Loading...
HomeMy WebLinkAboutSmall Structure bid packetsOWNER: Project/Work: Owner's Representative: 1. GENERAL INSTRUCTIONS TO BIDDERS City of Carmel City of Carmel by and through its Board of Public Works and Safety Small Structure Replacements of Culverts 86 & 102 Project Number: 15-09 Jeremy Kashman, City Engineer One Civic Square Carmel, IN 46032 I.I. Submission of a Bid shall constitute an unconditional Agreement and acknowledgment by the Bidder to be bound by all terms and conditions set forth herein and in any of the Documents assembled or referred to in the bound Project Manual of which these Instructions To Bidders are a part. 1.2. Sample forms are included in the Project Manual to acquaint Bidders with the form and provisions of various Bid Documents and other Documentation required by the Contract Documents to be executed, completed and submitted by some or all Bidders, either as part of a Bid Submission or after the Bid Date. Such sample forms are not to be detached from the Project Manual, or filled out or executed. Separate copies of such forms and any other required Documentation prescribed by the Contract Documents have been or will be furnished separately by the OWNER and must be obtained directly from the Department of Engineering, One Civic Square, First Floor, Cannel, Indiana 46032. 1.3. Instructions and requirements printed on any sample form included in the Project Manual or any form not so included but required to be completed, signed or furnished by a Bidder as part of a Bid Submission or after receipt and opening of Bids shall be deemed requirements established by these Instructions To Bidders to the same extent as if fully restated herein. 1.4. All communications for the administration of the Contract shall be as set forth in the General Conditions and, in general, shall be through the City of Carmel, Department of Engineering. 1.5. The Unit Cost Schedule included as "Part 3" in Section 5.2.1 hereof is to be completed for the Project Bid. 1.6. The construction completion time is shown in Technical Specification paragraph TS 4 and is as follows: Anticpated Notice to Proceed Date: April 1, 2016. Ralston Avenue Culvert: 75 Calendar Days Rolling Springs Drive Culvert: 60 Calendar Days ITB -1 2. DEFINITIONS The following definitions shall apply to these Instructions To Bidders (ITB): 2.1. Bidder - Any person or entity who submits a Bid. 2.2. Bid - A written proposal submitted by a Bidder as part of' the form prescribed herein offering to perform and complete the Work and to fulfill all other requirements of the Contract Documents for one or more specified prices. 2.3. Bid Documents - All Documents and completed forms required to be submitted by a Bidder with and as integral parts of a Bid Submission, whether or not included as sample forms assembled in the Project Manual of which these Instructions To Bidders are a part. Such Bid Documents are listed and more fully described in ITB Section 5.3 hereof. 2.4. Bid Date - The date when Bids are to be received, opened and publicly read aloud as established by the Notice To Bidders as niay be modified by Addenda. 2.5. Bid Submission - All Documents presented by a Bidder for receipt and opening on the Bid Date. 2.6. Contract Documents - The Agreement and any exhibits thereto (sometimes referred to as "Contract"), Addenda (which pertain to the Contract Documents), Tnstructions to Bidders, Advertisement, Notice to Bidders, Contractor's Bid (including Documentation accompanying the Bid and any post -Bid Documentation submitted prior to the Notice of Award), Notice to Proceed, the Bonds, the Standard General Conditions, the Additional Requirements Section, any supplemental conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement. 2.7. ENGINEER - The City of Carmel, acting by and through its Board of Public Works and Safety. 2.8. OWNER - The City of Carmel acting by and through its Board of Public Works and Safety and the Department of Engineering. 2.9. Project - The total construction of one or more improvements or structures of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. 2.10. Project Manual - The bound set of Documents, sample forms, and Contract Documents (excluding plans and Addenda) approved by the OWNER for the Work and/or Project described in the Notice To Bidders and of which these Instructions To Bidders are a part. 2.11. Standard General Conditions - City of Carmel Standard General Conditions for Construction Contracts, 2003. 2.12. Work - The entire construction, or the various separately identifiable parts thereof, required to be furnished under the Contract Documents. The Work is the result and product of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. The replacement of the existing small structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116" Street. And The replacement of the existing small structure 102 over U.N. T. of Blue Woods Creek on Rolling Springs Drive located 400 feet north of 116`x' Street ITB -2 In all other respects, terms used herein shall have the meanings as stated in the Standard General Conditions or other Contract Documents. 3. EXAMINATION OF SITE AND DOCUMENTS 3.1. Before the Bid Date, all Bidders shall carefully and thoroughly examine and inspect the entire site of the proposed Work and adjacent premises and the various means of approach and access thereto by means of a site inspection visit, and make all necessary investigations to inform themselves thoroughly as to the facilities necessary for delivering, placing and operating the necessary construction equipment, and for delivering and handling materials at the site, and shall inform themselves thoroughly as to any and all actual or potential difficulties, hindrances, delays and constraints involved in the commencement, prosecution and completion of the proposed Work in accordance with the requirements of the Contract Documents. 3.2. It shall be the sole responsibility of Bidders to make borings, test pits and to conduct such other investigations at or near the site of the proposed Work as they deem necessary to determine the character, location and amount of materials to be encountered or other subsurface conditions which could affect the manner, cost or time required to perform the Work. 3.3. Bidders shall carefully and thoroughly examine the plans, specifications and other Contract Documents and/or Project Manual as available in the locations stated in the Notice to Bidders and shall assume the full risk of their own judgments as to the nature, quality and amount of the whole of the Work to be done, and for the price Bid must assume all risk of any and all variances or errors in any computation or statement of amounts or quantities necessary to complete the Work in strict compliance with the Contract Documents. 3.4. Elevations of the existing ground surface or structures at the site of the Work as shown on the plans are believed to be reasonably correct, but are not guaranteed to be absolutely so and are presented only as an approximation. Bidders shall satisfy themselves as to the correctness of all elevations. 3.5. Information stated or depicted on plans concerning the location, dimensions, depth and other characteristics of underground structures and utilities is given only as general information and shall not be construed or relied upon by Bidders as a representation or assurance that such structures or utilities will be found or encountered as plotted, or that such information is complete or accurate. Bidders, therefore, shall satisfy themselves by such means as they may deem proper as to the location of all structures and utilities that may be encountered in construction of the Work and shall bear the risk of the number, type, location, dimensions and depth of all structures and utilities thus encountered. 4. CLARIFICATIONS AND ADDENDA 4.1. If a Bidder finds conflicts, errors, discrepancies or ambiguities in the Contract Documents or any sample form, or if the Bidder is in doubt as to the intended meaning of any portion or provision therein, the Bidder shall at once give written notice thereof to the OWNER's Representative, at least seven (7) consecutive calendar days prior to the Bid Date. No Bidder shall be allowed any extra compensation or time extension by reason of any conflict, error, discrepancy or ambiguity of which the Bidder had actual knowledge or reasonably should have known and which he/she failed to report within the period and in the manner required by these Instructions To Bidders. ITB -3 4.2. No material changes, clarifications or interpretations of the Contract Documents will be issued except by written or graphic Addenda mailed or delivered to record holders of Contract Documents not less than three (3) calendar days prior to the Bid Date. All such Addenda must be acknowledged by the Bidder and will become a part of the Contract Documents. The OWNER will not be responsible for or bound by any oral or written interpretations or clarifications of the Contract Documents which anyone presumes to make on its behalf, except by an Addendum issued in accordance with this Section. 5. BID SUBMISSION All Bid Documents shall be placed within a sealed envelope which shall be plainly labeled on the outside with the words "BID — Project #15-09: Small Structure Replacements of Culverts 86 & 102" on the lower left-hand corner as indicated on the Notice to Bidders and also include the name and address of the Bidder on the envelope. If forwarded by mail, the sealed envelope must be enclosed in another envelope addressed to: City of Cannel, Clerk -Treasurer's Office, One Civic Square, Carmel, Indiana 46032. 5.1. All Bid Documents as herein prescribed must be submitted with, and as integral parts of, each Bid Submission and shall be subject to all requirements of the Contract Documents, including drawings and these Instructions To Bidders. Bid Documents must be properly filled in and completed in every material respect and without interlineations, excisions, special conditions, qualifications or exceptions. Each Bid Document requiring a signature shall be signed by an individual duly authorized to execute such Document on Bidder's behalf. A Bid executed by a corporation, joint venture, or other entity with an assumed name shall have the legal and correct name thereof followed by the word "by" and the signature and title of the officer or other person authorized to sign for it and a corporate resolution or similar document authorizing such officer to bind the entity. 5.2. The Bid Documents to be submitted by each Bidder shall consist of both of the following: 5.2.1. Bidder's Itemized Proposal and Declarations. A sample of this form is included in the Project Manual and must be utilized by all Bidders. Such Document includes and consists of the following constituent `Parts": "Part 1 - Bidder Information" "Part 2 - Bid Proposal" "Part 3 - Contract Items and Unit Prices" "Part 4 - Contract Documents and Addenda" "Part 5 - Exceptions" "Part 6 - Financial Statement" "Part 7 - Additional Declarations" "Part 8 - Non -Collusion Affidavit" "Part 9 - Signatures" 5.2.2. Bid Security in the form of a Bid Bond or Certified Check in an amount not less than ten percent (10%) of the Bid price. Such Bid Security shall serve as security to insure the execution of the Agreement and the furnishing of other required Documents by the successful Bidder, including Performance and Payment Bonds. A sample Bid Bond form is included in the Project Manual and such fonn, or such other form as may be approved in advance by OWNER, shall be utilized if such a bond is furnished as Bid Security. A Bid Bond shall be executed by a surety company licensed to transact such business in the State of Indiana and qualified as ITB -4 a surety under the underwriting limitations on the current list of "Surety Companies Acceptable on Federal Bonds," as published in the U.S. Treasury Department Circular No. 570; the Bidder shall also furnish as part of the Bid Submission a signed power of attorney establishing the authority of the person executing such Bid Bond on behalf of the surety. Bid Security shall be held until the Contract is executed with the successful Bidder. In Ole event that all Bids are rejected, the Bid Security of all Bidders will be returned upon request. No "Annual" Bid bonds, cash deposits or cashiers' checks will be accepted, 5.3. Bids may be withdrawn in person by a Bidder during normal hours of business prior to the time fixed for opening of Bids. In the event of a valid withdrawal of a Bid, the Bid Security of the withdrawing Bidder will be returned promptly. No Bid may be withdrawn after opening of Bids has commenced except after expiration of' such period following the Bid Date as is specifically provided in the Notice to Bidders or as otherwise governed by law, plus any extension thereof as provided elsewhere in these Instructions To Bidders. 5.4. Bids will be received al the office of the City of Carmel Clerk Treasurer, One Civic Square, Cannel, Indiana (City Hall) until 10:00 a.na., local time, December 2, 2015. Bids received after that time will be returned unopened. All Bids will be stamped showing the date and time received. 6. POST -BID REQUIREMENTS Within three (3) business days of notification by OWNER, the apparent lowest responsive Bidder will be required to submit additional Documents and satisfy additional requirements as conditions to such Bidder being found by the OWNER to be a responsible Bidder, as follows: 6.1. Proof of Insurability. The Bidder shall furnish: (1) proof of insurance showing existing coverage in accordance with the terms and amounts stated in the General Conditions, or (2) a letter or statement certifying that, in the event that the Bid is awarded by the OWNER, an insurance company will provide the required coverage to the Bidder submitting the Bid. Such proof of insurance or the letter/statement shall be issued by a financially responsible insurance company authorized to do business in the State of Indiana. 6.2. Surety Letter of Intent. The Bidder shall furnish a written statement or letter from a Surety company licensed to transact such business in the State of Indiana and qualified as a surety under the underwriting limitations on the current list of "Surety Companies Acceptable on Federal Bonds", as published in U.S. Treasury Department Circular No. 570 which assures the OWNER that, in the event the Bid is accepted and a Contract is awarded by OWNER, said Surety will execute and deliver both a Performance Bond and Payment Bond as required by the Contract Documents. 6.3. Joint Venture Agreement. If the Bidder is a joint venture, partnership or other combination of two or more persons or entities, the Bidder shall submit a copy of the joint venture or other Agreement by which such joint venture, partnership or other association has been formed, executed by all such participating persons or entities. If the Bid is signed by less than all parties that comprise the Bidder, suitable written evidence of the authority of such signing party to bind all such parties must also be furnished. 6.4. Manufacturers List. The Bidder shall submit a completed Manufacturers list on the form provided in these Bid Documents. ITB -5 6.5. Subcontractors List. The Bidder shall submit a completed Subcontractors list on the form provided in these Bid Documents. 7. BID EVALUATION AND AWARD 7.1. Award of the Contract will be made to the lowest, most responsive and most responsible Bidder where the Bid is reasonable and docs not exceed the funds available for the Project. The OWNER reserves the right to reject all Bids and may waive or allow a Bidder to correct errors, omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. 7.2. The OWNER shall have the right to reject any Bid if investigation of the Bidder fails to satisfy the OWNER that such Bidder is properly qualified to carry out the obligations and complete the Work. Any or all Bids will be rejected if there is reason to believe that collusion exists among Bidders. 7.3. For Contract Items and Unit Price, estimated quantities and unit prices will serve as the basis for determining the proposed price of each Bid. Patent math errors in statements of Unit Prices or Totals may be corrected by the OWNER or ENGINEER, in which case the corrected amounts will be used for the purpose of Bid evaluation, comparison and other award considerations. However, neither the OWNER nor the ENGINEER shall be required to discover or correct any error or omission in a Bid and the Bidder shall assume the risk of and be bound to the consequences of any such error or omission. 7.4. The OWNER may, at its sole option, award the Contract to a Bidder on a conditional basis to afford the Bidder additional time and opportunity to submit required Documents or to fulfill other requirements. In such case, the OWNER will furnish to the Bidder a notice of conditional award which will establish (i) the additional conditions to be fulfilled for the award to become effective, and (ii) the time limit within which such conditions shall be satisfied. If the Bidder fails to satisfy the conditions in the manner and within the time specified in such notice, the OWNER may declare such Bidder to be non- responsive and award the Contract, conditionally or unconditionally, to another Bidder. Time limitations governing the OWNER's award of the Contract shall be extended for such additional period as may be required to effectuate the conditional award procedure set forth in this sub -section, and no Bid may be withdrawn during such period of extension. 8. CONTRACT EXECUTION; SUBMITTALS 8.1. Within three (3) business days after the award notice, the successful Bidder shall sign and deliver at least five (5) counterparts of the Agreement, utilizing the form thereof included in the Project Manual and make delivery thereof to the OWNER, along with other Documents as prescribed by the Contract Documents. After execution and delivery of the Agreement and other required Documents, and acceptance thereof by the OWNER, the Bid Security furnished by each Bidder will be returned to the respective Bidders upon request. 8.2. If the Bidder fails or neglects to execute and deliver the Agreement and other required Documents as prescribed by the preceding sub -section, the Bidder shall be deemed to have repudiated the Contract and thereupon the award shall be null and void; and the Bid Security provided by the Bidder shall be forfeited to and retained by the OWNER as liquidated damages for such failure of the Bidder to execute the Contract, it being understood and agreed that the character and amount of actual damages sustained by the ITB -6 OWNER cannot reliably be ascertained and measured and that the amount of' the Bid Security is intended as a reasonable prospective estimate of such actual damages. 8.3. Concurrently with the execution and delivery of the Agreement to the OWNER, or within such other period as the OWNER niay prescribe, the successful Bidder (CONTRACTOR) shall submit the following as conditions to the Bidder's right to proceed with and receive payment for any Work: 8.3.1. A complete list of all Subcontractors to be used on the Work; 8.3.2. A one hundred percent (100%) Performance Bond, a one hundred percent (100%) Payment Bond and a ten percent (10%) Maintenance Bond as prescribed by the General Conditions or other Contract Documents. Such bonds shall be executed utilizing the sample forms included in the Project Manual or alternative forms approved in advance by the OWNER. Indemnification clauses between successful Bidder and the Surety shall not be binding upon the OWNER; 8.3.3. The preliminary schedules required by Paragraph 2.7 of the Standard General Conditions; 8.3.4. A schedule of wages to be paid by the Bidder and his/her Subcontractors to laborers for the Work; and 8.3.5. Other post -Bid submittals required by the Contract Documents. 9. LIQUIDATED DAMAGES 9.1. The Contract Documents provide for the payment of liquidated damages in the event of unexcused failure by the CONTRACTOR to complete the Work within the time required by the Contract Documents. 9.2. The per diem rate(s) of liquidated damages established by the preceding sub -section have been determined and are intended as reasonable prospective estimate(s) of the type and amount of actual damages which the OWNER may sustain in the event of such delay(s). Submission of a Bid shall constitute an unconditional acknowledgment and Agreement by the Bidder that such liquidated damages are fair and reasonable and do not and will not constitute a penalty, and that such liquidated damages may be assessed and recovered by the OWNER as against the successful Bidder and its Surety in lieu of actual damages for delayed completion. END OF INSTRUCTIONS TO BIDDERS ITB -7 ant Jlunu 0 0 0 000 0m mom' CITY O hi Ulf o oa; ARMEL JAMES BRAINARD, MAYOR LETTER OF TRANSMITTAL Date: December 4, 2015 To: Sandy Johnson Clerk Treasurer's Office From: Jeremy Kashman Dept. of Engineering City of Carmel, Indiana RE: Bid Packets for Project #15-09 Small Structure Replacement of Culverts 86 & 102 Sandy, enclosed please find 5 (five) original bid packets. Morphey Construction had the lowest bid. Morphey Construction Atlas Excavating, Inc. Calumet Civil Contractors Trisler Construction Co. R.A. Myers Construction $485,358.00 $497,525.00 $514,174.33 $540,328.70 $535,368.39 DEPARTMENT OF ENGINEERING ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439 EVTAIL engineering@carmel.in.gov BID PROPOSAL, SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company:p/ok, 012._t (os--rizocrit\A-1 /r^ Project Name: Project #15-09" Small Structure Replacement: Cuvlert 82—Ralston Avenue over Carmel Creek and Culvert 102 —Rolling Springs Drive over U.N.T. of Blue Woods Creek Date Submitted: /2 Z (.5 Base Bid Amount: ,X/ � S 35 8, 60 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Proposal For Construction of : Date: /2 2 (5 Small Structure Replacements of Culverts 86 & 102 Project Number: 15-09 The replacement of the existing small structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116th Street. And The replacement of the existing small structure 102 over U.N.T. of Blue Woods Creek on Rolling Springs Drive located 400 feet north of 116th Street To: City of Cannel, Indiana, Board of Public Works and Safety BID -1 PART 1 BIDDER INFORMATION Print a Bidder Name: (0,74 elt 1.2 Bidder Address: Street Address: 1 q ° likoifrsaNi City: itJ ofj State: A-) Zip: 6.' 2 1 Phone: ?%•) �$�c 0 Fax: 71) Co - 5 3 1.3 Bidder is a/an [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, 19581 .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: Base Bid:!"')4 4 'u3 r4 Lk5h.1)fi' 711°3j4 rU ret`I; Ai 61Ft F( lv,---c - !Dc' Dollars($ yF5 358, 06 ). 2.2 General The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base and selected Alternate Bids if applicable. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable The Bidder 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 arc 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 ANI) UNIT PRICES Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost 1. Construction Engineering 1 LS 2 Mobilization / Demobilization 1 LS 3 Clearing Right of Way 1 LS 4 Common Excavation 140 CYS 5 Curb and Gutter, Remove 282 LFT 6 Temporary Filter Sock 460 LFT 7 Temporary Seeding 100 LBS 8 Temporary Mulch 500 LBS 9 Temporary Inlet Protection 4 EACH 10 Temporary Stone, No. 53 40 TON 1 I - Structural Backfill, Type 2 255 CYS 12 Structural Backfill, Type 5 83 CYS 13 Compacted Aggregate, No. 53, Base 129 TON i ' t 14 HMA Patching, Type B 9 TON / 15 Milling, Transition 161 SYS $C) 16 HMA Surface, Type B 39 TON 17 HMA Intermediate, Type B 42 TON 18 HMA Base, Type B 67 TON 19 Plant, Deciduous Tree, Multi -Stem, 96-120 IN 1 EACH 20 Handrail 124 LFT 21 Curb and Gutter, Concrete, Type II 300 LFT 22 Revetment Riprap, Partially Grouted 133 SYS 23 Geotextiles 293 SYS 24 Articulated Concrete Mat 160 SYS 25 Mulched Seeding, U 603 SYS 26 Slope Stabilization Seed Mix 18 LBS 27 Erosion Control Blankets 603 SYS 28 Sidewalk, Concrete, 4 IN. 72 SYS 29 Structure, Coated Reinforced Concrete Box, 12'x4' 42 LFT 30 Structure, Reinforced Concrete Box, 10'x5' 66 LFT 31 Pipe, Type 2, 12" 16 LFT 32 Pipe, Type 2, 15" 5 LFT 33 Inlet, A8 2 EACH 34 Manhole, C4 1 EACH 35 Catch Basin, KI O 2 EACH BID -4 Addendum 1 Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost 36 Utility Encasement I LS 37 Maintaining Traffic I LS 38 Temporary Traffic Barrier, Type 2 120 LFT 39 Temporary Pavement Marking, Removable, 4" 215 LFT 40 Temporary Transverse Pavement Marking, Removable, Stop Line, 24 114. 24 LFT 5t4-- 'kU 41 Construction Sign, C Construction Sign, A 2 12 EACH EACH p ,�c(\ 11,(\ 42 43 Road Closure Sign Assembly 5 EACH 44 Detour Route Marker Assembly 20 EACH 45 Barricade, 111-A 72 LFT 46 Barricade, III -B 120 LFT Total BID -5 Addendum 1 '_ONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts #86 & #102 :ONTRACTOR: Morphey Construction, Inc. LINEI ITEM NO I DESCRIPTION APPROX. QUANTITY AND UNITS UNIT PRICE BID AMOUNT DOLLARS CTS DOLLARS ICTS 11Construction Engineerin Ig ILS 1.000 1 5,000.00 5,000.00 2IMob/Demob ILS 1.000 24,250.00 24,250.00 I 31Clearing ILS � � I 1.000 24,250.00 24,250.00 1 41Common Excavation ICY 140.000 100.00 14,000.00 SICurb & Gutter Remove LF 282.000 10.00 2,820.00 6ITemp Filter Sock ILF 460.000 6.50 2,990.00 71Temp Seeding 1 L 100.000 0.25 25.00 SITemp Mulch ILE 500.000 1.50 750.00 9ITemp Inlet Protection IEA 4.000 100.00 400.00 � I 10ITemp Stone #53 ITN 40.000 140.00 5,600.00 I � I1IStructural Backfill Typ I Ie 2 ICY I I 255.000 I 40.00 10,200.00 CONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 2 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts #86 & #102 CONTRACTOR: Morphey Construction, Inc. ILINEI ITEM 1 APPROX. I NO I DESCRIPTION I QUANTITY I 1 1 AND UNITS + I I I 12IStructural Backfill Typ I I le 5 ICY UNIT PRICE BID AMOUNT DOLLARS CTS DOLLARS ICTS 83.000 100.00 8,300.00 I I 13IComp Agg #53 Base I 1 ITN 129.000 50.00 6,450.00 I I I 14IHMA Patching Type B I I I ITN 9.000 170.00 1,530.00 I I 1 151Milling Transition ISY 161.000 16.00 2,576.00 I I 16IHMA Surface Type B I I 1 ITN 39.000 85.00 3,315.00 I I I 1 17IHMA Intermediate Type B I 1 ITN 42.000 77.00 3,234.00 I I 18IHMA Base Type B I I ITN 67.000 76.00 5,092.00 I I I 1 19IPlant Deciduous Tree Mu I Ilti Stem 96-120" IEA 1.000 500.00 500.00 I I 1 20IHandrail I 1 ILF 124.000 180.00 22,320.00 I I I 21ICurb & Gutter Concrete I I (Type II ILF 300.000 30.00 9,000.00 I I I 22IRevetment Riprap Partia 1 I Illy Grouted ISY 133.000 95.00 12,635.00 :ONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 3 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts #86 & #102 :ONTRACTOR: Morphey Construction, Inc. LINEI ITEM NO I DESCRIPTION APPROX. QUANTITY AND UNITS UNIT PRICE BID AMOUNT DOLLARS CTS DOLLARS ICTS I I 23IGeotextiles I ISY 293.000 5.00 1,465.00 24IArticulated Concrete Ma It ISY 160.000 145.00 23,200.00 25IMulched Seeding IT ISY 603.000 10.00 6,030.00 I I 26ISlope Stabilization See I Id Mix ILB 18.000 70.00 1,260.00 I I 27IErosion Control Blanket I Is ISY 603.000 2.00 1,206.00 28ISidewalk Concrete 4" ISY 72.000 60.00 4,320.00 I I 29IStructure Coated Reinfo I Irced Concrete Box ILF 42.000 3,250.00 136,500.00 30IStructure Reinforced Co Increte Box 10' x ILF 66.000 1,535.00 101,310.00 I I 31IPipe Type 2 12" ILF 16.000 100.00 1,600.00 32IPipe Type 2 15" ILF 5.000 115.00 575.00 33-IInlet A8 IEA 2.000 2,350.00 4,700.00 CONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 4 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts #86 & #102 CONTRACTOR: Morphey Construction, Inc. ILINEI ITEM APPROX. I NO I DESCRIPTION QUANTITY I I AND UNITS UNIT PRICE BID AMOUNT DOLLARS CTS DOLLARS ICTS I I I 34IManhole C4 I I 35ICatch Basin K10 I 1 IEA IEA 1.000 1 2,450.00 2,450.00 2.000 1 2,300.00 4,600.00 I I 1 36IUtility Encasement I ILS 1.000 4,600.00 4,600.00 I I I I 37IMaintaining Traffic I I I ILS + 1.000 1 6,000.00 6,000.00 I I 38ITemp Traffic Barrier Ty I I IPe 2 ILF 120.000 100.00 12,000.00 I I I I 28ITEmp Pavement Marking R I I Iemovable 4" ILF 215.000 7.00 1,505.00 I I I I 40ITEmp Trans Pvmt Mark Re I I (movable Stop Line ILF 24.000 20.00 - 480.00 I I I 41IConstruction Sign C I I I IEA 2.000 160.00 320.00 I I I 42IConstruction Sign A I I I IEA 12.000 140.00 1,680.00 I I I 43IRoad Closure Sign Assem I I Ibly IEA 5.000 200.00 1,000.00 I I I 44IDetour Route MArker ASs I 1 Iembly ISA 20.000 70.00 1,400.00 2ONTRACT ID: INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 5 SCHEDULE OF PAY ITEMS REVISED:11/30/15 LETTING DATE:12/2/15 PROJECT(S): Culverts *86 & *102 2ONTRACTOR: Morphey Construction, Inc. ILINEI ITEM APPROX. NO DESCRIPTION QUANTITY AND UNITS UNIT PRICE BID AMOUNT DOLLARS CTS DOLLARS ICTS 45 Barricade III -A ILF 72.000 10.00 720.00 46 BArricade III -B ILF 120.000 10.00 1,200.00 TOTAL 485,358.00 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 (7-36-r5 BID -6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall jidly 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 froin the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: BID -7 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. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: Calumet Civil Contractors, Inc. Project Name: Project #1s-09 Small Structure Replacement: Cuvlert 82 — Ralston Avenue over Carmel Creek and Culvert 102 — Rolling Springs Drive over U.N.T. of Blue Woods Creek Date Submitted: December 2, 2015 Base Bid Amount: $498,331.00 PART 3 CONTRACT ITEMS AND UNIT PRICES Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantitv Unit Unit Cost Total Cost 1 Construction Engineering 1 LS 2 Mobilization / Demobilization 1 LS 3 Clearing Right of Way 1 LS S 4 Common Excavation 140 CYS E 5 Curb and Gutter, Remove 282 LFT E 6 Temporary Filter Sock 460 LFT 7 Temporary Seeding 100 LBS 8 Temporary Mulch 500 LBS A 9 Temporary Inlet Protection 4 EACH T 10 Temporary Stone, No. 53 40 TON h 11 Structural Backfill, Type 2 255 CYS q_ 12 Structural Backfill, Type 5 83 CYS E 13 Compacted Aggregate, No. 53, Base 129 TON D 14 FIMA Patching. Typc B 9 TON 15 Milling, Transition 161 SYS 16 HM.A Surface, Type B 39 TON 17 HMA Intermediate, Type B 42 TON 18 HMA Base, Type B 67 TON 19 Plant, Deciduous Tree, Multi -Stem, 96-120 IN 1 EACH 20 Handrail 124 LFT 21 Curb and Gutter, Concrete, Type [I 300 LFT 22 Revetment Riprap, Partially Grouted 133 SYS 23 Geotextiles 293 SYS 24 Articulated Concrete Mat 160 SYS 25 Mulched Seeding. U 603 SYS 26 Slope Stabilization Seed Mix I8 LBS 27 Erosion Control Blankets 603 SYS 28 Sidewalk, Concrete, 4 IN. 72 SYS 29 Structure. Coated Reinforced Concrete Box, 12'x4' 42 LFT 30 Structure. Reinforced Concrete Box, 10'x5' 66 LFT 31 Pipe, Type 2, 12" 16 LFT 32 Pipe, Type 2. 15" 5 LFT 33 Inlet, A8 2 EACH 34 Manhole, C4 1 EACH 35 Catch Basin. K10 2 EACH BID -4 Addendum 1 Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantitv Unit Unit Cost Total Cost 36 Utility Encasement I LS 37 Maintaining Traffic 1 LS S 38 Temporary Traffic Barrier, Type 2 120 LFT E 39 Temporary Pavement Marking, Removable, 4" 215 LFT E A 40 Temporary Transverse Pavement Marking, Removable, Stop Line, 24 IN. 24 LFT T T 41 Construction Sign, C 2 EACH A 42 Construction Sign, A 12 EACH C p 43 Road Closure Sign Assembly 5 EACH E 44 Detour Route Marker Assembly 20 EACH D 45 Barricade, 11I -A 72 LFT 46 Barricade, III -B 120 LFT Total 498,331. BID -5 Addendum 1 0 PART 3 CONTRACT ITEMS AND UNIT PRICES Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item if Item Quantity Unit Unit Cost Total Cost 1 Construction Engineering 1 LS $ 9,500.00 $ 9,500.00 2 Mobilization / Demobilization 1 LS $ 25,300.00 $ 25,300.00 3 Clearing of Right of Way 1 LS $ 21,085.00 $ 21,085.00 4 Common Excavation 140 CYS $ 35.00 $ 4,900.00 5 Curb and Gutter, Remove 282 LFT $ 11.00 $ 3,102.00 6 Temporary Filter Sock 460 LFT $ 8.00 $ 3,680.00 7 Temporary Seeding 100 LBS $ 4.00 $ 400.00 8 Temporary Mulch 500 LBS $ 2.00 $ 1,000.00 9 Temporary Inlet Protection 4 EACH $ 250.00 $ 1,000.00 10 Temporary Stone, No. 53 40 TON $ 45.00 $ 1,800.00 11 Structural Backfill, Type 2' 255 CYS $ 40.00 $ 10,200.00 12 Structural Backfill, Type 5 83 CYS $ 90.00 $ 7,470.00 13 Compacted Aggregate, No. 53, Base 129 TON $ 25.00 $ 3,225.00 14 HMA Patching, Type B 9 TON $ 200.00 $ 1,800.00 15 Milling, Transition 161 SYS $ 49.00 $ 7,889.00 16 HMA Surface, Type B 39 TON $ 115.00 $ 4,485.00 17 HMA Intermediate, Type B 42 TON $ 110.00 $ 4,620.00 18 HMA Base, Type B 67 TON $ 105.00 $ 7,035.00 19 Plant, Deciduous Tree, Multi -Stem 96-120In 1 EACH $ 1,035.00 $ 1,035.00 20 Handrail 124 LFT $ 200.00 $ 24,800.00 21 Curb and Gutter, Concrete, Type II 300 LFT $ 40.00 $ 12,000.00 22 Revetment Riprap, Partially Grouted 133 TON $ 80.00 $ 10,640.00 23 Geotextiles 293 SYS $ 4.00 $ 1,172.00 24 Articulated Concrete Mat 160 SYS $ 160.00 $ 25,600.00 25 Mulched Seeding, U 603 SYS $ 2.00 $ 1,206.00 26 Slope Stabilization Seed Mix 18 LBS $ 68.00 $ 1,224.00 27 Erosion Control Blankets 603 SYS $ 3.00 $ 1,809.00 28 Sidewalk, Concrete, 4 IN. 72 SYS $ 80.00 $ 5,760.00 29 Structure, Coated Reinforced Concrete Box, 12'x4' 42 LFT $ 2,900.00 $ 121,800.00 30 Structure, Reinforced Concrete Box, 105(5' 66 LFT $ 1,800.00 $ 118,800.00 31 Pipe, Type 2, 12" 16 LFT $ 60.00 $ 960.00 32 Pipe, Type 2, 15" 5 LFT $ 110.00 $ 550.00 33 Inlet, A8 2 EACH $ 1,700.00 $ 3,400.00 34 Manhole, C4 1 EACH $ 1,900.00 $ 1,900.00 35 Catch Basin, K10 2 EACH $ 1,800.00 $ 3,600.00 Addendum 1 BID -4 Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 36 Utility Encasement 1 LS $ 2,500.00 $ 2,500.00 37 Maintaining Traffic 1 LS $ 26,000.00 $ 26,000.00 38 Temporary Traffic Barrier, Type 2 120 LFT $ 60.00 $ 7,200.00 39 Temporary Pavement Marking, Removable, 4" 215 LFT $ 2.00 $ 430.00 40 Temporary Transverse Marking, Removable, Stop Line 24 IN. 24 LFT $ 22.00 $ 528.00 41 Construction Sign, C 2 EACH $ 172.00 $ 344.00 42 Construction Sign, A 12 EACH $ 141.00 $ 1,692.00 43 Road Closure Sign Assembly 5 EACH $ 154.00 $ 770.00 44 Detour Route Marker Assembly 20 EACH $ 110.00 $ 2,200.00 45 Barricade, IIIA 72 LFT $ 10.00 $ 720.00 46 Barricade, III -B 120 LFT $ 10.00 $ 1,200.00 Total $ 498,331.00 BID -5 Addendum 1 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 Pmts shall be fully and accurately filled in and completed and notarized. Project: Small Structure Replacements of Culverts 86 & 102 Project Number: 15-09 Proposal For Constntction of : The replacement of the existing small structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116`x' Street. And The replacement of the existing small structure 102 over U.NT of Blue Woods Creek on Rolling Springs Drive located 400 feet north of 116`x' Street. Date: December 2, 2015 To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Calumet Civil Contractors, Inc. 1.2 Bidder Address: Street Address: 4898 Fieldstone Drive City: Whitestown State: IN Zip: 46075 Phone: (317) 769-1900 Fax: (317) 769-7424 1.3 Bidder is a/an [inark one] Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following most 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 Secretory of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion g2, 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: Base Bid: Four Hundred Ninety Eight Thousand Three Hundred Thirty One Dollars Dollars ($498,331.00 ). 2.2 General and zero cents The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base and selected Alternate Bids if applicable. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable The Bidder 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 DOCUNIENTS 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 November 19, 2015 Two November 30, 2015 BID -6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fiilly state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.7 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance fr-an -the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: None BID -7 Part or State Fonn 52414 (R2 / 2-13) / Fonn 96 (Revised 2013) BID OF Calumet Civil Contractors, Inc. (Contactor) 4898 Fieldstone Drive (Address) Whitestown, IN 46075 FOR PUBLIC WORKS PROJECTS OF City of Carmel Filed: December 2 , 2015 Action taken 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. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: I; Project Name: Project #15-09 Small Structure Replacement: Cuvlert 82—Ralston Avenue over Carmel Creek and Culvert 102 —Rolling Springs Drive over U.N.T. of Blue Woods Creek Date Submitted: Dec. 21 2010 Base Bid Amount: 1 59o, 328.7o NOTICE TO BIDDERS City of Carmel, Indiana Department Board of Public Works and Safety One Civic Square City of Carmel, Indiana 46032 Project: Small Structure Replacements of Culverts 86 & 102 Pro je c t No. 15-09 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 above described "Project" at the office of the Clerk Treasurer, One Civic Square, Cannel, Indiana (City Hall) until 10:00 a.m. EST on December 2, 2015, 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 acce pte d. 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 — Project #15-09: Small Structure Replacements of Culverts 86 & 102". The Project consists of the following: 771e replacement of the existingsrnall structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116`h Street. And '17re replacement of the existing small structure 102 over U.NT. of Blue Woods Creek on Rolling Springs Drive located 400 feet north of 116" Street. Contract Documents for the Project may be examined at the following location for information purposes only: City of Carmel Department of Engineering - 1" Floor One Civic Square Carmel, IN 46032 (317) 571-2441 Copies of such drawings and project manuals must be obtained from I -IWC Engineering, at www.hwcplanroom.com, at cost of $20 for PDF Download or $30 for printing plus shipping for hard copies. It shall be the responsibility of the bidder to periodically check for addendums issued until the bid date. Only those who purchase Contract Documents and Plans will be automatically notified of addenda. Contract Documents & Plans must be purchased to be eligible to bid on this contract. Drawings and project manuals will be available beginning on Monday, November 16, 2015. 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 Camnel. For special accommodations needed by handicapped individuals planning to attend the 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 City of 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 NTB-1 PART 3 CONTRACT ITEMS AND UNIT PRICES Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost 1 Construction Engineering 1 LS Igl000.00 Ie,Ooo.00 2 Mobilization/Demobilization 1 LS 3o,o00,00 30000.00 3 Clearing Right of Way 1 LS 2S,000.00 25,o0o.00 4 Common Excavation 140 CYS So.00 7000,00 5 Curb and Gutter, Remove 282 LFT Zo.00 5, &1/0.00 6 Temporary Filter Sock 460 LFT 15. CO te, 900.00 7 Temporary Seeding 100 LBS 9.03 go 3.00 8 Temporary Mulch 500 LBS /, 5o 75o,00 9 Temporary Inlet Protection 4 EACH Yo0.00 4 600,00 10 Temporary Stone, No. 53 40 TON 75.00 3,000.0o 11 Structural Backfill, Type 2 255 CYS 400.00 157, 70o.0o 12 Structural Backfill, Type 5 83 CYS 150.00 12,'/5-0,00 13 Compacted Aggregate, No. 53, Base 129 TON '5S,Oo 7 095,o0 14 FIMA Patching, Type B 9 TON 115.00 1,035,00 15 Milling, Transition 161 SYS So.00 9,o 5-0.00 16 HMA Surface, Type B 39 TON 139,0o 5:3 g2.o0 17 I -IMA Intermediate, Type B 42 TON 115: 00 Il, 8 30,60 18 HMA Base, Type B 67 TON IIS, oo 7,7 05.on 19 Plant, Deciduous Tree, Multi -Stem, 96-120 IN 1 EACH 1,190. 25 1,190, ZS 20 Handrail 124 LFT /40.Oo 19, gyo,0o 21 Curb and Gutter, Concrete, Type 111 300 LFT '17.50 14,2So.00 22 Revetment Riprap, Partially Grouted 133 SYS $S,o0 II, 3o+j,00 23 Geotextiles 293 SYS y.00 /,172 OC 24 Articulated Concrete Mat 160 SYS 145.00 26, 90o,00 25 Mulched Seeding, U 603 SYS 2.10 I, 21.6.30 26 Slope Stabilization Seed Mix 18 LBS 7$.So 144-13.00 27 Erosion Control Blankets 603 SYS 3.05 1,g3tis 28 Sidewalk, Concrete, 4 IN. 72 SYS 4S.00 '-/,b$o.o. 29 Structure, Coated Reinforced Concrete Box, 12'x4' 42 LFT 2,7(0.00 II5:5-0o.00 30 Structure, Reinforced Concrete Box, 10'x5' 66 LFT 14900.00 I254/oo,oc 31 Pipe, Type 2, 12" 16 LFT 100.00 1,400.00 32 Pipe, Type 2, 15" 5 LFT 200.00 1i Oo0.0o 33 Inlet, A8 2 EACH ;5-00,00 ,.5000.00 34 Manhole, C4 1 EACH 3,Soo.00 3,Soo.00 35 Catch Basin, KI0 2 EACH 3,50o,00 '1,000,00 BID -4 Addendum 1 Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost 36 Utility Encasement 1 LS I0,00O. Oo ID,000,oco 37 Maintaining Traffic 1 LS 12,Soo. ors L245-oo. oO 38 Temporary Traffic Barrier, Type 2 120 LFT (0S, 0o 7, goo 39 Temporary Pavement Marking, Removable, 4" 215 LFT i.76 3,5. So 40 Temporary Transverse Pavement Marking, Removable, Stop Line, 24 TN. 24 LFT 1P.00 740,bo 41 Construction Sign, C 2 EACH 17S.Oo 3SO,00 42 Construction Sign, A 12 EACH 10.90 2,00ItOo 43 Road Closure Sign Assembly 5 EACH 2$7.5.o 1,Lin St. 44 Detour Route Marker Assembly 20 EACH (p5.00 14300.00 45 Barricade, I11 -A 72 LFT 8. 00 574,eo 46 Barricade, I11 -B 120 LFT Ia. 5 0 1, Z 4604 00 otal SVot3zg.7o 131D-5 Addendum 1 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned .Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fi lfill all obligations -incident thereto in strict accordance with and within the time(s) provided by the teams and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total: Base Bid: FuE (I44fiF„2ry 7740,,,s+46, roe M,.t.t. i Tony &� yb1 bol(aa.s Dollars ($ Sig;ne, 70 ). &vet y Cey,rS 2.2 General The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base and selected Alternate Bids if applicable. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable The Bidder 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 1 • PART I BIDDER INFORMATION Print 1.1 Bidder Name: T/klsce2 IAHSTrw (-Tiovt Co , •Ssn c . 1.2 Bidder Address: Street Address: (3o2,5,1ebFbc-IA Sr City: rap's, State: .174. Zip: 114221 Phone: 30-63S-6091 Fax: 367- 4o3S-4626 1.3 Bidder is a/an [mark one] Individual Partnership i Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following niusl 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 nwst_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.Janttary 23, 1958.j .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 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 fitly and accurately filled in and completed and notarized. Project: Proposal For Construction of : Date: l cc. 2, 2olr Small Structure Replacements of Culverts 86 & 102 Project Number: 15-09 The replacement of the existing small structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116th Street. And The replacement of the existing small structure 102 over UN. T. of Blue Woods Creek on Rolling Springs Drive located 400 feet north of 116th Street. To: City of Carmel, Indiana, Board of Public Works and Safety 131D-1 OWNER cannot reliably be ascertained and measured and that the amount of the Bid Security is intended as a reasonable prospective estimate of such actual damages. 8.3. Concurrently with the execution and delivery of the Agreement to the OWNER, or within such other period as the OWNER may prescribe, the successful Bidder (CONTRACTOR) shall submit the following as conditions to the Bidder's right to proceed with and receive payment for any Work: 8.3.1. A complete list of all Subcontractors to be used on the Work; 8.3.2. A one hundred percent (100%) Performance Bond, a one hundred percent (100%) Payment Bond and a ten percent (10%) Maintenance Bond as prescribed by the General Conditions or other Contract Documents. Such bonds shall be executed utilizing the sample forms included in the Project Manual or alternative forms approved in advance by the OWNER. Indemnification clauses between successful Bidder and the Surety shall not be binding upon the OWNER; 8.3.3. The preliminary schedules required by Paragraph 2.7 of the Standard General Conditions; 8.3.4. A schedule of wages to be paid by the Bidder and his/her Subcontractors to laborers for the Work; and 8.3.5. Other post -Bid submittals required by the Contract Documents. 9. LIQUIDATED DAMAGES 9.1. The Contract Documents provide for the payment of liquidated damages in the event of unexcused failure by the CONTRACTOR to complete the Work within the time required by the Contract Documents. 9.2. The per diem rate(s) of liquidated damages established by the preceding sub -section have been determined and are intended as reasonable prospective estimate(s) of the type and amount of actual damages which the OWNER may sustain in the event of such delay(s). Submission of a Bid shall constitute an unconditional acknowledgment and Agreement by the Bidder that such liquidated damages are fair and reasonable and do not and will not constitute a penalty, and that such liquidated damages may be assessed and recovered by the OWNER as against the successful Bidder and its Surety in lieu of actual damages for delayed completion. END OF INSTRUCTIONS TO BIDDERS ITB -7 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terns 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 ADD. Nm 1 DATE A/ou. /9 2015 141 . /Jo 2- /Uou. 3o, 201 5" BID -6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents 1,, 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 -7 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. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: //,,�� RA, nlyas l;aisr-auc.TloA.) Co. Project Name: Project #15-09 Small Structure Replacement: Cuvlert 82 —Ralston Avenue over Carmel Creek and Culvert 102 — Rolling Springs Drive over U.N.T. of Blue Woods Creek Date Submitted: LDe e->,elegR -2,2coIS Base Bid Amount: �AEManz) 1.7Y,cr/-Five 77/n"s.t'vo, mac /yvi'6ZEJ ern 535, 360.39 s,. y-timr,rgrtMeS,97V0 39 coins 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 f dly and accurately filled in and completed and notarized. Project: Proposal For Construction of : Small Structure Replacements of Culverts 86 & 102 Project Number: 15-09 The replacement of the existing small structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116`h Street. And The replacement of the existing small structure 102 over U.N.T. of Blue Woods Creek on Rolling Springs Drive located 400 feet north of 116`h Street. Date:/jeztr-W.6ii( 2, a 01 To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: 12. A. inveits doNsr`tucnoho C'. 1.2 Bidder Address: Street Address: / 900 �• p'tr, Pte-pcmvr 81 -v4)81 -v4) -.Sk-�rr € // City: /�/✓Nert State: Zv Zip: 1•17.3 02- Phone:74J-2%, 7O'1 Fax: -7(oS-£f CI& -9")I.4 1.3 Bidder is a/an [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.] 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: Base Bid:F✓f y✓N4e M 477/gJy-Five7Yo46.440,274?Ilf/a&fld "-5Y%Y-L/GH7Docou51-3%CBWrS Dollars ($ 535 3oe.31 ). 2.2 General The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base and selected Alternate Bids if applicable. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable The Bidder 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 1 1 1 a 1 1 a 1 1 1 D 1 1 1 PART 3 CONTRACT ITEMS AND UNIT PRICES Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item Rem Quantity Unit Unit Cost Total Cost 1 Construction Engineering 1 LS co /3, 007. pO /3 000. 2 Mobilization / Demobilization 1 LS 26/M24,25; 03''/ 3 Clearing Right of Way 1 LS //,6a2, a° //OCtP.pO 4 Common Excavation 140 CYS IN.00 @f,O. ' 5 Curb and Gutter, Remove 282 LFT el 00 /, 97, °° 6 Temporary Filter Sock 439 LFT 00 % 00 30%3• 7 Temporary Seeding 100 LBS 1,00 /00. O° 8 Temporary Mulch 500 LBS __zoo 1,000. L0 9 Temporary Inlet Protection 4 EACFI 300.00 /,a o0,00 10 Temporary Stone, No. 53 40 TON 4/0. 00 /, (000. W 11 Structural Backfill, Type 2 255 CYS sy. Q0 /3770,15° 12 Structural Backfill, Type 5 83 CYS pD•o° 0° G, hyo 13 Compacted Aggregate, No. 53, Base 129 TON 33,Od y257 IV 14 HMA Patching, Type B 9 TON 550. °0 /1, 1150,00 15 Milling, Transition 161 SYS /y 0° Z, 25#/ m 16 HMA Surface, Type B 39 TON °v 0275:/ 0 , %?s. a° 17 HMA Intermediate, Type B 42 TON _?00.00 /.2, 4750 e° 18 HMA Base, Type B 67 TON 0200. 0° /,3, x}00, x 19 Asphalt for Tack Coat 787 SYS • 15 //8.05 20 Handrail 124 LFT /36.c0 /b//.20 .°6 21 Curb and Gutter, Concrete, Type I1 300 LFT 3,3. p0 pD 9, 900. 22 Revetment Riprap, Partially Grouted 76 TON $"/. 00 &L16 0° 23 Geotextiles 254 SYS OD S Co /,a70 24 Articulated Concrete Mat 153 SYS Cj0• °° /4 910. 25 Mulched Seeding, U 563 SYS /.20 (0%S bp 26 Slope Stabilization Seed Mix 18 LBS 50.00 goo. DO 27 Erosion Control Blankets 563 SYS 44 00 ,,2.262!0 28 Sidewalk, Concrete, 4 IN. 72 SYS '[/8.00 0 ,4454. v 29 Structure, Coated Reinforced Concrete Box, 12'x4' 42 LFT ,02,70ael //.502s0 30 Structure, Reinforced Concrete Box, 10'x5' 66 LFT 2,800. J89,BDROt 31 Pipe, Type 2, 12" 16 LFT 99.00 /, S 0 32 Pipe, Type 2, 15" 5 LFT /S0, 0° %S0 00 33 Inlet, A8 2 EACH 900.00 /,BYD. 00 34 Manhole, C4 1 EACH 1-/,007. pO y 007. °° 35 Catch Basin, K10 2 EACH ,500. 0° 4000.°17 BID -4 36 Utility Encasement 1 LS o 2, oat. co 20Lo. 37 Maintaining Traffic 1 LS 170:6.°° /7OGb,65' 38 Temporary Traffic Barrier, Type 2 120 LFT 5/ff.Q° po S ?Lea 39 Temporary Pavement Marking, Removable, 4" 215 LFT pv W 930, 40 Temporary Transverse Pavement Marking, Removable, Stop Line, 24 IN. 24 LFT id. o° 529.°6 41 Construction Sign, C 2 EACH _225 . pO I,SO. p° 42 Construction Sign, A 12 EACH o2ao• oo ,Z4.410,0° 43 Road Closure Sign Assembly 5 EACH doe. pO /r IWO. °D 44 Detour Route Marker Assembly 20 EACH /2S. °° 00 a,i 0 45 Barricade, III -A 72 LFT /at " 84'/ 0 46 Barricade, III -B 120 LFT cto /a. °O /, 990. Total 535:548•39 BID -5 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 i ///3o/fS BID -6 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 -7 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. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: ds Exca vat M , I n ° Project Name: rojcct #15-09 Small Structure Replacement: Cuvlert 8x—Ralston Avenue aver Carmel Creek I0 and Culvert 102 — Rolling Springs Drive over U.N.T. of Blue Woods Creek Date Submitted: -ew/0er 9, '016 Base Bid Amount: i -i g ii 5a5. °° PART 3 CONTRACT ITEMS ANI) UNIT PRICES Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost I Construction Engineering 1 LS y, 560-00 L% ceo-W 2 Mobilization / Demobilization 1 TS O. 8/QOPO 24{AO. 00 3 Clearing Right of Way 1 LS 1I SOO.00 /4 500:00 4 Common Excavation 140 CYS I(00,00 z,VDO.op ) Curb and Gutter, Remove 282 LFT (p. 00 It(,9Qa,00 6 Temporary Filter Sock 460 LFT 8,0Q 3,(& O.W 7 Temporary Seeding 100 LBS 3. tap 3�""/D (Q.00 8 Temporary Mulch 500 LBS I. 3L 0XQ.bo 9 Temporarylnlet Protection 4 EACH 130.00 S20-00 10 Temporary Stone, No. 53 40 TON A�97.00 AD. 00 11 Structural Backfill, Type 2 255 CYS WOO •OO 224q .00 12 Structural Backfill, Type 5 83 CYS 183.00 15,189 .co 13 Compacted Aggregate, No. 53, Base 129 TON 35.00 4 516,Oh 14 HMA Patching, Type B 9 TON 3co. DO 3)11Q0 .00 15 Milling, Transition 161 SYS 50. Db $O50. D0 16 HMA Surface, Type 13 39 TON 690.00 7 910 .60 17 HMA Intermediate, Type 13 42 TON 1'a. 00 rJ 2,24.&0 18 HMA Base, Type B 67 TON 1610.09 11390-00 19 Plant, Deciduous Tree, Multi -Stem, 96-120 IN I EACH 1,0 .00 I,O 5.o& 20 Handrail 124 LFT ) 70.Q0 4_23.2b•0D 21 Curb and Gutter, Concrete, Type!! 300 LFT 3/0.00 Jtapp.00 22 Revetment Riprap, Partially Grouted 133 SYS 69 PO r%?96/.00 23 Geatextiles 293 SYS .?.Ob 58(0.00 24 Articulated Concrete Mat 160 SYS 13D . DQ ,p, poo 00 25 Mulched Seeding, U 603 SYS 2. 00 1,2O%p. W 26 Slope Stabilization Seed Mix 18 LBS 7T. 00 1 260.00 27 Erosion Control Blankets 603 SYS 3 , Ob I,go9,00 28 Sidewalk, Concrete. 4 IN. 72 SYS 57.00 Lit /DV 00 29 Structure, Coated Reinforced Concrete Box, 12'x4' 42 LFT 2,1,966 00 J09,1 0.o 30 Structure, Reinforced Concrete Box, 10'x5' 66 LFT 096.ap 137,aQo.00 31 Pipe, Type 2, 12" 16 LFT /0. 00 I140.00 32 Pipe, Type 2, 15" 5 LFT /03.00 515.00 33 Inlet, A8 2 EACH , 050.0p )f/Do. pa 34 Manhole, C4 I EACH 3,150,60 3 )58.00 35 Catch Basin, K10 2 EACH, �,gap•005/pao.w 131D-4 Addendum I Itemized Proposal Project 15-09 Small Structure Replacements of Culverts 86 & 102 Item # Item Quantity Unit Unit Cost Total Cost 36 Utility Encasement 1 LS /753-D0 ,Z95-0•00 37 Maintaining Traffic I LS 3 DOO.00 3, D0O.O0 38 Temporary Traffic Barrier, Type 2 120 LFT 50,00 ,-7.ODO.Oh 39 Temporary Pavement Marking, Removable, 4" 215 LFT !, DO 05.00 40 Temporary Transverse Pavement Marking, Removable, Stop Line, 24 IN. 24 LFT 5,00 1,28.0o 41 Construction Sign, C 2 EACH 100.00 00.00 42 Construction Sign, A 12 EACI-I /00-00 4200.00 43 Road Closure Sign Assembly 5 EACH /7O. 01) 17.50- 00 44 Detour Route Marker Assembly 20 EACH 00. 00 loam 13anicade, III -A 72 LFT 1/. DD '/,/200.loam7tz- b0 46 Barricade, III -R 120 LFT 11. 00 1, 32o. op Total 4/1,5175 00 BID -5 Addendum 1 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terns 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 0 OhDATE 1/ 3o/it BID -6 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. 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: 131 D-7 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: Proposal For Construction of : Date: Small Structure Replacements of Culverts 86 & 102 Project Number: 15-09 The replacement of the existing small structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116th Street. And The replacement of the existing stnall structure 102 over U.N.T. of Blue Woods Geek on Rolling Springs Drive located 400 feet north of 116'x' Street. Dee-emberoz 0705 To: City of Carmel, Indiana, Board of Public Works and Safety BID -I 1.1 Bidder Name: PART 1 BIDDER INFORMATION Print las Rxc4VAfin9,Ino. 1.2 Bidder Address: Street Address: kitAID Jr/0011ex Road City: State: 1 &J Zip: W WOO phone:611,55)14)3. 142M Fax: (talc) L/ ,q. Rdtpt 1.3 Bidder is a/an [mark one] Individual Partnership ✓ Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The fbllowing must be answered if the Bidder or any of its partners or joint venture parties is a foreign copontion. 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 112, dated January 23, 19581 Corporation Name: � / /i is 4EYY/&vidinq',�In&/J /PTO / /� Address: N' NO tq her RCI. Witt Li frolV%ale) )11/ b TO Date registered with State of Indiana: ��' /f%q .4 Indiana Registered Agent: yes 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 Ttems, total: �" Base Bid:�ilu{'%uhdr-ego 7t ftV6 )7*ui8 hued -f wtn4-i$✓Q della es trnd MOD. Dollars ($ JOT, 5:75. 2.2 General The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base and selected Alternate Bids if applicable. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable The Bidder 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 shalt 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