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 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: RANGELINE RD.BRIDGE REPLACEMENT Proposal For Construction of: Bridge Replacement ' Rangeline Rd. over Little Cool Creek Hamilton County Project 08-05 I ' Date: July 22, 2008 ' To: City of Carmel,Indiana,Board of Public Works and Safety 1 1 1 BID-1 1 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, ands 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 EIGHT H-C!/UD/E • Th-l2 TEEV TtfDll$f9A/D ' /WO HUNDet?) 5/ T i o ;,! �, D - n ollars ($ 8/3,a(o( .40 ). The Bidder acknowledges that evaluation of he 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. 1 1 t 1 ' BID-3 To: DDNCAN ROBERTSON INC. MICHAEL R From: Eastern Engineering Distributio 7-21-08 1:55pm p. 5 of 7 1 I PART 3 1 CONTRACT ITEMS AND UNIT PRICES IItem No. llcscriptiun Unit Quantity Price Total Price I1 CONSTRUCTION ENGINEERING 1 LS 5000,00 2 FIELDOFFICE,B 6 MOS 5o0,00 O,000,00 1 3 MOBILIZATION AND DEMOBILIZATION 1 LS 351 00040 4 CLEARING RIGHT OF WAY 1 LS /5,000,00 I5 PAVEMENT REMOVAL 800 SYS /6,00 800©.00 6 GUARDRAIL, REMOVE 98 LFT '.00 6.676`OO I7 HOUSES AND BUILDINGS,PARCEL NO.11,REMOVE 1 LS 4 o,O00 0O E PRESENT STRUCTURE,REMOVE,STRUCTURE NO.1 1 LS 1/4©00.00 I9 EXCAVATION,COMMON 722 CYS /5,00 /0/ x130,00 I10 BORROW 634 CYS JN,-/00 3/g0.oo 11 EXCAVATION,WATERWAY 274 CYS /5.o0 0/o©0 I12 SEDIMENT,REMOVE 15 CYS M,00 /5O.Oo 13 TEMPORARY DITCH INLET PROTECTION 3 EACH 5o,00 /60.Oo ' 14 TEMPORARY SILT FENCE 1044 LFT D, ,6-• , 7 7g3, CO 15 SUBGRADE TREATMENT,TYPE IIIA 633 SYS l,,DO 329'(,00 I16 AGGREGATE FOR END BENT BACKFILL 98 CYS hi ,Ovi 39°20,00 1 7 STRUCTURE BACKFILL,TYPE 1 87 CYS Lf0,00 31/g01 0 I1 R DENSE GRADED SUBBASE 58 CYS �,op .23,2o,O0 I19 COMPACTED AGGREGATE,NO.53 324 TON 070,00 61/go eo 20 MILLING,ASPHALT, 1 12 IN. 52 SYS /5■D0 "/ ge(00 I21 HMA SURFACE,TYPE B 57 TON (. O,Oo 1 g0250,00 22 HMA SURFACE,TYPE C 80 TON /6 640 1d3,216coo 1 23 HMA INTERMEDIATE,TYPE B 98 TON / X5,60 `8,/so,©o 2.1 HMA INTERMEDIATE,TYPE C 101 TON 9400 9c2 902 •oo I25 HMA BASE,TYPE B 255 TON 93,Co �3 7/5-;e0 I BID-4 To: DUNCAN ROBERTSON INC. MICHAEL R From: Eastern Engineering Distributio 7-21-08 1:56pm p. 6 of 7 1 I I T)escriplion Unit Item Nu, Quantity Price '1'utal Price 26 HMA BASE,TYPE C 156 TON 9 .UU /1-45-0 J"U CH I27 ASPHALT FOR TACK COAT 1450 SYS 0 i 42, '0® I28 CURB RAMP,G,MODIFIED 50.3 SYS MO ,QO �'d 30,©o 29 SIDEWALK,CONCRETE,4 IN. 166 SYS 1/5,co 7 v0 .Oo I30 CURB TURNOUT 1 EACH 20 DO,od 40 o 0,0o 31 REINFORCED CONCRETE BRIDGE APPROACH 12 IN. 340 SYS Z55",O0 a?a(Qi OO.O.) I32 RIGHT OF WAY MARKER 6 EACH /56,,00 goo„co 33 GEOTEXTILES 699 SYS 3,5-o 2,1 6,Jc°© I3,1 RIPRAP,REVETMENT 767 TON a5,00 /q/'26d® 35 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 1 EACH /t 0 On 4°6' D,OD I36 FERTILIZER 0.1 TON MOO,Oo /�` t9 ioo I37 MULCHED SEEDING, R 353 SYS 1,30 ti5 p, Cbo 3E SODDING,NURSERY 1036 SYS .6,/c � '//, / o I39 SIGN, DO NOT MOW OR SPRAY 6 EACH �5'.0 O 330•oD 40 SEEDLING 10 EACH 3 95'O ... ,9-5-.0'oo I41 PILE,STEEL H,HP 12 X 53 866 LFT 50,co #33o,0,O0 X12 REINFORCING STEEL,EPDXY COATED 57614 LBS 1, /0 6 3375,ve, I '13 STRAIGHT CONCRETE CURB 223 LFT p5',on 4� ;Qd 44 CONCRETE,C.SUPERSTRUCTURE 282.6 CYS '/.fb•00 /.2 ? /76.00 I45 RAILING,TX 98 LFT as 5;00 a Aei5OeCO I 46 CONCRETE BRIDGE RAILING TRANSITION,TTX 4 EACH aQOD,OD S OOO-Co X17 STRUCTURAL MEMBERS,CONCRETE BOX BEAM,CB,17 IN.X 48 2090 SFT 7 x•'17 5O000,(J0 IN.I '18 SURFACE SEAL 1 LS 3600,00 3,000,aD 49 PIPE,TYPE 3,CIRCULAR,15 IN. 3 LFT /CFO •OO 300.00 I50 PIPE,TYPE 3,CIRCULAR,18 IN. 164 LFT 30,60 i/9;?®,06 51 PIPE,END BENT DRAIN,6 IN. 166 LFT 5-co 7173D,Co I52 CONCRETE ANCHOR.60 IN. 1 EACH a CVO, CO x2,000-QO I13ID-5 To: DUNCAN ROBERTSON INC. MICHAEL R From: Eastern Engineering Distributio 7-21-08 1:56pm p, 7 of 7 1 I I Description Unit 1tc:m Nu. Quantity Price 'Total Price ' 53 PIPE,PVC,4 IN. 48 LFT ,6,OO o?Ile(00 54 PIPE CATCH BASIN,24 IN. 3 EACH DODO(00 ;O 60r00 I55 FLAP GATE,18 IN. 2 EACH SOO 'Co /O 06,00 56 MASONRY COATING 1 LS /500,00 /5 0x9,00 I57 ROAD CLOSURE SIGN ASSEMBLY 10 EACH ,9 5©,0O o2,5 0O ,OO 58 DETOUR ROUTE MARKER ASSEMBLY 22 EACH /o2O rOO o?,(p L/O rOO I59 CONSTRUCTION SIGN,A 6 EACH a/5,00 4„2q O,0O 60 CONSTRUCTION SIGN,B 5 EACH .J�•OO D3 75.00' 61 MAINTAINING TRAFFIC 1 LS 10O00 PO 62 BARRICADE,III-A 168 LFT a ,OO 4696'00 I (3 LINE,PAINT,SOLID,WHITE,4 IN. 680 LFT /, 75 /90,0o I64 LINE,PAINT,SOLID,YELLOW,4 IN. 924 LFT /,75 /G, /9,60 65 PRESENT STRUCTURE, REMOVE,STRUCTURE NO.2 1 LS .;J/ 006 rile) IRase Bid Total — 8/. ' , da. 42 I I I I I I I BID-6 1 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 No. DATE SIGNATURE 1 1 7-21 -08 kl�tali}e) BID-7 1 1 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: 1 1 1 1 1 1 BID-8 1.. • Form No. 96 (Revised 2005) • BID OF Duncan Robertson, Inc. (Contractor) P.O. Box 457 • (Address) Franklin, IN 46131 FOR • PUBLIC WORKS PROJECTS OF • Bridge replacement, Rangeline Road over Little Cook Creek, Hamilton Co. Filed Action taken • Form No.96(Revised 2005) Prescribed by State board of Accounts Boyce Forms•Systems,Muncie,IN 1-800-382-8702 State Form 52414(10-05) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART (To be completed for all bids.Please type or print) Date: 7-22-08 • 1. Governmental Unit (Owner): City of Carmel 2. County: Hamilton 3. Bidder (Firm): Duncan Robertson, INc. Address: P.O. Box 457 City/State: Franklin, IN 46131 4. Telephone Number: 317-736-6024 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of Rangeline Road (Governmental Unit) in accordance with plans and specifications prepared by United Consulting Engineers • and dated 7-8-08• for the sum of -/GILT mifl'DRE» 7if/2I i'J 7//-Oc/M4-ND TWO //-t[ND,pa) S/1cTV 6J )(, bOI,MRS Itiv1 Foamy ce/vzs.' $ S/3) a(4 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 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) 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 following conditions: Contracting Authority Members: PART II (For projects of $100,000 or more - IC 36-1-12-4) Governmental Unit: City of Carmel Bidder (Firm) Duncan Robertson, Inc. Date: July 22, 2008 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 1. 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 Name and Address of Owner Date 524, 351 bridge T1/07 INDOT B-29335 Johnson Co_ 1, 428, 295 bridge 9/07 INDOT R-28672 Rush Co. 314, 612 bridge 8/07 INDOT B-28047 Scott Co. 515, 378 bridge 4/08 Tipp 20 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 692, 022 bridge 5/09 INDOT B-29548 Greene Co_ 447, 696 bridge 8/08 Morgan #32 910, 182 bridge 8/08 INDOT B-26680 Parke Co. 310, 427 bridge 8/08 City of Carmel, #131 3. Have you ever failed to complete any work awarded to you? If so, where and why? 4. List references from private firms for which you have performed work. SECTION H - 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 which you 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. Form Prescribed by State Board of Accounts 900549-5253914 General Form No.99 P(Rev. 1987) CITY`OF CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 307 N PENNSYLVANIA ST- PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 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 175.0 lines 1.0 columns wide equals 175.0 equivalent $ 86.10 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 $ 86.10 Pursuant to the provisions and penalties of Chapter 155,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. lit c DATE: 07/09/2008 _ �L� // _ Clerk Title 900549-5253914 PUBLISHER'S AFFIDAVIT NOTICE TO BIDDERS , State of Indiana SS: city of Carmel.Indiana Hamilton County Notice is hereby given that the Board of P ublic Works of I am el. Hamilton County Carmel, Personally appeared before me,a notary public in and for said county and state Indiana wdl recewe sealed bids far the Bridge Re-, , state, elacFigtt Ran eree Road ver Little Cool Creek Pro- �elerk TreasurerfiOne(Civic Square, Canne ndiana, the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk SunY 22")2008, d Acorn- mencin as soon es prathe cable ahereafter on the, same date such bids will be of the Noblesville Ledger a newspaper of general circulation puhli 111y opened and reatl aloud in the Council Chain-' hers of City Nall.No late bidsids be accepted. All bids and proposals shall i printed and published in the English language in the city of NOBLESVILLE in state he properly and completely executed on the proposal fAtcfarms.Orowded with the plans and specf the on- which,wi"'"c ode the"re- and county aforesaid,and that the printed matter attached hereto is a true copy, ,i, affidavit as re- quired by the State of Indi- beasealedldande'na"�te words"BID- n OF CAR-1 which was duly published in said paper for 2 time(s),between the dates of: BRIDGE RE ft hand ENT'R n' the lower left hand comer. p bid bond or certified check in en amount not less • the ans percent(10%)of 07/02/2008 and 07/09/2008 ,the amount bid must be submitted with each bid.d one hundred percent (100%) performance and payment bond will also be re ulred of tie successful bi l'It is intended that � � / actual construction r all 1 %!_� Clerk work divisions shall,be started as soon as Cacti- cable, and each bidder Title shall be pre2ared to enter romptl n o a constmc- fioe con ct,furnish a per- formance bond and be 1, work without delay a a Subscribed and sworn to before me on 07/0 008 event the award is made to him- The Project consjsts of,but [so,not Project co anly limited -the fallow ng: The replacement of Hamil- ton C , =Brill a No.194 I 0J { `_, ' 1 0 ence is not mandatory. , For special accommoda- Nons needed,�by hands- Nu1.dl Public 'capped Individuals plan cn 2 e treatte enod thb fc e bd LOUISE M.POWELL opening meeting, pplease NOTARY PUBLIC call or notiyJfy the City ofl a�(31�)521-24415atOleast SEAL Form 6_forty-eight(48)hours prior, My commission expires: STATE OF INDIANA thereto: .No b)dder.may withdraw; MY COMMISSION EXPIRES February 28,2016 No bid eproposal thdra ai enod of thirt�(30) it following the ate set TTOr, receiving hills or r aLIIIIs. The s and Safety reserves, the right to'hool any or all bids nr proposals an a pe- ricd of not mom than ds or1 nm days and said bids orb roposai shall remain in full force and effect during said period.Tth Cie of Carmel, reserves the right to relect and/or cancel any and all' bids, sown olelori and/or offers In whole or in part as •sppecifieh in-the t In tha- hest when interests of thel lerncnYed by tlhe porchasuh1 IC 5 22-18-2 ccordance vii Diana L CordraY Clerk-Treasurer • (N1--7/2,7/9-5253914)