No preview available
HomeMy WebLinkAboutBid Information and Packets 2008 PAVING TOTALS TOTAL BID TABULATION OF PART 1 (HIGHLIGHTED IN YELLOW) $ 1,567,828.00 BID TABULATION OF PART 2 $ 1,239,698.12 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel 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: Street Department 2008 PAVING PROGRAM Proposal For: 2008 PAVING PROGRAM City of Carmel Date: May 21, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: Grady Brothers Inc. 1.2 Bidder Address: Street Address: PO Box 421519 City: Indpls State: IN Zip: 46242-1519 p Phone#: ( ) 244-3343 Fax#: ( ) 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: PART 2 BID PROPOSAL 2.1 Project 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 project, including any and all addenda thereto, for the total sum of One Million Five Hundred Sixty-Seven Thousand Eight Hundred Twenty-Eight and xx/100 Dollars ($ 1,567,828.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER 1 May 20, 2008 PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: 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: 5/21/2008 1 Governmental Unit(Owner): City of Carmel 2 County 3 Bidder(Firm): Grady Brothers Inc. Address: PO Box 421519 City/State Indianapolis, Indiana 46242-1519 4 Telephone Number: 317-244-3343 5 Agent of Bidder(if applicable): Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of 2008 Paving Program (Governmental Unit)in accordance with plans and specifications prepared by and dated for the sum of One Million Five Hundred Sixty-Seven Thousand Eight Hundred Twenty-Eight and xx/100 $1,567,828.00 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(LC.5-16-8-2). I hereby certify that I and all subcontractors employed by me for this project will use U.S.steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , 2008, 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) Grady Brothers Inc. Date: 5/21/2008 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid? Completion Contract Amount Class of Work Date Name and Address of Owner 412,500.00 Asphalt 2007 CVS Pharmacy(2) 359,975.00 Asphalt 2007 Clarian Health Education 367,635.00 Asphalt 2007 Town of Fishers, 131st.Street 944,200.00 Asphalt 2007 Franklin Twp. Middle School 2 What public works projects are now in process of construction by your organization? Expected Completion Contract Amount Class of Work Date Name and Address of Owner 1,026,600.00 Asphalt 2008 City of Lawrence 165,115.00 Asphalt 2008 Prime Distribution Services 252,000.00 Asphalt 2008 Noblesville Crossing 294,000.00 Asphalt 2008 Shelbyville High School 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. Bay Development Corp. The J. C. Hart Co., Inc. Indianapolis Motor Speedway Zinkan and Barker Construction Corp. Gibraltar General Contractors 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.) follow 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. 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. 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. 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. ,' 2008 PAVING TOTALS TOTAL BID TABULATION OF PART 1 (HIGHLIGHTED IN YELLOW) $1,828,881.75 BID TABULATION OF PART 2 $1,260,126.26 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. f PROPOSAL PACKAGE FOR CITY OF CARMEL,INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2008 PAVING PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS,PLEASE CONTACT DAVE HUFFMAN AT 733-2001 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: Street Department 2008 PAVING PROGRAM Proposal For: 2008 PAVING PROGRAM City of Carmel Date: May 21, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or 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#: (31)73769-1900 Fax#: (3iy 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: PART 2 BID PROPOSAL 2.1 Project 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 project, including any and all addenda thereto, for the total sum of One Million Eight Hundred Twenty Eight Thousand Eight Hundred Eighty One and 75/100 Dollars ($ 1,828,881.75 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER One May 16, 2008 PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: None State Form 52414 • Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTORS BID FOR PUBLIC WORKS—FORM 96 PART I (To be completed for all bids Please type or print) Date: May 21,2008 1.Governmental Unit: City of 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 Cannel (Governmental Unit)in accordance with plans and specifications prepared by Cannel Street Department and dated April,2008 for the sum of One Million Eight Hundred Twenty Eight Thousand Eight Hundred Eighty One and 75/100 Dollars $1,828,8.81.75 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply,the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed,the cost of units must be the same as that shown in the original contract if accepted by the government unit. If the bid is to be awarded on a unit basis,the itemization of units shall be shown on a separate attachment. The Contractor and his subcontractors,if any,shall not discriminate against or intimidate any employee,or applicant for employment,to be employed in the performance of this contract,with respect to any matter directly or indirectly related to employment because of race,religion,color,sex,national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I,the undersigned bidder or agent as a contractor on a public works project,understand my statutory obligation to use steel products made in the United States.(LC.5-16-8-2).I hereby certify that I and all subcontractors employed by me for this project will use U.S.steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (For projects of$100,000 or more—IC 36-1-12-4) Governmental Unit: City of Carmel Bidder(Firm): Calumet Civil Contractors,Inc. Date: May 21,2008 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner 497,020 Asphalt Paving 2002 INDOT 748,159 Asphalt Paving 2002 1NDOT 764,090 Asphalt Paving 2002 INDOT 303,854 Asphalt Paving 2002 1NDOT 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.ff 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. . . wb 2008 PAVING TOTALS — TOTAL BID TABULATION OF PART 1 (HIGHLIGHTED IN YELLOW) $1,554,772.70 BID TABULATION OF PART 2 $1,153,824.75 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. CITY OF CARMEL BID TABULATION SHEET Project Name: 2008 PAVING PROGRAM - PART 1 Bid Date: May 21, 2008 Substantial Completion Date: September 15, 2008 Final Completion Date: September 30, 2008 ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET or AE 150 TAC gal 10,000 $1.35 $ 13,500.00 2 #8 or#9 Binder ton 14,088 $46.10 $$649,456.80 3 #12 Surface HAC ton 13,684 $53.70 $734,830.80 $68.10 $20,430.00 4 Hand laid #12 surface ton 300 5 Bad spots cut/removed sq.yd. 500 $91.30 $45,650.00 $ .50 $87,987.50 6 Milling sq.yd. 175,975 7 Blue Reflectors ea. 56 $52.10 $ 2,917.60 TOTALS $1,554,772.70 • CITY OF CARMEL BID TABULATION SHEET Project Name: 2008 PAVING PROGRAM -Additional Funding Bid Date: May 21, 2008 Substantial Completion Date: September 15, 2008 Final Completion Date: September 30, 2008 ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET or AE 150 TAC gal 10,000 $ 1.35 $ 13,500.00 $50.40 $452,995.20 2 #8 or#9 Binder ton 8,988 3 #11 Surface HAC ton 5,412 $58.10 $314,437.20 4 #12 HMA Surface ton 3,912 $59.00 $230,808.00 5 Hand laid #12 Surface ton 300 $68.50 $ 20,550.00 6 Milling sq.yd. 95,731 $ .75 $ 71,798.25 7 Bad Spots cut/removed sq. yd. 500 $92.80 $ 46,400.00 8 Blue Reflectors ea. 73 $45.70 $ 3,336.10 TOTALS $1,153,824.75 PROPOSAL PACKAGE FOR CITY OF CARMEL,INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2008 PAVING PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS,PLEASE CONTACT DAVE HUFFMAN AT 733-2001 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: Street Department 2008 PAVING PROGRAM Proposal For: 2008 PAVING PROGRAM City of Carmel Date: MAY 21, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: MILESTONE CONTRACTORS, L.P. 1.2 Bidder Address: Street Address: 5950 SOUTH BELMONT AVENUE City: INDIANAPOLIS State: IN Zip: 46217 Phone#: (31 788-6885 Fax#: (31 788-1098 1.3 Bidder is a/an[mark one]: LIMITED Individual x 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 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: PART 2 BID PROPOSAL 2.1 Project 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 project, including any and all addenda thereto, for the total sum of ONE MILLION FIVE HUNDRED FIFTY-FOUR THOUSAND SEVEN HUNDRED SEVENTY TWOAAND770/$00 Dollars ($ 1,554,772.70 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT-DOCUMENTS AND ADDENDA • 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents.as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: • ADDENDUM DATE • NUMBER • #1 .MAY 20, _20Q8 • • • • • • • • • PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: NONE Prescribed by the State Board of Accounts Form No. 96 (Revised 2000) CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) Date: MAY 21,2008 1. Governmental Unit(Owner): CITY OF CARMEL 2. County: HAMILTON 3. Bidder(Firm): MILESTONE CONTRACTORS, L.P. Address: 5950 SOUTH BELMONT AVENUE/PO BOX 421459 City/State: INDIANAPOLIS, INDIANA 46217/46242-1459 4. Telephone Number: (317)788-6885 5. Agent of Bidder(if applicable): BRAD McCALL 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 CITY OF CARMEL ONE CIVIC SQUARE,CARMEL, IN 46032 and dated NOT DATED for the sum of ONE MILLION FIVE HUNDRED FIFTY-FOUR THOUSAND SEVEN HUNDRED SEVENTY-TWO AND 70/100$ 1,554,772.70 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 additonal units of material included in the contract are needed, the cost of the 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. 1 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. NON-COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combinaton with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such contract. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true ankfcorrect-to:the - - best of my knowledge and belief. N. .,� Dated at INDIANAPOLIS, INDIANA this 21ST day of MAY 008 MILESTONE CONTRACTORS L.P. BY `C. , CONTRACTORS UNITED, INC-GENERAL PARTNER - (Name of Organization) By yf )06f. BRAD McCALL, MANAGER OF ESTIMATING-INDIANAPOLIS (Title of Person Signing) ACKNOWLEDGMENT STATE OF INDIANA ) SS: COUNTY OF MARION BRAD McCALL being duly sworn, deposes and says that he is MANAGER OF ESTIMATING-INDIANAPOLIS of the above MILESTONE CONTRACTORS,L.P. and (Title) (Name of Organization) that the statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this 21ST day of MAY , 2008 • Notary Public= SHERRI ANN THOMPSON - = My Commission Expires: APRIL 19,2013 - County of Residence: MARION ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (Complete sections I, II, Ill 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): MILESTONE CONTRACTORS,L.P. Date: MAY 21,2008 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1)year prior to the date of the current bid? Contract Class of Work When Name and Address of Owner Amount Completed $34,796,795.12 ROAD CONSTRUCTION 2007 INDIANA DEPARTMENT OF TRANSPORTATION R-27552-A 32 S. BROADWAY, GREENFIELD, IN $3,790,800.00 ROAD CONSTRUCTION 2007 INDIANA DEPARTMENT OF TRANSPORATION R-27207 185 AGRICO LANE,SEYMOUR, IN $1,181,176.00 ASPHALT RESURFACING 2007 INDIANA DEPARTMENT OF TRANSPORTATION RS-28003-A 32 S. BROADWAY,GREENFIELD,IN INDIANA DEPARTMENT OF TRANSPORTATION, R-28193-C P.O. $6,068,685.94 ROAD CONSTRUCTION 2007 BOX 429, LAPORTE, IN 2. What public works projects are now in process of construction by your organization? Contract Class of Work When to be Name and Address of Owner Amount completed $74,840,824.62 ROAD CONSTRUCTION 2008 INDIANA DEPARTMENT OF TRANSPORTATION IR-29137-A 32 S. BROADWAY,GREENFIELD, IN $26,986,300.00 ROAD CONSTRUCTION 2008 INDIANA DEPARTMENT OF TRANSPORTATION IR-29348-A 185 AGRICO LANE,SEYMOUR, IN $27,987,250.00 ROAD CONSTRUCTION 2008 INDIANA DEPARTMENT OF TRANSPORTAION R-27385-B 32 S. BROADWAY,GREENFIELD, IN $8,159,925.70 ROAD CONSTRUCTION 2008 INDIANA DEPARTMENT OF TRANSPORTATION R-25550-B 41 W. 300 N.CRAWFORDSVILLE, IN 2008 PAVING TOTALS TOTAL BID TABULATION OF PART 1 (HIGHLIGHTED IN YELLOW) $ 1,858,965.15 BID TABULATION OF PART 2 $ 1,332,269.03 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. CITY OF CARMEL BID TABULATION SHEET ' ;f Project Name: 2008 PAVING PROGRAM -PART 1 Bid Date: May 21, 2008 Substantial Completion Date: September 15, 2008 Final Completion Date: September 30, 2008 ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET or AE 150 TAC gal 10,000 $ 1.41 $ 14,100.00 2 #8 or#9 Binder ton 14,088 $ 50.05 $ 705,104.40 3 #12 Surface HAC ton 13,684 $ 63.00 $ 862,092.00 4 Hand laid #12 surface ton 300 $ 63.00 $ 18,900.00 5 Bad spots cut/removed sq.yd. 500 $ 72.00 $ 36,000.00 6 Milling sq.yd. 175,975 $ 1.25 $ 219,968.75 7 Blue Reflectors ea 56 $ 50.00 $ 2,800.00 TOTALS $ 1,858,965.15 CITY OF CARMEL BID TABULATION SHEET . Project Name: 2008 PAVING PROGRAM -Additional Funding Bid Date: May 21, 2008 Substantial Completion Date: September 15, 2008 Final Completion Date: September 30, 2008 ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET or AE 150 TAC gal 10,000 $ 1.40 $ 14,000.00 2 #8 or#9 Binder ton 8,988 $ 58.46 $ 525,438.48 3 #11 Surface HAC ton 5,412 $ 65.00 $ 351,780.00 4 #12 HMA Surface ton 3,912 $ 67.00 $ 262,104.00 5 Hand laid #12 surface ton 300 $ 67.00 $ 20,100.00 6 Milling sq.yd. 95,731 $ 1.25 $ 119,663.75 7 Bad spots cut/removed sq.yd. 500 $ 72.00 $ 36,000.00 8 Blue Reflectors ea 73 $ 43.60 $ 3,182.80 TOTALS $ 1,332,269.03 . / V i PROPOSAL PACKAGE FOR • CITY OF CARMEL,INDIANA BY AND THROUGH ITS - BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2008 PAVING PROGRAM BIDDER SHALL RETURN THIS • ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS,PLEASE CONTACT DAVE HUFFMAN AT 733-2001 - 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: Street Department 2008 PAVING PROGRAM Proposal For: 2008 PAVING PROGRAM City of Carmel Date: MAY 21, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety. • PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: E & B PAVING, INC. 1.2 Bidder Address: Street Address: 17042 MIDDLETOWN AVE. City: NOBLESVILLE State: IN Zip: 46060 Phone#: (3r-773-4132 Fax#: (31)7-773-4137 1.3 Bidder is a/an[mark one]: Individual Partnership X Indiana Corporation; Foreign(Out of State) Corporation; State: • Joint Venture Other: 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered.with State of Indiana: .4 Indiana Registered Agent: _ Name: Address: - PART 2 _BID PROPOSAL 2.1 Project 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 at, including,an and all addenda thereto, for the total sum of ** I� 7 RED ,IFy EIGHT THOUSAND, NINE HUNDRED S �Y�- VEN�O � AND FIFTEN CENTS Dollars ($ 1,858,965.15 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. ** THIS IS BID TABULATION OF PART 1, SEE ITEMIZED PROPOSAL PAGES FOR BID TABULATION OF PART 2. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER 1 MAY 20, 2008 MAY-20-2008 02 : 45 PM CARMEL STREET DEPT 317 733 2005 P. 01/03 4 MEMORANDUM TO: 2008 Paving Program Plan Holders FROM: Dave Huffman:„... DATE: May 20,2008 RE: Addendum To 2008 Paving Program Please find attached an addendum to our 2008 Paving Program. This will replace the pages that were faxed and/or emailed to you on Friday, 5/16/08. Although there are no changes to these pages,we did not acknowledge that this was an addendum, Please verify that this is addendum #1 and should be included in Part 3 of the Instructions to Bidders. Thank You. MAY-20-2008 02 : 46 PM CARMEL STREET DEPT 317 733 2005 P. 02/03 4 ADDENDUM 2008 PAVING SPECIFICATIONS All work to be completed by September 30, 2008, All streets to he properly cleaned before applying materials. The majority of the purchased materials will be delivered, paver laid and rolled, on various city streets. The majority of materials laid will be#12 HMA Surface, #12.5 mm HMA intermediate, and#11 HMA Surface. All materials shall comply with current Indiana State Highway Standard specifications for material supplied and for application of materials. Bidder to furnish all equipment as required to process and apply materials. Asphalt plants shall be owned by bidder and approved by the Indiana Department of Highways. Some work on one or more City streets will have to be coordinated with other work on the street. All parties bidding on this contract will abide by the prevailing wage requirements of Indiana Code 5-16-7-1 et. kg. and shall indemnify and hold the City harmless for any violations thereof, including,but not limited to,attorney's fees and costs incurred by the City regarding same. The successful bidder shall file a schedule of wages pursuant to Indiana Code 5-16-7-2 ten (10) days prior to the commencement of any work on the contract. After the job is complete, if the City deems it necessary, at City's sole discretion, core samples will be taken and analyzed at job sites at the expense of the bidder. A representative of the Carmel Street Department will be assigned to each job site. There will be no work done without first contacting the Carmel Street Commissioner for approval of dates,times and locations. An agreement of conditions shall be signed by the accepted bidder. • The City may require the trucks used by the bidder to be weighted at various times at a certified scale. MAY-20-2008 02 46 PM CARMEL STREET DEPT 317 733 2005 P, 03/03 ADDENDUM On the following streets,temporary tape will be used at all times, according to Indiana State Highway Standard Specifications, so that there are always appropriate road markings; PART A: 1) Hazel Dell Parkway 2) W. 131m Street from US 31 3) Guilford Road 4) 126th Street from Rangeline Road to Keystone Avenue 5) • Main Street 6) Gray Road 7) 116`h Street PART B: 8) Smoke Row Road 9) E. 126th Street 10) Pennsylvania Street 11) Rangeline Road Proper signage and traffic control will be the responsibility of the successful bidder. In residential areas, proper notification to residents of paving dates will be the responsibility of the successful bidder. Any cars that have to be towed will be towed and paid for by the bidder. Milling of butt joints will be 0"to 1"in a 36"width. Any traffic loops that are damaged during the milling will be the responsibility of the bidder to replace or repair. For milling purposes, raising and lowering of manhole covers will be the responsibility of the bidder. Butyl rubber or Kent seal will be used when resetting manholes. Due to the potential damage to roadway surfaces, all trac machines will be moved by truck from street to street and will not be driven on existing City roadways. In some areas,there are brick pavers or stamped concrete. Special use of sand and 4'x8' pieces of plywood need to be used to protect those areas from tac and asphalt. For the purposes of the contract,any areas dug out and replaced will consist of the following: 4" -#2's 6" - #53's 4"-Binder 1"- Surface • T PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 . Exceptions: NONE Prescribed by State Board of Accounts Form No.96(Revised 2000) CONTRACTORS BID FOR PUBLIC WORK PART I (To be completed for all bids) (Please type or print) Date May 21, 2008 1. Governmental Unit(Owner): BOARD OF PUBLIC WORKS AND SAFETY,CITY OF CARMEL,IN 2. County: Hamilton County 3. Bidder(Firm): E &B Paving, Inc. Address: 17042 Middletown Avenue City/State: Noblesville, IN 46060 4. Telephone Number: (317) 773-4132 5. Agent of Bidder(if applicable) ** THIS IS BID TABULATION OF PART 1, SEE ITEMIZED PROPOSAL PAGES FOR BID TABULATION OF PART 2 Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of BOARD OF PUBLIC WORKS AND SAFETY,CITY OF CARMEL,IN (Governmental Unit)in accordance with plans and specifications prepared b. CARMEL STREET DEPARTMENT and dated APRIL 2008 for the sum of ** ONE MILLION, EIGHT HUNDRED FIFTY-EIGHT THOUSAND, NINE HUNDRED SIXTY-FIVE DOLLARS AND FIFTEEN CENTS $ 1,858,965.15 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 (Complete sections I, II, III, 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: BOARD OF PUBLIC WORKS AND SAFETY,CITY OF CARMEL,IN Bidder(Firm) E &B Paving, Inc. . _ Date: May 21, 2008 These statements to be submitted under oath by each bidder with and as a part of his bid. __ Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1 What public works projects has your organization completed for the period of one (1)year prior to the date of the current bid? When Contract Amount Class of Work Completed Name and Address of Owner $3,601,878.00 ROAD RECON. 2007 R-25397 SR 22 GRADEX $3,404,858.00 ROAD RECON. 2007 RS-27691 SR 5 &SR124 $6,407,417.00 PARKING LOT 2007 DOLLAR GENERAL DIST. CENTER $6,382,598.00 ROAD RECON. 2007 R-27620 38TH ST. 2 What public works projects are now in process of construction by your organization? When Contract Amount Class of Work Completed Name and Address of Owner $21,150,283.00 ROAD RECON. 2009 R-26450 SR 66 DIAMOND AVE. $10,716,872.00 ROAD RECON. 2009 IR-28090 US 36 &POST RD. $17,017,715.00 ROAD RECON. 2008 R-26935 SR 62 $20,570,347.00 ROAD RECON. 2008 R-28718 146TH ST. 3 Have you ever failed to complete any work awarded to you? NO If so,where and why? Y P Y Y � Y 4 List referenced from private firms for which you have performed work. MARINA UNLIMITED-GENE HEIWIG BEAZER COMMUNITIES-STEVE COOK PRECEDENT DEVELOPMENT-TIM PETERSON THOMPSON DEVELOPMENT-CHRIS WERTH 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.) E & B PAVING, INC., WILL BEGIN THE WORK WITHIN THE TIME ALLOTED IN THE PROPOSAL. THE WORK WILL BE CONSTRUCTED USING SOUND CONSTRUCTION PRINCIPLES AND COMPLETED IN THE TIME ALLOWED IN THE PROPOSAL. E &B PAVING, INC., HAS TWO ASPHALT PLANTS IN HAMILTON COUNTY AND ACCESS TO OVER TWENTY PAVING CREWS. 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. WE CURRENTLY DO NOT KNOW IF ANY WORK WILL BE SUBLET ON THIS CONTRACT BUT WE DO UNDERSTAND THAT IF THERE IS ANY WORK SUBLET ON THIS PROJECT THAT WE WILL PROVIDE A LISTING TO THE APPROPRIATE PERSONNEL. 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. THE PAVING MACHINES USED FOR THIS PROJECT WILL BE EITHER A BLAWKNOX OR ROAD TEC PAVER. 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 -74 si 2008 PAVING TOTALS TOTAL BID TABULATION OF PART 1 q (HIGHLIGHTED IN YELLOW) ff I) 13J I�2i 5U BID TABULATION OF PART 2 S ' � ) � �� ��jj, 40 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. r♦ y 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: Street Department 2008 PAVING PROGRAM Proposal For: 2008 PAVING PROGRAM City of Carmel Date: May 21, 2008 To: City of Carmel,Indiana,Board of Public Works and Safety ,rit .1 PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: Shelly and Sands, Inc 1.2 Bidder Address: Street Address: P.O. Box 655 City:Noblesville State: IN Zip: 45061 Phone#: ( )317-773-2351 Fax#: ( ) 317-773-0799 1.3 Bidder is a/an[mark one]: Individual Partnership Indiana Corporation; XX Foreign(Out of State) Corporation; State: Ohio • 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: Shelly and Sands, Inc .2 Address: 3570 River Road Zanesville, .OH 43702 .3 Date registered with State of Indiana: 12/13/1976 .4 Indiana Registered Agent: Shelly and Sands, Inc Name: Matt Kelley Address: 15215 River Road, P.O. Box 655, Noblesville, IN 46061 PART 2 BID PROPOSAL 2.1 Project 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 project, including any and all addenda thereto, for the total sum of ** See Below Dollars ($ 1,731,902.50 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. ** One Million, Seven Hundred & Thirty-One Thousdand,. Nine Hundred & Two dollars 50/100 1 t 5 T ' CITY OF CARMEL BID TABULATION SHEET Project Name: 2008 PAVING PROGRAM -PART 1 Bid Date: May 21, 2008 Substantial Completion Date: September 15, 2008 Final Completion Date: September 30, 2008 ITEM# DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET OR AE 150 TAC GAL 10,000 $1.48 $14,800.00 2 #8 OR#9 BINDER TON 14,088 $45.75 $644,526.00 3 #12 SURFACE HAC TON 13,684 $56.50 $773,146.00 4 HAND LAID#12 SURFACE TON 300 $50.00 $15,000.00 5 BAD SPOTS CUT/REMOVED SQ. YD 500 $35.00 $17,500.00 6 MILLILNG SQ. YD 175,975 $1.50 $263,962.50 7 BLUE REFLECTORS EA 56 $53.00 $2,968.00 TOTALS $1,731,902.50 It S CITY OF CARMEL BID TABULATION SHEET Project Name: 2008 PAVING PROGRAM -Additional Funding Bid Date: May 21, 2008 Substantial Completion Date: September 15, 2008 Final Completion Date: September 30, 2008 ITEM# DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET OR AE 150 TAC GAL 10000 $1.50 $15,000.00 2 #8 OR#9 BINDER TON 8988 $51.00 $458,388.00 3 #11 SURFACE HAC TON 5412 $58.00 $313,896.00 4 #12 HMA SURFACE TON 3912 $60.00 $234,720.00 5 HAND LAID#12 SURFACE TON 300 $50.00 $15,000.00 6 MILLING SY 95731 $1.40 $134,023.40 7 BAD SPOTS CUT/REMOVED SY 500 $35.00 $17,500.00 _ BLUE REFLECTORS _.___. EA 73 . ... 46 3358 TOTALS $1,191,885.40 II PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER • ., i J PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: I • • Form No.96(Revised 2005) BID OF Shelly& Sands, Inc. (Contractor) 15215 River Road.,P.O. Box 655 (Address) Noblesville,IN 46061 FOR PUBLIC WORKS PROJECTS OF City of Carmel Filed Action taken Page 1 of 9 - Y State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK PARTI (To be completed for all bids. Please type or print) Date: May 21,2008 1. Governmental Unit(Owner): City of Carmel 2. County: Hamilton 3. Bidder(Firm): Shelly& Sands,Inc. Address: 15215 River Road,P.O.Box 655 City/State: Noblesville,IN 46061 4. Telephone Number: (317)773-2351 5. Agent of Bidder(if applicable): Matt Kelley—Vice President Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of Resurface (Governmental Unit)in accordance with plans and specifications prepared by and dated for the sum of One Million, Seven Hundred&Thirty-One Thousand,Nine Hundred&Two dollars 50/100 $ 1,731,902.50 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. Page 2 of 9 t r 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) Shelly& Sands,Inc. Date: May 21,2008 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid? Completion Contract Amount Class of Work Date Name and Address of Owner $173,900.00 Asphalt Paving 2007 Indianapolis Executive Airport $587,500.00 Asphalt Paving 2007 116th& Shelboune Road $306,000.00 Asphalt Paving 2007 Northfield Drive Extension $1,213,000.00 Asphalt Paving 2007 City of Anderson 2. What public works projects are now in process of construction by your organization? Expected Contract Amount Class of Work Completion Name and Address of Owner Date • $3,898,700.00 Asphalt Paving 2008 Hazel Dell Road $233,300.00 Asphalt Paving 2008 Longridge Estates, Sec 3A $820,800.00 Asphalt Paving 2008 Promenade of Noblesville $1,460,000.00 Concrete Work 2008 Indianapolis Airport Page 3 of 9 , ' 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. Davis Development—Indianapolis,IN Platinum Properties—Indianapolis, IN Mann Properties—Indianapolis,IN Estridge Homes—Indianapolis,IN Arbor Homes,Indianapolis,IN 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.) Per plans &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 Company Address City State Zip Phone# Ace Tree Services, Inc 1293 Palo Vista Greenwood IN 46143 317-787-3100 Alpha Loop 5950 Lincoln Road Martinsville IN 46151 317-710-0076 Cabo Incorporated(Former Boca) 380 Eastpark Drive Norwalk OH 44857 419-668-9399 Certified Engineering, Inc 3939 Millersville Road Indianapolis IN 46205 317-546-1599 Earth Images 3471 W.County Line Road Greenwood IN 46142 317-865-1503 Highway Technologies(Former T&R) 3867 N. Commercial Parkway Greenfield IN 46140 317-891-8065 Indiana Sign&Barricade, Inc 5240 E.25th Street Indianapolis IN 46218 317-377-8000 J.A. Reke&Sons 3254 US Rt 127 North Eaton IN 45320 937-456-5406 Javelina Construction, Inc 13476 Britton Park Drive Fishers IN 46038 317-841-8364 M.A.S. Markers, Inc 1625 S.400 E Labanon IN 46052 317-769-7200 McCrite Milling&Construction, Co 209 Quality Avenue, Suite 8 New Albany IN 47150 812-941-0252 Morphey Construction, Inc 1499 N. Sherman Drive Indianapolis IN 46201 317-356-9250 Reece Seal Coating, Inc 1205 W.Troy Avenue Indianapolis IN 46225 317-784-1410 Rieth Riley Construction, Inc P.O. Box 1826 LaPorte IN 46352 219-362-6178 Signal Construction, Inc. 5639 West US 40 Greenfield IN 46140 317-894-0120 Slussers Green Thumb, Inc 125 Montgomery Street Logansport IN 46947 574-722-3102 Specialties Company LLC 9350 E.30th Street Indianapolis IN 46229 317-594-0291 United Rentals Highway Technologies 1006 East Michigan Street Indianapolis IN 46202 317-229-7400 USI Consultants, Inc 8415 East 56th Street Indianapolis IN 46216 317-544-4996 VS Engineering, Inc 4275 N. High School Road Indianapolis IN 46254 317-293-3542 Page 4 of 9 1 Form Prescribed by State Board of Accounts 900549-5194429 General Form No.99 P(Rev. 1987) CITY OF CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS i ' 307 N PENNSYLVANIA ST -PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 I PUBLISHER'S CLAIM -r' 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 137.0 lines 1.0 columns wide equals 137.0 equivalent $ 67.40 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 $ 67.40 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: 05/02/2008 L _ /// Clerk Title 900549-5194429 PUBLISHER'S AFFIDAVIT i,PUBLIC NOTICE; State of Indiana SS: Hamilton County • NOTICE TO BIDDERS ty of Carmel t 2008-Ciids for PROGRAM • Bids Bids for the City,of Personally appeared before me,a notary public in and for said county and state, Carmel, 2008 - Paving Program,will be•receives' �by the city of Carmel,Indi- ana("Owner")at the office, the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk of the Clerk Treasurer in■ g City Hall One Civic Square,' Carmel,Indiana 46032,until, 10:00 a.m., local time on' of the Noblesville Ledger a newspaper of general circulation Ma 21st, 2008.The bids, g g will be publicly opened and. 'read by the Board of Public' Works and Safety at 10:00 lam,in Council Chambers at printed and published in the English language in the city of NOBLESVILLE in state ,City Hall on May 21st,2008.; ,No late bids will be acpled. ,Three bid will include the fol• and county aforesaid,and that the printed matter attached hereto is a true copy, lowing items: i 1)10,000 gallons, more or 'less,aggregate total paverS laid•materials, distributor l which was duly published in said paper for 2 time(s),between the dates of: I applied 1 a)AET er AE 150 tack coat a)ggreg ate total deliverer)of paver lard and rolled materials 04/25/2008 and 05/02/2008 'a) 14 088 tons #32.5 mm I HMA Intermediate b) 13,684 tons #11 HMA! // Surface 3)300 tons,more or•less I ' lerk mat ag regaerialte s total hand-laid Title a)#12 surface,crushed 4)500 sq.yds.more orJess, o f badspots to be cut out, navies a and filled before; Subscribed and sworn to before me on 05/02/2008 ppaving -1 5)Milling 175975 sq. ds•ai to 3"of bdum,nous al {/�) ,,—/f/—_ 615e,mom middle less ad at I ,// J f �N�t.�J1..C� p owable blue reflectors in- 111 stalled in mdl of road a[ each fire hydrant 'If additional onthe funding oing Notary Public 1)10,will gallons, ore or a lass,a enals,distri distributor DENISE HAMBRITE a luplied eria s,distributor NOTARY PUBLIC {;applied I v 2)AEroran coat, My commission expires: SEAL Form 65 REV 1-88 I v 2)g 18,312 tans,more or less I r ag regate total Mile delivered e- STATE OF INDIANA r pa rlaidandrolled mate- I alai a) 88 tons #12.5 mm - MY COMMISSION EXPIRES February 23,2016 `b)3 91 t,teesdi#12 surface r (crushe stone)HAC `,'_C)5,412 tons#11 HMA sur- 3"of bituminous ateerial -4)73 snow plowable blue`p i reflectors, more or less,2 �- r-installed perinstruct'ons at each tire hydrant / A certified ,heck or bid band In the amount of ten , percent(10%) of-the bid i / • a m rcent company all bids, # and upon-acceptance by 1