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.