Loading...
Calumet Civil Contractors, Inc./Engr Calumet ing DContactors, Gc. � h 4 o f Engineering Department-2008 U l%c-Li Project:Towne Road 131`I Street to 1461°Street Appropriation#2006 Road Bond; P.O. #18324 Contract Not To Exceed S1,589,215.97 APPROVED AS TO FORM BY AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement ) is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Calumet Civil Contractors, Inc., a corporation duly authorized to conduct business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 2006 Road Bond funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than One Million Five Hundred Eighty-Nine Thousand Two Hundred Fifteen Dollars and Ninety-seven($1,589,215.97) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and.Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. • 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for"Calumet Contractors, Inc., Towne Road 1315t to 146t•Street Project" received by the City of Carmel Board of Public Works and Safety on or about April 2, 2008, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. IZ'EEan`iM n,m[nllmlmeual Smice&ENli1NEERINCI0AICW®el Cn'il Cd"nnon GAS da JIlU 001:LtI'l Calumet Civil Contractors, Inc.. Engineering Department—2008 Project: Tome Road 1315'Street to 146th Street Appropriation#2006 Road Bond; P.O. #18324 Contract Not To Exceed$1,589,215.97 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: Ifrequested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder:Vendor agrees to furnish to City sufficient written warning and notice(including appropriate labels on containers and packing) of any hazardous material utilizedin or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. -8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress,so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business.days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an,event of default hereunder, City shall have.the right to (1) terminate all or'any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendors use of City property. • Iz�e.eaf,Do,mm,+rmlmiaul ScnicestNOTNEERING1008tabana Cml cw.swn Grossdot uioawe 220 cifI Calumet Civil Contractors, Inc. Engineering Department—2008 Project:Towne Road 131"Street to 146t Street Appropriation#2006 Road Bond; P.O. #18324 Contract Not To Exceed S 1,589,215.97 Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE; Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination'against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire,tenure, terms, conditions and privileges of employment and any'other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 13. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 14. RELATIONSHIP OF PARTIES: The relationship of the parties•hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 15. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is'filed hereunder, they waive their,right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. rE Basal,Docomm,PProfnumal Scnica'diNGR@ERINC2EO'C1lmon 0.9 Cow-scion GAS dac 4'm'2003 2 2ar Calumet Civil Contractors, Inc. Engineering Department—2008 Project:Towne Road 13 n Street to 146th Street Appropriation#2006 Road Bond; P.O. #18324 Contract Not To Exceed$1,589,215.97 16. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 17. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 • ATTN: Mike McBride AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Calumet Civil Contractors, Inc. Address: 4898 Fieldstone Drive, Whitestown, Indiana 46075 Telephone: 317-769-1900 E-Mail: kgreen@calumetcivil.com ATTENTION: Kevin S. Green, President Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 18. TERMINATION: 18.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. • Iz'E RtwM3 Doomc,nawlof®mal Scnacnl.OINESUUC`aili aIme coil cannxtm.CAS aacrannaaa 3 41.1411 Calumet Civil Contractors, Inc. Engineering Department—2008 Project: Towne Road 131m Street to ,46'h Street Appropriation#2006 Road Bond; P.O. #18324 Contract Not To Exceed S1,589 215:97 18.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 20. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time lb time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify • Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall. be numbered and attached.hereto in the order in which they are approved by City. 21. TERM . Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2008, and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 22. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 23. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect.to all of the covenants, terms, warranties and obligations set forth in Agreement. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 121E Basal,Documtu0'Y,,Imio.1 Sm,c tNGINEEWNG120Be'GIutG CIA Cmv non GES ax 1110/22:0$2:20 r • 04/10/2008 TAU 16: 40 FAX 317 571 2439 City of Carmel 0005/024 Calumet Civil Contractors,Inc. Engineering Department—2008 Project:Towne Road 1314 Street to 146t Street Appropriation 82006 Road Bond; P.D.418324 Contract Not To Exceed S 1,589,215.97 26. • ENTIRE AGREEMENT: • This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors In interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA CALUMET CIVIL CONTRACTORS, INC. by and through its Board of Public Works and Safety B . By: e s ames Brainard, Presiding Officer • Au rized Signature ate: Kevin S. Green Printed Name Ma An Burke, ber Date: O President Title Lori S.Wats , M'_riper _ FID/TIN: 35-1151771 Date: SSN If Sole Proprietor: ATTEST: Date: April u, 2008 •.� .At—L 1► 'iana Cordra , IAMC, cCk-Tr=.surer Date: ♦ • IZrC 4WMr o,nwrll,,.,vaw s,n,e,tzn'l ponli Annwr,OW Cr...CASA.numo LG4 On AMERICAN 7260 Shadeland Station, Indianapolis. Indiana 46256 �■ STRUCTUREPOINT TEL 317.547.5580 FAX 317Sd3.0270 INC. www.structurepoint.com MEMORANDUM DATE: April 2, 2008 TO: Mike McBride, PE FROM: Sam Balog RE: Towne Road Phase II - Carmel Project #06-12 cc: Dave Machala, Jeremy Kashman We have reviewed the bids opened at the April 2nd, 2008 Board of Works meeting for the above- mentioned project. Six contractors bid on the project with the following results. Base Bid Alternate A Alternate B Engineers Estimate $6,219,701.00 $5,769,337.00 $1 ,912,821.00 Rieth-Riley Construction *$5,077,905.55 *$4,698,806.55 $1 ,806,020.00 Calumet Asphalt $5,231,861.14 $4,957,955.03 $1,589,215.97 t- E& B Paving *$5,574,562.28 *$5,197,666.48 $1 ,927,252.49 Atlas Excavating $5,680,952.09 $5,380,130.88 $1 ,791,348.41 Milestone Contractors LP $5,815,000.00 $5,388,000.00 $1,887,000.00 Crider & Crider *$6,009,220.01 *$5,599,621.01 $2,104,336.60 *Note: These amounts do not match those read at the bid opening. A minor math error was found in each bid and corrected accordingly. These errors did not have any affect on the determination of the low bidder. If the Base Bid is selected as the build alternate, based on our review of the bids, we recommend Rieth-Riley Construction be awarded the Towne Road Phase II project. The bid from Rieth-Riley Construction is complete, and they are the lowest responsible bidder for the Base Bid. page I oft EXHIBIT A 1ertr11 • If the Alternate Bid A is selected as the build alternate, based on our review of the bids, we recommend Rieth-Riley Construction be awarded the Towne Road Phase II project. The bid from Rieth-Riley Construction is complete, and they are the lowest responsible bidder for Alternate Bid A. If the Alternate Bid B is selected as the build alternate, based on our review of the bids, we recommend Calumet Asphalt be awarded the Towne Road Phase II project. The bid from Calumet Asphalt is complete, and they are the lowest responsible bidder for Alternate Bid B. If you have any question please do not hesitate to call. Nee 7of2 EXHIBIT A- ; :7- F $J. <.Cq e J. b 1 , f' -r• , -`• -t --5 ti [. :`. i r to e yr P i '` - ,..7. �r. ' 't 1 1 •(. " , } r rt . ;, I •rt.-1 Vf '.# t. ..`tIi -- i h . ; $. •�� "tr , • -'���� CD tLdr B PROPOSAL-: L4 3 1 , • - k o IMF It:".!y�.„ � ' '� _: Y'7. .tj - '.N .AND DECLARATIONS`' J ` 'S -, A "A.' Y 5 . o-t S a r• ' '' ''1 .4'. 1 ' ,, {, I. • City Of.COMO ' ' '• ' - r • ♦` _=L ; r`'_ w Y •• i 1 r N` ^JnsThsctionsToBirirk'l1,' ru L ? 'Yr .•-a r`• I _ , ' �:<;{r ,i y41 . 4 'W x N a This farm:shall be at lsed by all Bidets: Except as olhenyisn specificallvprav'-dad;; le Parts, - c , •-shall befall),emd is &imiely filled in and cannpleted and norarzzcd ;. f •` . 'rr t• r . 4;,,; ,, r r M. I :..A }IF,ra,y.IF " ' pitied- b Tarrne.Raark13lst Street to 1466 Street : .& Proposal Po;Coltciripation of Raont t ofTon Road at 131rt r.Streate , ^ ' e 4 coot'sxbrg.North I ths.t sass on 1 Sato. Co iee ,4 it - of r f:lee 's:a at Taw:ssRoad aad'13,.treed erd Taw ns•Rou t ' ? ' bate r Apri1.2, 2008 To: �,CityofCara'el,r7ndinres,Board of Public Works and Safety i, , - q ,- y 5 r I J4 ' r . 1. y4 '1 ;.era 1 V • , IYi; • E •XHIBIT '' r ' '''' BID-I IN2OO4 O227:.P taire c 1 1 t ji "1 v FtT l` t .Y= I , Y - i > ro1 r ay hi 1 tF S j.- ."� `tS lj 1'� :L .y, 11 < A. } 1R4% t♦wt„• cr y 2 w ' 3 "^ P •p•1 -i S+. ! . . r ` '�'-� d,t • _ r' J t•�, x y n' •,• s 1 Y r• i 5 9 'A f t • tit • i �'F� ,. r. •€y ,6 > ` ry ,a, 'f '1 j , ' ; prong.14/p11�FO�.y�A'T€ON • X.n )'.l h'° _ ..�U �,;•E. ;i,� 4 1 . 1• ry,. • ',-..� i '1.. • {AOTO 4 , y. Y -p \ Y• . Itt l .;r, • � y t. r t 1r t � ,. F f o . �l 4t f; fi �,� C-1 ' F I B4dd Warn e. Civil Conera4tors. Inc _4 pp ', r ' , I.2 • BidderAddtesa.tU Street Address: 4898 rioldarbae Drive n • ,..Q ?� f . • +• . •R ,' } A .Yx. ' L-, � City;Whieesta; n State: TN 'AZip; 46075s t z. ' Phone ,'(317) 769-1400 h•• . Pax.. (317) ,769 7424 { fry Bidder.id.Nan[markone] I �, ; I 1 ¢ • Individual Ptirtnership 'x Indiana Cornorntwn _ . i I 1 Foreign(Out of Shut)Carparatran;fitate: le Jamt Ventttte llther i _ r ' 1.4 ' [The folloiving must'be.answered If the Bidder or am!of as partners ' f gn �Y f,> ,, r,•-,t> is.a� o'rei t�ton:�Not�;To do�busitresss m ar.,-with the C r, Carmel, a , Indi na foreign iozpporutimrs mutt register with the Secretary of the:Stn .ofhullana as • ;' Or' rcpiimd'by the fndiaaa General Corporation Act:as statled:therein and.expressed•m'the,.,. !; t , t : ,Attorney General•,a Opinion ill.dated Jaittimy 23 19581' ' t • ' 1 Corps *bon N ` • 2. _Address:, --. _ �,_ 1 i �•Y . 3 Date registered with State of Indiana 4 `.Iodisnn Registered Agent i. K•. ;: • Name Y { Re ` EXHIBIT A. I t /. 'er - a '131I3-2 , '' .11,ribfklAtt o vaooc ,1. 1 - I. n { sal •. tiF it< .4., 2. , Io-ne-eo-aJt,o rlr•'.o oIRULIURerLur.I Jl(74J174(n r.eJ./e, I , PART 2 RID 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 Contract33 Items as stated in Part 3 hereof. which Unit Prices, when multiplied by Thousand Eight quantitiesO for such sContract Items, total Ftve Million Two Hundred Thirty One g y Dollars ($ 5,231,861. 14 ). The and Fourteen contc 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 fur 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. Alternate Bid "A" The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service, and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items..total Four Million Nine Hundre4 Fifty Seven Thousand Nine Hundred Fifty Five Dollars Dollars ($4,957,955.03 ). The and Three cent1.iidder acknowledges that evaluation of the lowest Bid shall.be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Alternate Bid "B" The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service, and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions.of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Pan 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total One Million Five Hundred Eighty Nine BID-4 IN2004,0222.PH2.FL.UOC EXHIBIT 511 Irn c0-LnJO Vlr•YO JIRUB.IURCrulINI .JllJ4.�nL(n r.104ie7 • Thousand Two Hundred Fifteen Dollars and Ninety Seven cents Dollars ($ 1. $9.215 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 he 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. • • EXHIBIT A CIO BID-4 IN2004.0222.P111.111.11)C f d .. S- C Vt f S 'srt 2 1. >• t �:,. .,t A ci ; t 1P , -sa r Hy: cr N .. Y i '. _ • i._ " +' (ii .i , IG. m7".rh ' t i^5 i� 'fp y W Y � '•Y -.. , Y r F V �1 � j+ `� ��h' 4> i Rfi U at r 1 : i 1 a t - t h '.A> 4 :i`Z G r ::- > . .i v -re //'��"�;;}'..�..p. �. ' .P/1pR.��p3}�y��y'}ypy�/+p�p'a t- '- e J::4 y.,".4 . ` CONTRACT T�MS A U+ 41,�F1� mars ars 4 - ., c f� f * '.;,: evil L {r Yt ' n- r ti:. d > c1 ^V. > : 1, a , ,; � s;� /�1��pp����C(��ITYO/F�'�C;.��R�1��4Et .) Jfl � � ` ` 4:rt 4. i-I. d 2 iIv . a•i- ,1 .. �' �r - 'C .R.A ELPROCECl NO O6•l2{r if,?.... `J ), Y I .. L V; y '' Vic' 3 ..TOWWNERO.4D 131stS771EETTO:146T :STREET ; ' `vUl - a -. .: 11'E!vI y.,. .a U t -T1 : ITT' .1Nrt e .j. -y ., w `. .. - .. 4. 1 l l ExNisi r ` t` r t W BI1-4 : ' - ,J•042bos.o22.PFi4.F'n.D� , ' 4 • ITEMIZED BID BASE BID CARMEL PROJECT NO.06-12 • DESCRIPTION: Towne Road:131 et Sheet to 148th Street 412/2008 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 CONSTRUCTION ENGINEERING LS 1 580.000.00 580,000.00 2 FIELD OFFICE.B MOS 15 51,348.58 520228.40 3 MOBILIZATION AND DEMOBILIZATION LS 1 51013,881.97 5108,881.97 4 CLEARING RIGHT OF WAY LS 1 ,537,954.34 537,954.34 5 EXCAVATION.COMMON CYS 8,858 529.38 5254,140.16 8 BORROW CYS 50,893 $5.34 $271,788.62 7 TEMPORARY EROSION AND SEDIMENT CONTROL,CURB EACH 8 $45.00 5270.00 INLET PROTECTION 8 TEMPORARY CHECK DAM.REVETMENT RIPRAP TON 48 $38.37 $1,873.02 0 TEMPORARY DITCH INLET PROTECTION EACH 14 580.00 $840.00 10 TEMPORARY SILT FENCE LFT 13323 $1.05 $13,989.15 11 TEMPORARY HORSESHOE DAM EACH 5 $500.00 $2,500.00 12 CULVERT PIPE PROTECTION EACH 2 $125.00 5250.00 13 STRUCTURE BACKFILL CYS 4841 518.00 583.538.00 14 CHEMICAL MODIFICATION,SOILS SYS 593398 $3.97 . 5235.810.08 15 COMPACTED AGGREGATE,NO.53,BASE TON 5350 524.97 5133,589.50 18 WIDENING WITH HMA.TYPE C TON .50 577.58 53.879.00 17 MILLING,ASPHALT,1 1/2 IN. SYS 1493 $1.130 52.388.80 1B HMA SURFACE,TYPE A TON 885 $84.17 558,79045 19 HMA SURFACE,TYPE C TON 3860 573.33 $283,053.80 20 HMA INTERMEDIATE,TYPE A TON 2725 858.50 $153,982.50 21 HMA INTERMEDIATE,TYPE C TON 8215 548.11 $299,003.65 22 HMA BASE,TYPE C TON 17125 548.93 $803,87825 23 HMA FOR TEMPORARY PAVEMENT TON 803 581.47 537,088.41 24 HMA,TYPE C.INTERMEDIATE.0G19.0mm TON 7235 $58.58 $409.211.80 EXHIBIT A 111 BID-4a IN20040222.PH1.FEDOC ITEMIZED BID BASE BID CARMEL PROJECT NO.08.12 DESCRIPTION: Towns ROad:.131M Street to 1488i Street 4I7/2008 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 25 ASPHALT FOR TACK COAT TON .83 80.08 $8.64 26 DECORATIVE CONCRETE PAVEMENT,TRUCK APRON SYS 298 $125.35 S37,103.60 27 CURB RAMP,C0NCRETE.0 SYS 94 $226.51 'S21,2111.84 28 CURB RAMP,CONCRETE.G SYS 79 8185.81 $14,878.99 29 CURB RAMP.CONCRETE.L SYS 176 $141.21 $24,85296 30 SIDEWALK CONCRETE.4 IN. SYS 48 $123.96 $5,702.18 31 CURB,MODIFIED ROLL LFT 868 $17.85 $11,888.10 32 CURB.CONCRETE.STRAIGHT LFT 590 $19.94 $11,764.60 33 CURB AND GUTTER TYPE II LFT 16473 $12.07 $198,82911 34 CURB AND GUTTER,TYPE III LFT 15119 $12.08 $182,637.52 35 HMA FOR APPROACHES,TYPE B TON 424 $82.07 $34,797.68 38 PCCP FOR APPROACHES.6 IN. SYS 752 $65.48 $49,225.92 37 MAILBOX ASSEMBLY.SINGLE EACH 12 $99.00 $1,188,00 38 GEOTEXTILES SYS 78 $1.12 $87,38 39 RIPRAP.REVETMENT TON 78 S3835 $2,874.30 40 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 $50.00 $100.00 41 MULCHED SEEDING.T.CONVENTIONAL MIX SYS 10321 $0.27 $2.788.87 42 MULCHED SEEDING.U SYS 20642 $1.93 $39839.08 43 WATER kGAL BB $3.15 $277.20 44 TOP SOIL CYS. 9288 59.29 $86,268.94 45 SODDING,NURSERY SYS 22078 $4:14 $91,402.92 48 FIELD DRILLED HOLE IN CONCRETE EACH 1 S584.88 $584.98 47 CULVERT,PRECAST BOX,5FT X 2 FT LFT 110 $220.36 $24,239.60 48 PIPE,TYPE 4,CIRCULAR,61N. LFT 14190 $3.25 $46,117.50 49 PIPE END SECTION,12 IN. EACH 4 $446.35 $1,785.40 EXHIBIT A 1111 BID-4a IN2004.0222.PHI.FE.DOC ITEMIZED BID BASE BID CARMEL PROJECT NO.06-12 DESCRIPTION: Towne Road:131et Street to 148th Street 4)2T2008 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 50 PIPE END SECTION.15IN. EACH 3 $548.31 51.844.93 51 PIPE END SECTION,18 IN. EACH 2 5587.84 $1,175.28 52 PIPE END SECTION,24 IN. EACH 2 $828.98 $1.253.96 • 53 PIPE,REINFORCED CONCRETE.12 IN. LFT 4818 $29.91 5144,048,58 54 PIPE.REINFORCED CONCRETE,15 IN. LFT 2580 $23.54 $80,73320 55 PIPE.REINFORCED CONCRETE,181N. LFT 873 $28.52 $24,897.98 58 PIPE,REINFORCED CONCRETE.24 IN. LFT 788 $30,48 523,408.84 57 AGGREGATE FOR UNDERDRAINS CYS 1290 $39.75 $51,277.50 58 GEOTEXTILES FOR UNDERDRAIN SYS 15400 51.80 527.720.00 59 CASTING,ADJUST TO GRADE EACH 3 $447.88 51,343.84 80 CASTING,4.FURNISH AND ADJUST TO GRADE EACH '1 $485.38 $485.38 81 INLET,J10 EACH 17 $1,340.07 $22,781.19 62 INLET.M10 EACH 34 $1,340.18 545,585.44 83 CATCH BASIN.E7 EACH 5 $1,738.27 58.881.35 84 CATCH BASIN,KID EACH 48 $1,983.50 $95208.00 65 MANHOLE,C4 EACH 45 $1.702.17 $78,597.85 88 MANHOLE.C7 EACH 2 $2,147.82 $4,295.84 87 ROAD CLOSURE SIGN ASSEMBLY EACH 12 $429.03 55.149.00 88 TEMPORARY PAVEMENT MARKING.REMOVABLE.4 IN.. LFT 9380 $0.95 $8,892.00 TEMPORARY PAVEMENT MESSAGE MARKING.REMOVABLE, EACH 1 $97.00 $97.00 LAN 70 DETOUR ROUTE MARKER ASSEMBLY EACH 37 $107.00 $3,959,00 71 CONSTRUCTION SIGN.A EACH 28 $155. 0 $4.810.00 72 FLASHING ARROW SIGN DAY 150 513.00 $1.950.00 73 MAINTAINING TRAFFIC LS 1 $38,911.84 $38.911.84 74 BARRICADE.111.8 LFT 180 $18.00 $3,240.00 EXHIBIT �I1`A- BID-4a 142004.0 n PH1.FE.DOC ITEMIZED BID BASE BID CARMEL PROJECT NO.08.12 DESCRIPTION: Towns Road:13181 Soeet to 148th Street 4/L2008 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 75 SIGN POST.SQUARE.1,REINFORCED ANCHOR BASE LFT 549 $13.50 $7,411.50 78 SIGN.SHEET,ENCAPSULATED LENS WATTH LEGEND,0.080IN. SET 257 $17.00 ,$4,389.03 77 SIGN,SHEET,ENCAPSULATED LENS WITH LEGEND,0.100IN. SET 132 $18.00 $2.376.00 78 IRRIGATION CONDUIT,PVC,4 IN LFT . 1240 $9.00 $11,180.00 7B DECORATIVE STREET UGHTING.WIRING AND EACH B $8.500.00 S88,000.00 INSTALLATION 80 LIGHTING POWER DISTRIBUTION PANEL EACH 2 $7,500.00 $15,000.00 81 HANDHOLE,INSTALL EACH 19 $1.100.00 $20,900.00 82 CABLE INTERDUCT LET 7280 $12.00 $87,120.00 83 DECORATIVE STREET SIGN ASSEMBLY,INSTALLED EACH 7 $1,700.00 f11,900.00 84 IUNDHOLE,LIGHTING EACH 2 f850.00 $1,700.00 85 WIRE,NO.4,COPPER,IN PLASTIC DUCT,IN TRENCH,4 VAC LET 1408 $15.00 $21,120.00 TRANSVERSE MARKINGS.THERMOPLASTIC,CROSSWALK88 LET 392 $LOB $427.28 UNE,81N. 87 UNE,THERMOPLASTIC,BROKEN,WHITE,41N. LET 12085 $0.20 $2,413.00 88 UNE,THERMOPLASTIC,SOLID.WHITE.4 IN. LFT 2538 $0.44 $1,115.84 89 LINE.PAINT,SOLID,WHITE,41N. LET 1190 $0.45 $535.50 90 LINE.PAINT,SOLID,YELLOW,41N. LET 2590 $0.45 $1,185.50 B1 LINE,THERMOPLASTIC,SOLID,WHITE,8IN. LFT 450 $1.15 $517.50 92 LINE,THERMOPLASTIC,SOLID,YELLOW,41N. LET 18488 $0.33 $5,434.44 TRANSVERSE MARKINGS.THERMOPLASTIC,STOP_LINE.24 LFT80 f455 $273.00 IN. PAVEMENT MESSAGE MARKINGS.THERMOPLASTIC,LANE EACH 3 $95.80 f285.00 INDICATION PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC.WORD EACH 3 $110.00 $330.00 B5(ONLY) 98 SNOWPLOWABLE RAISED PAVEMENT MARKER EACH 17 599.00 $1,883.00 97 LINE THERMOPLASTIC,SOLID,YELLOW,8IN. LFT 534 $0,89 $475.28 LINE.THERMOPLASTIC,BROKEN,WHITE.8 IN,3FT STRIPE- LET 171 $2.00 $342.00 3FT GAP LINE,THERMOPLASTIC.BROKEN,WHITE,121N,3E7 STRIPE-Era LFT 381 $2.00 f782.00 3FT GAP • EXHIBIT IIA BID-4a 1N2004.OYt.PHI.FBDOC ITEMIZED BID BASE BID CARMEL PROJECT NO.08-12 DESCRIPTION: Twine Road:1314t Street to 148t8 Steal 42/2008 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 100 TRANSVERSE MARKING,THERMPLASTIC,CROSSWALK LINE, LFT 640 5329 12.105.130 NMITE.24 IN 101 PAVEMENT MESSAGE MARKING,THERMOPLASTIC, EACH 8 $190.00 21.520.00 FISHHOOK LANE INDICATION ARROW 102 TRANSVERSE MARKING.THERMOPLASTIC,'SHARKS TEETH' LFT 1000 31.00 $1,000,00 103 SHRUBS,24 IN. EACH 324 $45,00 $14,580.00 104 DECIDOUS TREE,1 121N. EACH 13 $180.00 $2,080.00 105 DECIDOUS TREE.212 IN. EACH 147 $255.00 $37,485.00 108 DECIDOUS TREE.21N. EACH 52 $235.00 $12,220.00 107 PERENNIALS EACH 430 $14.00 $8.020.00 108 GROUNDCOVER EACH 4427 $1.10 $4,8139.70 109 FIRE HYDRANT,RELOCATE EACH 5 $2,484.16 $12,420.80 110 VALVE BOX.ADJUST TO GRADE EACH 18 $375.99 $8,015.134 111 FIRE HYDRANT,ADJUST TO GRADE EACH 7 21,981.25 513,888.75 112 CURB BOX,ADJUST TO GRADE EACH 3 $447.68 21,343.84 113 MANHOLE.J4 EACH 2 $3,202.13 $8,404.28 114 PIPE.REINFORCED CONCRETE,38 IN. LFT 104 $49.00 25,098.00 115 INLET,RELOCATE EACH 4 $875.94 $2,703.76 l 118 LINE.REMOVE LFT 1700 $0.89 $1.173.03 117 TRANSVERSE MARKING,REMOVE EACH 2 $45.00 $90.00 118 STEEL CONDUIT,GALVANIZED.21N. LFT 890 $15.00 $13,350.00 TOTAL BASE BID: - 55,231,881.14 SUBMITTED BY: .-•el Clvii Contractors,Inc. SIGNATU" /C �� Kevin S.Green President ADDRESS: 4898 Fieldstone Drive WMtestown,IN 48075 EXHIBIT A. BID-4a M20040 I.PHI.FE.DOC ITEMIZED BID ALTERNATES CARMEL PROJECT NO.08-12 DESCRIPTION:'Towne Road:13141 Sheet to 148th Street 42200E ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1B CONSTRUCTION ENGINEERING LS 1 $15,000.00 $15,000.00 28 FIELD OFFICE,B MOS .9 $1,387.12 $12.484.08 38 MOBILIZATION AND DEMOBILIZATION LS 1 $21.713,47 121.71347 4B CLEARING RIGHT OF WAY LS 1 $15,000.00 $15,000.00 5B EXCAVATION.COMMON CYS 1,880 355.00 $91,300.00 6B BORROW CYS 13,828 $7.41 $102,450,68 .� TEMPORARY EROSION AND SEDIMENT CONTROL,CURB EACH 3 545.00 $135.00 INLET PROTECTION 80 TEMPORARY CHECK DAM,REVETMENT RIPRAP TON 0 $0.00 $0.00 9B TEMPORARY DITCH INLET PROTECTION EACH .5 580.00 $300.00 10B TEMPORARY SILT FENCE LFT 6265 $1.05 $8,578.25 11B TEMPORARY HORSESHOE DAM EACH .0 $0.00 30.00 1213 CULVERT PIPE PROTECTION EACH 2 $125.00 $250.00 138 STRUCTURE BACKFILL CYS 1099 $18.34 $20,155.68 14B CHEMICAL MODIFICATION,SOILS SYS 15353 34.0E 3H2,793.77 ' 158 COMPACTED AGGREGATE,NO.53,BASE TON 225 $40.18 $9,040.50 188 WIDENING WITH HM&TYPE C TON 50 $79.80 $3,990.00 178 MILLING,ASPHALT,112 IN. SYS 1493 $2.23 33.329.39 188 HMA SURFACE,TYPE A TON 0 :$0.00 $0.00 198 HMA SURFACE,TYPE C TON 1095 582.59 $90,438.05 208 HMA INTERMEDIATE,TYPE A TON 0 $0.00 $0.00 2113 HMA INTERMEDIATE.TYPE C TON 1815 553.85 386,967.75 22B HMA BASE,TYPE C TON 4250 550.31 $213,81750 23B HMA FOR TEMPORARY PAVEMENT TON 1614 $60.27 397,275.78 24B HMA,TYPE C.INTERMEDIATE.0319.0mn TON 1650 $62.77 $116.12450 EXHIBIT A 'BID-4a IN2004.0222PHI.FE.DOC ITEMIZED BID ALTERNATES CARMEL PROJECT NO.06.12 DESCRIPTION: Tama Rood:1310 Street to 14610 Street 4/2/2008 ITEM NO. DESCRIPTION UNIT QUANTTTY UNIT PRICE TOTAL 25B ASPHALT FOR TACK COAT TON 18 5150,00 $2,400.00 268 DECORATIVE CONCRETE PAVEMENT,TRUCK APRON SYS 298 $125,87 537,198.32 278 CURB RAMP.CONCRETE.C SYS 0 50.00 50.00 288 CURB RAMP.CONCRETE,G SYS 0 30.00 50.00 290 CURB RAMP,CONCRETE.L SYS' 176 5141.81 524,958.58 30B SIDEWALK,CONCRETE,4 IN. SYS 0 50.00 50.00 318 CURB,MODIFIED ROLL LFT 888 $20.38 S13,559.76 328 CURS,CONCRETE.STRAIGHT LFT 590 $22.28 513,145.20 338 CURB AND GUTTER,TYPE II LFT 4352 $13.07 556,880.64 348 CURB AND GUTTER,TYPE III LFT 3095 $13.88 542,958.60 3513 HMA FOR APPROACHES,TYPE B TON 0 50.00 50.00 388 PCCP FOR APPROACHES.6 IN. SYS 174 S89.58 S12,103.44 378 MAILBOX ASSEMBLY,SINGLE EACH 2 $99.00 $198.00 388 GEOTEXTILES SYS 17 51.18 $19.72 398 RIPRAP,REVETMENT Ton 17 $84.88 51.099.22 408 MOBIUZATION AND DEMOBILIZATION FOR SEEDING EACH 2 S50.00 5100.00 410 MULCHED SEEDING,T.CONVENTIONAL MIX SYS 3038 30.27 S819.72 428 MULCHED SEEDING,U SYS 6072 $1.98 S12,022.58 43B WATER kGAL 13 53.15 540.95 448 TOP SOIL CYS 1581 518.53 S29,295,93 45B SODDING,NURSERY SYS 3225 54.19 S13,512.75 488 FIELD DRILLED HOLE IN CONCRETE EACH 0 50.00 $0.00 478 CULVERT,PRECAST BOX,5FT X 2 FT LFT 0 50.00 50.00 488 PIPE.TYPE 4,CIRCULAR,8IN. LFT 2148 53.25 $8,974.50 49B PIPE END SECTION.12 IN. EACH 3 5459.34 $1,378,02 EXHIBIT A Pihi BID-4a IN2004.02223111.FE.DOC ITEMIZED BID ALTERNATE B CARMEL PROJECT NO.06-12 DESCRIPTION: Tame Roa0:131et Street to 1481h Street 4/7/2008 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 50B PIPE END SECTION,15 IN. EACH 1 5563.98 $563.96 519 PIPE END SECTION.18 IN. EACH 1 5804.42 $804.42 52B PIPE END SECTION.24 IN. EACH 2 $644.91 51,289.62 53B PIPE,REINFORCED CONCRETE,12 IN. LFT 1088 530.77 533,477.76 548 PIPE.REINFORCED CONCRETE.15 IN. LFT 416 $24.22 $10,075.52 558 PIPE,REINFORCED CONCRETE,16 IN. LFT 232 $29.34 $6,806.88 568 PIPE,REINFORCED CONCRETE.24 IN. LET 130 $31.35 54,075.50 570 AGGREGATE FOR UNDERDRAINS CYS 189 $39.75 $7,512.75 568 GEOTEKTILES FOR UNDERDRAIN SYS 2328 $1.130 $4,188,80 598 CASTING.ADJUST TO GRADE EACH 3 $480.69 $1,382.07 60B CASTING,4,FURNISH AND ADJUST TO GRADE EACH 1 $499.24 5499.24 61B INLET.J10 EACH 4 51,370.89 $5,514.76 62B INLET,M10 EACH 5 51,378.25 $6,89125 83B CATCH BASIN.E7 EACH I $1,785.93 51,785.93 64B CATCH BASIN.KI0 EACH 8 $2,040.22 $16,321.76 65B MANHOLE,C4 EACH 12 $1,750.64 $21,010.08 688 MANHOLE,C7 EACH 0 $0.00 $0.00 87B ROAD CLOSURE SIGN ASSEMBLY EACH 12 $495.00 55,940.00 68B TEMPORARY PAVEMENT MARKING.REMOVABLE,4 IN. LFT 0 5000 $0.00 BBB TEMPORARY PAVEMENT MESSAGE MARKING.REMOVABLE. EACH 0 $0.00 $0.00 LANE 70E1 DETOUR ROUTE MARKER ASSEMBLY EACH 37 $120.00 $4,440.00 71B CONSTRUCTION SIGN,A EACH 12 6195.00 $2,340.00 728 FLASHING ARROW SIGN DAY 0 $0.00 $0.00 738 MAINTAINING TRAFFIC LS 1 $8,09923 $8,09923 74B BARRICADE,III-B LFT 180 513.25 $2,315.00 EXHIBIT A \CIO BID4a IN2004.0222.PHI.FBDOC ITEMELED BID ALTERNATED CARMEL PROJECT NO.06-12 DESCRIPTION: Towno Road:1310 Street to 148th Street 4/2/2008 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 758 SIGN POST,SQUARE,1,REINFORCED ANCHOR BASE (fl • 481 S13.50 $8,223,50 788 SIGN,SHEET,ENCAPSULATED LENS WITH LEGEND,0.080IN. SFT 195 $17.00 $3,315.00 77B SIGN,SHEET,ENCAPSULATED LENS WITH LEGEND,0.100 IN. SFT 123 $18.00 32,214.00 78B IRRIGATION CONDUIT.PVC,4IN LFT 1240 $9.00 $11,180.00 79B DECORATIVE STREET LIGHTING,WIRING AND EACH 8 $8,500.00 S68,000.00 INSTALLATION 808 LIGHTING POWER DISTRIBUTION PANEL EACH 2 37,500.00 S15,000.00 818 HANDHOLE.INSTALL EACH 0 S0.00 S0.00 82B CABLE INTERDUCT LFT 0 $0.00 S0.00 838 DECORATIVE STREET SIGN ASSEMBLY,INSTALLED EACH 4 $1,700.00 S6,800.00 846 HANDHOLE.LIGHTING EACH 2 S850.00 $1.700.00 858 WIRE.NO.4,COPPER,IN PLASTIC DUCT.IN TRENCH.41/C LFT 1408 $15.00 121,120.00 888 TRANSVERSE MARKINGS.THERMOPLASTIC,CROSSWALK LET 0 SOW $000 LINE,81N. 87B UNE,THERMOPLASTIC,BROKEN,WHITE.4IN. LET 204 50.32 $8528 88B UNE.THERMOPLASTIC.SOLID,WIRE,4IN. LFT 1473 30.32 $471.36 BOB LINE.PAINT,SOLID,WHITE.4 IN. LFT 2882 S0.25 S715.50 90B LINE,PAINT,SOLID,YELLOW.4 IN. LFT 2763 $0.25 S690.75 918 UNE,THERMOPLASTIC,SOLID;WHITE,8IN. LFT 485 51.06 S524.70 920 LINE,THERMOPLASTIC,SOLID.YELLOW,4 IN. LFT 5335 $0.32 $1.707.20 B38 TRANSVERSE MARKINGS,THERMOPLASTIC,STOP LINE,24 LFT 0 5000 5000 B4B PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC,LANE EACH 0 50.00 $0.00 INDICATION ARROW 958 PAVEMENT MESSAGE MARKINGS,THERMOPLASTIC,WWRD EACH 0 S0.00 $0.00 (ONLY) 968 SNOWPLOWABLE RAISED PAVEMENT MARKER EACH 17 S74.00 61,258.00 97B UNE,THERMOPLASTIC,SOLID,YELLOW.81N. LFT 908 51.41 $1,280.28 LINE,THERMOPLASTIC,BROKEN,WHITE,BIN,3FT STRIPE- 9BB 3FT GAP AFT 0 50.00 $0.00 998 LINE,�ERMOPLA3TIC.BROKEN,WHITE.121N,3FT STRIPE- LFT 361 S9.34 53,558.54 3FT EXHIBIT A BID-4a IN2004.0222.PHI.FE.DOC ITEM6®BID ALTERNATE B CARMEL PROJECT NO.0842 DESCRIPTION: Tame Rood:13181 Street to 148lh Street 4212008 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL TRANSVERSE MARKING.THERMPLASTIC,CROSSWALK LINE, LFT 840 54.25 52.720.00 1008 WHITE.24 IN 1018 PAVEMENT LA MESSAGE MARKING, EACH B $345.00 f2,780.00 FISHHOOK LANE INDICATION ARROW 1028 TRANSVERSE MARKING.THERMOPLASTIC.SHARKS TEETH' LFT 1000 5825 $8,250.00 103B SHRUBS,24 IN. EACH 0 $0.00 50.00 104E DECIDOUS TREE.1 12 IN. EACH 0 $0.00 50.00 105E DECIDOUS TREE.2 12 IN. EACH 0 50.00 $0.00 108E DECIDOUS TREE.2 IN. EACH 0 50.00 $0.00 107E PERENNIALS EACH 0 '50.00 $0.00 1088 GROUNDCOVER EACH 0 $0.00 50.00 109B FIRE HYDRANT.RELOCATE EACH 5 $2,540.90 512.704.50 110E VALVE BOX.ADJUST TO GRADE EACH 18 $388.75 58.188.00 111E FIRE HYDRANT.ADJUST TO GRADE EACH 7 52,037.89 $14.285.23 112E CURB BOX.ADJUST TO GRADE EACH '3 $480.89 51.382.07 1138 MANHOLE,J4 EACH 0 $0.00 $0.00 1148 PIPE,REINFORCED CONCRETE,381N. LFT 0 $0.00 $0.00 1158 INLET,RELOCATE EACH 4 $89527 52.781.08 1188 LINE.REMOVE LFT 0 $0.00 50.00 1178 TRANSVERSE MARKING.REMOVE EACH 0 $0.00 $0.00 118E STEEL CONDUIT,GALVANIZED.2 IN. LFT 890 515.00 513,350.00 TOTAL ALTERNATE BID"B": $1,589,215.97 SUBMITTED BY: Calumet Chill Contractors,Inc. SIGNATURE: .0- �� Kevin S.Green T LE: President ADDRESS: 4898 Fieldstone Drive Whltestown.IN 46075 EXHIBIT A BID-4a IN2004.0222,PH DOC