Loading...
HomeMy WebLinkAboutBid 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: #08-02—136'x'Street Path • Proposal For Construction of: 950 feet of asphalt path on the north side of 136`x' Street from the east side Oak Ridge Road to the west side Elgin Drive (Old Meridian Street), including storm sewer installation, concrete sidewalk and driveway replacement, 100 feet of concrete curb and gutter installation, and ditch grading. • Date: May 21, 2008 To: City of Carmel, Indiana, Board of Public Works and Safety • • BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: The Snider Group Inc. 1.2 Bidder Address: Street Address: P.O. Box 281 City: Zionsville State: IN Zip: 46077 Phone:(317) 873-5265 Fax: (317) 873-5280 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: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and — fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total One Hundred and Twenty Five Thousand Four Hundred and 00/100----Dollars ($ 125,400.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 1 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Itemized Proposal 136th Street Path Project Item# Item Quantity Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS $11,800.00 $11,800.00 2 Maintenance of Traffic 1 LS $4,000.00 $4,000.00 3 Clearing Right of Way 1 LS $5,000.00 $5,000.00 4 Linear Grading 950 LFT $30.50 $28,975.00 5 Linear Ditch Grading 393 LFT $29.50 $11,593.50 6 Inlet,Type A 1 EA $1,130.25 $1,130.25 7 Manhole,Type L 1 EA $4,150.00 $4,150.00 8 12"RCP 284 LFT $26.50 $7,526.00 9 12"Concrete Pipe End Section 4 EA $456.00 $1,824.00 12"Concrete Pipe End Section, 10 Remove and Reset 2 EA $500.00 $1,000.00 11 57"x 38"Elliptical CMP 22 LFT $180.00 $3,960.00 12 B-Borrow for Structure Backfill 115 CYS $14.57 $1,675.55 13 Rip Rap,Revetment,Maximum 18 in. 25 SYS $46.20 $1,155.00 14 HMA Surface for Path 71 TON $125.00 $8,875.00 15 HMA Intermediate for Path 156 TON $95.00 $14,820.00 16 PCCP for Driveways-6"- 29 SYS $50.00 $1,450.00 17 Compacted Agg.No.53,Base 247 TON $10.60 $2,618.20 18 4"Concrete Sidewalk 32 SYS $35.00 $1,120.00 19 Curb and Gutter,Concrete 100 LFT $50.00 $5,000.00 20 Sidewalk Curb Ramp 19 SYS $85.00 $1,615.00 21 Mulched Seeding 1100 SYS $1.50 $1,650.00 22 Erosion Control Blanket 1015 SYS $2.50 $2,537.50 23 Erosion Control Measures 1 LS $1,925.00 $1,925.00 'Total Itemized Proposal I I I I $125,400.00 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 May 19, 2008 2 May 19, 2008 • • BID-5 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: • BID-6 Form No.96(Revised 2005) BID OF The Snider Group Inc. (Contractor) P.O. Box 281 (Address) Zionsville, IN 46077 FOR PUBLIC WORKS.PROJECTS OF #08-02 136th Street Path Filed 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: 5/21/08 1. Governmental Unit(Owner): City of Carmel 2. County: Hamilton 3. Bidder(Firm): The Snider Group Inc. Address: P.O. Box 281 City/State: Zionsville, IN 46077 4. Telephone Number: 317-873-5265 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 #08-09 ."1-36th St rapt Path (Governmental Unit)in accordance with plans and specifications prepared by CrossRoad Engineers and dated 5/21/08 for the sum of One Hundred and Twenty Five Thousand Four $ 125.400.00 Hundred Dollars and 00/100--- 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. - I 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 Snider Group Inc. Date: May 21. 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 N/A N/A N/A N/A 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 1,375,000.00 Road 05/08 Town of Zionsville 372,487.00 Pathway 06/08 Town of Zionsville 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. Sanders Development 769-5503 Cranf ill Development 858-1220 Bay Development 844-2555 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.) 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. 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: #08-02—136th Street Pat/z Proposal For Construction of: 950 feet of asphalt path on the north side of 136" Street. from the east side Oak Ridge Road to the west side Elgin Drive (Old Meridian Street), including storm sewer installation, concrete sidewalk and driveway replacement, 100 feet of concrete curb and gutter installation, and ditch grading. Date: To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 • PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: \P7R-1)82,<t LA--nIDSCA f� CXC..ANJA-(l1...i 6 Co mFIAt-J j 1.2. Bidder Address: Street Address: aiq 40 S 1000 bi City: r-rJDizsonJ State: I-1 Zip: 4(,or1 Phone: h's) 3--18-5- 3 Fax: 065) 3-18-0 '.7(.- 1.3 Bidder is a/an[mark one] • Individual Partnership t7 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; I Address: BID-2 • PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Dollars ($ /Z3, 2/8 'b ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES /This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Itemized Proposal 136th Street Path Project Item# Item Quantity Unit Unit Cost Total Cost _ 1 _Mobilization/Demobilization 1 LS 4000 f 4O 0°_'' 2 Maintenance of Traffic 1 LS 316a)".' :3()°G`' 3 Clearing Right of Way 1 LS 6,5D0` 6,S60 4 Linear Grading For Path 950 LFT i3 ''' 211650 ` 5 Linear Ditch Grading 393 LFT 'd c) ,`432" 6 Inlet, Type A 1 EA ]goo- 1960" 7 Manhole, Type L 1 EA 2'4 60 - a i 00 8 12" RCP 284 LFT 57` 16 1 1 $6 " 9 12" Concrete Pipe End Section 4 EA -25-0` 3,o a o ° 12" Concrete Pipe End Section, 10 Remove and Reset 2 EA 350' 700 11 57" x 38" Elliptical CMP 22 LFT 176 Sy 37 51 12 B-Borrow for Structure Backfill 115 CYS 3C3 f" 4.370 13 Rip Rap,Revetment,Maximum 6 in. 25 SYS 70 1750 ' 14 HMA Surface for Path 71 TON q3 a 6,745 15 HMA Intermediate for Path 156 TON $S° I3. 2_60 ' 16 PCCP for Driveways-6"- 29 SYS 7S° 2,1 --).5.1' 17 Compacted Agg.No. 53,Base 247 TON o2.6 '° 6, `F22` 18 4" Concrete Sidewalk 32 SYS 65' .2,0 60' 19 Curb and Gutter, Concrete 100 LFT 26P .2,606` 20 Sidewalk Curb Ramp 19 SYS 70 a 13 30 ` 21 Mulched Seeding 1100 SYS ,2 a z 200 22 Erosion Control Blanket 1015 SYS 4/1-. 4'S 6 7 r 23 Erosion Control Measures 1 LS ,2260 '3' 2.o 0 0 Total Itemized Proposal ii & J 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 mod- lb1 z°°4 • fillgy /9- 20 ug 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: 1,1 u 1,1� BID-6 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: May 21, 2008 1. Governmental Unit(Owner): City of Carmel, IN 2. County: Hamilton 3. Bidder(Firm): Yardberry Landscape Excavating Company Address: 9940 S 1000 W City/State: Anderson, IN 46017 4. Telephone Number: 765-378-5783 5. Agent of Bidder(if applicable): Tim Yarberry Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of 136th Street Path Project, Project No. 08-02 (r4fIvPmmPntr=11 nit)in nrrVrinnrr' nnri nrennred Few • CrossRoad Engineers, P.C. for The notice of the lettinc, If alternative bids apply, ihe Wiciersigned proposal far ........ .Qnsn-inn-Ii;n1,--, if additinn2i units ('IT indijcied IP. :he tht=-1 - . . . • ACCEPTANCE The above bid is accepted this 21st day of May , 2008 , subject to the following conditions: Contracting:g S 1Ci 6::+ilej Members: Tim Yarberry H PART e e _ =e (For projects of$100,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel, IN Bidder(Firm) Yardberry Landscape Excavating Company Date: May 21, 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 :. 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 _ $216,914.04 Drainage Imp 01/08 City of Carmel, IN $101,960.00 Debris Removal 11/07 INDOT-Fort Wayne District $38,400.00 Demolition 10/07 Ball State University $251,224.00 Water Main 06/07 City of Carmel, IN 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 $93,156.00 Landscaping 2009 INDOT-LaPorte District $136,355.00 Sewer 06/09 City of Richmond, IN $227,815.00 Water Main 06/09 City of Carmel, IN II 3. Have you ever failed to complete any work awarded to you? No If so,where and why? 4. List references from private firms for which you have performed work. Dan Swails, City of Indy Parks & Recreation, (317)491-2883 Tim Farley, H. Stewart Kline &Associates, Inc., (765) 742-0295 Max Abrell, Delaware County Regional Waste District, (765) 284-6370 Bob Wiwi, Richmond Sanitary District, (765) 983-7477 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.an any o her information which you believe would enable the governmental unit to consider your bid.) 6 A. / ,u3 s7,4 /+� d c 64 I 0 Y'L�rn^` c)-rz --- 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. /h/'s7°^- °L`-"®-e i 0.-R P . , 7/ 7r f/-,i- k.,,7,,I 1 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. Ty 0 4. subcontractors may also be required to be listed b the thproposed overnmental unit. equipment.n be used Qy1 / 2, Y q Y 9 315�`t �x 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. V______ 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. 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. III Project: #08-02—13611 Street Path Proposal For Construction of: 950 feet of asphalt path on the north side of 136th Street • from the east side Oak Ridge Road to the west side Elgin Drive (Old Meridian Street), including storm sewer installation, concrete sidewalk and driveway replacement, 100 feet of concrete curb and gutter installation, and ditch grading. Date: May 21, 2008 • To: City of Carmel, Indiana, Board of Public Works and Safety II BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 BidderName: Calumet Civil Contractors, Inc. 1.2 Bidder Address: Street Address: 4898 Fieldstone Drive City: Whitestown State: IN Zip: 46075 Phone: (317) 769-1900 Fax: (317) 769-7424 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: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 • PART 2 - BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Ninety Seven Thousand Seven Hundred and 00/100 Dollars ($ 97,700.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. • BID-3 • Itemized Proposal 136th Street Path Project Item# Item Quantity Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS $5,000.00 $5,000.00 2 Maintenance of Traffic 1 LS $6,000.00 $6,000.00 3 Clearing Right of Way 1 LS $5,000.00 $5,000.00 4 Linear Grading 950 LFT $9.00 $8,550.00 5 Linear Ditch Grading 393 LFT $9.00 $3,537.00 6 Inlet, Type A 1 EA $1,800.00 $1,800.00 7 Manhole, Type L 1 EA $4,700.00 $4,700.00 8 12" RCP 284 LFT $41.00 $11,644.00 9 12" Concrete Pipe End Section 4 EA $680.00 $2,720.00 12" Concrete Pipe End Section, Remove and 10 Reset 2 EA $360.00 $720.00 11 57" x 38" Elliptical CMP 22 LFT $160.00 $3,520.00 12 B-Borrow for Structure Backfill 115 CYS $19.00 $2,185.00 13 Rip Rap, Revetment, Maximum 18 in. 25 SYS $35.00 $875.00 14 HMA Surface for Path 71 TON $90.00 $6,390.00 15 HMA Intermediate for Path 156 TON $66.00 $10,296.00 16 PCCP for Driveways -6"- 29 SYS $80.00 $2,320.00 17 Compacted Agg. No. 53, Base 247 TON $35.00 $8,645.00 18 4" Concrete Sidewalk 32 SYS $70.00 $2,240.00 19 Curb and Gutter, Concrete 100 LFT $27.00 $2,700.00 20 Sidewalk Curb Ramp 19 SYS $140.00 $2,660.00 21 Mulched Seeding 1100 SYS $1.10 $1,210.00 22 Erosion Control Blanket 1015 SYS $1.90 $1,928.50 23 Erosion Control Measures 1 LS $3,059.50 $3,059.50 Total Itemized Proposal I I I $97,700.00 • 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 5/16/08 Two 5/19/08 • 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 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: May 21,2008 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 Crossroad Engineers and dated April,2008 for the sum of Ninety Seven Thousand:. Seven Hundred and 00/100 Dollars. $ 97,700..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.(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 Cannel Bidder(Firm): Calumet Civil Contractors,Inc. Date: May 21,2008 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. • I -i BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized Project: #08-02—136th Street Path Proposal For Construction of: 950 feet of asphalt path on the north side of 136th Street from the east side Oak Ridge Road to the west side Elgin Drive (Old Meridian Street), including storm sewer installation, concrete sidewalk and driveway replacement, 100 feet of concrete curb and gutter installation, and ditch grading. • Date: MAY 21, 2008 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION / (Print) - 1.1 Bidder Name: E & B PAVING, INC. 1.2 Bidder Address: Street.Address: 17042 MIDDLETOWN AVE. City: NOBLESVILLE State: INDIANA Zip: 46060 Phone: 317-773-4132 Fax: 317-773-4137 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: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: II BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total ONE HUNDRED NINETEEN THOUSAND, FIVE HUNDRED FIFTEEN DOLLARS AND TEN CENTS Dollars ($119,515.10 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 Part3 / 4 _ CONTRACT ITEMS AND UNIT PRICES -% [This part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Itemized Proposal 136th Street Path Project Item # Item Quantity Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS $ 8,604.60 $ 8,604.60 2 Maintenance of Traffic 1 LS $ 14,307.00 $ 14,307.00 3 Clearing Right of Way 1 LS $ 4,750.00 $ 4,750.00 4 Linear Grading For Path 950 LFT $ 13.00 $ 12,350.00 5 Linear Ditch Grading 393 LFT $ 9.00 $ 3,537.00 6 Inlet, Type L 1 EA $ 1,475.00 $ 1,475.00 7 Manhole, Type L 1 EA $ 6,500.00 $ 6,500.00 8 12" RCP 284 LFT $ 25.00 $ 7,100.00 9 12" Concrete Pipe End Section 4 EA $ 750.00 $ 3,000.00 12" Concrete Pipe End Section, Remove 10 and Reset 2 EA $ 275.00 $ 550.00 11 53" x 41" Elliptical CMP 22 LFT $ 155.00 $ 3,410.00 12 B-Borrow for Structure Backfill 115 CYS $ 70.00 $ 8,050.00 13 Rip Rap, Revetment, Maximum 6" 25 SYS $ 45.00 $ 1,125.00 14 HMA Surface for Path 71 TON $ 108.00 $ 7,668.00 15 HMA Intermediate for Path 156 TON $ 65.00 $ 10,140.00 16 PCCP for Driveways-6"- 29 SYS $ 75.00 $ 2,175.00 17 Compacted Agg. No 53, Base 247 TON $ 40.00 $ 9,880.00 18 4" Concrete Sidewalk 32 SYS $ 65.00 $ 2,080.00 19 Curb and Gutter, Concrete 100 LFT $ 30.00 $ 3,000.00 20 Sidewalk Curb Ramp 19 SYS $ 125.00 $ 2,375.00 21 Mulched Seeding 1100 SYS $ 1.10 $ 1,210.00 22 Erosion Control Blanket 1015 SYS $ 1.90 $ 1,928.50 23 Erosion Control Measures 1 LS $ 4,300.00 $ 4,300.00 'Total Itemized Proposal $ 119,515.10 B ID-4 PART 4 i CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as k 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 MAY 16, 2008 2 MAY 19, 2008 • • BID-5 05/1612008 14:19 3177806525 CROSSROAD ENGINEERS PAGE 02/03 DATE: May 16, 2008 PROJECT: 136th Street Path Project City of Carmel, Indiana NOTICE OF ADDENDUM NUMBER 1 1) The Itemized Proposal, page BID-4, has been revised to state 136th Street Path and has been included. This revised Itemized Proposal shall be used in the submitted bid package_ 2) The Bidder shall acknowledge receipt of this Addendum by inserting the number and date in the space provided on page BID-5, Part 4.2 of the Bid Form. Page 1 of 1 05/16/2008 14:19 3177806525 CROSSROAD ENGINEERS PAGE 03/03 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Itemized Proposal. • 136th Street Path Project Item# Item Quanta Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS 2 Maintenance of Traffic 1 LS 3 _Clearing Right of Way 1 LS 4 Linear Grading For Path 950 LFT 5 Linear Ditch Gradin_ 393 LFT 6 Inlet, Type A 1 EA 7 Manhole, Type L 1 EA 8 12" RCP 2.84 LFT 9 12" Concrete Pipe End Section 4 EA 12" Concrete Pipe End Section, 10 Remove and Reset 2 EA 11 53" x.41" Elliptical CMP . 22 LFT 12 B-Borrow for Structure Backfi.11 115 CYS 13 Ri li~a ,Revetment,Maximum G in.. 25 SYS 14 HMA Surface for Path 71 TON 15 HMA Intermediate for Path 156 TON 16 PCCP for Driveways-6"- 29 SYS 17 Com.acted A_I.No. 53,Base 247 TON 18 4" Concrete Sidewalk 32 SYS 19 Curb and Gutter, Concrete 100 LFT 20 Sidewalk Curb Ramp 19 SYS 21 Mulched Seeding • 1100 SYS 22 Erosion Control Blanket 1015 SYS 23 Erosion Control Measures 1 LS Total Itemized Proposal L BID-4 05/19/2008 16:23 3177806525 CROSSROAD ENGINEERS PAGE 02/03 DATE: May 19, 2008 PROJECT: 136th Street Path Project City of Carmel, Indiana NOTICE OF ADDENDUM NUMBER 2 1) Item # 11 on the Itemized Proposal, page BID-4, has been revised to specify 57" x 38" Elliptical CMP and has been included. This revised Itemized Proposal shall be used in the submitted bid package. 2) A revised digital Itemized Proposal, page BID-4, has been included. 3) The Site Dimension Plan & Typical Sections, Sheet 300, has been revised and included. The revisions include the following: o Utility locates have been added to the plans. o A Buckeye Pipeline note has been added to the plans. Please notice that contact information for Buckeye Pipeline has been added to the plans, and coordination with Buckeye should be completed prior to any construction activities in the pipeline vicinity. o An existing twenty (20) feet pipeline easement has been added to the plans. a The Str. #5 text box has been revised to specify 57" x 38" CMP. Please refer to Item #1 of this notice. o The Legend and the revetment rip rap text box have been revised to specify Rip Rap, Revetment, Maximum 6 in. 4) The Topographic Survey & Demolition Plan, Sheet 200, has been revised to include a twenty (20)feet pipeline easement, and a note that specifies that the contractor shall preserve and protect the existing pipeline marker. 5) The Bidder shall acknowledge receipt of this Addendum by inserting the number and date in the space provided on page BID-5, Part 4.2 of the Bid Form. Page 1 of 1