HomeMy WebLinkAboutBid Information and Packets CARMEL STREET DEPARTMENT
20(17 PAVING TOTALS
TOTAL
BID TABULATION 1 , 869, 628. SO
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
CITY OF CARMEL
BID TABULATION SHEET
Project Name: 2007 PAVING PROGRAM
Bid Date: May 16, 2007
Substantial Completion Date: September 15, 2007
Final Completion Date: September 30, 2007
ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
1 AETor AE 150 TAC gal 10,000 x'30 ik t3ooC.CC)
2 12.5mm HMA Intermediate ton 15,875 161—j-00 ld(o, 125.00
3 #12 HMA Surface ton 16,275 SI°0O 830 025.E
4 Hand laid #12 surface ton 300 X1°00 Ca' o°oo
5 Bad spots cut/removed sq.yd. 500 �5°003 500-04
`00.a10 0 KA 35(4).50
6 Milling sq.yd. 179,285
:b 2-1 .00 317875-00
7 Snow Plowable Reflectors ea. 175
8 #53 Stone Berm ton 103 &<o4'0O1)5g2.00
9 TRUPAVE Fabric sq.yd. 14,965 3.00 Ora 895-00
10 Speed Humps ea. 5 4-750.00 \3"750.00
11 Dirt Berm/Hydroseeded Grass sq.yd. 828 7°SO 46 210°00
TOTALS . 1,86°,6928.90
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department
2007 PAVING PROGRAM
BIDDER SHALL RETURN THIS
ORIGINAL PROPOSAL AND ONE (1) COPY
OF 'I'HE EN'T'IRE PROPOSAL PACKAGE WITH BID
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
DOCUMENTS, PLEASE CONTACT
DAVID KLINGENSMITH AT 733-2001
BIDDER'S ITEMIZE]) PROPOSAL
AND DECLARATIONS
City oFCarmel
Instructions To Bidders:
This finvn shall he utilized by all Bidders. Except as otherwise specifically provided, all
Parts shall be filly and accurately,/illed in and completed and notarized.
Project: Street Department
2007 PAVING PROGRAM
Proposal For: 2007 PAVING PROGRAM
City of Carmel
Date: MAY 16, 2007
To: City of Cannel, Indiana, Board of Public Works and Safety
PART I
I3ID11)ER INFORJVIATION
(Please hype or Print)
1.1 Bidder Name: MILESTONE CONTRACTORS, LP.
1 2
Bidder Address: Street Address: 5950 SOUTH BELMQNLAVENUF
City: INDIANAPOLIS State: IN Zip: 46217
Phone H: 01- 788-6885 FOX 4: (311 788-1038
1.3 Bidder is a/an [mark one j:
LIMITED
Individual x Partnership Indiana Corporation;
Foreign (Out of State) Corporation; State:
Joint Venture Other:
1.4 [The following nntst be answered if the Bidder or any olds 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 1:2, 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
r/
One r Lean tr + Pivndc/
n .chrty nine -YhOUSGnc/ sry hundred
TWC'e) e! h+ 'ttc(/nCS ancLy"/f' /eiontc
Dollars ($/8V? 6,28. SO ). 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 he 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 rind incorporates such
Contract Documents herein by reference.
3? The Bidder acknowledges receipt of the following addenda:
ADDENDUM DATE
NUMBER
PARK 4
EXCEPTIONS
Insfrucliony 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.
4.7 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
CARMEL STREET DEPARTMENT
2007 PAVING TOTALS
TOTAL
BID TABULATION 1 ,949,962.75
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
CITY OF CARMEL
BID TABULATION SHEET
Project Name: 2007 PAVING PROGRAM
Bid Date: May 16, 2007
Substantial Completion Date: September 15, 2007
Final Completion Date: September 30, 2007
DESCRIPTION
EllOUANTITY
AMOUNT
Nii
AET or AE 150 TAC
gal 10,000
$1.70 $17,000.00
12.5mm HMA Intermediate
ton 15,875 $50.00
#12 HMA Surface $793,750.00
ton 16,275 $56.00
Hand laid #12 surface $911,400.00
ton 300
$49 00 $14,700,00
ill
Bad spots cut/removed
sq.yd. 500 $26.00
Milling $13,000.00
sq.yd- 179,285
$000 $134,463.75 0 Bso
Snow Plowable Reflectors
#53 Stone Berm $62.00 $10,850.00
ton 103
fl7RUPAVE Fabric $26.00 $2,678.00
sq yd. 14,965
10 Speed Humps $3.00 $44,895.00
Dirt Berm/Hydroseeded Grass s $700.00 $3,500.00
q.yd.
ali
TOTALS $4.50 $3,726.00
$1,949,962.75
4
/
..
: t., it:.;1'lk,,',d'i .4.;-•-,lie; :;WI ,,,' 9: ,. ; = 4/rinprtnrle 7 liAES'47:',„pirik, i, . ?fi:
PART I
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: Grady Brothers Inc.
1.2 Bidder Address: Street Address: PO Box 42151.9
City: Indpi.s . State: IN Zip: 46242-1519
Phone #: (317 244-3343 Fax #: (3)7 240-5958
1.3 Bidder is a/an[mark one]:
Individual Partnership x Indiana Corporation;
Foreign(Out of State) Corporation; State:
Joint Venture Other:
1.4 [The following must be answered if the Bidder or any of its partners or joint
venture panics is a foreign corporation. Note: To do business in or with the City of
Carmel, Indiana,foreign corporations must register with the Secretary of the State of
Indiana as required by the Indiana General Corporation Act as stated therein and
expressed in the Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
2 Address:
3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
PART 2
BID PROPOSAL
2.1 Project Bid.
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform
and fulfill all obligations incident thereto in strict accordance with and within the
time(s) provided by the terms and conditions of the Contract Documents for the
above described project, including any and all addenda thereto, for the total sum of
One Million Nine Hundred Forty—Nine Thousand Mine Hundred civty-tuo and 75/100
Dollars ($ l ,949,962.75 ). 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
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:
CARMEL STREET DEPARTMENT
2007 PAVING TOTALS
TOTAL
BID TABULATION $1,857,504.80
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
CITY OF CARMEL
BID TABULATION SHEET
Project Name: 2007 PAVING PROGRAM
Bid Date: May 16, 2007
Substantial Completion Date: September 15, 2007
Final Completion Date: September 30, 2007
ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
•
1 AET or AE 150 TAC gal 10,000 $ 1.45 $ 14,500.00
2 12.5mm HMA Intermediate ton 15,875 $ 46.70 $ 741,362.50
3 #12 HMA Surface ton 16,275 $ 51.00 $ 830,025.00
4 Hand laid #12 surface ton 300 $ 130.00 $ 39,000.00
5 Bad spots cut/removed sq.yd. 500 $ 83.00 $ 41,500.00
6 Milling sq.yd. 179,285 $ 0.68 $ 121,913.80
7 Snow Plowable Reflectors ea. 175 $ 56.00 $ 9,800.00
8 #53 Stone Berm ton 103 $ 36.75 $ 3,785.25
9 TRUPAVE Fabric sq.yd. 14,965 $ 2.85 $ 42,650.25
10 Speed Humps ea. 5 $1,600.00 $ 8,000.00
11 Dirt Berm/Hydroseeded Grass sq.yd. 828 $ 6.00 $ 4,968.00
TOTALS $1 ,857,504.80
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department
2007 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
DAVID KLINGENSMITH 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
2007 PAVING PROGRAM
Proposal For: 2007 PAVING PROGRAM
City of Carmel
Date: MAY 16, 2007
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#: (3)7-773-4132 Fax#: (3)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, 19581
.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 MIT.TION, EIGHT HUNDRED FIFTY-SEVEN THOUSAND, FIVE HUNDRED FOUR DOLLARS AND EIGHTY CENTS
Dollars ($1,857,504.80 ). 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
NONE
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
CARMEL STREET DEPARTMENT
2007 PAVING TOTALS
TOTAL
BID TABULATION $1,956,890.65
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
CITY OF CARMEL
BID TABULATION SHEET
Project Name: 2007 PAVING PROGRAM
Bid Date: May 16, 2007
Substantial Completion Date: September 15, 2007
Final Completion Date: September 30, 2007
ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
1 AET or AE 150 TAC gal 10,000 1.50 15,000.00
2 12.5mm HMA Intermediate ton 15,875 47.75 758,031.25
3 #12 HMA Surface ton 16,275 55.50 903,262.50
4 Hand laid #12 surface ton 300 70.00 21 ,000.00
5 Bad spots cut/removed sq.yd. 500 14.00 7,000.00
6 Milling sq.yd. 179,285 0.94 168,527.90
7 Snow Plowable Reflectors ea. 175 115.00 20,125.00
8 #53 Stone Berm ton 103 35.00 3,605.00
9 TRUPAVE Fabric sq.yd. 14,965 3.00 44,895.00
10 Speed Humps ea. 5 1,350.00 6,750.00
11 Dirt Berm/Hydroseeded Grass sq.yd. 828 10.50 8,694.00
TOTALS 1,956,890.65
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department
2007 PAVING PROGRAM
BIDDER SHALL RETURN THIS
ORIGINAL PROPOSAL AND ONE (I) COPY
OF THE ENTIRE PROPOSAL. PACKAGE WITH BID
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
DOCUMENTS, PLEASE CONTACT
DAVID KLINGENSMITH AT 733-2001
•
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
Instructions To Bidders:
This form shall he 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
2007 PAVING PROGRAM
Proposal For: 2007 PAVING PROGRAM
City of Carmel
Date: May 16, 2007
To: City of Carmel, Indiana, Board of Public Works and Safety
PART I
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: Rieth-Riley Construction Co. , Inc.
1.2 Bidder Address: Street Address: 1751 W. MInnesota St. , PO Box 276
City: Indianapolis State: IN Zip: 46206
Phone #: ( )317/634-5561 Fax #: ( ) 317/631-6423
1.3 Bidder is a/an [mark one]:
Individual Partnership X Indiana Corporation;
Foreign (Out of State) Corporation; State: •
Joint Venture Other:
1.4 [The following must be answered if the Bidder or any of its partners or joint
venture parties is a foreign corporation. Yule: To do business in or with the City of
Carmel, Indiana,foreign corporations rnarct 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 Nine Hundred
Fifty Six Thousand Eight Hundred Ninety and 65/100
Dollars ($ 1 ,956,890.65 ). 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
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.
\;
CARMEL STREET DEPARTMENT
2007 PAVING TOTALS
TOTAL
BID TABULATION $ 1 ,980,388. 15
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
Sr.
CITY OF CARMEL
BID TABULATION SHEET
Project Name: 2007 PAVING PROGRAM
Bid Date: May 16, 2007
Substantial Completion Date: September 15, 2007
Final Completion Date: September 30, 2007
ITEM# DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
1 AET or AE 150 TAC gal 10,000 $1.20 $12,000.00
2 12.5 mm HMA Intermediate ton 15,875 $45.00 $714,375.00
3 #12 HMA Surface ton 16,275 $50.00 $813,750.00
4 Hand laid #12 surface ton 300 $40.00 $12,000.00
5 Bad spots cut/removed sq. yd. 500 $55.00 $27,500.00
6 Milling sq. yd. 179,285 $1.80 $322,713.00
7 Snow Plowable Reflectors ea 175 $38.00 $6,650.00
8 #53 Stone Berm ton 103 $72.00 $7,416.00
9 TRUPAVE Fabric sq. yd. 14,965 $2.91 $43,548.15
10 Speed Humps ea 5 $2,100.00 $10,500.00
11 Dirt Berm/Hydroseeded Grass sq. yd. 828 $12.00 $9,936.00
TOTALS $1,980,388.15
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall he 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
2007 PAVING PROGRAM
Proposal For: 2007 PAVING PROGRAM
City of Carmel
Date: May 16, 2007
To: City of Carmel, Indiana, Board of Public Works and Safety
PART 1
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: Shellv_an 1 Sande Tn
1.2 Bidder Address: Street Address: P.O. Box 655
City: Mehl PSI,i 11P State: TM Zip: /6061
Phone #: ( )317-773-7. 5L Fax #: ( ) 317-773-0799
1.3 Bidder is a/an[mark one]:
Individual Partnership Indiana Corporation;
X Foreign (Out of State) Corporation; State: Ohio •
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 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 Sends, Tnr
2 Address: 3570 River Ron 1_, Zanesville. El 43702
.3 Date registered with State of Indiana: 12/13/1976
.4 Indiana Registered Agent: Shelly and Sands, Tne
Name: Matt Kelley-, Vice President
Address: p O. Bmr 655 Nnhl PcX,i 11P, TM Lh061
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, Nine Hundred & Eighty Thousand, Th ee Hund ed & Eiphty-Eight dollars
Dollars ($ 1,980,388.15 ). The 13idder acknowledges that evaluation of
15/100
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'ART 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.
43 Exceptions:
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 , 10
Action taken
State Form 52414(10-05)
Prescribed by State Board of Accounts Form No.96(Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK- FORM 96
PART I
(To be completed for all bids. Please type or print)
Date: May 16,2007
I. 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 Carmel Street Department 2007 Paving
(Governmental Unit) in accordance with plans and specifications prepared by City of Carmel
and dated May 16. 2007 for the sum of
One Million,Nine Hundred& Eighty Thousand,Three Hundred& Eighty-Eight dollars 15/100
$ 1,980,388.15
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. l.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 Members:
PART II
(For projects of$100,000 or more—IC 36-1-12-4)
Governmental Unit: City of Carmel
Bidder(Firm) Shelly & Sands, Inc.
Date: May 15,2007
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
I. What public works projects has your organization completed for the period of one(I)year prior to the date of
the current bid?
Completion
Contract Amount Class of Work Date Name and Address of Owner
$ 447,652.00 Asphalt Paving 2006 BAA
$1,269,479.00 Asphalt Paving 2006 INDOT
$ 273,987.00 Asphalt Paving 2006 City of Noblesville
$3,981,508.00 Asphalt Paving 2006 IN DOT
2. What public works projects are now in process of construction by your organization?
Expected
Contract Amount Class of Work Completed Name and Address of Owner
Date
$173,875.00 Asphalt Paving 2007 Indianapolis Executive Airport
$587,493.00 Asphalt Paving 2007 1161°& Shelboune Road
$305,977.00 Asphalt Paving 2007 Northfield Drive Extension
$376,153.00 Asphalt Paving 2007 Huntzinger Farms, Right of Way
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 Proper ties— 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. presons 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 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.
List will be provided if awarded contract
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.
All, if needed
5. 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
CARMEL STREET DEPARTMENT
2007 PAVING TOTALS
TOTAL
BID TABULATION
$1 , 731 ,000.00
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
CITY OF CARMEL
BID TABULATION SHEET
Project Name: 2007 PAVING PROGRAM
Bid Date: May 16, 2007
Substantial Completion Date: September 15, 2007
Final Completion Date: September 30, 2007
ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
1 AET or AE 150 TAC gal 10,000 3.00 30,000.00
2 12.5mm HMA Intermediate ton 15,875 44.50 706,437.50
3 #12 HMA Surface ton 16,275 47. 30 769,807.50
4 Hand laid #12 surface ton 300 44.50 13,350.00
5 Bad spots cut/removed sq.yd. 500 42.00 21 ,000.00
6 Milling sq.yd. 179,285 0.68 121,913.80
7 Snow Plowable Reflectors ea. 175 60.00 10,500.00
8 #53 Stone Berm ton 103 25.00 2,575.00
9 TRUPAVE Fabric sq.yd. 14,965 3.00 44,895.00
10 Speed Humps ea. 5 1 , 524.64 7,623.20
11 Dirt Berm/Hydroseeded Grass sq.yd. 828 3.50 2,898.00
TOTALS
$1.,731 ,000.00
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department
2007 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
DAVID KLINGENSMITH 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
2007 PAVING PROGRAM
Proposal For: 2007 PAVING PROGRAM
City of Carmel
Date: May 16, 2007
To: City of Carmel, Indiana, Board of Public Works and Safety
PART 1
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: Calumet Asphalt Paving Co. , Inc.
1.2 Bidder Address: Street Address: 5265 East 96th Street
City: Indi.anapoli:State: IN Zip: 46240
Phone #: ( ) (317)571-8900Fax#: ( )(317) 571-8924
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 Seven Hundred Thirty One Thousand and 00/100
Dollars ($ 1 ,731 ,000.00 ). 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
None
•
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
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department
2007 PAVING PROGRAM
BIDDER SHALL RETURN TENS
ORIGINAL PROPOSAL AND ONE (I) COPY
OF THE ENTIRE PROPOSAL PACKAGE WITH BID
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
DOCUMENTS, PLEASE CONTACT
DAVID KLINGENSMITH 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
2007 PAVING PROGRAM
Proposal For: 2007 PAVING PROGRAM
City of Carmel
Date: May 16, 2007
To: City of Carmel, Indiana, Board of Public Works and Safety
•
PART 1
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: Calumet .asphalt Paving Co. , Inc.
1.2 Bidder Address: Street Address: 5265 East 96th Street
City: Indi.anapolisState: IN Zip: 46240
Phone #: ( ) (317)571-8900Fax #: ( )(317) 571-8924
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
.1 Corporation Name:
2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
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
None
•
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 Boyce Forms Systems,Muncie,IN 1240 Form No.96(Revised 2000)
CONTRACTORS BID FOR PUBLIC WORKS
PART
(To be completed for all bids)
(Please type or print)
Date: May 16,2007
I. Governmental Unit(Owner): City of Cannel
2. County: Hamilton County
3. Bidder(Firm): Calumet Asphalt Paving Co., Inc.
Address: 5265 E.96 Street
City/State: Indianapolis, IN 46240
4. Telephone Number: (317) 571-8900
5. Agent of Bidder Of applicable): Kevin S. Green
Pursuant to notices given,the undersigned olTers to furnish labor and/or material necessary to
complete the public works project of City of Carmel in accordance with plans and specifications prepared by
Carmel Street Departmentand dated April, 2007for the sum of
One Million Seven Hundred Thirty One Thousand and 00/100 Dollars. $1 ,731 ,000.00
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 units shall be shown on a separate attachmenL
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.
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
combination 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 sale.
OATH AND AFFIRMATION
I affirm under the penalties of perjury that the foregoing facts and information are true and correct to
the best of my knowledge and belief.
Dated at Indianapolis, Indiana this 16th day of May,2007
Calumet Asphalt Paving Co., Inc.
(Na •of Organization)
Bv >/ /,,tip
7 Kevin S. Green. President
(Title of Person Signing)
ACKNOWLEDGEMENT
STATE OF Indiana )
)SS:
COUNTY OF Marion )
Kevin S. Green, being duly sworn,deposes and says that he is President
(Title)
of the above Calumet Asphalt Paving Co., Inc.and that the statements contained in the foregoing
Name of Organization
bid,certification and affidavit are true and correct.
Subscribed and sworn to before me this 16th day of May 7007
A
di _ ti. .4 . I
egan L. hnsonNotary ublic
My Commission Expires:09/29/13
County of Residence: Hamilton
ACCEPTANCE
The above bid is accepted this day of , subject to the following
conditions:
Contracting Authority Members:
PART 11
(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($100,00)or more. (IC 36-1-12-4)
Governmental Unit: City of Carmel
Bidder(Firm): Calumet Asphalt Paving Co., Inc.
Date: May 16,2007
These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages
for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
1. What public works projects has your organization completed for the period of one(I)year prior to the date of the current bid?
Contract Amount Class of Work When Completed Name and Address of Owner
497,020 Asphalt Paving 2002 INDOT
748,159 Asphalt Paving 2002 INDOT
764,090 Asphalt Paving 2002 INDOT
303,854 Asphalt Paving 2002 INDOT
2. What public works projects are now in process of construction by your organization?
Contract Amount Class of Work When to be Completed Name and Address of Owner
2,192,866 Asphalt Paving 2003 INDOT
1,063,608 Asphalt Paving 2003 Indianapolis
546.103 Asphalt Paving 2003 Indianapolis
1 777 677 Acnhalt Pavino 7nm Indianannlis
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.
K. N.Thompson
Brenwick Development
The Skillman Corporation
Duke Construction Management
Verkler, Inc.
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
I. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when your 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. If you intend to sublet any portion of the work,state the name and address of each subcontractor,equipment
to he 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.
Unable to provide a listing at this time
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.
As needed to properly perfume the work
4. 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
Form Vrr: ,r, State Board of Accounts 900549-4781404 Gneial Form Nn.091'f Rev. 1987)
CITY OF 1IARNIE.L-TOPICS LEGALS To: INDIANA NEWSPAPERS
307 N PENNSYLVANIA ST - PO BOX 145
COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145
PUBLISHER'S CLAIM
LINE COUNT
Display Matter- (Must not e.xcud two actual Imes,neither of which S _
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 S -
Body-Number of lines
"fail -Number of lines S
'total number of lines in notice
COMPUTATION OF CHARGES
115.0 lines 1.0 columns wide equals 115.0 equivalent $ 56.58
lines at.492 cents per line
Charges for extra proofs of publication(S1,00 for each proof in excess of two $ 00 5 .00
TOTAL AMOUNT OF CLAIM S
DATA FOR COMPUTING COST S
Width of single column 7.63 ems Size of type 5.7 point
Number of insertions LO S 56.58
Pursuant to The provisions and penalties of Chapter /55,Ants of 1053,
I hereby certify that the Forcguine,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: 05/04/2007 a° / /�d� Clerk
Title
900549-4781404 PUBLISHER'S AFFIDAVIT
State of Indiana 5S.
Hamilton County
Personally appeared before Inc,a notary public in and for said county and state,
PUBLIC NOTICES
�‘,7 -om the undersigned Karen [Mullins who,being duly sworn,says that SI-If is clerk
e °'
smay srvoaa Ul,°i,s3'as"osie
isa asuts.wnn% .
;;w s �t'Rr°ayaa aon of the Noblesville Ledger a newspaper of general circulation
�atl 14fi591 N c cc i/0;.
Louua Uam:aJUauos�loslaal/Llc
printed and published in the English language in the city nl'NQBLCSVILLE in slate
oae,o, au> ��s icaa "e�
a°o a °n�'3II�.oa lat a and county aforesaid,and that the printed matter attached hereto is a true copy,
a, asul aa!W.o value glace
puet es,atl 4on eFg"ytlolal
-,"/JEVII rm,aa1 which was duly published in said paper for 9 timers),between the dates of.
04/27/2007 and 05/0412007
a S _ • crk
'Fide
Subscribed and sworn to before me on 05/04/2007
Notary Public
"OFFICIAL SEAL"
form GS-1{LV 1-88 My commission expires; SusaRKetchem
Notary Public,State of Indiana
My Commission Exp.05/062011
•
cP S
ft . 80202 319653'1\ 1
sa of NCeWOlS �� ,,,„- 4 ,
iocm PrezcdbeA bk. State Beata �QO
CITY 01= CfaRME STMZUtc3 ILS 3011S'l; 06.0\4S
. .IgoO
COUNTY, INDIANA
PUBLISHER'S CLAIM
1
LINE COUNT $—
T'
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 �f $�
I $�
Body-Number of lines I $__________:—
Tail- Number of lines
I
Total number of lines in notice
COMPUTATION OF CHARGES $__�$00
103.0 lines 1.0 columns wide equals 103.0 equivalent
lines at.534 cents per line
Additional charge for notices containing rule and figure work(50 per cent of S .
above amount) W
Charges for extra proofs of publication($1.00 for each proof in excess of two) $ .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 2.0 $ 55.00
Pursuant to flit provisions and penalties of Chapter 155.Acts of/953,
I hereby certify that the foregoing account is just and con'ect,that the amount claimed is legally due,after
allowing all just credits,and that no part of the same has been paid.
DATE: 05/20/2005 Ilk g /I - Clerk
'ride
80202-3796537 PUBLISHERS AFFIDAVIT
rloncETaxiy- State of Indiana SS:
aty of c
zoos-CONCRP
MARION County
Sealed Bids for e,
a 2005 be,, ,1
i•ur'of Comb ,. `, Personally appeared before me,a notary public in and for said county and stale,
("owner•)at the oft,. o"`
Clerk Treasurer in a� e' kc
One Civic 54uur a.' 5 9!>Q9`aee
'diem 462;x9 cl pa aoo ri'ic ao�a� the undersigned Karen Mullins who, being duly sworn,says that SHE is clerk
F, . iiiixeS�et6e°de sic. .Poe a` l v
4�(F'�,9:,,, s� ,a atIb„P�, e;P°,, of the INDIANAPOLIS NEWSPAPERS a DAILY STAR newspaper of general circulation
*rte/c7:4 \ms`e°D`aS�p{dye
`ca o`€.`,A o F e' .� printed and published in the English language in the city of INDIANAPOLIS in state
3e° aai so°ao se�ryti y^.
a9cb\ ca tttli'� �°e
°leas%"'a.c�°m `so'% and county aforesaid, and that the printed matter attached hereto is a true copy,
Y
eQgee�, e1�-f•
e:e y which was duly published in said paper for 2 time(s). between the dates of:
_ mil 411IlIZIoi 1,o OLIl' 05/13/20115 and 05/211/201)5
b M 8449 ejouytr 0Y00l5 ,�
_ 9410L.�.V1 i('M 009 b0)
oe n'o,r0 nv„oas y196 I
lean 'ales Poo4vo 03 D
3 Teo 3l1IA50b00 aN Clerk
L
u te0 a tLeVJ tey 5 r.- '1ue su 9wtuob ro8 re qond's lolumel'ampuad••
SAo
'erns J cpoos pia asnolij Subscribed and sworn to before me on 0 / )/2(1115 �(�,�y/�)
) 'atels-to-Soo �wnOW f� - aka--C-
Notary..r.aiuivrsn Public
"OFFICIAL SEAL"
Brenda R.Turk
Form 65-REV 1-88 My commission expires: tec f Indiana
Notary I 1\1I" -
My Commission Exp.OSM,I20 1I
STATE PRESCRIBED FORMULA RATE PER LINE
7.83 PICA COLUMN-94 POINT' PUBLISHED I TIME= .339
94 POINTS /5.7 PT. TYPE- 16.49 PUBLISI LLD 2 TIMES= .509
16.49 EMS /250- .06596 SQUARES PUBLISHED 3 TIMES= .679
06596 SQUARES x$5.14- .339 CENTS PER LINE PUBLISFIED 4-TIMES= .848