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
B I D The items listed herein will constitute a complete Contract. A Bid must be made on each item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. All specific cash allowances are included in the prices set forth below and have been computed in accordance with paragraph 11.8 of the General Conditions. Item Est. Unit Price in Figures Total Est, No. Description Amt. Unit 9 Total Unit Price in Words Cost of Item ninety five hundred 1 Mobilization 9, 500 00 A_ 1 LS 9 , 500 00 dollars 2a 24-inch PVC, ASTM F-679, T-1 . 2400 LF 163 00 one hundred sixty three 391, 200 00 Ar.l 1 2b 8, 400 00 Lateral Reconnections 3 EA 2, 800 00 dollars . thirty four hundred 3a Manholes, 5ft. Dia., Type II 6 RA 3, 400 00 dollars 20, 400 00 Dog House Manhole, 5-ft. 4, 000 00 four thousand dollars 4, 000 00 3b Dia, Type II 1 EA 3c Connection into Ex. M.H. 1-1 1 2, 500 00 twenty five hundred EA dollars 2 , 500 00 7, 500 00 seventy five hundred 4a southern Stream Crossing 1 EA dollars 7, 500 00 I 7, 000 00 seven thousand dollars 7 , 000 00 4b Northern Stream Crossing 1 5a seeding and Mulch 4500 SY 2. 00 two dollars 9, 000 00 1 5b Sod 4500 SY 4. 50 four dollars fifty cents2O, 25O 00 6 1-inch Sugar Maple Trees 150 00 one hundred fifty 12 EA _ dollars 1 , 800 00 A-8-3 • B I D The items listed herein will constitute a complete Contract. A Bid must be made on each item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents . All specific cash allowances are included in the prices set forth below and have been computed in accordance with paragraph 11. 8 of the General Conditions. Item Est. Unit Price in T Figures Total Est. 9 Total Unit Price in Words No. Description Amt, Unit Cost of Item 7 Audio-Video Recording 1 LS ' 2, 000 00 two thousand dollars 2, 000 00 TOTAL ESTIMATED CONSTRUCTION COST: 483, 55C . 00 specific'46o1.doc A-B-3a EXHIBIT A BID CONTRACT IDENTIFICATION: City of Carmel, Indiana Keystone Interceptor Relief Project • Contract 59 THIS BID IS SUBMITTED TO: City of Carmel C/o Clerk Treasurer One Civic Square Carmel, Indiana 46032 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in the Agreement and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER'S Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a)BIDDER has examined and carefully studied the Bidding Documents and the following Addenda, receipt of all which is hereby acknowledged: (List Addenda by Addendum Number and Date: ) Number Date Number Date 1 6/14/06 (b)BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work. (c)BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance, or furnishing of the Work. (d)BIDDER has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. BIDDER accepts the determination set forth in paragraph SC-4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which BIDDER is entitled to rely as provided n pecific14061.doc 451-5887 A.-S--1 in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy of completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER and safety precautions and program incident thereto. BIDDER does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with times, price and other terms and conditions of the Contract Documents. (e)BIDDER is aware of the general nature of the Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. (f)BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. (h)This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm, or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 4. BIDDER will complete the Work for the unit prices shown on the following pages: specific\4061.doc 451-5887 n-6-1 5. BIDDER agrees that. the Work will be substantially complete and completed and ready for final payment in accordance with paragraph 14. 13. of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 6. The following documents are attached to and made a condition of this Bid: a) Required Bid Security in the form of Surety Bond or Certified Check. (b) Indiana Revised Form 96. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated below Bidder's signature or to the following address= fleetwood contracting corp 5535 hickory rd Indianapolis in. 46239 B. The terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General Conditions or Instructions. Submitted on june 21 -06 , 2006 specific\4061.doc A-6-4 451-5887 Form No.96(Revised 2005) BID OF Fleetwood Contracting Corooration (Contractor) 5535 South Hickory Road (Address) Indianapolis, IN 46239 FOR PUBLIC WORKS PROJECTS OF City of Carmel Filed Action taken State Form 52414 Prescribed by State Board of Accounts Fomr 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: June 21, 2006 1. Governmental Unit(Owner): City of Carmel 2. County: _Hamilton 3. Bidder(Firm): Fleetwood Contracting Corporation Address: 5535 South Hickory Road City/State: Indianapolis, IN 46239 4. Telephone Number: 317-862-4411 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 City of Carmel (Governmental Unit) in accordance with plans and specifications prepared by Jones & Henry Engineers. LTD. and dated 2006 for the sum of four hundred eighty three thousand five $ 983 , 550 . 00 hundred fifty dollars 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 f f (For projects of $100,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel Bidder(Firm) Fleetwood Contracting Corp Date: June 21, 2006 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 196,000.00 Lift Station 12/04 Town of Avon 79,249.30 Water Main 07/05 City of Carmel 198,00000 Water Main 08/05 Town of Frankfort 284,000.00 Storm Sewer 08/05 Town of Cumberland 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 1,500,000.00 Sanitary Sewer 05/06 Town of Greenfield 176,480.00 Lift Station 12/05 Town of Arthur 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. see attached reference letters 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.) Our firm is available to start this project at a moment's notice with 7-10 workers and installing this project in a professional manner working with the owner to ensure they receive a high quality job. 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. At a later date. 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. At a later date. 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 page 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. 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. 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. • 1998 John Deere 892 Excavator, • 2004 Kamatsu 200 Excavator, • 1997 Volvo Dump Truck, • 1996 Volvo Dump Truck, • 2003 580 M Loader Backhoe, • 1998 580 L Loader Backhoe, • 2002 650 H John Deere Dozer Trench Box Pipe Laser EXHIBIT A BID CONTRACT IDENTIFICATION: City of Carmel, Indiana Keystone Interceptor Relief Project • Contract 59 THIS BID IS SUBMITTED TO: City of Carmel C/O Clerk Treasurer One Civic Square Carmel, Indiana 46032 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all, Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in the Agreement and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER'S Notice of Award. • 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a)BIDDER has examined and carefully studied the Bidding Documents and the following Addenda, receipt of all which is hereby acknowledged: (List Addenda by Addendum Number and Date. ) Number Date Number Date # l Glt4106 (b) BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work. (C)BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance, or furnishing of the Work. (d)BIDDER has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. BIDDER accepts the determination set forth in paragraph SC-4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which BIDDER is entitled to rely as provided • specificA40En.doc 451-5887 n-B-1 in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy of completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER and safety precautions and program incident thereto. BIDDER does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with times, price and other terms and conditions of the Contract Documents. (e)BIDDER is aware of the general nature of the Work to be performed by Owner and others at the site that relates to Work for which this Hid is submitted as indicated in the Contract Documents. (f)BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. (h)This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm, or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 4. BIDDER will complete the Work for the unit prices shown on the following pages: specific\4061.doc 451-5887 A-B-2 B I D The items listed herein will constitute a complete Contract. A Bid must be made on each item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents . All specific cash allowances are included in the prices set forth below and have been computed in accordance with paragraph 11. 8 of the General Conditions. Item Est . Unit Price in Figures Total Unit Price in Words Total Est. No. Description Amt.. Unit Cost of Item Twenty nine thousand nine hundred 1 Mobilization 1 LS 29,981 00 eighty one and 00/100 dollars "29981 .00 Three hundred six thousand three 2a 24-inch PVC, ASTM F-679, T-1 2400 LF 127 65 hundred sixty and 00/100 dollars 306;360 Op Six thousand seven hundred forty 2b Lateral Reconnections 3 EA 2,247 00 one and 00/100 dollars 6,741 00 Twenty four thousand three and 3a Manholes, Sft. Dia. , Type II 6 EA 4,000 50 00/100 dollars 24,003 00 Dog House Manhole, 5-ft. Six thousand nine hundred nineteen 3b Dia, Type II 1 EA 6,919 00 and 00/100 dollars 6,919 CO Ten thousand nine hundred seventy 3c Connection into Ex. M.H. 1-1 1 EA 10,971 00 one and 00/100 dollars 10,971 00 Thirteen thousand thirty six and 4a Southern Stream Crossing 1 EA 13,036 00 00/100 dollars 13,036 00 Twelve thousand seventy three and 4b Northern Stream Crossing 1 EA 12,073 CC 00/100 dollars 12,073 00 Six thousand two hundred fifty"five 5a Seeding and Mulch 4500 sr 1 39 and 00/100 dollars 6,255 00 sb Sod 4500 sr Eighteen thousand and 4 CO 00/100 dollars 18,000 00 1-inch Sugar Maple Trees Four thousand two hundred seventy 6 i 12 Ea, 356 50 eight.and 00/100 dollars 4,278 CO 'y , A-B-3 • B I D The items listed herein will constitute a complete Contract. A Bid must be made on each item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents . All specific cash allowances are included in the prices set forth below and have been computed in accordance with paragraph 11.8 of the General Conditions. item Est. Unit Price in Figures Ei u Total. Est. No. Description Amt. - Unit g Total Unit Price in Words Cost of Item 7 Audio-Video Recording 1 LS Two thousand one hundred twenty 2,122 00 two and 00/100 dollars 2,122 '00 Four hundred forty thousand seven TOTAL ESTIMATED CONSTRUCTION COST: hundred thirty nine and 00/100 dollars 440,739 00 specific‘AOcl.doo ;._2_23 • 5. BIDDER agrees that the Work will be substantially complete and completed and ready for final payment in accordance with paragraph 14. 13. of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 6. The following documents are attached to and made a condition of this Bid: (a) Required Bid Security in the form of Surety Bond or Certified Check. (b) Indiana Revised Form 96. 7 . Communications concerning this Bid shall be addressed to the address of BIDDER indicated below Bidder's signature or to the following address: 8. The terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General Conditions or Instructions. Submitted on `SUde, 2,1 sr- , 20 0� speci.fie\4061.doc 151-5887 If BIDDER is : An Individual By (Individual's Signature) Doing business as Business address: Phone No. : A Partnership By (Firm Name) (General Partner's Signature) (Title) Business address : Phone No. : A Corporation ,q By dl. 21 Gu3eE2J.t4Gr 4-414 ct\w Clot k%uOC T ftSC (Corporation Name) 101)0 A- (Sta of Incorporation) (Signature of Person Authorize. -c Sign) tear2 Uortm4- `Fbul&S tQES[De 3 ( (Title) (Corporate Seal) Attest 4 • ,_ - C.JW� (Secretary) Corporate Address: 8+ Z. F.) , CQa.el 3Q.C_ at tarlaAAN1 al ;PEC..6a , (qt 4 C i4 o Phone No. : �7 - 79,t L t r 't Date of Qualification to do Business is: 6-‘ . 14 specific\4061 .doc A-P-5 451-588 A Joint Venture By (Signature) (Address) By (Signature) (Address) Phone Number and Address for Receipt of Official Communications : (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above. ) • speciticA4061.doc A-B-6 451.-5887 Prescribed by State Board of Accounts Form No 96(Revised 2000) CONTRACTORS BID FOR PUBLIC WORK PART I (To be completed for all bids) (Please type or print) Date: June 21, 2006 1. Governmental Unit (Owner): City of Carmel. IN 2. County : Hamilton 3. Bidder(Firm): Central Engineering & Construction Associates, Inc. Address: 3862 N. Commercial Parkway CitylState: Greenfield, IN 46140 4. Telephone Number: 317.894.1990 5. Agent of Bidder(if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Carmel. IN (Governmental Unit) in accordance with plans and specifications prepared by Jones & Henry Engineers, Ind and dated 2006 for the sum of See itemized or000sal $ The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I.C. 5-16-8-2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. • ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (Complete sections 1, 11, III, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars($100,000) or more. (IC 36-1-12-4) Governmental Unit: City of Carmel, IN Bidder (Firm) Central Engineering &Construction Associates, Inc. Date: 6121106 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one(1) year prior to the date of the current bid? When Contract Amount Class of Work Completed Name and Address of Owner $339,369 Earthwork& Storm 6/05 Indianapolis International Airport $394,374 Earthwork, sanitary March 2005 Zionsville Community Schools sewer, storm 900 Mulberry Street drainage Zionsville, IN $1,303,212 Sanitary Sewer March 2006 Clay Twp. Regional Waste District $256,182 Sanitary Sewer January 2006 Indianapolis Airport Authority $504,579 Sanitary Sewer& Lift April 2006 Clay Township Regional Waste Station District, Indianapolis, IN 2. What public works projects are now in process of construction by your organization? When to be Contract Amount Class of Work Completed Name and Address of Owner $1,700,000 Excavation & Box Aug. 2006 Indianapolis Airport Authority Culverts $705,000 Earthwork & Utilities Nov. 2006 Ft. Harrison Re-use Authority • 3. Have you ever failed to complete any work awarded to you? No If so, where and why? 4. List referenced from private firms for which you have performed work. Precedent Homes Gillatte General Contractors Summit Construction Co. Mansur Development Corporation Western Hancock Utilities Hamilton Southeastern Utilities R & F Development Mann Properties Centex Homes 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.) After staking, videoing, mobilization, dewatering and relocation of the power pole(s), we would proceed with the installation of the sewer starting at the lowest end. Upon completion, we will finish grade and seed—and test as required. 2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. We will sub: Field engineering, videoing (if required)and Erosion Control/Seeding 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. See financial statement for complete list: Excavator and Loader 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. Yes ..1gEli ,lam lig9i ! Jam lam mill ism Jew JOU data AEI affilit AIM Ala ABM MIR MOR A` • B I D The items listed herein will constitute a complete Contract. A Bid must be made on each item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual • quantities determined as provided in the Contract Documents. All specific cash allowances are included in the prices • set forth below and have been computed in accordance with paragraph 11. 8 of the General Conditions . • Item Est. Unit Price in Figures Total Unit Price in Words Total Est. • No. Description Amt. Unit lI/ j��\\ * \ n ,�p�� Cost of Item 1 Mobilization 1 LS I i A DO Ki+n{ aki—M i\in ins Ic � b e Dam « lL 1� 2a 24-inch PVC, ASTM F-679, T-1 2400 LF I I 00 - A-t u� ,� 4BlYth 63 • • • oT1 • 2b Lateral Reconnections 3 EA 1 )COrD 'Old J�LA"-4-0_,./.. ,,,511,..4O �1(G-7-3 `Y� �C. Manholes, 5ft. Dia. , Type II 5 EA �1,"�` �, 1� t-tu e, y��% -FkS tc b Dog House Manhole, 5-ft. 11 �� Up / �ql � I \I,) Cs` 3b Die, Type II 1 EA -U���Yi0.LSs LJ-th `3J • 3c Connection into Ex. M.H. 1-1 1 RA �) 144 tL 1u-Itr $.J �j o 4a Southern Stream Crossing 1 EA �)-� m 3..7� � '� a tcii C)i T; WL.L\JU F1 L 4co-iel i `� 4b Northern Stream Crossing 1 EA I�) � ' c:c � �ULs 1r� uJV �� 5a Seeding and Mulch 4500 5Y �� �W� ��`� ��l!W W 5b Sod 4500 SY f.•a `, _ y 1��L l4L.S ilAY1 OM � ��r QLL_HLMI! Ui J1 1-inch Sugar Maple Trees Ll � J�?�� `� ,Ct I( 5 12 EA til_'"J"1l) I All-3 sae sum AGM AA an RiM is at it 111 D The items listed herein will constitute a complete Contract. A Bid must be statement. Bidder acknowledges that quantities are not guaranteed and final on each item with ed qualifying g q g payment will be based the actual quantities determined as provided in the Contract Documents . All specific cash allowances are included in the prices set forth below and have been computed in accordance with paragraph 11. 8 of the General Conditions. Item Est. No• Description Amt. Unit Unit Price in Figures Total Unit Price in Words Total Est . Cost of Item 7 Audio-Video Recording 1 LS ji-bh b` TOTAL ESTIMATED CONSTRUCTION COST: � ��"""L n`r Y ; I wo .you- 5 YLdi, 66 • SPCd fic,gasl.d�c r.-b-3a 9r --Y w 1qi �. r-Ptgra tttc._' bvt�, IF if EXHIBIT A R��� BID 1 CONTRACT IDENTIFICATION: City of Carmel, Indiana Keystone Interceptor Relief Project Contract 59 i THIS BID IS SUBMITTED TO: City of Carmel C/O Clerk Treasurer ill One Civic Square Carmel, Indiana 46032 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in the Agreement and in accordance with the other terms and conditions of the Contract Documents, 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those 4 dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. BIDDER will sign and submit 777 the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER'S Notice of Award. . 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a)BIDDER has examined and carefully studied the Bidding Documents and the following Addenda, receipt of all which is hereby acknowledged: (List Addenda by Addendum Number and Date. ) Number to Number Date Ild I (b) BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, 4 performance and furnishing of the Work. (c) BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance, or furnishing of the Work. (d)BIDDER has carefully studied all reports of explorations and tests of • p, subsurface conditions at or contiguous to the site and all drawings of 1 physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. BIDDER accepts the 9tl determination set forth in paragraph SC-4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which BIDDER is entitled to rely as provided specific\9061.doc 951-5987 4-©_I 1 in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy of completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER and safety precautions and program incident thereto. BIDDER does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with times, price and other terms and conditions of the Contract Documents. (e)BIDDER is aware of the general nature of the Work to be performed by Owner and others at the site that relates to Work for which this Rid is submitted as indicated in the Contract Documents. (f)BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. (h)This Bid is genuine and not Made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm, or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 4. BIDDER will complete the Work for the unit prices shown on the following pages: specific\4061.doc 451-5887 A-H-1 I 5. BIDDER agrees that the Work will be substantially complete and completed and ready for final payment in accordance with paragraph 19 .13 . of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement- _ 6. The following documents are attached to and made a condition of this Bid: (a) Required Bid Security in the form of Surety Bond or Certified Check. (b) Indiana Revised Form 96. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated below Bidder's signature or to the following address : ^n )4-146 1 LL t \\P`k t1010:::[11 g rA LD The terms used in this Bid which are ed in the General Conditions or Instructions will have the meanings indicated in the General Conditions or Instructions . Submitted on A / , 20112. 2 a 5 11 I specific\4051.doc 451-5887 If BIDDER is : An Tndividual By (Individual 's Signature) Doing business as ' Business address: Phone No. : A Partnership By '11 (Firm Name) (General Partner's Signature) (Title) Business address: I 1 Phone No, : A Corporation rl /cIr n / ' n n By H- V�V d,n I (Corpora ion Name) (State of Inco-nporation) ilf —fSygnature of Person Authorized to Sign) (Title) (Corporate Seal) Attest , AJ a I (Secret ry) Corporate Address: .Svu) L` a6y) r 11 Phone No. : S_ 11)`-ef _ L Date of Qualification to do Business is: QOw• I specific\4061.do' 951-5897 A-B-S A aoint Venture By (Signature) (Address) By (Signature) (Address) Phone Number and Address for Receipt of Official Communications : (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above. ) i I Ii I specific\4061.doc A-B_6 451-5887 Form No 96(ReNsed 2005) BID OF ATLAS EXCAVATING, INC. 4740 SWISHER ROAD WEST LAFAYETTE, IN 47906 FOR PUBLIC WORKS PROJECT OF City of Carmel IN Keystone Interceptor Relief Project Filed: June 21, 2006 Action taken State Form 52454 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: June 21, 2006 1. Governmental Unit{Owner): City of Carmel IN 2. County: Hamilton 3. Bidder(Firm): Atlas Excavating, Inc Address: 4740 Swisher Rd., Bldg.A CityiState: West Lafayette, In 47906 4. Telephone Number: 765-429-4800 5. Agent of Bidder(if applicable): NA Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Carmel IN (Governmental Unit) in accordance with plans and specifications prepared Jones and Henry LTD and dated 2006 for the sum of +-11—os 6._.rv.00D HI tJ0'Li —I WI) I } 4f.ID Of.04(5 s The under-signed further agrees to furnish a bond or certified check with this hid 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 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 tor 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 IN Bidder (Firm): Atlas Excavating, Inc. Date: June 21, 2006 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one(1) year prior to the date of the current bid? Contract Amount Class of Work When Completed Name and Address of Owner 8,808,241.00 SewerANaterMain 2005 City of Greenwood 1,342,129.99 Sewer 2005 City of Speedway Sewer 1.919.137.00 Sewer 2005 City of Renssalaer 3,109,236.00 SewerA atermain 2005 Plainfield Clarks Crk Ph3 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be Name and Address of Owner Completed 1,294,657.00 SeweriWater 2006 Plainfield Reeves Road 3,548,206.00 Sewer 2006 Andrews/Norwood Sanitary Distric 5,174,852.23 Sewer/Storm 2007 Park East Blvd/City of Lafayette 8,518,219.75 Hwy/Utility 2007 Anderson MLK BLVD/INDOT 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. Walsh&Kelly-Les Heiser Rieth-Riley Constructor-Eric Green Maddox Industrial-Jay Maddox: Daniel, Mann. Johnson&Mendenhall(DMJM)- Roy Coffey G&L Development- Brian Keene; 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. As per Plans& Specifications 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work)that you have used on public works projects during the past five (5) years along with a brief description of work done by each subcontractor. See attachment to form 96 (rev 2005) 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 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. As per Plans and Specifications 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. As per Plans and Specifications 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 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. _ - Tit Jones & Henry Engineers, Ltd. City of Carmel, Indiana Keystone Interceptor Project Contract No. 59 ADDENDUM al June 14, 2006 Plan holders on the City of Cannel Keystone Interceptor Relief Project, Contract No. 59, for the City of Carmel, Indiana arc hereby notified of the following amendments to the Specifications. This Addendum is hereby made a part of the Contract Documents. Specifications Page 01043-5 Delete this page and insert the attached page 01043-5r(revised) Drawings None RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED ON PAGE A-B-1 OF THE BID. Attachment: 01043-5 r(rev i s ed) r:oIticelgovern/cannellkeystone interceptor/c59/addendum I (451-5887) j PART 3 EXECUTION None. PART 4 SPECIAL PROVISIONS 4-91 MAINTAINING FLOW IN EXISTING SEWERS A. Flow in existing storm, sanitary and private sowers shall be maintained at all times during construction of this project. The Contractor shall furnish and install all necessary temporary facilities required to maintain the flow in existing sewers including bulkheads, plugs, stop planks, flumes, coffer darns, pumping equipment, valves, etc. B. Contractor is to maintain flow of existing IS-in, sewer by means of bypass pumping when the Contractor is on site During which time the Contractor is not present on site, bypass equipment is to be disabled and temporary piping installed to maintain flow by gravity. C. The Contractor is to be available 24 hours a day, 7 days a week to maintain flow of sewer. D. The City is able to divert a portion of the dry weather flow into a wet weather pump station on I l6th St. This pump station pumps flow east on 116°1 St. then south on Gray Road to. the 24-in interceptor on 106th St (next Ml-I downstream of Ex.MI-I 1-1) The City will divert flow into this pump station during dry weather conditions. The Contractor will need to bypass pump the remaining flow around the work area. Gravity flow through the work area will need to be maintained during times of wet weather, unless the Contractor can show that the flow can be conveyed around the work area. through a combination of bypass pumping and the City's diversion at 1 16`1 St. E_ The wastewater flows anticipated are as follows: Flow ihnl Flow diverted Bypass Pumping Flow Measurement E.x.NMI- to 1161h SI. Minimum P.Sta. Requirements Dry Weather Average Flow (MGD) 1.5 0.8 N/A Dry Weather Peak Hourly Flow (MGD) 2.4 I 0 1.4 Wet Weather Peak Hourly Flow 4.5 I.l N/A (MGD) 4.02 MAINTAINING TRAFFIC • A, Two lane traffic must be maintained on 106th St up to the immediate area of construction where the traffic can be restricted to one lane between the hours of 9:00am and 3:30pm weekdays. If traffic is restricted to less than two lanes then driver notification signs before the restriction and naggers will be required. B. A minimum of one week notification must he provided prior to restricting any traffic on I061h St_ A traffic control plan must be submitted prior to the restriction_ C. Contractor is to restrict his operations to the existing 30-ft wide easement and or WW along 196°' Street at all times.. Contractor will not be allowed to use the Church's drive, facilities, or lawn area outside of the easement. D. Contractor can not perform any work from August 2 to S except to maintain flow as required due to a function at. the Church. The work area must be reasonably clean and rough graded prior to this time. END OF SECTION Coordination and Control of the Work Section 111047-it Keystone Interceptor Improvements Project/4d -5887 EXHIBIT A BID CONTRACT IDENTIFICATION: City of Carmel, Indiana Keystone Interceptor Relief Project Contract 59 THIS BID IS SUBMITTED TO: City of Carmel • C/O Clerk Treasurer one Civic Square Carmel, Indiana 46032 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and .within the Bid Time indicated in the Agreement and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening- BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date Of OWNER'S Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined and carefully studied the Bidding Documents and the following Addenda, receipt of all which is hereby acknowledged: (List Addenda by Addendum Number and Date. ) Number ( Date Number Date (b)BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work. (C)BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance, or furnishing of the Work. (d)BIDDER has carefully studied all reports of ,explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. BIDDER accepts the determination set forth in paragraph SC-4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which BIDDER is entitled to rely as provided specific\4061.doc 451-5887 A-B-1 • in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER'S purposes. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy of completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER and safety precautions and program incident thereto. BIDDER does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with times, price and other terms and conditions of the Contract Documents. (e)EIDDER is aware of the general nature of the Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. (f)BIDDER has correlated the information known to BIDDER, information. and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. (g)BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. (h)This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm, or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 4. BIDDER will complete the Work for the unit prices shown on the following pages: specific\1061.dac 951-5887 A-B-2 B I D The - items listed herein will constitute a complete Contract. A Bid must be made on each item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. All specific cash allowances are included in the prices set forth below and have been computed .in accordance with paragraph 11.8 of the General Conditions . Item Est. Unit Price in Figures Total Unit Price in Words Total Est. No. Description Amt. Unit - Cost of Item 1 Mobilization 1 L5 CSC +11-1e41"4/ 7 O- LOUS2c{Cl. ,, �OC� t r 2a 24-inch PVC, ASTM F-679, T-1 2400 LF 117D Opt Gw; (L'.e6( v1(1 04) • h h /i��J /- ^7 2b Lateral Reconnections 3 EA o` e��G eu "'i� '�� [Q / U 3a Manholes, 5ft. Dia., Type II 6 EA j g� r% —flt(,iy (77ic k(1ilelre-G( mo Dog House Manhole, 5-ft. (y7 r 3b Dia, Type II 1 EA I —72S -Pirriy T-evre1 % Jete ij,F( 2-f 3c Connection into Ex. M.H. 1-1 I EA / 07S me 11163-94(4 creV(e f Ti6le `0-75 4a Southern Stream Crossing /'-'� jT�CtcT lit IS Cd(� 4b Northern Stream 'Crossing 1 EA f S G -csi isLUaLCL( iS eGL' l / 5a Seeding and Mulch 4500 J J 0 j j t. (15-6 0 s 5b Sodom r -111/ 7 4500 SY 6 1-inch Sugar Maple Trees IIIIIEA f� sl bt'1.t it Vitt eI_( iebA -twit /s t ' • AD3 I D The items listed herein will constitute a complete Contract. A Bid must be made on each item with no qualifying statement. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. All specific cash allotjances are included in the prices set forth below and have been computed in accordance with paragraph 11. 8 of the Genera Conditions, ' .1 Item - Est. Unit Price in Figures Total Unit Price in Words Total Est. No. Description Amt. Unit Cost of Item 7 Audio-Video Recording 1 LS - TOTAL ESTIMATED CONSTRUCTION COST: spectCj c‘10o1.doc A_B-:a 3,51C- o cr ` - 5. BIDDER agrees that the Work will be substantially complete and completed and ready for final payment in accordance with paragraph 14 .13. of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. • 6. The following documents are attached to and made a condition of this Bid: • (a) Required Bid Security in the form of surety Bond or Certified Check. (b) Indiana Revised Form 96. 7. Communications concerning _ this Bid shall be addressed to the address of BIDDER indicated below Bidder's signature or to the following address: Eagle Valley Inc. • 3401 North Raceway Road, Indianapolis. IN 46234 8. The terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General conditions or Instructions. Submitted on - June 21. , 20 06 • specific\4061.doc A-8-4 451-5887 If BIDDER is: An Individual By (Individual's Signature) Doing business as Business address: Phone No. : . A Partnership' By • (Firm Name) (General Partner's Signature) • (Title) Business address : Phone No. : A. Corporation By Eagle Valley Inc . (Corporation Name) I ndi.ans ' ) tate of Incorporation) I i '�!/ I Charles H- Norman { _nature�of Person Authorized to Sign) president (Title) 4 (Corporate Seal) Attest / lJJ,//,rr Charles ii. Norman • '' -cretaly) Corporate Address : 3407 North Raceway Road Indianapolis , IN 46234 Phone- No. : (317) 297.-87.04 Date of Qualification to do Business is : 4/27 /1989 specific14051.doc A-B-S 451-5887 A Joint Venture By (Signature) (Address) By (Signature) • (Address) Phone Number and Address for Receipt of Official Communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above. ) • • specific\4061.doc A-B-6 451-5887 • PrescrtM by a.%Ward of Aceowrs boyre Forms•Systems,Mum.,IN 1r40 Fa.N.%ORevued 2t oI CONTRACTORS BID FOR PUBLIC WORKS • PART I (To be completed for all bids) (Please type or print) Date: Julie 21 , 2006 1. Governmental Unit (Owner)' City of Carne 1 , Indiana 2. County: llami It on 3. Bidder (Firm): Eagle Valle:, Inc. Address: 3401 N. Raceway Road City/State: Indianapolis, IN 46234 4. Telephone Number (317) 291-8104 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of Cit:v of Cannel. Indiana - (Governmental Unit) in accordance with plans and specifications prepared by Jones & Henry Engineers. Ltd and dated 2006 -_ for the sum of Three Hundred Fifty Five Thousand Fifty $( 355 , 050 . 00 The undersigned further agrees to furnish a 8&d1d&rcLrti-n d 411E,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) 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 F by me for this project will use U.S. sleet products on this project if awarded. f 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 c•rrect to the best of my knowledge and belief. Dated at indianapntis, IN this 21st .,ay of J' me 2006 Ea 1e Val ey y�iq . P (Fed I 35-1766975) nlzation) By •I�, Char PS Norma pres i .ent: president. (Title of Person Signing) ACKNOWLEDGEMENT STATE OF INDIANA t9P,Ri0N ) SS: COUNTY OF } Charles H. Norman being duly sworn, deposes and says that he is presidenr of the above Eagle Valley Inc. and that the (Title) (Name of Organization) statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this 21st day of June 2006 \Ann* u Notary Public Dixie Smi_r_h Kirts , My Comissior Expires: May 3, 2009 County of Residence: Hendricks County, Indiana ,1 ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100.000) or more. (IC 36-1-12-4) Governmental Unit: City of Carne}-, 1id [ana Bidder (Firm) Eagle Valley Inc . Date: June 21 , 2006 These statements to be.submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work When Name and Address of Owner Completed See attached sheer 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be Name and Address of Owner Completed See attached steer: • 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. None at present time 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.) Eagle Valley Inc. will proceed with sufficient supervision, manpower and equipment to complete the project within the provisions as set forth by the contract .specifications. 2. It 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. It is unknown iE subcontractors will be used on this project or whether the work will be performed by Eagle Valley ' s own forces. Additionally, it i.s unknown if bonds will be required of the subcontractors. 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. See attached equipment list. 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. No contracts have been let regarding this project. Most material items have been quoted.