Loading...
HomeMy WebLinkAboutBid Information and Packets w s Prescribed by State Board of-Accounts 80202-5831181 General Form No.99P(Rev.2009A) CITY OF CARMEL-STAR LEGALS To: INDIANAPOLIS NEWSPAPERS 307 N PENNSYLVANIA ST -PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 PUBLISHER'S CLAIM LINE COUNT ro empEpS er- (Must not exceed two actual lines,neither of which shall tTr ndiana Notice is hereby given that the Board of Pub- ire than four solid lines of the type in which the body of the lie Works and Safety for the City of Carmel Hamilton County,Indiana will receive sealed ement is set).-number of equivalent lines bids for the"City of Carmel Project No.I1-00. Small Structure Emergency Replacement: )er of lines Westwood Drive over Mitchener Ditch"at the office of the Clerk Treasurer. Otie Civic )er of lines square Carmel,Indiana(City Hall)on or be- fore --- iuly 211th,2011,10:00 AU iucaf These and ;r of lines commencing as soon as practicable thereat- -- - _ ter on the same date such bids will be pub- hely opened and read aloud In the Council 1111ber of lines in notice Chambers of City Hail.!to late bids win be accepted- All bids and proposals shall be properly and completely executed on the proposal forms provided with the lans and specifications. which will include the non-collusion affidavit OF CHARGES as required by the State of Indiana.The bid envelope must be sealed and have the words 2.0 columns wide equals 220.0 equivalent lines at.6$5 "010-•Small structure Emergency Re0laee- men4 Westwood[rive over Mitefiener Ditch" r Idle $ 1 50.72 City of Carmel Project#11-08. A bid bond or certified check in an amount large for notices containing rule and figure work(50 per cent not less than ten percent (10%) of the amount bid must be submitted with each ;amount) bid. A one hundred percent(lob%)perfor- mance and payment bond will also be re- extra proofs of publication($1.00 for each proof in excess of two) .00 shall be started Con as do Soon oa all mt work divisions AMOUNT OF CLAIM ( p ) $ 150.72 each bidder shall be prepared to enter promptly Into a construction contract. fur- nish a performance bond. and begin work IPUTING COST without delay In the event the award is made to him. The Project consists Of,but is not necessarily ;le column 55.8 ems Size of type 7 limited to,the following: new Midge Carrying Westwood isertions 2.0 1a enerptad apresch or including tuber rap M�sn and OTodlog-Contract Documents for the Project have been assembled Into one bound project man- ual, which together with drawings. may be examined at the following locations: ie provisions and penalties of IC 5-11-10-1,i hereby certify that the foregoing account is City of Carmel Department of Engineering-lst Floor tat the amount clahned is legally due,after allowing all just credits, anti that"o part of tike swat., One Civic Square Carmel,IN 46032 (317)571.2441 USI COnSettams,lrc. Indianapolis.I I Street 46216 that the printed matter attached hereto is a true copy,of the same column width and type size, (317)544-4996 Complete sets of bidding documents can be iblished in said paper 2 times. The dates of publication being between the dates of obtained from USI Consultants. Inc at 8415 East 56th Street,Indianapolis.IN 46216 on or after July 8,2011 for a Non-Refundable fee of n $75.00 for each complete set payable to USI 1/07/2011 Consultants,Inc.These sets Include full-size drawings,cross sections,and project specify catIons.All payments and costs of Contract Deturnents are non-refundable.Bidding disc- statement checked below is true and correct: uments WI shi!!d to be eligible to bid on this con Bidders shall assure they have obtained complete sets of drawings and Contract Uoc- les not have a Web site. uments and shah assume the risk of any er- rors or omissions in bids prepared in reliance on incomplete sets of drawings and Contract s a'Web site and this public notice was posted on the same day as it was published in Documents. ThisProjeot will be funded by the City of Carmel- spaper Wage rates for the Project Shall not be less s a Web site,but due to a technical problem or error,public notice was posted on than the Current prescribed scale of wages as Wage determined by e the Common Construction S a Web site but refuses to post the public notice. Wage Committee in accordance with I.C.5• p p 16.7.and included in the Project Manual. for special accommodations needed by handicapped Individuals planning to attend the public bid opening meeting, please call or notify the city of Carmel, Engineer's Of- fice,( 0) o S r 571-2441. at least forty-eight �..� � (48)flours prior thereto. l�f}lJ No bidder may withdraw any bid or proposal within a period of thirty(30)days following the date set for receiving bids or proposals. The Carmel Board of public Works and Safety reserves the right to hold any or all bids or proposals for a period of not more than thirty (30)days and said bids or proposal shall re- I Title: Clerk main in full force and effect during said pe- — riod.The City of Carmel reserves the right to reject and/or cancel any and all bids,solici- tations and/or offers In whole or in part as specified In the solicitations when It is not In the best interests of the governmental body as determined by the purchasing agency In accordance with IC 5-22-18-2 Diana t--Cordray Clerk-Treasurer (S-6/30/11,7/7/11-5831181) NOTICE TO BIDDERS City of Carmel, Indiana Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana will receive sealed bids for the"City of Carmel Project No. 11-08: Small Structure Emergency Replacement: Westwood Drive over Mitchener Ditch"at the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) on or before July 20th, 2011,10:00 AM Local Time 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 Hall. No late bids will be accepted. All bids and proposals shall be properly and completely executed on the proposal forms provided with the plans and specifications, which will include the non-collusion affidavit as required by the State of Indiana. The bid envelope must be sealed and have the words "BID — : Small Structure Emergency Replacement: Westwood Drive over Mitchener Ditch"City of Carmel Project#11-08. A bid bond or certified check in an amount not less than ten percent (10%) of the amount bid must be submitted with each bid. A one hundred percent (100%) performance and payment bond will also be required of the successful bidder. It is intended that actual construction of all work divisions shall be started as soon as practicable, and each bidder shall be prepared to enter promptly into a construction contract, furnish a performance bond, and begin work without delay in the event the award is made to him. The Project consists of, but is not necessarily limited to, the following: New Bridge Carrying Westwood Drive over Mitchener Ditch and minimal approach work including timber rail installation and grading. Contract Documents for the Project have been assembled into one bound project manual, which together with drawings, may be examined at the following locations: City of Carmel Department of Engineering - 1st Floor One Civic Square Carmel, IN 46032 (317) 571-2441 USI Consultants, Inc. 8415 East 56th Street Indianapolis, IN 46216 (317) 544-4996 Complete sets of bidding documents can be obtained from USI Consultants, Inc at 8415 East 56th Street, Indianapolis, IN 46216 on or after July 8, 2011 for a Non-Refundable fee of$75.00 for each complete set, payable to USI Consultants, Inc. These sets include full-size drawings, cross sections, and project specifications. All payments and costs of Contract Documents are non-refundable. Bidding documents must be purchased to be eligible to bid on this contract. Bidders shall assure they have obtained complete sets of drawings and Contract Documents and shall assume the risk of any errors or omissions in bids prepared in reliance on incomplete sets of drawings and Contract Documents. This Project will be funded by the City of Carmel. Wage rates for the Project shall not be less than the current prescribed scale of wages as determined by the Common Construction Wage Committee in accordance with I.C. 5-16-7, and included in the Project Manual. For special accommodations needed by handicapped individuals planning to attend the public bid opening meeting, please call or notify the City of Carmel, Engineer's Office, at (317) 571-2441, at least forty-eight (48) hours prior thereto. NTB-1 1N2004.0222.PH2.NTB.DOC • No bidder may withdraw any bid or proposal within a period of thirty (30) days following the date set for receiving bids or proposals. The Carmel Board of Public Works and Safety reserves the right to hold any or all bids or proposals for a period of not more than thirty(30)days and said bids or proposal shall remain in full force and effect during said period. The City of Carmel reserves the right to reject and/or cancel any and all bids, solicitations and/or offers in whole or in part as specified in the solicitations when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5-22-18-2 Diana L. Cordray Clerk-Treasurer NTB-2 IN2o 4.0222.P112.NTB.[xX' r'r s II Mt a : g u El II 11 n lia um ' Cr .. . IEL DANES BRAINARD, MAYOR LETTER OF TRANSMITTAL Date: August 2, 2011 To: Sandy Johnson Clerk Treasurers Office From: Michael T. McBride City Engineer Dept. of Engineering RE: Bid Packet for Project#11-08 Small Structure Emergency Replacement: Westwood Drive over Michener Ditch Sandy, enclosed please find 3 (three) bids for Project#11-08. Replacement of Small Structure over Westwood Drive Contractor Base Bid HIS Contractors $154,800.00 Hoosier Pride Excavating $164,490.42 Trisler Construction $186,443.30 DEPARTMENT OF ENGINEERING ONE CIVIC SQUARE, CAMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439 EMAIL engineeringecarinel.in.gc v 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: (3 Cons-+,40rs, . 'nc- Project Name: ( r'i ge^*09g9 k1 u+aoci br. £Ve-r ba Date Submitted: J 020) ,201 Base Bid Amount: /5 (F00. 00 Alternate 1 Bid Amount: Ai/A Alternate 2 Bid Amount: Alternate 3 Bid Amount: A1/4i Alternate 4 Bid Amount: AYA Alternate 5 Bid Amount: Alternate 6 Bid Amount: N�� BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Bridge No. 289 Westwood Drive over Mitchener Ditch Project No. 11-08 Proposal For Construction of: New Bridge Carrying Westwood Drive over Mitchener Ditch and minimal approach work including timber rail installation and grading. Date: J uJi 00 J 0201 I To: City of Carmel, Indiana,Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: N I S c ris truelor's, .Znc• 1.2 Bidder Address: Street Address: 51 51) E. (05 recd j Su.,'l e_ L City: Inolta.no.polis State: Tit/. Zip: z/69-AO Phone: 317-,284—//`3S Fax: 3/7-4281/-//5 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 any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion 42, 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 I estimated unit quantities for such Contract Items,total One Kt/wired P riv -four ` J okso >d eig kit hundrec dollars ijo Ce-kuts Dollars ($ /AY) FM. O° }. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and fattier acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract_ BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Project: Br.289: Westwood Drive over Mitchener Ditch,Project No. 11-08 Prices in Figures Contract Description/ Estimated t'nit Unit Total Price Item No. Quantity Price for Item 1 Construction Engineering 1.00 LS. `‘`' 2 tvlobilization and Demobilization 1.00 LS sv3V, 3 Clearing Right of Way 1.00 LS_ , "z' 47/8.2-`• 4 Temporary In-stream Silt Basin 1.00 LSUM 1� ' °" / 000. °`' 5 Excavation, Common 138.00 CYS. 5S. 7,596. G" 6 Excavation, Waterway 25.00 CYS. yS, /, 7 Excavation, Foundation, Unclassified 52.00 CYS. 35.0° I) 820,`Y' 8 Temporary Silt Fence, Undistributed 300.00 LFT. 7-s S'aS °" 9 Aggregate for End Bent Backlit' 22.60 CYS. 70.- /,5�2. 10 Compacted Aggregate, 53, Base 168.00 TONS 30, `° 5,01/0. °O 11 HMA Surface, Type "A" 42.00 TONS i/q, y,49Si °° 12 HMA Intermediate, Type "A" 57.00 TONS /06, 6,04/2 " 13 HMA Base, Type "A" 70.00 TONS °L 6„/GO. 14 Benchmark 1.00 EACH seil-° 566, " 15 Buried Timber Guardrail End Section, 4.00 EACH Install Only / "' 5,;00, °O 16 Timber Guardrail, Install Only 96.00 LFT. y/, °' 3, G„3(,, 17 Timber Bridge Rail, Install Only 84.00 LFT. w 18 Geotextiles 390.00 SYS. 2P) q 19 Riprap, Class I, 24 Inch Depth 263.00 TONS ; ,7 es," 20 Seed Mixture, R 8.00 LBS. i17,-° 374,, "° 21 Fertilizer 0.10 TONS z,/ar.).K' ,2/6 22 Mulched Seeding, T, Undistributed 212.00 SYS. 636, °° 23 Temporary Erosion Control Blanket 212.00 SYS. .1, °" , Mobilization and Demobilization for `4 2.00 EACH Seeding ,A5:`° 530, 25 End Bent Drain Pipe, 6-inch Diameter 80.00 LFT. /3,00 /,0 y0,b° 26 Saw Cut Joint 49.00 LFT. /3. °O (o37 40 27 Piling, Steel "H" Piles, HP 12x53 520.00 LFT. ° 33, gc), 28 Epoxy Coated Reinforcing Steel 3,434.00 LBS. /,20 y /2u, :YD 29 Concrete, A, Substructure 21.20 CYS. 'j.57),'`' 30 Structural Membrane Waterproofing 150.00 SYS. 30,E y/Soo. c"-) 31 WS 17" x 4'-0" Concrete Box Beams, 824.00 SFT. Install Only "7 4y ya °° 32 Surface Seal _ 1 .00 LS. /,/,SO, °_ /5G. CO BIB)-4 33 Field Tile, Undistributed 20.00 LFT. g,°° .369.°° 34 Construction Sign, Type A 8.00 EACH /30,6° 6 44/L, " 35 Construction Sign, Type B 2.00 1 EACH 7G `'° /1/.0, 36 Standard Barricade, Type 111A 48.00 LFT. /3. °° lvd'/, ao 37 Standard Barricade, Type II1B 48.00 LET. jti, d° 6 `72. 38 Detour Route Marker Assembly 7.00 EACH iva°° 9&7. °° 39 Road Closure Sign Assembly 4.00 EACH 14,0,00 !G SAO. Total For Westwood Drive over 41itcbener Ditch(Br.289) $ Carmel Project No.11-08 �.5 F0d. BID-5 .1 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 jirli 15, 2o BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall faily state each exception taken to the Specifications or other Contract Documents in Section 13 of this Part. 12 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: rr1 er BU-7 Stale 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) Date:Jul} 20. 2011 1. Governmental Unit(Owner):City of Carmel 2. County :Hamilton 3. Bidder(Firm):Hoosier Pride Excavating Inc. Address:9150 North Prairie Rd. City/State:Springport. IN.4738o 4. Telephone Number:765-533-2010 5. Agent of Bidder(if applicablel•Ronald J.Brown.President Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Carmel (Governmental Unit)in accordance with plans and specifications prepared by USI Consultants Inc. and dated July 8. 2011 for the sum of One Hundred Sixty Four Thousand.Four Hundred Ninety Dollars and 42 toll $164.490.42 The'undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed. the cost of units must be the same as :hal 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 shalt 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 Of applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2). I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of ,subject to the roilowing conditions. :ontractrna Authority Members: PART I' (For projects of S100.000 or more — IC 36-1-12-4 Governmental Unit: CO of Carmel Bidder(Firm) Hoosier Pride Excavating Inc. Date: Jelly 20. 2011 These statements to be submitted under oath by each bidder with and as a part of his bid. attach additional oases 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 .ate of the current bid? — --- — — Completion Contract Amount Class of Work Dale I Name and Address of Owner 168-804.120 Bridge Sept. 2010 Hamilton County Commissioners 219.100 Bridge April. 2011 Tipton C'ountc Commissioners $189.423.25 Bridge Oct. 10 Randolph County Commissioners 252.758.95 Bridge April. 10 Blackford Count) Commissioners 2. What public works projects are now in process of construction by your organization', Expected Contract Amount Class of Work Completion Name and Address of Owner Date 181.000.00 Small Structure Aug..2011 City of Richmond.Indiana 0.524.48 Small Structure Aug..2011 Hamilton County Commissioners 405.153.85 Bridge Jut 2011 Hamilton County Commissioners Hourly Structures.Maintenance_ 12/.31/20 I I S fticock oust'Commissioners 1 Have you ever failed to complete any work awarded to you? No If so, where and why? a. List references from private firms for which you have performed work. None in the last year SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work,complete the project. number of workers. etc. and any other information whicn yot, believe would enable the governmental unit to consider your bid.) 2. Please list the names and addresses of all subcontractors(i.e. persons or firms outside your own firm who have performed part of the work)that you have used on public works projects during the past five(5', years along with a brief description of the work done by each subcontractor. 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor. equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project 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. 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. 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, enterec 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 7:00 am this 20th day of Jul} — 2011 Hoosier Pride Excavating Inc. G (Name of Organization) Ronald J. Brown_President _ tulle of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana ) - —lss COUNTY OF Hetu\ Before me. a Notary Public, personally appeared the above-named Ronald J.Brown _ and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this 20th day of v , 2011 •,J ary Pubr,. David Cheesman My Commission Expires �/ l5 County of Residence. till a y4e SECTION H PLAN AND EQUIPMENT QUESTIONNAIRE 1 The average crew will consist of three men. 2. United Rentals, 339116, Treasury Way, Chicago, IL 60694, Barricades LICA Construction, P.O. Box 372, Berne, IN 4671 1,Paving Kinnick Excavating, R.R. 4 Box 372, Spencer, IN 47460, Water& Sewer Line S & K Tractor Service,65 81 N. I OOE, Hartford City, IN 47460, Finish Grade & Seed. Blakley Corp., P.O. Box 50770, Indianapolis, IN 46250, Epoxy Injection. Milestone Contractors, P.O. Box 1937-1,2418, Indianapolis, IN 46206, Paving Baumgartner Paving, 880 S 725 W Tipton, IN 46072 Paving Bowlin Const., 10138 W. 1050S, Losantville, IN 47354, Sidewalks Floyd Crim & Sons, 3640 N. 775E Manilla, IN 46150, Paving Site& Sewer, P,O> Box 42159, Indianapolis, IN 46242,Lime Stabilization Calumet Asphalt Paving Co., 5265 East 96 St. , Indpls., IN 46240, Paving James H Drew Corp., 8701 Zionsville Rd., P.O. Box 68935, Indpis., IN 46268, Guardrail . Sims& Pedigo, P.O. Box 2694, Bloomington, IN 47402, Barrier Rail, Surface Seal. 3. Baumgartner Paving Will Do the Paving. No bond required. 4.PC220 Komatsu Excavator.PC 3011 Komatsu Excavator.Tampa Vib.Roller,Case850E Dozer,D37E Komatsu Dozer.,ID Grader, Link BEIt LS108 Crane,MKT DE20 Pile Hauer. Volvo 290 Excavator.Volvo 240 Excavator Bobcat 883 w1 Milling attachment 5. Yes. Form Nc., 96(Revised 20051 BID OF Hoosier Pride Excavating Inc (Contactor) 0150 North Prairie Rd. (Acdress) • Structures.Maintenance FOR PUBLIC WORKS P ROJECS OF CitA el Can e1 Bridgc 4 led Acticri taker 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 he fully and accurately filled in and completed and notarized Project: Bridge No. 289 Westwood Drive over Mitchener Ditch Project No. 11-08 Proposal For Construction of: New Bridge Carrying Westwood Drive over Miteherier Ditch and minima! approach work including timber rail installation and grading. Date: July 19,2011 To: City of Carmel, Indiana,Board of Public Works and Safety BID-I PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Hoosier Pride Excavating,Inc. 1.2 Bidder Address: Street Address: 9150 N. Prairie Road City: Springport State: IN Lip: 47386 Phone: (765)533-2010 Fax: (765) 533-2142 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 Cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 2A Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,total One hundred sixty four thousand,four hundred ninety dollars and forty two cents Dollars ($ 164,490.42 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES /This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Project Br.289:Westwood Drive over Mitchener Ditch,Project No. 11-08 1 Prices in Fi'ures Contract Description/ Iatiniaied lJnit Unit Iota] Price Item No. Ouantitv Price for Item 1 Construction Engineering 1.00 LS. $ 3,000.00 S 3,000.00 2 Mobilization and Demobilization _ 1.00 LS. $12,000.00 $ 12,000.00 3 Clearing Right of Way 1.00 LS. 527,700,00 $ 27,700.00 4 Temporary In-stream Silt Basin 1.00 LSUM $ 400.00 5 400,00 5 Excavation, Common 138.00 CYS. $ 24.50 $ 3,381,00 6 Excavation, Waterway 25.00 CYS. 5 25.00 $ 625.00 7 Excavation, Foundation, Unclassified 52.00 CYS. $ 18.00 $ 936.00 8 Temporary Silt Fence, Undistributed 300.00 LFT. $ 1.50 $ 450.00 9 Aggregate for End Bent Backfill 22,60 CYS. $ 50.00 -$ 1,130.00 l 10 Compacted Aggregate, 53, Base 168.00 TONS $ 23.50 $ 3,948.00 11 _ HMA Surface, Type "A" 42.00 TONS $ 153.50 5 6,447.00 12 HMA Intermediate, Type "A" 57.00 TONS $ 87.60 $ 4,993,20 13 HMA Base, Type "A" 70.00 TONS $ 67.75 $ 4,742.50 14 Benchmark 1.00 EACH 5 650.00 $ 650.00_ 15 Buried Timber Guardrail End Section, 4.00 EACH $ 450.00 $ 1,800.00 Install Only 16 Timber Guardrail, Install Only 96.00 'LET. S 22,00 $ 2,112.00 17 Timber Bridge Rail, Install Only 84.00 LFT. $ 20.00 $ 1,680.00 18 Geotextiles 390.00 SYS. $ 3.00 $ 1.170.00 19 Riprap, Class I, 24 Inch Depth 263.00 TONS S 53.00 $ 13,939.00 20 _ Seed Mixture, R 8.00 LBS. S 66.00 $ 480.00 21 Fertilizer 0.10 TONS 5 905.00 5 90.50 22 Mulched Seeding, T, Undistributed 212.00 SYS. $ 1.55 $ 328.60 23 Temporary Erosion Control Blanket _ 212.00 SYS. $ 2.25 $ 477.00 24 Mobilization and Demobilization for 2.00 EACH $ 600-00 $ 1,200.00 Seedina 25 End Bent Drain Pipe, 6-inch Diameter 80.00 LET. $ 9.00 $ 720.00 26 Saw Cut Joint 49.00 LFT. $ 4.00 $ 196.00 27 PilincL Steel "H" Piles, HP 12x53 520.00 LFT. $ 57.00 $ 29,640.00 28 Epoxy Coated Reinforcing Steel 3434.00 LBS. $ 1.10 $ 3,777.40 29 Concrete, A, Substructure _ 21.20 CYS. S 650.00 $ 13,780.00 30 Structural Membrane Waterproofing 150.00 SYS. $ 25.75 $ 3,862.50 31 WS 17" x 4'-0" Concrete Box Beams, 924.00 SET. $ 14.28 $ 13,194.72 Install Only 32 Surface Seal 1.00 LS. $ 600.00 5 600.00 33 Field Tile, Undistributed 20.00 LFT. $ 10.00 $ 200.00 34 Construction Sign, Type A 8.00 EACH $ 140.00 $ 1,120.00 35 Construction Sign, Type B 2.00 EACH $ 120.00 $ 240.00 36 Standard Barricade, Type IIIA 48.00 LFT. $ 17.00 $ 816.00 37 Standard Barricade, Type IIIB _ _ 48.00 LFT. $ 18.00 $ 864.00 38 Detour Route Marker Assembly 7.00 EACH $ lo0.00 $ 700.00 39 Road Closure Sign Assembly 4.00 EACH $ 275.00 $ 1,100.00 Total For Westwood Drive over Mitchener Ditch(Br.289) $ I 164490.42 Carmel Project No..11-08I 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 DATE 1 7-15-2011 BID-6 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: None BID-7 I I 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: Bridge No. 289 Westwood Drive over Mitchener Ditch Project No. 11-08 Proposal For Construction of: New Bridge carrying Westwood Drive over Mitchener Ditch and minimal approach work including timber rail installation and grading. Date: _ 7/6-6// To: City of Carmel, Indiana, Board of Public Works and Safety I 1 I I I I BID-1 I I PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: l R t 1 F 61)- -rieuc 7-1( AJ 69. Lk1 C. I 1.2 Bidder Address: Street Address: ) 3 tai Z S. E3 Fo R.] I City: Ii?P4-5 State: 2,0 zip: 46 Z Z Phone: 311- (P 3 r- 0 1 Fax: 317- 63S 6626 t 1.3 Bidder is alan [mark one] I Individual Partnership ✓ Indiana Corporation Foreign(Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture 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 .1 Corporation Name: .2 Address: _ I .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: I Address: 1 I I 1 BID-2 I I PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus,materials, equipment,service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,total nertioWetbeitrOC/epli 7y iftvidthinegto,ut Fn,ayrihegE lee Dollars ($ /86,,itt3130 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. I 1 1 I I I I I I I BID-3 I I PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown/ Project: Er.289: Westwood Drive over Mitchener Ditch,Project No. 11-08 I Prices In Figures Contract Description/ Estimated Unit Unit Total Price Item No. Quantity Price for Item _ 1 Construction Engineering 1.00 _ LS. gyoo. 2466.00 2 Mobilization and Demobilization 1.00 LS. iZ, 0,cac 121509,00 _ I 3 Clearing Right of Way 1.00 LS. /5,me.ro t5 aao. O 3. 4 Temporary In-stream Silt Basin 1.00 LSUM /5oo.04 iff4 - 5 Excavation, Common 136.00 CYS. 1-ao ,6,z./o,co 1 6 Excavation, Waterway R 25.00 CYS. qv.oo /1©00,60 7 Excavation, Foundation, Unclassified 52.00 CYS. , 45*,cDo _ a13c€0,00 8 Temporary Sift Fence, Undistributed 300.00 LET. 4.CO f2c WI(10 9 Aggregate for End Bent Backfill 22.60 CYS. ` 50,00 t 1 lo.60 o 10 Compacted Aggregate, 53, Base 168.00 _ TONS 3o.eio _ 60 40,00 11 HMA Surface, Type "A" 42.00 TONS .t SB.00 (Q4 36,,rco 12 HMA Intermediate, Type "A" 57.00 TONS 4l3cc, 51$7.470 13 HMA Base, Type "A" _ 70.00 TONS 7p,2s- 49 17.3o _ 1 14 Benchmark 1.00 EACH (000,ed E o,ao 15 Buried Timber Guardrail End Section, 4.00 EACH Install Only /5.60.e0 f,.a°�' °° I 16 Timber Guardrail, Install Only 96.00 LFT. 3S.00 330,60 17 Timber Bridge Rail, Install Only 84.00 LFT. o.o0 aS20,00 18 Geotextiles 390.00 SYS. 4.co r'5ho,co 2 1 19 Riprap, Class I, 24 Inch Depth 263.00 TONS 50,00 3,/57200 20 Seed Mixture, R _ 8.00 LBS. 3oato aq.co.00 21 ' Fertilizer 0.10 TONS 200o.0u 200.00 f i 22 Mulched Seeding, T, Undistributed 212.00 SYS. 5.00 fcx,0,00 23 Temporary Erosion Control Blanket 212.00 SYS. `it.S0 954,66 24 Mobilization and Demobilization for 2.00 EACH Seeding 500.00 row.0o 25 End Bent Drain Pipe, 6-inch Diameter 80.00 LFT. Zflob Rion!h00 26 Saw Cut Joint 49.00 LFT. 20.00 c .00 I 27 Piling, Steel "H" Piles, HP 12x53 _520.00 LFT. _ (,O,00 3(1 zoo,c6 28 Epoxy Coated Reinforcing Steel 3,434.00 LBS. /.so 51si,co 29 Concrete A, Substructure 21 .20 CYS. /600,ta). �62OO,cc I 30 Structural Membrane Waterproofing , 150.00 SYS. 30,E Sao.00 31 WS 17" x 4'-0" Concrete Box Beams, 924.00 SFT. �,�}p l gp,00 I Install Only t 32 Surface Seal 1.00 LS. 360.a) -300.00 I 1 BID-4 I 1 I 33 Field Tile, Undistributed 20.00 LFT. 20.do ' 76.00 1 34 Construction Sign, Type A 8.00 EACH ILPF.ao j r5z,00 35 Construction Sign, Type B 2.00 EACH 7(0,00 /3z,00 36 Standard Barricade, Type IIIA 48.00 LFT. 3,So 648,00 ' 37 Standard Barricade, Type IIIB 48.00 LFT. iLf-.loo 70o.80 38 Detour Route Marker Assembly 7.00 EACH /45.00 /o/5.oo 39 Road Closure Sign Assembly 4.00 EACH 175.00 7cx.00 Total For Westwood Drive over Mitchener Ditch (Br.289) S 1 s /,/pr 3Q Carmel Project No. 11-08 I `4f T 1 I 1 1 1 1 I 1 I I BID-5 I I PART 4 CONTRACT DOCUMENTS AND ADDENDA I 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as I defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: I ADDENDUM NUMBER DATE I a. / -71/S/ 7/ 1 I I I I I I I I I I I BID-6 I 1 I 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: I 1 1 I I 1 I I BID-7 I I PART 6 FINANCIAL STATEMENT I 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 information requested on the State Board of Accounts Forms #96a and #102, entitled"Standard Questionnaires and Financial Statement for Bidders". I I I I I I I I I I BID-8 I