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: City of Carmel, Indiana Cool Creek Trail Proposal For Construction of: Greenways Trail and Bridge Date: August 20, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety Revised 8-18-2008 BID-1 ADDENDUM NO.2 , c PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: 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 Cannel, 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: Revised 8-18-2008 BID-2 ADDENDUM NO. 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 Million Two Hundred Ten Thousand One Hundred Three and00/10Dollars ($ 1,210,103.00 ). 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. Revised 8-18-2008 BID-3 ADDENDUM NO. 2 ,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] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item 1 Construction Engineering 1 L.S. $ 21,275.00 $ 21,275.00 2 NOT USED $ - $ - 3 Mobilization/Demobilization 1 L.S. $ 60,000.00 $ 60,000.00 4 Clearing,Right-of-Way 1 L.S. $ 41,500.00 $ 41,500.00 5 Excavation,Common 2,067 CYS $ 19.00 $ 39,273.00 6 Borrow 4,915 CYS $ 17.00 $ 83,555.00 7 Crushed Limestone 508 TON $ 26.00 $ 13,208.00 8 Type"O"Compacted Aggregate Base No.53 3681 TON $ 21.50 $ 79,141.50 9 HMA Surface,Type A 580 TON $ 103.00 $ 59,740.00 10 HMA Intermediate,Type A 1,120 TON $ 88.00 $ 98,560.00 11 Rip Rap,Check Dam, Temporary 157 TON $ 40.00 $ 6,280.00 12 Rip Rap,Revetment, Permanent 411 TON $ 28.00 $ 11,508.00 13 Perimeter Protection,Silt Fence 6,081 LFT $ 1.33 $ 8,087.73 14 Seed Mix,A 1 ACRE $ 20,000.00 $ 20,000.00 15 PCCP for Drives,6 inch 429 SYS $ 90.00 $ 38,610.00 16 Wood Railing 2,401 LFT $ 36.00 $ 86,436.00 17 Maintenance of Traffic 1 L.S. $ 6,717.93 $ 6,717.93 18 Line,Thermoplastic,Solid, White,24 Inch 156 LFT $ 9.85 $ 1,536.60 19 Trail Signage,double sided 11 EACH $ 486.00 $ 5,346.00 20 Trail Signage,single sided 34 EACH $ 486.00 $ 16,524.00 21 Pipe,Type 2,Circular, 12 IN 67 LFT $ 40.00 $ 2,680.00 22 Pipe End Section, 12 IN 4 EACH $ 800.00 $ 3,200.00 23 Pipe,Type 2,Circular, 15 IN 40 LFT $ 42.00 $ 1,680.00 24 Pipe End Section, 15 IN 3 EACH $ 828.00 $ 2,484.00 25 Pipe,Type 2,Circular, 18 IN 119 LFT $ 44.00 $ 5,236.00 26 Pipe End Section, 18 IN 5 EACH $ 878.00 $ 4,390.00 27 Pipe,Type 2,Circular,24 IN 160 LFT $ 54.00 $ 8,640.00 28 Pipe End Section,24 IN 8 EACH $ 1,140.00 $ 9,120.00 29 Inlet Type R-13 1 EACH $ 2,400.00 $ 2,400.00 30 Inlet Type E-7,Modified 1 EACH $ 1,600.00 $ 1,600.00 31 Remove Pavement 1082 SYS $ 5.00 $ 5,410.00 32 Remove Chainlink Type Fence 130 LFT $ 8.00 $ 1,040.00 33 Remove Chainlink Type Fence Gate 40 LFT $ 12.50 $ 500.00 34 Remove Concrete-lined Ditch 65 LFT $ 8.00 $ 520.00 35 Remove Curb 270 LFT $ 5.00 $ 1,350.00 Revised 8-18-2008 BID-4 ADDENDUM NO.2 ft 36 Remove Retaining Wall 35 LFT $ 200.00 $ 7,000.00 37 Relocate,Light pole 2 EACH $ 2,800.00 $ 5,600.00 38 Relocate,Fire hydrant 1 EACH $ 4,000.00 $ 4,000.00 39 Structure,Manhole, Reconstruct 25 VLFT $ 300.00 $ 7,500.00 40 Casting,Type 4,Furnish& Adjust to Grade 8 EACH $ 550.00 $ 4,400.00 41 Sign,Construction 4 EACH $ 315.00 $ 1,260.00 42 Signal,Cantilever Structure, 35'Mast Arm, 16'Height 1 EACH $ 12,000.00 $ 12,000.00 43 Signal Cable,3c/8 80 FT $ 2.60 $ 208.00 44 Signal Cable,5c/14 72 FT $ 1.75 $ 126.00 45 Construction Sign,A or B 8 EACH $ 377.00 $ 3,016.00 46 Sign,Sheet 2 EACH $ 300.00 $ 600.00 47 Flasher Installation 1 LS $ 6,700.00 $ 6,700.00 48 Sawcut-for Demolition 168 LFT $ 2.00 $ 336.00 49 Adjust Manhole to Grade 2 EACH $ 500.00 $ 1,000.00 50 Modular Block Wall, Reinforced 206.2 SYS $ 88.00 $ 18,145.60 51 Modular Block Wall Erection 206.2 SYS $ 160.00 $ 32,992.00 52 Structure Backfill 733 CYS $ 32.00 $ 23,456.00 53 Curb,Concrete,Barrier 298 LFT $ 24.00 $ 7,152.00 54 Curb,Concrete,Rolled 121 LFT $ 18.00 $ 2,178.00 55 Seatwall,Limestone Blocks 137 CF $ 100.00 $ 13,700.00 56 Seatwall,Foundation 8 CYD $ 400.00 $ 3,200.00 57 Topsoil 178 CYD $ 20.00 $ 3,560.00 58 Landscaping,Tree,Shade 7 EACH $ 428.41 $ 2,998.87 59 Landscaping,Tree, Ornamental 4 EACH $ 352.81 $ 1,411.24 60 Sedge 468 EACH $ 5.80 $ 2,714.40 61 Vegetative Swale I LS $ 8,215.46 $ 8,215.46 62 Structure Backfill 190 CYD $ 32.00 $ 6,080.00 63 Shrubs 118 EA $ 45.36 $ 5,352.48 64 Ornamental Grasses 1953 EACH $ 14.87 $ 29,041.11 65 Perennials 135 EACH $ 15.12 $ 2,041.20 66 Mulch 31 CYD $ 70.31 $ 2,179.61 67 Spaded Edge 218 LFT $ 1.86 $ 405.48 68 Steel Encased Concrete Piles, 14"DIA 174 LFT $ 100.00 $ 17,400.00 69 Reinforcing Steel,Plain 840 LBS $ 1.20 $ 1,008.00 70 Concrete,Class A, Substructure 9.2 CYS $ 1,000.00 $ 9,200.00 71 Expansion Joint,Sliding Plate 12.3 LFT $ 125.00 $ 1,537.50 72 Concrete Deck,Reinforced 1434.8 SFT $ 14.00 $ 20,087.20 73 Pre-engineered Prefabricated Truss 1 EACH $ 135,000.00 $ 135,000.00 74 Foundation Excavation, Unclassified 540 CYS $ 24.00 $ 12,960.00 75 Perforated Pipe,6 IN.DIA. 404 LFT $ 20.00 $ 8,080.00 76 Pipe,PVC,6 IN.DIA. 10.5 LFT $ 20.00 $ 210.00 77 Seedling Trees,3 gal 365 EACH $ 33.21 $ 12,121.65 78 Shrubs,bare root 330 EACH $ 5.80 $ 1,914.00 Revised 8-18-2008 BID-5 ADDENDUM NO.2 • 79 Seed mix,wetland mitigation 1 ACRE $ 7,711.44 $ 7,711.44 80 Geotextiles 425 SYS $ 3.00 $ 1,275.00 81 Identity Signage 6 EACH $ 2,580.00 $ 15,480.00 TOTAL BID $ 1,210,103.00 • Revised 8-18-2008 BID-6 ADDENDUM NO.2 ,t 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 August. 14, 2008 Two August 19, 2008 1 • Revised 8-18-2008 BID-7 ADDENDUM NO. 2 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 Revised 8-18-2008 SID-8 ADDENDUM NO.2 • • 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: August 20,2008 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 Butler,Fairman and Seufert, Inc.and dated August 1, 2008 for the sum of One Million Two Hundred Ten Thousand One Hundred Three and 00/100 Dollars. $ 1,210•,103.00 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: August 20,2008 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? I 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 fmancial 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: City of Carmel, Indiana Cool Creek Trail Proposal For Construction of: Greenways Trail and Bridge Date: A1LJu&L 20/4/ 2000 To: City of Carmel,Indiana,Board of Public Works and Safety - � I Revised 8-18-2008 BID-1 ADDENDUM NO. 2 • PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Jní6 (�alnG hal-/621 ) 1.2 Bidder Address: Street Address: 26 10 e reel i lle k'or6dCity: we Ci f State: Ohio Zip: i6Oo 9' P h o n_e�5 l 3 4 0..1 i 0 6 0 Fax: �5 l�).3 . f )/ . I 1.3 Bidder is a/an[mark one] Individual Partnership Indiana Corporation. Foreign(Out of State)Corporation; State: 00 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 Cannel, 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.]p, .1 Corporation Name: `� ( t/0V 6i YlAd OVi Co .2 Address: 2Lp I 0 eXt CeintViAtt ROM Vito LJ*Ai Ohio 4 0(,9 .3 Date registered with State of Indiana: Mk',LQ ', V1'"! I .4 Indiana Registered Agent: Name: 1\11 A Address: • - I Revised 8-18-2008 BID-2 ADDENDUM NO.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 tem.,total Oa Y\MM 1all-414M 1/111A aret. O1 - 4401,15 gr/PNk V UA V'' ars ($ �, 1�O, ). The Bi`d'defacknowl �egk NI e owest Bid shall be based on such price and further acknowled�thal'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. Revised 8-18-2008 BID-3 ADDENDUM NO. 2 . PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on _ Unit Price Contracts for the Contract Items shown] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item 1. Construction Engineering 1 L.S. ..12 O O 2. NOT USED . 3. Mobilization/Demobilization 1 L.S. ` 1P/P0O.00 'Y�,000/0(D 4. Clearing,Right-of-Way 1 L.S. 1201000.0D 120,C00,00 5. Excavation,Common 2,067 CYS 3 .5-,0 J 7 2 ,3 ys 6. Borrow 4,915 CYS 11,09 5Ll 0 te S.�O 7. Crushed Limestone 508 TON 41,00 2-31 316.cx) 8. Type"0"Compacted Aggregate Base No.53 3681 TON VI,00 7 Si 3 t'1�"(',0D - 9. HMA Surface,Type A 580 TON 13S. -7y 3 a.7,...,0 10. HMA Intermediate,Type A 1,120 TON l (S r J° 12Fi 5,00, 11. Rip Rap,Check Dam, Temporary 157 TON 27.cA9 `it 239.0° 12. Rip Rap,Revetment, Permanent 411 TON 3 Zt OD 1%579 3,00 13. Perimeter Protection,Silt Fence 6,081 LFT /,to J 9 U ? 2 ?.( 14. Seed Mix,A 1 ACRE 4'1 5 Z'0,-21) ti/S`0 0,- 15.- PCCP for Drives,6 inch , 429 SYS ro•00 3 3 L a• 16. Wood Railing 2,401 LFT 'Z J. crt) tf rpi D Z 0,.,-0 17. Maintenance of Traffic 1 L.S. (P(S G ©,`-O to 5 o a, . ) 18. Line,Thermoplastic,Solid, White,24 Inch 156 LFT Z yr 0 3 (y 19. Trail Signage,double sided 11 EACH le(AD, (o t p o v, 20. Trail Signage,single sided 34 EACH (p u 0(.20 Z.-0 Y60,00 21. Pipe,Type 2,Circular, 12 IN 67 LFT 57, EY0 - Y!7wv 22. Pipe End Section, 12 IN 4 EACH _ (.>0,G--0 2t 000,JO 23. Pipe,Type 2,Circular, 15 IN 40 LFT G.3, O-4 2.1 2-0 24. Pipe End Section, 15 IN 3 EACH ,5j"0,c.)0 i to S0, 00 25. Pipe,Type 2,Circular, 18 IN 119 LFT .5(, D-o �( Oto i, OD 26. Pipe End Section, 18 IN 5 EACH (o 00,ot, 3 0 0 0. 0-0 27. Pipe,Type 2,Circular,24 IN 160 LFT (o5 6-0 10 Voo,JO 28. Pipe End Section,24 IN 8 EACH ej;.00;al, /t/c90 OD 29. Inlet Type R-13 1 EACH 2,/00,00 2 /.0 O,.90 30. Inlet Type E-7,Modified 1 EACH Zl S.S-1) .moo Z.5'10, 31. Remove Pavement 1082 SYS 3, 3 20.,oi-z) 32. Remove Chainlink Type Fence 130 LFT .5'.00 (n Co 33. Remove Chainlink Type Fence Gate 40 LFT A S0 ,_?ca 0'0 34. Remove Concrete-lined Ditch 65 LFT 7,S" £/,F 7,S' 35. Remove Curb 270 LFT Sc o j c/er o0 Revised 8-18-2008 BID-4 ADDENDUM NO.2 p I 79. Seed mix,wetland mitigation 1 ACRE ` s p 6)'D' l S1X7, 80. Geotextiles 425 SYS ti xl7 '11700‘ -t. 81. Identity Signage 6 EACH 3 f 00. et 6■113' ' TOTAL BID I, 351)1W,4 • - I I Revised 8-18-2008 BID-6 ADDENDUM NO.2 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 Co nditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: V ADDENDUM NUMBER DATE t5 m-Dt - I Revised 8-18-2008 BID-7 ADDENDUM NO. 2 -PART 5 i. 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: NOVA ;. • Revised 8-18-2008 BID-8 ADDENDUM NO. 2 1 • • • Form No.96(Revised 2005) BID OF atn6s Co -rn iCA:10Y) Co. (Contractor) 2.oID O(ecettyll\-6 Rc L (Address) /Vest alle- der, OVUb 45otPC1 FOR PUBLIC WORKS PROJECTS OF 0,001 Cheek Filed At tSc Zo , , ZC 05 Action taken Prescribed by State Board of Accounts Form No.96(Revised 2000) CONTRACTOR'S BID FOR PUBLIC WORK PART I (To be completed for all bids) (Please type or print) Date: 8/20/08 1. Governmental Unit(Owner):City of Cannel 2. County: Hamilton 3. Bidder(Finn): Sunesis Construction Co. Address: 2610 Crescentville Road City/State: West Chester, Ohio 45069 4. Telephone Number: 513-326-6000 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 Cool Creek Trail- Greenways Trail&Bridge (Governmental Unit) in accordance with plans and specifications prepared by Butler, Fairmand& Seu fert and dated N/A for the sum of t1 777l) W. 1h6 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) 1,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 20th day of August,2008,subject to the following conditions: None. . I Contracting Authority Members: Richard E. Jones, Jr President Jeffrey S.Darrah Vice President Donna J. Ferrell Secretaty/Treasurer PART II (Complete sections I,II,In, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars($100,000)or more. (IC 36-1-12-4) Governmental Unit: City of Carmel Bidder(Firm): Sunesis Construction Co. Date: 8/20/08 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(I)year prior to the date of the current bid? Contract Amount Class of Work When Completed Name and Address of Owner Please see attached Project Resume 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work, When to be Name and Address of Owner Completed Please see attached"Work on Hand" 3. Have you ever failed to complete any. work awarded to you No. _ if so,where,and Why? Not Applicable. 4. List references from private firms for which you have performed work. Please see attached Project Resume. 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 to consider your bid.) Detailed schedule will be provided upon apparent low bid. 2. 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. Detailed list of Subcontractors will be provided upon apparent low bid. 3. 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., Please see attached Asset List. - 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal?Otherwise,please explain the rationale used which would corroborate the prices listed. Yes. 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: City of Carmel,Indiana Cool Creek Trail Proposal For Construction of: Greenways Trail and Bridge )NO Date: � b t3 To: City of Carmel,Indiana,Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: M 1(eon;u ,, Cpiti-yetd-Ors , LL C 1.2 Bidder Address: Street Address: P. O. (SOX 13 03 City: Irap Is State: (1\i _ Zip: q6 d'O Phone: (3n)ig0-0109 Fax: (3(1) 7 - 67g 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 guantities for such Contract Items,total °°� �"Il�ioh ���r.when, a Sever ou . -few lurAdre tor k1 c0.),r Dollars ($ 1114-01,L1y44 .°13). 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] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price[In Words] Quantity Price for Item 1.0 Construction Engineering 1 L.S. $25,000.00 $25,000.00 2.0 Field Office,B 9 MOS $2,000.00 $18,000.00 3.0 Mobilization/Demobilization 1 L.S. $100,000.00 $100,000.00 4.0 Clearing, Right-of-Way 1 L.S. $50,000.00 $50,000.00 5.0 Excavation,Common 2067 CYS $15.00 $31,005.00 6.0 Borrow 4915 CYS $19.00 $93,385.00 7.0 Crushed Limestone 508 TON $37.00 $18,796.00 8.0 Type"0"Compacted Aggregate Base No.53 3681 TON $35.00 $128,835.00 9.0 HMA Surface,Type A 580 TON $119.00 $69,020.00 10.0 HMA Intermediate,Type A 1120 TON $80.00 - $89,600.00 11.0 Rip Rap, Check Dam, Temporary 157 TON $30.00 $4,710.00 12.0 Rip Rap, Revetment, Permanent 60 TON $25.00 $1,500.00 13.0 Perimeter Protection,Silt Fence 6081 LFT $2.00 $12,162.00 14.0 Seed Mix,A 1 ACRE $3,800.00 $3,800.00 15.0 PCCP for Drives,6 inch 429 SYS $54.00 $23,166.00 16.0 Wood Railing 2401 LFT $25.00 $60,025.00 17.0 Maintenance of Traffic 1 L.S. $15,000.00 $15,000.00 18.0 Line,Thermoplastic,Solid, White,24 Inch 156 LFT $15.00 $2,340.00 19.0 Trail Signage,double sided 11 EACH $250.00 $2,750.00 20.0 Trail Signage,single sided 34 EACH $225.00 $7,650.00 21.0 Pipe,Type 2,Circular, 12 IN 67 LFT $39.00 $2,613.00 22.0 Pipe End Section, 12 IN 4 EACH $275.00 $1,100.00 23.0 Pipe,Type 2,Circular, 15 IN 40 LFT $42.00 $1,680.00 24.0 Pipe End Section, 15 IN 3 EACH $350.00 $1,050.00 25.0 Pipe,Type 2,Circular, 18 IN 119 LFT $45.00 $5,355.00 26.0 Pipe End Section, 18 IN 5 EACH $425.00 $2,125.00 27.0 Pipe,Type 2, Circular,24 IN 160 LFT $50.00 $8,000.00 28.0 Pipe End Section,24 IN 8 EACH $500.00 $4,000.00 29.0 Inlet Type R-13 1 EACH $1,750.00 $1,750.00 30.0 Inlet Type E-7, Modified 1 EACH $2,000.00 $2,000.00 31.0 Remove Pavement 1082 SYS $3.00 $3,246.00 32.0 Remove Chainlink Type Fence 130 LFT $7.00 $910.00 33.0 Remove Chainlink Type Fence Gate 40 LFT $10.00 $400.00 34.0 Remove Concrete-lined Ditch 65 LFT $15.00 $975.00 35.0 Remove Curb 270 LFT $5.00 $1,350.00 36.0 Remove Retaining Wall 35 LFT $20.00 $700.00 37.0 Relocate, Light Pole 2 EACH $2,500.00 $5,000.00 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] 38.0 Relocate, Fire Hydrant 1 EACH $10,000.00 $10,000.00 39.0 Structure, Manhole Reconstruct 25 VLFT $175.00 $4,375.00 40.0 Casting,Type 4, Furnish& Adjust to Grade 8 EACH $500.00 $4,000.00 41.0 Sign, Construction 4 EACH $250.00 $1,000.00 42.0 Signal, Cantilever Structure 35'Mast Arm, 16'Height 1 EACH $7,500.00 $7,500.00 43.0 Signal Cable,3c/8 80 FT $50.00 $4,000.00 44.0 Signal Cable,5c114 72 FT $75.00 $5,400.00 45.0 Construction Sign,A or B 8 EACH $500.00 $4,000.00 46.0 Sign,Sheet, 2 EACH $500.00 $1,000.00 47.0 Flasher Installation 1 L.S. $5,000.00 $5,000.00 48.0 Sawcut-for Demolition 168 LFT $10.00 $1,680.00 49.0 Adjust Manhole to Grade 2 EACH $500.00 $1,000.00 50.0 Modular Block Wall, Reinforced 206.2 SYS $140.00 $28,868.00 51.0 Modulcar Block Wall Erection 206.2 SYS $265.00 $54,643.00 52.0 Structure Backfill 733 CYS $20.00 $14,660.00 53.0 Curb,Concrete,Barrier 298 LFT $25.00 $7,450.00 54.0 Curb,Concrete, Rolled 121 LFT $30.00 $3,630.00 55.0 Seatwall,Limestone Blocks 137 CF $150.00 $20,550.00 56.0 Seatwall, Foundation 8 CYD $250.00 $2,000.00 57.0 Topsoil 178 CYD $45.00 $8,010.00 58.0 Landscaping,Tree,Shade 7 EACH $500.00 $3,500.00 59.0 Landscaping,Tree, Ornamental 4 EACH $450.00 $1,800.00 60.0 Sedge 468 EACH $6.50 $3,042.00 61.0 Vegetative Swale 1 L.S. $10,000.00 $10,000.00 62.0 Structure Backfill 190 CYD $15.00 $2,850.00 63.0 Shrubs 118 EACH $50.00 $5,900.00 64.0 Ornamental Grasses 1953 EACH $20.00 $39,060.00 65.0 Perennials 135 EACH $20.00 $2,700.00 66.0 Mulch 31 CYD $75.00 $2,325.00 67.0 Spaded Edge 218 LFT $2.25 $490.50 68.0 Steel Encased Concrete Piles, 14"DIA 174 LFT $100.00 $17,400.00 69.0 Reinforcing Steel, Plain 840 LBS $30.00 $25,200.00 70.0 Concrete,Class A, Substructure 9.2 CYS $150.00 $1,380.00 71.0 Expansion Joint,Sliding Plate 12.3 LFT $125.00 $1,537.50 72.0 Concrete Deck, Reinforced 1434.8 SFT $25.00 $35,870.00 73.0 Pre-Engineered Prefabricated Truss 1 EACH $228,000.00 $228,000.00 74.0 Foundation Excavation, Unclassified 540 CYS $15.00 $8,100.00 75.0 Perforated Pipe,6 IN. DIA. 404 LFT $10.00 $4,040.00 76.0 Pipe, PVC,6 IN. DIA. 10.5 LFT $150.00 $1,575.00 77.0 Seedling Trees,3 gal. 365 EACH $40.00 $14,600.00 78.0 Shrubs, bare root 330 EACH $7.00 $2,310.00 79.0 Seed Mix,wetland Mitigation 1 ACRE $8,000.00 $8,000.00 Total Bid Price $1,407,444.00 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 BID-7 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-8 • Prescribed by State Board of Accounts State Form 52414 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: g 161- I 0? 1. Governmental Unit(Owner): G T -] of Citli Y m( 1 2. County: rfCw, , l 1-0 v L 3. Bidder(Firm): 01 l 1 An i v vh �.0 n r(�C�T O v c L L C 1 Address: Pc' • 136 )( 00 3 City/State: 1 1- ovv 0-€^p I 1 St (N LfV30 U, 4. Telephone Number: e311) X0- 010 CI r- 5. Agent of Bidder(if applicable): Vl re 1r.../ J • CJ ss " Pursuant to notices given, I the undersigned offers to furnish labor and/or material necessary to complete • the public works project of C.Q(1 Crer k -1;-,i I (Governmental Unit) in accordance with plans and specifications prepared by !:F S ( i✓1\ j cut,.„;yvLQ.A''t and dated 8 I)I 0 0 for the sum of Oilt nAiNan fco1 i�+hu: k,ecl f ye r -1-htvs�1I(� 1 (1 01) �ovr �1vr'L nn 1-Ori 1=0iJ( Glal�arS aril 11 00 $- I �Q1 � /• - 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 1 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 41) 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: CAI of Caf Alt Bidder(Firm) Mal ItNlthwo, GN4rcu yS LL(, Date: gla0l o g 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 #q o,000 54-01( SevUJ, Sall 03 Oki ftniNPA5vll0 It 3 301000 .50.v11*cI rl SWQ/` PtiV1 U r 07 ,C1641 +.ovv Ash i r 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 tit56,000 S`fe DQve)opr w - D?c. 08 6c11 Si-G+p UtlivprsN- i 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. I r la�f k 1kt pr r - ( AIMOV' cl i i Pt el( c� Cons-1-rki U 'i� - �c IZ OS - 5*(ee t� C-Orr&J\ Nvp 6 me (tu I � Gr Pel-q k L - Genf(ck_2 (hc, are ��IS Jc)�I, — S\ d Sex r\ 63116 I ' I 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. SECTI O N II CONTRACTOR'S FINANCIAL STATEMENT I 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 provider, all Parts shall be fully and accurately filled in and completed and notarized. • Project: City of Carmel,Indiana Cool Creek Trail 1 Proposal For Construction of: • Greenways Trail and Bridge • Date: August 20, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety • • • • • • • • • Revised 8-18-2008 BID-1 ADDENDUM NO.2 PART 1 BIDDER INFORMATION (Print) • 1.1 Bidder Name: Beaty Construction, Inc. 1.2 Bidder Address: Street Address: 5292 W. 100 North City: Boggstown State: IN Zip: 46110 Phone: 317-835-2254 Fax: 317-835-2913 . 1.3 Bidder is a/an[mark and 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 Cannel, 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: • Revised 8-18-2008 BM-2 ADDENDUM NO.2 PAR. 1 2 BID 1511()FOSA . 21 "ilasr..p.jf! DitidrIr ficor,sts to fixeistt all say lab :, ionehinery, npp:170-1s. TrAlmin15, jiijminr. an3 other:nee ca.y supplict3. a:11.3 to pettartt and z11, Jigdcn . nitt thr_Tcto ii aricz re.xlc-rdrulco with and within :Lc dater:3) pov::!_e):1 by 11:c..- !mint it uir nF tJt Cordracr deserRoj fii11 U tt:V:, riy: Itctinc, as tato:1 h ia 3 hcrizo.f. whii:1•1 lhtiL PrIt:et:. vbn trulltif:',ied by qu r_i ti' or iJJ..vfltLaet iV1LL LOLSi Clo ai3 a:y; ). LtiddtT ackr.owlr,dvs Clkit Jtion of tL. 10,AAt Iti itzl.) Le.'Lni:;ed price !h al t1Ir quolititio; EL:led tn PJ.S.3 of this 1.1e .5871k:ly ft.;(110 pnr,:pcqm of Bid e..;.,Pdantion anti Contla‘::: nwaLil, aid tio opt to be,-eon:I:tied binning, "Fi.31!: uldundti that ail width ani.1,. testi!: on- tt):1 Cutritra:-.1 hnI pr z on a Unit Pii tasii a:A th. tie. CANNER nf2.1 Gjwt di) 1,0 I1CD tTqflZ1tJty cf any itcrn of Wcri- • omt1:::.12.::1 or Tuna !kr•; 1.341.1,3 ADDY:NOUNT NO. 11'.1%.1AT 3 CONTRACT iTENIS ArN-D LuNir.PitiCES I YY/i.':413:14.1: '.1".■.:!1/5041.01:1111.4-.11'Iiii:tiii■K/..01 1:Pr 1.Z.T. fr.;:11'.1Y.'Ci's 1.4:11'l'Ac,C',..!■rc..c.f ice....1..;Shoil'i.'" Plif.74-5 7J-i Fil-1117 .; Cr:,-,:nr.rnr:t ,T)r--5,74ipT.i.-Z;-71.` 1:::1:::1;•.r....:-ti Unit '1.. 1!!. Pic.:: 'IT I:ril No. 1..:Tij! Prit:e 111 1 (.1.)i-....ntil.,/ PliC.:e fa:: [I.:T.1 Ctintir:.,:licri E.7nt,":17z i . ... ... -,::. ,... ::'4,47:74:1,7,74 'F,- 2 4.1.111.(i) 2. tc1211'--USED J. M.:).-..-..-Ii:ztio.:1.1,1*:-rict ili;,..Iti.:;: 1 L.S. 4. :*.litic!,-,2 V.-'2:!.!-ClrAiffly 1 IA. l'`. !`,19,5:11.1.0) 5 I?9,i0'}. n. ... ty,,tt, c -2: 1 ;.-',-I FY tn-s; s i 3'.::i:,-. S 13, 13Dri.tick. 49:5• C4-5 S. 1 540.) ...S 73,72:i.,720.1 _________ Lirnc3Innc 5:ii- -.7C1'..1 S.- 7.'8 0-7.f S 14.2.24.1'i) :3. Tr'0'Ccmpt.,:ted .11'-as c 9. il.,%*,....t-,...:-11.1 r.1 'I 5'1 -7 :. 64 D. ill'et.'.'211::: ...L.v.e, ___-- - I I. •ifl 1.:11:, ;:1:::-::...1:aliff rNY F, : 5 „,......_, Rip, 11!.-.,rim/.7 , rt711;:r1..11%! 411 TC.1`‘' 5 4t' ) . 16;440,1:r; 13-. ::',..,rrelc.:1..7%uie:tri.,:o,Silt Ferac ejiAl [.Fr s. , ••"'' S 9,i 2.1.:1) 14. ::::::?(V....:, - _... II:i...:::,;:.;1,:.,:li 4CP.; .5;Y,..; 5 11.'1.1.CR:' S it, wr:a.li.r_.ilifit: 7.:;:1 1.1.-1' ?...f,..Iteloilg)..!I:se 1,,-.irriv 1 1.S. % `.:7.4 tc.S.1 ': 1 1 7,466...,,I , 2•1 Irch ::1 11 CACI: S ' ..f.;;:i:._17,4) :. , 6,5213..Z0 213. 'I'L-:315ipti ,d.L.,Ito3le:EL:rm.::: :14 LA.213. S '",‘..';.:..1.;°:* ` I 9.2 10.:1.1 21. Pit:e,7,-ypt-2, 1.:Isf.kAli, !2 I' ( 1.11" 22. Pipe 12.11:1 S11,12 i,,,,1 4 1,.4.::14 S 42.1"..A.1:4.' ---S. •6311.:11- 23. Piiii:,'cypz.„-;_!, ril .}:fr. 15 li`.; 411 1,FT S -.;',:;,,1:4> S 3,1.1c;(1...r.11 - . 24. Pirr.".!ii:;!Sr.,:ii.;e 1:.: :I..; Tyrt„.2. rjit ...... .1t, 1■,..:17-‘; 119 1...FT S 1.'3.2.5, .5. 4,5:11,11 _. „ 711, Pipe.E.-1111 Sts..lic-n, 15 R. 3 EA rTH S 3 75 1:111,to 7y;.:2,::11-:11'11r..2.1 l'N 11;0 L.1,1.. 5 ,..7. 3.560,u.1 2E. Pip:-,E.'n:1,Sr.cticsi.26 1-.N '..4 C-A.C.11 S ._, c,-...,ro z. 10000 *ri. 1:11e:,''ij ..':-. 13 1 Eiv::11" S ',I..3,30..1242. 3 1,35C.i..0 :s' l. Lilt:,Ty ill:11:-".:.::..1.:;.:1.'11::il I LiA:::11 5 1;1. k.:IiifP,".t P:....,..,:t'efil 111E2 :C.t'S S 1.7.1.:4.:. .‘i 6,492..!..11 1, . Ri::ifiriv:.:-CTI:fazilie'..:TA:::F:.111::::: 1.7.ri i.FT s ::.,!...7s s 2,: S.-. 4::.1-**-in11:t',.:Tyr:: •ri : S 411G.111 7,4. -71.,:reDv.:C..cnc7c!:.-1..ir:e.:31.,:i..,:li 61.3 C.T.7 5 7 r.e 4".4..7. S 1 7i il . n .1..:Incl.,,r.Curt, ''.''.'0 UT i ,i..,.. 7.S 71;370 8-18-21:(j8 BID-4 /07;DF1.41)1_,INI NO, 2 ...„ 16. Ii.:-.c,..evc R:fah lille%Val': 5:1 1.1-1* S 2 -.?5. s .,,,ii.. 1 .1'.1.. 1:.:..:".:::e.;It!..1:':;.;:Pith: -.,I :-:.!.:. H s :1,Ca1.00 c - .5.1:C0:CD 1:1:=Hyth:int 1 H S 2.6(10..110 '5.-: 2 15:.:1)..:0 -..P.1. Stt Inlm:',relr .::;:-,.Ri;:ini;t7;;::1 .:,'5 VI..1•-71" S 31:11110 .;: 411. .1"_:?...,! ,Typu.1, ft ;i 1.15 I iii Ci7j:'..--: S E.A. H .5 L1 1111.1111 •:1. Sign,Cons 1r_c.ti.:,:-.; 4 HACH 3 r 11(1'in. •S 1.4111.:11 _ 4". SigrizI,(..:aillt:avar:_T:ri.....c.tiite., C.,Ifi;1 $',-.-1:1,.Ire 1-11:4;11: I `,:.'.•:::1-1 S ::-2,12C11.111) .. 13 c...i1111,1.0...1E1 4 . : t ii 17.11111r.5.19,4 7;' FT 5 I.4.:•_.; c - 1 Ji.-111 .. _____ 4:5. 4-7,7,.::c:-'71irIn.Si"71,A ejr T3 . Sign,Slifc: 2 E.A.:711 3 47, :417iifiltr Erf541,11,7.4ian 1."....: i 6 it10;Tin t-, 611:1:1, 41 7.3.-rwcui. fc:1_:ernAe.an 1 6t; 111 5 1.75 S. 4-:4„;(.1 - ----- . 1. itAiwit;4;1114;1_4 ill(ii-inl:..: .7. ..'...',.::t1 -S 425:0:1 c. . 5-51)1.0 .,,..:I. Moillih.f 1,1:4:::1;....1,',1-ill, ii,r.77,4111 zry; 211112 _ _ MI):1!_thr Dicr.:1:Wrill Ercr,:inn 206.2 SY5 •....7. ;:6 5...7:1:4 c 54,(;.r,)-..n 5.2'.. t74.Tur,=:,2It D.Ickfill ?1-2, CS 3 :....3. Clf5,Cc...7-...N:e,1.1:_.,4-its t•fiC; 'J.1 . 2E1.C1D c ,iCP1:::,CII. :-I. enr`rtCcccreit, 14.:11i 17.4 Lf---1 3 4$ X1 .7. _ __ .. 5:. H.'..;•21.; Sauv.,...tt1,Fourniiaiy,.--A IR :::1(.11 5 141111:1:4 ..,5 6",Ji:41,111 , '14c-r.-,,,:c 1 1:ii;i4;°;;Iiin T 5,;,...,-,:jtk: 7 EA,CF, 5 451'7”) 5 3,i$1:1.14) .. _ 55$ lam.:•;:z:lit:,1,-1,:t.-,.!, __ __ orrinmtnrill , 7 .)::1 c. S 2,925..13 • —--- ell. Ve,;,...ii•i:iw.-.:..;,41..1e. 1 1_:-: S 'A,ti f.7:.1.,2,-_, S !ii,i510.214 62. lite.:.,.:ttAt.:.Hu:kill; ')`...6 1:::*eD 5 3,7..1...:, S . ,221:.1.111 64, cunis,V,...11 IL-5,jtk.:3 ...f...5,3 E...'..C..-5 5 16,1X. 5 3 61. '1.,:.rtnni:$15 13 i Es4.Ciii S ifi.q..d4) S 7 1 SI ri 1 6 ;,fut•:.:h 31 g:::'rn 5 ? 1--,ic, 67. ST.c.silti.-:Dig 2:ii E.Fr tiS. 2:!el E.-:%:;.::-dd Lianacic I'P., ;, Is."11.11.: 174 1..F I' 5 S4.71 S _ . . ... fi:-... pp....,1,,;.1::::;.!;sli:•;-:.,piz,..i, :3413 tazis $ 0,5'5 .s 71)R117.0 . . . _ C'cii11:--_,Cot::A, . _ Stailtilr:1:1-:-.-t: 9.2 C,..5.: 5 --.:.'-',.,.1C17;, .- 71 F,%:;untii.:p Juir-.....31E.iing Pl;)17: 12 LTT S ::11:111t3 ... ) 1475 CO ._. L-.1:,:k,ft r. -c-.93 1,13.1.S Sf T 5 2 0 C.1:1 7.',. l'cr-t4v.,i7ct-.-t-c.:Prefailricilyea Tn:.1s I 1!....?..:11 i III:,i.:•`.1.4....11:1 .i' I 14,C.1):-.1..4.::1 74, 1;:tuic11-....i.zin ExcL-itark,a, 111;:-..14,.,:I :,1 ,i411 (..'.'r'S ,5 ..fi4,a. .c :15,64,:l fri 'ifY. ri.:TroOftr:!:?ip:::_t-i IN, 1.11/3.: 4114 1„Fr I 3,7,7 3 1,;', , .. ._ Fit.:4,1,,PVC:::,6 IZ-4,DIA$ 1C,5 1,7-7 5, .:,1 (117 1 --Sr.-Alir,;....11,:c.:;. 7.11 365 EA '11 ; '1:i Oa i p,, 5 h r_-;.:.:1,-.:...jr,?. 70,7,1 :;2.0 .1'...S.C11 S 6.25 ) 2,1.14..-.,, —,....--------, R.ev:::e'J 8-i E-2001i 811:-3 ADDEND-0Ni NO, 2 79. S:oi rr.ix.....,ct:and zn-j::,7.,.1t.:-:. . ACRE s S ;?,:it1D.00:0, , O. Grctet..:ilr.: 47 S VS: .,.-- 4....0.., 7. S!. 11101it.".'S;17;.:.1L.,,t EACH S 2,21Ji.e.1,., .—.. .. Tor.1.:. FIT; 5 RI:v i:ied 8- -.2(iDS 1311) .4i A13131.7NDUIVI:NO. 2 • • 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 August 15, 2008 2 August 19, 2008 + ii • • • • • • • • I` Revised 8-18-2008 BID-7 ADDENDUM NO.2 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: • I • Revised 8-18-2008 BID-8 ADDENDUM NO.2 • 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: . City of Carmel, Indiana Cool Creek Trail - I Proposal For Construction of: Greenways Trail and Bridge Date: PlU t S4- o O,c9.Oo To: City of Carmel,Indiana,Board of Public Works and Safety • Revised 8-18-2008 BID-1 ADDENDUM NO. 2 PART 1 BIDDER INFORMATION (Print) 1,1 Bidder Name: H IS Gaa -T- - ,s, LLC 1.2 Bidder Address: Street Address: 5/60 E• &c ire lj 6tkr,f-e. 8 City: Tr ciris. State: TA(. Zip: `f(p a 9 Phone: 3 7-51/I-°ra9O Fax: 3/7-5W-95/3& 1.3 Bidder is a/an[mark one] Individual Partnership Indiana Corporation. Foreign(Out of State) Corporation; State: Joint Venture )( Other L yi Lab;b;I -�c�/ Czni-rte y 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: Revised 8.18-2008 BID-2 ADDENDUM NO. 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:tint(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 e�ti fated unit nuantities for such Contract Items,total . ne illion Five Hundred xty Nine Thousand Seven Hundred Dollars and No Cents Dollars ($ 1,569,700.00 ). 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 fiirther understands that all Work which May result.ono, 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. • Revised 8-18-2008 BID-3 ADDENDUM NO. 2 / PART.3 • CONTRACT IL EMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price•Contracts for.the.Contract Items shown] . • Prices In Figures • Contract Description/ Estimated Unit Total Price Item No. Unit Price [in words] Quantity Price for Item 1. Construction Engineering 1 L.S. $ 39,391.00 $ 39,391'00 2. NOT USED 3. Mobilization/Demobilization 1 L.S. $ 76,965.75 $ :76,965.75 4. Clearing,Right of-Way 1 L.S. $ 52,974.00 $ 52,974.00 • 5. Excavation,Common '2,067 CYS $ 39.00 $ 80,613.00. 6. Borrow 4,915 CYS $ 20.00 $ - 98,300.00 7. Crushed Limestone 508 . TON $ 28.00. $. 14,224.00. 8. Type"O" Compacted Aggregate Base No.53 3681 TON $ 23.00 $ 84,663.00 9. IEVIA Surface,Type A 580 TON $ 122.00 $ .. .70,760.00. 10. IEVlAlnten-nediate,Type.A 1,120 TON $ 105.00 $ 117,600.00 11. Rip Rap,CheckDam, Temporary 157 TON. $ 49.00 $ 7,693.00 12. Rip:Rap,Revetment, Permanent 411 TON $ 43.00 $ 17,673.00 13. Perimeter Protection,Silt Fence 6,081 LFT $ 1.25 $ 7,601.25 14. Seed Mix,A 1 ACRE $ 3,000.00 . $ 3,000:00 15. .PCCP for Drives,6 inch 429 SYs $ 155.00 $ 66,495.00 16. . Wood Railing 2,401 LFT . $ • 38.00 $ 91,238.00 17. Maintenance of Traffic 1 L.S. $ 10,700.00 $ 10,700.00 18. Line,Thermoplastic,Solid, White,.24Inch 156 LFT $ 17.00 $ 2,652.00 19.. Trail.Signage,:double sided 11 EACH $ 610.00 $ 6,710.00 • 20. Trail Signage,single sided 34 EACH $ 555.00 $ 18,870.00 21. Pipe,Type 2,Circular, 12 IN 67 LFT $ 25.00 $ 1,675.00 22. Pipe End Section, 121N . 4 EACH $ 1,050.00 $ 4,200.00' 23. Pipe,Type 2,Circular,'15 IN 40. . LFT $ 39.00 $ 1,560.00 24. Pipe End Section, 153N 3 EACH $ 1,080.00 $ 3,240.00 25. Pipe,Type 2,Circular, 18 IN 119 ;LFT $ 41.00 $ 4,879.00 26. Pipe End Section, 18 IN 5 EACH $ 1,140.00 $ 5,700.00 27. 'Pipe,Type.2,Circular,24 IN 160 .LFT $ 49.00 $ 7,840.00 28. Pipe End Section,24 IN 8 EACH $ 2,250.00 $ 18,000.00 29. Inlet Type R-13 1 .EACH $ . 2,450.00 $ 2,450.00 30. Inlet Type E-7,Modified 1 EACH $ 1,430.00 $ 1,430.00 31. Remove Pavement .1082 SYS $ 8.00 . $ 8,656.00 32. Remove.Chainlink Type Fence 130 LFT $ 17.00 . $ 2,210.00 33. Remove Chainlink Type Fence • Gate 40 LFT $ 13.00 $ 520.00 34. Remove Concrete-lined Ditch 65 .LFT $ 16.00 $ 1,040.00 35. Remove Curb 270 LFT . $ 8.00 $ 2,160.00 Revised 8-18-2008 B1D-4 ADDENDUM NO. 2 36: Remove Retaining Wall . 35 • ' LFT $ 30.00 $ 1,050.00 • 37. :Relocate;Light pole 2 • EACH $ 2,965.00 $ 5,930.00 • 38. Relocate,Fire hydrant • 1 EACH. $ 5,650.00 $ 5,650.00 39. Structure;Manhole, • Reconstruct • 25 VLFT . $ 485.00 $ 12,125.00 40. Casting,Type 4,Furnish&: . Adjust to Grade 8 EACH $ 630.00 $ • 5,040.00 41: Sign,Construction 4 EACH $ 335.00 $ • 1,340.00 • 42. Signal,Cantilever Structure, 35'Mast Arm, 16'Height 1 EACH . $ 12,700.00 .$ 12,700.00 43. Signal Cable,3c/8 .- 80 .FT $ 3.00. $ • 240.00 44. Signal Cable,5c1.14 72 F1' $ 2:00 $ 144.00 45. Construction Sign,A orB 8 EACH $- . 335.00 $ 2,680.00 46. • Sign,Sheet . 2 EACH • $ 320.00 $ • 640.00 47. Flasher Installation 1 LS $ 7,100.00 $ 7,100.00 • . 48. •Sawcut for Demolition 168 . LFT• $ 10.00 $ 1,680.00 49. • Adjust Manhole to Grade 2 EACH $ 340:00 $ 680.00 50. Modular Block Wall, • . Reinforced . 206.2 SYS $ . 125.00 $ 25,775.00 • 51. Modular-Block Wall•Erection 206.2 SYS $ • . 130.00 $ 26,806.00. 52. Structure•Backfill 733 CYS $ 25.00 $ • 18,325.00 53. Curb,Concrete,Barrier 298 LFT $ . 59.00 $ 17,582.00 .54. Curb,Concrete,Rolled_ 121 LFT $ 56.00 $ 6,776.00 55. Seatwall,Limestone Blocks 137 CF $ • 105.00 $ 14,385.00 .56. Seatwall,Foundation .8 CYD $ 320.00 $ 2,560.00 57. Topsoil 178 CYD $ 50.00 $ 8,900.00. • 58. Landscaping,Tree,Shade 7 EACH `$ 800.00 • $ 5,600.00 59. Landscaping,Tree, _ • Ornamental 4 EACH $ '485.00 . $ 1,940.00 • 60. Sedge 468 EACH $ 11.00 • $ 5,148.00 61. .. Vegetative Swale 1 . LS $ 6,100.00 $ 6,100.00 62. Structure Backfill 190 CYD $ 94.00 $ 17,860.00 63. Shrubs 118 EA $ 62.00 $ 7,316.00 64. Ornamental Grasses 1953 EACH . $ 20.00 $ 39,060.00 65. . Perennials 135 EACH $ 20.00 $ 2,700.00 66. Mulch • 31 CYD $ 42.00 $ 1,302.00 • 67. Spaded Edge 218 LFT $ 2.10 $ 457.80 68. Steel Encased.Concrete Piles, . 14"DIA 174 LFT $ 190.00 $ . 33,060.00 69. Reinforcing Steel,PIain 840 LBS $ • 4.00 .$ 3,360.00 70. Concrete,Class A, Substructure 9.2 CYS $ 1,500.00 $ 13,800.00 71. Expansion Joint,Sliding Plate 12.3 LFT $ 225.00 $ 2,767.50 . 72. Concrete Deck,Reinforced 1434.8 • SFT $ 19.00 $ 27,261.20• 73. . Pre-engineered Prefabricated Truss 1 EACH $ 182,400.00 $ 182,400.00 74. Foundation Excavation, Unclassified 540 CYS $ 40.00 $ 21,600.00 75. Perforated.Pipe,6 IN.DIA. 404 LFT $ 33.00 • $ 13,332.00 76. Pipe,PVC,6 Est DIA. 10.5 LFT $ 124.00 $ 1,302.00 77. Seedling Trees,3 gal . 365 EACH $ 73:00 $ 26,645.00 78. Shrubs,bare root . 330 EACH $ 10.50 $ . 3,465.00 Revised 8-18-2008 BID-5 ADDENDUM NO.2 79. Seed mix,wetland mitigation 1 ACRE $ 21,100.00 $ 21,100.00 80. Geotextiles 425 SYS $ 16.50 $ - 7,012.50 - 81. Identity Signage -6 EACH $ 2,220.00 $ 13,320.00 TOTAL BID $ 1,569,700.00 • • • • • • • • l Revised 8-18-2008 BID-6 ADDENDUM NO. 2 • • i 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 g.- Is-® • • • ! • • • • • Revised 8-18-2008 BID-7 ADDENDUM NO. 2 • PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 53 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result. in this Bid being rejected as non-responsive. 5.3 Exceptions: • • Revised 8-18-2008 BID-8 ADDENDUM NO.2 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 (To be completed for all bids. Please type or print) Date: August 20, 2008 1. Governmental Unit(Owner): City of Carmel, City Council 2. County : Hamilton • 3. Bidder(Firm): HIS Constructors, LLC. Address: 5150 E. 65th Street Suite B • City/State: Indianapolis, IN. 46220 . 4. Telephone Number: 317-541-9290 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, Cool Creek Trail (Governmental Unit) in accordance with plans and specifications prepared by Butler, Fairman &Seufert, Inc. and dated August 01. 2008 for the sum of . One Million Five Hundred Sixty Nine Thousand Seven Hundred Dollars and No Cents __ _$ 1,569,700.00 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 governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. . The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2). I hereby certify that I and all subcontractors employed by me for this project will use. U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of subject to the following conditions: Contracting Authority Members: PART II (For projects of$100,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel, City Council Bidder(Firm) HIS Constructors, LLC Date: August 20, 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 311,000.00 Wetland &Plantings April 2007 ; Indiana Dept. of Natural Resources 2.1 Million Site Development Sept. 2007 Indpls.Airport Authority 1.4 Million Site Development Nov. 2007 Shelbyville School Board (Indiana) 379,000 Dam Removal Nov. 2007 IDNR 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 10.8 Million Mass Exc. &Backfill Aug. 2008 Indiana Stadium Authority 825,000.00 Excavation & Utilities Aug. 2008 Indpls. Airport Authority (Subcontractor) 2.4 Million Fuel Tanks & Piping Aug. 2008 Indpls.Airport Authority 10.9 Million Ash Lagoon cleanup Sept. 2008 City of Indianapolis, DPW 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. Earth Tech Allied Waste SCANA Missouri Gas Energy Marathon Oil Co. Mundell &Associates RMT, Inc. Clayton Group Republic Waste 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.) Work will be performed in accordance with the plans and specs with adequate#of employees to complete the work per dates indicated in specs. 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 Attached list. 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. Undetermined at time of Bid. 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 attached list. 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. Form Prescribed by State Board of Accounts 900549-5277727 General Form No.99 P(Rev. 1987) • r CITY OF C,ARMEL-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 89.0 lines 2.0 columns wide equals 178.0 equivalent $ 87.58 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 $ 87.58 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. 08/08/2008 �� j L �<< �//�, Clerk Title 900549-5277727 PUBLISHER'S AFFIDAVIT PUBLI'CNOTICES PUBLIC NOTICES State of Indiana SS: • NDncEmBIDDlltS Hamilton County • City of Carmel Indiana Notice is hereby iven that the Board of Public Works and, Safety for the City of Carmel,Hamilton County,Indiana will I Personally appeared before me,a notary public in and for said county and state, receive sealed bids for the above describe "Cool Creek, Y PP Y P Y North Trail Project"at the office of the Clerk Treasurer,One Civic Square,Carmel,Indiana(City Hall)until 10:00 A.M.Lo- cal cal Time on or before August 20,2008,and commencing s the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk soon as practicable thereafter on the same date such bbids g g y y will be publicly opened and read aloud in the Council Cham-I hers of City Hall.No late bids will he accepted. All bids and proposals shall be properly and completely exe- cuted on the proposal forms provided with the plans and' of the Noblesville Ledger a newspaper of general circulation specifications,which will include the non-collusion affidavit! as required by the State of Indiana.The bid envelope must, be sealed and have the words"BID-Cool Creek Trail" A bid bond or certified check in an amount not less than ten, printed and published in the English language in the city of NOBLESVILLE in state percent(10%)of the amount bid must be submitted with I each bid.A one hundred percent(100%)performance and payment bond will also be required of the successful bidder.' Itt is intended that actual construction of all work divisions, and county aforesaid,and that the printed matter attached hereto is a true copy, shall be started as soon as practicable,and each bidder! Y P PY shall be repared to enter promptly into a construction contract,prepared a performance bond,and begin work with- out delay in the event the award is made to him. which was duly published in said paper for 2 time(s),between the dates of: The Project consists of,but is not necessarily limited to,the Y P P P following: Construction includes approximately 1.42 miles of pedes- trian trail,bridge and approach areas.Project also includes i 08/01/2008 and 08/08/2008 installation of several drainage structures,street crossings, — —= wood safety rail,erosion control measures,as well as safety'-— - - - signage. Contract Documents for the Project have been assembled I Into one bound project manual which together with draw- Cityof ay be examined at the following locations: • Clerk City of Carmel Department of Engineering-1st Floor—— Carmel SIN 40032 Title (317)511-2441 - ,Butler Nyman&Seufert Engineering - Subscribed and sworn to before me on 08/08/2008 8450 westreld Blvd,Ste.300 Indianapolis,IN 46240 (317)713-4615 Copies of such drawings and project manuals must be ob- tained from Butler,Fairman of&$100.00 at each set.The stated may include full-size payment of gs. ay for t mu set These c sets k.I #0.471 SLJ. may include full-size drawings.Payment must he by check. NO CASH ACCEPTED.Make checks payable to Butler,Fair-, man and seufert.All payments and costs of Contract Docu• Notary Public ments are non-refundable. Bidders shall assure that they have obtained complete sets of drawings and Contract Documents and shall assume the DENISE HAMBRITE risk of any errors or omissions in bids prepared in reliance on incompletesets of drawings and Contract Documents.__I NOTARY PUBLIC This Pro ect will be funded b the Cl ty of Carmel. Form 65-prescribed rates for the Project shall not be less than the current My commission expires: SEAL Construction scale Committee in accordance with I.C.5 116--7 I STATE OF INDIANA and rep-biddconfe the Project discussions of the Project,the bid- MY COMMISSION EXPIRES February 28,?016 ding requirements and other important matters will be held on August 13,2008 at 9:00 AM in the Caucus Room on the 2nd Floor of City Hall(One Civic Square).All prospective bid- ders are invited to attend the pre-bid conference.The pre- bid conference is not mandatory. For special accommodations needed by handicapped indi- viduals planning to attend the pre-bid conferennyce or public, Engineer's Office at,(3117)57I 2441 notify least forty eit Carmel,8) hours prior thereto. No bidder may withdraw any bid or proposal within a period of thirty(30)days following the date set for receiving bids or proposals.The Carmel Board of Public Works and Safety I reserves the right to hold any or all bids or proposals for a period of not more than thirty(30)days and said bids or pro-posal shall remain in full fence and effect during said perod. The City allcbids,solicitations ta and/or to reject innwhole cancel bpart as specified in the solicitations when it is not in the est interests of the governmental body as determined by• This Project will be publicly advertised to Bidders on Fr' August 1 2008 and again on Friday August 8,2008. - Diana L t`ordray Clerk-Treasurer This Project will be publicly advertised to Bidders on Friday August 1,2008 and again on Friday August 8,2008. (NL-8/1.Aio/na.en v1