HomeMy WebLinkAboutBid Information and Packets •09/14/2007 16:57 3177806525 CROSSROAD ENGINEERS PAGE 05/50
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: #07-04—106th Sheet Culvert Replacement
Proposal For Construction of: The replacement of an existing roadway drainage culvert
with an 8' x 4' concrete box culvert, asphalt pavement
replacement, surface milling and asphalt overlay, 25 I of
concrete curb replacement, a small amount of stone
masonry wall replacement, and installation of a 12"
concrete cap on Iloth Street east of Lakeshore Drive in
Carmel, Indiana.
Date: September 18, 2007
To: City of Carmel,Indiana,Board of Public Works and Safety
BID-1
Form Prescribed by Slate Board of Accounts 900549-4948096 General Form No.99 I'(Rev. 1987)
CITY OP r r/ARMELTOPICS LEGALS To: INDIANA NEWSPAPERS
307 N PENNSYLVANIA ST - PO BOX 145
f COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145
PUBLISHER'S CLAIM
LINE COUNT
Display Matter-(Must not exceed two actual lines,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 S $
Tail -Number of lines $ •
Total number of Imes in notice
COMPUTATION OF CHARGES
160.0 lines 1.0 columns wide equals 160.0 equivalent S _ _ 78.72
lines at.412 cents per line
Charges for extra proofs of publication(51.00 for each proof in excess of two) S .00 $ .00
TOTAL AMOUNT OF CLAIM S
DATA FOR COMPUTING COST S
Width of single column 'T83 ems Size of type 5.7 point S $
Number of insertions 1.0 $ 78.72
Pursuant to tilt?provisions and penalties af.Chapter /55,Acts of 1953,
I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after
allowing all just credits,and that no part of-the sane has been paid.
DATE: 09/03/2007 I Clerk
Title
900549-4948096 PUBLISHER'S AFFIDAVIT
NOW ETO BIDDERS State of Indiana SS:
I Project:#'07-09 el,l lnalaw
oam steed ! Hamilton County
cancels here ygive
Noard is ocean Liven ks lee
Sa Safety pl peed wf Ca gel, Personally appeared before me, a notary public in and for said county and state,
Hamilton for the�y',ti of will
sealed bids for the
receive 106th Strad Culvert Re lace-
mo"'eroles"°t the deice of the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk
Clerk Treasure,.One Civic undersigned 6 Y
Hall) until until Carmel 6 Indiana(City
Time or before September
, 001,nod commencing as of the Noblesville Ledger a newspaper of general circulation
r°y:ib-ct n as practicable thereafter
•'gW�tnaM Pgo1°1S geld^MeetIny of the salne
,,,�as,;r.o n tat 6r"n um bias coat be publicly printed and published in the English language in the city of NOBLESVILLE in state
^d la tJO° 'efee'a`ect, e •d and read aloud in the
mil Chambers of Ctv Mall.
o1noJ6°ana salntl will besala?notion.
k w^ °ta^`, F\o0 r and completely eve and county aforesaid,and that the printed matter attached hereto is a true copy,
pA01^y
\oa�Nes1°pu^o yn a„°r!p'. • m< proposal romrs
tt< Ind a eJn UPC s°6c: ons, wtichawili lid•
ce'',',° Nasnu°e 6`\°e%oniC °eoyii�esifmai which was duly published in said paper for 2 time(s),between the dates of:
l;;s o ,1); eta 0,,fd pg d have<the°words
I .%' o, ac Aacaotta^ °tic m street advert 08/31/2007 l 7
I _ 07 anc 01/(17/_007
IItoo'°ea'De°°IOCepe^r P'°plc" mired check in,
of Ye`P^9 moc`og°�tl?0\�t toess than ten
r T, anoint
CW-
og°"°Og°00 `gt°cs(Iotd'8` m, emitted m /
°eoore0s t\e;mnrto9. awe hundred and
E1, as pray w.n^a'ow`as also be re- Clerk
5rRBItp Ial, °\eev�\°'aeC' 0m ilafalcwai Title
$0 tvt l��ot t}°°ol ° orkdlvi-
°00 \�Od,aPOr\0{cn hie- l
o to home Subscribed and sworn to before me on 09/07/2097
and es°rog°`d^pa^eIn ,uuoe
�5°io1Bt Am Ot'o0290dayst pp t CJ;^\t ?wee
\Sn tf 5a It¢o('2p°G n the
sa t°•p1a narC;N o509;
°0;∎,e.:0Vyt°e°tae t Ina
Atc, w1ve s � no es °
Notary Public n s° aangsIvi,51 ,° ig
Pont GS-RE V I s° om co e
a My commission expires:
^f'N°tve y Im'age
DIANA R. SUMMERS
Notary Public, State of Indiana
County of Hamilton
My Commssion Expires Dec. 17,2008
'09/14/2007 16:57 3177806525 u&i SRMD ENGINEERS PAGE 06/50
PART I
BIDDER INFORMATION
_flat
1.1 Bidder Name _Marco Asphalt Pavznq , Inc.
1.2 Bidder Address: Street Address: 1650 Harco Way
City: Indpls. State: IN zip: 46217
Phone: 317-791 -6700 Fax: 317-791 -7570
13 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 rn 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 stared therein and expressed in the
Attorney General's Opinion #2, dated January 23, 7958]
.1 Corporation Name:
.2 Address:
3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-.2
LART2
BID PROPOSAL
ii Base Bid
The undersigned Bidder proposes to famish 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 times)
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���/'p�it Prices, when multiplied by
estimated unit quantities for much!'nn Items,total/""9 Y 'A�iVC 'i%aot/S4QD
jµ/o f/avD,een 1 vet,/ fait,* Dollars (S 99;270.75 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the milt 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 cant ed far on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not tee the amount or quantity of any item of Work to
be performed or furnished underj the Conttact.
BID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
/ibis Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown!
Itemized Proposal
106th Street Culvert Replacement
Item # Item Quantity Unit Unit Cost Total Cost
I Construction Engineering I LS $3,000.00 $3,000.00
2 Mobilization/Demobilization 1 LS $3,000.00 $3,000.00
3 Maintenance of Traffic 1 LS $2,000.00 $2,000.00
4 Clearing Right of Way 1 LS $10,816.00 $10,816.00
5 Linear Ditch Grading 65 LFT $11.00 $715.00
6 8' x 4' Reinforced Concrete Box Culvert 75 LFT $496.27 $37,220.25
7 B-Borrow for Structure Backfill 155 CYS $14.21 $2,202.55
8 Surface Milling, 1-1/2 in. 315 SYS $3.97 $1,250.55
9 HMA Surface, 9.5 mm 33 TON $150.00 $4,950.00
10 Concrete for Street Cut Repair- 12 in. - 65 SYS $125.10 $8,131.50
Flowable Fill for Street Cut Repair 200 CYS $75.73 $15,146.00
12 Stone Masonry Wall, Replacement I LS $3,000.00 $3,000.00
13 Concrete Curb 25 LFT $40.00 $1,000.00
14 Sodding, Nursery 70 SYS $8.58 $600.60
Erosion Control Blanket with Mulched
15 Seeding 10 SYS $25.00 $250.00
16 Rip Rap, Revetment 97 SYS $23.20 $2,250.40
17 Temporary Rock Check Dam 2 EA $375.00 $750.00
18 Barricade, Type 111 16 EA $50.05 $800.80
19 Construction Sign, A 16 EA $63.70 $1,019.20
20 Detour Route Marker Assembly 10 EA $71.50 $715.00
21 Road Closed Sign Assembly 4 EA $113.10 $452.40
Total I I $99,270.25
:09/14/2007 16:57 3177806525 CROSSROAD ENGINEERS PAGE 09/50
PART4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
ONE September 14 , 2007
BID-5
. 09/14/2007 16:57 3177806525 CROSSROAD ENGINEERS PAGE 10/50
vstu
EXCEPTIONS
Instructions To Bidders:
5.! The Bidder shall 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:
N/A
BID-6
Form No.96(Revised 2005)
BID OF
Harco Asphalt Paving INC.
(Contractor)
1650 Harco Way
(Address)
Indianapolis ,. IN 46217
FOR
PUBLIC WORKS PROJECTS
OF
City of Carmel
106th Street Culvert Replacement
Project #07-04
Filed
Action taken
State Form 5241.•
%rpcon0aa by State Scam of SccounIS Form vo, db(F.evs eo 20051
CONTRACTOR'S BID FOR PUBLIC WORK - 'FORM 96
PART
(To be completed for all bids. Please type or print)
Dave: September 18 , 2007
1. Governmental Unit (Owner): City of Carmel
2. County : Hamilton
3. Bidder (Firm):Jiarco Asphalt Paving
Address: 1650 Harco way
City/State: Indianapolis IN 46217
4. Telephone Number: 31 7-791 -6700
5. Agent of Bidder Of applicable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of 106th Street Culvert Replacement
(Governmental Unit) in accordance with plans and specifications prepared by Crossroads Engineers
Ninety-Nine Th u nnd Two Huirdred and dated 9/1 8/2007 for the sum of
and Seventy and 25/ 100 $ 99, 270. 25
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 2 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. 5-15-8-2). 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 5100,000 or more - IC 36-1-12-4)
Governmental Unit: City of Carmel
Bidder (Firm) Harco Asphalt Paving, Inc .
Date: September 18, 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
t. Mat public works projects has your organization completed for the period of one (1) year prior to the
date of the current bid?
Contract Amount Completion
Class of Work Date Name and Address of Owner
$680 , 000 . 00 4m.ili , Resurface 2005 City of Westfield
554 , 000 . 00 2005 City of Lawrence
224 , 000 . 00 " 2005 INDOT
x , 030 , 000 . 00 Stone , Asphalt 2005 IWal-Mart , Crawfordsville, 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
S1 , 407 , 000 . 00 Site , Asphalt Path 2006 INDOT
, 396 , 000 . 00 Site ,Miil , Asphalt 2005. Perry Township Schools
5806 , 424 . 00 Stone , Asphalt 2007 Avon Elementary
1 , 006 , 699 . 010 " I 200 7 Franklin High Schoo_
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.
Duke Construction
Brandt Construction
Edward Radon rnnstrttrr ; nn
Jung Claus-Campbell Construction
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.)
2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to oe 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 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.
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
instructions Tn Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided. all Parts
shall be fid/v and accurately filled in and completed and notarized.
Project: #07-04— 106th Street Culvert Replacement
Proposal For Construction of: The replacement of an existing roadway drainage culvert
with an 8' x 4' concrete box culvert, asphalt pavement
replacement, surface milling and asphalt overlay, 25 !ft of
concrete curb replacement, a small amount of stone
masonry wall replacement, and installation of a 12"
concrete cap on 106th Street east of Lakeshore Drive in
Carmel, Indiana.
Date: September 19, 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 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 X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must he answered if the Bidder or a»P of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.)
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Ninety—Nine Thousand
Eight Hundred Fifty—Five Dollars (S 99,855.00 ). 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
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used on/v for Bidding on
Unit Price Contracts for the Contract Items shown]
Itemized Proposal
106th Street Culvert Replacement
Item # Item Quantity Unit Unit Cost Total Cost
I Construction Engineering 1 LS 1900.00 1900.00
2 Mobilization / Demobilization I LS 3030.00 3030.00
3 Maintenance of Traffic 1 LS 1500.00 1500.00
4 Clearing Right of Way 1 LS 2000.00 2000.00
5 Linear Ditch Grading 65 LFT 40.00 2600.00
6 8' x 4' Reinforced Concrete Box Culvert 75 LFT 505.00 37875.00
7 B-Borrow for Structure Backfill 155 CYS 11.00 1705.00
8 Surface Milling, 1-1/2 in. 315 SYS 6.00 1890.00
9 HMA Surface, 9.5 mm 33 TON 190.00 6270.00
10 Concrete for Street Cut Repair- 12 in. - 65 SYS 145.00 9425.00
I I Flowable Fill for Street Cut Repair 200 CYS 81.00 16200.00
12 Stone Masonry Wall, Replacement 1 LS 2800.00 2800.00
13 Concrete Curb 25 LFT 40.00 1000.00
14 Sodding, Nursery 70 SYS 12.00 840.00
Erosion Control Blanket with Mulched
15 Seeding 10 SYS 150.00 1500.00
16 Rip Rap, Revetment 97 SYS 40.00 3880.00
17 Temporary Rock Check Dam 2 EA 500.00 1000.00
18 Barricade, Type BI 16 EA 95.00 1520.00
19 Construction Sign, A 16 EA 95.00 1520.00
20 Detour Route Marker Assembly 10 EA 90.00 900.00
21 Road Closed Sign Assembly 4 EA 125.00 500.00
Total I 1 99855.00
BID-4
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
Addendum Number. 1 _ _ September 14, 2007
BID-5
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall flit?), state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that to y exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
BID-6
Form No.96(Revised 2005)
BID OF
Harvey Construction Co. , Inc.
(Contractor)
9125 East 146th Street
(Address)
Noblesville, IN 46060
FOR
PUBLIC WORKS PROJECTS
OF
The City of Carmel by and through
its Board of Public Works
106th Street Culvert Replacement
Project No. 07-04
Filed September 19 , 2007
Action taken
State Form 52414
Prescribed by State Board of Accounts Ferro 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: September 19, 2007
1. Governmental Unit (Owner): City of Carmel
2. County : H.m• ton
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 Of applicable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of is 07-04-106th Street Culvert Replacement
(Governmental Unit) in accordance with plans and specifications prepared by Crossroads Engineers P.C.
of Beech Grove, Indiana and dated August 10, 2007 for the sum of
Ninety—nine Thousand Eight Hundred Fifty—five $ 99,855.00
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) Harvey Construction Co. , Inc.
Date: September. 19, 2007
These statements to be submitted under oath by each bidder with and as a part of his hid.
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
C. P. Morgan Company
1,467,751 Site Develop. 4/07 Indianapolis, IN
M/1 Homes
770,062 Site Develop. 3/07 Indianapolis, IN
Davis Homes
1 ,427,119 _ Site Develop. 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 Town of Westfield, Westfie d, IN
1,570,939 Site Develop. 9/07 Estridge Homes, Carmel, IN
663,620 Site Develop. 9/07 Northside Real Estate, Ind4ls. , 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, 131.70 Hamilton Crossing, Fishers, IN 46073
C. P. Morgan, 4670 Haven Point Blvd. , Indpls. , TN 46280
Davis• Homes, 3755 E. 82nd Street, Indpis. , IN 46240
Estridge Development, 14300 Clay Terrace, Cannel, IN 46032
Urbahns Companies, 7914 N. Shadeland Ave. . Indpls. . N 467 0
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.) Upon notice to proceed,
Harvey Construction will complete the project within 30 days per plans & spec.
2. Please list the names and addresses of all subcontractors (i.e. persons or fin- s 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'
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 he fully and accurately filled in and completed and notarized.
Project: #07-04— 106th Street Culvert Replacement
Proposal For Construction of: The replacement of an existing roadway drainage culvert
with an 8' x 4' concrete box culvert, asphalt pavement
replacement, surface milling and asphalt overlap, 25 Ift of
concrete curb replacement, a small amount of stone
masonry wall replacement, and installation of a 12"
concrete cap on 1110°i Street east of Lakeshore Drive in
Carmel, Indiana.
Date: September 19, 2007
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-l
PART 1
BIDDER INFORMATION
(Print)
1 .1 Bidder Name: Schutt-Leokabil,l Co. , Inc.
12 Bidder Address: Street Address: 4050 Rocky le Road
City: Indianapolis Stfl1e; Indiana Zip: 46222
Phone: 317/484-1500 pax; 37/484- 1561
1.3 Bidder is a/an f)narkone,/
Individual Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 ("hhe following must be answered it 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:
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 One Hundred Eight. Thousand
Thirty Seven Dollars & Two Cents Dollars ($ 108,037.02*** ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
BID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
(This Part to be used only for bidding on
Unit Price Contracts for the Contract Items shown)
BID DATE:09/19/07
REVISIONS RECEIVED: 1
ITEMIZED PROPOSAL
ESTIMATED TOTAL PRICE
ITEM DESCRIPTION QUANTITY , UNIT UNIT PRICE FOR ITEM ,
1 CONSTRUCTION ENGINEERING 1.0 LS $ 1,213.75 $ 1,213.75
2 MOBILIZATION AND DEMOBILIZATION 1.0 LS $ 9,902.52 $ 9,902.52
3 MAINTENANCE OF TRAFFIC 1.0 LS $ 2,481.50 $ 2,481.50
4 CLEARING RIGHT OF WAY 1.0 LS $ 8,931.94 $ 8,931.94
5 LINEAR DITCH GRADING 65.0 LFT $ 21.33 $ 1,386.45
6 8'X 4' REINFORCED CONCRETE BOX CULVERT 75.0 LFT $ 477,58 $ 35,818.50
7 B-BORROW FOR STRUCTURE BACKFILL 155.0 CYS $ 25.64 $ 3,974.20
8 SURFACE MILLING, 1 - 1/2 IN 315.0 SYS $ 11.84 $ 3,729.60
9 HMA SURFACE, 9.5 MM 33.0 TON $ 129.60 $ 4,276.80
10 CONCRETE FOR STREET CUT REPAIR- 12 IN. 65.0 SYS $ 67.40 $ 4,381.00
11 FLOWABLE FILL FOR STREET CUT REPAIR 200.0 CYS $ 72.35 $ 14,470.00
12 STONE MASONRY WALL, REPLACEMENT 1.0 LS $ 2,849.06 $ 2,849.06
13 CONCRETE CURB 25.0 LFT $ 32.37 $ 809.25
14 SODDING, NURSERY 70.0 SYS $ 64.80 $ 4,536.00
15 EROSION CONTROL BLANKET W/MULCHED SEEDING 10.0 SYS $ 64.80 $ 648.00
16 RIP RAP, REVETMENT 97.0 SYS $ 50.99 $ 4,946.03
17 TEMPORARY ROCK CHECK DAM 2.0 EACH $ 334.61 $ 669.22
18 BARRICADE, TYPE III 16.0 EACH $ 48.60 $ 777.60
19 CONSTRUCTION SIGN, A 16.0 EACH $ 70.20 $ 1,123.20
20 DETOUR ROUTE MARKER ASSEMBLY 10.0 EACH $ 70.20 $ 702.00
21 ROAD CLOSED SIGN ASSEMBLY 4.0 EACH $ 102.60 $ 410.40
TOTAL I $ 108,037.02
PART 3
CONTRACT ITEMS AND UNIT PRICES
(phis Part to be used only for 13idding on
Unit Price Contracts,for the Contract Items shown]
Itemized Proposal
106th Street Culvert Replacement
Item # Item Quantity Unit Unit Cost Total Cost
I Construction Engineering I LS
2 Mobilization / Demobilization I LS
3 Maintenance of Traffic I LS
4 Clearing Right of Way I LS
5 Linear Ditch Grading 65 LET
6 8' x 4' Reinforced Concrete Box Culvert 75 LET
7 B-Borrow for Structure Backlill 155 CYS
8 Surface Milling, 1-1/2 in. 315 SYS
9 PIMA Surface. 9.5 mm 33 TON
10 Concrete for Street Cut Repair- 12 in. - 65 SYS
I I Plowable Fill for Street Cut Repair 200 CYS
12 Stone Masonry Wall, Replacement I LS
13 Concrete Curb 25 LET
14 Sodding. Nursery 70 SYS
Erosion Control Blanket with Mulched
15 Seeding 10 SYS
16 Rip Rap. Revetment 97 SYS
17 Temporary Rock Check Dam 2 EA
18 Barricade. Type III 16 13A
19 Construction Sign, A 16 EA
20 Detour Route Marker Assembly 10 EA
21 Road Closed Sign Assembly 4 EA
Total
BID-4
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
September14 , 2007
BID-5
PART
EXCEPTIONS
Instructions To Bidders:
5.I The Bidder .shall filly slate each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5? Bidder is cannoned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance f•om the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
None
BID-6
UKUWSROAD ENGINEERS PAGE 05/50
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carne➢
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as dtherwise specifically provided, all Parts
shall be,fully and accurately filled in and completed and notarized
Project: #07-04— 106th Street Culvert Replacement
Proposal For Construction of: The replacement of an existing roadway drainage culvert
with an 8' x 4' concrete box culvert, asphalt pavement
replacement, surface milling and asphalt overlay, 25 Ift of
concrete curb replacement, a small amount of stone
masonry wall replacement, and installation of a 12"
concrete cap on 106'" Street east of Lakeshore Drive in
Carmel, Indiana
Date: September 19 , 2007
To: City of Carmel, Indiana, Board of Public Works and Safety
•
BID-1
- - UNU55RUAU ENGINEERS PAGE 86/50
PART 1
BIDDER INFORMATION
Print
1.1 Bidder Name: Fleetwood Contracting Corporation
1.2 Bidder Address: Street Address: 5535 Hickory Road
City: Indianapo1isstate: SN 46239
7ip: _
Phone: (317)862-4411 Fax: ( 317) 862-4488
1.3 Bidder is a/an [mark one]
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.foreign corporations must register with the Secretary of the Stare 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
09/14/2007 17: 32 3177806525 CROSSROAD ENGINEERS PAGE 07/50
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total One Hundred Twenty—Three
Thousand One Hundred Twenty—Fivpjollars ($ 123 , 125 . 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 Bidddr further understands that all Work which may result on
the Contract shall be compensalted for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not kuarantee the amount or quantity of any item of Work to
be performed or furnished underlthe Contract.
BID-3
L,Ruaa<uAu LNGDNEERS PAGE 88/58
PART3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Itemized Proposal
106th Street Culvert Replacement
Item# Item
Quantity' Unit Unit Cost Total Cost
1 Construction Engineering 1 LS � c.p
2 "Mobilization/Demobilization 1 LS $4, 000. $ 4, 000
3 Maintenance Traffic of Trac 4,000.
1 LS 4 , 000. 4, 000.
4 Clearing Right of Way 1 LS 1 , 500. 1 , 500.
5 Linear Ditch Grading 65 LFT 30. 1 , 950.
6 8'x 4'Reinforced Concrete Box Culvert 75 LFT - 790. 59 , 250
7 B-Borrow for Structure BeakfihJ 155 CYS 18. 2, 790.
8 Surface Milling, 1-1/2 in. 315 SYS 14. 4,41 0-
. 9 HMA Surface, 9.5 mm 33 TON 180. 5, 940.
10 Concrete for Street Cut Repair- 12 in. - 65 SYS Inn cn
11 Plowable Fill for Street Cut Repair 200 CYS 9 0. 18,b 0 On
12 Stone Masonry Wall: Replacement 1 LS 2, 000. 2, 00 0.
13 Concrete Curb 25 LFT _ 40. 1 , 0 0 0-
14 Sodding,Nursery 70 SYS 25. 1 , 750.
Erosion Control Blanket with Mulched
15 Seeding 10 SYS 20 • 200-
16 Rip Rap, Revetment 97 SYS 15. 1 , 455.
17 Temporary Rock Check Dam 2 EA 500. 1 , 00 0-
18 .Barricade, Type IIl 16 EA 80 - 1 ,280-
19 Construction Sign,A 16 EA 120 . 1 ,9 2 0-
20 Detour Route Marker Assembly 10 EA 1 20. 1 ,200.
21 Road Closed Sign Assembly 4 EA 12 0 - 4 8 0 .
Total IR17;,17S . n0
•
BID-4
CRuSEROAD ENGINEERS PAGE 89/50
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
Addendum #1 September 14, 2007
BID-5
CkuSSROAD ENGINEERS PAGE 10/5B
PART 5
EXCEPTIONS
Instructions To Bidders
5.I The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
52 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.
N/A
131D-6
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/itlly and accurately filled in and completed and notarized.
Project: #07-04— 106th Street Culvert Replacement
Proposal For Construction of: The replacement of an existing roadway drainage culvert
with an 8' x 4' concrete box culvert, asphalt pavement
replacement, surface milling and asphalt overlay, 25 Ift of
concrete curb replacement, a small amount of stone
masonry wall replacement, and installation of a 12"
concrete cap on 106" Street east of Lakeshore Drive in
Carmel, Indiana.
Date: Seple 4r /9 . 200 7
To: City of Carmel, Indiana, Board of Public Works and Safety
•
BID-I
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Coder d- CcJ r ,rnC-
1.7 Bidder Address: Street Address: 9906 &'esl g(e LA Sl(C€t
City: Sn49/s State: TN Zip: /40268
Phone: 317-33y-o7S8 Fax: 3i7- 33 y - /US8
1.3 Bidder is clan [mark one] `
Individual Partnership V Indiana Corporation
Foreign (Out of State) Corporation: State:
Joint Venture Other
1.4 [The fbllowing must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2
•
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Cor4ract Items, total D,it 4(in dred ' 56Qentri"
_ivio +40,64a61 - M4. /toadied +hOTV-ti'hDollars (Si 1721`155.00 1 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.
•
I
I
I
I
I
I
I
I
I
BID-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts fbr the Contract Items shown'
Itemized Proposal
106th Street Culvert Replacement
Item # Item Quantity Unit Unit Cost Total Cost
1 Construction Engineering I LS $5,000.00 $5,000.00
2 Mobilization / Demobilization I LS $10,000.00 $10,000.00
3 Maintenance of Traffic I LS $5,000.00 $5,000.00
4 Clearing Right of Way I LS $10,000.00 $10,000.00
5 Linear Ditch Grading 65 LET $25.00 $1,625.00
6 8' x 4' Reinforced Concrete Box Culvert 75 LET $I,R-S00 $q 5,6Z5.0b
7 B-Borrow for Structure Backfill 155 CYS $20.00 $3,100.00
8 Surface Milling, 1-1/tin. 315 SYS $10.00 $3,150.00
9 1-1MA Surface, 9.5 mm 33 TON $120.00 $3,960.00
10 Concrete for Street Cut Repair- 12 in. - 65 SYS $60.00 $3,900.00
11 Elowahle Fill for Street Cut Repair 200 CYS $75.00 $15,000.00
12 Stone Masonry Wall, Replacement I LS $2,500.00 $2,500.00
13 Concrete Curb 25 LET $50.00 $1,250.00
14 Sodding, Nurseiy 70 SYS $25.00 $1,750.00
Erosion Control Blanket with Mulched
15 Seeding 10 SYS $60.00 $600.00
16 Rip Rap, Revetment 97 SYS $35.00 $3,395.00
17 Temporary Rock Check Dam 2 IA $500.00 $1,000.00
18 Barricade, Type III 16 EA $40.00 $640.00
19 Construction Sign, A 16 EA $50.00 $800.00
20 Detour Route Marker Assembly 10 LA $55.00 $550.00
21 Road Closed Sign Assembly 4 EA $90.00 $360.00
Total $172,965.00
BID-4
I ,
•
PART 4
• CONTRACT DOCUMENTS AND ADDENDA
I
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 followine addenda:
ADDENDUM NUMBER DATE
I
I
I
I
I
I
I
I
I
i BID-5
•
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shale fully stale 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:
N/A
BID-6
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: #07-04— 106th Street Culvert Replacement
Proposal For Construction of: The replacement of an existing roadway drainage culvert
with an 8' x 4' concrete box culvert, asphalt pavement
replacement, surface milling and asphalt overlay, 25 Ift of
concrete curb replacement, a small amount of stone
masonry wall replacement, and installation of a 12"
concrete cap on 106t Street east of Lakeshore Drive in
Carmel, Indiana.
Date: 9-/ 9 - o7
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-I
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: IYIKiRK CowSrvuc.rioN. ING
1.2 Bidder Address: Street Address: 75g5 Ttr_bsM SoNssr
City: SowNsRu ' State: St./ Lip: LIGIIZ
Phone: 517-75-7-0‘14. Fax: 3'17-13 -CZ-77 4 8
1.3 Bidder is a/an (mark one]
Individual Partnership x Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 /The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23. 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2
PART 2
RID 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 Ode NOHDP.ED /YinErY TL.0
/h u.sn.n T.^ litnYDreeo Th rrr Fire Dollars ($ / 9 z2 5. DO ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Pan 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
PART3
CONTRACT ITEMS AND UNIT PRICES
/This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Itemized Proposal
106th Street Culvert Replacement
Item# Item Quantity Unit Unit Cost Total Cost
1 Construction Engineering 1 LS $5,100.00 $5,100.00
2 Mobilization/Demobilization 1 LS $18,000.00 $18,000.00
3 Maintenance of Traffic 1 LS $3,100.00 $3,100.00
4 Clearing Right of Way 1 LS $3,000.00 $3,000.00
5 Linear Ditch Grading 65 LFT $20.00 $1,300.00
6 8'x 4' Reinforced Concrete Box Culvert 75 LFT $1,150.00 $66,250.00
7 B-Borrow for Structure Backfill 155 CYS $42.00 $6,510.00
8 Surface Milling, 1-1/2 in. 315 SYS $8.00 $2,520.00
9 HMA Surface,9.5mm 33 TON $175.00 $5,775.00
10 Concrete for Street Cut Repair- 12 in.- 1 65 SYS $95.00 $6,175.00
11 Flowable Fill for Street Cut Repair 200 CYS $88.00 $17,600.00
12 Stone Masonry Wall, Replacement 1 LS $6,500.00 $6,500.00
13 Concrete Curb 25 LFT $65.00 $1,625.00
14 Sodding, Nursery 70 SYS $33.00 $2,310.00
15 Erosion Control Blanket with Mulched Seeding 10 SYS $45.00 $450.00
16 Rip Rap, Revetment 97 SYS $80.00 $7,760.00
17 Temporary Rock Check Dam 2 EA $4,000.00 $8,000.00
18 Barracade,Type Ill 16 EA $205.00 $3,280.00
19 Construction Sign,A 16 EA $235.00 $3,760.00
20 Detour Route Marker Assembly 10 EA $195.00 $1,950.00
21 Road Closed Sign Assembly 4 EA $315.00 $1,260.00
TOTAL $192,225.00
BID-4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to he bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
14-07
BID-5
DATE: September 14, 2007
PROJECT: 07-04 — 106th Street Culvert Replacement
City of Carmel, Indiana
NOTICE OF ADDENDUM NUMBER 1
1) The Pre-Bid Meeting Letter has been included.
2) An additional set of bid documents have been included.
3) A Plan Holders List has been included.
4) The Technical Specification Index has been revised.
5) Technical Specification TS 37, Subsurface Exploration, has been added.
6) The Bidder shall acknowledge receipt of this Addendum by inserting the number
and date in the space provided on page BID-5 Part 4.2 of the Bid Form.
Page 1 of 1
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall Ally state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions: NONE
BID-6
Form No.96(Revised 2005)
BID OF
/tirgKIRK CONs-netcm =NC
(Contractor)
SS4S !� as SoNser DR
(Address)
iTheowivs3u)z&. IN x/6117
FOR
PUBLIC WORKS PROJECTS
///1
OF
GJTr OF Er;WI el- . =jy D/M/V
Dk07-0 104 Mt r CuFvser
irE fl 0 CEH ENT
Filed 9-19-o7
Action taken
State Form 52414
Prescribed by State Board of Accounts Form No.96(Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK — FORM 96
PART I
(To be completed for all bids. Please type or print)
Date: 9-f 9-07
1. Governmental Unit (Owner): Cm or AZ/IE4r TNtraa+A
2. County : HIM Is-TOW
3. Bidder(Firm): /Y/kin- L'ogsreucrro,v LHe.
Address: ..75-445- 7LDEA/ -Cy 5a r P'E
City/State: Fro WNSBu$G, ZN `PG /r?
4. Telephone Number: 7/-7 - 75-3 - 1)4 7(,
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 Cr ry of ArNF_L . 1N F�Ro,TECT en-04 /06 T3/4 5r. CukVEer r1FPSACEHE.or
(Governmental Unit) in accordance with plans and specifications prepared by CXo SSPoAD
ceici/i,vSERSj P. C and dated E ' ro -07 for the sum of
nu Ncwo?FD 44NSTr /Ju0 /Ho uran 7 Two $ / 9Z. Z25. (70
nu MOYFD 714/C-NT y "Na C ,,rs
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 o F aa'NRhaLI .2TN
Bidder(Firm) J)'it irk Coiv 5-rrvcrloM �N G
Date: 9 -19-07
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 r Date eery and Address of Owner
'r• .5-61 m
6r coo -S niw-Y -Sews-R' f ALL '06 &Ty CF en r'n s IN
ti
4 Sr °to
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
41' '17, 000' .> NIICYY SEwFR F0)4. '07 CITY cF GPZHEL rN
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.
A 11 F_e.c LLN .5-vgu1rB•r4m (/T'/__rT I ES
SITE a SEW E R
1>°T1_1cH CON Ting C1-012S
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc and any other information which you
believe would enable the governmental unit to consider your bid.) PER FI_An s t Specs
2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor. Pc •T BI D
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. Fors T B i t>
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.
NEcgsspwy EQu,➢HE/ur ?EQui Q6C T ecbea, WoxK
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. N(E5
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.