HomeMy WebLinkAboutBid Information and Packets NOTICE TO BIDDERS
City of Carmel, Indiana
Notice is hereby given that the Board of Public Works and Safety for the City of Carmel.
Hamilton County, Indiana will receive sealed bids for the above described "Parcel 7C-6,
Ditch Piping and Utility Relocations, Carmel Project" at the office of the Clerk
Treasurer, One Civic Square, Cannel. Indiana (City 1-hall) until 10:110 am Local Time on
or before, ,June 19, 21113 and commencing as soon as practicable therefore on
Wednesda). June 19. 2013. such bids will be publicly opened and read aloud in the
Council Chambers of City 1-fa1l. No late bids will be accepted.
All bids and proposals shall be properly and completely executed on the proposal forms
provided with the plans and specifications, which will include the non-collusion affidavit
as required by the State ol Indiana. The hid envelope must be sealed and have the words
BID-- PARCEL 7C-6, DITCH PIPING AND UTILITY RELOCATION, CARMEL,
A hid bond or certified cheek in an amount not less than ten percent ([0%) of the amount
bid must he 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, hut is not necessarily limited to. the following:
Extension of the existing 12 inch Water Main, Piping of the existing ditch, removal
of existing storm piping under 3'`t Avenue SW, concrete curbs, paver walkway,
asphalt pavement, handicap ramp, concrete pavement, drainage structures and
piping, and coordination of existing utilities from aerial to buried.
PROJECT DESCRIPTION
Contract Documents for the Project have been assembled into one bound project manual,
which together with drawings, may be examined at the Ibllowing locations:
American Structurepoint
7260 Shadeland Station
Indianapolis, Indiana 46256
317-547-5580
Attn: Bob Olson
Marbaugh Reprographics Supply Co., Inc.
(http: wW'.ntarbaugh.com)
801 North Capitol Avenue
Company Amount Alternative Alternative
� Ia 4F�Ry 744/DS(-4 P 5171_-/
'ZETA"'ZETA" — /4Ey 111(e
MTh LG_4)4 XCa VAT,Av Zl S ?
/9-COArs-reo clot 5 ..5-55/330
/e i If
-
ifrurriier
�� 3c746-/
r,,,4 -(,0
NOTICE TO BIDDERS
City of Carmel, Indiana
Notice is hereby given that the Board of Public Works and Safety for the City of Carmel,
Hamilton County, Indiana will receive sealed bids for the above described "Parcel 7C-6,
Ditch Piping and Utility Relocations, Cannel Project" at the office of the Clerk
Treasurer, One Civic Square, Carmel, Indiana (City Hall) until 10:00 am Local Time on
or before,June 19, 2013 and commencing as soon as practicable therefore on
Wednesday, June 19, 2013, such bids will be publicly opened and read aloud in the
Council Chambers of City 1-tall. 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
BID—PARCEL 7C-6, DITCH PIPING AM) UTILITY RELOCATION, CARMEL.
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 he 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:
Extension of the existing 12 inch Water Main, Piping of the existing ditch, removal
of existing storm piping under 3ril Avenue SW, concrete curbs, paver walkway,
asphalt pavement, handicap ramp, concrete pavement, drainage structures and
piping, and coordination of existing utilities from aerial to buried.
PROJECT DESCRIPTION
Contract Documents for the Project have been assembled into one bound project manual,
which together with drawings, may be examined at the following locations:
American Structurepoint
7260 Shadeland Station
Indianapolis, Indiana 46256
317-547-5580
Attn: Bob Olson
Marbaugh Reprographics Supply Co., Inc.
(http: www.marbaugh.com)
801 North Capitol Avenue
Indianapolis, Indiana 46204
(317) 631-1000 Phone
(317) 631-1130 Facsimile
Copies of such drawings and project manuals must be obtained from Marbaugh
Reprographics Supply Co.. Inc at the address stated above, upon the payment of$ 75.00
for each set. These sets may include full-size drawings. Payment must be by check. NO
CASH ACCEPTED. Make checks payable to American Structurepoint. All payments
and cost of Contract Documents are non-refundable.
Bidders shall assure that they have obtained complete sets of drawings and Contract
Documents and shall assume the risk of any errors or omissions in bids prepared in
reliance on incomplete sets of drawings and Contract Documents.
This Project will be funded by the City of Carmel.
Wage rates for the Project shall not be less than the current prescribed scale of wages as
determined by the Common Construction Wage Committee in accordance with
1.C. 5-16-7 and included in the Project Manual.
A pre-bid conference for discussion of the Project, the bidding requirements and other
important matters will be held on Monday,.tune 10,2013 at 11:00 am EST in the
Caucus Room on 211`1 Floor of City Hall (One Civic Square). All prospective bidders are
invited to attend the pre-bid conference. The pre-bid conference is not mandatory.
For special accommodations needed by handicapped individuals planning to attend the
pre-bid conference or public hid opening meeting, please call or notify the City of
Carmel, Engineer's Office at (317) 571-2441 at least forth eight (48) hours prior thereto.
No bidder may withdraw any hid or proposal within a period of thirty (30) days following
the date set for receiving bids or proposals. lie 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 full force and effect during said
period. The City of Carmel reserves to reject and/or cancel any and all bids, solicitations
and/or offers in whole or in part as specified in the solicitation when it is not in the best
interests of the governmental body as determined by the purchasing agency in accordance
with IC 5-22-18-2,
Diana L. Cordray
Clerk Treasurer
NOTICE 11)BIDDERS
City of Car eel,Indiana
Mahe is Imncby punt too the Bnard nfPublic Works rind Safety for
due City of Clench I laailtim CCUUIy,Indiant will meetrescaled bids for
described'P:treel 7C-6.Dinh Piping and Ihilin'Relocations.Cannel
Project-a the 0 Wee of titer Cite k Ticasm n,One C'ir ire Square,Cannel.Indiana
I City Hall,until I fh10;un Local Time on or before,.lone 19,21113 and
commencing as sawn es prriticable dwmflri a on Sirennesllaq June 19.21113.such
bids will he publicly riper ed and lead aloud lu the Commit Clamhem of City
Ilan No Pole bid'will be acccolyd.
All bads and prenuptial shall be pmpcde and completely executed ml the
pmpnsal [ru ins provided wllli Ilse plans and specification:: winch will Mande
the urn-collu,slrm.lflidavil an required by die State of Intliana. The bid con elope
must be soiled acid Ilar'e Fur words IUD—PARCEL 7C d.I1ITC11 PIPISC
AND IITILITV1011.0411t1 1ON,CARSIEL_
A bid la oil or((:tined cheek in an nmourn riel leas thin ten eel end 119",hl
of the rimuum lad nhudl by ohm lied milli end,hid_ :Ann hnnchecl en inn
10096]perform:turn and papuatt bond en]]also he Iequimd nfMc successlid
bidder. It in intended that actual cneernin ion 0f all work die(sinus shall be started
as 30011 a s practicable,and each bidder:hull he in Opined in uutrr elcumi r now
construction contract,furnish a perfanrnmce hood,nncl tiepin work willing&Mid
In Mc mean Flit anal d is made ma him,
-lint Pri icct cousins nit brit is err necessarily limited In.die lallaa.dim
Extension of the existing 12 inch Water Main,Piping of the r'iNIing
ditch,immoral of existing storm piping under 3rd A'cane SW,concrete
orbs.paver n alknan,asphalt paxemen I,handicap ramp,concrete
pa enI.drainege structures and piping.and coordination of exisrine
utilities(rum aerial um Laded.
PRO.l ECU DISCRIr I ION
(Main or lNieumn,a in the Pndeel have been assembled into outbound
project uwnual,which mpctlsnwllll Wow-lugs.gs.nand he-examined at tht Ihllordnp
1',anionr.
A mer[rtn Srrucmrepo rat
72110 S lh adds rid Station
Inrliamgmlin.Indiana 462SP
317-517-5(Sri
Alen Bah trksnn
\hareaugh Reprngraphie'Supply Co„too-
(hltp::nehsanarbmhgh aoml
SC I North Capital Avenue
Indianapolis_Indiana 46294
[317)531-10001"hour
[3171 P3 1-113 Facsimile
Copies nl such dents'[)art and project manuals nurse he obtained from
Maiheugll Kcphnpraplun Soppy'Co,.Inc at the address stated a hone,upon the
Hy mom id S 011 fan each set. These sets may[include fnllsice drawings.
P.0110.111 MUM Ina by clock. .NC)CASH ACCHI'ITU_Slake dlecke patrahle to
Amcsican Fir ectnhyuoinl. All p:pnmuts mud cwt oflamraci Donnncut3 are
11311- 1'mWabl0.
1eliiddcls shall 32101 110 rhal 1hc-rim-c',binned complete eeis ofdmrvings and
connote Daenummni and shall summit Mc risk tit anr snots or nmissiane io bids
prepared in reliance on lr nnpleIe sets of drinker:mud C:vin0ad Dmianmus_
Thin Prajed will he Condom Imihe CIn of Cannel.
Wage races for the l'Bed shall nut lie less than the carom Ireacuihed
scale of-napes a;decennined by the C'omrnon Cup:oldion Wage Committee in
seeardance with
1,C.(-16-7 and included in the Pried Marvell.
A pro laid conference fr discussion of the 1'it rjca.the bidding
mgaucieuts and whir impotreut airmen will he held on llnndun,June 16,2913
at 11:110 aril EST in the Cancan Room nn 2nd Floor efCiro Hail(One Co it
Square)_ All puepeeir a bidders are[anted to attend Ire pre-bid conference. 'Ihe
pre bi 1 c'Ncrocre m not aswdalory.
for,cpecial accommodations needed by handicapped imdividt Os planing
i attend the pie-bid canferencc nl public bad opening mecdng_phase call or
unify the Chu of Cho In _linyinear's OIDce id 13171 571.7441 at least firth night
1181 hours prior then cio.
'20 bidder may'nrhdnnc,ore hid in ernimi ll within 41/01106 of 111i:101301
dam follow ins lie dale set 1hr recenhng bids or proposal v. The Cannel Hoard of
Public Rinks and Satiny reser;es the u[Elie 4r hold auc or all IMP m prupnsals for
a period ofnol more than thirty'130jlove cud shit bide nr proposal shall mnmin
in full fume andclTecl dieing said period_ the Cic,'of Car owl reenters to tier
aotlinr cancel any and all lick,solidrotinns andlnr oilers Imahole or[n pan an
sentifed in the soliduatian rshenl it isnot in the Ica interests oldie poveinmconl
body as ddenrrined by Inc s purehasime aoeocy in accordance whin h IC 222-Ig-2.
Diane I.Cordrn}-
C9erk Treasurer
t1.2 715f .Sd,b S 3r Aapcsslp
/12.: ';,1, I .i
oZO2'BS As{y sar{043 uclsslwwo3 Airy
suslau!!o qqs
leas-sltInd Aty}oN
AVIV 351007 1133rNM3C
-Plotnu;) uucn:l% ,)u gu:gnso}1
ril°4C
as!nuf aa,}unt;1f•
117.07./RF/co uu!sttuunr:+ ifs
wuNP41
ct,
r) •runt; tup,,m'LE. :11 l ,nn 0.0y.uf u: uw•ts pui- 110413:r=gnR
4:I U i.11)N.i
s.nuffv� au ,'"lttacp utrn r:nlgnii
}r, l-rl.rlr.ir .ra t 'r-laitul Inr 1.-pd::d inr:■ to Inni.!Ifind AFT ;Her yrny.0 'C11t1:1 0(1.11 tr .r
(,.ry.u:in:.:•1111;r,i p.■ ur.u3 aril trail pill: (;14:x-tt.n>fe.dunoa puu ayt:)s ut olfls.ggoN Jo
.tIL.t.,ql (II (lla(i}I •)yt au pal(h((ynd ;mu}erlutdd uut(Lein)(IL( 11%10(1(311 40.r.tdeda,you
(-OW( I. 4} lo .10(1-11(1(1,1 -1 ay u:91 -tUS u.n,t,ts= ilnp ;IIi ltl •nger scum(RILL u11_1, rauflts.mgmn
-ILII Hale;- pu an{ puc ui .n1g11d S.u(Eou a out .:iIuf.ay pdAU0thir SW:lit/xa0d
1
:1/1.1:10.) 11011111111(1.1
f
( vuelpuI )n 1[1:1c
.11 \\((11:1..1`;
The Times Invoice
641 Westfield Rd.
Noblesville, IN 46060 Date Invoice#
6/612013 TL 2744
Bill To
City of Carmel -Clerk-Treasurer
One Civic Square
Carmel, IN 46032
ATTN: Sandy Johnson
Description City Rate Amount
Notice to Bidders (Parcel 7C-6) $89.26 589.26
Ad Ran.
5/30/2013
6/6/2013
PLEASE INCLUDE YOUR INVOICE NUMBER (TL2744)ON YOUR
CHECK WHEN MAKING A PAYMENT
Subtotal $89.26
Total $89.26
Balance Due $89.26
�f 1
1
�I PART 2
BID PROPOSAL
14; 2.1 Base Bid
l The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the times)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total T-tte Fcx..e r r e TrActvsavL9
Dollars ($ ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
I
I
d
I
I
I
I
MORPHEY CONSTRUCTION WG
1499 North `iinnrman Dr.
1ndi2sx7mlis,IN 432014515
[I
BID-3
1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: /t40 44e� CL s,x u c„au , 1,,,(' _
I
1.2 Bidder Address: Street Address: -r z N• y-1 A'w I DR -
City: . a , s State:aIN/
Zip: 46"14 i
Phone:317- 354 -7a Fax: 5,7 -3 9'253
1.3 Bidder is a/an[mark one]
I
Individual Partnership i Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other I
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,
II
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
.1 Corporation Name:
.2 Address: 1
3 Date registered with State of Indiana_ I
4 Indiana Registered Agent:
Name: I
Address:
I
I
MORPHEY CGNSTRUCTION£10.
1499 North Sherman Dr.
::.IN 4G201-1515 '
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 fully and accurately filled in and completed and notarized.
Project: Parcel 7C-6,Ditch Piping and Utility Relocation, Carmel
Proposal For Construction of:
Extension of the existing I2-inch Water Main, Piping of
the existing ditch, removal of existing storm piping under
3rd Avenue SW, concrete curbs, paver walkway, asphalt
pavement, handicap ramp, concrete pavement, drainage
structures and piping, and coordination of existing utilities
from aerial to buried.
Date: l9 Zc 3
To: City of Carmel, Indiana, Board of Public Works and Safety
I
1
I
1
I
I
MORPHEY CCNSTRUCTION INC.
1499 North Sherman Dr.
lndianapot:.ICd 45201-1515
BID-1
PART3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only jor Bidding on
Unit Price Contracts Jr o the Contract Items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price in Words} Quantity Price for Item
yy.11,
•
1
1
1
1
1
IL
MORPFIEY CCNSTRIICTION INC.
Picrth Sherman Dr,
;idic,IN 48`401-r515
BID-4
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
6-/Y-73
MORP11sY CCNSTRUCTION INC.
1499 North Sherman Dr.
IN 46201-1515
BID-5
I
PART 5 1
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract I
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 II
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive. I
5.3 Exceptions:
AJo1/4.16— I
I
I
I
I
I
I
I
1
I
MORPE EY CONSTRUCTION INC.
1469 North Sherman Dr.
irc:-.I p.lis, ITN 16201-1515
BID-6
t
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelope.
Company: Rieth—Riley Construction Co, Tnc.
Project Name: Parcel 7C-6, Ditch Piping and Utility Relocation
Date Submitted: June 19, 2013
Base Bid $446,900.00
Amount:
Alternate 1 Bid
na
Amount:
Alternate 2 Bid
Amount: na
Alternate 3 Bid
Amount: na
Alternate 4 Bid
na
Amount:
Alternate 5 Bid
na
Amount:
Alternate 6 Bid na
Amount:
S
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: Parcel 7C-6, Ditch Piping and Utility Relocation, Carmel
Proposal For Construction of:
Extension of the existing .12-inch Water Main, Piping of
the existing ditch, removal of existing storm piping under
3'tl Avenue SW, concrete curbs, paver walkway, asphalt
pavement, handicap ramp, concrete pavement, drainage
structures and piping, and coordination of existing utilities
from aerial to buried.
Date: June 19, 2013
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
PART I
BIDDER INFORMATION
(Print)
1.1 BidderNarne: Rieth-Riley Construction Co. , Inc.
1.2 Bidder Address: Street Address: 1751 w. Minnesota Street
City: Indianapolis State: IN Zip: 46221
Phone: 317-634-5561 Fax: 317-631-6423
1.3 Bidder is a/an [mark one]
Individual Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
•
BID-2
PART 2
BID PROPOSAL
2A 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-Four hundred forty-six
thousand nine hundred Dollars ($ 446,900.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
BID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Words] Quantity Price for Item
Lump sum: see previous page
BID-4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference,
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 June 14, 2013
BID-5
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part,
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER 10 be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
None
BID-6
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelope.
Company: / / �1
Project Name: f
Date Submitted: b ` / 9 - .r3
Base Bid
Amount: 771b9`
Alternate 1 Bid
Amount:
Alternate 2 Bid
Amount:
Alternate 3 Bid
Amount:
Alternate 4 Bid
Amount:
Alternate 5 Bid
Amount:
Alternate 6 Bid
Amount:
a - S - S
F-
BIDDER'S ITEMIZED PROPOSAL
' AND DECLARATIONS
City of Cannel
instructions To Bidders:
This form shall he utilized by all Bidders. Except as otherwise specifically provided, all Pails
shall be filly and accurately filled in and completed and notarized.
Project: Parcel 7C-6, Ditch Piping and Utility Relocation, Carmel
Proposal For Construction of:
Extension of the existing 12-inch Water Main, Piping of
the existing ditch, removal of existing storm piping under
3rd Avenue SW, concrete curbs, paver walkway, asphalt
pavement, handicap ramp, concrete pavement, drainage
structures and piping, and coordination of existing utilities
from aerial to buried.
Date: 6�/g' 2°t3
To: City of Carpel, Indiana, Board of Public Works and Safety
I
a
I
1
I
BID-1
•
PART I
BIDDER INFORMATION
(Print).
1.1 Bidder Name: TJ&Grt /r'r-r&eAI F>�1 1
1.2 Bidder Address: ✓✓✓ Street Address: er, 90 .C/D0 0 u'°Ol
City: ft++ pp°j'`+ State: Zip: c4666
Phone: 765- 378-3-28i Fax: 765 7.78-6312 I
1.3 I3idder is Wan [mark one] t
Individual Partnership I/ Indiana Corporation
Foreign (Out of State) Corporation; State: •
Joint Venture Other 1
1.4 [The following must he 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 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 Jcnruury 23, 19581
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana: I
.4 Indiana Registered Agent:
Name: ,
Address:
I
1
I
BID]2
l
1
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms 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
1 the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total 7Ae • go--4"7 /1"1. I'vw
t oe� ✓Jo,.-• H-- 0 1. elo% Dollars ($ 3Qe770° ). The
'' Bidder acknowledges that evaluation of the lowest Bid shall he 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.
I
r
I,
I
I
I
r
I
BID-3
S
PART 3
CONTRACT ITEMS AND UNIT PRICES
I
[This Part to he used only JOT Bidding on
Unit Price Contracts for the Contract Items shown] j
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Words] Quantity Price for Item
1
I
I
I
I
I
I
I
I
1
I
BID-4
1
1
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE.
1 _ -3_,1- 262,3
r
I
1
r
I
i
I
1
1
BID-5
1.
1
PART 5
EXCEPTIONS 1
instructions To Bidders:
5.1 The Bidder shall fully stale 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:
orvC i
I
r
I
I
I
I
I
1
I
i
1
BID-6
a i CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
xis -- ul• Stale Form 52414(R 19.10)/Form 96(Revised 2010)
n--. Prescribed by State Board of Accounts
PART I
(To be completed for all bids. Please type or print)
Date (month, day, year): 06/11/2013
1. Governmental Unit (Owner): City of Carmel Board of Public Works & Safety
2. County : Hamilton County
3. Bidder(Firm): Yardberry Landscape Excavating Company
Address: 9940 S. 1000 W
City/State/ZlPcode: Anderson, IN 46017
4. Telephone Number: 765-378-5783
5. Agent of Bidder (if applicable): Tim Yardberry
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of Parcel 7C-6, Ditch Piping & Utility Relocation, Carmel
(Governmental Unit) in accordance with plans and specifications prepared by American Structurepoint, Inc.
and dated 05/29/13 for the sum of
rke-egw.,Et. il1/41A fa1.4- Se-- 3 99, 7?° '
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit
basis, the itemization of the units shall be shown on a separate attachment.
The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States (I.C. 5-16-8-2). I hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I
understand that violations hereunder may result in forfeiture of contractual payments.
ACCEPTANCE
The above bid is accepted this 19th day of June , 2013 , subject to the
following conditions:
Contracting Authority Members:
Tim Yard berry
PART II
(For projects of$100,000 or more — !C 36-1-12-4)
Governmental Unit City of Carmel Board of Public Works & Safety
Bidder (Firm) Yardberry Landscape Excavating Company
Date (month, day, year): 06/11/2013
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
What public works projects has your organization completed for the period of one (1)year prior to the
date of the current bid?
Completion
Contract Amount Class of Work Date Name and Address of Owner
$1514093.25 Drainage 10(12 City of Tipton
$519338.50 Pipe Lining 08112 INDOT
$108676.00 Drainage 08/12 City of Martinsville
2. What public works projects are now in process of construction by your organization?
Expected
Contract Amount Class of Work Completion Name and Address of Owner
Date
$99010.00 Clearing 01/13 INDOT
3. Have you ever failed to complete any work awarded to you? NO If so,where and why?
4, List references from private firms for which you have performed work.
Dan Swails, Indy Parks & Recreation, 317-491-2883
Tim Farley, H Steward Kline & Associate, 765-742-0295
Max Abrell, DCRWD, 765-284-6370
Bob Wiwi, Richmond Sanitary District, 765-983-7477
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.)
t- Jai ,57 C oc."- 441-1 4U rir 2n
tr 4:22c
2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work)that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
a 0 — UST — C-7:009 - :37 1113r2A--
�� � /g 4
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
ST ieto- 7a La-7-
19h pfr`h E DreidA f-4 As,2A p
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
136 on ,5 - 3zc/clay �xr '9zY ruwa-ae_
T 330 el,any- /JS Igo
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed. ` 7��
J.
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the bidder's capability for completing the project if awarded
SECTION IV CONTRACTOR'S NON —COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by him, entered
into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such
letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is
made without reference to any other bid and without any agreement, understanding or combination with any other
person in reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
SECTION V OATH AND AFFIRMATION
I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION
CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT.
Dated at Anderson this 11th day of June , 2013
Yardberry Landscape Excavating Company
(Name of Organization)
By
Owner
(Tiile of Person Signing)
ACKNOWLEDGEMENT
STATE OF Indiana
Madison )ss
COUNTY OF )
Before me, a Notary Public, personally appeared the above-named Tim Yarberry and
swore that the statements contained in the foregoing document are true and correct.
Subscribed and sworn to before me this 11th day of June 2013
/.
'
Notary Public — " -
My Commission Expires: 06/28/2014
Madison
County of Residence:
Part of State Form 52414(R/9-10)/Form 96(Revised 2010)
BID OF
Yardberry Landscape Excavating Company
(Contractor)
9940 S 1000 W
(Address)
Anderson, IN 46017
FOR
PUBLIC WORKS PROJECTS
OF
Parcel 7C-6, Ditch Piping & Utility Relocation
Carmel, Indiana
Filed
Action taken
1
t
BID PROPOSAL SUMMARY PAGE
I
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:
Atlas Excavating, Inc.
Project Name: Parcel 7C-6 Ditch Piping and Utility Relocation.
Date Submitted: June 19, 2013
Base Bid
Amount: 4 t40 .- 000
I
Alternate 1 Bid
Amount:
Alternate 2 Bid
Amount:
Alternate 3 Bid
Amount:
Alternate 4 Bid
Amount:
Alternate 5 Bid
Amount:
Alternate 6 Bid
Amount:
I
I
I
I
I
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 Jilted in and completed and notarized.
II
IProject: Parcel 7C-6, Ditch Piping and Utility Relocation, Cannel
IlProposal For Construction of:
Extension of the existing I2-inch Water Main, Piping of
the existing ditch, removal of existing storm piping antler
3rd Avenue SIJ', concrete curbs, paver walkway, asphalt
I pavement, handicap ramp, concrete pavement, drainage
structures and piping, and coordination of existing utilities
from aerial to buried.
IDate: June 19, 2013
To: City of Carmel, Indiana, Board of Public Works and Safety
I
1
I
I
I
I
I
I
BID-1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Atlas Excavating: Inc.
2 Bidder Address: Street Address: 4740 Swisher Road
City: West Lafayett$,tate: IN Zip: 47906
Phone: _ 765-429-4800 Fax: 765-429-6464
1.3 Bidder is a/an /mark one]
Individual Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1 .4 . [The following must he answered if the Bidder or any of its partners nr joint venture
parties is a foreign corporation. Note: To do business in or with the ON of Carmel,
Indiana, foreign corporations must register with the Secretary of the Slate of Indiana as
required by the Indiana General Corporation Act as stetted therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
. ! Corporation Name: NA
.2 Address:
.3 Date registered with State of Indiana:
4 Indiana Registered Agent:
Name:
Address:
Btu-2 j
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 whey ultiplied by
estimated uni htities for su-h Contract Items, total roe- 1 i.6re,
SP.Ve.n L SG Dollars (S '113, COO ). 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 coristrued
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.
ii
I
E
II
I
ElI
BID-3
i
■
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to he used only for Bidding on
(lint Price Contracts fo, the Contract Items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Wo]ds] Quantity Price for Item
BID-4
I
I
PART 4
ICONTRACT 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.
I4.2 The Bidder acknowledges receipt of the following addenda:
1 ADDENDUM NUMBER DATE
I It- 1 L . lit 11)
•
I
I
I
i
1
I
I
I
1
I
I
1
BID-5
1 C
•
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fidly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidcler is cautioned that any exception taken by BicIder 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:
Je2kL
BID-6 J
1I
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
ICity of Carmel
IInstructions 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.
I.
1. Project: Parcel 7C-6,Ditch Piping and Utility Relocation, Cannel
I
i
Proposal For Construction of:
I Extension of the existing I2-inch Water Main, Piping of
the existing ditch, removal of existing storm piping under
3'w Avenue SW, concrete curbs, paver walkway, asphalt
I pavement, handicap ramp, concrete pavement, drainage
structures and piping, and coordination of existing utilities
from aerial to buriedL
IDate: June 19. 2013
ITo: City of Cannel, Indiana,Board of Public Works and Safety
1
1
I
1
I
I
I
■
i
1
i
I
BID-I.
r,
1 !
Ij
PART I
131DDTR INFORMA'ftON
(Print)
1
1.1 Bidder Name: Beaty Constructirm,Inc I
W. ICC N.
1.2 Bidder Address: Street Address: 5292 ; 1
Boggswwn IN : 4611(1
City: State: Zip.
Phone: 317-535-2.254 Fax: 317-835-2913 I �
r
1..3 Bidder is a/an[mark one]
Individual Partnership Indiana Corporation •'
Foreign(Out of State) Corporation; State:
Joint Venture Other I
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 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, 19581 i a
.1 Corporation Name:
i
.2 Address:
.3 Date registered with State of Indiana: .
.4 Indiana Registered Agent:
Name: I
Address:
I .
•
4i
1 1
BID-2
1. PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms 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 Fo.r 2 Homo am Foot T &C
"ncoosNm o,OE nw-glen -rwnvrY-rwE i9•ocypo Dollars ($ 443, /Z5'° ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
1
1
1
11.
I
I J
BID-3
PART 3 j
CONTRACT ITEMS AND UNIT PRICES , 1
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
jl
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Words] Quantity Price for Item !.I
4,71-
•
IR
1
ji
j I
11
ji
BID-4
1
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.
1 4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
I I
June 14, 2013
11
•
I
.t
I.
1�J
I
1.
BID-5
i
i I
PART 5
EXCEPTIONS
if
instructions To Bidders: 1 i
5.11 The Bidder shall fully state each exception taken to the Specification or other Contract
Documents in Section 5.3 of this Part. j
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.
j { I
5.3 Exceptions:
is
, f I
11
I
hi
i
L.i
BID-6
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelope.
Company: �n1b /
�S 6 l s1rt,�e ins ) .Znc .
Project Name: Parcel 17C-t bitch Pipni 4 /LJ///fy ?doc alQnAirmel
Date Submitted: / j9, 020/3
Base Bid
Amount: 53L/ 330, CO
Alternate 1 Bid
Amount:
Alternate 2 Bid
Amount:
Alternate 3 Bid
Amount:
Alternate 4 Bid
Amount:
Alternate 5 Bid
Amount:
Alternate 6 Bid
Amount:
a��
M
•
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 he fully and accurately filled in and completed and notarized.
Project: Parcel 7C-6, Ditch Piping and Utility Relocation, Carmel
Proposal For Construction of:
Extension of the existing 12-inch Water Main, Piping of
the existing ditch, removal of existing storm piping under
3rd Avenue SW, concrete curbs, purer walkway, asphalt
pavement, handicap ramp, concrete pavement, drainage
structures and piping, and coordination of existing utilities
from aerial to buried.
Date: June, jqt
To: City of Carmel, Indiana, Board of Public Works and Safety
'g!
I
P
P
I
P
T3
P
BID-1
I
PART I
BIDDER INFORMATION
9(Print)
I.I Bidder Name: HIS (.' bns4ruc.-iorS; Inc-.
T� e4 5 6
12 Bidder AdcLess: Street Address: 5/50 C. /s5 Stre � to e
City: idadjAdict.polLs State: f[. Zip: 44.220
Phone: .311-Z4- IRS Fax: 3/7-2Eq-//FS
1.3 Bidder is a/an [mark are[
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 A�
parties is a 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:
I
I
BID-2
I
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Five. hone{reel Ihir{y-Fair }hoasnmcI
1/21 ea. h,0rulrtc4 4-1 ;rfy ticd n[o e enfs Dollars ($ 53t/, 3,30,°°). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
U
p
I
I
I
I
BID-3
I
{ I
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only far Bidding on
Unit Price Contracts for the Contract Items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Words] Quantity Price for Item
RrojcJ is o` LSIAml bid
1.i
Bad 1-53q 336,`"' :1i
j-i
QI,!
I,.0
. 1
�V'Icl
('hl
}t.
1
1t.
BID-4
I
I -
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
Jane 14 25(3
•
I
IEi
BID-5
PART 5
EXCEPTIONS
Instructions To Bidders:
5.! 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:
/V,Onc
N
I
1
1
I
I
I
1
I
I
I
I
BID-6
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelope.
Company: Davidson Excavating Inc.
Project Name: Parcel 7C-6, Ditch Piping and Utility Relocation, Carmel Project No. 2013.00320
Date Submitted: 6/19/2013
Base Bid $582,500.00
Amount: Five Hundred Eighty Two Thousand, Five Hundred Dollars
Alternate 1 Bid
Amount:
Alternate 2 Bid
Amount:
Alternate 3 Bid
Amount:
Alternate 4 Bid
Amount:
Alternate 5 Bid
Amount:
Alternate 6 Bid
Amount:
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall he utilized hi' all Bidders. Except as otherwise specifically provided. all Parts
shall be full'and accurately filled in and completed and notarized.
Project: Parcel 7C-6, Ditch Piping and Utility Relocation, Carmel
Proposal For Construction of:
Extension of the existing 12-inch Water Main, Piping of
the existing ditch, removal of existing storm piping under
yd Avenue SW, concrete curbs, paver walkway, asphalt
pavement, handicap ramp, concrete pavement, drainage
structures and piping, and coordination of existing utilities
from aerial to buried.
Date: 6/19/2013
To: City of Carmel, Indiana, Board of Public Works and Safety
RID-I
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Davidson Excavating Inc.
1.2 Bidder Address: Street Address: 5533 S 800 West
City: Russiaville State: IN Zip: 46979
Phone: Fax:►:ax: 765-883-5258
1.3 Bidder is a/an [mark one j
Individual Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel.
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2. dated January 23, I 958
.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. I 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 Five Hundred Eighty Two Thousand,
Five Hundred and No/100 Dollars ($582,500.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
RID-3
PART 3
CONTRACT PI'EMS AND UNIT PRICES
'This Part to he used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price in Words] Quantity Price for Item
131 D-4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
#1 3/14/2013
BID-5
PART
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall hilly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 a/this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to he a
material qualification or variance,/rorn the terms o/'Ihe Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
BID-6
Bid Proposal Summary Form
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project named and your
company name clearly marked on the outside. SEAL THE ENVELOPE.
Eagle Valley Inc.
Company: 3401 North Raceway Road
Indianapolis, Indiana 46234
Project Name: Parcel 7C-6, Ditch Piping and Utility Relocation
Date Submitted: June 19, 2013
Base Bid Amount: $589,979.00
Alternate 1 Bid Amount:
Alternate 2 Bid Amount:
Alternate 3 Bid Amount:
Alternate 4 Bid Amount:
Alternate 5 Bid Amount:
Alternate 6 Bid Amount:
Revised 5!15109
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as othenvise specifically provided, all Parts
shall be Ally and accurately filled in and completed and notarized.
Project: Parcel 7C-6, Ditch Piping and Utility Relocation, Carmel
Proposal For Construction of:
Extension gf the existing 12-inch Water Main, Piping of
the existing ditch, removal of existing storms piping under
3id Avenue SN; concrete curbs, paver walkway, asphalt
pavement, handicap ramp, concrete pavement, drainage
structures and piping, and coordination of existing utilities
front aerial to buried.
Date: June 19,2013
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-I
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Eagle Valley Inc.
1.2 Bidder Address: Street Address: 3401 North Raceway Road
City: Indianapolis State: IN Zip: 46234
Phone: (317)291-8104 Fax: (317)291-8786
1.3 Bidder is a/an [mark one]
Individual Partnership x Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [717e,following innst 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, 19557
.I Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
131D-2
PART 2
131D 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 lidIilI all
obligations incident thereto in strict accordance with and within the lime(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
slated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such
Contract Items, total Five Hunched Eighty Nine Thousand Nine Hundred Seventy Nine
00/00 Dollars ($589,979.00). The Bidder acknowledges that evaluation of the lowest
Bid shall be based on such price and Further acknowledges that the unit quantities listed in Part 3
of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and
are not to be construed as exact or binding. The Bidder further understands that all Work which
may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER
and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to he
performed or furnished under the Contract.
BID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Fart to be used only for Bidding on
Unit Price Contracts for the Contact Items shown)
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Words] Quantity Price for Item
#/n.
BID-4
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
#1 3/14/13 ( .e ved '14`1;)
BID-5
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall filly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
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 tel rejected as non-responsive.
5.3 Exceptions:
None
•
BID-6