 6 IN. SYS 155 $60.00 $9,300.00 34 TOPSOIL CYS 1309 $35.00 $45,815.00 35 SODDING SYS 15744 $4.00 $62,976.00 36 CULVERT, PRECAST BOX, REINFORCED CONCRETE, 9 FT. X 9 FT. LFT 80 $689.00 $55,120.00 37 STRUCTURE BACKFILL FOR BOX CULVERT CYS 411 $28.00 $11,508.00 38 COMPACTED AGGREGATE, 53, FOR BOX CULVERT TON 80 $25.00. $2,000.00 39 WINGWALL, REINFORCED CONCRETE SFT. 1240 , $63.00 $78,120.00 40 HEADWALL, REINFORCED CONCRETE SR- 126 $68.00 .. $8,568.00 41 HANDRAIL LFT . 104 $150.00 . $15,600.00 42 CAP PIPE EACH 1 $500.00 $500.00 43 CORE HOLE IN CONCRETE PIPE EACH • 2 $500.00 $1,000.00 44 PIPE, UNDERDRAIN, DOUBLE WALL, CIRCULAR, 6 IN. LFT - 8831 $4.00 $35,324.00 45 PIPE, RCP, CIRCULAR, 12 IN. LFT 1389 . $32.00 $44,448.00 46 PIPE, RCP, CIRCULAR, 15 IN. LFT ' 194 $33.00 $6,402.00 47 PIPE, RCP, CIRCULAR, 18 IN. LFT 147 $36.00 $5,292.00 48 PIPE, RCP, CIRCULAR, 21 IN. LFT 1071 ' $44.00 $47,124.00 49 PIPE, RCP, CIRCULAR, 24 IN. LFT 36 $55.00 $1;980.00 50 PIPE, RCP, CIRCULAR, 30 IN. LFT ' - 16 $60.00 ' $960.00 51 PIPE, RCP, CIRCULAR, 36 IN. LFT 972 $95.00 $92,340.00 52 PIPE, RCP, CIRCULAR, 42 IN. LFT 201 $150.00 $30,150.00 53 PIPE, CONCRETE, 10 IN. LFT 40 $30.00 $1,200.00 54 PIPE, PVC, 8 IN. LFT 21 $25.00 $525.00 55 8" PVC TEE CONNECTOR WITH OPEN GRATE EACH 1 $555.00 $555.00 56 21" RCP END SECTION EACH 1 $740.00 $740.00 57 42" RCP END SECTION EACH 1 $2,800.00 $2,800.00 58 AGGREGATE FOR UNDERDRAINS CYS 798 $36.75 $29,326.50 59 INLET, J10 EACH 22 $1,550.00 $34,100.00 60 INLET, M10 EACH 4 $1,550.00 $6,200.00 61 INLET, E7 EACH 2 $1,270.00 $2,540.00 62 MANHOLE, D2 EACH 1 $4,265.00 $4,265.00 63 MANHOLE, D4 EACH 11 $4,000.00 $4,000.00 64 MANHOLE, D4, MODIFIED EACH 1 $9,000.00 $9,000.00 65 MANHOLE, C2 EACH 1 $3,000.00 $3,000.00 66 MANHOLE, C4 EACH 12 $2,650.00 $31,800.00 67 HOODED CATCH BASIN K10 EACH 23 $2,320.00 $53,360.00 68 AQUASWIRL, AS-4 OR EQUAL EACH 1 $16,000.00 $16,000.00 69 CASTING, TYPE 4, FURNISH & ADJUST TO GRADE EACH 1 $444.00 $444.00 70 CASTING, TYPE 2, FURNISH & ADJUST TO GRADE EACH 1 $777.00 $777.00 71 CASTING, ADJUST TO GRADE EACH 7 $444.00 $3,108.00 72 WATER VALVE BOX, ADJUST TO GRADE ' EACH 14 $500.00 $7,000.00 73 CURB STOP, ADJUST TO GRADE EACH 4 $460.00 $1,840.00 74 HYDRANT, RELOCATE AND ADJUST TO GRADE EACH 4 $2,000.00 $8,000.00 75 HYDRANT, ADJUST TO GRADE EACH 3 $1,200.00 $3,600.00 76 MAINTAINING TRAFFIC LS 1 $10,000.00 $10,000.00 77 BARRICADE, III -B LFT 240 $5.00 $1,200.00 78 CONSTRUCTION SIGN, A EACH 8 $150.00 $1,200.00 79 CONSTRUCTION SIGN, B EACH 8 $50.00 $400.00 80 ROAD CLOSURE SIGN ASSEMBLY EACH 10 $626.00 $6,260.00 81 DETOUR ROUTE MARKER ASSEMBLY EACH 12 $88.00 $1,056.00 82 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.080 IN SFT 35 $16.00 $560.00 83 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.100 IN SFT 6 $17.00 $102.00 84 ORNAMENTAL SIGN ASSEMBLY, COMPLETE EACH 5 $2,000.00 $10,000.00 85 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 89 $14.00 $1,246.00 86 SCHOOL FLASHER ASSEMBLY, RELOCATE EACH 1 $1,850.00 $1,850.00 87 SIGN RELOCATION EACH 5 $20.00 $100.00 88 EACH 8 $ 25.00 $ 200.00 89 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK, 6" LFT 908 $ 1.25 $ 1,135.00 90 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24" LET 113 $ 4.00 $ 452.00 91 SNOWPLOWABLE RAISED PAVEMENT MARKERS YELLOW EACH 14 $ 25.00 $ 350.00 92 SNOWPLOWABLE RAISED PAVEMENT MARKERS (BLUE EACH 10 $ 25.00 $ 250.00 93 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICATION ARROW EACH 6 $ 100.00 $ 600.00 94 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, WORD ONLY EACH 6 $ 100.00 $ 600.00 95 LFT 1000 $ 0.60 $ 600:00 96 LFT 700 $ 0.60 $ 420.00 97 CYS. 328 $ 36.00 $ 11,808.00 98 CYS 55 $ 60.00 $. 3,300.00 99 EACH 147 $ 250.00 $ 36,750.00 100 EACH - 94 $ 250.00. $ 23,500.00 101 EACH 154 $ 37.70 $ 5,805.80 102 PLANT, DECIDUOUS SHRUB, 3 GAL. 24 " -30" EACH 100 $ ' 78.00 $ 7,800.00 103 PLANT, ORNAMENTAL GRASS, 2 GAL. EACH 363 $ 24.75 $ 8,984.25 104 SPADE EDGE LFT 264 $ 2.00- $ 528.00 TOTAL BASE BID: $2,658,639.55 t.� PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE One February 12, 2010 BID -5 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall filly state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: None BID -6 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: F & K Construction, Inc. Project Name: 126th Street Road Improvement and Culvert Replacement Date Submitted: February 17, 2010 Base Bid Amount: $2,393,658.00 Revised 11120/2008 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: 126th Street Road Improvement and Culvert Replacement Proposal For Construction of : Date: Roadway grading and paving, storm sewer construction, replacement of a culvert and roadway finishes including signing and striping. February 17, 2010 To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 1.1 Bidder Name: PART 1 BIDDER INFORMATION (Print) F & K Construction, Inc. 1.2 Bidder Address: Street Address: 2055 W 150 S City: Flora State: IN Phone: (574)967 -4543 1.3 Bidder is a /an »nark one] Fax: Zip: 46929 (574)967 -3934 Individual Partnership ✓ 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 Janumy 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 G 1 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 arid 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 Two Million Three Hundred Ninety -Three Thousand Six Hundred Fifty -Eight and 00/100 Dollars ($ 2.393,658.00 ). 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 ITEM . . DESCRIPTION - ' - J- QUANTITY II UNIT I - RICE f''�I' •' AMOUNT, . 1 CONSTRUCTION ENGINEERING LS 1 $33,500.00 $33,500.00 2 FIELD OFFICE MO 5 $2,200.00 $11,000.00 3 MOBILIZATION AND DEMOBILIZATION LS 1 $45,000.00 $45,000.00 4 CLEARING RIGHT OF WAY LS I $7,300.00 $7,300.00 5 EXCAVATION, COMMON CYS 9397 $9.00 $84,573.00 6 BORROW CYS 1755 $13.60 $23,868.00 7 STRUCTURE BACKFILL CYS 6994 $22.00 $153,868.00 8 RIPRAP, REVETMENT TON 74 $27.00 $1,998.00 9 GEOTEXTILE SYS 127 $2.00 $254.00 10 TEMPORARY DITCH INLET PROTECTION EACH 12 $78.00 $936.00 ' 11 EACH 12 $78.00 $936.00 TEMPORARY CURB INLET PROTECTION 12 TEMPORARY SILT FENCE LFT 7845 $1.60 $12,552.00 13 SUBGRADE TREATMENT, TYPE I SYS 23042 $4.00 $92,168.00 14 COMPACTED AGGREGATE, 53 TON 2357 $22.00 $51,854.00 15 COMPACTED AGGREGATE, 2, TEMPORARY FOR DIVERSION BERM TON 12 $50.00 $600.00 16 COMPACTED AGGREGATE, 53, TEMPORARY FOR DRIVEWAYS TON 150 $25.00 $3,750.00 17 HMA SURFACE, TYPE C TON 2014 $75.00 $151,050.00 18 HMA INTERMEDIATE, TYPE C TON 3984 $53.00 $211,152.00 19 HMA BASE, TYPE C TON 6067 $52.00 $315,484.00 20 HMA INTERMEDIATE, TYPE C, OG, 19mm TON 3054 $52.00 $158,808.00 21 HMA FOR PATCHING TON 15 $128.00 $1,920.00 22 HMA FOR APPROACHES TON 270 $87.00 $23,490.00 23 ASPHALT FOR TACK COAT TON 22 $450.00 $9,900.00 24 SURFACE MILLING SYS 3969 $1.00 $3,969.00 25 COMBINED CURB AND GUTTER TYPE II LFT 8541 $12.00 $102,492.00 26 COMBINED CURB AND GUTTER TYPE III LFT 8676 $11.00 $95,436.00 27 COMBINED DEPRESSED CURB AND GUTTER LFT 407 $12.00 $4,884.00 28 CONCRETE CURB ENO TREATMENT SYS 19 $90.00 $1,710.00 29 CURB RAMP, CONCRETE, TYPE "G" SYS 97 $87.00 $8,439.00 30 PCCP, DECORATIVE, 4" SYS 172 $74.00 $12,728.00 31 MAILBOX ASSEMBLY, SINGLE EACH 6 $210.00 $1,260.00 32 CEMENT CONCRETE PAVEMENT FOR COMMERCIAL DRIVEWAYS, 8 IN SYS 415 $43.00 $17,845.00 33 CEMENT CONCRETE PAVEMENT FOR RESIDENTIAL DRIVEWAYS, 6 IN. SYS 155 $40.00 $6,200.00 34 TOPSOIL CYS 1309 $9.00 $11,781.00 35 SODDING SYS 15744 $2.50 $39,360.00 36 CULVERT, PRECAST BOX, REINFORCED CONCRETE, 9 FT. X 9 FT. LFT 80 $600.00 $48,000.00 37 STRUCTURE BACKFILL FOR BOX CULVERT CYS 411 $22.00 $9,042.00 38 COMPACTED AGGREGATE, 53, FOR BOX CULVERT TON 80 $11.00 $880.00 39 WING WALL, REINFORCED CONCRETE SFT 1240 $40.00 $49,600.00 40 HEADWALL, REINFORCED CONCRETE SFT 126 $47.00 $5,922.00 41 HANDRAIL LFT 104 $160.00 $16,640.00 42 CAP PIPE EACH 1 $965.00 $965.00 43 CORE HOLE IN CONCRETE PIPE EACH 2 $425.00 $850.00 44 PIPE, UNDERDRAIN, DOUBLE WAI I_, CIRCULAR, 6 IN. LFT 8831 $5.00 $44,155.00 45 PIPE, RCP, CIRCULAR, 12 IN. LFT 1389 $23.00 $31,947.00 46 PIPE, RCP, CIRCULAR, 15 IN. LFT 194 $26.00 $5,044.00 47 PIPE, RCP, CIRCULAR, 18 IN. LFT 147 $26.00 $3,822.00 48 PIPE, RCP, CIRCULAR, 21 IN. LFT 1071 $35.00 $37,485.00 49 PIPE, RCP, CIRCULAR, 24 IN. LFT 36 $41.00 $1,476.00 50 PIPE, RCP, CIRCULAR, 30 IN. LFT 16 $80.00 $1,280.00 51 PIPE, RCP, CIRCULAR, 36 IN. LFT 972 $60.00 $58,320.00 52 PIPE, RCP, CIRCULAR, 42 IN. LFT 201 $71.00 $14,271.00 53 PIPE, CONCRETE, 10 IN LFT 40 $24.00 $960.00 54 PIPE, PVC, 8 IN. LFT 21 $29.00 $609.00 55 8" PVC TEE CONNECTOR WITH OPEN GRATE EACH 1 $300.00 $300.00 56 21" RCP END SECTION EACH 1 $950.00 $950.00 57 42" RCP END SECTION EACH I $1,550.00 $1,550.00 58 AGGREGATE FOR UNDERDRAINS CYS 798 $24.00 $19,152.00 59 INLET, J10 EACH 22 $1,300.00 $28,600.00 60 INLET, M10 EACH 4 $1,390.00 $5,560.00 61 INLET, E7 EACH 2 $1,160.00 $2,320.00 62 MANHOLE, D2 EACH 1 $3,620.00 $3,620.00 63 MANHOLE, D4 EACH 11 $3,000.00 $33,000.00 64 MANHOLE, D4, MODIFIED EACH 1 $3,300.00 $3,300.00 65 MANHOLE, C2 EACH 1 $3,000.00 $3,000.00 66 MANHOLE, C4 EACH 12 $3,100.00 $37,200.00 67 HOODED CATCH BASIN K10 EACH 23 $1,880.00 $43,240.00 68 AQUASWIRL, AS-4 OR EQUAL EACH I $17,000.00 $17,000.00 69 CASTING, TYPE 4, FURNISH & ADJUST TO GRADE EACH 1 $500.00 $500.00 70 CASTING, TYPE 2, FURNISH & ADJUST TO GRADE EACH 1 $780.00 $780.00 71 CASTING, ADJUST TO GRADE EACH 7 $270.00 $1,890.00 72 WATER VALVE BOX, ADJUST TO GRADE EACH 14 $190.00 $2,660.00 73 CURB STOP, ADJUST TO GRADE EACH 4 $185.00 $740.00 74 HYDRANT, RELOCATE AND ADJUST TO GRADE EACH 4 $860.00 $3,440.00 75 HYDRANT, ADJUST TO GRADE EACH 3 $460.00 $1,380.00 76 MAINTAINING TRAFFIC LS 1 $8,100.00 $8,100.00 77 BARRICADE, III -B LFT 240 $13.00 $3120.00 78 CONSTRUCTION SIGN, A EACH 8 $200.00 $1,600.00 79 CONSTRUCTION SIGN, B EACH 8 $55.00 $440.00 80 ROAD CLOSURE SIGN ASSEMBLY EACH 10 $385.00 $3,850.00 81 DETOUR ROUTE MARKER ASSEMBLY EACH 12 $145.00 $1,740.00 82 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.080 IN SFT 35 $17.00 $595.00 83 SIGN, SHEET, ENCAPSULATED LENS WITH LEGEND, 0.100 IN SET 6 $18.00 $108.00 84 ORNAMENTAL SIGN ASSEMBLY, COMPLETE EACH 5 $2,125.00 $10,625.00 85 SIGN POST, SQUARE, 1, REINFORCED ANCHOR BASE LFT 89 $15.00 $1,335.00 86 SCHOOL FLASHER ASSEMBLY, RELOCATE EACH 1 $2,400.00 $2,400.00 87 SIGN RELOCATION EACH 5 $250.00 $1,250.00 88 SIGN AND POST TO BE REMOVED EACH 8 $250.00 $2,000.00 89 TRANSVERSE MARKING, THERMOPLASTIC, CROSSWALK, 6" LFT 908 $1.75 $1,589.00 90 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, 24" LFT 113 $7.00 $791.00 91 SNOWPLOWABLE RAISED PAVEMENT MARKERS (YELLOW EACH 14 $55.00 $770.00 92 SNOWPLOWABLE RAISED PAVEMENT MARKERS BLUE) EACH 10 $55.00 $550.00 93 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, LANE INDICATION ARROW EACH 6 $120.00 $720.00 94 PAVEMENT MESSAGE MARKINGS, THERMOPLASTIC, WORD (ONLY) EACH 6 $135.00 $810.00 95 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. LFT 1000 $1.00 $1,000.00 96 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LFT 700 $1.00 $700.00 97 PLANTING SOIL CYS 328 $21.00 $6,888.00 98 MULCH, HARDWOOD SHREDDED BARK CYS 55 $80.00 $4,400.00 99 PLANT, DECIDUOUS TREE, 2.0" CAL. EACH 147 $300.00 $44,100.00 100 PLANT, DECIDUOUS TREE, 2.5" CAL. EACH 94 $300.00 $28,200.00 101 PLANT, DECIDUOUS SHRUB, 3 GAL. 15 " -18" EACH 154 $47.00 $7,238.00 102 PLANT, DECIDUOUS SHRUB, 3 GAL. 24 " -30" EACH 100 $77.00 $7,700.00 103 PLANT, ORNAMENTAL GRASS, 2 GAL. EACH 363 $20.00 $7,260.00 104 SPADE EDGE LFT 264 $1.00 $264.00 TOTAL BASE BID: . $2,393,658.00 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? The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE BID -5 F66(Ae,r,/ IZ , 1010 PARTS EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall filly 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 -6 d State Form 52414 Prescribed by State Board of Accounts Form No. 96 (Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) Date: February 17, 2010 1. Governmental Unit (Owner): City of Carmel Indiana. Board of Public Works and Safety 2. County : Hamilton 3. Bidder (Firm)• F & K Construction, Inc. Address: 2055 W. 150 S. City /State: Flora, IN 46929 4. Telephone Number: (574)967 -4543 FED. ID# 35- 1415044 5. Agent of Bidder (if applicable): N/A Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the public works project of 126th Street Road Improvement and Culvert Replacement, Project No. 06 -22 (Governmental Unit) in accordance with plans and specifications prepared by USI Con. t It nts inc and dated January 2010 for the sum of See Bid Form $ See Bid Form 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 (For projects of $100,000 or more — IC 36- 1 -12 -4) Governmental Unit: City of Carmel Indiana Board of Public Works and Safety Bidder (Firm) F & K Construction, Inc. Date: 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 (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner $846,217.00 Lift Station & Sewer Spring of '09 Town of Remington $343,744.00 Water Main Summer of '09 Town of Converse $170,264.00 Parking Lot Install Fall of '09 Benton Community School Corp. $232,213.00 Debris Removal Fall of '09 INDOT 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner $325,792.00 Fire Protection Spring of'10 Zionsville Community School Corp. $177,923.00 Water & Sewer Spring of'10 Western School Corporation $354,960.00 Force Main Summer of'10 Town of Whitestown, IN $58,524.00 Bridge Demo Summer of '10 Tippecanoe County Commissioners 3. Have you ever failed to complete any work awarded to you? NO If so, where and why? List references from private firms for which you have performed work. Steinberger Construction, Inc. Jim Steinberger (574) 753 -4944 The Andersons Dale Theis (419) 891 -6390 Hartrich Becknell Construction John Hartrich (708) 443 -9300 Subaru of Indiana Automotive Dennis Hickman (765) 449 -6991 Gutwein & Associates Andrew Gutwein (765) 532 -6725 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory . Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded.