HomeMy WebLinkAboutBid Information and PacketsNoT1cE TO BIDDERS
Cite 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 scaled bids for the above described "136 '11 Street
Culvert Replacement at Anson Almond Arm Project" at the office of the Clerk
Treasurer, One Civic Square, Carmel, Indiana (City Hall) 10:00 a.m. Local Time on or
before Wednesday, March 20, 2013, and commencing as soon as practicable thereafter
on the same date such bids will be publicly opened and read aloud in the Council
Chambers of City 1 -tall. No late kids will be accepted.
All bids and proposals shall be properly and completely executed on the proposal forms
provided with the plans and specifications, which will include the non - collusion affidavit
as required by the State of Indiana. The bid envelope must be sealed and have the words
"BID — #13 -02 — 136th Street Culvert Replacement at Anson Almond Arm Project.
A hid bond or certified cheek in an amount not less than ten percent (10 %) of the amount
bid must be submitted with each bid. A one hundred percent (100 %) performance and
payment bond will also be required of the successful bidder. It is intended that actual
construction of all work divisions shall be started as soon as practicable, and each bidder
shall be prepared to enter promptly into a construction contract, furnish a performance
bond, and begin work without delay in the event the award is made to him.
The Project consists of, but is not necessarily limited to, the following:
The installation of approximately 40 feet of 3' X 8' box culvert replacement for the
existing culvert crossing of 136th Street at the Anson Almond Arm of the Williams Creek
drainage area. Also included in the project will be roadway pavement and shoulder
replacement and ditch grading at the culvert ends.
Contract Documents for the Project have been assembled into one bound project manual,
which together with drawings, may be examined at the following locations:
City of Carmel
Department of Engineering - 1" Floor
One Civic Square
Carmel, IN 46032
(317) 571-2441
Crossroad Engineers, PC
3417 Sherman Drive
[leech Grove, IN 46107
317 -780 -1555
Attn: Trent Newport, P.E.., L.S.
Copies of such drawings and project manuals must be obtained from Crossroad
Engineers, PC, at the address stated above, upon the payment of $75 for each set. These
sets may include full -size drawings. Payment must be by check. NO CAST -I
ACCEPTED. Make checks pa%'able 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 Carmel.
/36 T# S r
Company
Amount
Alternative
Alternative
S AV /71,6
529 to(
2L-4/4Sc&Vi ,lNc
SZ / JS
_ hell -rie_ edivc eitcrldeu
52 I 0
u-it1" eaVia6
I� gja
J
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 scaled bids for the above described "136`h Street
Culvert Replacement at Anson Almond Arm Project" at the office of the Clerk
Treasurer, One Civic Square, Carmel, Indiana (City Hall) 10:00 a.m. Local Time on or
before Wednesday, March 20, 2013, and commencing as soon as practicable thereafter
on the same date such kids will be publicly opened and read aloud in the Council
Chambers of City 1 -kill. No late bids will be accepted.
All bids and proposals shall be properly and completely executed on the proposal forms
provided with the plans and specifications, which will include the non- collusion affidavit
as required by the State of Indiana. The hid envelope must be sealed and have the words
"BID — #13 -02 — 136th Street Culvert Replacement at Anson Almond Arm Project.
A hid 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 (I00 %) performance and
payment hond will also be required of the successful bidder. It is intended that actual
construction of all work divisions shall be started as soon as practicable, and each bidder
shall be prepared to enter promptly into a construction contract, furnish a performance
hond, 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 installation of approximately 40 feet of 3' X 8' box culvert replacement for the
existing culvert crossing of 136th Street at the Anson Almond Arm of the Williams Creek
drainage area. Also included in the project will be roadway pavement and shoulder
replacement and ditch grading at the culvert ends.
Contract Documents for the Project have been assembled into one bound project manual,
which together with drawings, may be examined at the following locations:
City of Cannel
Department of Engineering
One Civic Square
Carmel, IN 46032
(317) 571 -2441
1 ' Floor
Crossroad Engineers, PC
3417 Sherman Drive
Beech Grove, IN 46107
317- 780 -1555
Attn: Trent Newport, P.E., L.S.
Copies of such drawings and project manuals must be obtained from Crossroad
Engineers, PC, at the address stated above, upon the payment of $75 for each set. These
sets may 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 Carmel.
iJ
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 be held on Wednesday, March 13, 2013 at 10 :00 a.m. local time
in the Caucus Room on the 2°d Floor of City 1 -1x11 (One Civic Square). All prospective
bidders are invited to attend the pre -bid conference. The pre -bid conference is not
mandatory.
For special accommodations needed by handicapped individuals planning to attend the
pre -bid conference or public bid opening meeting, please call or notify the city, of Carmel.
Engineer's Office, at (317) 571 -2441 at least forty -eight (48) hours prior thereto.
No bidder may withdraw any bid or proposal within a period of thirty (30) days following
the date set for receiving bids or proposals. The Carmel Board of Public Works and
Safety reserves the right to hold any or all kids or proposals for a period of not more than
thirty (30) days and said bids or proposal shall remain in full force and effect during said
period. The City of Carmel reserves the right to reject and /or cancel any and all bids,
solicitations and/or offers in whole or in part as specified in the solicitations when it is
not in the best interests of the governmental body as determined by the purchasing
agency in accordance with IC 5- 22 -18 -2
Diana L. Cordray
Clerk- Treasurer
Publication dates: Thursday, February 28, 2013 and Thursday. March 7, 2013
CITY OF CARMEL
PROJECT #I3 -02 — 136'x' Street Culvert Replacement Project
BIDDER'S QUICKTAB
COMPANY
BID AMOUNT
rtinarietSgriffl
2. TRISLER
552,084.00
4. E & 13 PAVING
$52,965.00
ENGINEERS ESTIMATE $ 32,500.00 — 29% MORE THAN ENG. ESTIMATE
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:
-0.)e Nona gAviN6 CoNFAN' -! , INc .
Project Name:
13u e r
Cu-vu WE P w%CErAET\r{
Date Submitted:
3 -20-2413
Bid Amount:
$ - 11.4izo.00
Local Preference Law
1 am claiming Local Preference (Circle One) YES
(All required documentation will be required in a post -bid submittal)
The City of Carmel is requiring all bid submittals to include an E- Verify
certification, pursuant to Indiana Code 22- 5- 1.7 -11.. This E- Verify document
is included herein and shall be included with bidding documents per
Instructions to Bidders Section 5.3.1.
E.-VERIFY PR0GRAM
Pursuant to Indiana Code 22 -5 -1 7 -] I, the Vendor is required to enroll in and verify the work eligibility status of all
newly hired employees through the I3-Verify program. The Vendor is not required to verify the xvork eligibility
status of all newly hired employees through the E- Vcr'ity pr=ogram if the E- Verify program no longer exists.
The individual person(s) executing this Agreement. being firs( duly sworn, depose(s), staters) and affirms the
fol louring:
The Vendor does not knowingly employ an unauthorized alien.
1 The Vendor, prior to entering into this Agreement, has enrolled and is participating in the E- Verify program.
The Vendor shall provide documentation to the administrator of the Hamilton County Community Development
Block Grant Program and the City I hat the Vendor has enrolled and is participating in the E- Verify program,
Vendor:
Written Signature:
Printed Name:
Talc
/!-, /in- gi -vwc
mfrs
hnporrrmt - ratan) .Sigrmturo rrud Seel Required in 1lte Space Below
STATE OF -ric'tt
�pp SS:
COUNTY OP'vV1(d,� 1'OV\--
Subscribed and sworn to before me this Z(} day of,JAA 1`L;I/tJ
20 l i-
My commission expires:)ti�w:, l(r`j -J7y) (Signed),�c,�,(,,.�,,��-i'
t
Printed :7
Residing in \ A, -t(UF ' County. State of i - r-121,IIL- ,J A sk j. TUAti
My Cannt. Explress i
June 11, 20201 s
No.636031 l
PUBIASV 474.
F OF .1e
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
Instructions To Bidders:
This figs, shall be utilizer/ by all Bidders. Evccpt as otherwise specifically prarided. all Parts
shall be /idly and accurately lilted in and completed and notarized.
Project:
Proposal For Construction of :
Date:
3/u,/,-?
#13 -02 — 136" Street Culvert Replacement at Anson
Almond Arm Project.
The installation of approximately 40 feet of 3' X 8' box
culvert replacement for the existing culvert crossing at 136"
Street at the Anson Almond Arm of the Williams Creek
drainage area. Also included in the project will be roadway
pavement and shoulder replacement.
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -I
PART' I
BIDDER INFORMATION
Print
1.1 Bidder Name: T}IE NUN FAVIN4 LtONCPANV INt•
1.2 Bidder Address: Street Address: 2H'0 SoVTA AVENV-
City: INbpipi. p1% State: 1'4 Zip: MGL1-1 1
Phone: 3/7 227 78Ob
1.3 Bidder is a /an hnark one/
Individual
Fax: 311.14f 7.5'11
Partnership g Indiana Corporation
Foreign (Out of State) Corporation; State:
.loint Venture Other
1.4 /Tire lb /lowing must he answered if the Kidder or any of its partners or joint venture
parties is a /breign corporation. Acute: To do business in or with the City cf Cannel.
Indiana, jareign corporations must register with the Secretary of the State or Indiana as
required /m the Indiana General Cunlnurwiun Act as stated therein and expressed in the
Attorney General's Opinion #3, (hued./an:rart 23. 1958.,/
I Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
131D -2
2.1
77
PART 2
BID PROPOSAL
Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Fon 014E THw&AMp . NINE
PuNDREA TEM'4 a..- d IIars (S 20. OD ) for the
Base Bid. The Bidder acknowledges that evaluation of the lowest Bid shall be based on
such price and further acknowledges that the unit quantities listed in Part 3 of this
Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and
are not to be construed as exact or binding. The Bidder further understands that all Work
which may result on the Contract shall he compensated for on a Unit Price basis and that
the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any
item of Work to be performed or furnished under the Contract.
General
The undersigned Bidder acknowledges that evaluation of the lowest Bid shall he based on
the total of the Bid.
131D -3
PART 3
CONTRACT" ITEMS AND UNIT PRICES
[This Pad to he rrscrl only fhr Ridding on
Unit Price Contracts /1r the Contract items shown!
CITY OFCARMEL
#13 -02 — 136th Street Culvert Replacement at Anson Almond Arm Project.
NIA IZED PROPOSAL
ITEM
NO.
DESCRIPTION
UN] "f
QUANTT Y
I
UNIT RILL
AMOUNT
1
Mobilization and Demobilization
LS
1
i 1.1,200.00
3 t-Iettp0.00
2
Maintenance of Traffic
LS
1
i I,Sgo.00
t V,e2o,oci
3
Clearing Right -of-Way
LS
]
� 2,212.oO
t 2411-00
4
8'X3' 13ox Culvert, Provided per TS 42
LS
1
# Vr�,21-10,50
t I‘5,310 50
5
Street Cut Repair
SYS
70
A 12$.10
$ $,oj(p` in
6
Uniform Riprap
TON
7
i Irt00
% 1141.00
7
Compacted Aggregate, No. 53, 13ase
TON
5
III-Qt,
44 5"1312-tj
8
Erosion Control Measures
LS
1
$ 3,23ip,'$r
IS 3rZ3L -go
9
Construction Sign, Type A
EA
4
c4 to 1.2p
t N llp,gca
10
Detour Route Marker Assemblies
IA
13
% I01, -7.5
t 1103 .15
11
Road Closure Sign Assembly
CA
4
'4 122, 10
i 1{gg.140
12
Construction Sign , Type C
13A
1
$ IWa. u0
c$ 101x.4 0
13
Construction Sign, Type B
LA
2
'j ,,7.G
t I 1Z 15Q
14
Barricade, III -13
L.FT
96
R.LD
ct 42A .610
15
Mulched Seeding.
SYS
300
'4 IA •.Sra
t 1,3(,,S, 00
TOTAL BID AMOUNT
4 LA 1,1 ZS) .00
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 Iollowing addenda:
ADDENDUM NUMBER DATE
Avt>ENT:Vtn 1 3- 15 -ZOIB
4tt'ENCU n 2 3- 11 -2a1$
RID -5
PART 5
EXCEPTIONS
lnsu'actions To Bidders:
5. / The Bidder .shall f dlv state each exception taker to the
Documents in Section 5.3 of this Cart.
5.2 Bidder is cautkmed that any exception taken by Bidder
material qualification or variance ,from the terms tithe
in this Bid being rejected as iron - responsive.
5.3 Exceptions:
None
Specrfcatirnes or other Contract
and deemed by OWNER to he a
Contract Documents may result
1311) -6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company:
E & B , Irc.
Project Name:
136th Street Calvert Replaoanant at Anson Almond am, Project
Date Submitted:
rte, 20, 2013
Bid Amount:
$ 52,%5.W ,,. 0;,..
Stu
S
Local Preference Law
I am claiming Local Preference (Circle One) YES NO
(All required documentation will be required in a post -bid submittal)
The City of Carmel is requiring all bid submittals to include an E- Verify
certification, pursuant to Indiana Code 22- 5- 1.7 -11. This E- Verify document
is included herein and shall be included with bidding documents per
Instructions to Bidders Section 5.3.1.
March 19, 2013
City of Carmel
One Civic Square
Carmel, IN 46032
E &B PAVING.Inc
World - Class. Solutions at a Local Level'
RE: Intention to claim a price preference as a "Local Indiana Business" per Indiana code 36- 1 -12 -22
To whom it may concern:
E & B Paving, Inc. appreciates the opportunity to submit a bid for your project 136th Street Culvert
Replacement at Anson Almond Arm. With the State of Indiana's recently passed price preference
statute for local Indiana Businesses bidding on public works projects, I wanted to point out that E & B
Paving meets the statute's definition of a local business for this project.
We have made a financial commitment to your local community by establishing an operations
management office and production facility in Hamilton County. Furthermore, we have delivered a
substantial local economic impact in Hamilton County and the "affected counties" for decades. For
example, in 2012 alone, E & B Paving:
• Employed 25 people in Hamilton County
• Paid more than $1,749,939.00 in wages to these employees
• Paid $ 43,557.00 in property taxes in Hamilton County
Given the substantial positive economic impact in the communities where we deliver our world -class
public works solutions, E & B is honored to be considered a local business throughout the state.
We look forward to continuing our valued partnership with Board of Public Works & Safety, Carmel, IN,
and your surrounding communities. Please do not hesitate to contact me if you have any questions or
would like to further discuss E & B Paving's bid submission for this project.
AN EQUAL OPPORFUNITV EMPLOYER
17042 Middletown Ave. • Noblesville, IN 46060
PHONE: 317.773.4132 • FAX 317.773.4137
www.ebpaving.com
ASPHALT AND CONCRETE CONTRACTORS
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be.f dly and accurately filled in and completed and notarized.
Project:
Proposal For Construction of :
Date: Mardi 20, 2013
#13 -02 — '136"' Street Culvert Replacement at Anson
Almond Arm Project.
The installation of approximately 40 feet of 3' X 8' box
culvert replacement for the existing culvert crossing at 1 36th
Street at the Anson Almond Arm of the Williams Creek
drainage area. Also included in the project will he roadway
pavement and shoulder replacement.
To: City of Carmel, Indiana, Board of Public Works and Safety
N
`.` •QP . f
m
■
ust V� _
S
.
tltr if ill 11‘‘
BID -1
1
1
PART I
1 BIDDER INFORMATION int
Pr .\`\o ?AVIA/ t / / / //.
1 Bidder Name: E S D Paving, Inc. �,2
SEAL
1 1.2 Bidder Address: Street Address: 17042 MiW1etam AvaiiE
City: t\bbleville State: Indiana Zip: `>',i////p111111U \ \ \\\``\\`\
1 Phone: 317- 773 -4132 Fax: 317 -773 -4137
1.3 Bidder is a/an /mark one]
Individual Partnership xx Indiana Corporation
1 Foreign (Out of State) Corporation; State:
1 Joint Venture Other
1.4 [The following must he answered if the Bidder or any of its partners or joint venture
1 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
1 Attorney General iv Opinion #2, dated January 23, 1958.]
1 Corporation Name:
1 .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 otter necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the tenns and conditions ol'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 Fifty -'I%o Thousand, Nine Hundred
Sixty Fig and no cats (00/10C) Dollars ($ 52,965.63 ) for the
Base Bid, The Bidder acknowledges that evaluation of the lowest Bid shalt 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.
2.2 General
The undersigned Bidder acknowledges that evaluation of the lowest Bicl shall be based on
the total of the Bid.
\`yltllllNlri „�i
`PAVlN0 �0,
SEAL -
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]
CITY OF CARMEL
#13 -02 - 136th Street Culvert Replacement at Anson Almond Arm Project.
ITEMIZED PROPOSAL
ITEM
NO
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
AMOUNT
1
Mobilization and Demobilization
L5
1
$ 2,602.00
$ 2,602.00
2
Maintenance of Traffic
LS
1
$ 2,254.00
$ 2,254.00
3
Clearing of Right -of -Way
LS
1
$ 5,681.00
$ 5,681.00
4
8'x3' Box Culvert, Provided per TS 42
LS
1
$ 19,606.00
$ 19,606.00
5
Street Cut Repair
SYS
70
$ 119.00
$ 8,330.00
6
Uniform Riprap
TON
7
$ 126.00
$ 882.00
7
Compacted Aggregate, No. 53, Base
TON
5
$ 244.00
$ 1,220.00
8
Erosion Control Measures
LS
1
$ 8,473.00
$ 8,473.00
9
Construction Sign, Type A
EA
4
$ 87.00
$ 348.00
10
Detour Route Marker Assemblies
EA
13
$ 90.00
$ 1,170.00
11
Road Closure Sign Assembly
EA
4
$ 102.00
$ 408.00
12
Construction Sign, Type C
EA
1
$ 139.00
$ 139.00
13
Construction Sign, Type B
EA
2
$ 47.00
$ 94.00
14
Barricade, III -B
LFT
96
$ 8.00
$ 768.00
15
Mulched Seeding
SYS
300
$ 3.30
$ 990.00
TOTAL BID AMOUNT
$ 52,965.00
0 ��ill I11I I1511,\`
BID -4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be hound 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 March 15, 2013
2 March 19, 2013
BID -5
\\�.\\`�t ?AVI/�I rr'''ii��
to O c
SEAL;
onitillo
DATE: March 15, 2013
PROJECT: #13 -02 — 136th Street Culvert Replacement at Anson Almond Arm Project,
City of Carmel, Indiana
NOTICE OF ADDENDUM NUMBER 1
1) The Project No. 13 -02 Pre -Bid Meeting Minutes are included.
2) A copy of the current plan holders list is included.
3) Technical Specification TS -42 has been revised and included. This TS shall also
replace the Plan Sheet 4 *CULVERT PROVIDED note:
• TS 42 3' X 8' BOX CULVERT SECTIONS TO BE PROVIDED
The 3' X 8' box culvert pieces are being provided by the Owner. These 5 — W 6' length
sections shall be retrieved from the City of Carmel Wastewater Treatment Plant at 9609
Hazel Dell Parkway, Indianapolis, Indiana 46280. This shall be coordinated with City of
Carmel Utilities Wastewater Operations Manager Ed Wolfe at 317- 571 -2634, ext. 212.
The sections should also be inspected prior to bidding for conditions as any
miscellaneous work or materials required above and beyond what would be required for
new box culvert sections to prep for installation or to ensure a satisfactory finished
product shall be included in the Lump Sum cost of the #4 Box Culvert pay item in the
itemized proposal. This shall include but not be limited to coordination, transportation
and equipment for pick -up and delivery to site, installation equipment, labor, cleaning
and prepping, mastic and extruded Butyl adhesive tape for joint wrapping, lifter hole
plugs, concrete collars, 6" of #8 aggregate bedding, flowable backfill and any incidental
work otherwise to ensure a satisfactory finished product. The provided materials
accounts for 30' of the minimum 40' of box culvert required. This will require additional
piece(s) be provided to achieve the 40' length of box culvert required versus the 30' of
box culvert that is being provided. An additional 10' minimum length will be required and
this can be 1 to 2 box culvert pieces. 2 -6' pieces would also be allowed. The south end
of the culvert may have to be held to the same location due the turn in the ditch.
4) Contractor Questions / Clarifications:
• Question: Will a Temporary Downstream Dam be required or per Plan
Sheet note stating "...if required.."?
• Answer: For bidding purposes the note on Plan Sheet 2 shall be changed
from "TEMPORARY DOWNSTREAM DAM (IF REQUIRED BY FIELD
CONDITIONS)" shall be changed to the following: "TEMPORARY
DOWNSTREAM DAM SHALL BE REQUIRED"
Page 1 of 2
• Question: Will Handrail, Sod and Top Soil be required per Technical
Specifications?
• Answer: Handrail was included in the TS's as a City Standard
Specification but will not be required on this project at this time. If it
becomes necessary it will be addressed by change order. Sod was
included in the TS's as a City Standard Specification but will not be
required on this project at this time. if it becomes necessary it will be
addressed by change order. Top soil was included in the TS's as a City
Standard Specification but will not be required on this project at this time.
If it becomes necessary it will be addressed by change order. It is
intended that topsoil stripped from the site can be reused on the project.
5) The Bidder shall acknowledge receipt of this Addendum by inserting the number
and date in the space provided on page BID -5, Part 4.2 of the Bid Form.
Page 2 of 2
City of Carmel
PROJECT #13 -02 — 136th Street Culvert Replacement at Anson Almond Arm
Project.
Pre -bid Meeting Minutes
Date: March 13, 2013
Time: 10:00 AM
Location: One Civic Square, Caucus Room
Cannel PM: Mike McBride, City Engineer.
Cannel Design Pimi: CrossRoad Engineers, P.C., Rich Gardner
Carmel Inspection Unit: CressRoad Engineers, P.C.
Mr. Michael McBride. P. E.,
A pre -bid meeting for the subject project was held and the Ibliowing mere in attendance:
NAME ORGANIZATION CONTACT INFO
Lance Stidiley CrossRoad Engineers, P.C. Istah/ep a,crossroadcn zineers,crnn
I.)at'id Belfofi Rieth -Riley dbclloif cr,rieth- rilcv.conr
Tint Hartgrove Renascent run @callcw.cam
Shane Herbst Hunt Paving .spherhstnhrnrtconstr ueliongronp.conr
.Alark Kramer Hnnt Paving mkramer (rdhuntconstructiongroun.conr
Steve Broernrann E &B .Paving steve .broermmrn(ai),ehpavbrg.com
The falfowitrg is an account of topics q/ discussion dining the pre -hid meeting with
corrections or additional notes being italicized:
I. Opening comments
I.a. Project description is the installation of 40 feet of 3' X 8' box culvert replacement
for the existing culvert crossing of f 36th Street at the Anson Almond Arm of the Williams
Creek drainage area. Also included in the project will be roadway pavement and
shoulder replacement and ditch grading at the culvert ends_ Plans may be purchased or
viewed at CrossRoad Engineers.
1.h. Project key personnel. Noted above and to nelude Carmel Engineering and Street
Department
1.c. Bid date is March 20, 2013 beginning at 10:00 AM and bids shall be submitted prior
to 10:00 AM the satne date. Please note the `BID PROPOSAL SUMMARY PAGE" in
the bid documents. This sheet shall he filled out and shall accompany, and be the first
page of, the bid that is submitted. Also, verification of receipt of addcndums and meeting
minutes shall be completed per Sheet BID-6 of the Project Specifications. It is
imperative that all required documentation is included with each bid submittal. ITB -5.3.1
has a summary of required documents to be included with each bid package. Incomplete
bids will not be considered valid bids.
1.d. Award date will be as soon as feasible, or per TS -2 indicating April 4'h, if Cannel
elects to award the project and has a responsible and responsive low bidder. Any
Contract Document dates that cannot be achieved due to delay in issuance of the Notice
to Proceed shall he adjusted by the same number of days of delay for the issuance of the
Notice to Proceed.
2. Schedule and milestones.
2.a. The final completion date for the project is siet=y twenty -three (23) days from the
start of construction. It is expected that construction will begin no later than April 4,
2013 but may vary depending on the weather. Construction and /or material ordering can
begin immediately after the NTP. The anticipated Notice to Proceed is no later than
April 4, 2013. Coordination with other nearby projects is required. it was discussed that
the allowable daps fur construction would he 23 days making the completion date April
26d, per TS 2 with an additional 7 dot's to A4ay 3f`1 in the event of any punch list or clean-
up items.
2.b. There will be a Road Closure for this project. Advance notice of closure signs to be
placed with as much notice as possible if 2 weeks advance notice is not possible per TS
15.
3. Additional Permitting
a. None required but CrossRoad has necessary permission and permitting on file with the
exception of right -of -entry for adjoining properties.
4. Testing requirements
a. None required. It was further clan] ied that the engineer did not anticipate any testing
being required of the contractor and that the engineer would per form any testing per 7S-
16 at its discretion.
5. Special provisions and addendums
5.a. Please review special provisions or Technical Specifications carefully to gain a
complete understanding of the requirements set forth by the contract documents as
compliance will be required.
5.b. Material salvaging may be required; however, if the owner does not want the
material the removal shall become the responsibility of the contractor or possession of the
material is the contractors.
5.c. Construction Engineering will be provided by the City of Carmel for this project. It
was frillier clarified that this would be provided upon request but that the contractor
could provide their own field engineering but there will remain to he no pay item /ur this
work.
5.1 An addendum, including the minutes from this meeting, a p]an holders list and any
responses to post pre -hid meeting questions, will be issued by end of day on November
March 151h, Any further questions outside of this meeting shall he submitted by 9:00
am. on March I5`h.
5.c. The First addendum will include a clarification to TS 42 and Item 4 of the itemized
proposal as the box culvert pieces that the City is providing are only 6' lengths and not 8'
lengths as previously indicated. This will require additional picee (s) be provided to
achieve the 40' length of box culvert required versus the 30' of box culvert that is being
provided. This will be address in Addendum #l. It was clarified that an additional 10'
minimum would he required but that 2 -6' pieces mould be allowed but deal lie south end
of the culvert may have to be held to the satnc location clue the tw-n in the ditch.
6. Right -of -Way
a, All proposed work is within existing W W or drainage easements.
7, Utilities
a. Coordination with the existing utilities shall take place per TS 6. The Contractor will
be responsible for the pre - construction and on -site utility coordination with the required
electric companies.
8. Open discussion and questions.
Q: Will a Temporary Downstream Dam be required or per flan Sheet note stating "...if
required.."?
A: Far bidding purposes the note on Plan Sheet 2 shall be changed from "TEMPORARY
DOWNSTREAM DAM (IF REQUIRED 13Y FIELD CONDITIONS) " shall be changed to
the fallowing- "TEMPORARY DOWNSTREAM DAM SHALL BE REQUIRED"
Q: Will Handrail, Sod and Top Soil be required per Technical Specifications'?
A: Handrail was included in the 'iS's as a City Standard Specification but will not be
required on this project at this lime. If it becomes necessary it will be addressed by
change order. Sod was included in the 7S's as a City Standard Specification but will not
be required an this project at this time. If it becomes necessary it will be addressed by
change order. Top soil was included in the 15's as a City Standard Specification but will
not be required ott this project at this time. If it becomes. necessary it will be addressed
by change order. It is intended that topsoil stripped front the site can be reused on the
project.
The pre -bid meeting ended at approximately I1:00 AM. It was noted that the
Addendum would he published at the end of the day on Friday !vlarch 15`t'.
Thtt addendmn, being Addendum I, dated March l5, 2013 must be included hi Pail 4,
Contract Documents and Addenda, sheet RID-5, with all bid submittals.
1"
lfvou should have any questions, , /eel free to give me u call at 317- 439 -5515.
Thank you,
CrossRoad Engineers, P.C.
Lance Stahley
CrossRoad Engineers, P.C.
Cc: Mr. Mike McBride, P.E., City of Carmel, City Engineer
Mr. Dan Greskamp, City of Carmel City Engineering Department
Mr. Trent Newport, P.E., L.S., CrossRoad Engineers, P.C.
Mr. Rich Gardner, P.E., CrossRoad Engineers, P.C.
Mr. Andrew Wolf, E.I., CrossRoad Engineers, P.C.
Attendees
Plan Holders
Cost $75-
List current through 3/11/2013
Proj. No. 13 -02 City of Carmel - 136th Street Culvert Replacement Project
PLANS AND SPECS - $75 EA Make checks payable to CrossRoad Engineers, PC
Set #
.Company
Contact Name
Address
Email Address
Fax Number
Phone Number
Check #
1
City of Carmel
Michael McBride
_
-
-
-
317- 571 -2441
2
CRE
Lance Stahely
3
Altas Excavation
Janice Long
4740 Swisher Road Bldg A
W. Lafayette, IN 47906 -9782
janicel{�atlasexcavatinq.com
765- 429 -6464
765 - 429 -4800
4607
4
Hunt Paving
Shane Herbst
2450 5. Tibbs Ave.
Indianapolis, IN 46241
spherbst huntconstructtongroup.com
317 -487 -5779
317- 241 -8313
301559
5
ISqFt
Michelle Griffin
9901 Allisonville Rd
Fishers. IN 46038
mgriffn(rDisaft.com
(866) 570 -8187
(317) 248 -1293
36449
6
Renasecent, Inc.
Construction Waste
Tim Hartgov
935 W. Troy Avenue, Indianapolis, IN
46225
timecallcw.com
317- 783 -4860
317 - 783 -4850
4474
7
HIS Constructors
Tammy Brees
5150 E. 65th Street, Ste. B
Indianapolis, IN 46220
tammv.breesehisconstructors.com
(317) 284 -1185
(317) 284 -1195
2251
8
B&B Paving
Steve Broermann
17042 Middleton Ave. Noblesville, IN
46060
steve.broermann(&eboavinq.com
(765) 643 -0699
(317) 773 -4132
20001323
8
Rieth Riley Constructions
Will Shadwick
1751 West Minnesota Street PO Box
276, Indianapolis, IN 46206
wshadwick(d rieth- riley.com
(317) 631 -6265
(317) 634 -5561
13280
10
Trisler
John Trisler
1302 South Be4f6oZZ' Indianapols, IN
jtricon(olgmail.com
317 - 635-6626
317 - 635 -6691
2379
11
12
13
14
15
DATE: March 19, 2013
PROJECT: #13 -02 — 136th Street Culvert Replacement at Anson Almond Arm Project,
City of Carmel, Indiana
NOTICE OF ADDENDUM NUMBER 2
1) Project No. 13 -02 will not be a prevailing wage project as previously indicated in
the contract documents. The COMMON CONSTRUCTION WAGE RATES,
Additional Requirements pages AR -8 through AR -11, shall be deleted from the
Construction Documents.
2) The Bidder shall acknowledge receipt of this Addendum by inserting the number
and date in the space provided on page BID -5, Part 4.2 of the Bid Form.
Page 1 of 1
PART 5
EXCEPTIONS
Instructions To Bidders:
5. l 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:
13ID -6
\\ ?AVIN',�ii
\ G
cer
.
SEAL
•
1
1
1
1
1
1
1
1
1
1
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company:
Ja1�r /9 scene4 rro..c.
Project Name:
//i3/-0Z /3G "` Stet' a. hag >`/4yincaniekI-
c2.T A2vson 44inomi 4em At /e(J
Date Submitted:
3/26/70 /2
Bid Amount:
--S-4 93C oo
Local Preference Law
1 am claiming Local Preference (Circle One) YES
(All required documentation will be required in a post -bid submittal)
The City of Carmel is requiring all bid submittals to include an E- Verify
certification, pursuant to Indiana Code 22- 5- 1.7 -11. This E- Verify document
is included herein and shall be included with bidding documents per
Instructions to Bidders Section 5.3.1.
BIDDER'S FlEmtzEI) PROPOSA1.
AND DECLARATIONS
City of' Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided. all Pats
shall be fully and accurately filled in and completed and notarized.
Project:
Proposal For Construction of:
Date:
March 20, 2013
#13 -02 — 1301 Street Culvert Replacement at Anson
Almond Arm Project.
The installation or approximately 40 Feet of 3' N 8' box
culvert replacement For the existing culvert crossing at 136`x'
Street at the Anson Almond Arm of the Williams Creek
drainage area. Also included in the project will be roadway
pavement and shoulder replacement.
To: City of Carmel, Indiana, 13oard of Public \Yorks and Safety
BID -I
PART 1
BIDDER INFORI\IATION
(PrintQ
Bidder Name: Renascent, Inc
1.2 Bidder Address:
Street Address: 935 West Troy Ave.
Indpls
City IN lip: 46225
:
Phone: 317.783.1500
Fax: 317.783.4860
1.3 Bidder is aian fmark one]
Individual
Partnership X Indiana Corporation
Foreign (Out of State) Corporation; Slate:
Joint Venture Other
1.4 [The following nnrs¢ be answered if the Bidder or anv 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 Oct as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23. 1958. ]
.1 Corporal ion Name:
.2 Address:
.3 Dale registered with State of Indiana:
.4 Inciiana Registered Agent:
Nance:
Address:
BI D -2
PART 2
111D 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 Pad 3 hereof. which Unit Prices, when multiplied by
estimated ty ii gu;)ntil %es for such Contract Items, total /4‘4-44/0 ,taoosn -.41
lynie /7vtirdsPsd/' -sd 3S 2-2- Dollars (S SZ 913S. o o ) for the
Base Bid. The Bidder acknowledges that evaluation of the to vest Bid shall be based on
such price and further acknowledges that the unit quantities listed in Part 3 of this
Proposal are estimates solely fur the purpose of Bid evaluation and Contract award,
are not to be construed as exact or binding. The Bidder further understands that all Work
which may result on the Contract shall he compensated for on a Unit Price basis and that
the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any
item of Work to be performed or furnished under the Contract.
2.2 General
The undersigned Bidder acknowledges that evaluation ol'the lowest Bid shall he based on
the total ot'the Bid.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[Thi.s Port to be used only for Bidding on
Unit Pace Contracts for the Contract items shown]
CITY OF CARMEL
#13 -02 — 136th Street Culvert Replacement at. Anson Almond Arta Project.
rum I% ED PROPOSAL
!TEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT PRrCfl
AMOUNT
1
biohilizalion and Demobilization
LS
1
2/oo.60
2 /oo•-
2
Mainlenhnce of Traffic
LS
1
5-115—•00
s/
3
Ceasing Right -of -Way
LS
1
¢/00.00
1000. --
4
8X 3' Box Culvert; Provided per '1'S42
LS
1
2(o 9SD•oo
24 9SO.—
5
Street Cut Repair
SYS
70
9e,,00
Ce 72D. —
6
Unifbrm Riprap
TON
7
92 00
Cegd. —
90(. , —
7
Compacted Aggregate, No. 53, Base
TON
5
/8o, 00
S
Erosion Control Measures
LS
1
SS 10.00
ST S-00 .'—
9
Construction Sign, Typc A
EA
4
lb St-00
¢,2_O • --
10
Detour Route Marker Assemblies
EA
13
/08.00
/lo I. —
11
Road Closure Sign Assembly
EA
4
/J. 00
1192. —
12
Construction Sign , Type C
EA
1
/ 5.co
/Co 8. --
13
Consu ltction Sign, Type 13
EA
2
S w.c 0
//Z. --
14
l3airicadc, 111 -13
L,1''1'
96
/C. 012
94c , —
1 5
Mulched Seeding
SYS
300
6. do
49 Zo. —
SZ, 93s
TOTAL BIT) AMOUNT
B1D-4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the lens 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
AcUes4 LA, 41 3//s/2o/3
d jp, L, a 3 /n /z0
BJD -5
PART 5
EXCEPT IONS
Instructions To Bidders:
5.1 The Bidder shall 'idly state each exception taken to the .S'pecificcnions or other Contract
Documents in Section 5.: of this Part.
Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non - responsive.
5.: .Exceptions:
311)4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts fin- the Contract hems .shown]
CITY OF CARMEL
#I3 -02 — 136th Street Culvert Replacement at Anson Almond Arm Project.
ITEMIZED PROPOSAL
ITEM
NO.
DESCRIPTION
UNI]'
QUANTITY
UNIT PRICE
AMOUNT
I
Mobilization and Demobilization
LS
1
y, Soo .00
41,50o.00
2
Maintenance of Traffic
LS
1
1, SOO,00
/,50o.00
3
Clearing Right -of -Way
LS
1
S,SOO.00
$IS00, Do
9,So0, 03
4
8'X3' I3ox Culvert, Provided per TS 42
LS
1
I/ co 0, 00
5
Street Cut Repair
SYS
70
2S0,o0
l'7,5-00 .00
6
Uniform Riprap
TON
7
70.00
19too
7
Compacted Aggregate, No. 53, Base
TON
5
4o.00
Soo. o0
8
Erosion Control Measures
LS
1
`i,SO0 .00
gismo .00
9
Construction Sign, Type A
EA
4
(Pao
3g4(.00
10
Detour Route Marker Assemblies
LA
13
99.Oo
/428?.60
1 I
Road Closure Sign Assembly
EA
4
/ /3. oo
452.0o
12
Construction Sign , Type C
EA
1
/5-3 -00
/S3.Oo
13
Construction Sign, 'Type 13
13A
2
52.0:.
/OL/.Oo
14
Barricade, 111 -13
LEI'
96
to o
64,`1.00
15
Mulched Seeding
SYS
300
3, co
l,oso.0o
TOTAL RID AMOUNT
52,0$Y,o0
BID -4
1
1
1
1
1
1
1
1
1
1
1
1
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company:
RISLER 6151-Puce yl u 69, fig_
Project Name:
413 - 02- r36v`' Sneerr CucveerRfqAcFwrt&j
Date Submitted:
3/20/200
Bid Amount:
52, 08q.00
1 Local Preference Law
1
1
1
1
1
1
I am claiming Local Preference (Circle One)
(All required documentation will be required in a post -bid submittal)
NO
The City of Carmel is requiring all bid submittals to include an E- Verify
certification, pursuant to Indiana Code 22- 5- 1.7 -11. This E- Verify document
is included herein and shall be included with bidding documents per
Instructions to Bidders Section 5.3.1.
I V13RIFV PROGRAM
Pursuant to Indiana Code 22- 5- 1.7 -11, the Vendor is required to enroll in and verify the work eligibility status of all
newly hired employees through the E- Verify program. The Vendor is not required to verify the work eligibility
status of all newly hired employees through the E- Verify program if the li- Verify program no longer exists.
The individual person(s) executing this Agreement, being first duly sworn, depose(s), state(s) and affirms the
following:
I. The Vendor does not knowingly employ an unauthorized alien.
2. The Vendor, prior to entering into this Agreement, has enrolled and is participating in the E- Verify program.
The Vendor shall provide documentation to the administrator of the Hamilton County Community Development
Block Grant Program and the City that the Vendor has enrolled and is participating in the E- Verify program.
Vendor:
Written Signature:
Printed Name:
Title:
a CEQ 6; 1,15r 'uCP0A/ .O. cif(.
>AU L. I LE (T.
?RESlD&J —
Important - ,Notary Shmature and Seal Required in the .Spaee Below
STATE OF.NDTi9N�
COUNTY OF Pig 2 /D N
20 j.
SS:
Subscribed and sworn to before me this 20 day of /"1g u2 GN
My commission expires: /8Sep/ 7.0/7
(Signed)
Printed: L elleity opiesz6 S
Residing in Moge /Oti County. State of ZuZ,Z5.019
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall he utilized by all Bidders. L.Vicepl as otherwise specifically provided. all Parts
shall he frilly and accurately filled in and completed and notarized.
Project:
Proposal For Construction of:
#13 -02 — 136°i Street Culvert Replacement at Anson
Almond Arm Project.
The installation of approximately 40 feet of 3' X 8' box
culvert replacement for the existing culvert crossing at 136th
Street at the Anson Almond Arm of the Williams Creek
drainage area. Also included in the project will be roadway
pavement and shoulder replacement.
Date: 3/20/20/5
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: 7U'2 69N5rR0CT/OM C"0 �A/L•
1.2 Bidder Address: Street Address: (302 5, (FE DFOR 3i7
City:J#/DP43 State: Id Zip: 462Z/
Phone: 317 - to 3S-Gb9 Fax 3:7- 435- 44,z6,
1.3 Bidder is a /an [mark one]
Individual
Partnership V Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The f-lowing must be answered if the Bidder or any of its partners or joint venture
parties is a jbreign corporation. Note: To do business in or with the City of Camel.
Indiana. foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as staled therein and expressed in the
A11011101 General's Opinion #2, dated Jamtary 23, 1958.]
l Corporation Name:
2 Address:
3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terns 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 K FlyYIJO yM0US4n/O
Am) EIGory FaoR - Dollars (5 52,08'.00 ) for the
Base Bid. 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 ro r 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.
2.2 General
The undersigned Bidder acknowledges that evaluation of the lowest Bid shall be based on
the total of the Bid.
131D -3
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER
A7o, /
IV°. 2
BID -5
PART 5
EXCEPTIONS
Instructions To Bidders:
5. I The Bidder shall firl& .state each exception taken to the Specifications or other Contact
Documents in Section 5.3 of this Part.
5.2 Bidder 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 Bid being rejected as non- responsive.
5.3 Exceptions:
131D -6