Loading...
HomeMy WebLinkAboutBid Information and Packets BIDDER'S ITEl11IGbul) PROPOSAL. ANT) ECLARA1 IO i) NS City nl'Carmcl /,:shoe riotte 1�� Isidduz" Mi.) fin'nr sliall be u;f/1zu ! in' nil/ l3iuldcv.r_ L'vcupt ern' other•N.ixe spccit!cally prr,s�idetl, crh I'crrrs hcr11 he/itlh=curd ucrurulel)�filled ir4 amt!Corrrp/CW(1 and rrorcn i_cd. I'rL>jccI. 4074121 X117-O.i— ]ICr,Street Path and Pennsylvania Parkway Path I Proposal For Construction of : a pathway on the north side of I16rz' l Street from Pennsylvania Street to west of College Avenue, including new asphalt path construction, strum sewer installation, manhole adjustment to grade, and a street light relocation. Also, the construction of a pathway on the west and south side of Pennsylvania Parkway from IO3''r Street to College Avenue, including new asphalt path construction, concrete sidewalk and curb ramps, installation of a storm inlet and small diameter pipe, and existing manhole reconstruction. I Date: August 15, 2907 10: City of Carmel, Indiana, Board of Public Works and Safety I I I I l'AR'L 1 BIDDER INFORM A ION INrinf ! ,1 I3idsierName': Rieth-Riley Construction Co. , Inc. 1.2 Bidder Address: Street Address': 1751 W. Minnesota St. , PO Box 276 Cily: Indianapolis Stale' IN Lip: 46206 _ Phone: 317/634-5561 Fax 317/631-6423 I .3 1:3icider is a/an /irrark orre] individual Psrniership xx Indiana Corporation Foreign Out of State) Corporation; State: Joint Venture Other 1_4 [The follot-rnrg mast be answered if the Bidder or any of its partners or joint renhrre parties rs aforeigv corporation. Nose: To do husHtess in or with the env of Carmel. inita tu,_foreign corporations must register with the Sccrelcrrlr of the State of Indiana as reguirecl by the Indiana General Corporation Act as stored therein and expressed in the .4itorncy General's opinion IC. doted January 23 1 y.5b'_7 I .1 Corporation Name: 2 Address: Date registered with State of fndianu: .4 Indiana 1Ccuistered Age'it Name: - Address: I I 131 D-2 7 • PAR"I' 2 IBID PROPOSAL 2.1 Base Bid The unre suited Bidder proposes ur furnish all neces,;ury I Thor_ machinery. rains_ apparatus nrrueri-els equipment service and other necessary supplies, and uO perinrtu and fulfill all obligations incident thereto in strict acenrdancy with and within the umc(s, provided by the terms and conditions of the Contract I)amunents for the above described Work and Project, including any and nll addenda thereto, fur the Unit Prices applicable to the Contract hen, as stated in Part 3 hereof, which Unit Prices. when multiplied by estimated unit quantities for such Contract Items. total Two Hundred Ninety Six Thousand Two Hundred and 00/100 --- Dofars ($ 296,200.00 1. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further aeiciio aledaes 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. 'fhe Bidder further understands that all Work which may result on the Contract shall he compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do apt guarantee the amount of quantity of any item of Work to be performed or furnished under the Contract. I BID-, PART 3 CONTRACT ITEMS . ND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts fo rthe Contract Items shown] Itemized Proposal 116th Street and Pennsylvania Parkway Path Projects Item # Item Quantity Unit Unit Cost Total Cost 1 Construction Engineering 1 LS S 4,555.00 $ 4,555.00 2 Mobilization/ Demobilization 1 LS $ 14,660.00 $ 14,660.00 3 Maintenance of Traffic 1 LS $ 7,200.00 $ 7,200.00 4 Clearing Right of Way 1 LS $ 13,500.00 $ 13,500.00 5 Linear Grading 4925 LFT $ 5.80 $ 28,565.00 6 Inlet, Type E 2 EA 5 1,900.00 $ 3,800.00 7 Inlet, Type .1 3 EA $ 1,700.00 $ 5,100.00 8 Inlet, Type A 1 EA $ 7,600.00 $ 1,600.00 9 Core Existing Structure 2 EA $ 600.00 $ 1,200.00 10 12" RCP 455 LFT $ 42.00 $ 19,110.00 11 12" Concrete Pipe End Section 4 EA $ 740.00 $ 2,960.00 12 B-Borrow for Structure Backfili 80 CYS $ 16.00 $ 1,280.00 13 Pipe for Underdrain - 4" _ 250 LFT 5 6.20 $ 1,550.00 14 Aggregate for Underdrian 10 CYS $ 55.00 $ 550.00 15 Geotextiles for Underdrain 140 SYS $ 7.30 $ 1,022.00 16 Rip Rap, Revetment, Maximum 6 in. 24 SYS $ 25.00 $ 600.00 17 HMA Surface for Path 370 TON $ 79.00 $ 29,230.00 18 HMA Intermediate for Path 610 TON $ 59.00 $ 35,990.00 19 HMA Surface for Patching 2 TON $ 370.00 $ 740.00 20 Concrete for Street Repair, Depth - 12" 16 SYS $ 130.00 $ 2,080.00 21 Flowable Fill for Street Repair 20 CYS $ 81.00 $ 1,620.00 22 Compacted Agg. No. 53, Base 1225 TON $ 21.00 $ 25,725.00 23 4" Concrete Sidewalk 7 SYS $ 78.00 $ 546.00 24 Adjust Manhole Casting to Grade 3 EA $ 350.00 5 1,050.00 25 Reconstruct, Sanitary Manhole 1 EA $ 4,800.00 $ 4,800.00 26 Reconstruct, Storm Manhole 1 EA $ 2,500.00 $ 2.500.00 27 Relocate, Light Pole 1 EA $ 840.00 $ 840.00 28 Curb and Gutter, Concrete 60 LFT $ 31.00 $ 1,860.00 29 Straight Concrete Curb 220 LFT $ 38.00 $ 8,360.00 30 Curb Ramp, Type G 24 SYS $ 110.00 $ 2,640.00 31 Curb Ramp, Type H 90 SYS S 100.00 $ 9,000.00 32 Curb Ramp, Type K 52 SYS $ 110.00 $ 5,720.00 33 Modified Curb Ramp, Type a 18 SYS $ 100.00 $ 1,800.00 34 Modified Curb Ramp, Type L 44 SYS $ 110.00 S 4,840,00 35 Sodding, Nursery 8085 SYS 5 4.20 $ 33,957.00 36 Erosion Control Measures 1 LS S 9,300.00 S 9,300.00 Transverse Marking, Paint, Solid, 37 White, 4 in. 670 LFT $ 5.00 $ 3,350.00 38 Sign Relocation 1 LS $ 3,0001/0 $ 3,000.00 Total Bid I $ 296,200,00 I'AR'l 4 C:ON'I'14ACI' DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by LHc frnis goal prmvisions of uP Lunt tact Documents as defined in tha. Standard General Conditions and incurporatcs such Cunrrtct Doctunents herein 1w reference. 42 I'he Bidder acknowledges receipt or the I iIIowing addenda: ADDENDUM NUMBER DATE 1 8/15/2007 BID-6 cUe ! �( ,1/21 ( • it , �} . .w« . �} �9 9 Ec » < age wa )y,.>mv,r ! > . § gm> a : G w «<2 ©©« ;Hi; eiroLLI s « :y,77a gam aq 0! .TjAL,110 « 3zz «2JE + 11271 :0.1 2 !! mm0;)m z? 2 y, yyew m :e.7 ,m; >yo • !' & 21 u. ,.„g,t7 r .+r t , m 3z � < El y m ht 7,2 SN:q wawa 121\4(1 q: � � � f , BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall he utilized by all Bidders. Except as otherwise speciftccrlly provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: #07-02/#07-03 —1l e Street Path anti Pennsylvania Parkway Path Proposal For Construction of: a pathway on the north side of 116th Street from Pennsylvania Street to west of College Avenue, including new asphalt path construction, storm sewer installation, manhole adjustment to grade, and a street light relocation. Also, the construction of a pathway on the west and south side of Pennsylvania Parkway from 103m Street to College Avenue, including new asphalt path construction, concrete sidewalk and curb ramps, installation of a storm inlet and small diameter pipe, and existing manhole reconstruction, Date: AUGUST 15, 2907 To City of Carmel, Indiana, Board of Public Works and Safety BID-I • PART 1 • BIDDER INFORMATION (Print) !.i Bidder Name: E & B PAVING, INC. • 1 .2 Bidder Address:- Street Address: 17042 MIDDLETOWN AVE. City:NOBLESVTLLE State: INDIANA Zip: 46060 phone: 317-773-4132 Fax 317-773-4137 1.3 Bidder is clan/mark one/ Individual Partnership x Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [7'1w 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 Slate 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 Stare of Indiana: 4 Indiana Registered Agent: Name: Address: BID-2 I'ART 2 . BID PROPOSAL • 21 Base Bid The undersigned Bidder proposes to furnish all necessary Tabor, 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 THREE HUNDRED FORTY-SIX THOUSAND, FIVE HUNDRED TWENTY-SEVEN DOLLARS AND NINETY-EIGHT CENTS Dollars ($ 346,527.98 ). '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) Itemized Proposal 116th Street and Pennsylvania Parkway Path Projects Item # Item Quantity Unit Unit Cost Total Cost 1 Construction Engineering 1 LS $ 3,900.00 $ 3,900.00 2 Mobilization! Demobilization 1 LS $ 17,000.00 $ 17,000.00 3 Maintenance of Traffic 1 LS $ 15,650.00 $ 15,650.00 4 Clearing Right of Way 1 LS $ 16,000,00 $ 16,000.00 5 Linear Grading 4925 LFT $ 16.50 $ 81,262.50 6 Inlet, Type E 2 EA $ 1,400.00 $ 2,800.00 7 Inlet, Type J 3 EA $ 1,800.00 $ 5,400.00 8 Inlet, Type A 1 EA $ 1,700.00 $ 1,700.00 9 Core Existing Structure 2 EA $ 150.00 $ 300.00 10 12" RCP 455 LFT $ 33,00 $ 15,015.00 11 12"Concrete Pipe End Section 4 EA $ 750.00 $ 3,000.00 12 B-Borrow for Structure Backfill 80 CYS $ 22.00 $ 1,760.00 13 Pipe for Underdrain -4"- 250 LFT $ 19.00 $ 4,750.00 14 Aggregate for Underdrain 10 CYS $ 33.00 $ 330.00 15 Geotextiles for Underdrain 140 SYS $ 2.00 $ 280.00 16 Rip Rap, Revetment, Maximum 6 in. 24 SYS $ 70.00 $ 1,680.00 17 HMA Surface for Path 370 TON $ 83.51 $ 30,899.81 - _ 18 HMA Intermediate for Path 610 TON $ 62.48 $ 38,109.75 19 HMA Surface for Patching 2 TON $ 82.43 $ 164.87 - 20 Concrete for Street Repair, Depth -12"- 16 SYS $ 90.17 $ 1,442.72 21 Flowable Fill for Street Repair 20 CYS $ 95.00 $ 1,900.00 22 Compacted Agg. No. 53, Base 1225 TON $ 25.00 $ 30,625.00 23 4"Concrete Sidewalk 7 SYS $ 66.56 $ 465.92 24 Adjust Manhole Casting to Grade 3 EA $ 650.00 $ 1,950.00 25 Reconstruct, Sanitary Manhole 1 EA $ 950.00 $ 950.00 26 Reconstruct, Storm Manhole 1 EA $ 700.00 $ 700.00 27 Relocate, Light Pole 1 EA $ 1,200.00 $ 1,200.00 28 Curb and Gutter. Concrete 60 LFT $ 33.17 $ 1,990.20 29 Straight Concrete Curb 220 LFT $ 28.43 $ 6,254.60 30 Curb Ramp, Type G 24 SYS $ 152.63 $ 3,663.12 31 Curb Ramp, Type H 90 SYS $ 98.52 $ 8,866.80 32 Curb Ramp, Type K 52 SYS $ 106.89 $ 5,558.28 33 Modified Curb Ramp, Type A 18 SYS $ 136.12 $ 2,450.16 34 Modified Curb Ramp, Type L 44 SYS $ 100.00 $ 4,400.00 35 Sodding, Nursery 8085 SYS $ 3.55 5 28,701.75 36 Erosion Control Measures 1 LS $ 3,000.00 $ 3,000.00 37 Transverse Marking, Paint, Solid, White, 4 in. 670 LFT $ 2.25 $ 1,507.50 38 Sign Relocation 1 EA $ 900.00 $ 900.00 -Total Bid $ 346,527.98 • PART 4 CONTRACT DOCUMENTSAND ADDENDA 4. 1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 AUGUST 10, 2007 BID-6 DATE: August 10, 2007 PROJECT: 116th Street Path and Pennsylvania Parkway Path City of Carmel; Indiana NOTICE OF ADDENDUM NUMBER 1 1) The Pre-Bid Meeting Minutes have been included. 2) The Technical Specification Index has been revised. • 3) Technical Specification TS 20; Clearing Right-of-Way has been revised to include'relocation of light bollard and removal of gas markers. 4) Technical Specification T5 36, Sign Relocation has been added. 5) The Pennsylvania Parkway Path plan sheets 200;201, 300, 301 have been revised to include removal of street sign, relocation of business signs, relocation of light bollards;and removal of gas markers. 6) •The Itemized Proposal, pages BID-4 and BID-5, has been revised and included. 7). The Bidder:shall acknow#edge receipt of this Addend um by inserting the number and date in the space provided on.page BID-6,-Part 4.2 of the Bid Form, Page 1of1 PART S EXCEPTIONS Instructions To Bidders: 5.7 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. S.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: NONE BID-7 Form No. 96(Revised 2000) BID OF E & B Paving, Inc. (Contractor) 17042 Middletown Avenue Noblesville, IN 46060 (Address) FOR PUBLIC WORKS PROJECTS OF BOARD OF PUBLIC WORKS AND SAFETY. CITY OF CARMEL, INDIANA Filed , Action taken 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 August 15, 2007 1 Governmental Unit (Owner): BOARD OF PUBLIC WORKS AND SAFETY,CITY OF CARMEL,INDIANA 2. County: Hamilton County 3. Bidder(Firm): E & B Paving, Inc. -. Address: 17042 Middletown Avenue City/State: Noblesville, IN 46060 4. Telephone Number: (317) 773-4132 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 BOARD OF PUBLIC WORKS AND SAFETY,CITY OF CARMEL,INDIANA (Governmental Unit) in accordance with plans and specifications prepared b' CrossRoad Engineers, P.C. and dated June 18, 2007 for the sum of THREE HUNDRED FORTY-SIX THOUSAND, FIVE HUNDRED TWENTY-SEVEN DOLLARS AND NINETY-EIGHT CENTS $ 346,527.98 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 I, II, Ill, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100,000) or mare. (IC 36-1-12-4) Governmental Unit: BOARD OF PUBLIC WORKS AND SAFETY.CITY OF CARMEL,INDIANA Bidder(Firm) E & B Paving, Inc. Date: August 15, 2007 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 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 $5,025,683.00 ROAD RECON. 2006 INDOT R-27621 MAIN ST. PERU $9,637,208.00 ROAD RECON. 2006 INDOT R-26131 US 52 $5,425,209.00 ROAD RECON. 2006 INDOT R-28052 MCKINLEY $8,358,754.00 ROAD RECON. 2006 INDOT R-26409 US 36 2 What public works projects are now in process of construction by your organization? When Contract Amount Class of Work Completed Name and Address of Owner $4,850,000.00 ROAD RECON. 2007 INDOT R-28161 OLD CR 15 $19,860,378.00 ROAD RECON. 2007 CITY OF NOBLESVILLE 146TH ST. $15,070,101.00 CONCRETE 2007 R-286901-70 $23,283,632.00 CONCRETE 2007 INDOT R-26935 SR 62 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. MARINA UNLIMITED -GENE HEIWIG BEAZER COMMUNITIES-STEVE COOK PRECEDENT DEVELOPMENT-TIM PETERSON THOMPSON DEVELOPMENT-CHRIS WERTH SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 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.) E & B PAVING, INC., WILL BEGIN THE WORK WITHIN THE TIME ALLOTED IN THE PROPOSAL. THE WORK WILL BE CONSTRUCTED USING SOUND CONSTRUCTION PRINCIPLES AND COMPLETED IN THE TIME ALLOWED IN THE PROPOSAL. E & B PAVING, INC., HAS TWO ASPHALT PLANTS IN HAMILTON COUNTY AND ACCESS TO OVER TWENTY PAVING CREWS. 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 CURRENTLY DO NOT KNOW IF ANY WORK WILL BE SUBLET ON THIS CONTRACT BUT WE DO UNDERSTAND THAT IF THERE IS ANY WORK SUBLET ON THIS PROJECT THAT WE WILL PROVIDE A LISTING TO THE APPROPRIATE PERSONNEL. 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. THE PAVING MACHINES USED FOR THIS PROJECT WILL BE EITHER A BLAWKNOX OR ROAD TEC PAVER. 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 I I • BIDDER'S ITEMIZED PROPOSAL AND DECLARATION'S City of Carmel L7slruclions To 6iddcr.,, This forte shall he utilized by all Bidders. Except as otherwise specifically praiwaled, all farts shall he fully and accurately filled to and completed and notarized. Project: #07-02/#07-03 — 116"Street Path and Pennsylvania Parkway Path 1 Proposal For Construction of : a pathway on the north side of 1161 h Street from Pennsylvania Street to west of College Avenue, including new asphalt path construction, storm sewer installation, manhole adjustment to grade, and a street light relocation. Also, the construction of a pathway on the west and.south side of Pennsylvania Parkway front 103"l Street to College Avenue, including new asphalt path construction, concrete sidewalk and curb ramps, installation of it storm inlet and small diameter pipe, and existing manhole reconstruction. 1 Date: - 1 S- o'I To: City of Carmel, Indiana, Board of Public Works and Safety I I I 1 1 1 BfD-1 U I PART 1 BIDDER INFORMATION (Print), J J - N r ,f;a S� - lice5 Li Bidder Name P ` —'i � ] .2 Bidder Address: Street Address: Cirlyu [oo1:' City: Nis;Acx u J Swte: H Zip: 4eU r'I Phone: ellf-}) 3"i%-5 3 Fax: (.11:5) 3-i5-031) C- 1 .3 Bidder is Alan [mark one] Individual Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 fThe following must he answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do husine.s•s in or with the Cur of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required In the Indiana General Corporation Act as stated therein and expressed in the Attorney% General's Opinion #2. dated Jcrnuary 23, 1958.] .1 Corporation Name: .2 Address: U3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: 1 1 BID-2 1 1 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 1 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 Pail 3 hereof, which Unit Prices, when multiplied by estinv ted unit quantities for such Contract items, total 742/e.- . ' Ain/NA; -th r0,-/Itec A rj ti Dollars ($ 3 3 9 552 S° ). The 1 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 he compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity or any item of Work to be performed or furnished under the Contract. 1 1 1 1 1 1 1 1 I . 1 P,OSeribed ay Stair Mi,n el Cicounls Alit'/[e Fn„rts.S,J,ein;,Mu,reie.IN 11JU Fbrril No 94IN�$�2UO]I CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) • } Date: S IS- U'7 1. Governmental Unit (Owner): t} or- Ca■zmeT.I It. 2. County: e fL L-r�.� 3. Bidder (Firm): Yarberry Land Services Address: 9940 S 1000 W City/State: Anderson, IN 46017 4. Telephone Number: (765) 378-5783 5. Agent of Bidder (if applicable): Tim Yarberry Pursuant to notices giver, the undersigned offers to furnish labor and/or material necessary to complete the public works project of I {tier, �ThEEn i rH �d I er t- ill ( rz,e_„Ja j Q:vrbt- (Governmental Unit) in accordance with plans and specifications prepared by C�fY LRc ct .i nlr fe6rt5, i?C and dated for the sum of $ 3� ST'2. ss 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 art{ day of I�`t C;uE ' �cO 1 , subject to the following conditions: Contracting Authority Members: Tim Yarberry PART fl (Complete sections I,I1,fll, 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 L t l o C �a m"L Bidder (Firm) Yarberry Land Services Date: b I5 -c 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 $110,953.00 Pipe Lining 03/07 INDOT - Vincennes District $ 69,931.00 Water Main 06/07 City of Connersville, IN $251,244.00 Water Main 06/07 City of Carmel, IN $141,089.80 Demolition 06/07 INDOT - Greenfield District 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be Name and Address of Owner Completed 096 . , , Ma-/_o) eiyy;_r� f' 3. Have you ever failed to complete any work awarded to your? No If so, where and why? 4. List references from private firms for which you have performed work. Dan Swails, City,of Indy Parks & Recreation, (317) 370-3195 Tim Farley, H. Stewart Kline & Associates, Inc. , (765) 742-0295 Max Abrell, Delaware County Regional Waste District, (765) 284-6370 Bob Wiwi, Richmond Sanitary District, (765) 983-7477 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when your could begin work, completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit consider your bid.) J944- teli re,4o1,/en 71_ • 2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please understand, a listing must be provided prior to contract approval. yb. j wpin n S . vsr. 3. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. p$r^ z 3150A'-1- goo": x 9741 -LD S�NlI vos Y �r/ 'f .gZerako ' �) 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing you proposal?Otherwise, please explain the rationale used which would corroborate the prices listed. 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 provieded 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. SECTION IV OATH AND AFFIRMATION I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at Anderson, IN this I AYµ day of 44-1(-.Lts.t- auo'1 Yarberry Land Se '-es (r'a e • Organization) By Aar:0° ler Owner • (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana Madison COUNTY OF Ma ) Tim Yarberry being duly sworn, deposes and says that he is Owner of the above Yarberry Land Services (Title) (Name of Organization) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this Ifint day of �� 'Eu"sr ;col )'LLl :c.) aJ. Ste . Notary Public - My Commission Expires: 1-24-2009 County of Residence: Madison NON - COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm. company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief. (� Dated at Anderson, IN this �`--)Tt+ day of i f ,u5 Du%o`7 Yarberry Land Services _ •`1 e nr. ization) By Owner (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana Madison ) SS: COUNTY OF ) Tim Yarberry being duly sworn, deposes and says that he is owner of the above Yarberry Land Services 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 V-51-tAr day of 1 ) G\"St , Dorn Notary Public My Comission Expires: 1-24-2009 Madison County of Residence: rpm No 96(Revised 2000) BID OF Yarberry Land Services (Contractor) 9940 S 1000 W (Address) Anderson, IN 46017 FOR PUBLIC WORKS PROJECTS OF { PNT.mGA- I >J r I lc--r-H 1;21R 7aTN -1 J` PtJ115�I,0 NI)('ta rcoiP,) i n Tµ Filed Action taken 08/13/2007 15: 26 3177806525 CROSSROAD ENGINEERS PAGE 07/22 PART 3 CONTRACT ITEMS AND UNIT PRICES • (This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Itemized Pro s^ 116th Street and Pennsylvania Parkway Path Projects Item # Item Quantity Unit Unit Cost 1 Total Cost 1 Construction En_ineerin• 1 LS x.0.04 .--r ' s s► ea Mobilization /Demobilization 1 °,400'. 16 .400° 3 Maintenance of Traffic �® 15 00 0 ' I S,000- 4 Clearing Right of Way 1 LS 2.0,000- )o.00°' 5 Linear Grading 4925 LFT 0 ' 449,250' 6 Inlet, TypeE 2 EA 2 1 00• 420cv 7 Inlet, Type J 3 EA 2 l SO ' 6`{5.0 8 Inlet, Type A 1 EA 2- 1 0 ° 210 0' 9 Core Existing Structure 2 EA 19 00 ' 3 gtb 10 12" RCP 455 LFT 3.2 'r I''4.560 ' 11 12" Concrete Pipe End Section 4 EA 6"s ' 2,7 00 • 12 B-Borrow for Structure Backfill 80 CYS 20 ' 1600 ' 13 Pipe for Underdrain - 4" - 250 LFT / 8 e 4•So0 ' 14 Aggregate for Underdrain 10 CYS 35 ' 350' 15 Geotextiles for Underdrain 140 SYS 5 6-° 770' 16 Rip Rap, Revetment, Maximum 6 in. 24 SYS 16 ' 1490► 17 HMA Surface for Path 370 TON So '• .29,60o• 18 HMA Intermediate for Path j 610 TON 66 e 36,6 ow 19 HMA Surface for Patching 2 TON / `'f0' 38o' 20 Concrete for Street Repair, Depth -12"- 16 SYS 9'0 ► / 990 ' 21 Plowable Fill for Street Repair 20 CYS / 3 S ' 27 00• 22 Compacted A•g. No. 53, Base 1225 TON 2 S ga 30.625' 23 4" Concrete Sidewalk 7 SYS 9 0 ' 6 30 ' 24 Adjust Manhole Casting to Grade 3 EA 600* / 800 ' 25 Reconstruct, Sanitary Manhole I I EA t 500 ' t500 • 26 Reconstruct, Storm Manhole I 1 _ EA 1 500' 1 Y0'7 2'7 Relocate, Light Pole 1 EA 160° '' g e a o 28 Curb and Gutter, Concrete 60 LFT 2 5 • 1 50e? 29 Straight Concrete Curb 220 LFT ,2 Eiti ` 9900 ' 30 Curb Ramp, Type G 24 SYS 8s ° a o 90 ' 31 Curb Ramp, Type H 90 SYS 53 S ° 76 S0 ` 32 Curb Ramp,Type K 52 SYS 8s • 442,0 BID-4 08/13/2007 15: 26 3177806525 CROSSROAD ENGINEERS PAGE D8/22 33 Modified Curb Ramp, Type A 18 SYS r o o • I goo' 34 Modified Curb Ramp, Type L 44 SYS 90' 3960• 35 Sodding, Nursery 8085 SYS S 5' ciy, `f67 Ste' 36 Erosion Control Measures 1 LS '71000 ` 906 O. Transverse Marking, Paint. Solid, 37 White, 4 in, 670 LFT / 6 70 " 38 Sign Relocation _ 1 LS 2!sa .2 850 ' Total Engineer's Estimate 33,,5S-244 5.-64 BID-5 • PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ' ADDENDUM NUMBER DATE orl 1 I 1 I 1 I 1 1 1 1 1 BID-6 I PART 5 1 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall,fully state each exception taken to the SpecifIcations or other Contract Documents in Section 3.3 oflhis Part. 3. 7 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to he a I nu evict/ qualification or variance from the leans of the Contract Documents may in this Bid being rejected as non-responsive. 3.3 Exceptions: h� �WF 1 1 1 1 1 I BID-7 Form I'rc ,. 6y State Board of Accounts 900549-4903725 General Form No.0')P i lice. 1987) CITY of: CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 307 N PENNSYLVANIA ST - PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 PUBLISHER'S CLAIM LINE COUNT Display Mallet -(Must not exceed two actual lines,neither of which $ . shall total more than four solid lines of the type in which the body of the advertisement is set). Number of equivalent lines Head-Number of lines $ . Body-Number of lines $ . S . Tail-Number of lines S Total number of lines in notice COMPUTATION OF CHARGES 90.0 lines 2.0 columns wide equals 180.0 equivalent S 88.56 lines at.492 cents per line Charges for extra proofs of publication(S1.00 for each proof in excess of two) $ .00 $ .00 TOTAL AMOUNT OF CLAIM S • DATA FOR COMPUTING COST S • Width of single column 7-83 ems Size of type 5_7 point $ . S . Number of insertions 1.0 S 88.56 Pursuant to the provisions and penalties of Chapter 155,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 same has been paid. c.....?"1 DATE: 08/03/2007 11-iear-----"Clerk Title 900549-4903725 PUBLISHER'S AFFIDAVIT PUBLIC NOTICES I PUBLIC NOTICES, . State of Indiana SS: I Hamilton County NOTICE TO BIDDERS City of Carmel City of Carmel,Indiana Dept of Engineering-1st Floor Notice le - l9and of hereby Owen Carmel.IN 6032 Personally appeared before me,a notary public in and fur said county and state, and Safety for the City of CrossRoad Engineers.PC Carmel, Hamilton County 3417 Sherman Drive Indiana will receive sealed Carmel,IN 46032 'bids for the "116th and (317)7so-lsss I the undersigned Karen Mullins who, being duly sworn,says that SHE is clerk Pennsylvania Parkway path Attn:Trent Newport,RE.,L.S. ' 'Project"at the office of the Copies of such drawings Clerk Treasurer, One Civic and protect manuals must Square,Carmel,Indiana(City be obtained from CrossRoad of the Noblesville Ledger a newspaper of general circulation Hall)until 10:00 am. Local Engineers at the address Time on or before August 15, stated above,upon the pay- 2007. and commencing as nt of 140 for each t. Seen,as practicable thereof- These sets include full-sire printed and published in the English language in the city of NOIBLESVILLE in state ter during the Board of Public drawings. Payment must Works Meeting on the same he by check. NO CASH date.such bids will be pub- ACCEPTED.Make checks pay- hcly opened and read aloud able to CrossRoad Engineers, and county aforesaid,and that the printed matter attached hereto is a true copy, In the Council Chambers of PC.All payments and costs of City Hall.No late bids will be Contract Documents are non- AAll o ds and proposals shall Bidders shall assure that they which was duly published in said paper for 2 time(s),between the dates of: he properly and completely have obtained complete sets executed on the proposal of drawings and Contract forms provided with the plans Documents and shall assume and specifications,which will the risk of any errors or 07/27/2007 and 08/03/2007 include the non-collusion affi- omissions In bids prepared in ' • davit as required by the State reliance on Incomplete sets of Indiana.The bid envelope of drawings and Contract worts sealed to have the Documents. ' / // ' //—/ words "BID-116th Parkway rkway the Project will funded by I •lerk and Pennsylvania Parkway Wa Wage of s for t Path bond ar. Wape of b for the an the �, .n bit bond m certified s check than then.not be less than the Title in an amount not less than c ent prescribed scale of 'ten percent of the wages as determined by the amount aid must st be be submi• Common Construction Wage led with each bid.A one bun- Committee in accordance Subscribed and sworn to before me on 08/03/2007 dred percent(10 015)perfwr- with I.C.5-16.7 and included and payment bond will in the Project Manual. aiso`bI required of the Sue- A preDid conference for Cis. Thssful bidder.It rs intended cessions of the Project,the at actual construction of bidding requirements and all work divisions shall be other important matters will L(_).r, w 'started as soon as practice- be held on Tuesday.August ��6/� bleu and each bidder shall be 7.2007 at 11:00 e . in the into a`construction promptly of CittysHall Room on Civic Square). Notary Public into a performance bond, Ail erospective bidders are a and begin work without delay invited to attend the pre-bid d in the event the award is conference.The ore.hid con- "OFFICIAL SEAL Ft11. °e to him. Ien:nce is not mandatory 1 me Project consists of.but is Per special accommodations My commission expires: Susan I�C[eTitim Ifot necessarily limited lo,the needed by handicapped loth- llowlnp: visuals planning to attend The construction e p of a path- the pre-bid eoaleraeeti or Notary Public-State of Indiana way•pit the north side public bid opening doling' M'Commission Ex p.05/06/2011 of 116th Street from please call or notify the city of ( ) P Pennsylvania Street to west Carmel,Engineer's Office,at L'.nemwww wetskm a., of College Avenue,including (317)571-2441 at least forty-i asphalt path construe- eight(48)hours prior thereto. ndion, storm sewer inslaua- No bidder may withdraw any fins m,nhn,csf.... . . . . nesevLU+ru.r�+�