Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Information and Packets
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: Project No. 06-26,Parcel 68-J.W. Morrow Legal Drain Modernization Proposal For Construction of: Reconstruction of a designated portion of the J.W. Morrow Legal Drain as a reinforced concrete pipe storm sewer, including new manholes and connections to various existing and new storm sewers. Date: 12-20-06 To: City of Carmel, Indiana,Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: fleetwood contracting corp 1.2 Bidder Address: Street Address: 5535 hickory rd City: indianapolis State: in Zip: 46239 Phone: 317-862-4411 Fax: 862-4488 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 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 42, dated January 23, 1958.] .1 Corporation Name: , fleetwood contracting corp .2 Address: 5535 hickory rd indianapolis in. 46239 .3 Date registered with State of Indiana: 2-94 .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 Wik and Project, including any and all addenda thereto, for the Lum. Sum totaling Alt, i/A-A. ©, ! d .A .u: y iijA Dollars ($ Wig, . 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. 2.2 Base Bid The undersigned also proposes to furnish or to omit all labor and materials necessary to complete work as required by the "Alternate Bids", as provided for in the drawings and specifications as follows: Alternate No. 1: Performance Bond (Add) educt (No Change) four hundred dollars Dollars ($ 400 00 ). BID-3 DEC-20-2006 10 : 13 AM CRECLAYWEST 317 566 8341 P. 03 .160 ;n:04 I.t3 :$17 471 0957 CSO SCOWL SEL'LTZ Q 003 I N H Z v) C8 i Z ai u g 4 ' it, * vl 0 A Ma u s . 1 I1O1 it II 1 EigElll ri P ;us go 6619!!1! i 1100 II , , ,■ § _iy -,..!1 , ; .; Ili ! g ;r_ — ,, c4 3 .: 1 ! 1 / 1 .. � . 2 is Id; 1 !MITI PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item BD-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 C / BID-S 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 53 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 f - - 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: Project No. 06-26, Parcel 68—J.W. Morrow Legal Drain Modernization Proposal For Construction of: Reconstruction of a designated portion of the J.W. Morrow Legal Drain as a reinforced concrete pipe storm sewer, including new manholes and connections to various existing and new storm sewers. Date: December 20, 2006 To: City of Carmel, Indiana,Board of Public Works and Safety BID-l t � PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Calumet Asphalt Paving Co. , Inc. 1.2 Bidder Address: Street Address: 5265 East 96th Street City: Indianapolis State: IN Zip: 46240 Phone: (317) 571-8900 Fax: (317) 571-8924 1.3 Bidder is al an[mark one] Individual Partnership X Indiana Corporation Foreign(Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 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 Lump Sum totaling Seventy Four Thousand One Hundred Thirty Seven and 56/100 Dollars ($ 74,137.56 ). 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. 2.2 Base Bid The undersigned also proposes to furnish or to omit all labor and materials necessary to complete work as required by the "Alternate Bids", as provided for in the drawings and specifications as follows: Alternate No. 1: Performance Bond (Add)(Deduct (No Change) N/A Dollars ($ ). BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item II BID-4 Carmel Parcel 66 CSO Project No.:26241 Carmel Project No:06-26 1st Ave.SW J.W.Morrow Legal Drain Modernization CSO SCHENKEL SHULTZ CONTRACT ITEMS AND UNIT PRICES ITEM DESCRIPTION ASSOCIATE[} EST. UNIT UNIT PRICE EXTENSION SPECIFICATIONS QTY. 002 Clearing of Right-of-Way 1 LS 2,227.73 2,227.73 005 Removal and Disposal of Pipe 304 LH 22.08,E 6,712.32 006 Removal and Disposal of Manhole 2 EACH 1,546.84 3,093.68 007 Pipe,Type 2,Circular 30 in. 304 LFT 79.47 24,158.88 008 Pipe,Type.2,Circular 12 in. 55 LFT 92.J5 5,068.25 009 Manhole 3 EACH 5,850.82 17,552.46 010 B Borrow 804 CYC 19.06 15,324.24 c fpp NOTE:THE ABOVE LINE ITEMS AND QUANTITIES ARE ESTIMATES,THE CONTRACTOR IS RESPONSIBLE FOR THE ENTIRE SCOPE SHOWN IN THE CONTRACT DOCUMENTS. • w 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 One December 18, 2006 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: None BID-6 - s1 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: Project No. 06-26, Parcel 68—J.W. Morrow Legal Drain Modernization Proposal For Construction of: Reconstruction of a designated portion of the J.W. Morrow Legal Drain as a reinforced concrete pipe storm sewer, including new manholes and connections to various existing and new storm sewers. Date: December 20, 2006 To: City of Carmel, Indiana,Board of Public Works and Safety SWEENEY CONSTRUCTION CORPORATION 1030 E.19TH STREET INDIANAPOLIS,IN 46202 BID-1 • o PART 1 BIDDER INFORMATION (Print) 1.1 BidderName: Sweeney Construction Corp. 1.2 Bidder Address: Street Address: 1030 East 19th St. City: Indianapolis State: IN Zip: 46202 Phone: 926-3416 Fax: 923-5213 1.3 Bidder is a/an[mark one] Individual Partnership X Indiana Corporation Foreign(Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: kJ PA .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 t g 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 an all addenda thereto, for the Lump Sum totaling One.. A144p1rC,dl e/5ki'e -/4GL-15Gi4 and- 4 ;r-/Y-srx — _'T3 Dollars ($ /y Q, /3 6, 0-c2 ). 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. 2.2 Base Bid The undersigned also proposes to furnish or to omit all labor and materials necessary to complete work as required by the "Alternate Bids", as provided for in the drawings and specifications as follows: Alternate No. 1: Performance Bond Ad (Deduct) (No Change) oo ��'l✓C� ��iav�Satnot, -1;v� Ac4�elee- G3v�J t6Y-�l°y /00 Dollars ($ 3 5-41o. - ). SWEENEY CONSTRUCTION CORPORATION 1030 E.'4 911-I STREET INDIANAPOLIS,IN 46202 BID-3 Carmel Parcel 66 ` • (9)CSO Project No.:26241 Carmel Project No:06-26 1st Ave. SW J.W.Morrow Legal Drain Modernization CSO S C H E N K E L S H U LT Z CONTRACT ITEMS AND UNIT PRICES ITEM DESCRIPTION ASSOCIATED EST. UNIT UNIT PRICE EXTENSION SPECIFICATIONS QTY. 002 Clearing of Right-of-Way 1 LS 430. ` 1/3 O.— 005 Removal and Disposal of Pipe 304 LH 3.— t 9 i Z.. — '006 ;Removal and Disposal of Manhole 2 EACH ?/ 6.-- 007 Pipe,Type 2,Circular 30 in. 304 LFT y 6 Z..— 7 9,6 u g,— 008 Pipe, Type 2, Circular 12 in. 55 LET 3 � — Z4035:— • 009 Manhole 3 EACf-f I 2.S 12,37;5 010 B Borrow ,804 CYC 2-6. • NOTE:THE ABOVE LINE ITEMS AND QUANTITIES ARE ESTIMATES,THE CONTRACTOR • IS RESPONSIBLE FOR THE ENTIRE SCOPE SHOWN IN THE CONTRACT DOCUMENTS. m n �zoz m-yi o-I0 • cn=� Zj Z M • • 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] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item 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 Addendum No. 1 12/18/06 it SWEENEY CONSTRUCTION CORPORATION 1030 E.19TH STREET INDIANAPOLIS,IN 46202 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: None SWEENEY CONSTRUCTION CORPORATION 1030 E.19TH STREET INDIANAPOLIS,IN 46202 BID-6 • 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 Lump Sum totaling T" olllirs ears SevFNT�/ c■VF T\1t}u�+.►30 Fl•lF !Ac\e►C>@i?�O �t-11? rm=1.Vi/ @GfJ� O[�I.LA.QS 4141) tr ($ 75. Sgt,2o ). 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. 2.2 Base.Bid The undersigned also proposes to furnish or to omit all labor and materials necessary to complete work as required by the "Alternate Bids", as provided for in the drawings and specifications as follows: Alternate No. 1: Performance Bond Add )educt)(No Change) Dollars ($ 2A©. o ). BID-3 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] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item BID-4 Carmel Parcel 66 . 1(2) 1,., CSO Project No.:26241 Q Carmel Project No: 06-26 1st Ave.SW 0 J.W.Morrow Legal Drain Modernization • CSO SC HENKE L SHULTZ r co CONTRACT ITEMS AND UNIT PRICES ITEM + DESCRIPTION ASSOCIATED EST. UNIT UNIT PRICE EXTENSION SPECIFICATIONS QTY. 0 002 Clearing of Right-of-Way 1 LS i $ 13,300.00 $ 13,300.0( 005 Removal and Disposal of Pipe 304 LH $ 1.05 $ 319:20 CJI 006 Removal and Disposal of Manhole 2 EACH $ 37.00 $ 74.00 ,007 Pipe,Type 2,Circular 30 in. 304 LFT $ 94.00 $ 28,576.0( n 008 Pipe,Type 2,Circular 12 in. 55 :LFT $ 51.00 $ 2,805.01 009 Manhole 3 EACH $ '=,5;349'inn $ i6,n3s_nn 010 ,B Borrow ; 804 ;CYC $ -1 R nn $ 1 4,477 00 0 En 0 m 0 x N 7 NOTE:THE ABOVE LINE ITEMS AND QUANTITIES ARE ESTIMATES,THE CONTRACTOR IS RESPONSIBLE FOR THE ENTIRE SCOPE SHOWN IN THE CONTRACT DOCUMENTS. r x r H N El 0 0 r. ti o r 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 12/18/2006 II 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: NONE BID-6 Form Prescribed by State Board of Accounts 900549-4619816 General Form No.99 P(Rev. 1987) CITY Or CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 'r 307 N PENNSYLVANIA ST-PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 1 PUBLISHER'S CLAIM LINE COUNT Display Matter-(Must not exceed two actual lines,neither of which $ . shall total more than four solid lines of the type in which the body of the advertisement is set). Number of equivalent lines Head-Number of lines $ . Body-Number of lines $ . $ . Tail-Number of lines $ . Total number of lines in notice - - - COMPUTATION OF CHARGES 152.0 lines 1.0 columns wide equals 152.0 equivalent $_ 74.78 lines at.492 cents per line Charges for extra proofs of publication($1.00 for each proof in excess of two) $ .00 $ .00 TOTAL AMOUNT OF CLAIM $ . • DATA FOR COMPUTING COST $ Width of single column 7.83 ems Size of type 5_7 point, $ $ . Number of insertions 1.0 $ 74.78 Pursuant to the provisions and penalties of Chapter 1.55,Acts of 1953, I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after allowing all just credits,and that no part of the same has been paid. / DATE: 12/08/2006 , J1 �, 2,".LI lerk Title 900.549-af10Q 6 PUBLISHER'S AFFIDAVIT laadsul aoueansstl AM ueiaiuyaalaoueualwel State of Indiana SS: ;aoleaad0 auWelN ON: Hamilton County I DI suolleollddv 6uRda: - - Personally appeared before me,a notary public in and for said county and state, t aagtitaaaa P wd•L of we 01 the undersigned Stacey McCullough who,being duly swom,,says that SHE is clerk aiei qop aMS-110 - of the Noblesville Ledger a newspaper of general circulation -suau}jed oibe1nJ;s _ @Alnnelle-19oa`papope Pa n1dajnuew weal�l 5 printed and published in the English language in the city of NOBLESVILLE in state .ige1 pue bululqpew pe pe gwasse`6ulpianri`6uluj and county aforesaid,and that the printed matter attached hereto is a true copy, Teti;sallgwasse-qns pueiii mow d sselu plaorA a sly 4496 gln0S 00510 aaw9 which was duly published in said paper for 2 time(s),between the dates of: MO N!`uosaapud. ReM eal tawtl SZ8L 12/01/2006 and 12/08/2006 / ty�^r1° _. A t / Jerk -jI1 _ .!4' - - --a_-: Tit e 1 " - Subscribed and sworn to before me on 12/08/2006 OE8 uun >;1nueW 1 •ieloldw3 Rllunpodd°\ µ J Notary Public '6940-£6ZILLE 01xel "OFFICIAL SEAL" .- For of aoueplluoa ul awnse. Ile1loJen6es nut let My commission expires: 8_2•.I ,.- 11 uoyngvtsltt ' Notary Public,State of Indiana My Commission Exp.05/06/2011 .1104 pue mid leluepJe0i Beueq et4tladWOO/tlews MOM-wd9'anyli 1ttlp0II1 dnpuels a 6ullaJado es inoA lol eoeld eql sl slo .o-weal olweu/�p °Apse eaissei6ad a We 6ul 'SFl3NdOM3Sn01-131i