Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Information and Packets
1 • BIDDER'S rrrmlz1 D PROPOSAL AND DECLARATIONS City of Carmel Irzxlrucrions To Bidders- This farm. shall he wili:ed by all Bidders. Escepr as otherwise specifically provided. all Paris shall hi .f illy and accu,air/ ,filled in and completed and notarized 1 Project: #117-05- Carmel View Drainage Project Phase I - Including Mist. Drainage Corrections at 116'x'and Eden Glen Drive and along Westfield Boulevard north of II1't' Proposal For Construction of: The Carmel View Drainage Phase I project is located southeast of Main Street and Range Line Road off 4i0 Avenue SE and 4"' Street SE in Cannel, Indiana and includes the installation of 937111 of 12"RCP and 15 inlets boxes, 855 !ft of ditch grading, driveway culvert cleaning, and street and driveway pavement replacement. The 116"' and Eder Glen Drainage project is located on the northeast carrier of 116th Street and Eden Glen Drive in Camel, Indiana and includes the installation of 230 Ift of concrete paved side ditch and a portion of linear flitch grading. The Westfield Boulevard Drainage Project is located on the west .side of Westfield Boulevard north of II.!"' Street in Carmel, Indiana rurd includes 144 1ft of RCP driveway culvert installation, 628 1ft of ditch grading, and a small portion of gravel, asphalt, and concrete driveway replacement. Date: MT.R 5, ac ofl To: City of Carmel, Indiana, Board of Public Works and Safety I I I 1 Bull-1 I I I 1 1 I I 1 I 1 1 1 I I 1 1 I I 1 I IPART l BIDDER INFORMATION I (Print) s I .1 Bidder Name: l RRtOTc.iz�zk) Lt\t,Ib5C.k1P c KC. Lid. I1.2 Bidder Address: Street Address: C1`=140 6 IODu U: City: 11----\r4DErcSpr3 State: I^} Zip: 'it.cD Ii IIPhone:(..:tL0S) '-14,-5'3413 Fax: (rHi t,) 3"38-03-0.- 1 ,3 Bidder is aian (mark one] IIndividual Partnership ✓ Indiana Corporation Foreign (Out of State) Corporation; State: IJoint Venture Other 1.4 [77w fbI/owi ng must he answered if the Bidder or run' of its partner!, or joint venture ponies is a forum corporation. Note. To do liminess in or with the City of Conned'. Indiana, fbreiyn corporations mast r egi.ster with flit ,Sccretwry of the State of Indiana as I required by the Indiana General (wpm( 11011 Act as .slated therein and .11 in the Attorney General 's Opinion #2, doted January 23. 1953_} I .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: I Name: IAddress: I I I I BID-2 1 I I I I I I I I I I I I I I I I I I PART 2 811) PROPOSAL 3.3 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 limes) provided by the tens 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 Itenis as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,total Oh`e {�u t �u ,,!�,-I1 , 1 4 , F,,, I._CU Dollars ($ /93 S& ). The Bidder acknowledges that evaluation of the lowest Rid 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 he 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 he performed or furnished under the Contract. • 1 1 1 1 I I I I BID-3 I I 1 I I I I U 1 I I I I I 1 08/31/2007 17: 13 3177806525 CROSSROAD ENGINEERS PAGE 06/24 Itemized Pro I osal Carmel View Drainage Project Phase I -Including Misc. Drainage Corrections at 116th and Eden Glen Drive and along Westfield Boulevard north of 111th Item # I Item Quartti • Unit Unit Cost ' Total Cost 1 Construction Engineering 0 LS �-- 2 Mobilization /Demobilization ��o—r • 1 LS 8,©00' BOrao' 3 Maintenance of Traffic 1 LS SO E6t` SoCxr• 4 Clearing Right of Way I LS "78•0o' 7800° 5 Utility Exploration and Relocation 2 EA /SOO-' 3o CO* 6 Ditch Grading 1671 LFT I2' .10'oil, - 7 Drive Culvert CIeaning 43 LFT 2s. t. 075 - 8 Core Existing Structure 1 EA 75a 50 ' 9 16 CMP 937 LFT 97 _a yy, 03" . 10 l2"-22.5 deg. CMP Bend 2 EA 550 1.100 ' 1 .1 18" RCP 72 LFT d5 lf,idgor 12 21" RCP 72 LFT 7r S1 61 13 18" Concrete Pipe End Section 6 EA B 90 es-45 44CD• 24 2]" Concrete Pipe End Section 6 EA 9 g• SetI0` 15 Inlet, E-7 15 EA lost° ,2A4:75-13. 16 B-Borrow for Structure Backfill 144 CYS 3o ' 4,32-0 . 17 Paved Side Ditch 230 LFT .2N ' 552° 18 HMA Surface, 9.5 mm 13 TON /3o' 16`j0' 19 HMA Intermediate, 19.0 mm 18 TON 1.20 • X2160 " 20 PCCP for Driveways - 6" - 14 SYS 55` 770 Concrete for Street Cut Repair, Depth 21 12 in. - 45 SYS 1Op ' 1-1500' 22 Plowable Fill for Street Cut Repair 44 CYS 1 to' 1-j elbeL•' 23 Compacted Aggregate, No. 53 Base 65 TON ,aS 18 20r 24 Rip Rap, Revetment 70 SYS 75° -525o' 25 Drop Fabric Inlet Protection 15 EA 150"' 22.50 - 26 Temporary Rock Check Darn 8 EA /75 r /Ho° u 27 Temporary Silt Fence 480 LFT 2 £ r1 9Th' Erosion Control Blanket with 28 Mulched Seeding 4380 SYS 2 7•5- /.2,0ti,5" Sidewalk Repair, Concrete, 4 in. 29 (Undistributed) 106 SYS 1f5 " hil 770 ' 30 Tree Removal, 3 in. (Undistributed) 2 EA ,2a 0' 4100'e 31 Tree Removal, 12 in, (Undistributed) 3 EA Sam" _ lIao ' 32 Tree Removal, 24 in. (Undistributed) 3 EA J.6O®" 300 66' Total /I3 SS5-' • s 1 1 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to he hound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Corneae( Documents herein by reference, 4.2 [hc Bidder acknowledges receipt of the following addenda: ' ADDENDUM NUMBER DATE 1 l .2 3 i 2007 1 1 1 1 _1 1 1 1 1 1 1 BrD-5 NM MI MN i MI a I EMI a MC ME r ME =II IMO s M MN 1 PART 5 EXCEPTIONS Incrrtrcrinns To Bidders 5.1 The Bidder shall f rllp slalc each exception taken to the Speedications or othc Contract Documents in Section 5.3 of tins Parr. 1 5.2 Bidder is condoned that any exception taken hi Biclder and deemed by OW.A'liR to he a material qualification Or variance font the terms of the C.onircrct DOctdme171■ May result 1 in this Bid being rcjccted as non-responsive. 5.3 Exceptions: . NO OF 1 1 i 1 I I 1 I 1 1 1 BID-6 a - �■ r BIDDER'S ITEMIZED PROPOSAL AND IIECLARATIONS City of Carmel Instructions To Bidders: This farm shall be utilized by all Bidders. Except as otherwise specifically provided. all Party shall be Jully and accurately filled in and completed and notarized. Project: #07-05— Carmel View Drainage Project Phase I— Including Misc. Drainage Corrections at 116"' and Eden Glen Drive and along Westfield Boulevard north of 111111 Proposal For Construction of: The Carmel View Drainage Phase I project is located southeast of Main Street and Range Line Road off 4'1' Avenue SE and 4r1i Street SE in Carmel, Indiana and includes the installation o f 93 71f of 12"RCP and 15 inlets boxes, 855 !ft of ditch grading, driveway culvert cleaning, and street and driveway pavement replacement. The 116m and Eden Glen Drainage project is located on the northeast corner of II6"' Street and Eden Glen Drive in Carmel, Indiana and includes the installation of 230 IIii of concrete paved side ditch and a portion of linear ditch grading. The Westfield Boulevard Drainage Project is located on the west side of Westfield Boulevard north of 111`!' Street in Carmel, Indiana and includes 144 Ift of RCP driveway culvert installation, 628 1ft of ditch grading, and a small portion of gravel, asphalt, and concrete driveway replacement. Date: September 5, 2007 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART I BIDDER INFORMATION (Print) 1.1 Bidder Name: Harvey Construction Co_, Inc. 1.2 Bidder Address: Street Address: 9125 East 146th Street City: Noblesville State: IN Zip: 46060 Phone: (317) 773-7302 Fax: (317) 773-7565 1.3 Bidder is alan [murkone] Individual Partnership x Indiana Corporation Foreign (Out of State) Corporation: State: Joint Venture Other I.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,Jbreign corporations must register with the Secretory of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion h2, dated January 23. 1958.1 .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part: 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Two Hundred Thirteen Thousand Sixty Six Dollars & 00/10@)ollars ($ 213,066.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract_ BID-3 E;57 3177356525 CR055P AD ENGINEERS PAGE es/24 V Itemized Pro 'osal Carmel View Drainage Project Phase I -Including Misc. Drainage Corrections at 116th and Eden Glen Drive and alon: Westfield Boulevard north of 111th Item # Item Quantity Unit Unit Cost Total Cost Construction Engineering 0 LS ..... Mobilization /Demobilization 0.00 1 _ L5 11,s0a.00 _ ll,sa0.00 Maintenance of Traffic 1 LS _ 7,500.00 7,500.00 Clearing Right of Way 1 LS 4,500.00 4,500.00 Utility Exploration and Relocation. 2 EA 750.00 1,500.00 Ditch Grading 1671 LFT 39.00 65,169.00 Drive Culvert Cleaning 43 _LFT 18.00 774.00 Core Existing Structure 1 EA 750.00 750.00 12" CMP 937 LFT _ 18.00 16.866,00 10 12"-22.5 deg. CMP Bend 2 EA _ 175.00 350.00 11 IS" RCP 72 LFT 23.00 . 1056.OQ 12 21" RCP 72 LFT 27.00 1,944.00 13 18" Concrete Pipe End Section 6 EA 800.00 4,800.00 14 21" Concrete Pipe End Section 6 EA 900.00 _ 5,400.00 15 Inlet, E-7 15 EA 1,500.00 22,500.00 16 B-Borrow for Structure Backfill 144 CYS 15.00 2,160.00 17 Paved Side Ditch 230 LFT 12.00 2,760.00 18 HMA Surface, 9.5 mm 13 TON 150.00 1,950.00 19 I-IMA Intermediate. 19,0 mm 18 TON 115.00 2,070.00 20 PCCP for Driveways - 6" - 14 SYS 78.00 1,092.00 Concrete for Street Cut Repair, Depth 21 12 in. - 45 _ SYS 110.00 4,950.00 22 Plowable Fill for Street Cut Repair 44 CYS 95.00 4,180.00 23 Compacted Aggregate. No. 53 Base 65 TON 13.00 845.00 24 Rip Rap, Revetment 70 SYS 45.00 3,150.00 25 Drop Fabric Inlet Protection 15 EA 100.00 1,500.00 26 Temporary Rock Check Dam 8 EA 600.00 4,800.00 27 Temporary Silt Fence 480 LFT 2.00 960.00 Erosion Control Blanket with 28 Mulched Seeding 4380 SYS 4.50 19,710.00 Sidewalk Repair, Concrete, 4 in. 29 (Undistributed) 106 _SYS 55.00 5,830.00 30 Tree Removal, 3 in. (Undistributed) 2 EA _ 400.00 800.00 31 Tree Removal, 12 in. (Undistributed) 3 EA 900.00 2,700.00 32 Tree Removal, 24 in, (Undistributed) 3 EA 2,800.00 8,400.00 • Total 213,066.00 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.] 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 Addendum 8 1 8/31/07 BID-5 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall flak state each exception token 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 mar result in this Bid being rejected as non-responsive. 5.3 Exceptions: None BID-6 Form No.9G(Revised 2005) BID OF Harvey Construction Co. , Inc. (Contractor) 9125 East 146th Street (Address) Noblesville, IN 46060 FOR PUBLIC WORKS PROJECTS OF #07-05-Carmel View Drainage Project, Phase I Including Misc. Drainage Corrections at 116th and Eden Glen Drive and along Westfield Boulevard North of 111th. Filed September 4, 2007 Acflon taken State 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 all bids. Please type or print) Date: September 4, 2007 1. Governmental Unit (Owner): The City of Carmel. 2. County : Hamilton 3. Bidder (Firm): Harvey Construction Co. , Inc. Address: 9125 East 146th Street City/State: Noblesville, IN 46060 4. Telephone Number: (317) 773-7302 5. Agent of Bidder(if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete 107-05—Cannel View Drainage Project Phase I—Including Misc. the public works project of Drainage Corrections at 116th and Eden Glen Drive and Along Westfield Boulevard North of 111th., & all stated Proposal for Construction. (Governmental Unit) in accordance with plans and specifications prepared by Crossroads Engineers, PC and dated July, 2007 for the sum of Two Hundred Thirteen Thousand Sixty Six Dollars and No Cents. $ 213,066.00 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2). I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: • PART II (For projects of $100,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel Bidder (Firm) Haney Construction Co. , Inc. Date: September 4, 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 (1) year prior to the date of the current bid? Completion Contract Amount Class of Work Date Name and Address of Owner C. P. Morgan Company 1,467,751 Site Develop. 4/07 Indianapolis, IN M/I 770,062 Site Develop. 3/07 di (InanapoHomes lis, IN Davis Homes 1,427,119 Site DeveloI . 6/07 Indianapolis, IN Estridge Homes 1,537,586 Site Develop. 6/07 Carmel, IN 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 207,256 Storm Sewers 8/7 City of Kokomo, Kokomo, IN 451,568 Exc./Water Main 10/07 ITown of Westfield, Westfield, IN 1,570,939 Site Develop. 9/07 Estridge Homes, Carmel, IN 663,620 Site Develop. 9/07 Northside Real Estate, Indpls. , IN 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. Republic Development, 13170 Hamilton Crossing, Fishers, IN 46073 C. P. Morgan, 4670 Haven Point Blvd. , Indpls. , IN 46280 Davis Homes, 3755 E. 82nd Street, Indpls. , IN 46240 Estridge Development, 14300 Clay Terrace, Cannel, IN 46032 Urbahns Companies, 7914 N. Shadeland Ave. , Indpls. . TN 46250 SECTION ll PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) Upon notice to proceed, Harvey Construction will complete the project within 60 days per plans & spec. 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. Mitchell Construction — Installation of subsurface drains. 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. See attached list 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed Yes, we have received quotes on all prices. 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. See attached copy