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.