Loading...
HomeMy WebLinkAboutBid Information and PacketsNOTICE 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 "Illinois Street Extension — Tree Clearing Project" at the office of the Clerk Treasurer, One Civic Square; Carmel. Indiana (City Hall) on or before 10:00 AM Local Time, March 6, 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 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. 'file bid envelope must be sealed and have the words 'BID — Illinois Street Extension — Tree Clearing ". A bid bond or certified check in an amount not less than ten percent (10 %) of the amount bid must be submitted with each bid. A one hundred percent (100 %) performance and payment bond will also be required of the successful bidder. It is intended that each bidder shall be prepared to enter promptly into a contract and begin work without delay following a Notice to Proceed in the event the award is made to him. It is anticipated that Notice to Proceed will be given on March 22, 2013. A pre -bid meeting has been scheduled for Monday. February 25`h, 2013 at 10:30 a.m. in the Caucus Room of Cannel City Hall. Any contractors planning to submit bids on this project are encouraged to attend this meeting. The Project consists of but is not necessarily limited to; the following: Removal and disposal of all trees, stumps and shrubs within the proposed project limits. Contract Documents for the Project have been assembled into one bound project manual, which together with drawings, may be examined at the following location: United Consulting 1625 N. Post Rd. Indianapolis, IN 46219 317 -895 -2585 Complete hardcopy sets of bidding documents can be obtained from Eastern Engineering Supply, 9901 Allisonvillc Road, Fishers, IN 46038, for a non - refundable fee of $50.00 for each complete set. Complete electronic (pdf) sets of bidding documents can be obtained through the Eastern Engineering Plan room. http:// distibution .easternengineering.com, for a non- refundable fee of $25.00 for each complete set. Checks shall be submitted to Eastern Engineering Supply and shall be made payable to Eastern Engineering Supply. 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. TS -1 Company Amount Alternative Alternative 45PAutiOti WhaYnli ► 44ON Or Li ( 1.0 3.8'K yo 14LD6eeey /4&bScAP' r� S IC- irz6- -� h k frz6 -F-e4 jqq 6-61) ite7 611 I (° es( IsLJNITED Consulting= ENGINEERING ENVIRONMENTAL INSPECTION LAND SURVEYING LAND ACQUISITION PLANNING WATER & WASTEWATER SINCE 1965 OFFICERS When E. Hal. PE Dae Richter, PE. PLS Steven W. Jars Christopher Pope. PE B. Keit Bryant. PE Mdrael Rowe, PE PROFESSIONAL STAFF Andrew T. WUSa PE Davin L Stetter, MCP Daryl P. Va eiga, PE Arian C. Prsl. PE Mchal S. Oliphant WCP E. Rochelle Pemberton. PE Timothy J. Connes. PLS Briar W. Crag, PE Jon E. Coo.`elta, PE Steven R Passey. PE Kurt C CouMey. PE Brian J. Person. PE Christopher L. Hal rand. PE Paul D. Gobbed). PE Briar S. Freleit. PE Jay It Rdens. PE Christopher J. Oyer, PE MXlhew R Lea, PE Christopher a Wheeler, PE 'Mlan R. Curtis, PE ,erany A Pichadson. PE John P. Sprague. PE Heather E. Kilgauc PE Plan J. Credal, PLS Scott M. Sipte. PE Mitey D. Medan, PE KelIyJ. LaVa'sy, PE Mates A Tayla, PE Josh O. Bet. PLS Dam C. BareL PE SmnG. Wads. PE Jacob T. Blaxhad PE Jak R Storks, PE March 12, 2013 Mr. Michael McBride, P.E. City Engineer City of Carmel One Civic Square Carmel, IN 46032 RE: Bid Tabulations Illinois Street Extension — Tree Clearing Project #10 -10 Dear Mr. McBride: We have enclosed bid tabulations for the bids received on March 6, 2013 for the referenced project. The low bidder was Monroe LLC with a bid of $63,879.55. The highest bidder was Fitzgerald & Fitzgerald Co., Inc. with a bid of $199,000.00. Based on the information received, it is our recommendation that Monroe LLC be awarded the contract. If you have any questions or comments, please contact our office at your convenience. Sincerely, UNITED CONSULTING CLN William R. Curtis, P.E. Project Manager enclosures (Bid Tabs) c: Dave Richter — United Consulting File 11 -408 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: \l,on('oc LLL Project Name: Ill; no ;5 5teett Et en5 ;nn -Tree. Ceac;ny Date Submitted: 3 - 6, - i3 ti Base Bid Amount: 63, 880 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: Illinois Street Extension — Tree Clearing City of Curate! Project #10 -10 Proposal For Clearing of : Date: Illinois Street from Spring Mill Rd to 800 feet north of 1066 Street. 3 -Co -i3 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION Print 1.1 Bidder Name: 1.2 Bidder Address: Street Address: 44,46 St. 1 , . y Gj \Cot City: p a\ State: _ Zip: Phone: (111) &41 --wog] Fax: 1.3 Bidder is a /an [mark one] Individual Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture J Other LLC 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 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 5cs- 7 thCee, -Ihocsand r; hfr hw6c (7‘3 lE.i'3 r ty t L :c Dollars ($ 673. MO ). 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 PART3 CONTRACT ITEMS AND UNIT PRICES CARMEL PROJECT #10 -10 DESCRIPTION: Illinois Street Extension — Tree Clearing 3/6/2013 INS DESCRIPTION UNIT QUANTITY PRICE TOTAL 1 MOBILIZATION AND DEMOBILIZATION LS 1 5,000 5000 2 CLEARING AND GRUBBING LS 1 4.000 1 :-185c x? H.743 3 TEMPORARY SILT FENCE LFT 4 743 4 MULCHED SEEDING T, CONVENTIONAL MIX SYS 28,777 „ j'3 ii, 3l7 5 MAINTAINING TRAFFIC LS 1 i 5oo / Soo 6 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 16 ao 33O TOTAL PROJECT: SUBMITTED BY: SIGNATURE: TITLE: ADDRESS: BID -4 63,880 •.bhn M Son /Mencee.1 LC. Own&c / Mtbef Lf4LfQ �t RA L-112 tideek tlla5hv fly, '17448 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 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 to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: BID-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: / )4rjbeak/ LAaiSc cre / ,,,cciA.)4-i,9,- cc, Project Name: Z7L> n 0(J c7re-e-1- IOW' - jvp Date Submitted: a - 6- /3 Base Bid Amount: Q 8 7 2 o BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fidly and accurately filled in and completed and notarized Project: Illinois Street Extension — Tree Clearing City of Carmel Project #10 -10 Proposal For Clearing of : Illinois Street from Spring Mill Rd to 800 feet north of 106`t' Street. Datc: a 6 - 13 To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 1.1 Bidder Name: 1.2 Bidder Address: PART 1 BIDDER INFORMATION (Print) I Ard bent y CO2.uciScv i27"/ E cu 47 %ri- Street Address: 99 YO J /D o v WST CU City: Arjer4-) State Tom/' Zip: '/6 °t 0 Phone: 765 77e -5787 Fax: 765-77 -0376 1.3 Bidder is a/an [mark one] Individual Partnership ' Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or 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 Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: 2 Address: .3 Date registered with State of Indiana: 4 Indiana Registered Agent: Name: Address: BID -2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices_ when multiplied by esf n nit quantities for such Contract Items, total ,e5ei �fy Seue,. rte: & atec `to11-vtr -c 34 Dollars (SW7 22$ . ). 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 CARMEL PROJECT #10 -10 DESCRIPTION: Illinois Street Extension — Tree Clearing 3/6/2013 ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL 1 MOBILIZATION AND DEMOBILIZATION LS 1 3600 ` 3 600 • 574-00°. 2 CLEARING AND GRUBBING LS 1 -5 TOO 5. 3 TEMPORARY SILT FENCE LFT 4��7 /5° 0 -7//V 4 MULCHED SEEDING T, CONVENTIONAL MIX SYS 28,777 , YOce I070 9O 5 MAINTAINING TRAFFIC LS 1 TOGO 4000- 6 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 16 /oo .. �6 0 0 TOTAL PROJECT: 87, 42,25 30 SUBMITTED BY: 1/.9rdbr/ / Lvud'sce a / ,c.c av' ems SIGNATURE: ✓ ✓✓ TITLE: UTa" ADDRESS: c3v,o $7000 wit %.�Pe� c/60/7 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 BID -5 1" 02) .2o0 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder- shall fitlly 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 OJVNER 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: ,10s t B1D -6 PART 6 FINANCIAL STATEMENT 6.1 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 OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the Work/Project if awarded. Information on Bidder's company and financial statement shall be consistent with the infonnation requested on the State Board of Accounts Forms #96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders ". BID -7 PART 7 ADDITIONAL DECLARATIONS 7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work contemplated by the Agreement with respect to hire, tenure, terns, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Cannel reserves the right to collect a penalty as provided in IC 5- 16 -6 -1 for any person discriminated against. 7.2 The Bidder certifies that he /she has thoroughly examined the site of the Project /Work and informed himself /herself fully regarding all conditions under which he /she will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing conditions. The Bidder further certifies that he /she has thoroughly reviewed the Contract Documents, including all Addenda, and has had the opportunity to ask questions and obtain interpretations or clarifications concerning Contract Documents. 131D -8 PART 8 NON - COLLUSION AFFIDAVIT The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and state(s) that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid by another person, or (ii) to prevent any person from bidding, or (iii) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such bidding in any way or manner whatsoever. PART 9 SIGNATURES [Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE MUST BE PROPERLY NOTARIZED.] I .,-.113 er'/ � I. s ein ffcw 00'6 sa Q v . Bidders Name: Written Signature: Printed Name: Title: awn Important - Notary Signature and Seal Required in the Space Below STATE OF SS: COUNTY OF %i+dt',- Subscribed and swom to before me this 3 day of /" get 20 /3. f My commission expires: / 2e-Jo /V (Signed) / ✓� / Printed: ,4Nni 6-; /4'e Residing in Se/ County, State of BID -9 POST BID SUBMITTAL SEE ITB SECTION 6.4 MANUFACTURERS LIST Instructions To Bidders: The Bidder shall enter, in the spaces provided below, the name of the manufacturer of equipment that the Bidder proposes to fho nish for- each item of equipment listed in the Manufacturers List, which follows. The Bidder shall enter the name of only one manufacturer for each listed equipment item. Failure to enter a manufacturer's name for each listed equipment item stay render the Bid non- responsive If it is determined that such omission is material by affording the Bidder a substantial advantage over other Bidders. Upon award of a contract, each listed equipment item shall be finrnished by the named manufacturer, unless changes are specifically authorized. Equipment substitutions will be permitted only with the OWNER'S prior consent. Preliminary acceptance of equipment listed by the manufacturer's name shall not in any ivay constitute a waiver of the Drawing and Specification requirements covering such equipment. Acceptance will be based on conformity with the Drawings and Specifications covering the equipment. Equipment Item (Contract Items) Manufacturer SILT rent -c Fresh, QUA'f.o /f ` pitarice POST -BID -1 POST BID SUBMITTAL SEE SECTIONS ITB 6.5 SUBCONTRACTORS LIST Instructions To Bidders: The Bidder shall enter the names and the type of work to be done in the Subcontractors List which follows for each Subcontractor that the Bidder proposes to use for the Work who will be providing work for an agreed price of five percent (5 %) or greater of the amount 13id as stated above in Part 2. Only one Subcontractor shall be listed for each work item. Upon award of a contract, the named Subcontractors shall be employed to perform the work, unless changes are specifically authorized by the OWNER. Failure to fttrnish all information requested may render the Bid non- responsive if it is determined that such omission is material by affording the Bidder a substantial advantage over other Bidders. Except as otherwise specifically stated by the Bidder in this Part, omission of any names of Subcontractors herein shall constitute an affirmative representation and statement that the Bidder proposes to use his own work forces for most of the Work such that he will have no Subcontractors providing work in the amount of five percent (5 %) or greater of the amount Bid. Subcontractor Name (use additional sheets if necessary) Work itcatt- POST -BID -2 Price 02500 ` Jeffi Carpenter 1; Trent 'COlglaz er, i I fiatleo'nner fc i1.71,1 rrIfieY il I I ikeTarcia Ii . FiiI]aruis ; I I 111 \lilYsliciS, IJPH'n Miller I Pd I Jeff Peters I aatiliew Smith:: Elan SwaiIs BobWiw ir 1 11 1$ I ig 111 ',Reference Phone i765-2484-6370 317-258-5140 765 282-3845 °I17-7,8-4455 12-752-4945 17 984-696 P65 /42-0295 60-90i-13110 P17-8°,5 9°94 1317 33E-3574 al 741'0 4909 17-7,88-4551 317-423-0935 17-491-2883 765-983-7477 Delaware County Regional Wastewater DisieriCtI Indiana Department of Transportation Halteman VJUas City of Carmel, IN Indiana Department of Transportation *, 3 I Town of Cicero, IN H. Stewart Kline & Associates i I i;11,11,L Indiana Department of Transportationcr.:il Site & Pipe DL2 Indiana M D Wessler & Associates Strand & Associates City of Indy Parks & Recreation Richmond Sanitary District 1_S?_b_Leteren'ces Corjtac[ed With Anderson Community Schq I Corp City of Anderson, I J ' ' City of BeechlGrove, IN , r. ity of Carmel IN; , II I�pIp ityofCarmel INIiI I ,�, • X1,11 dy of Carmel' IN I 1 {j i I y of CarmeI IN r' l Y i y of Carmel IN i' Ci y of Carmel IN ! i y of Connersville, IN' itY:Of IG Ciy.of Indianapol sllIN; l lt pi y of Indianapolis', IN Ci y of Indianapolis! IN; ;,� Cty of Indianapolsl, IN' ity of Indianapolisl; IN ,' Ci y of Indianapolis; IN City of Indianapolis{ IN. j pail of Indianapolisl IN I City of Indianapolis! IN City of Indianapolis; IN , ' City of Indianapolis! IN I' City of Indianapolis'; IN; C ty of Lafayette IN ty.of Martinsville,IIN { dy of Richmond, IN 9 ty of Richmond IN, C ty Of Richmond IN. 1 C ty pf Shelbyville tiN ' it 0typfTipton'IN i; i 9 ty of Westfield IN i I Corr1munity School1Cor of d'H�ticoc Counry CIubiHeights r., ! I IF ir Type _of Work Landscaping Tree Planting Sanitary Sewer Demolition ;Water Main Extension I. 'Demolition Drainage Demolition Perimeter Backfill Water Main Replacement Trail Demolition Canal Basin Landscape Project Basketball Courts Playground Replacing Trees Landscaping Project Excavating, Clearing Demolition Restoration Grading Football Field White River Greenways Detention Basin /Retrofits CSO 017 Elimination Project Demolition Drainage Sanitary Sewer Drainage Sewer !Drainage Project Drainage Tra i l Football Field 'Concrete Curbs, Storm Drain & Ini '• I ii �Q�aLen'� I 111 I Anderso'n,High Schoolji' East 29th Street y ! lit North Bend Drive :!j ijIi Old Mend tari tree 116th &EdertiGlen, Carmel,:IN Kirk Parrt,l 1 1 h ; Fayette Strebtil High SchootjRoad 111 i { Brookside;,' &Thompson Park ' l Bowman)?ark! 86th Street ; Carson Par k , ':,ii,, Coffin & Eaglet Gold Course Douglas:Par4' I.' WetnightEast:& Deybyshire Creek I .. Home Avenue. 4 Liberty venue North 15th Street' ElliotUMohtgoinery s teets' Dearborn Street ._ Monon Trail i 'I. ; G • New PalestinejHigh School et Anderson'' IN i 1!! i • Q 1ricsi 1 I I i • ' I . 'Crider & Crider =' Detavvare Co RegrOnal Wo Halteman Villas Hamilton County I I Hamilton County blighWay ,Harrison High School Herman Associates INDOT - IR-29367-A INDOT - M-26302-e INDOT - M-26437-B - M-29,311-4 INDOT - R-26123-b INDOT - R-26617-A INDOT - R-2780-0 R-28522-A INDOT - R-286504 • lt■IDOT - R-28242-A I VDOT - R-29522-A • INDOT - R-33371-A I NDOT - R-33751-A INDOT - R-35'160-A INDOT - Toll Road INDOT Sanitary Dibtric • ophetstowniState Pa k I T ppecanoe County -frown of Cicerb, IN' town of Fishers, IN ToWn of Reynolds IN '2;oviin of Thorntown, IN \1 go County ,§choo CO p , 11 , li I ' [ • ' , Wetland Mitigation ewater District Sewer Extension Drainage 'Rehabilitation bePartrnent . • Gabion Installation Football Field Resurface Retaining Walls Demoltiom 'Debris Removal • ' I pe Lining ; Pipe Lining • Po • Wetlands w • • .1 ' = • , .bandscaping t2.• :Demoltion S ip Lrning ; • Small Structure Replacement ri Demolition P pe Linino Demolition MeadlowcrestiAddition MononrnaUjU SR 109,541rIderfs&rt 11 " '1141 'FS, 1191" 610 Elletsvillel; •Jill n ..1/1/8 Warrick Cbutit./ CrawforclsvillefDistrict • s437 Fulton COilnty,' '42,49 1903 Bartholortiew Count [S14 539 Fort wavi.A ' $5119 23', 561' Martinsvtle, '1162125 ,Landscaping I •'• „ ,IP'pe, Manholes • 'Landscaping Culvert Project S orm Sewer Project Multi-use Path Drainage Drainage Football Field Crowning • = Muncre, N Tippecanoe County", ', i • Jackson Sieel, t I 106th St eet, Eishers•ilNii I • • �.:: Ar!a nn. a..c: _C.. _ J•:. -:. ,.ai<. v r__ - - ^.x'._ n.. v. cgi+.'✓�.s4 aY 4+�.?., -.i+ �' v mC_.�:.RY�a `.••n<cpki�it- tmnloviatenf`vn 3vri�a iifv- oE+ev e.employment pohcces= and = practices of Yardberrykandscape Fxcavating are•to --recrui— —• - -- <._. . rhir and; treat: empleve esrwitheusdiscriminatiombecause off person's•racereh -mtm = -- .__,. - , ,- color sexrnational:ongut age_ ordsability Curcompany,rs committed to,providtng _ __i. - -- ,dual cmploymenteOpportunriy with, respectto hinng, termination; corpensatton - advanceinen1, upgading mnd prornotior— ad:transfer ■ This company seeks to ensure compliance with the -Civil Rights Act of -1964; as amended, .the Federal Highway Act.of_1968, the Executive Order - 11246, -and 11375, the - Indiana Civil Rights Act, and other Federal and State Law and Regulations pertaining to Equality of Opportunity and Affirmative Action Policies. Our company is committed to leadership within the community, and to put forth maximum efforts to achieve full employment and utilization of capabilities and productivity of all qualified individuals without regard to race, religion, color, national origin- age, or disability. This company further recognizes that the effective application of a policy of Equal Employment Opportunity involves more than just a policy statement. and is committed to the promotion of Affirmative Action. vtner &=EEO Ohcer ndeit6rfltizirarre , 65)t378 ;5783 • State Form 52414 Prescribed by State Board of Accounts Form No. 96 (Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) I Date: - , -- Arvi -V 6 t °0 1. Governmental Unit (Owner): CJ41 OF a,9(MBii 2. County : Marion 3. Bidder (Firm): Yardberry Landscape Excavating Company Address: 9940 S 1000 W City /State: Anderson, IN 4. Telephone Number: 765- 378 -5783 5. Agent of Bidder (if applicable): Tim Yarberry Pursuant to notices given, the undersigned offers to furnish labor material necessary to complete " / the public works project of (Governmental Unit) in accordance with plans and specifications prepared by and dated rtty Cova, 7)401/e r2'Two frl t FT/e-11 ---p -mod $ 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. a,4-6 LO�JU -' 3-6-13 for the sum of 87,2253° - 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) 1, 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 (1.0. 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. The above bid is accepted this ACCEPTANCE 6 ,^' P9 id/ day of 2013 subject to the following conditions: Contracting Authority Members: Tim Yarberry PART II (For projects of $100,000 or more — IC 36- 1 -12 -4) 71y OF cofinel Governmental Unit Bidder (Firm) Date: Yardberry Landscape Excavating Company 3 -6 -13 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? Contract Amount Class of Work Completion Date Name and Address of Owner $99,010.25 Clearing 12/12 INDOT $1,514,093.25 Drainage 12/12 City of Tipton $519,338.50 Pipe Lining 08/12 City of Martinsville $108,676.00 Drainage 08/12 INDOT 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner 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 Stewart Kline & Associates, 765- 742 -0295 Max Abrell, DCRWD, 765 - 284 -6370 Bob Wiwi, Richmond Sanitary District, 765 - 983 -7477 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 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 gove rnmental unit to consider y� wu-r bid.` /74 ter 3tb ( sm /� ��osio ca troll finnerr On ti-ci ,qc /` •,1 �+-. . 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 alonnq with a brief description f the work done by each subcontractor. - C�T"�I .; Yiw•t� Orate. Ka N FiiQ,y 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 detejmine that you will use a subcontractor on the proposed project.hta/Ci7,_y1 a „ _' , e 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. 3 Z �� �t'Lxc • .. a/�r� ofiGr - Psm.pav 9s3.co; air 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. 1 /y 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, IN this el day of %ei/ 2013 Yardberry Landscape Excavating Company (Name of Organization) By Owner (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana Madison ss COUNTY OF ) Before me, a Notary Public, personally appeared the above -named Tim Yarberry swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this - - -i I 6 day of -• s ,274rcij, 2013 My Commission Expires: 01/23/2017 County of Residence: Madison Notary Public and Form No. 96 (Revised 2005) BID OF Yardberry Landscape Excavating Company (Contractor) 9940 S 1000 W (Address) Anderson, IN 46017 FOR PUBLIC WORKS PROJECTS OF : ;beet ar C�f� OF CH( i" Filed Action taken BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside, Seat the envelope.. Company: Renascent, Inc. 935 West Troy Ave. Indianapolis, IN 46225 Project Name: City of Carmel_Illinois Street Extension -Tree Removal Project No.10 -10 Date Submitted: March 6, 2013 10:00 AM Base Bid Amount: y9 Y% 1O{. BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as othenvise specifically provided, all Parts shall be filly and accurately filled in and completed and notarized. Project: Illinois Street Extension — Tree Clearing City of Carmel Project 410 -10 Proposal For Clearing of : Date: IA Illinois Street from Spring Mill Rd to 800 feet north of 106t Street. To: City of Cannel, Indiana, Board of Public Works and Safety BID-1 1.1 Bidder Name: 1.2 Bidder Address: PART 1 IBIDDER INEORAIATION (Print) Renascent, Inc Street Address: 935 West Troy Ave. City: Indpls State: IN zip: 46225 Phone: 317.783.1500 Fax: 317.783.4860 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, /955.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof. which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total &ven4y - F,.r T/woss ._.Z- A'L . Nu,.Jrr�.i ci/x ' 4ett r.....0 P eei.2 #r `Dollars (S 7y eio4, 'ri ). 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 CARMEL PROJECT #10 -10 DESCRIPTION: Illinois Street Extension - Tree Clearing 3/6/2013 ITEM DESCRIPTION UNIT QUANTITY PRNCE TOTAL 1 MOBILIZATION AND DEMOBILIZATION LS 1 d, I2D • = 8 87D. = 2 CLEARING AND GRUBBING LS 1 3S296o• r as; 9(.o.'� 3 TEMPORARY SILT FENCE LFT 4,743 4 MULCHED SEEDING T, CONVENTIONAL MIX SYS 28,777 , 27 /p 497 `ro 5 MAINTAINING TRAFFIC LS 1 3, Roo. °L .?, Roo. 6 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 16 /�S v a O� `= TOTAL PROJECT: SUBMITTED BY: SIGNATURE: TITLE: ADDRESS: 13 LD4 d 719, 90 Cv , _9 93.5- / YG2,r A-vc 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 (tithe following addenda: ADDENDUM NUMBER DATE / --e Aruart/ -27 ao 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 to be a material qualification or variance Born the terms of the Contract Documents may result in this Bid being rejected as non- responsive. 5.= Exceptions: 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: Gradex, Inc. 12900 N. Meridian Street, Carmel, IN 46032 Suite 120 Project Name: Illinois Street Extension — Tree Clearing Date Submitted: March 6, 2013 Base Bid Amount: $ 142,403.00 ‘.1 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be (idly and accurately filled in and completed and notarized. Project: Illinois Street Extension — Tree Clearing City of Carmel Project #10 -10 Proposal For Clearing of : Illinois Street from Spring Mill Rd to 800 feet north of 106th Street. Date: March 6, 2013 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION 1311 1- Bidder Name: Gradex, Inc. 1.2 Bidder Address: Street Address: 12900 N. Meridian Street, Suite 120 City: Carmel State: IN Zip: 46032 Phone: 317 -573 -3970 Fax: 317 -573 -3979 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 f llowing trust 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 trust register with the Secretory of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #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 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 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 One Hundred Forty -Two Thousand Four Hundred Three 00 /100 - Dollars (S 142,403.00 ). 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. 1310-3 PART 3 CONTRACT ITEMS AND UNIT PRICES CARMEL PROJECT #10 -10 DESCRIPTION: Illinois Street Extension — Tree Clearing 3/6/2013 ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL 1 MOBILIZATION AND DEMOBILIZATION LS 1 7,000.00 7,000.00 2 CLEARING AND GRUBBING LS 1 96,700.00 96,700.00 3 TEMPORARY SILT FENCE LFT 4 743 3;030 1.50 7,114.50 4 MULCHED SEEDING T, CONVENTIONAL MiX SYS 28,777 0.50 14,388.5G 5 MAINTAINING TRAFFIC LS 1 15,600.00 15,600.00 6 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 16 100.00 1,600.00 TOTAL PROJECT: $ 142,403.00 SUBMITTED BY: Gradex, Inc. SIGNATURE: ��0 ,�,�\ Scott Sweeney Q TITLE: Vice President ADDRESS: 12900 N. Meridian St., / /120 Carmel, IN 46032 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 February 27, 2013 1310 -5 PART 5 EXCEPTIONS 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: N/A 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: Asplundh Brush Control Company 1404 W. South Street Lebanon, IN 46052 Project Name: Illinois Street Extension -Tree Clearing Carme Date Submitted: March 5, 2013 Base Bid Amount: $1 68, 557.75 1 Project No.10 -10 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: Illinois Street Extension — Tree Clearing City of Carmel Project #1.0 -10 Proposal For Clearing of : Date: Illinois Street from Spring Mill Rd to 800 feet north of 106th Street. March 5, 2013 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Asplundh Brush Control Company 1.2 Bidder Address: Street Address: 1404 W. South Street City: Lebanon State: IN Zip: 46052 Phone:765- 482 -5352 Fax: 765-482-5183 1.3 Bidder is a/an [mark one] Individual Partnership Indiana Corporation X Foreign (Out of State) Corporation; State. PA 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: Asplundh Brush Control Company 2 Address: 1404 W. South St., Lebanon, IN 46052 10 -16 -2008 .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: C T Corporation System 251 East. Ohio St. Suite 1100 Indianapolis, IN 46204 BID -2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items. t tal one hundred sixty eight thousand, five hundred fifty seven andD7ol as8O ($168,557.75 ). 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. 131D-3 PART 3 CONTRACT ITEMS AND UNIT PRICES CARMEL PROJECT #10 -10 DESCRIPTION: Illinois Street Extension - Tree Clearing 3/6/2013 I NO. NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 MOBILIZATION AND DEMOBILIZATION LS 1 - 3, 650. 2 CLEARING AND GRUBBING LS 1 - 125,712. 3 TEMPORARY SILT FENCE LFT 4 743 3,830 5.50 26,086. 4 MULCHED SEEDING T, CONVENTIONAL MIX SYS 28,777 25 7,194. 5 MAINTAINING TRAFFIC LS 1 . - 3,995. B TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 16 120.00 1 920. TOTAL PROJECT: $168,557.75 SUBMITTED BY: Asplundh Brush Control Co. SIGNATURE: Q2�p TITLE: Supervisor ADDRESS: 1404 W. South Street BID-4 Lebanon, IN 46052 00 00 50 25 00 0 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 /L/dendarn dr/ 3_S X0/3 BID-5 PART 7 ADDITIONAL DECLARATIONS 7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the right to collect a penalty as provided in IC 5 -16-6 -1 for any person discriminated against. 7.2 The Bidder certifies that he /she has thoroughly examined the site of the Project/Work and informed himself /herself fully regarding all conditions under which he /she will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing conditions. The Bidder further certifies that he /she has thoroughly reviewed the Contract Documents, including all Addenda, and has had the opportunity to ask questions and obtain interpretations or clarifications concerning Contract Documents. BID -8 ENGINEERING ENVIRONMENTAL INSPECTION LAND SURVEYING LAND ACQUISITION PLANNING WATER 8 WASTEWATER OFFICERS }Si6a'E Hal.P c.s;: F.t t:. PE RS r,:n VLJcre; Ke:.fier1a: PE PROFESSIONAL STAFF Ar.a ; _A? Car P f: E ;a z eSi i:_ c.... fc C4ciat >IB E rsrtlit 'nrrlttn . -T_ .p.er . ?t:IC i.YA-!?. FE etirt.! Fe...''.CO FE atztVP _ tt =na.'m . ?z:• 7 z:at. FE r m s = . =_xc`V. Cris »nf J. C -„er GYt'd_.`.9er :.%race PE 7:J an P. C.ua 'dC ty . r ;atbr r_ 17r.? e.. _ere Ycly 1.i iv;:; Fi Cam C. Axe; . ?E "E cl car?_ February 27, 2013 RE: ADDENDUM #1 Illinois Street Extension — Tree Clearing Project No. 10 -10 Dear Plan Holders: Addendum #1 consists of revisions to the Plans and Contract Book. Plan Sheet: #1 Title Sheet #7 - #9 Tree Clearing Plan Contract Book: Part 3 — Contract Items and Unit Prices (Revised) TS 10 Final Cleanup (Revised) TS 12 Clearing and Grubbing (Revised) TS 14 Staking of Right -of -Way (New) Please REMOVE and REPLACE the appropriate items transmitted herewith. Please be sure to submit Part 4 "Contract Documents and Addenda" from the Bidders Itemized Proposal and Declarations section of the contract book acknowledging receipt of the Addendum #1 when submitting your bid package. If you have any questions or comments, please contact our office at your convenience. Sincerely, UNITED CONSULTING ,lt William R. Curtis, P.E. Project Manager enclosures c: Michael McBride, City of Carmel Engineer File 11-408 ADDENDUM #1 ILLINOIS STREET EXTENSION — TREE CLEARING PROJECT No. 10 -10 To: All Plan Holders of Record The following addendum items modify, change, delete from or add to, the requirements of the contract documents for this project. Where any article of the contract specifications or any detail of the contract drawings is modified or any paragraph, subparagraph or clause thereof is modified or deleted by the articles contained in this addendum, the unaltered provision of that article, paragraph, subparagraph or clause shall remain in effect. REMOVE and REPLACE the appropriate items as transmitted herewith. se 61sTER :t No. 0% PE10505665 STATE OF . — 04559/OtsA' Ea,%C Gc/ e William R. Curtis, P.E. Registered Professional Engineer State of Indiana No. 10505665 United Consulting 1625 North Post Road Indianapolis, IN 46219 -1995 City of Carmel Addendum #1 February 27, 2013 TS 10 FINAL CLEANUP The Contractor shall clean up all areas, including inlets, storm pipes, and streets, and remove all temporary erosion control measures, within the construction area as well as areas disturbed outside the construction areas at the completion of the project. This work shall be done at the satisfaction of the City of Carmel. The areas disturbed outside of the construction area shall be seeded at no cost to this project. TS 12 CLEARING AND GRUBBING Clearing and grubbing shall be in accordance with section 201 of the Standard Specifications. Trees, stumps, roots, and other protruding obstructions not designated to remain shall be cleared and grubbed, including mowing as required. Stumps, roots, and perishable items shall be completely removed or ground to a point 3 feet below finish grade. Brush mulching will be allowed for trees up to 4 inches in diameter, when measured at a height of 24 inches above the ground. No burning of perishable materials shall be allowed. Perishable materials and debris shall be removed from the right -of -way and disposed of at a location off the construction site. TS 14 STAKING OF RIGHT -OF -WAY The City will provide staking for the existing and proposed right -of -way throughout the project limits. The Contractor shall be responsible for staking the construction limits and the protected environmental areas. Ts -I 0451003 A1G144+na 5655 Nag fdRo Avenue team 415220 317-251-5143 460: Davie Mush 64TMwv Neleo & LLC 30 R*sew& Acne H410ponop*A � 6 MOm, 4621 Mtn. km Dm" 0N1me Wol.. 220 Wolenoy NM1ew* NimmdLL pdow 46202 3 63 -6562 010t Orb LYynhp 760 3rd formal 14 <vmX, trglma 46033 317- 571 -2451 Alh tln airy Clay looms* Re0Y.. ol 4o,I. 00541 10701 Nom CNage Avenue. Sully A lnpmaydl. lnebla 46260 317- 046-9200 Attn. Ryon Heitman Tenon Moment M (lm Csnael) 15465 Me Egle Peek Acme 21onMAN, Indlma 40077 312 -752 -9426 Iln: Tom Spencer Dn. Energy) 1619 pn DOS.* xA470, Kpmo 46902 317-776 -5341 Alin: Cindy Pavia'," 1230 054e um Street 3x17-261*. 4,� 46221 AIM 0* Stephen' SC. ERs (kr AT&T Load & Klima Me Hank 11C) 6751 wnl S.nl oe- Drive Net Pieta Sena 46165 312450 -7165 Alb Brute Lamer Man.man amen 730 Fen Navy 54ee1 LL 31 p lenfola 40225 Alb: 004. Fowler M !Henn 1625 1%1 MM SYSL Sane 5W M nid'w 4146:n0 46260 317-713-6922 Allis Gen I4do Screen Eneryy 16200 Anleool. Poe! NdleMle. Wove 46061 312- 776 -5520 AIM: Il, Mee* CITY OF CARMEL PROJECT NO. 10 -10 ILLINOIS STREET EXTENSION TREE CLEARING Begin Project 1 PROJECT LETTING DATE: 3 -6 -2013 BOARD CF F MD BAMYY JAMES BRRANA D, MAYOR - CHAIRMAN MARY ANNE BUR E - MEMBER LCH WATSON - MEMBER 100E7 OF DRAWINGS 011E SHEET & INDEX GEOMETMC 1115 -LP DETAILS REFERENCE 11E5 & BENCHMARKS INFO. TREE CLEARING PLAN 5H151 N0. MAIM COMMENT (f MANSPCENA 1LN Sr40 5.o CR6RNS5, 51964455711771063505 & SUPPLEMENTAL 54051176515 06105 2012 N 46 0000 Wm GM PLANS 2 -4 5 -6 7 -9 OWNER CITY or CARMEL 0,4E MAC SWARE CARMEL. INDIANA 46032 (317) 571 -2400 TOPOGRAPHIC SOW)/ 85: UNITED C045UL1150 11525 N. POST R0. INDIANAPOLIS. IN 46219 (317) 895 -2565 CONTACT71M CPOMES &MAY Mar DON'T a0 1- MM 000666(5 x1; vUNI TED P*axaa_ 1623 N. Pan Road Indianapolis, Indiana 46219 Phone: 317.895.2585 Fax: 317- 895 -25% Web: www.oahWy.coln DCSKMO• _684 011501@ ,un DRAWN. 1!L OWED S4 Final Construction Documents Z J V W W Z ,0 VJ Z `ryW W ct 1—' N 0 0 Z J J wl 6 Z U W 8 et G. I tin - - - -= 22,50 —� _NHo 'g�LfrOJ_- ?beep lieW m& • fraA wa w .ems fl The Csoslo m Nor 9102 r_a ed57 0991!,144 Amnll9 81.8 iREE CEEARBA: NOTES WECENO En.Amnnlejr S.W. beta Min 9. Pg4ol unn Or Me aeninl a 9. °1x"1 sew n Denoted, As 2 any M 121 2mtno o% Sense se Mm CsAmsywoh antic. 9>ti sloe XIS a 1.+E, 1M Nn mon i• Col et PS CwMOro MM Mt Owns a.Wn QtoM 49014* Art IS MTMry flex @14* JO r a Man 2x49* a Mn (Inp me The O4M — Oa sex bosh Of 9yw* Root Cw*8*' AN fence e O.o* A. PMtiia Oafs vUN2 ED 1625 Si . Post 11w0 IMUnapllq IN 46219 Rime 317-895 Pax l29' PaWex NYmn eo .21.00 = vm. M / e Olitrt N ,ede 9: aft Jo.A09 562 i .3 ` Sy 44 v.Y.m4 ,v WV O ea sw.1. & M!!M Mmmxn Hex 'Cmmeek CITY OF CARMEL ILLINOIS ST. EXT. - TREE CLEARING 009.111 CHIE0 .m. AAA TREE CLEARING PLAN Amen Iflegla e O - -ro vv MEE CLENENO NOTES P&node Loofa. M.In PR Payed Lea Fen N 1M nna� fSMVBhRwln4 2.. are" AM 1B L Mmvewb 5naM% Awe At Mien(' TW c - Ceovet An As Me B M4hf MM rb J Ms Cmpxfn Ad 4aYM lift The 0.nn W A e rowan, To A..n+s m. nM X Hera 1625 N. Pat Road v UNITED 'PI t 3Il11 46119 01eeu�tlOB— Fax 311-035-2596 w umMymm MEE CLEMM NOM r brmhymn, 0. 1,4 S.P., Pr Mt no: P"'"f =terl: On* Ilank, The 6,„„, erNei 71/2 Are 1,Sra. Ar mtn e' ttnitact Nbe 9. Jaw., 4 D ;, J S Conirmir hea um,„4 44,4. Can.,* .17 1 INt rhmn rth,on 311'w cr r"", S..* 9. 4, 1625 N Past Pool 16219 More 311-R95159s Fax 917-895-2598 www =Indy cam 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: rre4en4� / f%ratwJ Cow mvx, -Tic. 5doa &aiecoo6 /✓aluE Sa,m 206 - i✓0,gVAyaous f '/G ,1o3 Project Name: ,t.L,.wo,.s 5fl- erE,cr6n:vo,d— i 'EE exaceh✓g Date Submitted: /guoteett 6, .105 Base Bid Amount: ¢o a moeMezNi„trry- Atis_71rc,,,,A `l9 P( 1o�oa 'i uas 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 filly and accurately filled in and completed and notarized. Project: Illinois Street Extension — Tree Clearing City of Carmel Project #10 -10 Proposal For Clearing of : Illinois Street from Spring Mill Rd to 800 feet north of 106" Street. Date: 014)2,C14 6� 2p13 To: City of Carmel, Indiana, Board of Public Works and Safety 1311)-1 PART BIDDER INFORMATION (Print) 1.1 Bidder Name: Flrz6&t4ta C!TZ‘E.QA1 -9 a.nlo�9/t; -I ✓C. 1.2 Bidder Address: Street Address: SGo 2 [(scab /Y'VtWt . &wp #ZO( City: SDM.4/yoU5 State: Si✓ Zip: 41-03 Phone:C3 /712 98Z -f06/ Fax: (3/7)7,4 -6609 1.3 Bidder is a /an [mark one] Individual Partnership !/Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 ['%he.folloiring mast be. answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To alo business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the Stale 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] I Corporation Name: .2 Address: Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total O.t/E 44'd»te,6 /4447. - /Sn/e Tieds,N_0 $' °9 &r Dollars ($ /f' t w." ). 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 CARMEL PROJECT #10 -10 DESCRIPTION: Illinois Street Extension - Tree Clearing 3/6/2013 ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL 1 MOBILIZATION AND DEMOBILIZATION LS 1 3a0,°° #3 pff�. 2 CLEARING AND GRUBBING LS 1 /,-p G?Q4c i�� do D76 3 TEMPORARY SILT FENCE LFT 4e //D SZ /7 If 4 MULCHED SEEDING T, CONVENTIONAL MIX SYS 28,777 • 75- Z/ $22,. 71 is-qv c,..)__ 5 MAINTAINING TRAFFIC LS 1 /SQQq; - 6 TEMPORARY EROSION AND SEDIMENT CONTROL, CURB INLET PROTECTION EACH 16 po 74,— / pa 3,,a a. — TOTAL PROJECT: # 1 a 4 0660 .&-- ,Mrrw� ¢ Frzc nrc4 Co., -C SUBMITTED BY 1/I'CN46C J • h TZGau /b 4 - SIGNATURE: 774c Ft-m.42 TITLE: n,siDF,vl ADDRESS: SaoZ amtiloob ifivewKfl 73k 024 i tv vouS, .T✓ 1(793 131D -4 PART 4 CONTRACT DOCUMENTS AND ADDENDA 41 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 4k/ Fsaaua' 27 20/3 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 being rejected as non - responsive. 5.3 Exceptions: BID-6 3/5/13 From: (215) 784 -4200 Christine Bauer Asplundh Tree Expert Company 708 Blair Mill Road 3rd Floor Willow Grove, PA 19090 Origin ID: SEGA FeddEx Ship Manager - Prin. d J13101212190326 Ship Date: 05MAP,13 ActWgt 1.0 LB CAD: 3821632/INET3 SHIP TO: (317) 571 -2400 Clerk Treasurer Office Board of Public Works and Safety One Civic Square BILL SENDER CARMEL, IN 46032 Delivery Address Bar L IUIIII101 Ref # 18 9 7 Invoice # PO # Dept # 1 01111 1111 1 1 TRK# 7948 9136 7063 0201 02011FedE1 159396 REV 1/11 rit7Z 1 7' G2,1 /93AB 1 WED - 06 MAR 8:30A FIRST OVERNIGHT 46032 IN -US IND ' \ \ C/) CD CD cm h;hE� tainer and s inn q?iitions ands p 4ex/ bdEx v, rrP�Cg;rx Service CD \ co-\ \ r—f o ti, fe d e n .com, oro- ; . CD \ \ D . -k\ vo\ 5. at\ c E \ 1 \o \ t \ \ \ [U os, , Ise 4010 .40 • ayi Board of Public Works and Safet 1 Clerk Treasurer Office i One Civic Square jCity of Carmel Indiana 46032 IST' CLASS MAIL "13ID - ILLINOIS STREET .EXTENSION - TREE CLEARING". CARMEL PROJECT NO. 10 -10 BID DUE DATE: MARCH 6, 2013 TIME: 10:00 AM f 1 3/5/13 From: (215) 784-4200 Christine Bauer Asplundh Tree Expert Company 708 Blair Mill Road 3rd Floor Willow Grove, PA 19090 Origin ID: SEGA FedEx Ship Man ger - Pri Fxpres J13 01212190328 SHIP TO (317) 571 -2400 Clerk Treasurer Office Board of Public Works and Safety One Civic Square BILL SENDER CARMEL, IN 46032 Ship Date: 5MAR13 ActWgt 1. LB CAD: 3821 32/INET3 Delivery A ress Bar C IIII Ref # 8 8 7 Invoice # PO# Dept # 1 — --- w,-corrr-earilDtrd;iditVT/.7T' TRK# 7948 9136 7063 0201 1MZZ WED - 06 MAR 8:30A FIRST OVERNIGHT 46032 IN -US INr`. 1 708 BLAIR MILL RD WILLOW GROVE, PA 19090 -1784 Form 22 -26 (rev 5/97) �O�'lf i� "BID — Illinois Street Extension —Tree Clearing" Carmel Project No. 10 -10 Additional Materials for Asplundh Brush Control Co. Bid Expert Company All Road ,1oor Allow Grove, PA 19090 Origin ID: SEGA SHIP T0: (317) 571 -2400 Clerk Treasurer Office Board of Public Works and Safety One Civic Square CARMEL, IN 46032 FedEx First Overnight® FedEx Ship Manager - Prim -- —, - - -- Ship Date: 05MAR13 Actwgt: 1.0 LB GAD: 3821632/INET3370 Delivery lll IIIIIIIIII II IIIIIIIIIIII I III IIIIIIIIIIIIIIII I I IIIIIII II III 186897 Express J13101212190326 BILL SENDER ` I It, 1 , � i 1k �1 1 1� �`titt� �''1 Ref # Invoke # p0 # Dept # TRK# 7948 9561 8117 0201 1 MZZA 151969 REV 948 RAO WED - 06 MAR 8:30A FIRST OVERNIGHT 46032 IN -US IND ul 011 lent. ants Only with the contair °rms and conditil applicable Fed{ current FedEx - xpress services go to fedex.cl ration.