HomeMy WebLinkAboutBid Information and Packets BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seai
. ,n 'r:dcyc
Company £Len*rtt / Pit3r:freer:a 4 et,' -1u :CYN 'Msor_;�1aS Inc
Project Name:
ke.B i eu mnir 24,sar] r-n.',«�G SYr-Pi'o>e
Date Submitted: -+` �` P"�°"'_" _— �_`' * /ffl °
0
Base Bid c
Amount. So k ' � r1`� 70
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidder's'
This form shall be utilized by all Bidders, &dept as otherwise specifically provided, all Paris
shall be flog',and accurately filled in and completed and notarized.
Project /06th Street and Haverslick Road Drainage Improvements
and Culvert Replacement Project #10-06
Installation of a storm sewer system and ditch grading on the west side of
Proposal For Construction of: Haverstick Road north of Lexington Lane, and existing culvert
replacements on Haverslick Road south of Lexington Lane, on 106th
Street east of 406th Place, on 106th Place north of 106th Street; on
Stratford Place north of 106th Street, and on Lakeshore Drive Fast north
of Lakeview Drive.
Date: q
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-I
PART I
BIDDER INFORMATION
(Print)
1 ,1 Bidder Name: e�nJr�t ErS't i���^- °� n CA c
X35 p r i cL�e
1.2 Bidder Address: Street Address: met-c r o_( t s-- -'-(
City: Stater t..t Zip: 1/_./5 D
Phone: jt7 z39e/ -/ 99n Fax: i T-
1 ,3 Bidder is a/an [mark one
Individual Partnership / Indiana Corporation
Foreign Out niState) Corporation; State:
Joint Venture ' Other (-kit / 'N 8
1.4 /1 heJMJlowing must he answered if the Bidder or any of its partners or joint venture
parties is a fm'eign 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.lanuaay 23, I9)b'J
.1 Corporation Name:
2 Address:
.3 Date registered with Stale of Indiana:
.4 Indiana Registered Agent.:
Name:
Address:
RID-2
°2'/'a(6t r r raU 0
f/CJ rrvii�nYNo? yC
00 ,,�
'Thh Sib : s 4 # -7/v/A // s��0
tr-
16 (2/0"2-7/9;15fivi,t04
51C/ /?' e ('j/9/17h7'- 1
aARReulaziv an«ewalIV ;unowy v Auedwoj
7rn '''��crn't 4/ivy`IO/
Prescribed by Slab:ITaard of Accounts 80202-5698447 General Horn No 99P(Rev.2{109A)
CITY OF CARMEL-STAR LEGALS To: INDIANAPOLIS NEWSPAPERS
307 N PENNSYLVANIA Si' - PO I3OX 145
COUNTY INDIANA INDIANAPOLIS, IN 46206-0145
PUBLISHER'S CLAIM
LINE COUNT
__ _ Display. Matter-(Must not exceed two actual lines, neither of which shall
�p��
Glrypl[atiemeti� . than Four solid lines ofthe type in which the body of the
;Nuke ishre grvnwttth Bard of Punt was an mcnlisset). -numberofequivalentlines
'Safetyy for he eh IIy 1 FI Icon Ca nry,I I n It I;r of tines
receive red Ids ar dravel.RemesU CEo°ert Ir
sheet seared crook Fund above
ranag Impr merits n t:u-
vent Repla ement Protect"a the offlc vrtehe Cler 'r of titles
'arcs One ant SUat rmo�e tries r emeec r�1Jp
aan.Localtme osheikmi as aractpa 3e Nester , Ola, Iof lines
rid wm e m z n as etipg c a Ionerea er n
a Board onrt%$hl I'to sr�eet�g�a,�the ssame ague Aber of tines in notice
Ja mteshmtetc'r5I11.°Ao�atebidswillOtaccepie a and
li lvds oe nrsncsars 9ha}I he orooerhr and rcafnnlenty ere
qp,prrni mn rence tar rscusuians of the rplectj'1he dl
an re rr egl5 rid Ig m I mallerb will be h ldd�
nuun cusd�Re0111 n they Mar y.m.Hanlni�nlaelopine 9F CHARGI3S
Wucus Ln on the bpd Flddr v UN rio E a Civic
}�}opnrel.0.l prnbecln'e dersare lnvitedtoatlendteore. h columns ti�'il'le equals 194.0 equivalent Mlles at Q 2
confference. epro-hi runference is nd mandatory. q
I Far special accommodati ns needed Pa handicapped ndivid line $ 129.4O
u nabs plan(npmp to lend the re ks o ferenre r public bid
smsineel1,12 to dll c61 nptifo uvit ergbh tee r e for notices containing rule and figure work(50 per cent
nears error�Jthyeretop. t"d at easT larlY'eighl(4B) c
�larraic%al arlmtiBergdh PuehlliWor�rkrsre within tety red tra proofs of publication(.S I.00 for each proof in excess of two) .00
serdea a rrr ii hm anv gr olds or proposals to pe
gel an np mare n thirty(30)qj effect tlarmp5a d period
Me
Cut d of C ra,Selserves toe rlCht CO Meta Inelar cancel
MI am all bleed,sth the salutations do tar a ffes m winntole n
part teresspet Ted is the whenr Is noun the t 'U'fINC COST
urchats a the governmental odrr y55 tlt 1pr ed by t e
Purchasing agency in accordance wdhaC 5-yly�,
omnz L-cordrae column 5.8 ems Size GI-type 7
[lerk-rreaSUir ertions 2.0
(5-a/26/lq 9/2/]0-5698447)
Pursuant to the provisions and penalties of IC 5-1 1-10-L 1 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 pail of the same
has been paid.
I also certify that the printed matter attached hereto is a true copy, of the same column width and type size,
which was duly published in said paper 2 times. 'the dates of publication being between the dates of:
08/26/2010 and 09/02/2010
Additionally,the statement checked below is true and correct:
Newspaper does not have a Web site.
r Newspaper has a Web site and this public notice was posted on the same day as it was published in
the newspaper
Newspaper has a Web site,but due to a technical problem or error, public notice was posted on
Newspaper has a Web site but refuses to post the public notice_
'.S . '2(N
C
DATE: 09/02/2010 Title: Clerk
•
PART 2
BED 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 n ultiplied by
estimated unit quantities for such Contract Items,total ,.z.
%Dollars WWI(t g 7 7 ° <c1 ). 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.
•
BiD3
Base Bid Itemized Proposal
(111-06) 1116th Street-Haverstick Road Drainage Improvements& Culvert Replacements
Item# Item Quantity Unit Unit Cost Total Cost _
I Mobilization/Demobilization I LS $30,680 00 $30,68000
2 Maintenance ofTraffic I LS $5,00000 $5,000.00
3 Clearing Right of Way I LS $38,000.00 $38,000.00
Sam tan;I.aleral,Replace
4 (Undistributed) 30 LET $120,00 $3,600.00
5 Guardrail,Remove and Replace [ LS $2,900.00 $2,900.00
6 Linear Ditch Grading 1,248 LET $4.00 $4,992.00
7 Manhole, Tvpe C I LA $1,610 00 $1,610.00
8 Manhole, Type J 4 EA $5,80000 $23,230.00
9 Manhole,Type K 2 FA $3,800.00 $7,60000
10 Manhole,Type M 1 LA $6,500.00 $6,500.00
11 12"RCI' 95 LET $49 00 $4,655.00
12 15" RCP 8 S.F'1' $52,00 $416.00
13 18" RCP 5 LET $67.00 $333.00
14 18" UDPE 20 ].FT $64.00 $1,664.00
15 30"RCP 390 LET $98.00 $38,220.00
16 43"x 68"Elliptical RCI' 95 LET $210.00 $19,95000
17 29"x 45"Elliptical RCP 220 LET $138.00 $30,360.00
18 Reinforced Concrete Box-4'X 14' 100 LET $850.00 $85,000.00
19 Reinforced Concrete Box-4' X 13' 121 CET $820.10 $99,220.00
20 Reinforced Concrete Box-4'X I I' 71 CET $645.00 $45,795.00
21 Reinlbroed Concrete Box-4'X 10' 55 ].FT $600.00 $33,000,00
22 Reinforced Concrete Box-4'X 8' 104 LET $460.00 $47,840.00
23 Mechanically Core Structure _ 2 EA $1,500 00 $3,000.00
24 Reinforced Concrete Headwall 1 I.S $60,000.00 $60,000.00
25 Handrail 284 ITT $140.00 $39,76000
26 Plowable Fill 781 CYS $69.00 $53,889.00
27 Rip Rap, Class 2 485 TON $25.00 $12,125.00
28 Gcotexti]as 314 SYS $1.25 $39250
29 HMA Surface,95 mm 41 TON $220-00 $9,020.00
30 1-IMA Intermediate, 190 nun 3.5 TON $600.00 $2,10000
31 PCCP, 12 IN. 466 SYS $4100 $19,106.00_
32 PCCP for Driveways,6 IN 43 SYS $28.00 $1,20490
33 Compacted Agg. No. 53,Base 20 TON $56.00 $1,120.00
34 Concrete,Roll Curb 188 [.PT $22.00 $4,136.00
35 Concrete Sidewalk,4 I_ 43 SYS $18.00 $774.00
36 Nursery Sodding 3,600 SYS $5.00 $18,000.00
_ 37 Erosion Control Measures I LS 85,541.00 $5,541.00
38 Temporary Mulching 2,825 SYS $0-50 _ $1,412.50
39 Topsoil(Undistributed) 570 CYS _ $20.00 $11,40000
40 Temporary Pumparound I LS $12,160 00 $12,160.00
41 Road Closure Sign Assembly 10 LA $470.00 $4,700.00
42 Detour Route Marker Assembly 16 EA $250.00 $4,000 00
43 Construction Sign, A 5 FA $250.00 $1,250.00
44 Barricade,Ill-B 246 LET , $25 00 $6,150,00
Total Base Bid
f
��
Itemized Proposal Sot 2 11
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to he 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
o? — /o/o
RID-6
PART 5
EXCEPTIONS
Instructions To Bidders
5.1 The Bidder shall {ally state each exception taken to the Specifications or other Contract
Documents in Section J.3 (Orris Port,
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to he a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
1.3 Exceptions:
1310-7
1 r
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
lor:,< .
Company:
Atlas Excavating. Inc.
Project Name: 1`10-06-106th Street/daversti.ck Rd
Date Submitted: Sept. 15th 2010
Base Bid 82a, 000 •
Amount:
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City or Carmel
Instructions To Bidders:
This firm shall be utilized by all Bidder:. Except as otherwise specifically provided, all Parts
shall be,fially and accurately filled in and completed and notarized.
Project: 106th Street and Haverctick Road Drainage Improvements
and Culvert Replacement Project 410-06
Installation of a storm sewer system and ditch grading on the west side of
Proposal For Construction of: Haven:tick Road north of Lexington Lane, and existing culvert
replacements on I'laverstiek Road south of Lexington Lane,on tooth
Street cast of I 06th Place, on 106th Place north of 106th Street,on
Stratford Place north of 105th Street, and on Lakeshore Drive East north
of Lakeview Drive
Date: September 15, 2010
H: City of Carmel, Indiana, Board of Public Works and Safety
131 D-I
1 I
PART 1
BIDDER INFORMATION
(Print)
1 .1 BidderrName: Atlas Excavat:i.ng, Inc .
i.2 Bidder Address: Street Address: 4740 Swisher Road
West Lafayette , .[N tate: Zip: 47905
City: S
Phone: 765-429-4800 Fax: 75-429-6464
1.3 Bidder is a/an [mark one/
x
Individual Partnership Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 /The following must he 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 112, dated January 23, 1958.1
.l Corporation Name:
2 Address:
3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
RED-2
PART 2
BID PROPOSAL
2.1 Base Bid
1'he 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 tirue(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 mu iplied by
estimated unit quantities for such Contract Items, total £91.4t1 ',k/ £<e4
9.4 Tarie cabfd a /&f-5 Dollars ($ 1926✓C G.'�? ). 'the
Bidder acknowledges that evaluation of the lowest Bid shall he 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
EiNCIFNEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
•
BID-?
Base Bid Itemized Proposal
(10-06) 106th Street-llaverstick.Road Drainage Improvements&Culvert Replacements
Item# Bent Quantity Unit Unit Cost Total Cost
1 Mobilization/Demobilization I LS $40,000.00 $40.000.00
2 Maintenance of Traffic I LS $1,000.00 $1,000.00
3 Clearing Right of Way I LS $4,000.00 54,000.00
Sanitary Lateral,Replace
4 (Undistributed) 30 LET $40.00 $I200.00
5 Guardrail, Remove and Replace I LS 52,500.00 $2,500.00
6 Linear Ditch Grading 1,248 LET $1.00 $1,248.00
7 Manhole,Type C 1 LA $2,000.00 $2,000.00
8 Manhole,Type J 4 EA $3,000.00 $12,000.00
9 Manhole, Type K 2 EA $3,500.00 57,000.00
10 Manhole, Type M I EA 59,500.00 $9,500.00
11 12" RCP 95 LET $30.00 $2,850.00
12 15" RCP 8 LET $40.00 $320.00
13 18" RCP 5 LET $47.00 $235.00
14 18" HOPE 26 LET $45.00 $1,170.00
15 30" RCP 390 LET $60.00 $23,400,00
16 43"x 68" Elliptical RCP 95 LET $290.00 $27,550.00
17 29" x 45" Elliptical RCP 220 LET $130.00 $28,600.00
18 Reinforced Concrete Box-4'X 14' 100 LET $1,150.00 $115,000.00
19 Reinforced Concrete Box-4'X 13' 121 LET $1,050.00 $127,050.00
20 Reinforced Concrete Box-4'X 11' 71 LEE' $900.00 $63,900.00
21 Reinforced Concrete Box-4'X 10' 55 LET $890.00 $48,950.00
22 Reinforced Concrete Box-4'X 8' 104 LET $625.00 $65,000.00
23 Mechanically Core Structure 2 EA $1,000.00 $2,000.00
24 Reinforced Concrete headwall I LS $74,662.00 574,662.00
25 Handrail 284 LET $140.00 $39,760.00
26 Flowable Fill 781 CYS $10.00 57,810.00
27 Rip Rap,Class 2 485 TON $50.00 $24,250.00
28 Geotextiles 314 SYS 51.00 $314.00
29 LIMA Surface,9.5 mm 41 TON $200.00 $8,200.00
30 l IMA Intermediate, 19.0 nun 3.5 TON $400.00 51,400.00
31 PCCP, 12 IN. 466 SYS $75.00 $34,950.00
32 PCCP for Driveways,6 IN. 43 SYS $40.00 $1,720.00
33 Compacted Aga. No.53, Base 20 TON $30.00 $600.00
34 Concrete,Roll Curb 188 LET $25.00 $4,700.00
35 Concrete Sidewalk,4 IN. 43 SYS 535.00 $1,505.00
36 Nursery Sodding 3,600 SYS 55.00 $18,000.00
37 Erosion Control Measures 1 LS _ $1,000.00 S1,000 00
38 Temporary Mulching 2,825 SYS $0.40 $1,130.00
39 Topsoil (Undistributed) 570 CYS $16.00 $9,120.00
40 Temporary Pumparound 1 LS Si,000.00 $1,000.00
4l Road Closure Sign Assembly 10 EA $250.00 $2,500.00
42 Detour Route Marker Assembly 16 EA $200.00 $3,200.00
43 Construction Sign,A 5 EA $200.00 $1;000.00
44 Barricade,rILB 246 LFT $11.00 52,706.00
•
Total Base Bid
Itemized Proposal ���r
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4. I 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 09-02-10
#2 09-10-10
#3 09-13-10
BID-6
PART 5
EXCEPTIONS
lnstruclions To Bidders.:
5.1 The Bidder shcdlfully 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 nary result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
NA
HID-7
Bid Proposal Summary Form
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project named and your
company name clearly marked on the outside. SEAL THE ENVELOPE.
Eagle Valley Inc.
Company: 3401 North Raceway Road
Indianapolis, Indiana 46234
Project Name: (10-06) 106th Street - Haverstick Road
Drainage Improvements & Culvert Replacements
Date.Submitted: September 15, 2010
Base Bid Amount: $920,987.75
Revised 5/15/09
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
hnsrrl,terrnns 7b Bidders:
This farm %htall he uliliacd by all Eidders. £,;:veep11 as otherwise specifically provided all Party
shall be filly and accuvcite(yflled in and completed and notarized
Project: 106m Street and Havervtick Road Drainage improvements
and Culvert Replacement Project#10-06
Installation of a storm sewer system and ditch grading on the west side of
Proposal For Construction of : tiaverstick Road north of Lexington Lane, and existing culvert
replacements on Haverstick Road south of Lexington Lane,on [06th
Street east of 106th Place,on 106th Place north of 106th Street;on
Stratford Place north of 106th Street, and on Lakeshore Drive Last north
of Lakeview Drive.
Date: September 15, 2010
To: City of Carmel, Indiana, Board of Public Works and Safety
MD-1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Eagle valley Inc.
2 Bidder Address: Street Address: 3401 North Raceway Road
City: Indiarapolic State: 1N Zip: 46234
Phone: (317) 291-8104 Fax: (317) 291-8786
1.3 Bidder is clan [mark one]
Individual Partnership A Indiana Corporation
1:oreign (Out of State) Corporation; State:
Joint Venture Other
1 .4 [TM:frllowing 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 Generals Opinion 42, dated.January 23, 1958.]
.1 Corporation Name:
Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
13117-2
PART 2
BID PROPOSAL
2.1 Base Bid
I'hc undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus. materials, equipment, service and other necessary supplies, and to perform and
fulfill ail 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 hems, total r' d
'—' Dollars ($ 4 ). 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 arc estimates
solely for the purpose of Bid evaluation and Contract award, and arc not to he 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
he performed or furnished under the Contract.
Qezq77s
\ t a L k) h-S O J CC)Cr-14171/1 S �`v 5 a o
!v
13 t D-3
Base Bid Itemized Proposal
(10-06) 106th Street- Haverstick Road Drainage Improvements & Culvert Replacements
Item # Item Quantity Unit Unit Cost Total Cost
1 Mobilization / Demobilization I LS $49,820.00 $49,820.00
2 Maintenance of Traffic I I.S $4,000.00 $4,000.00
3 Clearing Right of Way I LS $27,410.00 $27,410.00
4 Sanitary Lateral, Replace (Undistributed) 30 LET $28.00 $840.00
5 Guardrail, Remove and Replace I LS $3,000.00 $3,000.00
6 Linear Ditch Grading 1,248 LET $5.00 $6,240.00
7 Manhole, Type C 1 EA $3,331 .00 $3,331.00
8 Manhole, '1`ypeJ 4 EA $3,961.00 $15,844.00
9 Manhole, Type K 2 EA $4,816.00 $9,632.00
10 Manhole, Type M I EA $8,196.00 $8,196.00
I I 12" RCP 95 LEI $114.00 $10,830.00
12 15" RCP 8 LET $116.00 $928.00
13 18" RCP 5 LET $117.00 $585.00
14 18" I-IDPE 26 LET $I 17.00 $3,042.00
15 30" RCI' 390 LET 5132.00 $51,480.00
16 43" x 68" Elliptical RCP 95 LET $214.00 $20,330.00
17 29" x 45" Elliptical RCI' 220 LET $172.00 $37,840.00
18 Reinforced Concrete Box - 4' X 14' 100 LFT $1,049.00 S€04.900.00
19 Reinforced Concrete Box -4' X 13' 121 1,F'] $971.00 5117,491.00
20 Reinforced Concrete Box -TX II' 71 I.FT $861.00 $61,131.00
21 Reinforced Concrete Box -4' X 10' 55 LFT $826.00 $45,430.00
22 Reinforced Concrete Box -4' X 8' 104 LET $654.00 $68.016.00
23 Mechanically Core Structure 2 EA $1,000.00 $2,000.00
24 Reinforced Concrete Headwall I LS $65,296.00 $65,296.00
25 Handrail 284 LIT $138.00 $39,192,00
26 Plowable Fill 781 CYS $52.00 $40,612.00
_ 27 Rip Rap. Class 2 485 TON $33.00 $16,005.00
28 Geotextiles 314 SYS $5.00 $1,570.00
29 HMA Surface, 9.5 mm 41 TON $259.00 $10,619.00
30 FIM.A Intermediate__ 19.0 mm 3.5 TON $375.00 $1,3 [2.50
31 PCCP, 12 IN. 466 SYS $38.00 $17,708.00
32 PCCP For Driveways, 6 1N. 43 SYS $85.00 $3,655.00
33 Compacted Agg. No. 53, Base 20 TON $20.00 $400.00
34 Concrete, Roll Curb 188 LEI $27.00 $5,076.00
35 Concrete Sidewalk, 4 ]N. 43 SYS $45.00 $1,935.00
36 Nursery Sodding 3,600 SYS $5.00 $18,000.00
37 Erosion Control Measures I LS $4,500.00 $4,500.00
38 Temporary Mulching 2,825 SYS $0.25 $706.25
39 Topsoil (Undistributed) 570 CYS $15.00 $8,550.00
40 Temporary Pumparound I LS $24,325.00 $24,325.00
41 Road Closure Sign Assembly 10 EA $225.00 $2,250.00
42 Detour Route Marker Assembly 16 EA $250.00 $4,000.00
43 Construction Sign. A 5 EA $100.00 $500.00
44 Barricade, III-B 246 LEE $10.00 $2.460.00
Total Base Bid
S920,987.75
Itemized Proposal
PART 4
CONTRACT DOCUMENTS AND AD11ENDA
4.1 The Bidder agrees to be bound by the terms and provisions of Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reverence.
4.2 The Bidder acknowledges receipt or the following addenda:
ADDENDUM NUMBER DATE
# 1 September 2, 2010
# 2 September ID, 2010
4 3 September 13, 2010
BID-6
PART S
EXCEPTIONS
Instructions To Bidders,
5 1 The Bidder shall filly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Pail.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OttNER to he a
material qualification or variance from the terms of the Contract Documents may result
in this Rid being rejected as non-responsive.
5.3 L rceptions:
NONE
RID-7
Form No. OS(Revised 2005)
BID OF
Eagle Valley Inc .
(contractor)
3401 N . Raceway Road
(Address)
Indianapolis , IN 46234
FOR
PUBLIC WORKS PROJECTS
OF
City of Carmel , Indiana
Board of Public Works and Safety
Bid For: 105th Street and Haverstick Road
Drainage Improvements and Culvert Replacement Protect
#10-05
Filed September 15 2010
Action taken
Slate Form 52414
Prescribed by State Board of Accounts Form No, 96(Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
PART
(To be completed for al] bids. Please type or print)
Date: September 15, 2010
1. Governmental Unit(Owner): City of Carmel , IN; Board of Public Works'and Safety
2. County : Hamilton
3. Bidder(Firm): Eagle Valley Inc .
Address: 3401 N . Raceway Road
City/State: Indianapolis , IN 46234
a Telephone Number: ( 31 7 ) 291-8104
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 City of Carmel , IN; Hoard of Public Works and Safety
(Governmental Unit) in accordance with plans and specifications prepared by
Crossroad engineers, PC and dated SeptamhPr 7nln _for the sum of
see enclosed bid $ car enrlcp-rd hid
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
(ff 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 11
(For projects of$100,000 or more — IC 36-1-12-4)
Governmental Unit: City of Carmel , IN, Board 0f Publ 'r Wnrk and Safetn
Bidder(Firm) Eagle Valley Inc .
Date. September 15, 2010
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
See attached sheet
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
See attach zd sheer
3 Have you ever failed to complete any work awarded to you? N o If so, where and why?
4. List references from private firms for which you have performed work
None at present time
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
SEE ATTACHED SHEET
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(Le. persons or firms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five(5)
years along with a brief description of the work done by each subcontractor.
3- If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the bidder's capability for completing the project if awarded.
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
Company:
The Hunt Paving Company, Inc.
Project Name. 106th Street and Haverstick Road Drainage Improvements
and-CulverRepalccmcnt Project
Submitted: September 15, 2010
Base.Bid
Amount: S 99 51 1-,z16 ' 50
a
fe
rc
rtt.,ter'• t- . � o.Y,,
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City oICarmel
instructions To Bidders:
This form .e/rail he utilized hr all Bidders. L:ccepl as otherwise specifically provided all Parts
shall hefilly and accurately filled in and completed and notarized.
Project: 106`x' Street and Haverstick Road Drainage Improvements
and Culvert Replacement Project #10-06
Installation of a storm sewer system and ditch grading on the west side of
Proposal For Construction of: 1-laverstick Road north of Lexington Lane,and existing culvert
replacements on Haverstick Road south of Lexington Lane,on 106th
Street east of 106th Place, on 106th Place north of 106th Street, on
Stratlbrd Place north of 106th Street, and on Lakeshore Drive East north
of Lakeview Drive.
Date: September 15, 2010
To: City of Cannel, Indiana, Board of Public Works and Safety
•
BID-I
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: The Hunt Paving Company, Inc.
I .2 Bidder Address: Street Address: 2450 S. Tibbs Avenue
City: Indpls State: IN Zip: 46241
Phone: 317-241-8313 Fax: 317-487-5779
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 nntst 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 42, dated Janua y 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
RID-2
PART 2
1311) 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 fl c
cnr♦y cve. 41.45,44.„,/ob L oat 4; cLtLJh ad 4;R4/ ct Dollars ($ 9 - 51
L1(c, `5 C7). 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 arc 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.
131 D-3
Base Bid Itemized Proposal
(10-06) 106th Street- Haverstick Road Drainage Improvements& Culvert Replacements
Item # Item Quantity Unit Unit Cost Total Cost
1 Mobilization/Demobilization I LS $29,000.00 $29,000.00
2 Maintenance of Traffic 1 LS $8,800.00 $8,800.00
3 Clearing Right of Way I LS $1 1,900.00 $11,900.00
Sanitary Lateral, Replace
4 (Undistributed) 30 LET $49.00 $1,470.00
5 Guardrail, Remove and Replace I LS $3,000.00 $3,000.00
6 Linear Ditch Grading 1,248 LFT $18.00 $22,464.00
7 _Manhole,Type C I EA $1,900.00 $1,900.00
8 Manhole,Type J 4 EA $2,600.00 $10,400.00
9 Manhole,Type K 2 EA $3,300.00 $6,600.00
10 Manhole,Type M 1 EA $12,500.00 $12,500.00
11 12" RCP 95 LFT $36.00 $3,420.00
12 15" RCP 8 LFT $140.00 $1,120.00
13 18" RCP 5 LFT $195.00 $975.00
14 18" HDPE 26 LFT $81.00 $2,106.00
15 30" RCP 390 LFT $57.00 $22,230.00
16 43"x 68" Elliptical RCP 95 LET $328.00 $31,160.00
17 29"x 45" Elliptical RCP 220 LET $110.00 $24,200.00
18 Reinforced Concrete Box-4'X 14' 100 LET $942.00 $94,200.00
19 Reinforced Concrete Box-4' X 13' 121 LET $902.00 $109,142.00
20 Reinforced Concrete Box-4' X 11' 71 LFT $815.00 $57,865.00
21 Reinforced Concrete Box-4'X 10' 55 LFT $766.00 $42,130.00
22 Reinforced Concrete Box-4'X 8' 104 LFT $560.00 $58,240.00
23 Mechanically Core Structure 2 EA $330.00 $660.00
24 Reinforced Concrete Headwall I LS %/O ova CO $150,000.00
25 Handrail 284 LET $140.00 $39,760.00
26 Flowahle Fill 781 CYS $94.00 $73,414.00
27 Rip Rap, Class 2 485 TON $50.00 $24,250.00
28 Geotextiles 314 SYS $4.00 $1,256.00
29 HMA Surface,9.5 mm 41 TON $245.00 $10,045.00
30 HMA Intermediate, 19.0 mm 3.5 TON $570.00 $1,995.00
31 PCCP, 12 IN. 466 SYS $50.00 $23,300.00
32 PCCP for Driveways,6 IN. 43 SYS $46.00 $1,978.00
33 Compacted Agg.No. 53, Base 20 TON $69.00 $1,380.00
34 Concrete, Roll Curb 188 LET $26.00 $4,888.00
35 Concrete Sidewalk,4 IN. 43 SYS $42.00 $1,806.00
36 Nursery Sodding 3,600 SYS $3.30 $11,880.00
37 Erosion Control Measures I LS $2,600.00 $2,600.00_
38 Temporary Mulching 2,825 SYS $0.48 $1,356.00
39 Topsoil (Undistributed) 570 CYS $15.25 $8,692.50
40 Temporary Pumparound 1 LS $20,500.00 $20,500.00
41 Road Closure Sign Assembly 10 EA $255.00 $2,550.00
42 Detour Route Marker Assembly 16 EA $162.00 $2,592.00
43 Construction Sign,A 5 EA $185.00 $925.00_
44 Barricade, III-B 246 LEI $19.50 $4,797.00
Total Base Bid N9k5 �LI�. 5L
Itemized Proposal ,
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to he 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
no. 1 9-2-2010
no. 2 9-10-2010
no. 3 9-13-2010
BID-6
•
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall/idly 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 limn the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
none
BID-7
BID PROPOSAL SUMMARY PAGE
I
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
Company:
Calumet Civil Contractors, Inc.,
Project Name: 106th St. and Haverstick Rd. Drainage improvements
' Date Submitted: September 15, 2010
Base Bid
Amount: $980, 120.00
1
I
1
1
1
1
1 ,
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except OS otherwise specifically provided. all Parts
shall be/idly and accurately filled in and completed and notarized.
Project: 106t12 Street and Ilaverstick Road Drainage Improvements-
and Culvert Replacement Project #10-06
Installation of a storm sewer system and ditch grading on the west side of
Proposal For Construction of: Haverstick Road north of Lexington Lane, and existing culvert
replacements on I Iaverstick Road south of Lexington Lane,on 106111
Street cast of 106th Place, on 106th Place north of 106th Street, on
' Stratford Place north of 106th Street, and on Lakeshore Drive East north
of Lakeview Drive.
Date: September 15, 2010
To: City of Carmel, Indiana, Hoard of Public Works and Safety
I
1
I
1
1
1
BID-I
1 ,
PAIR I
' BIDDER INFORMATION
(Print)
1 .1 Bidder Name: Calumet Civil Contractors, Inc.
1.2 Bidder Address: Street Address: 4898 Fieldstone Drive
City: Whitestown State: TN 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 he 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 al-the Stale 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, 19581
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2
1 .
ti
1 PART 2
1311) 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
1 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 Nine Hundred Eighty Thousand
1 One Hundred Twenty and 00/100 Dollars ($ 980,120.00 ). 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
1
softly for the purpose of Bid evaluation and Contract award, and we 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
1 ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
1
i
1
1
1
1
1
1
i
i
1 HID
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE: 09/15/10
CONTRACT ID: PROJECT (S) : 106th & Haverstick Drainage
CONTRACTOR: CALUMET CIVIL CONTRACTORS, INC.
+ +
ILINEI ITEM I APPROX. 1 UNIT PRICE BID AMOUNT I
I NO I DESCRIPTION I QUANTITY ) I
I 1 I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+ +
I I 1 I I I I I
I 11Mobilization / Demobil.i. I 1 . 000 I 50, 000 . 00 50, 000 . 00 I
I Ization ILS I I I
+ +
I I I I I I I I
I 2IMaintenance of Traffic 1 1 . 000 I 15, 000 . 00 I 15, 000. 00 I
1 1 ILS I I I I
+ +
I I I I I I 1
I 31Clearing Right of Way 1 1 . 000 I 45, 000 . 00 I 45, 000 . 00 I
I I ILS I I I I I
+ +
I I I I I I I
I 41Sanitary Lateral, Repla I 30 . 000 I 120 . 00 I 3, 600 . 00 I
I Ice (Undistributed ILFT I I I I I
+ +
I I I I I I I I
I 51Guardrail, Remove and R I 1 . 000 I 900 . 56 I 900 . 36 I
I leplace ILS I I I I
+ +
I I I I I I I
61Linear Ditch Grading I 1, 248 . 000 I 8 . 00 I 9, 984 . 00 1
I I ILFT I I I
+ +
I I I I I I I I
I 71Manhole, Type C I 1 . 000 I 2, 200. 00 I 2, 200 . 00 I
1 I IRA I I I I (
I I de I I I
81Manhole, Type J I �, (10)0 1 3, 300 . 00 I 9, 900 . 00 I
I I 1EAV X I 1
1 I I I I 1
I 91Manhole, Type K I 2 . 000 I 3, 700 . 00 I 7, 400 . 00 I
I I lEA I I I 1
+
I I I I I I I
I 101Manhole, Type M I 1 . 000 9, 000 . 00 I 9, 000 . 00 I
I I lEA I I I I I
+ +
I I I I I I I
I 11112" RCP I 95. 000 45 . 00 I 4 , 275. 00 I
I I ILFT I I I I I
+ +
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 2
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE: 09/15/10
CONTRACT ID: PROJECT (S) : 106th & Haverstick Drainage
CONTRACTOR: CALUMET CIVIL CONTRACTORS, INC.
+ +
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1
NO I DESCRIPTION 1 QUANTITY } 1
1 1 AND UNITS 1 DOLLARS I CTS I DOLLARS ICTS I
+ +
I 1 I I I I I I
I 12115" RCP I 8 . 000 I 60. 00 I 480 . 00 I
I ILFT I I I 1
+
1 1 I I I 1 I
13118" RCP I 5 . 000 I 80. 00 1 400 . 00 I
I ILFT 1 I 1 I
. +
I 1 1 I I I I
14118" HDPE I 26. 000 I 30 . 00 1 780 . 00 I
ILFT I I I 1 I
I cp@ 1
30" RCP 14A 387 . 000 65 . 00 I 25, 155 . 00 I
I ILFT I I
1 1 I
16143" x 68" Elliptical RC I 95. 000 I 250 . 00 1 23, 750 . 00 1
IP ILFT 1 1 1 I
+ +
I 1 I I I I I
17129" x 45" Elliptical RC I 220 . 000 I 180. 00 I 39, 600 . 00 I
IP ILFT I I I 1
+
I I I I I I
I 181Reinforced Concrete Box I 100 . 000 900. 00 I 90, 000 . 00 I
1 - 4 ' x 1 4 ' ILFT I I I I I
+
I I I I I I I
191Reinforced Concrete Box 1 121 . 000 I 850 . 00 I 102, 850 . 00 I
I - 4 ' x 13 ' ILFT I I I I I
+ +
I I I I I I
1 2olReinforced Concrete Box I 71 . 000 1 700 . 00 I 49, 700 . 00 I
1 - 4 ' x 1 1 ' ILFT I I I I I
+
I I I I I I
21IReinforced Concrete Box I 55. 000 1 600 . 00 1 33, 000 . 00 I
I - 4 ' x 10 ' LET 1 I I I I
+ +
I 1 I I I I I I
I 221Reinforced Concrete Box I 104 . 000 I 450. 00 1 46, 800 . 00 I
I - 4 ' x 8 ' ILFT I 1 1 I
+
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 3
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE: 09/15/10
CONTRACT ID: PROJECT (S) : 106th & Haverstick Drainage
CONTRACTOR: CALUMET CIVIL CONTRACTORS, INC.
+ f
ILINEI ITEM I APPROX. I UNIT PRICE BID AMOUNT I
' NO I DESCRIPTION I QUANTITY ) I I
I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+
I I I I I
231Mechanically Core Struc I 2 . 000 750 . 00 I 1, 500 . 00 I
Iture lEA I I I I I
I I I I I I I
I 24 ' Reinforced Concrete Hea I 1 . 000 150, 000 . 00 I 150, 000 . 00 I
!dwell ILS I I I I I
1 1 I I I I
251Handrail I 284 . 000 I 110 . 00 I 31, 240 . 00 I
I ILFT I I I
I I I I I I I I
261Flowable Fill I 781 . 000 I 85. 00 I 66, 385 . 00 I
ICYS I I I I
I I I I I I I I
I 271Rip Rap. Class 2 I 485. 000 I 40 . 00 I 19, 400 . 00 I
ITON I I 1 I
I I I I I I I I
281Geotextiles I 314 . 000 I 3 . 00 I 942 . 00 I
ISYS I I I I
+ .�.
I I I I I I I I
I 29IHMA Surface. 9 . 5 mm I 41 . 000 I 200 . 00 I 8, 200 . 00 I
I I ! TON I I I
I I I I I I I
301HMA Intermediate, 19 . 0 I 3 . 500 I 400 . 00 I 1, 400 . 00
Imm ! TON I I I I I
1 I I I I I
31IPCCP. 12 IN . I 466. 000 I 65. 00 I 30, 290 . 00 I
ISYS I I I I I
I I I I I 1 I I
32IPCCP for Drivewways . 6 I 43 . 000 I 40. 00 I 1, 720 . 00 I
IIN . ISYS I I I I
I I 1 I I I I I
I 331Compacted Agy . No. 53, I 20 . 000 I 70 . 00 I 1, 400 . 00 I
' Base ' TON I I I I
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 4
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE: 09/15/10
CONTRACT ID: PROJECT (S) : 106th & Haverstick Drainage
CONTRACTOR: CALUMET CI'J:I:L CONTRACTORS, INC.
+ +
ILINEI ITEM I APPROX. 1 UNIT PRICE BID AMOUNT I
I NO I DESCRIPTION I QUANTITY } I I
I 1 I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I
+ +
I I 1 I I I
I 341Concrete . Roll Curb I 188 . 000 50 . 00 I 9, 400 . 00 I
I I ILFT I I I I 1
+ +
1 I 1 I I I I
I 351Concrete Sidewalk, 4 IN I 43 . 000 100 . 00 I 4, 300 . 00 I
I I . ISYS I I I I 1
+ +
I I I I I I I I
I 361Nursery Sodding I 3, 600 . 000 I 6. 77 I 24, 372 . 00 I
I I ISYS I I I I I
+ +
I I I I I I I
I 371Erosion Control Measure I 1 . 000 I 2, 100 . 00 I 2, 100 . 00 I
I Is ILS I I I I
+ 4 +
I I I 1:41 I I
I 381Temporary Mulching 110 2 . 825 0 . 51 I 1 . 44 I
I I ISYS I I I I I
+ +
I I I I I I I I
I 39ITopsoil (Undistributed) I 570 . 000 45 . 00 I 25, 650 . 00 I
I I ICYS I I I I I
+ +
I I I I I I
I 401Temporary Pumparound I 1 . 000 20, 000 . 00 I 20, 000 . 00 I
I I ILS I I I I I
+ +
I I I I I I I
I 411Road Closure Sign Assem I 10 . 000 450 . 00 I 4 , 500. 00 I
I Ibly lEA I I I I
+ +
I I I I I I I
I 421Detour Route Marker Ass I 16. 000 125. 00 I 2, 000 . 00 I
I Iembly lEA I I I I
+ +
I I I I I I
I 431Construction Sign, A I 5. 000 125. 00 I 625 . 00 I
I I lEA I I I I I
+ +
I I I I I I I
I 441Barricade, III-B I 246 . 000 I 20 . 00 I 4 , 920. 00 I
I I ILFT I I I
+ +
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 5
SCHEDULE OF PAY ITEMS REVISED:
LETTING DATE: 09/15/10
CONTRACT ID: PROJECT (S) : 106th & Haverstick Drainage
CONTRACTOR: CALUMET CIVIL CONTRACTORS, INC.
ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I
I NO I DESCRIPTION I QUANTITY } I
I 1 AND UNITS I DOLLARS I CTS I DOLLARS ICTS
I 1
I I I I
TOTAL I 980, 120 . 00 I
I I I I
4-
I .
I PART 3
CONTRACT ITEMS AND UNIT PRICES
I [This Parr ro he used only Jor Wielding on
Urit Price Contracts far the Contract hems shown]
IBase Bid Itemized Proposal
(I0-06) 106th Street - Haverstiek Road Drainage Improvements & Culvert Replacements
I Item
# Item Quantity Unit Unit Cost Total Cost
I Mobilization / Demobilization I LS s
2 Maintenance of Traffic I LS E
1 LS
I 3 Clearing Right of Way
Sanitary Lateral, Replace E
4 (Undistributed) 30 LET
I 5 Guardrail, Remove and Replace I LS C
6 Linear Ditch Grading 1,248 LIT 0
7 Manhole, Type C 1 EA rt
I8 Manhole, Type J 3 EA P
9 Manhole, Type K 2 EA
t7
I 10 Manhole, Type M 1 EA
11 12" RCP 95 I,PT t
12 15" RCP 8 LFT E
' _ 13 18" RCP 5 LET R
14 18" I-IDPE 26 LFT
I 15 30" RCP 387 LEE
16 43" x 68" Elliptical RCP 95 LET P
17 29" x 45" Elliptical RCP 220 LET R
I18 Reinforced Concrete Box - 4' X 14' 100 LET I
19 Reinforced Concrete Box - 4' X 13' 121 LFT N
I 20 Reinforced Concrete Box - 4' X II' 71 LET T
21 Reinforced Concrete Box - 4' X 10' 55
LET 0
22 Reinforced Concrete Box - 4' X 8' _ 104 LET U
I23 Mechanically Core Structure 2 I EA T
24 Reinforced Concrete Headwall I LS
I 25 Handrail 284 LET .
26 Plowable Fill 781 CYS
27 Rip Rap, Class 2 485 TON
28 Gcotextiles 314 SYS
29 1-IMA Surface. 9.5 mm 41 TON
I
I BID-4
I 30 I-IMA Intermediate, 19.0 mm 3.5 �I ON s
31 PCCP, 12 IN. 466 SYS
1 32 PCCP for Driveways; 6 IN. 43 SYS �_
33 Compacted Agg. No. 53, Base 20 TON
34 Concrete, Roll Curb 188 LET
I35 Concrete Sidewalk, 4 IN. 43 SYS C
36 Nursery Sodding 3,600 SYS o
I 37 Erosion Control Measures 1 LS M
38 Temporary Mulching
2,825 I SYS p
39 Topsoil (Undistributed) 570 CYS
I 40 'Temporary Pumparound I T,S
41 Road Closure Sign Assembly 10 EA
I 42 Detour Route Marker Assembly 16 EA U
43 Construction Sign, A 5 EA R
44 Barricade. Ill-B 246 LIT
ITotal Base Bid P
Itemized Proposal R
I T.
N
1 T
0
U
T
I
I
I
I
I
I
I
I BID-5
,
' 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:
y
' ADDENDUM NUMBER DATE
One September 2, 2010
1
1
I
' HID-6
' PART 5
EXCEPTIONS
' Instructions To Bidders:
3. 1 The Bidder shop filly 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 None
I
1
r
I
I
I
I
' BID-'
State I m i 52414(06.09)
li:scribed by State Board DI Accounts loan No.96(Revised 2009)
CONTRACTORS BID FOR PUBLIC WORKS - FORM 96
PART I
(To be completed for all bids Please type or print)
Date: September 15, 2010
I.Governmental Unit (Owner): City of Cannel
2.County: Hamilton County
3. Bidder(Finn): Calumet Civil Contractors. Inc.
Address: 4898 Fieldstone Drive
City/Slate: Whitestown, IN 46075
4. Telephone Number: (317) 769-1900
5. Agent of Bidder(if applicable): Kevin S. Green
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to
complete the public works project of City of Carmel
(Governmental Unit) in accordance with plans and specifications prepared by Crossroad Engineers and dated
September, 2010 for the sum of
Nine Hundred Eighty Thousand One Hundred Twenty and 00/100 Dollars.
S 980, 120.00
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 :u the applicable page.
If additional units of material included in the contract arc needed, the cost of units must be the saute
as that shown in the original contract if accepted by the government unit. If the bid is to he 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 he 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. Broach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
I. the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States. (IC. 5-16-8-2). I hereby certify that l 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 H
(For projects of$100,000 or more —IC 36-1-12-4)
Governmental Unit: City of Carmel
Bidder(Firm): Calumet Civil Contractors, Inc.
Date: September 15. 2010
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 (I)year prior to the(late of the current bid?
Contract Amount Class of Work Completion Date Name and Address of Owner
497.020 Asphalt Paving 2009 1NDOT
748,159 Asphalt Paving 2009 INDOT
764.090 Asphalt Paving 2009 INDOT
303.854 Asphalt Paving 3009 IN DOT
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
2,192.866 Asphalt Paving 21110 INDOT
1.063,608 Asphalt Paving 2010 Indianapolis
546,103 Asphalt Paving 2010 Indianapolis
1,227,677 Asphalt Paving 2010 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
V erkler. Inc.
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
I. 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 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.
Unable to provide a listing at this time.
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 he listed by the governmental unit.
As needed to properly perform the work
S.Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing you proposal?
If not, 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 hid submitted without said financial statement as required
by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract
must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for
completing the project if awarded.
1
BID PROPOSAL SUMMARY PAGE
i
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
1 Company: H Cone-rt ors, -The'
/i no 13-5 ru f and Harr ers-it t Roact'bret
Project Name: ren-proyentot RepAcement Pro%ecJ /4'067
1 Date Submitted: 5ci fie-hti, f 5, o I n
Base Bid rr ,, co
1 Amount: qq si� 000.
1
1
1
1
1
1
1
1
1
1
1
131DDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
bus/ructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be firth+and accurately/filled in and completed and notarized.
Project: lO6th Street and Hat'erstick Road Drainage Improvements
and Culvert Replacement Project#10-06
Installation of a storm sewer system and ditch grading on the west side of
Proposal For Construction of: Naverstick Road north of Lexington Lane,and existing culvert
replacements on I-Iaverstick Road south of Lexington Lane, on 106th
Street east of I 06th Place, on 106th ('lace north of 106th Street,on
Stratford Place north of 106th Street, and on Lakeshore Drive East north
of Lakeview Drive.
Date: �Sc l-cn'6tJr IS, Rol o
To: City of Carmel, Indiana, Board of Public Works and Safety
1
1
1
1
' RID-I
1
PART I
BIDDER INFORMATION
(Print)
1 /
I.I Bidder Name: H l5 Corns•+rL,cJorsr =nc
1.2 Bidder Address: Street Address: 5750 E• IpS ,5{rzul; .5u.ikc (j
' City: Ltd lculafolZs State: rd. Zip: //b °
Phone: 317-a&4-/195 Fax: 317-a8%- 1/85
1.3 Bidder is alan [nark one]
Individual Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following ourst he 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 ON of Carmel,
' Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required hY 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:
1
1
1
BID-2
' PART 2
131D 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 Winehnu.nacp%re�ri/ ninedv
' }horeso.v c1 cIcdars = I lu C.er.ts Dollars ($ `I_/O,cm 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.
1
1
1
1
1
' 13I D-3
Base Bid Itemized Proposal
(10-06) 106th Street- Haverstiek Road Drainage Improvements& Culvert Replacements
Item it Item Quantity Unit Unit Cost Total Cost
1 Mobilization/Demobilization I LS $49,900.00 $49,900.00
2 Maintenance of Traffic I LS $7.500.00 $7,500.00
3 Clearing Right of Way I LS $9,980.00 $9,980.00
Sanitary Lateral, Replace
4 (Undistributed) 30 LFT $100.00 $3.000.00
5 Guardrail, Remove and Replace I LS $950.00 $950.00
6 Linear Ditch Grading 1,248 LET $16.00 $19,968.00
7 Manhole, Type C I EA $2,300.00 $2,300.00
8 Manhole, Type J 4 EA $3,100.00 $12,400.00
9 Manhole, Type K 2 EA $3,600.00 $7,200.00
10 Manhole, Type M 1 EA $6,000.00 $6,000.00
11 12" RCP 95 LET $43.00 $4.085.00
12 15" RCP 8 LFT $45.00 $360.00
13 18" RCI' 5 LFT $54.00 $270.00
14 18" HDPE 26 LFT $46.00 $1,196.00
15 30" RCP 390 LFT $62.00 $24,180.00
16 43" x 68" Elliptical RCP 95 LET $400.00 $38,000.00
17 29" x 45" Elliptical RCP 220 LET $120.00 $26,400.00
1 8 Reinforced Concrete Box -4'X 1 4' 100 LET $1,1 0 0.0 0 $110,000.00
19 Reinforced Concrete Box -4'X 13' 121 LET $870.00 $105,270.00
20 Reinforced Concrete Box -4'X I I' 71 LET $780.00 $55,380.00
21 Reinforced Concrete Box -4' X 10' 55 LET $730.00 $40,150.00
22 Reinforced Concrete Box-4' X 8' 104 LFT $630.00 $65,520.00
23 Mechanically Core Structure 2 EA $475.00 $950.00
24 Reinforced Concrete Headwall 1 LS c/23,9f 5:' $123,989.50
25 Handrail 284 LET $140.00 $39.760.00
26 Flowable Fill 781 CYS $80.00 $62,480.00
27 Rip Rap, Class 2 485 . TON $43.00 $20,855.00
28 Geotextiles 314 SYS $3.50 $1,099.00
29 LIMA Surface, 9.5 mm 41 TON $185.00 $7,585.00
30 1-IMA Intermediate. 19.0 mm 3.5 TON $340.00 $1,190.00
31 PCCP, 12IN, 466 SYS $45.00 $20,970.00
32 PCCP for Driveways, 6 IN. 43 SYS $55.00 $2,365.00
33 Compacted Ma. No. 53. Base 20 TON $40.00 $800.00
34 Concrete, Roll Curb 188 LET $45.00 $8,460.00
35 Concrete Sidewalk.4 IN. 43 SYS $110.00 $4.730.00
36 Nursery Sodding 3,600 SYS $4.50 $16,200.00
37 Erosion Control Measures I LS $3,800.00 $3.800.00
38 Temporary Mulching 2.825 SYS $0.50 $1,412.50
39 Topsoil (Undistributed) 570 CYS $27.00 $15,390.00
40 Temporary Pumparound I LS $65,000.00 $65,000.00
41 Road Closure Sign Assembly 10 EA $255.00 $2.550.00
42 Detour Route Marker Assembly 16 EA $160.00 $2,560.00
43 Construction Sian, A 5 EA $185.00 $925.00
44 Barricade, III-B 246 LET $20.00 $4.920.00
Total Base Bid tggg A od
Itemized Proposal
1
' PART 4
CONTRACT DOCU,ME,NTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions or all Contract Documents as
defined in the Standard General Conditions and incorporates such Conu.act Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
' ADDENDUM NUMBER DATE
q - a-10
a
9- 10 -10
1
I
I
1
1
L-(11 E1 I
I
I
I
I
I
1
I
I
I
I
I
:suo11do.axi c '
'3a1.ru0dsa.1-11011 .rn 123103/3•1 'utay pig smut
iptsa.1 dnut sitouutaop 13o.Uu0D ay/jh 5111.131 21/1 tu0.rf(93110Llnd .10 u0pn3 fi/nnh p0t.1(9u?ut
n aq of N.7iVijI() 'fy patudap pun .lap/f,' :fy (Idyll) u0ld3zr2 nun )0111 pduutpma st .12pp!Fl ['C
'Mod sltll/i) F'c 11o(133s ter sluatt000p I
lan.quo,5 .121/10 .10 su0ilna)JpacIS 3tfl 01 liar) III l/dddx2 1/232 31/218 cfipt/Ilnefs .12/2/2/1 aN.L I'C
:s.tdppil od s110i1.1tt.USU/
SN I)I.Ld]DXM
S L21 Vd
1
•
. eLL.
•
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
Company:
P kk Consi-< <- C on , lilt .
Project Name 1Olo+" 51 . o.Ao) NwoarS}; ak Rol. bro•.na5a "improean7tnl•3
and Cc. ldar - Replaca/nan .l- Projccl fl /O-0!o
Date Submitted: sepj-e_m 6¢r 15 , ZDIO
Base Bid
Amount: i l , Diy 517 'CC
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 beAlly and accurately filled in and completed and notarized.
Project: 106"Street and Haverstick Road Drainage Improvements
and Culvert Replacement Project #10-06
Installation of a storm sewer system and ditch grading on the west side of
Proposal For Construction of: Haverstick Road north of Lexington Lane, and existing culvert
replacements on Haverstick Road south of Lexington Lane, on 106th
Street cast of 106th Place, on 106th Place north of 106th Street,on
Stratford Place north of 106th Street, and on Lakeshore Drive East north
of Lakeview Drive.
Date: 5ttoLitLQr IS 2OIO
To: City of Carmel, Indiana, Board of Public Works and Safety
RID-I
PART 1
BIDDER INFORMATION
<Print)
1.1 Bidder Name: f & K Construction, Inc.
1.2 Bidder Address: Street Address: 2055 W 150 S
City: Flora State: IN Zip: 46929
Phone: (574)967-4543 Fax: (574)967-3934 _
1.3 Bidder is clan [mark one]
Individual Partnership 1_ Indiana Corporation
___Foreign (Out of State) Corporation; State: _
Joint Venture Other
1.4 [The following must he 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 oflndiana 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: F & K Construction, Inc.
z Address: 2055 W. 150 S., Flora, IN 46929
.3 Date registered with State of Indiana: 11/22/77
.4 Indiana Registered Agent:
Name: N/A
Address:
f I
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 perfo`'m 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 Fourteen Thousand Five Hundred Seventeeen and 00/100 Dollars ($ 1 ,01 4,517.00 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 tb be copstnted
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! OWN1FrR and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
Base Bid Itemized Proposal
(10-06) 106th Street- Haverstick Road Drainage Improvements & Culvert Replacements
Item # Item Quantity Unit Unit Cost Total Cost
1 Mobilization I Demobilization 1 LS 574,600.00 $74,600.00
2 Maintenance of Traffic 1 LS $14,000.00 $14,000.00
3 Clearing Right of Way 1 LS $9,000.00 $9,000.00
Sanitary Lateral, Replace
4 (Undistributed) 30 LFT $160.00 $4,800.00
5 Guardrail, Remove and Replace I LS 53.300.00 $3,300.00
6 Linear Ditch Grading 1,248 LET S3950 $49,296.00
7 Manhole, Type C I EA $2,600.00 $2,600.00
8 Manhole, Type J 4 EA $3,400.00 $13,600.00
9 Manhole, Type K 2 EA $3,800.00 $7,600.00
10 Manhole, Type M 1 EA $6,600.00 $6,600.00
11 12" RCP 95 LET $46.00 $4,370.00
12 15" RCP 8 LET $250.00 $2,000.00
13 18" RCP 5 LFT $300.00 $1,500.00
14 18" LIDPE 26 LET $100.00 $2,600.00
15 30" RCP 390 LET $66.00 $25,740.00
16 43" x 68" Elliptical RCP 95 LET $225.00 $21,375.00
17 29" x 45" Elliptical RCP 220 LET $137.00 $30,140.00
18 Reinforced Concrete Box -4'X 14' 100 LET $1,050.00 $105,000.00
19 Reinforced Concrete Box - 4'X 13' 121 LET $935.00 $113,135.00
20 Reinforced Concrete Box -4'X 11' 71 LET $790.00 $56,090.00
21 Reinforced Concrete Box -4' X 10' 55 L,F'I' $615.00 $33,825.00
22 Reinforced Concrete Box -4' X 8' 104 LET $525.00 $54,600.00
23 Mechanically Core Structure 2 EA $1,300.00 $2,600.00
24 Reinforced Concrete Headwall I LS $130,000.00 $130,000.00
25 Handrail 284 LET $160.00 $45,440.00
26 Plowable Fill 781 CYS $59.00 $46,079.00
27 Rip Rap, Class 2 485 TON $43.00 $20,855.00
28 Geotextiles 314 SYS $1.00 $314.00
29 HMA Surface, 9.5 mm 41 TON $380.00 $15,580.00
30 HMA Intermediate, 19.0 mm 3.5 TON $200.00 $700.00
31 PCCP, 12 IN. 466 SYS $65.00 $30,290.00
32 PCCP for Driveways, 6 IN. 43 SYS $58.00 $2,494.00
33 Compacted Agg. No. 53, Base 20 TON $55.00 $1,100.00
34 Concrete, Roll Curb 188 LET $44.00 $8,272.00
35 Concrete Sidewalk, 4 IN. 43 SYS $55.00 $2,365.00
36 Nursery Sodding 3,600 SYS $4.75 $17,100.00
37 Erosion Control Measures 1 LS $4,5500.00 $4,500.00
38 Temporary Mulching 2,825 SYS $3.00 $8,475.00
39 Topsoil (Undistributed) 570 CYS $18.00 $10,260.00
40 Temporary Pumparound I LS $20,000.00 $20,000.00
41 Road Closure Sign Assembly 10 EA $290.00 $2,900.00
42 Detour Route Marker Assembly 16 EA SI 85.00 $2,960.00
43 Construction Sign, A 5 EA $210.00 $1,050.00
44 Barricade, Ill-B 246 LFT $22.00 $5,412.00_
Total Base Bid Itemized
Proposal $1,014,517.00
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 September 2, 2010
2 September 10, 2010
3 September 13, 2010
PARTS
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 ofthis 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 ofthe Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
Company: Harvey Construction Co. , Inc.
Project Name: 106th Street & Haverstick Road Drainage
Improvements & Culvert Replacement; No. 10-06
Date Submitted: September 1 5, 201 0
Base Bid
Amount: $ 1 , 038, 138 . 00
l
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This farm sludl be utilized by all Bidders. Except as otherwise specifically provided, all Parts
• shall be filly and accurately filled in and completed and notarized.
Project: 106 1fi Street and Itoverstick Road Drainage Improvements
and Culvert Replacement Project #l0-06
Installation of a storm sewer system and ditch grading on the west side of
Proposal For Construction of: Ftaverstick Road north of Lexington Lane, and existing culvert
replacements on 1-Iaverstick Road south of Lexington Lane, on 106th
Street east of 106th Place, on 106th Place north of 106th Street,on
Stratford Place north of 106th Street, and on Lakeshore Drive East north
of Lakeview Drive.
Date: September 15, 2010
'l'o: City of Carmel, Indiana, Board of Public Works and Safety
RID-I
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Harvey Construction Co. , Inc .
1.2 Bidder Address: Street Address: 9125 E. 146th Street
City: Noblesville State: IN zip: 46060
Phone: 317-773-7302 Fax: 317-773-7565
1.3 Bidder is a/an [mark one]
Individual Partnership XXX Indiana Corporation
Foreign (Out or State) Corporation; State:
Joint Venture Other
1.4 [the following must be answered if the Bidder or any of its partners or john venture
parties is a foreign corporation. Note: 7b do business in or with the City of Carmel,
Indiana, /oreign 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 112, dated January 23, 19581
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
HID-2
PART 2
811) 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 Thirty-eight
Thousand One Hundred Thirty- p%l�rs ($ 1 , 038, 1 38. 00 ). The
Bidder acknowledges that evaluat oY n of tRe Idwest 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 he 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.
UI0-3
Base Bid Itemized Proposal
(10-06) 106th Street- Iiaverstick Road Drainage Improvements& Culvert Replacements
Item ti Item Quantity Unit Unit Cost Total Cost
1 Mobilization/Demobilization I LS $18,000.00 $18,000.00
2 Maintenance of Traffic I LS $15,000.00 S 15,000.00
3 Clearing Right of Way I LS $5,000.00 $5,000.00
Sanitary Lateral, Replace
4 (Undistributed) 30 LET $75.00 $2,250.00
5 Guardrail, Remove and Replace I LS $3,490.00 $3,490.00
6 Linear Ditch Grading 1.248 LET $15.00 $18,720.00
7 Manhole,Type C I LA $1,500.00 $1,500.00
8 Manhole, Type J 4 EA $2.300.00 $9,200.00
9 Manhole,Type K 2 EA $3,200.00 $6,400.00
10 Manhole,Type M I EA $8,000.00 $8,000.00
11 12" RCP 95 LET $30.00 $2,850.00
12 15" RCP 8 LET $35.00 $280.00
13 18" RCP 5 LET $45.00 $225.00
14 18" HDPE 26 LET $40.00 $1,040.00
15 30" RCP 390 LET $70.00 $27,300.00
16 43"x 68" Elliptical RCP 95 LET $390.00 $37,050.00
17 29" x 45" Elliptical RCP 220 LET $175.00 S38,500.00
18 Reinforced Concrete 13ox-4' X 14' 100 LFT $1,080.00 $108,000.00
19 Reinforced Concrete Box -4' X 13' 121 LET $950.00 $114,950.00
20 Reinforced Concrete Box-4' X I I' 71 LET $830.00 $58,930.00
21 Reinforced Concrete Box -4'X 10' 55 LET $700.00 $38,500.00
22 Reinforced Concrete Box -4'X 8' 104 LET $575.00 $59,800.00
23 Mechanically Core Structure 2 LA $1,500.00 $3,000.00
24 Reinforced Concrete Headwall I LS $1 75000 , 00 $175,000.00
25 Handrail 284 LFT $150.00 $42,600.00
26 Elowable Fill 781 CYS $75.00 $58,575.00
27 Rip Rap,Class 2 485 TON $50.00 $24,250.00
28 Geotextiles 314 SYS $5.00 $1,570.00
29 Ii MA Surface,9.5 mm 41 TON $228.00 $9,348.00
30 HMA Intermediate, 19.0mm 3.5 TON $450.00 $1,575.00
31 PCCI', 12 IN. 466 SYS $75.00 $34,950.00
32 PCCP for Driveways,6 IN. 43 SYS $70.00 $3,010.00
33 Compacted Agg. No. 53, Base 20 TON $40.00 $800.00
34 Concrete, Roll Curb 188 LET $25.00 $4,700.00
35 Concrete Sidewalk,4 IN. 43 SYS $60.00 $2,580.00
36 Nursery Sodding 3,600 SYS $6.00 $21,600.00
37 Erosion Control Measures I LS $15,000.00 $15,000.00
38 Temporary Mulching 2,825 SYS $3.00 $8,475.00
39 Topsoil (Undistributed) 570 CYS $25.00 514,250.00
40 Temporary Pumparound I LS $30,000.00 $30,000.00
41 Road Closure Sign Assembly 10 EA $275.00 $2,750.00
42 Detour Route Marker Assembly 16 BA $200.00 $3,200.00
43 Construction Sign,A 5 EA $200.00 $1,000.00
44 Barricade, III-B 246 LET $20.00 $4,920.00
Total Base Bid
$1 , 038, 138 . ( 0
Itemized Proposal
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.I 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 September 2 , 2010
Two September 10 , 2010
Three September 13, 2010
BID-6
PART
EXCEPTIONS
hisiructions To Bidders:
S. I The Bidder shall frilly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 (OM. Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
None
•
BID-7