HomeMy WebLinkAboutBid information and bid packets apr11L9 rc felt (bh WHS
1Osill1101.17,H1
.Zelp.11,>"I PIInLCI
[-QI-Zt-C JI II I!.0 aellepinosi1
ulcapa ei3lrisnpvnd 0111 pallllu Dieu enSpot:IlIUOmilln.tu301pIn_6Y.lutI50q.ellill pHs:II IImLll puoneuallm'bill ill
10ylbad5 e10 ued 0I 10■1011m m:UV°an11Im eun1e11011es spin 1111 puu nee 1101100.Jo pHs leered II 1180 o:pRnlaral 10010/1/11
<1pwi3 -:mood pies 3nlmll le11,:Ile Pehl I pu 111 nmm:u 111:tI lusndnn3..mspry plus p1,?c.rP(O1).CON:1110111 moue MI JO
110(1011 II.IUI epeodaid sP14 erSue pulp nnHI::np Nee bsa F1np:y pm:s1"'AV AI,14upp>P10n1J pu115)mu upsodo111 ill
yelp elunmpal JOJ pas Hop awl ems011ol sdcp(OE][Pep Jo.pup 511e wytlns p:Irnlnld Io VIII 61055 '' nro.(10 n,pp1g oN
'01010111.101.111
s.nnl(3t)plde.CPnp:seep IY 1 tbt-ILL 1 L 1 L)le',Nu()5 0100131111'pew uecppi: to ail 61"011 la pea aselld„Igvw 311 trade
pull:wend.111 10114.1aJ11"0 11111n0J.gl pane of 8 u:Amid swoop:nip:I pOddeal pwn[Sip pnpn00 alnneprnwuoaou ui10xdsaol[
'.V alepnllm Um II au01a00u pep-rud owl. vanaIaJuue pill-.led owl[In0NU(PI pan.wl an:slopplq aApna:No.n[11y
(pEraIrL 000)1)01101 Ilul 11117pr lout4 put awl 11n"•wry 00.1117):111 III 011111 Imo] Hilt 4011I lu A 111Z'1.01101V`r0 plane,nn
k'Ry 09111015 plow ionodvu.rn110 punwl10uuw116al Rnlpplw 0.p 90af0l,p owllu Ilopeell 11)1101.OuentIuce 1:111-oddV
pvmlely fOL0Id-111111 papnlpul pun 5-'51-S'7 1 eyed Anullp.I:mn m aep luauo,70fi:VL,uuliamiscop
1OILIulo7091 Sy Pnnuunlap Iu50:511'0 111111.1 pagposald Henna awl 101119101?g uul hews el[w,1 OI[!t0.I 1011101lA1
1;Im13J0 111!3 alp iq pnpu OIl Ills po4PA sel
'rnewno0(l launuq)puu.. slupJ'1101 OJOpdw00u1 vo 001101101 III Feeadmd sprywell"15AI11.m s.111i;ull J0 wed
5Nm
01p 011111510 Hews puu 5111:11111,13(1 101,11114C)1/11U sdIlIO:np Jo nos olnldl ieo pinlmp0 01111 ria11110Ip a uv 1:II"es fnIP?1
:11wI:pIII11ap
-11011 OIL SW,"1"an J 10011(n)lo 0Pin0 pun:"1IOIILCud I IY ;4 S.L_10uOOul p111111>s oa0 01 elgel11d 10000¢,arynil Ili li d`111-11
Fl SAC)OPL 500110 S9 ay]Awl 111onn(Ie,{ Ina0.r s-pill apnpw sus,sell; 105lpup0�I)c5Jo plaelncd alp n,dn`AyHp:
s3wa,
Inl01s SF0Ippe 0111 01 01JmlN1iI NA:Ape5m)a up I>aupeu o bg ten111 slnwurw Iaalropd pill•.SRulOmp wonsJo sou 103
'g 7311'PndeoN 1110..E w111:
;SS I'011L 16IP) CL09Y NL I LAID
L0191'NI"em'e.)yoar,7 a.mnhg afar)one
1P0 Unmwig Ll PE antiµ[-'up, Bird 10 mourped?(1
7,1'S yamRlyl FnuAssoi3 I111013to J1!
m"1?nI fin11u"lo{0111 101a1111m50 sI.S1.101
.trdilImLIVIII!-".101110511:1.[0mv•IU1111131i 177[I pnnuga111)e""pmw111015I 110011 011,11 pa(gN nut'(J suw1111uOJ 011,"(103
unupunrnn 3JCl I I panuoj tad Sonumwl Ipm-y`yldap 3W 059.1 pr ICOL.100U!1 L I L Slopl0U5wddt{0 1O"0pmsm
111101111'115[00101]0111 59151 paplpm 0511-u uwripuisp!Illslg 11 nrp pn'apw5:I+o010,110111,n Jo iunwlxnfpa'uopopulslu
n 1
apIpul LIK"!"OS IlnMw:rill:1 ""!WIelSII 1pw.dd"aapp 01'110110'.81191111011!':IAeanS 111111,epls Hupp!:ollt ill:LN)aang
1115 10 0 110 111)011 1111 01011 50111 ORI011eO snolyedlo 91111111 511111011 110!..5 Z 1 Jo 100 1 Zit 10 110 1)n"Enlra11
:141.I!01CI{oI 0m'm P01Nm.Clu12s000oo 1011 1:1 In"j0 SI5611 01.,0i.vd'w.1.
pup op 0pu11I m plasm
III 1111n??III 1.11.til-110F1 l' "101'1011,u110g 111111 IpLUDtp DDn0lu141911 e IIw1111110,011100 unn0IIIsuo0 I:111111 nll(I wvd.1.pue Si
pm:deed o0[15119 JPpplg 11100111111.•O111IIO11n,g11511,101 a:pOPUa ay plops s1LICI11p 40151 He}011010n"snua 1111110111/111 p0p1elnl
01111 b>pp11p plRTx`enp alp311101nlp11 rg 011111 pan,Pahl 11101w(nd puu 0mn�nuoJnll()Limn])111)0111 pedpunw 01111 V 0111 10120
15101 WPmnpu 04 anal 'IS 11111/1/0111 Ja(960111mrmad 1101 0591 SE`RI loll m10m1n:110 m par pall"IOO.m puny pal v
..i1.1'Ine,151111111:i N 1.10'1•'515-.mall Y o.xO.l.PIO-90-(IN-41111..1 .10'5 alp 0.11111 EMU PM"'
NI:cm::adupnno pry awl. 1:Impn1)o nn1115 aql.Gl l'.111"11,” n+uPIW nOIEIp0a-Im11 0111 apnp":11!01 loll] 1;uonrmu10-0111
1)110 1195 091 Ippx papeoiJ 01111■1 p::ndnnl 0111 III!pw600 W npo10Idw0O puu 5[Iad01d.1 peps s ptsodad pm:14)'y IN
Ihni131i:al In'A spun ale!0 V 11011`1113 Jo F005ll012w 1p0Inu3.lip
m pole pool pled pmedo.(1159151?.I 111,1 spit pops'w1G,iwus,111 u11 Rmpar;1111031 8nunp Jet'1nm111
olgc,plAu d Ae 1111111.111 snmuaw:ma ale`p l IlZ'L J111I•h:ps?np+1(125909.lo 110 a1ul1111.51'm-0.011111 1 P111'(loin I.(111)
enelplw}0.w Ie3:000115 of au{`�I?��nna.11 71011)O'lll0"Nut,O'1)ill„IooLii,l..lnLPasop aecgv alp 1:J spill 50511511.15500.1
11110 L1iUi Ul'6110J nolIun:l l•ImwU3 to,C1!70111-114.1101015 11111'1loAt'114^11.I'1111011 DIII PHI 110M3.tgaiaw 5130"005
:t5 U '1S'1)L"l;IN We.11ti I11.5-^•'111'^°°11,1110-911'EIN I0atu0,1
FUVI(IS:1`171UN50s11I A.1 1
Li3i.LON(1171
PUBLISH EJiS APHI DAVIT
State of Indiana
ss:
Hamilton County
Personally appeared before 1110, a notary public in and for said county and state, the
undersigned Tim Timmons who. being duly sworn. says that he is Publisher of The Times
newspaper of general circulation printed and published in the English language in the city
of Noblesville in state and county afore-said, and that the printed matter attached hereto
is a true copy, which was duly published in said paper for 2 time(s), the date(s)of
publication being as follows:
4/17/2014
4/24/2014
Subscribed and sworn to before Inc this Thursday, April 24. 2014.
Notary Public
My commission expires: 05/28/2020
Jennifer Louise May
Resident of Marion County
Publisher's lee: $94.20
JENNIFER LOUISE MAY s s
Notary Public-Seat
t State of Indiana >'
My Commission Expires May 28.2020
\• I 71,511R
The Times Invoice
641 Westfield Rd.
Noblesville, IN 46060 Date Iruaicet*
4/24/2014 TL 5118
Bill To
Cannel Engineering Department
One Civic Square
Carmel IN,46032
ATTN: Katie Neville
Description Qty Rate Amount
Notice To Bidders (Old Town Alley) $94.20 $94.20
Ad Ran:
4117/2014
4/24/2014
•
•
PLEASE INCLUDE YOUR INVOICE NUMBER(TL5118)ON YOUR
CHECK WHEN MAKING A PAYMENT
Subtotal $94.20
Total $94.20
Balance Due $94.20
•
Prescribed by Stale Board or Accounts Gzneral Pram No,09P(Rev.2000A)
Carmel.Engineering Depart..ment co The Tlrnes
cc 641 Westfield Rd.
w (Governinenlal Unit)
Noblesville, IN 46060
ZHamilton County,Indiana
LIJ
PUBLISHER'S CLAIM
LLI
a LINE COUNT
Display Master(Must not exceed two actual fines, neither of which shall
p total more than four solid lines of the type in which the body of the
advertisement is set)—number of equivalent lines
Head—number of linos •
›- Body—number of lines
CL Tail--number of lines
u Total number of lines in notice
2
V
Q
COMPUTATION OF CHARGES
52 lines.,.3 columns wide equals 155 equivalent lines at 0.6039
cents per line $94.20
Additional charges for notices containing rule or tabular work(50 per cent
of above amount) -._$0.00
Charge for extra proofs of publication($1.00 for each proof in excess
of two)
TOTAL AMOUNT OF CLAIM ...........$9420
............
DATA FOR COMPUTING COST
Width of single column in picas 94090 Size of type ' point.
Number of insertions 2
Pursuant to the provisions and penalties of IC 5-11-10-1, I hereby certify that the foregoing account is
just and correct,that the amount claimed is legally due,after allowing all just credits,and that no part of the same
has been paid.
I also cedify that the printed matter attached hereto is a true copy, of the same column width and type size,
which was duly published in said paper 2 limes. The dates of publication being as follows:
4,1712014 4/2402014
. Additionally, the statement checked below is true and correct: - -
Newspaper does not have a Weh site.
..X.. Newspaper has a Web site and this public notice was posted on the same day as it was published in
the newspaper.
Newspaper has a Web site,but due to technical problem or error,public notice was posted on
Newspaper has a Web site but refuses to post the public notice.
Date Thursday,April 24,2014 Title... Legals Advertising
TL 5118
•
!94T r zv,t) y
Company Amount Alternative Alternative
(;, /5,e5 -t' 1355z1-2:
16/ 9erz) / /5kb
&v/Y/ y 64157706-77(m) /l79 ) 2 053
NOTICE TO 1311)l)ERS
City of Carmel, Indiana
Notice is hereby given that the Board of Public Works and Safety for the City of Cannel.
Hamilton County. Indiana will receive sealed bids for the "Old Town Alley — 5°' Street NE to 7'h
Street NE Project" at the office of the Clerk Treasurer, One Civic Square, Cannel, Indiana (City
1-Iall) until 10:00 a.m. Local Time on or before Wednesday, May 7, 2014, and commencing as
soon as practicable thereafter during the Board of Public Works Meeting on the same date. Such
bids will be publicly opened and read aloud in the Council Chambers of City ]-Hall. No late bids
will he accepted.
All bids and proposals shall be properly and completely executed on the proposal forms provided
with the plans and specifications, which will include the non-collusion affidavit as required by
the State of-Indiana. The bid envelope must be sealed and have the words "1311) —413-06 —Old
'foes n Alley—Sth Street NE to 7th Street NE."
A bid bond or certified check in an amount not less than ten percent (10%) of the amount bid
must be submitted with each bid. A one hundred percent (100%) performance and payment
bond will also be required of the successful bidder. It is intended that actual construction of all
work divisions shall be started as soon as practicable, and each bidder shall he prepared to enter
promptly into a construction contract, furnish a performance bond, and begin work without delay
in the event the award is made to him.
The Project consists of, but is not necessarily limited to, the following:
The construction of 712 feet of 12 feet wide porous asphalt or pervious concrete alley from the
north side of 5`" Street NE to the south side of 7111 Street NE. including concrete drive approach
installation l replacement, sanitary manhole installation.adjustment of water valves to grade, and
drain basin installations. Also included within the project will be the installation of
approximately 713 linear ion of varying depth, 8-inch diameter, perforated HDPE underdrain.
Contract Documents for the Project have been assembled into one bound project manual, which
together with drawings, may he examined at the following locations:
City of Carmel CrossRoad Engineers, PC
Department of Engineering- 1st Floor 3417 Sherman Drive
One Civic Square Beech Grove, IN 46107
Carmel, IN 46032 (3 [7) 780-1555
Attn: frent Newport, RE., L.S.
Copies of such drawings and project manuals must he obtained from CrossRoad Engineers at the
address stated above, upon the payment of $50 for each set. These sets include full-size
drawings. Payment must be by check. NO CASH ACCEPTED. Make checks payable to
CrossRoad Engineers, PC. All payments and costs of Contract Documents are non-refundable.
Bidders shall assure that they have obtained complete sets of drawings and Contract Documents
and shall assume the risk of any errors or omissions in bids prepared in reliance on incomplete
sets of drawings and Contract Documents.
This Project will be funded by the City of Cannel.
Wage rates for the Project shall not be less than the current prescribed scale of wages as
determined by the Common Construction Wage Committee in accordance with 1.C. 5-16-7 and
included in the Project Manual.
A pre-hid conference for discussions of the project; the bidding requirements and other
important matters will he held on Tuesday, April 29, 2014 at 10:00 a.m. local time in the
Caucus Room on the 2nd Floor of City Flail (One Civic Square). All prospective bidders are
invited to attend the pre-hid conference. The pre-bid conference is not mandatory.
For special accommodations needed by handicapped individuals planning to attend the pre-hid
conference or public hid opening meeting, please call or notify the city of Carmel; Engineers
Office, at (317) 571-2441 at least forty-eight (42) hours prior thereto.
No bidder may withdraw any bid or proposal within a period of thirty (30) days following the
date set for receiving bids or proposals. The Cannel Board of Public Works and Safety reserves
the right to hold any or all bids or proposals for a period of not more than thirty (30) days and
said bids or proposal shall remain in lull three 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-I 2-2.
Diana L. Cordray
Clerk-Treasurer
Publication dates: Thursday, April 17, 2014 and Thursday, April 24, 2014
1 ..
r
1
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelope.
I
Company: /-Aphrzl .- PavJ no Co- fc- •
Project Name: old Town Alley Projec+-5+hs+.NE h31rIS+.NC- 3-64
Date Submitted: May y , a.0 Li
Base Bid
Amount: I :3 S, 3.3a. 8
Alternate Bid
Amount: H C1 ,5 11- co i
r
M
Local Preference Law
I am claiming Local Preference (Circle One) YES NO
(All required documentation will be required in a post-bid submittal)
Ii
m
II
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
Instructions To Bidders:
This,form shall be utilized by all Bidders. Except as otherwise specifically provided, all parts
shall be fully and accurately filled in and completed and notarized.
Project: Old Town Alley Project-
5 Street NE to 7` Street NE
Project #13-06
The constriction of 712 feet of 12 feet wide porous asphalt or pervious
Proposal For Construction of: concrete alley from the north side of 5'"Street NE to the south side of 7th
Street NE,including concrete drive approach installation I replacement,
sanitary manhole installation,adjustment of water valves to grade, and
drain basin installations. Also included within the project will be the
installation of approximately 713 linear feet of varying depth,8-inch
I I diameter,perforated HDPE underdrain.
Date: !!c.v `t`
To: City of Carmel, Indiana, Board of Public Works and Safety
•
131D-I
PART I
BIDDER INFORMATION
n (Print)
1 . 1 Bidder Name: G`Dbc? rtsPka_1f Pa v ngiaCo Enc. •
1 .2 Bidder Address: Street Address: UL,4 F. 20th
City: tncdpls1 State: tNt Zip: LI lnozl �l
Phone:u�l I S(n�f- 4 N Fax: 3I1 —Sr. -9a1 1
1.3 Biclder is alan [mark one/
Individual Partnership A Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 /The fn/icni;ing 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 will! the City of Cannel.
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23: 19.X8'.1
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name: •
Address:
13[D-2
ii
tlPART 2
BID PROPOSAL
U2.1 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
jf) Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
t the Contract Items as stated in Part 3 hereof(Itemized Proposal), which Unit Prices, when
,t
multiplied byI estimated unit quantities for such Contract Items, total Onrjllu,viir'AThirly-�i+e
1,01,cn nCY T�rrP (Au nrlrer{ IA Iriti nvrl R'1-Dollars ($ 1 3c, "?3,Q• 8.2 ).
OfJI 2.2 Alternate 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(Alternate Items), which Unit Prices, when
9
multiplied by estimated unit quantities for such Contract Items, total f„ N,.,,drxl for-y-nine
Tlpicanri1.yeii ,wl red Rarhl-l-wo and. "Yloo— Dollars ($ I`f9 sL.M.v4 ).
2.3 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 also 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. The Bidder further
understands that a Contract may be awarded by either evaluating the Base Bid alone or
by evaluating the Base Bid in combination with the Alternate Bid if the Owner wishes to
execute.
Ii
1l
11
BID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Base Bid Itemized Proposal
(13-00_01d Town Alley -5th Street NE to 7th Street NE
Item Quanti
# Item ty Unit Unit Cost Total Cost
I Mobilization/ Demobilization I LS 0,5-00. co (0(500.0 0
2 Maintenance of Traffic I LS 1 ,Ton, 'S0 I `Time 00
3 Clearing Right of Way I LS IA 50. °O l )50, oo
4 Common Excavation 563.5 CYS Iy, '3O I g,S(R I. Slim
5 PCCP for Approach, 6 IN. 24.25 SYS I Q( .45 c8 av
6 Compacted Agg. No. 53, Base 8.33 TON 59 93 999 as
7 Porous Asphalt Surface, 4" Depth 8,545 SFT 3, k5 32 S9 Se. aS
Aggregate for Porous Pavement,
8 #8 Washed Stone. 6" Depth 317 TON as. ,.O►lo. 93
Aggregate for Porous Pavement,
#2 Stone,
9 12" Depth 717 TON 1 'l. 13 I a, -1 gy, t t
10 Nonwoven Geotextile Fabric 1,422 SYS I ,4$ 428 I o 1. 5-4'
8" Double Wall Perforated HDPE
I I Underdrain 829 LFT q, 8 (er-sii I $a . °i3
12 8" SDR 35 PVC 100 LET 1 4a, °° I t L200 o0
13 Nyloplast Drainage Structure, 12" 20 EA 06. °`) 13, y 00'°°
14 Mechanically Core Structure I EA 11360,61' 1 t GO e n
15 Concrete Slopewall 2 EA y q3.°° g Via, °C)
16 Water Valve, Adjust to Grade 2 EA I St," 3 la o0
17 Sanitary Manhole I EA (4.,500.°° to . •t'). °O
18 Nursery Sodding 502 SYS ( N 00 ;t Da R °0
19 Topsoil (Undistributed) 502 SYS ,, 70 �3 .1 b.1 l 3, 40
20 Erosion Control Measures I LS 5°2 00. 00 5:,200, °°
Total Base Bid Itemized Proposal f /36133g
BID-4
Alternate Bid itemized Proposal
(13-06) Old Town Alley- 5th Street NE to 7th Street NE
Item Quant
# Item ity Unit Unit Cost Total Cost
A-I Mobilization/ Demobilization 1 LS (r, 0O,00 0{5.00 .00
A-2 Maintenance of Traffic I LS I ,SOO,o° ( i SO O . ° °
A-3 Clearing Right of Way 1 LS ) 1,r2 5 c O f t c2.5-0 °,
A-4 Common Excavation 563.5 CYS "N . 3ro i c1 ("I , S.tO
A-5 PCCP for Approach. 6 IN. 24.25 SYS IO(°. '' 0, 5' 8tv. d4'
A-6 Compacted Agg. No. 53, Base 8.33 TON s , 413 Lig9 Ja
Pervious Concrete Pavement, 6" _
A-7 Depth 8.545 SET ;],441 St), -15- 7.3°
Aggregate for Porous Pavement,
A-8 #8 Washed Stone, 4" Depth '11 TON ,,70, 70 LI g(07, 7n
Aggregate for Porous Pavement,
#2 Stone, i r
A-9 12" Depth 717 TON f I. 8 I a , -is-LC .
A-10 Nonwoven Geotextile Fabric 1,422 SYS ) , *a ,2t I Ot-I . Stn
8" Double Wall Perforated FHDPE
A-1I Underdrain 829 LFT q. .e7 �', I ga. 23
A-l2 8" SDR 35 PVC 100 LFT 1 to, °n i to CO. co
A-I3 Nyloplast Drainage Structure. 12" 20 EA 101 O, 0O 1 3,99 0O, °0
A-14 Mechanically Core Structure I EA I 1 &0 00 1 , bO e
A-15 Concrete Slopewall 2 EA LI4{3 °° WWI Co
A-I6 Water Valve, Adjust to Grade 2 EA I >r(v c o S U o 0
A-17 Sanitary Manhole I EA _/,15()0, vU (A ,TOO, c b
A-I8 Nursery Sodding 502 SYS j ot+ I OAR CO
A-19 i Topsoil (Undistributed) 502 1 SYS ' W 70 '� 2 V?, VO
A-20 , Erosion Control Measures I LS i $, a OD, c`) 5' rg DO, e a
Total Alternate Bid Itemized Proposal l Li q15-901.4
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.
42 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
5 -a - ILI
131D-6
•
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
I)ocwnents in Section 5.3 of this Part.
5.? 13iilder is cautioned that any exception taken by Bidder and deemed by OWNER to he a
material qualification or variance from the terms of the Contract Documents may result
in this Hid being rejected as non-responsive_
5.3 Ecceptions:
Nan
•
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.
Company:
Calumet Civil Contractors, Inc.
Project Name:
Old Town A1lej'roject 13-06
Date Submitted: May 7, 2014
Base Bid
Amount: $141,900.00
Alternate Bid
Amount: $161,390.00
Local Preference Law
I am claiming Local Preference (Circle One) YES e
(All required documentation will be required in a post-bid submittal)
u9
a .P
\ r.,
AA }.
Qpp ,
aTe
II
A
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Ins/ructions '10 Bidders:
This form shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall he fully and accurately filled in and completed and notarized.
Project: Old Town Alley Project-
5th Street NE to 7` Street NE
Project #13-06
The construction of 712 feet of 12 feet wide porous asphalt or pervious
Proposal For Construction of: concrete alley from the north side of 5"'Street NE to the south side of th
Street NE, including concrete drive approach installation/replacement,
sanitary manhole installation,adjustment of water valves to grade,and
drain basin installations. Also included within the project will be the
installation of approximately 713 linear feet of varying depth,8-inch
diameter, perforated 1-IDPE underdrain.
Date: May 7, 2014
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
PART 1
BIDDER INFORMATION
(Print)
I.] Bidder Name: Calumet Civil Contractors, Inc.
1.2 Bidder Address: Street Address: 4898 Fin dstone Drive
City: Whitestown State: IN Zip: 46075
Phone: (317) 769-1900 Fax: (317) 769-7424
3
•
Bidder is a/an frnark one/
Individual Partnership x Indiana Corporation
Foreign (Out of State) Corporation; Slate:
Joint Venture Other
1.4 /The following must be answered if the Bidder or any of its partners or joint venture
par/it-iv is a loreivrn corporation. Note: Tel do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State al-Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Auornep General's Opinion #2. dated,January 23. I958.f
.I Corporation Name:
.2 Address:
.3 Dale registered with State of Indiana:
.4 Indiana Registered Agent:
•
Nurse:
Address:
•
B1D-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(Itemized Proposal), which Unit Prices, when
multiplied by estimated unit quantities for such Contract Items. total One Hundred Forty
One Thousand Nine Hundred and 00/100 Dollars ($ 141,900.00 ).
2.2 Alternate 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(Alternate Items), which Unit Prices, when
multiplied by estimated unit quantities for such Contract Items, total One Hundred Sixty One
Thousand Three Hundred Ninety and 00/1.00 Dollars ($ 161 ,390.00 )
2.3 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 he
construed as exact or binding. The Bidder also 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. The Bidder further
understands that a Contract may be awarded by either evaluating the Base Bid alone or
by evaluating the Base Bid in combination with the Alternate Bid if the Owner wishes to
execute.
131 D-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to he used only,for Bidding on
Unit Price Contracts for the Contract !teats shown]
Base Bid Itemized Proposal
(13-06) Old Town Alley - 5th Street NE to 7th Street NE
Item Quanti
Item ty Unit Unit Cost Total Cost
1 Mobilization / Demobilization I LS 6,500.00 6,500.00
2 Maintenance or Traffic 1 LS 6.993.00 6,993.00
3 Clearing Right of Way 1 LS 7,503.50 7,503.50
4 Common Excavation 563.5 CYS 36.00 20,286.00
5 PCCP for Approach. 6 IN. 24.25 SYS 140.00 3,395.00
6 Compacted Agg. No. 53, Base 8.33 TON 50.00 416.50
7 Porous Asphalt Surface. 4" Depth 8,545 SET 3.00 25,635.00
Aggregate for Porous Pavement,
8 #8 Washed Stone, 6" Depth 317 TON 22.00 6,974.00
Aggregate for Porous Pavement,
#2 Stone,
9 12" Depth 717 TON 16.00 11,472.00
10 Nonwoven Geotextile Fabric 1,422 SYS 1 .50 2, 133.00
8" Double Wall Perforated I-IDPE
II Underdrain 829 LFT 10.00 8,290.00
12 8" SDR 35 PVC 100 LFT 18.70 1,870.00
13 Nyloplast Drainage Structure, 12" 20 EA 900.00 18,000.00
14 Mechanically Core Structure I EA 1,000.00 1,000.00
15 _ Concrete Slopewall 2 EA 1 ,000.00 2,000.00
16 Water Valve, Adjust to Oracle 2 EA 450..40__ 900,00
17 Sanitary Manhole I EA 3,500.00 3,500.00
18 Nursery Sodding 502 SYS 5.00 2,510.00
19 Topsoil (Undistributed) 502 SYS 11.00 5,522.00
20 Erosion Control Measures 1 LS 7,000.00 7,000.00
Total Base Bid Itemized Proposal $141 ,900.00
cvy
0, `
BID-4
° , e95t vw
i
-
Alternate Rid Itemized Proposal
(13-06) Old Town Alley -5th Street NE to 7th Street NE
Item Quant
# Item its Unit Unit Cost Total Cost
A-1 Mobilization/ Demobilization I LS 6,500.00 6.500.00
A-2 Maintenance or Traffic 1 LS 7,500.25 7,500.25
A-3 Clearing Right of Way I LS 7,250.00 7,250.00
A-4 Common Excavation 563.5 CYS 36. 00 20,286.00
A-5 PCCP for Approach. 6 IN. 24.25 SYS 140.00 3,395.00
A-6 Compacted Agg. No. 53. Base 8.33 TON 50.00 416.50
Pervious Concrete Pavement, 6"
A-7 Depth 8,545 SFI 5.45 46,570.25
Aggregate for Porous Pavement.
A-8 #8 Washed Stone, 4" Depth 211 TON 25.00 5,275.00
Aggregate for Porous Pavement.
42 Stone,
A-9 12" Depth 717 TON 16.00 11,472.00
A-U) Nonwoven Geotextile Fabric 1.422 SYS 1 .50 2, 133.00
8" Double Wall Perforated HDPE
A-11 Underdrain 829 LET 10.00 8,290.00
A-12 8" SDR35 PVC 100 LFT 18.70 1,870.00
A-13 Nyloplast Drainage Structure. 12" 20 EA 900.00 1R.000.00
A-14 Mechanically Core Structure 1 EA 1 ,000.00 1,000.00
A-LS Concrete Slopewall 2 EA 1,000.00 2.,000.00
A-16 Water Valve, Adjust to Grade 2 LA 450.00 900.00
A-17 Sanitary Manhole I EA 3,500.00 3,500.00
A-18 Nursery Sodding 502 SYS 5.00 2,510.00
A-19 Topsoil (Undistributed) 502 SYS 11 ,QO 5, 522.00
A-20 Erosion Control Measures 1 LS 7 ,000.00
Total Alternate Bid Itemized Proposal $16.1 .390.00
1310-5
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 DATE
One Mayu2, 2014
Two May 5, 2014
BID-6
PART 5
EXCEPTIONS
Instructions To kidders:
5,1' The Bidder shall filly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.3 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
motor-lair qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5,3 Inceptions.
None
131D-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.
Company:
V'✓tQActiGy
Project Name: C e_a Ac - - S tS-7 r t;,72 s- .
Date Submitted: 6Acty 7, 7o i+
Base Bid / c 7( 9 co 00
Amount:
Alternate Bid 22720-5
Amount:
Local Preference Law
I am claiming Local Preference (Circle One) YES NO
(All required documentation will be required in a post-bid submittal)
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
Ad!be Jolly and accurately filled in and completed and notarized.
•
Project: Old Town Alley Project-
51h Street NE to 7` Street NE
Project#13-06
The construction of 712 feet of 12 feet wide porous asphalt or pervious
Proposal For Construction of: concrete alley from the north side of 5t Street NE to the south side of 7`h
Street NE, including concrete drive approach installation/replacement,
sanitary manhole installation,adjustment of water valves to grade,and
drain basin installations. Also included within the project will be the
installation of approximately 713 linear feet of varying depth, 8-inch
diameter, perforated HDPE underdrain.
Dale: / V k-7 7 7-O 14-
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
PART 1
BIRDER INFORMATION
� (Print)
�//f}
1 .I Bidder Name: UV�Q2Pr- e- Cc is-r craJ, 7'L-C.
1.2 Bidder Address: Street Address: ( J. St itov //
City: s . State: .1 Zip: `t6 2°I
Phone: 3t7-3S6 -BLS° Fax: 30 ' 'CSC-9'253
1.3 Bidder is a/an [mark one]
Individual Partnership `V Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
I .4 /The following must he answered if the Bidder or any of its partners or joint venture
parties is (I foreign corporation.. Note: To do business in or with the City of Cannel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General s Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2
PART 2
BID'PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof(Itemized Proposal), which Unit Prices, when
multiplied by estimated unit quantities for such Contract Items, total
Out /3,-',Lta /JI V &,„, j7touinic1 7J,.,re Dollars ($ j ct�, 900.0O ).
`J
10�+
2.2 Alternate 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(Alternate Items), which Unit Prices, when
multiplied by estimated unit quantities for such Contract Items, total
7-64-1° 4`"")"-J 'rat Se,,..a 711"sn.I5 Rriy71,.cc Dollars ($ 223 053.00 ).
2.3 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 also 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. The Bidder further
understands that a Contract may he awarded by either evaluating the Base Bid alone or
by evaluating the Base Bid in combination with the Alternate Bid if the Owner wishes to
execute.
13ID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown/.
Base Bid Itemized Proposal
(13-06) Old Town Alley - 5th Slreet NE to 7th Street NE
Item Quanti
Item ty Unit Unit Cost Total Cost
I Mobilization / Demobilization I LS
2 Maintenance oITraffic I LS
3 Clearing Right of Way I LS
4 Common Excavation 563.5 CYS See
5 PCCP for Approach, 6 TN. 24.25 SYS 411117-(A£n
6 Compacted Agg. No. 53, Base _ 8.33 TON
7 Porous Asphalt Surface, 4" Depth 8,545 sin
Aggregate for Porous Pavement,
8 #8 Washed Stone, 6" Depth 317 TON
Aggregate for Porous Pavement,
112 Stone,
9 12" Depth 717 TON
Ill Nonwoven Geotextilc Fabric 1,422 SYS
•
8" Double Wall Perforated HDPE
II Underdrain 829 LFT
12 8" SDR 35 PVC 100 LFT
13 Nyloplast Drainage Structure, 12" 20 EA
14 Mechanically Core Structure I EA
15 Concrete Slopewall 1 EA
16 Water Valve, Adjust to Grade 2 EA •
17 Sanitary Manhole I EA
I8 Nursery Sodding 502 SYS
19 Topsoil (Undistributed) 502 SYS
70 Erosion Control Measures I LS
Total Base Bid Itemized Proposal
BID-4
Morphey Construction, Inc.
1499 N. Sherman Dr.
Indianapolis, IN 46201
Old Town Alley
Item Description Bid
Number Qty Unit Unit Total
1 MOBILIZA770N AND DEMOBILIZA77ON 1.001.5 10000.00 10000.00
2 Maintenance of Traffic 1.00 LS 3000.22 3000.22
3 Gearing 1.00 L5 10851.00 10851.00
4 Common Excavation 56150 CY 100.00 56350.00
5 PCCP for App. 6" 24.25 SY 130.00 3152.50
6 Comp Agg #53 Base 8.33 TN 66.00 549.78
7 Porous Asphalt Surface 4"deep 8545.00 SF 2.30 19653.50
8 Agg for Porous Pvmt#8 washed stone 6"deep 31700 TN 40.00 12680.00
9 Agg for Porous Pvmt#2 washed stone 12"deep 71700 TN 29.00 20793.00
10 Non woven Geotextile Fabric 1422.00 SY 2.00 2844.00
11 8"Double wall Perforated HOPE Underdrain 829.00 LF 24.00 19896.00
12 8"SDR35PVC 100.00 LF 25.00 2500.00
13 Nyloplast Drainage Structure 12" 20.00 EA 500.00 10000.00
14 Mechanically Core Structure 1.00 EA 300.00 300.00
15 Concrete slopewall 2.00 EA 400.00 800.00
16 Water Valve Adjust to Grade 2.00 EA 1000.00 2000.00
17 Sanitary Manhole 1.00 EA 10000.00 10000.00
18 Nursery Sodding 502.00 SY 10.00 5020.00
19 Topsoil(undistributed) 502.00 SY 5.00 2510.00
20 Erosion Control Measures 1.00 LS 5000.00 5000.00
197900.00
Alternate Bid Itemized Proposal
(13-06) Old Town Alley - 5th Street NE to 7th Street NE
Item Quart.
Item ity Unit Unil Cost Total Cost
A-I Mobilization / Demobilization I LS
A-2 Maintenance of Traffic I LS
A-3 Clearing Right of Way I LS
A-4 Common Excavation 563.5 CYS
A-5 PCCP for Approach, 6 IN. 24.25 SYS Artfk,- r3
A-6 Compacted Agg. No. 53, Base 8.33 TON
Pervious Concrete Pavement, 6"
A-7 Depth 8,545 SET
Aggregate for Porous Pavement,
A-8 #8 Washed Stone, 4" Depth 211 TON
Aggregate for Porous Pavement,
tl2 Stone,
A-9 12" Depth 717 TON
A-I0 Nonwoven Gcotextile Fabric 1,422 SYS
8" Double Wall Perforated I-IDPE
A-Il tJnderdrain 829 LFT
A-I2 8" SDR 35 PVC 100 LET
A-13 Nyloplast Drainage Structure, 12" 20 EA
A-14 Mechanically Core Structure I EA
A-15 Concrete Slopcwall 1 EA
A-16 Water Valve, Adjust to Grade 2 EA
A-17 Sanitary Manhole I EA
A-18 Nursery Sodding 502 SYS
A-19 Topsoil (Undistributed) 502 SYS
A-20 Erosion Control Measures I LS
Total Alternate Bid Itemized Proposal
131D-5
Morphey Construction, Inc.
1499 N. Sherman Dr.
Indianapolis, IN 46201
Old Town Alley Alternate #1
ltern Description Bid
Number Qty Unit Unit Total
1 MOBILIZATION AND DEMOBILIZATION 1.00 LS 10000.00 10000 00
2 Maintenance of Traffic 1.00 LS 2999.72 2999.72
3 Clearing 1.00 LS 9000,00 9000.00
4 Common Excavation 563.50 CY 100.00 56350.00
5 PCCP for App. 5" 24.25 5Y 130.00 3152.50
6 Comp Agg#53 Base 8.33 TN 66.00 549.78
7 Pervious Concrete Pavement, 6"depth 8545.00 SF 6.00 51270,00
8 Agg for Porous Pvmt#8 washed stone 4"deep 211.00 TN 30.00 6330.00
9 Agg for Porous Pvmt#2 washed stone 12"deep 717.00 TN 23.00 16491.00
10 Non woven Geotextile Fabric 1422.00 SY 2.00 2844.00
11 8"Doublewall Perforated HOPE Underdrain 829.00 LF 24.00 19896.00
12 8"SDR 35 PVC 100.00 LF 25.00 2500.00
13 Nyloplast Drainage Structure 12" 20.00 FA 500.00 10000.00
14 Mechanically Core Structure 1.00 EA 300.00 300.00
15 Concrete slopewall 2.00 EA 400.00 800.00
16 Water Valve Adjust to Grade 200 EA 1000.00 2000.00
17 Sanitary Manhole 1.00 EA 10000.00 10000.00
18 Nursery Sodding 502.00 SY 30.00 15060.00
19 Topsoil(undistributed) 502.00 SY 5.00 2510.00
20 Erosion Control Measures 1.00 LS 5000.00 5000.00
227053.00
•
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4. I 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
l
/144.,
Gt r s 2-c)
BID-6
PART 5
EXCEPTIONS
Instructions 70 Bidders.:
5.I 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: //
N�nJE
BID-7