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: #08-04—Carmel Drive/Adams Street Path
Proposal For Construction of: The construction of 1,950 feet of asphalt path on the north
side of W. Carmel Drive from Adams Street to City Center
Drive, and on the south side of Adams Street from W.
Carmel Drive to City Center Drive, including concrete curb
ramp installation, and adjusting sanitary sewer manhole
castings to grade.
Date: July 22 , 2008
To: City of Carmel,Indiana, Board of Public Works and Safety
BID-I
1
� s
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Harco Asphalt Paving, Inc.
1.2 Bidder Address: Street Address: 1650 Harco Way
City: INDPLS. State: IN Zip: 46217
Phone: 317-786-8480 Fax: 317-791-7570
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
T. 1
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, 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
Eight Hundred Ninety-Five &9/1 jbllars ($ 97 ,895 . 09 ). 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
Carmel Drive /Adams Street Path Project
Item# Item Quantity Unit Unit Cost Total Cost
1 Mobilization/Demobilization 1 LS $2,659.50 $2,659.5.
2 Maintenance of Traffic 1 LS $1,773.00 $1,773.00
. 3 Clearing Right of Way 1 LS $11,642.70 $11,642.70
4 Linear Grading for Path 1980 LFT $3.37 $6,672.60
5 3" Diameter Tree,Relocate 1 EA $236.40 $236.40
6 Structure, Sanitary Manhole,Reconstruct 1 LS $2,364.00 $2,364.00
7 HMA Surface for Path 180 TON $104.67 $18,840.60
8 HMA Intermediate for Path 297 TON $84.86 $25,203.42
9 Compacted Agg.No. 53,Base 605 TON $22.03 $13,328.15
10 4" Concrete Sidewalk 6 SYS $141.84 $851.04
11 Concrete Curb Ramp,Type G 49 SYS $246.05 $12,056.45
12 --ITEM DELETED-- >C
13 Erosion Control Measures 1 LS $1,1 40.63 $1,1 40.63
14 Mulched Seeding 2620 SYS $0.43 $1,126.60
(Total Itemized Proposal ` I $97,895.09
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 July 18 , 2008
TWO July 21 , 2008
BID-5
r L
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
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: #08-04-Carmel Drive/Adams Street Path
Proposal For Construction of: The construction of 1,950 feet of asphalt path on the north
• side of W. Carmel Drive from Adams Street to City Center -
Drive, and on the south side of Adams Street from W.
Carmel Drive to City Center Drive, including concrete curb
• ramp installation, and adjusting sanitary sewer manhole
castings to grade.
Date:
JAI aa, 000
To: City of Carmel,Indiana, Board of Public Works and Safety
BID-1
•
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: A��i?��RTZ� ^�� . c -�xe-r�')Pcrl�G `o
J
1.2 Bidder Address: Street Address: 994° S l000
City: A'-ibe--7"o") State: I^/ Zip: q(0017
Phone: rjbS- 3-3 8- S-)$3 Fax: —1(oS- 318-03� S�
1.3 Bidder is a/an[mark one] l/
Individual Partnership Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign co-
orporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name: •
Address:
BID-2
y y
•
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items,total
Dollars ($ /07,666 ). 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
— I
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Itemized Proposal
Carmel Drive/Adams Street Path Project
Item# Item Quantity Unit Unit Cost Total Cost
1 Mobilization/Demobilization 1 LS /OW- 't66
2 Maintenance of Traffic 1 LS g 000. _3 o o o°
3 Clearing Right of Way 1 LS 200e- go o cr
4 Linear Grading for Path 1980 LFT IS 25; 7sfo`
5 3"Diameter Tree,Relocate 1 EA 400` 4o
6 Structure, Sanitary Manhole,Reconstruct 1 LS 650= 8 So t
7 HMA Surface for Path 180 TON 'Cot 16•.200-
8 HMA Intermediate for Path 297 TON 85 „25;2°ES`
9 Compacted Agg.No. 53,Base 605 TON .2 5' 1S 25-
10 4" Concrete Sidewalk 6 SYS 16 ci- do a
11 Concrete Curb Ramp,Type G 49 SYS I le c 3`3 e
12 --ITEM DELETED -- -44110.11w~
13 Erosion Control Measures 1 LS .2500' g2So o°
14 Mulched Seeding 2620 SYS 02 .®
Total Itemized Proposal I jb7,1660
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
•
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
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: July 22, 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 #08-04 - Carmel Drive/Adams Street Path
(Governmental Unit) in accordance with plans and specifications prepared by
CrossRoad Engineers, P.C. and dated for the sum of
le, 2 hoe
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 (IC. 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 22nd day of July , 2008 , subject to the
following conditions:
Contracting Authority Members:
Tim Yarberry
PART II
(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: July 22, 2008
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
1. What public works projects has your organization completed for the period of one(1)year prior to the
date of the current bid?
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
$134,950.00 Scour Protection 05/08 INDOT-Crawfordsville District
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
$37,155.00 Water Main 08/09 City of Richmond, IN
$354,545.00 Pipe Lining 07/08 INDOT-Seymour district
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. and any other informatioThwhich yRu
believe would epable the governmental unit to consider your bid.) LiL,ji3 S 77gIl , ecbV
pie '
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. P I pa 3
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. 5 '% - U
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. c P PIS--
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
A ND 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: #08-04—Carmel Drive/Adams Street Path
Proposal For Construction of: The construction of 1,950 feet of asphalt path on the north
• side of W. Carmel Drive from Adams Street to City Center
Drive, and on the south side of Adams Street from W.
Carmel Drive to City Center Drive, including concrete curb
ramp installation, and adjusting sanitary sewer manhole
castings to grade.
Date: July 22, 2008
To: City of Carmel,Indiana, Board of Public Works and Safety
•
BID-1
, r , ,
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: CalumettCivi1 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
1
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, 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, w hich Unit Prices, when.multiplied by
estimated unit quantities for such Contract Items, total One Hundred Fourteen Thousand
Eight Hundred Twenty Five and 00/iocDollars ($ 114,825.00 ). 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
Carmel Drive /Adams Street Path Project
Item# Item Quantity Unit Unit Cost Total Cost
1 Mobilization/Demobilization 1 LS $5,741.00 $5,741.00
2 Maintenance of Traffic 1 LS $9,400.00 $9,400.00
3 Clearing Right of Way 1 LS $3,700.00 $3,700.00
4 Linear Grading for Path 1980 LFT $7.60 $15,048.00
5 3" Diameter Tree, Relocate 1 EA $850.00 $850.00
6 Structure, Sanitary Manhole, Reconstruct 1 LS $5,024.00 . $5,024.00
7 HMA Surface for Path 180 TON $102.00 $18,360.00
8 HMA Intermediate for Path 297 TON $73.00 $21,681.00
9 Compacted Agg. No. 53, Base 605 TON $17.00 $10,285.00
10 4" Concrete Sidewalk 6 SYS $157.00 $942.00
11 Concrete Curb Ramp, Type G 49 SYS $240.00 $11,760.00
12 --ITEM DELETED --
13 Erosion Control Measures 1 LS $2,209.00 $2,209.00
14 Mulched Seeding 2620 SYS $3.75 j $9,825.00
Total Itemized Proposal I $114,825.00
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 7/18/08
Two 7/21/08
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: July 22,2008
1.Governmental Unit: City of Carmel
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,P.C.and
dated July,2008 for the sum of
One Hundred Fourteen Thousand Eight Hundred Twenty Five and 00/100 Dollars.
$ 114,825.00
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 Carmel
Bidder(Firm): Calumet Civil Contractors,Inc.
Date: July 22,2008
These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages
for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
1. What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid?
Contract Amount Class of Work Completion Date Name and Address of Owner
497,020 Asphalt Paving 2002 INDOT
748,159 Asphalt Paving 2002 1NDOT
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.
a. .a
. 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: #08-04— Carmel Drive/Adams Street Path
Proposal For Construction of: The construction of 1,950 feet of asphalt path on the north
side of W. Carmel Drive from Adams Street to City Center
Drive, and on the south side of Adams Street from W.
Carmel Drive to City Center Drive, including concrete curb
ramp installation, and adjusting sanitary sewer manhole
castings to grade.
Date: July 22, 2008
To: City of Carmel,Indiana, Board of Public Works and Safety
•
• BID-1
ii
PART 1
BIDDER INFORMATION
(Print)
F3
6i
. f
1.1 Bidder Name: Grady Brothers Inc.
1.2 Bidder Address: Street Address: P0,Box 421519
City: .Indpls State: IN Zip: 46242-1519
Phone: 317-244-3343 Fax: 317-240-5958
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 a)e unclke� cr7 — 7.un
%D��r� ' 4-,i70a Dollars ($ /22 75O'° . 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 perfolnied or furnished under the Contract.
BID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
Itemized Proposal
Carmel Drive/Adams Street Path Project
ESTIMATED
ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT
1 Mobilization &Demobilization 1 LS 6,000.00 6,000.00
2 Maintenance of Traffic 1 LS 12,850.00 12,850.00
3 Clearing Right of Way 1 LS 4,500.00 4,500.00
4 Linear Grading for Path 1980 LFT 8.00 15,840.00
5 3" Diameter Tree, Relocate 1 EA 300.00 300.00
6 Structure, Sanitary Manhole, Reconstruct 1 LS 8,750.00 8,750.00
7 HMA Surface for Path 180 TON 90.00 16;200.00
8 HMA Intermediate for path 297 TON 80.00 23,760.00
9 Compacted Agg. No. 53, Base 605 TON 19.00 11,495.00
10 4" Concrete Sidewalk 6 SYS 115.00 690.00
.
11 Concrete Curb Ramps,Type G 49 SYS 115.00 5,635.00
12 ITEM DELETED 0.00 0.00
13 Erosion Control Measures 1 LS 6,250.00 6,250.00
14 Mulched Seeding 2620 SYS 4.00 10,480.00
TOTAL BID AMOUNT= 122,750.00
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
One 7-18-08
Two , 7-21-08
•
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:
•
•
BID-6
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: #08-04— Carmel Drive/Adams Street Path
Proposal For Construction of: The construction of 1,950 feet of asphalt path on the north
side of W. Carmel Drive from Adams Street to City Center
Drive, and on the south side of Adams Street from W.
Carmel Drive to City Center Drive, including concrete curb
ramp installation, and adjusting sanitary sewer manhole
castings to grade.
Date: July 22, 2008
To: City of Carmel, Indiana,Board of Public Works and Safety
BID-1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Rieth-Riley Construction Co. , Inc.
1.2 Bidder Address: Street Address: 1751 W. Minnesota St. , PO Box 276
City: Indianapolis State: IN Zip: 46206
Phone: 317/634-5561 Fax: 317/631-6423
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
C '
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 Seventy Four Thousand
Six-Hundred Eighty Two and 00/100 - Dollars ($ 174,682.00 ). 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
Carmel Drive /Adams Street Path Project
Item# Item Quantity Unit Unit Cost Total Cost
1 Mobilization/Demobilization 1 LS $10,800.00 $10,800.00
2 Maintenance of Traffic 1 LS $10,000.00 $10,000.00
3 Clearing Right of Way 1 LS $10,000.00 $10,000.00
4 Linear Grading for Path 1980 LFT $22.40 $44,352.00
5 3" Diameter Tree,Relocate 1 EA $500.00 $500.00
6 Structure, Sanitary Manhole, Reconstruct 1 LS $5,800.00 $5,800.00
7 HMA Surface for Path 180 TON $125.00 $22,500.00
8 HMA Intermediate for Path 297 TON $85.00 $25,245.00
9 Compacted Agg.No. 53,Base 605 TON $39.00 $23,595.00
10 4" Concrete Sidewalk 6 SYS $415.00 $2,490.00
11 Concrete Curb Ramp, Type G 49 SYS $60.00 $2,940.00
12 --ITEM DELETED -- I
13 Erosion Control Measures 1 LS $8,600.00 $8,600.00
14 Mulched Seeding 2620 SYS $3.00 $7,860.00
Total Itemized Proposal I $174,682.00
•
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 7/18/08
2 7/21/08
BID-5
it
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5,3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
None.
•
BID-6
Form Prescribed by State Board of Accounts 900549-5253892 General Form No.99 P(Rev. 1987)
CITY OF CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS
307 N PENNSYLVANIA ST -PO BOX 145
COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145
PUBLISHER'S CLAIM
LINE COUNT
Display Matter-(Must not exceed two actual lines,neither of which $
shall total more than four solid lines of the type in which the body
of the advertisement is set). Number of equivalent lines •
Head-Number of lines $
Body-Number of lines $ $
Tail-Number of lines • $
Total number of lines in notice
COMPUTATION OF CHARGES
177.0 lines 1.0 columns wide equals 177.0 equivalent $ 87.08
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 $ 87.08
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.
"-
DATE: 07/09/2008 / Clerk
Title
900549-5253892 PUBLISHER'S AFFIDAVIT
State of Indiana SS:
Nmuno zips Hamilton County
City of Carmel,Indiana •
Notice is hereby given that
the Board of Public Works
and Safet for the City of
Carmel, Macon County
Indiana or receive sealed Personally appeared before me,a notary public in and for said county and state,
bids for the Carmel
Project.'a"the Street of Path h
Clerk Treasurer.One Civic the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk
Square Carer. a Civic
Loco\Tam u on or b a.m.
Local Time on or before
Tuesday.July 22,2008,and �
commencin as oon as
Pmcticablegthereafte•dur•
Haag rU of Public of the Noblesville Ledger a newspaper of general circulation
'U'UAW
same
e wll be pub-
n�'tlr7"NCdcil"Chabe°o
City Hall.No.late bids will printed and published in the English language in the city of NOBLESVILLE in state
be accepted:
MI plop and proposals shall
e
properly and d completely
executed on the proposal-
torms provided ct.11 the and county aforesaid,and that the printed matter attached hereto is a true copy,
plans and spaifiwhons,
which will inc ude the non-
of usion affitlaHt-as re=
quire.'by the Stale of Indi-
ana The bid enve ope must a
aBlD CammeOrive%
which was duly published in said paper for 2 time(s),between the dates of:
lwOrds l
Adams Street Path".
A bid bona,or certifi s
thanan amount of
the amount bid must be 07/02/2008 and 07/09/2008
submitted with each bld.�
(ne hperfey .PI abe
1gb%) pertorm?oc
payment bond w111 also be
required of-the sticcessful
bidder.It is Intended that //.
actual canstructma f all, �� �� • _/. Clerk
work tl'w'islans shaRro�e,
•started as soon as
cable and each bidder
shall'be prepared to enter\ Title
Crim l9 Into a constr -
tion contract,furnish a Per-
formance e9r ihbond.e aY In�1e
eventtheawardismadeto Subscribed and sworn to before me on 07/0' 008
WThe Protect consists of,but
I5 not-necessarily limited
c the followin9on of 1,950 • il
The eonstructi
{eet of asphalt path gn the I I �•
:north side of W. Carmel. , )
Drive fromAd"ms streetto ��
C[ty Center Drive, nd on
the south-side of-Atlams
olive Fro oN e� Notary'Public
including ancrete cDry LOUISE M.POWELL
D'nst?uati°"'-a a ad- NOTARY PUBLIC
note D samtary s rade).n-
Tlole castings to grade. SEAL
_contract Documents for Lire
Form 65. 6IeC°into one tound protect
manual, which to efthher My commission expires: STATE OF INDIANA
4 am ned atl[hge�fol uYVi�n9eo- MY COMMISSION EXPIRES February 28,2016
cations.
City of Carmel
Department of Engineering
1st Floor
Carme111N tngin -
, re17 Sherdinan Drive PC" -
iBeech Grove IN 46107
[;17)780.155
-ttn: 'Trent NewPOrt, P.E..
L5.
�11tlCabROtehOneoread e Pac"s id h eops b E snee
end e mtne m m
•
pay'eThes sets es dt r-
-
n-
•iC 5y 9
t pa leant^must be b�heck.
tegrm4t•6ti 9
War
Clet
J