Loading...
HomeMy WebLinkAboutBid Information and Packets T PROPOSAL MAIN STREET SIDEPATH-PHASE I To the City of Carmel, Indiana: The undersigned Bidder declares that it has read the Specifications and other Contract Documents, has examined and understands the plans, has examined the Site of the Work and has determined for itself the conditions affecting the Work, and proposes and agrees that if this Proposal is accepted, to provide, at Bidder's own expense, all labor, insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances and means of construction, and all materials and supplies, needed to complete, for its intended purpose, the entire Work and all parts thereof described as included under the Contract herein bid upon, in the manner and items prescribed, including all Work incidental thereto, according to the Plans, Contract Documents and Specifications, Indiana Department of Transportation (INDOT) Standard Specifications (2008 issue) and INDOT Standard Drawings and such instructions as the ENGINEER may give. And hereby tenders this Bid to construct said Project in accordance with the Contract Documents now on file with the City of Carmel, Indiana, and pursuant to the payment bond and performance bond to be filed herewith,each in the amount of 100%of the Contract price of: TOTAL BID AMOUNT 9g4el°` ->x6/ Dollars(Words) 36/ /go Dollars (Figures) This price is the sum of the quoted unit prices times the quantities for each item as shown on the attached Itemized Proposal. Whereas a mathematical computation error exists on the Itemized Proposal, thus causing the above-stated Bid Amounts to be stated incorrectly, the Bidder acknowledges that the unit prices, as stated on the Itemized Proposal, shall govern. The undersigned further agrees to complete the furnishing and construction of this Project and have it substantially completed and ready for use on or before 75 Calendar Days from receipt of a Notice to Proceed in accordance with the Instructions to Bidders. P-1 r Enclosed is a certified check to the City of Carmel, or a bid bond binding the undersigned and surety to the City of Carmel,Indiana,in the amount of: 7/t' /41J d 4;0'0-4 o,)sen-".h/4-—=' Dollars (Words) S5?7, 600 Dollars(Figures) which amount is not less than 10 % of the total Bid amount, guaranteeing the undersigned will enter into the Contract for the performance of the work if this Proposal is accepted. As required by the Instructions to Bidders, Questionnaire Form 96 (revised 2005), of the Indiana State Board of Accounts is properly executed and attached hereto. It is hereby agreed that this Proposal shall remain in full force and effect, and may not be withdrawn for a period of 30 days from and after the date of bid opening by the City Council,Carmel,Indiana. Respectfully submitted, ixR-D-BERIN L N1D P Q-xc. a 'CONTRACTOR ,vidual) (Partnership) or (Corporation By: Address: 144/0 S /000 f- fJDetz- o,.1, b,/ q(00/1 Dated: The above Bidder acknowledges receipt of Addenda Nos. Note: The legal status of the Bidder, whether as an individual, partnership, company or corporation must be indicated as above, and all pertinent information as required by the Specifications must be furnished. P-2 City of Carmel Main Street Sidepath - Phase I ITEMIZED PROPOSAL Item Item Description Quantity Unit Unit Cost Total Amount 1 Mobilization/Demobilization 1 LSUM 1,2.5-00- i 2, S 2 Construction Engineering 1 LSUM Q,,boo ' 8. 000 X 3 Clearing 1 LSUM ,o,O 0a e 2p, 0 00 ' 4 Trees, 6", Remove 3 EA 5-o o° (, j o e` 5 Headwalls and Partial Stone Wall, Remove 1 LSUM e,25 ° " a.Soo ° 6 Valve Covers, Adjust to Grade 3 EA SOO ` /,,So 0 7 B-Borrow for Structure Backfill 271 CYD 022, 4" S 96 2 • 8 Flowable BackFill for Pipes 44 CYD /15' S, 060 " 9 Storm Sewer Pipe, 12" 354 LFT 4-t S o I s;930 10 Storm Sewer Pipe, 18" 487 LFT So' -244, 50 11 Draintile, PVC, 4" 20 LFT 75-° 5O0 12 Arch CMP, 95x67 _ 16 LFT a37 °J 3, 790 13 InletE-7 8 EA / (,50; 1I,(,60 14 Inlet J-10 5 EA / 45 ` 7,Z 5O 15 Manhole C-4 3 EA / 8 6o' a 1°o 16 Cored Holes in Structures 2 EA goo- (, 600 17 Class A Concrete for Structures 15 CYD o/ ?,s U / 4/62 18 Geotextile 30 SYD ,$" ISO 19 Class I I Riprap 15 TON do = 9 U o 20 Curb Ramps incl. truncated domes 96 SYD /30 j 2.`f 80 ti 21 4" Concrete Sidewalk 1,342 SYD 549 r 63-;?3-e 22 Concrete Sidewalk Removal 98 SYD /d ` 980 23 Concrete Curb & Gutter 550 LFT 0204 14 1500 24 Concrete Curb 220 LFT o25i `L S.2- oft I 25 Concrete Curb or C&G Removal 250 LFT S I, 256 26 Concrete Pavement for Drive, 6" 224 SYD 52, ' l /618 27 Modular Block Retaining Wall 70 LFT ) 25 8,-250 ° 1 28 Rebuilt Stone Wall 20 LFT / 301 ..6 ba ` 29 Pedestrian Railing 36 LFT /93 6, 9 8 ° 30 Flowable Backfill for Roadway Patching 30 CYD / (5 ' 3.<45-6, v- v 31 Linear Grading 2,085 LFT / O G,Q of 850 L Unsuitable Materials Remove/Replace 32 (undistributed) 250 CYD 2s b 3 750 ° 33 Compacted Agg. For Base, 53 358 TON y l' e5-92. a 34 HMA Surface for Road Patching 12 TON //S P 43 S 0 e ec- 35 Maintenance of Traffic 1 LSUM /006a ° /0, 0 00 ` 36 Construction Signs, A 20 EA 60 c./o od u 37 Barricade, Type III (undistributed) 12 EA /2S` 75° d P-3 38 Silt Fencing 975 LFT 9f 3966 39 Construction Fencing 200 LFT 7 /-too 40 Ditch Inlet Protection 7 EA /, 5 m 0?.-° 41 Curb Inlet Protection 6 EA 04 756 42 Tree Protection &Trimming 1 LSUM . 10 6/460 43 Topsoil (undistributed) 150 CY V1 G• 660° 44 Sod, Nursery 2100 SYD f-' 6°, q0 0 45 Water 1 LSUM /eod' �, o a a 0 46 Signs, Relocate 6 EA Soda''-- t,2,00° 47 Mailbox, Relocate 10 EA //, e j,D' 48 QC Testing I Videotaping 1 LSUM S aoo`f -3, 066 TOTAL: it 35/.: II P.4 • II 38 Silt Fencing 975 LFT 39 Construction Fencing 200 LFT 40 Ditch Inlet Protection 7 EA 41 Curb Inlet Protection 6 EA 42 Tree Protection & Trimmin`—' 1 LSU 43 Topsoil (undistributed) 150 G 44 Sod, Nursery 2100 YD 45 Signs, Relocate 6 EA 46 Mailbox, Relocate 10 / EA 47 QC Testing /Videotaping 1 l LSUM TOTAL: P-4 Form No.96(Revised 2005) AFTRD-DERRy I BID OF LA0DscRP, exc., Co (Contractor) 9(140 S 1000 Li (Address) 460ii FOR PUBLIC WORKS PROJECTS OF C�T� of ClAc-f11�L_, I !11(�1N.1 STREET SDC.►°,711 - l NHSe J- Filed Action taken 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) Date: - 3 0 8 i 1. Governmental Unit(Owner): C DF ��a����-� ■1 2. County : t-I A rnI L-ro of 3. Bidder(Firm): _9(=IZDT3etz-VV NOsc�Q� Address: C10110 S IDDO l� City/State: 1\‘oEZ soNi 41ooii 4. Telephone Number: (-I 1�5� 318- S")Fs3 5. Agent of Bidder(if applicable): l 1m JAS R-t�-) Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of n())2111.1 �T(�CG i STD-Po-r-14 - 1 1-l-rasE 0 (Governmental Unit) in accordance with plans and specifications prepared by CR6l." ?tb +ilt- i 3Et2.iic : LLC and dated -I'-O5 for the sum of gad/� e ' $ /6° 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 trz'D day of G'Temr"3c1",- aOO , subject to the following conditions: Contracting Authority Members: Tm y�z5-etzg■4 - PART II (For projects of$100,000 or more - IC 36-1-12-4) Governmental Unit: err`I °F A-ar1e,i- Bidder(Firm) iAiRRVBEVAzy L(1 i)se- Date: 9 - 3-08 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? Completion Contract Amount Class of Work Date Name and Address of Owner 35y,SyS.Do P pc-.F. L1 Nil IJL� OS �og INao-r- 5EymoLu z. tc.-r 13'1,()so. 00 &cool. 1Puai'ec.7,o,J 0-7 Io8 (rsiDo-r- CRAwFole-D5.Jll_u i DtG T It 3-7, ISS.Oo uJR-rec2- (\1p,J 0-,IoS CI-r∎J b •RcurnorJD, 1,1 alco,glg. o4 01 Io% CI-r�l of AtzlrGl�, I) 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 `v.), Isu.00 LiAw.b.scR pi aoc IN-0OT- L Poc--rte DIs T J� Ca�l,4ci4.00 3R-IS f�- �rno�1�r_.. oci ID(�S I�1 0T- '�I�IC�IJ� s TisT ZI 0�,�1 on mpLt1 0.'1 os i0 V IT -buT- LP' PoR-TG 1)15 T"be• 3. Have you ever failed to complete any work awarded to you? r40 If so, where and why? 4. List references from private firms for which you have performed work. bPA akLS - err.) of Irby ag.tcs * - tc-Rep-riorJ - 6!'7- 4,31-a883 Tim rog_Lc.9 R650c., Imc. - r(,5- rAta-og5 - - Np)t. PV eLL Dec PI L,L) Ze a. IR6h10rJI L- L h s-r Dts i- age- 10370 10'3 U.)1 RcsmoniD , H1.14 � �f57n rc-r — -7(.6- 993-7`t'77 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 which you believe would enable the governmental unit to consider your bid.) / ,e eLf'°e g/k,' , 1 (/✓° Tr24"Iv 'b`r1 00.4els2417 474 •-S� 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 mirk done° ' by each subcontractor. X-3 P'' '' - '- vS s=-�;;•� -, 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. .13T • 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. ASer-L AzA, +712-1 ri C�y ' op *& , 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. PROPOSAL MAIN STREET SIDEPATH-PHASE I To the City of Cannel,Indiana: The undersigned Bidder declares that it has read the Specifications and other Contract Documents,has examined and understands the plans, has examined the Site of the Work and has determined for itself the conditions affecting the Work,and proposes and agrees that if this Proposal is accepted,to provide, at Bidder's own expense, all labor, insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances and means of'construction, and all materials and supplies, needed to complete, • for its intended purpose,the entire Work and all parts thereof described as included under the Contract herein bid upon,in the manner and items prescribed,including all Work incidental thereto,according to the Plans, Contract Documents and Specifications, Indiana Department of Transportation (INDOT) Standard Specifications (2008 issue) and INDOT Standard Drawings and such instructions as the • ENGINEER may give. And hereby tenders this Bid to construct said Project in accordance with the Contract Documents now on file with the City of Cannel,Indiana,and pursuant to the payment bond and performance bond to be • . filed herewith,each in the amount of 100%of the Contract price of: TOTAL BID AMOUNT Three Hundred Ninety Eight Thousand, Eight Hundred Fourteen Dollars and Fifty Cents Dollars(Words) $398, 814.50 Dollars(Figures) This price is the sum of the quoted unit prices times the quantities for each item as shown on the attached Itemized Proposal.Whereas a mathematical computation error exists on the Itemized Proposal, thus causing the above-stated Bid Amounts to be stated incorrectly, the Bidder acknowledges that the unit prices,as stated on the Itemized Proposal,shall govern. The undersigned further agrees to complete the furnishing and construction of this Project and have it substantially completed and ready for use on or before 75 Calendar Days from receipt of a Notice to Proceed in accordance with the Instructions to Bidders. P-1 • Enclosed is a certified check to the City of Carmel,or a bid bond binding the undersigned and surety to the City of Carmel,Indiana,in the amount of: Thirty Nine Thousand, Eight Hundred Eighty One Dollars, and Forty Five Cents Dollars(Words) $39, 881.45 Dollars(Figures) which amount is not less than 10 % of the total Bid amount, guaranteeing the undersigned will enter into the Contract for the performance of the work if this Proposal is accepted. As required by the Instructions to Bidders, Questionnaire Form 96(revised 2005), of the Indiana State Board of Accounts is properly executed and attached hereto. It is hereby agreed that this Proposal shall remain in full force and effect, and may not be withdrawn for a period of 30 days from and after the date of bid opening by the City Council,Cannel,Indiana. Respectfully submitted, Poindexter Excavating, Inc. CONTRACTOR (In i 'dual) 0'artne.. p) or (Corporation) Ravi. • . • .ere' Address: P.0. Box 36 99 Indianapolis, IN 46236 Dated: September 3, 2008 • The above Bidder acknowledges receipt of Addenda Nos. #1 Dated 8/29/08 Note: The legal status of the Bidder, whether as an individual, partnership, company or corporation - must be indicated as above, and all pertinent information as required by the Specifications must be furnished. P-2 • City of Carmel Main Street Sidepath -Phase I Itemized Proposal Item# Item Description Quantity Unit Unit Cost Total Amount 1 Mobilization and Demobilization 1 LSUM $19,000.00 $19,000.00 2 Construction Engineering 1 LSUM $7,000.00 $7,000.00 3 Clearing 1 LSUM $16,000.00 $16,000.00 4 Trees,6", Remove 3 EA $400.00 $1,200.00 5 Headwalls and Partial Stone Wall, Remove 1 LSUM $1,500.00 $1,500.00 6 Valve Covers,Adjust to Grade 3 EA $300.00 $900.00 7 B-Borrow for Structure Backfill 271 CYD $25.00 $6,775.00 8 Flowable Fill Backfill for Pipes 44 CYD $65.00 $2,860.00 9 Storm Sewer Pipe, 12" 354 LFT $35.00 $12,390.00 10 Storm Sewer Pipe, 18" 487 LFT $40.00 $19,480.00 11 Draintile, PVC 4" 20 LFT $40.00 $800.00 12 Arch CMP,95x67 16 LFT $716.00 $11,456.00 13 Inlet E-7 8 EA $930.00 $7,440.00 14 Inlet J-10 5 EA $1,370.00 $6,850.00 15 Manhole C-4 3 EA $1,500.00 $4,500.00 16 Cored Holes in Structures 2 EA $400.00 $800.00 17 Class A Concrete Structures 15 CYD $700.00 $10,500.00 18 Geotextiles for Underdrain 30 SYD $10.00 $300.00 19 Class II Riprap 15 TON $70.00 $1,050.00 20 Curbs Ramps incl.truncated domes 96 SYD $110.00 $10,560.00 21 4"Concrete Sidewalk 1342 SYD $45.00 $60,390.00 22 Concrete Sidewalk Removal 98 SYD $11.00 $1,078.00 23 Concrete Curb&Gutter 550 LFT $20.00 $11,000.00 24 Concrete Curb 220 LFT $27.00 $5,940.00 2/05 BID-3A 25 Concrete Curb or C&G Removal 250 LFT $6.00 $1,500.00 26 Concrete Pavement for Drive,6" 224 SYD $68.00 $15,232.00 27 Modular Block Retaining Wall 70 LFT $100.00 $7,000.00 28 Rebuilt Stone Wall 20 LFT $130.00 $2,600.00 29 Pedestrian Railing 36 LFT $150.00 $5,400.00 30 Flowable Backfill for Roadway Patching 30 CYD $80.00 $2,400.00 31 Linear Grading 2085 LFT $16.00 $33,360.00 32 Unsuitable materials Remove/Replace(undistributed) 250 CYD $30.00 $7,500.00 33 Compacted Agg.For Base,53 358 TON $32.00 $11,456.00 34 HMA Surface for Road Patching 12 TON $800.00 $9,600.00 35 Maintenance of Traffic 1 LSUM $47,700.00 $47,700.00 36 Construction Signs,A 20 EA $220.00 $4,400.00 37 Barricade,Type III(undistributed) 12 EA $220.00 $2,640.00 38 Silt Fence 975 LFT $1.30 $1,267.50 39 Construction Fencing 200 LFT $2.00 $400.00 40 Ditch Inlet Protection 7 EA $80.00 , $560.00 41 Curb Inlet Protection 6 EA $180.00 $1,080.00 42 Tree Protection&Trimming 1 LSUM $1,500.00 $1,500.00 43 Topsoil(undistributed) 150 CYD $30.00 $4,500.00 44 Sod,Nursery 2100 SYD $3.50 $7,350.00 45 Water 1 LSUM $6,000.00 $6,000.00 46 Signs,Relocate 6 EA $100.00 $600.00 47 Mailbox,Relocate 10 EA $100.00 $1,000.00 48 QC TestingNideotaping 1 LSUM $4,000.00 $4,000.00 TOTAL: $398,814.50 2/05 BID-3A ■ Form No.96(Revised 2005) BID OF Poindexter Excavating, Inc. (Contractor) P.O. Box 36399 (Address) Indianapolis, IN 46236 FOR PUBLIC WORKS PROJECTS OF Main Street Sidepath Phase I : Main Street form Guilford Road to 4th Avenue NW Carmel, Indiana Filed Action taken 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) Date: September 3, 2008 1. Governmental Unit(Owner): City of Carmel 2. County: Hamilton 3. Bidder(Firm): Poindexter Excavating, Inc. Address: P.O. Box 36399 City/State: Indianapolis, IN 46236 4. Telephone Number: (317) 823-6 8 3 7 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 Main Street Sidepath - Phase I (Governmental Unit)in accordance with plans and specifications prepared by Eagle Ridge Civil Engineering Services, LLC. and dated 8/12/08 for the sum of Three Hundred Ninety Eight Thousand, Eight Hundred $ 398, 814. 50 Fourteen Dollars, and Fifty Cents �. 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 I . (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: I. Contracting Authority Members: PART II (For projects of$100,000 or more— IC 36-1-12-4) Governmental Unit: City of Carmel Bidder(Firm) Poindexter Excavating, Inc. Date: September 3, 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 i 1. What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid? Completion Contract Amount Class of Work Date Name and Address of Owner $807,286.83 Dirt & Utilities 2007 Hamilton Co. Board of Aviation $2,592,193.44 Dirt & Utilities 2007 Town Council of Plainfield $1,626,539.85 Dirt & Utilities 2007 Town of Westfiled $3,408,1989.22 Dirt & Utilities 2007 City of Lebanon 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 • $3,625,000.00 Dirt & Utilities 2008 Avon Community School Corp. $2,707,000.00 Dirt & Utilities 2008 Franklin Township School Corp. $1,060,642.00 Dirt & Utilities 2008 Ivy Tech Community College $888,987.71 Dirt & Utilities 2008 City of Anderson 1 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 Harrington Tim Helton Duke Realty Holladay Properties 600 E. 96th St. Suite 100 5757 Decatur Blvd. Indianapolis, IN 46240 Indianapolis, IN 46241 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 which you believe would enable the governmental unit to consider your bid.) *See Attachment D* 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. *See Attachment A* 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. *See List of Subcontractors and Suppliers* • 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. *See Attachment B* 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. Yes 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. PROPOSAL MAIN STREET SIDEPATH-PHASE I To the City of Carmel,Indiana: The undersigned Bidder declares that it has read the Specifications and other Contract Documents,has examined and understands the plans, has examined the Site of the Work and has determined for itself the conditions affecting the Work, and proposes and agrees that if this Proposal is accepted,to provide, at Bidder's own expense, all labor, insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances and means of construction, and all materials and supplies, needed to complete, for its intended purpose,the entire Work and all parts thereof described as included under the Contract herein bid upon,in the manner and items prescribed,including all Work incidental thereto,according to the Plans, Contract Documents and Specifications, Indiana Department of Transportation (INDOT) Standard Specifications (2008 issue) and INDOT Standard Drawings and such instructions as the ENGINEER may give. And hereby tenders this Bid to construct said Project in accordance with the Contract Documents now on file with the City of Carmel,Indiana,and pursuant to the payment bond and performance bond to be filed herewith,each in the amount of 100%of the Contract price of: TOTAL BID AMOUNT J'o ArhaAG�Idiyhf-e , orra.,./AteAhkef/41-f.,sae Dollars(Words) f9g 3 39. or7 Dollars(Figures) This price is the sum of the quoted unit prices times the quantities for each item as shown on the attached Itemized Proposal.Whereas a mathematical computation error exists on the Itemized Proposal, thus causing the above-stated Bid Amounts to be stated incorrectly, the Bidder acknowledges that the unit prices,as stated on the Itemized Proposal,shall govern. The undersigned further agrees to complete the furnishing and construction of this Project and have it substantially completed and ready for use on or before 75 Calendar Days from receipt of a Notice to Proceed in accordance with the Instructions to Bidders. P-1 Enclosed is a certified check to the City of Carmel, or a bid bond binding the undersigned and surety to the City of Carmel,Indiana,in the amount of: �H peV wl Dollars(Words) 7 Dollars(Figures) which amount is not less than 10 % of the total Bid amount, guaranteeing the undersigned will enter into the Contract for the performance of the work if this Proposal is accepted. As required by the Instructions to Bidders, Questionnaire Form 96 (revised 2005), of the Indiana State Board of Accounts is properly executed and attached hereto. It is hereby agreed that this Proposal shall remain in full force and effect, and may not be withdrawn for a period of 30 days from and after the date of bid opening by the City Council,Carmel,Indiana. Respectfully submitted, The Hunt Paving Co, Inc. CONTRACTOR (Ins l)(Partnership) r (Corporation) By: ce - Address: 2450 S Tibbs Ave, Indpls, IN 46241 B) Box 42517 Indpls, In 46242 Dated: September 3, 2008 The above Bidder acknowledges receipt of Addenda Nos. 1 Note: The legal status of the Bidder, whether as an individual, partnership, company or corporation must be indicated as above, and all pertinent information as required by the Specifications must be furnished. P-2 City of Carmel Main Street Sidepath - Phase I ITEMIZED PROPOSAL Item Item Description Quantity Unit Unit Cost Total Amount 1 Mobilization/Demobilization 1 LSUM ,75040,a „PS/oob .00 2 Construction Engineering 1 LSUM �S/ crap.0o 2S/oOO. a 3 Clearing 1 LSUM /S-, eaa. oo /5-14,04 .00 4 Trees, 6", Remove 3 EA LSD. a 7S), o0 5 Headwalls and Partial Stone Wall, Remove 1 LSU M c coo. a o S oao. oo 6 Valve Covers, Adjust to Grade 3 EA .2.0. 00 7T,D. o o 7 B-Borrow for Structure Backfill 271 CYD W. ao 7////, oG 8 Flowable BackFill for Pipes 44 CYD 73. oo .3/-2402.o0 9 Storm Sewer Pipe, 12" 354 LFT .00 /3/ y,��,a® 10 Storm Sewer Pipe, 18" 487 LFT yr 06 �l 9/S. eo 11 Draintile, PVC, 4" 20 LFT Y oo Vje.oe 12 Arch CMP, 95x67 16 LFT 3gb. oo G/ OgO, 00 13 Inlet E-7 8 EA /, 3oo .oo /al VOc5. ao 14 Inlet J-10 5 EA l 7o0. 00 g fs-za . o o 15 Manhole C-4 3 EA / 90.00 S 740. 00 16 Cored Holes in Structures 2 EA 5-co. oo / o0o . 00 17 Class A Concrete for Structures 15 _ CYD 9ce.. oo /3/,s-3D. ao 18 Geotextile 30 SYD 9.oo ..2.70. 0 0 19 Class II Riprap 15 TON g..ors /1-275 00 20 Curb Ramps incl. truncated domes 96 SYD p-yg.oo .23/ gog.co 21 4" Concrete Sidewalk 1,342 SYD 142-as 5 31V oo 22 Concrete Sidewalk Removal 98 SYD /S a0 / '70. oo _ 23 Concrete Curb & Gutter 550 LFT /7 0o 9f 33 . 00 24 Concrete Curb 220 LFT �9.oo 6//gyp,o o _ 25 Concrete Curb or C&G Removal 250 LFT f,i.oo 3 oo o. 00 26 Concrete Pavement for Drive, 6" 224 SYD ((zoo /oi 5:29,mo 27 Modular Block Retaining Wall 70 LFT 'po.oo /41", boa. o0 28 Rebuilt Stone Wall 20 LFT 7 ,k, oo �/ gj-0 -0 0 29 Pedestrian Railing 36 LFT /g3.0° 6/57Y-00 30 Flowable Backfill for Roadway Patching 30 CYD /oc o0 3,/,sue. 0 0 31 Linear Grading 2,085 LFT 36-00 7S o(o. o0 Unsuitable Materials Remove/Replace 32 (undistributed) 250 CYD 'ff O0 // . oo 33 Compacted Agg. For Base, 53 358 TON �..2 . 0° a f �//S6.o0 34 HMA Surface for Road Patching 12 TON 33--,oo a/ 8.10.00 35 Maintenance of Traffic 1 LSUM t(,Z,600.00 !/.2/MC . 0 0 36 Construction Signs, A 20 EA (31. 0o 2/ G.2o. ob 37 Barricade, Type III (undistributed) 12 EA gs/a'•o o /, oG$-00 P-3 38 Silt Fencing 975 LFT a . ob j 9,S-0-©o 39 Construction Fencing 200 LFT 3. 00 60o,oo 40 Ditch Inlet Protection 7 EA /7..00 /JAS;o0 41 Curb Inlet Protection 6 EA /7S 0a / o,SD.do 42 Tree Protection & Trimming 1 LSUM Dap. oo 5;60o. 00 43 Topsoil (undistributed) 150 CY 29 00 ,LSD,00 44 Sod, Nursery 2100 SYD 3.7,S 7 5-7.-N—, cc' 45 Water 1 LSUM 9, 7ad th �70p-.Qo 46 Signs, Relocate 6 EA //o?.DO / 9�-�0 47 Mailbox, Relocate 10 EA Zr":/ a a /] ,�. 00 48 QC Testing /Videotaping 1 LSUM 45-00. D b /_.s--w. 00 TOTAL: /9:8l 33g ao P-4 ADDENDUM#1 Main Street Sidepath—Phase I City of Carmel, Indiana Date of Addendum: August 29, 2008 Date of Bid Opening: September 3, 2008 Prepared for: City of Carmel Prepared by: Eagle Ridge Civil Engineering Services, LLC 1321 Laurel Oak Drive Avon, IN 46123 Phone: (317)370-9672 Email: bridgway @eagleridgecivil.com To all bidders on the project: All bidders submitting a Bid on the above project shall carefully read this Addendum and give it consideration in the preparation of their Bid. 1. ADDITIONAL INFORMATION AND REVISIONS TO REQUIREMENTS A. Clarification for Structure#12 Structure 12 is to be an Inlet J-10 per the plans.The current listing on Sheet 6 Structure Data Table as an Inlet E-7 is incorrect. B. Correction to Approach Table,Sheet 21 The drive listed in this table at Station 14+79 "M" is not to be part of this project. Delete it from the Table. C. Staging on South Side of Main Street Notice is hereby given that the Owner will allow the staging of equipment on the south side of Main Street during the project, given the following conditions: o The area to be used must be preapproved by the Owner. o The area is to be fully restored to include grading,topsoil and seeding/sodding as required at the Owner's discretion. o Contractor must meet other requirements of the specifications regarding the safe storage of equipment and materials,safety of the public and maintenance of traffic. D. Revision to Allowable Work Times Owner will allow work on Saturdays on this project. Specification Section 01300, Part 1.02 is hereby modified. E. Delete Requirement for Buoyancy Calculations Buoyancy calculations as noted in Section 02600, Part 1.03,will not be required for this project. F. Inspection Firm Selection Notice is given that CrossRoad Engineers. P.C. has been selected to provide Construction Inspection services on behalf of the City for this project. G. Modification of Pipe Inspection Requirements Section 02600, Part 1.04.A(inspection of storm piping by televising) is hereby deleted. Instead, Contractor must ensure that the City's inspector is present during pipe installation, and is afforded the opportunity to inspect the pipe prior to it being backfilled. H. No Local Permits Required Notice is given that no City permits will be required for this project.This is a clarification of the general requirement listed in Section 01010, Part 1.09. Modular Block Retaining Wall Color Bidders are to anticipate that the modular block retaining wall will be colored. No color selection is available at this time. J. Payment for Concrete Ribbon At approximate Station 37+20,the plans call for a 1'wide concrete ribbon to be placed as the transition between the existing brick sidewalk and the new curb ramp.This concrete ribbon is to be paid as part of the concrete ramp. K. Path Material Correction The circled K4 shown on Sheet 22 is in error.This path is to be concrete per label F as in all other areas. Delete the K4. L. Payment for Reinforcing Steel Notice is hereby given that the Reinforcing Steel to be used in the Concrete Collar and Anchor for Structures 20 and 21 shall not be measured or paid separately, but instead will be paid as part of the Pay Item for"Class A Concrete for Structures". M. Clarification of Pay Items for"Linear Grading"and"Topsoil(undistributed)" Notice is hereby given that earthwork on this contract is not to measured or paid separately except as noted below. "Linear Grading" is intended to include all excavation, borrow, hauling, placement, regrading and compaction to meet the grades,slopes,and sections noted in the plans and cross sections.This includes the proper disposal of excess material where necessary.Additionally, Linear Grading is intended to include the removal and storage of in-situ topsoil that is reused in final grading and restoration of the project site. Topsoil (undistributed)shall only be used where additional Topsoil must be brought in from an off-site source,and will include all costs to furnish,distribute and grade that topsoil.This item is only to be used after in-situ material has been used. In the event that unsuitable materials are discovered during path construction,the "Unsuitable Materials Remove/Replace" pay item is intended to be used to pay for the necessary undercutting, including excavation and disposal of such materials at an appropriately licensed off-site disposal facility,and to pay for borrow, placement and compaction of suitable replacement materials. Note that this would not include any contaminated soils,which would be handled by change order. N. Change to Requirement for Warranty of Lawn Areas Section 02900, Part. 1.05 WARRANTY is hereby modified.The warranty period for lawn areas shall extend from the date of final completion to June 30, 2009. O. Lawn Maintenance Revisions and Watering Pay Item. Notice is hereby given that the mowing and fertilization requirements in Section 02900, Part 3.09 will be enforced during the above noted Warranty Period. Watering of Sod shall be required per Section 621.10 of the Indiana Standard Specifications during the warranty period. A Pay Item for"Water" is hereby added to the Itemized Proposal. Revised Itemized Proposal is to be used by bidders on this project and the revised page is attached to this Addendum. P. Pipe Gauge—Elliptical Corrugated Metal Pipes The metal gauge thickness of Structures 20 and 21 shall be 0.109 in. Q. Pipe Material Reminder Bidders are reminded that 12"and 18"storm sewer pipes are to be reinforced concrete pipe(Class III) due to numerous low cover installations. 2. Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. 3. The Bidder shall acknowledge receipt of this Addendum by inserting the date and number in the space provided on Page P-3 of the PROPOSAL. 4. Addendum includes one attached page numbered "P-4" Addendum Issued on behalf of the City of Carmel END OF ADDENDUM Form No.96(Revised 2005) BID OF The Hunt Paving Co, Inc. (Contractor) 2450 S Tibbs Ave, PO Box 42517 (Address) Indianapolis, In 46242 FOR PUBLIC WORKS PROJECTS OF • City of Carmel Main Street Sidepath - Phase 1 _ Carmel, Indiana Filed Action taken 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) Date: September 3, 2008 1. Governmental Unit(Owner): City of Carmel 2. County: Hamilton County 3. Bidder(Firm): The Hunt Paving Co, Inc. Address: 2450 S Tibbs Ave PO Box 42517 City/State: Indianapolis, In 46242 4. Telephone Number: 317-241-8313 5. Agent of Bidder(if applicable): N/A Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of _Mai n_Street Side ath_Phase-1-- -- • (Governmental Unit) in accordance with plans and specifications prepared by 6-Gft CN flhtev ceittd Cel I4G and dated for the sum of �rX�v hklAke fn7 -fir f f Aoa xa/ .fClltlliv#EO',% -bm e $ 9N 332 AV 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: The City of Carmel Bidder(Firm) The Hunt Paving Co, Inc. Date: September 3, 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? Completion Contract Amount Class of Work Date Name and Address of Owner I=Avo`redio14 1zoo;ketch bonfiv66k ibD 422 , 375 . 00 Jo;nt Rpp,;r 7-15-2p07 Tpdpls+rat 4111.8 263,578.00 Curb,sidewalk,drives 11-2007 cal,.,aF ecr,'�/l I1ioardoFPulibcwag cpceivrG � Gil"4 DFf1/�yt�Jr7i1 IFbD3�. C1Itr DFf firma-440F oF-PkhItctoolLC 6nte CrIUIG 290,655.25 Curb,sidewalk, drives 11-2C07 5y,.et,1 DP howl,rn L(10014 e ny or-etahle f-T+k,.41 DF Pk6IIt tNvrtS_D ne.th.ii 404,362.28 2007 Concrete Prng. 9-27-2007 g.dy DPetahiglirn UIcD3a 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 igdlaha 09+0 c F r10 e,c(tAha, N g5t frC.7ln1N6�f 1,665,304_00 FAWN Various TnterstaP 3-31-2009 M4(1411'14 )v Adetttieindpk,10 1(d1(}F /144,212.00 Curb & Walk 6-1-2009 elan,oFIrdpls IWPrlu�(ISonV1✓PSltz rt9P Todpl , 4I,n 1,085,821.42 PATCHING 11-30-2008 10D 5- gal 2 J3 N , Ih i►U� ��r � 378,327.50 PA7�lIIVG 8-2c� 8 Md ur r3,5s a-tudavt ,tccnkr OPV lvD 4i ak th,4,T(y/ply �n l►G21* 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. 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 which you believe would enable the governmental unit to consider your bid.) As per plans. and specifications 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. Undtermined at this time 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. See financial form 96—A 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. yes 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. PROPOSAL MAIN STREET SIDEPATH-PHASE I To the City of Carmel, Indiana: The undersigned Bidder declares that it has read the Specifications and other Contract Documents, has examined and understands the plans, has examined the Site of the Work and has determined for itself the conditions affecting the Work, and proposes and agrees that if this Proposal is accepted, to provide, at Bidder's own expense, all labor, insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances and means of construction, and all materials and supplies, needed to complete, for its intended purpose, the entire Work and all parts thereof described as included under the Contract herein bid upon, in the manner and items prescribed, including all Work incidental thereto, according to the Plans, Contract Documents and Specifications, Indiana Department of Transportation (INDOT) Standard Specifications (2008 issue) and INDOT Standard Drawings and such instructions as the ENGINEER may give. And hereby tenders this Bid to construct said Project in accordance with the Contract Documents now on file with the City of Carmel, Indiana, and pursuant to the payment bond and performance bond to be filed herewith, each in the amount of 100%of the Contract price of: TOTAL BID AMOUNT Five Hundred Five Thousand Eight Hundred Forty Five Dollars and zero cents Dollars(Words) $505,845.00 Dollars(Figures) This price is the sum of the quoted unit prices times the quantities for each item as shown on the attached Itemized Proposal. Whereas a mathematical computation error exists on the Itemized Proposal, thus causing the above-stated Bid Amounts to be stated incorrectly, the Bidder acknowledges that the unit prices, as stated on the Itemized Proposal, shall govern. The undersigned further agrees to complete the furnishing and construction of this Project and have it substantially completed and ready for use on or before 75 Calendar Days from receipt of a Notice to Proceed in accordance with the Instructions to Bidders. ICI P-1 Enclosed is a certified check to the City of Carmel, or a bid bond binding the undersigned and surety to the City of Carmel,Indiana,in the amount of: Fifty Thousand Five Hundred Eighty Four Dollars and fifty cents Dollars(Words) $50,584.50 Dollars(Figures) which amount is not less than 10 % of the total Bid amount, guaranteeing the undersigned will enter into the Contract for the performance of the work if this Proposal is accepted. As required by the Instructions to Bidders, Questionnaire Form 96 (revised 2005), of the Indiana State Board of Accounts is properly executed and attached hereto. It is hereby agreed that this Proposal shall remain in full force and effect, and may not be withdrawn for a period of 30 days from and after the date of bid opening by the City Council, Carmel,Indiana. Respectfully submitted, Calumet Civil Contractors, Inc. CONTRACTOR 'vidual) (Partnership) or (Corporation By: Address: 4898 Fieldstone Drive Whitestown, IN046075 Dated: September 3, 2008 The above Bidder acknowledges receipt of Addenda Nos. 1 Note: The legal status of the Bidder, whether as an individual, partnership, company or corporation must be indicated as above, and all pertinent information as required by the Specifications must be furnished. P-2 City of Carmel Main Street Sidepath - Phase I ITEMIZED PROPOSAL Item Item Description Quantity Unit Unit Cost Total Amount 1 Mobilization/Demobilization 1 LSUM 25,290.00 25,290.00 2 Construction Engineering 1 LSUM 6,000.00 6,000.00 3 Clearing 1 LSUM 25,920.00 25,920.00 4 Trees, 6", Remove 3 EA 850.00 2,550.00 5 Headwalls and Partial Stone Wall, Remove 1 LSUM 3,600.00 3,600.00 6 Valve Covers, Adjust to Grade 3 EA 500.00 1,500.00 7 B-Borrow for Structure Backfill 271 CYD 43.00 11,573.00 8 Flowable BackFill for Pipes 44 CYD 150.00 6,600.00 9 Storm Sewer Pipe, 12" . 354 LFT 32.50 11,505.00 10 Storm Sewer Pipe, 18" 487 LFT 38.00 18,506.00 11 Draintile, PVC, 4" 20 LFT 27.00 540.00 12 Arch CMP, 95x67 16 LFT 765.00 12,240.00 13 Inlet E-7 8 EA 1,112.00 8,896.00 14 Inlet J-10 5 EA 3,300.00 16,500.00 15 Manhole C-4 3 EA 3,000.00 9,000.00 16 Cored Holes in Structures 2 EA 925.00 1,850.00 17 Class A Concrete for Structures 15 CYD 1,700.00 25,500.00 18 Geotextile 30 SYD 10.50 315.00 19 Class II Riprap 15 TON 70.00 1,050.00 20 Curb Ramps incl. truncated domes 96 SYD 261.00 25,056.00 21 4" Concrete Sidewalk 1,342 SYD 52.00 69,784.00 22 Concrete Sidewalk Removal 98 SYD 17.00 1,666.00 23 Concrete Curb & Gutter 550 LFT 32.50 17,875.00 24 Concrete Curb 220 LFT 34.00 7,480.00 _ 25 Concrete Curb or C&G Removal 250 LFT 11.00 2,750.00 26 Concrete Pavement for Drive, 6" 224 SYD 80.00 17,920.00 27 Modular Block Retaining Wall 70 LFT 190.00 13,300.00 28 Rebuilt Stone Wall 20 LFT 98.00 1,960.00 29 Pedestrian Railing 36 LFT 205.00 7,380.00 30 Flowable Backfill for Roadway Patching 30 CYD 315.00 9,450.00 31 Linear Grading 2,085 LFT 18.00 37,530.00 Unsuitable Materials Remove/Replace 32 (undistributed) 250 CYD 50.00 12,500.00 33 Compacted Agg. For Base, 53 358 TON 54.50 19,511.00 1 34 HMA Surface for Road Patching 12 TON 330.00 3,960.00 35 Maintenance of Traffic 1 LSUM 21,000.00 21,000.00 36 Construction Signs, A 20 EA 160.00 3,200.00 37 Barricade, Type III (undistributed) 12 EA 375.00 4,500.00 P-3 38 Silt Fencing 975 LFT 1.50 1,462.50 39 Construction Fencing 200 LFT 5.00 1,000.00 40 Ditch Inlet Protection 7 EA 85.00 595.00 41 Curb Inlet Protection 6 EA 150.00 900.00 42 Tree Protection & Trimming 1 LSUM 4,500.00 4,500.00 43 Topsoil (undistributed) 150 CY 29.50 4,425.00 44 Sod, Nursery 2100 SYD 8.50 17,850.00 45 Water 1 LSUM 5,500.00 5,500.00 46 Signs, Relocate 6 EA 250.00 1,500.00 47 Mailbox, Relocate 10 EA 80.00 800.00 48 QC Testing /Videotaping 1 LSUM 1,475.50 1,475.50 . TOTAL: i 505,845.00 P-4 Form No.96(Revised 2005) BID OF Calumet Civil Contractors, Inc. (Contractor) 4898 Fieldstone Drive (Address) Whitestown, IN 46075 FOR PUBLIC WORKS PROJECTS OF City of Carmel Filed: September 3,2008 Action taken Prescribed by the State Board of Accounts Form No.96(Revised 2005) State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTORS BID FOR PUBLIC WORKS-FORM 96 PART I (To be completed for all bids Please type or print) Date: September 3,2008 1.Governmental Unit: City of Cannel 2.County: Hamilton County 3.Bidder(Firm): Calumet Civil Contractors,Inc. Address: 4898 Fieldstone Drive City/State: Whitestown,IN 46075 4. Telephone Number: (317)769-1900 5. Agent of Bidder(if applicable): Kevin S.Green 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 Eagle Ridge Civil Engineering Services,LLC.and dated August 12, 2008 for the sum of Five Hundred Five Thousand Eight Hundred Forty Five Dollars and zero cents $505,84a.00 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 government unit. If the bid is to be awarded on a unit basis,the itemization of 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.(LC.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 Cannel Bidder(Firm): Calumet Civil Contractors,Inc. Date: September 3,2008 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 Date Name and Address of Owner 497,020 Asphalt Paving 2002 INDOT 748,159 Asphalt Paving 2002 INDOT 764,090 Asphalt Paving 2002 INDOT 303,854 Asphalt Paving 2002 INDOT 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Name and Address of Owner Date 2,192,866 Asphalt Paving 2003 INDOT 1,063,608 Asphalt Paving 2003 Indianapolis 546,103 Asphalt Paving 2003 Indianapolis 1,227,677 Asphalt Paving 2003 Indianapolis 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. R.N.Thompson Brenwick Development The Skillman Corporation Duke Construction Management Verkler,Inc. 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, completed the project,number of workers,etc,and any other information which you believe would enable the governmental unit consider your bid.) In accordance with the plans and specifications 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. Unable to provide a listing at this time 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 expect to 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 government unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. Unable to provide a listing at this time. 4.What equipment do you intend to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. As needed to properly perform the work 5.Have you entered into contracts or received offers for all materials,which substantiate the prices used in preparing you proposal? Otherwise,please explain the rationale used which would corroborate the prices listed. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT SEE ENCLOSED 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. PROPOSAL MAIN STREET SIDEPATH-PHASE I To the City of Carmel,Indiana: r-� L The undersigned Bidder declares that it has read the Specifications and other Contract Documents, has examined and understands the plans, has examined the Site of the Work and has determined for itself the conditions affecting the Work, and proposes and agrees that if this Proposal is accepted, to provide, at Bidder's own expense, all labor, insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances and means of construction, and all materials and supplies, needed to complete, • for its intended purpose, the entire Work and all parts thereof described as included under the Contract herein bid upon, in the manner and items prescribed,including all Work incidental thereto,according to the Plans, Contract Documents and Specifications, Indiana Department of Transportation (INDOT) r? Standard Specifications (2008 issue) and INDOT Standard Drawings and such instructions as the ENGINEER may give. ? And hereby tenders this Bid to construct said Project in accordance with the Contract Documents now on file with the City of Carmel, Indiana, and pursuant to the payment bond and performance bond to be filed herewith, each in the amount of 100%of the Contract price of: •1 • TOTAL BID AMOUNT 66-ue/PS/X-g •'• ✓ Dollars(Words) J 5 75�, 53D Dollars(Figures) ✓ This price is the sum of the quoted unit prices times the quantities for each item as shown on the J attached Itemized Proposal. Whereas a mathematical computation error exists on the Itemized Proposal, thus causing the above-stated Bid Amounts to be stated incorrectly, the Bidder acknowledges that the unit prices,as stated on the Itemized Proposal, shall govern. The undersigned further agrees to complete the furnishing and construction of this Project and have it substantially completed and ready for use on or before 75 Calendar Days from receipt of a Notice to Proceed in accordance with the Instructions to Bidders. 7 j a 1 P-1 fi in Enclosed is a certified check to the City of Carmel, or a bid bond binding the undersigned and surety to Li the City of Carmel,Indiana, in the amount of: IT /8 % d/ 6 Zia Dollars(Words) Dollars (Figures) which amount is not less than 10 % of the total Bid amount, guaranteeing the undersigned will enter into the Contract for the performance of the work if this Proposal is accepted. n As required by the Instructions to Bidders, Questionnaire Form 96 (revised 2005), of the Indiana State Li Board of Accounts is properly executed and attached hereto. It is hereby agreed that this Proposal shall remain in full force and effect, and may not be withdrawn for a period of 30 days from and after the P1 date of bid opening by the City Council, Carmel,Indiana. Li Respectfully submitted, fl r DAWSON INCORORATED CONTRACTOR T (Individual) (Partnership) or (Corporation) LJ By: aZhis-f Address: 6221 S . Harding Street Indinaapolis , IN 46217 Dated: September 3 , 2008 The above Bidder acknowledges receipt of Addenda Nos. 1 Note: The legal status of the Bidder, whether as an individual, partnership, company or corporation `° must be indicated as above, and all pertinent information as required by the Specifications must be furnished. L F L L. 9' --s Li F i F City of Carmel 1_, Main Street Sidepath - Phase I ITEMIZED PROPOSAL [1 Item Item Description Quantity Unit Unit Cost Total Amount 1 Mobilization/Demobilization 1 LSUM . 2 52 1 2 Construction Engineering 1 LSUM `/ .00 14.44'.° `' 3 Clearing 1 LSUM i iZce. 1-7 2°6 7 4 Trees, 6", Remove 3 EA $560.00 $,680.00 5 Headwalls and Partial Stone Wall, Remove 1 LSUM $6,600.00 $6,600.00 6 Valve Covers, Adjust to Grade 3 EA $350.00 $1,050.00 7 B-Borrow for Structure Backfill 271 CYD $38.00 $10,298.00 8 Flowable BackFill for Pipes 44 CYD $145.00 $6,380.00 9 Storm Sewer Pipe, 12" 354 LFT $54.00 $19,116.00 '1 10 Storm Sewer Pipe, 18" 487 LFT $67.00 $32,629.00 _. 11 Draintile, PVC, 4" 20 LFT $77.00 $1,540.00 12 Arch CMP, 95x67 16 LFT $1.025.00 $16,400.00 13 Inlet E-7 8 EA $1,570.00 $12,560.00 A 14 InletJ-10 5 EA $2,228.00 $11,140.00 15 Manhole C-4 3 EA $2,288.00 $7,464.00 16 Cored Holes in Structures 2 EA $627.00 $1,254.00 17 Class A Concrete for Structures 15 CYD $1,768.00 $26,520.00 7 18 Geotextile 30 SYD $36.00 $1,080.00 _j 19 Class II Riprap 15 TON $83.00 $1,245.00 20 Curb Ramps incl. truncated domes 96 SYD $190.00 $18,240.00 1 21 4" Concrete Sidewalk 1,342 SYD $51.50 $69,1.13.00 22 Concrete Sidewalk Removal 98 SYD $17.00 $1,666.00 23 Concrete Curb & Gutter 550 LFT $21.00 $11,550.00 9 24 Concrete Curb 220 LFT $44.00 $9,680.(( 25 Concrete Curb or C&G Removal 250 LFT $30.00 $7,500.00 26 Concrete Pavement for Drive, 6" 224 SYD $110.00 $26,640.00 9 27 Modular Block Retaining Wall 70 LFT Z/2 2/, 28 Rebuilt Stone Wall 20 LFT 42 J ,,,i 2 -1 29 Pedestrian Railing 36 LFT VC 7414 1 j 30 Flowable Backfill for Roadway Patching 30 CYD $109.00 $3,270.00 31 Linear Grading 2,085 LFT 2 -43 gi5- I Unsuitable Materials Remove/Replace ' J 32 (undistributed) 250 CYD $75.00 $18,750.00 33 Compacted Agg. For Base, 53 358 TON $46.00 $16,468.0C -1 34 HMA Surface for Road Patching 12 TON o le,S0 J 35 Maintenance of Traffic 1 LSUM -yo: -91 "0- 1 36 Construction Signs, A 20 EA � 37Z 5Z/40 37 Barricade, Type Ill (undistributed) 12 EA 3$97 4;6°4151' j P-3 38 Silt Fencing 975 LFT 1 '0 Z S3s 39 Construction Fencing 200 LFT rs li ; 4itZ� 40 Ditch Inlet Protection 7 EA 43 z,27.5-4'(' 41 Curb Inlet Protection 6 EA Ids 2,Ia, 42 Tree Protection &Trimming 1 LSUM -42.44 °z' 2 43 Topsoil (undistributed) 150 CY .46 r° 975 44 Sod, Nursery 2100 SYD 1 4 79 6$ 45 Water 1 LSUM f1 5W J'j „coo B` 46 Signs, Relocate 6 EA 31 Z j z "` 47 Mailbox, Relocate 10 EA 232 5 Z 3 Zo' 48 QC Testing/Videotaping 1 LSUM f (655 6"/ TOTAL: 5,S,, 1 P-4 Form No.96(Revised 2005) BID OF DAWSON INCORPORATED (Contractor) 6221 South Harding Street (Address) Indianapolis, IN 46217 FOR PUBLIC WORKS PROJECTS OF City of Carmel, Indiana Filed Sepember 3, 2008 Action taken • State Form 52414(10-05) 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: September 3, 2008 1. Governmental Unit(Owner): CITY OF CARMEL, INDIANA 2. County: HAMILTOIN 3. Bidder(Firm): DAWSON INCORPORATED Address: 6221 S. Harding Street City/State: Indianapolis, IN 46217 4. Telephone Number: (317) 7788-4478 5. Agent of Bidder(if applicable): N/A Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of CITY OF CARMEL, INDIANA Governmental Unit) in accordance with plans and specifications prepared by Eagle Ridge and dated August 12, 2008 for the sum of $ SEE BID FORM 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 June 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 June 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, Indiana Bidder(Firm) DAWSON INCORPORATED Date: Sepember 3, 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? Completion Contract Amount Class of Work Date Name and Address of Owner 1,112,200 General 2007 IPS—Riley Elementary 742,000 General 2006 IPS— Riverside Elementary 1,310,000 General 2008 Carmel Central Park BR#3A.2 1,100,000 General 2008 City Market Renovation 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 1,050,000 General 2008 IAA— IMC Bldg. Security Wall 400,000 General 2008 Indianapolis DPW Access Ramps 293,100 Site 2008 IPS Gambold Middle School BP#1 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. Shuck Corporation David W. Shuck Louis Linder&Son Louis Linder Jr. Smock Fansler Tom Fansler III 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 which you believe would enable the governmental unit to consider your bid.) Firm contracts with subcontractors and suppliers. Order, receive and approve shop drawings. Schedule and maintain deliveries to arrive as needed. Man the project and mobilize those concerned with the project. 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. All Subcontractors' information will be submitted per the Contract Documents as required. 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. Yes, listing to be provided as specified. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors June also be required to be listed by the governmental unit. Unknown at this time. 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. Yes 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. 1 Form Prescribed by State Board of Accounts 900549-5291465 General Form No.99 P(Rev. 1987) CITY-OF CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 307 N PENNSYLVANIA ST -PO BOX 145 IF' 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 • 87.0 lines 2.0 columns wide equals 174.0 equivalent $ 85.60 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 $ 85.60 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. 116, DATE: 08/22/2008 /��L _-IL. ' Clerk Title 900549-5291465 PUBLISHER'S AFFIDAVIT PUBLIC NOTICES PUBLIC NOTICES 1 State of Indiana SS: NOTICE TO BIDDERS-REVISED i Hamilton County City of Cannel • Notice is hereby given that the Board of Public Works and 4 Safety for the.City of Carmel Hamilton County,Indiana ("City")will receive sealed Bids for the City's Main Street I Personally appeared before me,a notary public in and for said county and state, Sidepath Phase I("Project")at the office of the Clerk-J Treasurer,City Hall,One Civic Square;Carmel,Indiana, I -until 10:00 a.m.(local time)on September 3,2008 and commencing as soon as practicable-thereafter during a , the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk special Board of Public Works Meeting on the same date, such bids will be publicly opened and read aloud in the Council Chambers of City Flail.No late bids will be ac- aerated. the Noblesville Ledger a newspaper of general circulation DESCRIPTION OF WORK:This is to be a unit price bid pro- tect and involves the construction of approximately 1800 feet of new concrete sidepath,ranging from 6'to 8 wide., Work includes some tree removal or trimming,850'of l printed and published in the English language in the city of NOBLESVILLE in state new storm sewers,curb and gutter,culvert extensions, replacement of private drives with concrete,miscellane- ous curb and ramp work,rough and finish grading and 'sodding.Maintenance of traffic and other incidentafwork and county aforesaid,and that the printed matter attached hereto is a true copy, is also included. -BIDDING DOCUMENTS:Bidding Documents are available for examination at City of Carmel,Department of Engi- neering(1st Floor),One Civic Square,Carmel,IN 46032 which was duly published in said paper for 2 time(s),between the dates of: (317)571-2441. Copies of the Contract Documents may be obtained from Eagle Ridge Civil En ineerin Services LLC,1321 Laurel Oak Drive,Avon,Indiana ,46123. A NON-refundable pay- 08/15/2008 and 08/22/2008 ment of$50 per set shall be made out by check or money order to Eagle Ridge Civil Engineering Services LLC. — Bids shall Be properly and completely executed on Bid forms contained in the Contract Documents.Each Bid ! shall be accompanied by a completely filled out State Form No.96(including non-collusion affidavit),accept- //,�L �L . a.._ _ . erk able bid secunty,•and wage stipulation affidavit(if appli- cable).Any Bid not accompanied by the aforementioned Title required items shall he deemed a non-responsive Bid.Bid envelope must be sealed and be labeled with the words bider -MAIN STREET withdraw o proposal I." Subscribed and sworn to before me on 08/22/2008 No bidder("Bidder')may withdraw its proposal within a period of 30 days following the date set for the receiving of Bids.,The City reserves the right to retain any and all Bids fat a period of not more than 30 rays and e Bids 'n //� shall remain in full force and effect during said time. u/e.The (J�/'' City further reserves the right to waive informalities and -to award the Contract to any Bidder all to the advantage of the City of Carmel or to reject all Bids in accordance with IC 5.22.18.2. - Notary Public - The Project will be funded by the City of Carmel.Wage rates for the Project-shall be not less than the current prescribed scale of wages as determined be the Common DENISE MAMUI1ITE -Construction Wage Committee in accordance with IC 5- Form-, BID SECURITY:Eaach the shall be accompanied by an ac- My commission expires: NOTARY PUBLIC ceptable certified check made payable to the City of Car- SEAL mel or an acceptable Bid bond in the amount equal to ten STATE OF INDIANA (10)percent of the total Bid price executed by an incor- porated surety company in good standing and qualified MY COMMISSION EXPIRES February 213,2016 to do business in the State of Indiana and whose name appears on the current Treasury Department Circular 570. • . BONDS:A performance bond and payment bond,each in the amount of 100 percent of the Contract price,will be required from the successful Bidder to whom the work is awarded. - - — PRE-BID CONFERENCE A Pre-Bid conference will be held prior to the Bid opening on Wednesday,August 27 2008 at 9 am.at the City Hall(Caucus Room-2nd Floor),One Civic,Square,Carmel,IN 46032,to familiarize Bidders with this Protect The meeting is not mandatory but is recommended.Please notify the City Engineer's Office /1171571 7ddi if uoaeiai arnn mnda,nnc ara naededhv_