HomeMy WebLinkAboutBid Information and Packets Ih
li 00�, N M •N
N I.. ii �U III f i1 rim N
7T.r.um ►rTy
CI ta � EL
JAMES BRAINARD, MAYOR
LETTER OF TRANSMITTAL
Date: April 22, 2010
To: Sandy Johnson
Clerk Treasurers Office
From: Mike McBride
Dept. of Engineering
RE: Bid Packets for Project#10-02 — Chesterton Subdivision Drainage
Improvements
Sandy, enclosed please find six (6) bids and the one (1) late bid for the
Chesterton Subdivision Drainage Improvements Project.
Eagle Valley $860,590.75
Atlas Excavating $926,608.00
Rieth-Riley $996,000.00
Central Engineering $1,050,984.91
F&K Construction $1,234,108.00
Gradex, Inc. $1,298,419.20
Tramco Inc. Late Bid
DEPARTMENT OF ENGINEERING
ONE Civic SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439
EMAIL engineering@carmel.in.gov
.4
Wage rates for the Project shall not be less than the current prescribed scale of wages as determined by
the Common Construction Wage Committee in accordance with I.C. 5-16-7 and included in the Project
Manual.
A pre-bid conference for discussions of the Project, the bidding requirements and other important
matters will be held on August 11, 2010 at 10:00 AM EST in the Caucus Room on the 2nd Floor of City
Hall (One Civic Square). All prospective bidders are invited to attend the pre-bid conference. The pre-bid
conference is not mandatory.
For special accommodations needed by handicapped individuals planning to attend the pre-bid
conference or public bid opening meeting, please call or notify the city of Carmel, Engineer's Office, at
(317) 571-2441 at least forty-eight(48) hours prior thereto.
No bidder may withdraw any bid or proposal within a period of thirty (30) days following the date set for
receiving bids or proposals. The Carmel Board of Public Works and Safety reserves the right to hold any
or all bids or proposals for a period of not more than thirty(30)days and said bids or proposal shall remain
in full force and effect during said period. The City of Carmel reserves the right to reject and/or cancel any
and all bids, solicitations and/or offers in whole or in part as specified in the solicitations when it is not in
the best interests of the governmental body as determined by the purchasing agency in accordance with
IC 5-22-18-2
Diana L. Cordray
Clerk-Treasure
AR-2
1
•
Prescribed by State Board of Accounts General Form No.99P(Rev.2009A)
Y 80202-5685391
CITY OF CARMEL—STAR LEGALS To: INDIANAPOLIS NEWSPAPERS
307 N PENNSYLVANIA ST—PO BOX 145
COUNTY,INDIANA INDIANAPOLIS, IN 46206-0145
PUBLISHER'S CLAIM
LINE COUNT
• la Matter-(Must not exceed two actual lines,neither of which shall
rOr� TO B)DDERS ` re than four solid lines of the type in which the body of the
CI o arme,Indiana
Notice Is hereby given that the Board of Public Wprks aqd sement is set).-number of equivalent lines
Safety for the c ty of Carmel,Hamilton County,Indiana WIII
Lerbelve sealed bids for the abov des(j a e to it ber of lines
the mina ep mptovetnab t Prof tt h.o Ic
HMI)untd,10 EDT Con Ior batore'Augo 1�,I 010 n�ber of lines
commencing as soon as practicable thereafter on th same
date itch bldsb t p iiially�Uened and read aloud in the er of lines
Couny C m ers o ry Hall.Ho late bids will be accepted.
All bids and proposals shall be properly and completely exe-umber of lines in notice
cuted.on.the proposal.form provided with th la and
specificatio s, it will include tti non-collusion affidavit
as required by the tate of Intl Th bid envelope ust be
sealed and have a words"BID—Chesterton Subdivision
Drainage Improvements".
A bid bond or certified check in an amount not less than to 4 OF CHARGES
percent(1090)of the amount bid mist be submitted with
each bid.A one,hundred percent(10Wb)perfor a,rbe nil 2.0 columns wide equals 202.0 equivalent lines at.667
ayment bond will also be required o the successfu Id der.
It intended that actual construction o all o civisions er line $ 134.73
shall be started as soon as practicabe,and each bidcer shall prepared to enter promptly into a construction contract,
delay i harge for notices containing rule and figure work(50 per cent
furnish a p rf to ente a bond,an begin work without delay In g g ( P
the event the award is made to im. 'e amount)
The roject consists of,but is not necessarily limited to,the
-
t°I�°w nst extra proofs of publication($1.00 for each proof in excess of two) .00
The construction of approximely 4,200 lineal feet of an en-
close storm sewer system from the intersection of West- AMOUNT OF CLAIM $ 134.73
field Boulevard and 9bth Street to the north under Lincoln
Boul vard,then east under 98th,Street and north under
Woo briar Lane.The pro ect also includes reconstruction of
Lin co n Boulevard and 9ltlth Street between Lincoln Boulevard
and Maple.Drive.Demolition and minor utility relocation as- vIPUTING COST
social d with the construction of the storm sewer is a so in-
cluded. tgle column 5.8 ems Size of type 7
Contract Documents for the Project have been assembled
into one bound project manual which together with draw- nsertions 2.0
ings,may be examined at the ohowing locations:
City of Carmel
Department of"Engiineerrii�nge-1st Floor
Olne(317)1571-24411 the provisions and penalties of IC 5-11-10-1,I hereby certify that the foregoing account is
Copie of suCjI drawi`nq�$and pr° manuals must ob-
taine lr m American StNCfure Inc.,at the address that the amount claimed is legally due,after allowing all just credits,and that no part of the same
state below upon the ayment 4 for each se.Payment
must beAy c ck.NO CASH ACCEPTED.Make checks payable
to Amencan cturepoint,Inc.All.payments and costs of
Contract Documents are non-refundabl.
Am is n Stru r Qtd�intt9,Inc.
da, ohlmsgg2'S6 y that the printed matter attached hereto is a true copy,of the same column width and type size,
(h drawings 80 published in said paper 2 times. The dates of publication being between the dates of:
Electron cc0copies of such drawings and proffer manuals may
Pe obtained drAmerican nStructurepoint�lnc.These sets
e g project specification laced
coomddpactidisi aisc.There disc.There will be no payment�re4quired for the D8/05/2010
ofddrawings11andsContratt they and shall assume5the
risk of any errors or omissions in bids prepared in reliance,
on incomplete sets of drawings and Contract Documents, statement checked below is true and correct:
This Project will be funded by the City of Carmel.
Wage rates for the Project shall not be less than the current
prescribed scale of wages as determined by the Commono does not have a Web site.
Construction Wage Committee in accordance with I.C.5-16-/
and included in the Project Manual. has a Web site and this public notice was posted on the same day as it was published in
A pre-bid conference for iscussions of the Project the bid-
din9g regwreingis and At er ATM matters will be held N a er
on August 11,LU10 at 10:p0 AM E$T m the Catcus Room on P P
th 2n Floor of C tv Hall On Civic g are.All prospective
bidders are invited to attend the pre-biidconference.Tie pre-has a Web site,but due to a technical problem or error,public notice was posted on
id conference is moman at°e has a Web site but refuses to post the public notice.
For special accommodations needed by handicapped individ- P P
uals planninA to attend the
e, ore-bid conference D r public bid
oeem smcmg,an c o 4n at acty fom ty C-a et l,(48-
tours prior thereto.
No bidder yifollowantedaresetb period
of thirty(30 days following wng he date set for receiving bids or
proposals. Carmel Boar of Pu lic Works and. re-
serve the right to hol any or all bids or proposals nor a pe-
riod �Y�
rriiod pt not more than thirty(30)days and said bids or propo-
sal shall remain i u orce and sect during sad period
The City of Carmelr0serves the nsht to reject and/or cancel
any and all bids,solicitations and/or offers in wholhee or in
interests of lfthee igovernmentaliQoSd body as asndetermined by�the
purchasing agency in accordancebwith IC 5-22.18-q O 1 O Title: Clerk
Diana L Cordray
Clerk-Treasure
(S-7/29/10,8/5/10-5685391)
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: Chesterton Subdivision Drainage Improvements
City of Carmel Project#10-12
Proposal For Construction of:
The construction of approximately 4,200 lineal feet of an
enclosed storm sewer system from the intersection of
Westfield Boulevard and 96th Street to the north under
Lincoln Boulevard, then east under 98th Street and north
under Woodbriar Lane. The project also includes
reconstruction of Lincoln Boulevard and 98th Street
between Lincoln Boulevard and Maple Drive. Demolition
and minor utility relocation associated with the
construction of the storm sewer is also included
Date: August 18, 2010
To: City of Carmel,Indiana,Board of Public Works and Safety
•
BID-1
f
Bid Proposal Summary Form
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project named and your
company name clearly marked on the outside. SEAL THE ENVELOPE.
Eagle Valley Inc.
Company: 3401 North Raceway Road
Indianapolis, Indiana 46234
Project Name: Chesterton Subdivision Drainage Improvements
Date Submitted: August 18, 2010
Base Bid Amount: $860,590.75
Alternate 1 Bid Amount: $362,998.50
Base Bid Deduct Amount: $68,848.00
Revised 5/15/09
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Eagle Valley INc.
1.2 Bidder Address: Street Address: 3401 North Raceway Road
City: Indianapolis State: Indiana Zip: 46234
Phone: (317) 291-8104 Fax: (317) 291-8786
1.3 Bidder is a/an[mark one]
Individual Partnership X Indiana Corporation
Foreign(Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Cannel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-3
i
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus,materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof,. which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Eight hundred sixty thousand five
hundred ninety dollars and seventy-five cents Dollars ($ 860,590.75 ). 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.
2.2 Alternate#1 Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Three hundred sixty-two thousand
nine hundred ninety-eight dollars---50/100 Dollars ($ 362,998.50 ). 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.
2.3 Base Bid Deduct
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items,total Sixty-eight thousand eight hundred
forty-eight dollars and no cents Dollars ($ 68,848.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
BID-4
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-S
1
PART 3
CONTRACT ITEMS AND UNIT PRICES
BID-6
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No. 10-12 Base Bid
Chesterton Subdivision Drainage Improvements
Unit
Item No. Description Quantity Unit Price Total
1 CONSTRUCTION ENGINEERING 1 LS $6,000.00 $6,000.00
2 MOBILIZATION AND DEMOBILIZATION 1 LS $30,000.00 $30,000.00
3 CLEARING RIGHT OF WAY 1 LS $10,750.00 $10,750.00
4 CHAIN LINK TYPE FENCE, REMOVE AND RESTORE 30 LFT $10.00 $300.00
5 24" END SECTION, REMOVE 1 EA $305.00 $305.00
6 PIPE, 12"CMP, REMOVE 153 LFT $16.00 $2,448.00
7 PIPE, 18"CMP, REMOVE 43 LFT $17.00 $731.00
8 PIPE, 24"RCP, REMOVE 20 LFT $17.00 $340.00
9 CURB AND GUTTER, CONCRETE, REMOVE 29 LFT $10.00 $290.00
10 ASPHALT PAVEMENT, REMOVE 5,078 SYS $3.50 $17,773.00
11 ASPHALT DRIVE, REMOVE 56 SYS $11.00 $616.00
12 CONCRETE DRIVE, REMOVE 78 SYS $13.00 $1,014.00
13 FARM FENCE, REMOVE AND RESTORE 10 LFT $10.00 $100.00
14 MAILBOX ASSEMBLY, RELOCATE 11 EA $25.00 $275.00
15 CURB AND GUTTER, CONCRETE 29 LFT $50.00 $1,450.00
16 STRUCTURAL BACKFILL 3,401 CYS $18.75 $63,768.75
17 PIPE, CIRCULAR, RCP, 15 IN. 60 LFT $68.00 $4,080.00
18 PIPE, CIRCULAR,A-2000, 21 IN. 305 LFT $80.00 $24,400.00
19 PIPE, CIRCULAR, RCP, 21 IN 11 LFT $80.00 $880.00
20 PIPE, CIRCULAR, RCP, 24 IN 205 LFT $82.00 $16,810.00
21 PIPE, CIRCULAR,A-2000, 30 IN 574 LFT $92.00 $52,808.00
22 PIPE, CIRCULAR,A-2000, 36 IN 1,140 LFT $106.00 $120,840.00
23 PIPE, CIRCULAR, RCP,48 IN 1,632 LFT $123.00 $200,736.00
24 WATER SERVICE LATERAL, LOWER 26 EA $466.00 $12,116.00
25 SANITARY SERVICE LATERAL, LOWER 20 EA $503.00 $10,060.00
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No. 10-12 Base Bid
Chesterton Subdivision Drainage Improvements
Unit
Item No. Description Quantity Unit Price Total
26 CONCRETE CRADLE 8 EA $200.00 $1,600.00
27 CONCRETE ANCHOR,48 IN 1 EA $1,225.00 $1,225.00
28 MANHOLE, TYPE C WITH CASTING 4 EA $2,104.00 $8,416.00
29 MANHOLE, TYPE J WITH CASTING 6 EA $2,481.00 $14,886.00
30 MANHOLE, TYPE K WITH CASTING 6 EA $3,201.00 $19,206.00
31 MANHOLE, TYPE N WITH CASTING 1 EA $6,269.00 $6,269.00
32 INLET,TYPE E WITH CASTING 14 EA $1,722.00 $24,108.00
33 CONCRETE END SECTION, 12 IN 8 EA $325.00 $2,600.00
34 HMA SURFACE, TYPE B, 9.5 MM 5 TON $150.00 $750.00
35 HMA INTERMEDIATE, TYPE B, 19.0 MM 11 TON $150.00 $1,650.00
36 HMA SURFACE, TYPE A, 9.5 MM 631 TON $67.00 $42,277.00
37 HMA INTERMEDIATE, TYPE A, 19.0 MM 555 TON $55.00 $30,525.00
38 HMA BASE, TYPE B 785 TON $53.00 $41,605.00
39 ASPHALT FOR TACK COAT 2 TON $1,800.00 $3,600.00
40 COMPACTED AGREGGATE, NO. 53 BASE 1,726 TON $13.00 $22,438.00
41 SUBGRADE TREATMENT, TYPE III 4,759 SYS $1.00 $4,759.00
42 SUBGRADE TREATMENT, TYPE IIIA 133 SYS $15.00 $1,995.00
43 MAINTENANCE OF TRAFFIC 1 LS $3,500.00 $3,500.00
44 MOBILIZATION AND DEMOILIZATION FOR SEEDING 1 LS $450.00 $450.00
45 CATCH-ALL INLET PROTECTION 3 EA $330.00 $990.00
46 SILT FENCE INLET PROTECTION 16 EA $75.00 $1,200.00
47 SILT FENCE 6,164 LFT $0.75 $4,623.00
48 EROSION CONTROL BLANKET 838 SYS $3.00 $2,514.00
49 SEED MIXTURE, R 118 LBS $8.00 $944.00
50 MULCHING MATERIAL 1.6 TON $350.00 $560.00
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No. 10-12 Base Bid
Chesterton Subdivision Drainage Improvements
Unit
Item No. Description Quantity Unit Price Total
51 FERTILIZER 0.4 TON $975.00 $390.00
52 AGRREGATE FOR ROCK DONUT 72 TON $18.00 $1,296.00
53 RIPRAP REVETMENT 25 TON $46.00 $1,150.00
54 TRAPEZOIDAL SILT DIKE 1 LS $500.00 $500.00
55 DEWATERING 1 LS $550.00 $550.00
56 GEOTEXTILE 27 SYS $5.00 $135.00
57 PIPE, CIRCULAR, RCP, 12 IN. 353 LFT $68.00 $24,004.00
58 PORTLAND CEMENT CONCRETE PAVEMENT, 6 IN 78 SYS $55.00 $4,290.00
59 PORTLAND CEMENT CONCRETE PAVEMENT, 12 IN. 103 SYS $65.00 $6,695.00
TOTAL: $860,590.75
SUBMITTED BY: :.le V„le In .
SIGNATURE: firdi
TITLE: Pres
ADDRESS: 3401 North Raceway Road
Indianapolis, Indiana 46234
l
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No. 10-12 Alternate#1 Bid
Chesterton Subdivision Drainage Improvements
Estimated Unit Total Price
Item No. Description Quantity Unit Price for Item
ALTERNATE#1 BID
1 CHAIN LINK TYPE FENCE, REMOVE AND RESTORE 35 LFT $10.00 $350.00
2 RIP RAP, REMOVE AND RESTORE 296 SYS $17.00 $5,032.00
3 CURB AND GUTTER, CONCRETE, REMOVE 163 LFT $10.00 $1,630.00
4 ROAD SIGN, REMOVE AND RESTORE 3 EA $300.00 $900.00
5 ASPHALT, REMOVE 282 SYS $3.00 $846.00
6 ASPHALT PATH, REMOVE 160 SYS $11.00 $1,760.00
7 ASPHALT DRIVE, REMOVE 35 SYS $11.00 $385.00
8 END SECTION, 18 IN., REMOVE 1 EA $305.00 $305.00
9 TREE 3 EA $825.00 $2,475.00
10 CURB AND GUTTER, CONCRETE 163 LFT $30.00 $4,890.00
11 PORTLAND CEMENT CONCRETE PAVEMENT, 12 IN. 152 SYS $65.00 $9,880.00
12 HMA SURFACE, TYPE B, 9.5 MM 3 TON $150.00 $450.00
13 HMA INTERMEDIATE,TYPE B, 19.0 MM 6 TON $150.00 $900.00
14 HMA SURFACE, TYPE A, 9.5 MM 31 TON $150.00 $4,650.00
15 HMA INTERMEDIATE, TYPE A, 19.0 MM 39 TON $90.00 $3,510.00
16 HMA BASE,TYPE B 20 TON $90.00 $1,800.00
17 COMPACTED AGREGGATE, NO. 53 BASE 87 TON $13.00 $1,131.00
18 SUBGRADE TREATMENT, TYPE III 281 SYS $1.00 $281.00
19 SUBGRADE TREATMENT,TYPE IIIA 34 SYS $28.00 $952.00
20 FLOWABLE BACKFILL 558 CYS $55.00 $30,690.00
21 PIPE, CIRCULAR, RCP, 18 IN. 13 LFT $65.00 $845.00
22 PIPE, CIRCULAR, RCP, 48 IN 1,531 LFT $132.00 $202,092.00
23 END SECTION, 18 IN. 1 EA $400.00 $400.00
24 CONCRETE ANCHOR,48 IN. 1 EA $1,225.00 $1,225.00
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No. 10-12 Alternate#1 Bid
Chesterton Subdivision Drainage Improvements
Estimated Unit Total Price
Item No. Description Quantity Unit Price for Item
25 MANHOLE, TYPE K WITH CASTING 8 EA $4,237.00 $33,896.00
26 STRUCTURAL BACKFILL 1,878 CYS $18.75 $35,212.50
27 CATCH-ALL INLET PROTECTION 4 EA $330.00 $1,320.00
28 EROSION CONTROL BLANKET 4,764 SYS $2.50 $11,910.00
29 SEED MIXTURE, R 148 LBS $8.00 $1,184.00
30 MULCHING MATERIAL 2.0 TON $350.00 $700.00
31 FERTILIZER 0.4 TON $975.00 $390.00
32 GEOTEXTILE 13.0 SYS $5.00 $65.00
33 RIP RAP REVETMENT 11.0 TON $46.00 $506.00
34 PIPE, 18 IN., REMOVE 13 LFT $17.00 $221.00
35 CUT AND RECAP SANITARY LATERAL 1 EA $215.00 $215.00
TOTAL: $362,998.50
SUBMITTED BY: a•le V. c.
UFASIGNATURE:
TITLE: •
Presiden
ADDRESS: 3401 North Raceway Road
Indianapolis, Indiana 46234
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No. 10-12 Base Bid Deduct
Chesterton Subdivision Drainage Improvements
Estimated Unit Total Price
Item No. Description Quantity Unit Price for Item
BASE BID DEDUCT
1 CHAIN LINK TYPE FENCE, REMOVE AND RESTORE 30 LFT $10.00 $300.00
2 CURB AND GUTTER, CONCRETE, REMOVE 29 LFT $8.00 $232.00
3 ASPHALT, REMOVE 104 SYS $5.00 $520.00
4 ASPHALT DRIVE, REMOVE 7 SYS $5.00 $35.00
5 PIPE,24 IN. RCP, REMOVE 20 LFT $10.00 $200.00
6 END SECTION, 24 IN. REMOVE 1 EA $250.00 $250.00
7 CURB AND GUTTER, CONCRETE 29 LFT $25.00 $725.00
8 PORTLAND CEMENT CONCRETE PAVEMENT, 12 IN. 15 SYS $60.00 $900.00
9 HMA SURFACE, TYPE B 9.5 MM 1 TON $50.00 $50.00
10 HMA INTERMEDIATE, TYPE B, 19.0 MM 1 TON $50.00 $50.00
11 HMA SURFACE, TYPE A, 9.5 MM 9 TON $50.00 $450.00
12 COMPACTED AGREGGATE, NO. 53 BASE 2 TON $10.00 $20.00
13 SUBGRADE TREATMENT, TYPE IIIA 7 SYS $3.00 $21.00
14 STRUCTURAL BACKFILL 447 CYS $13.00 $5,811.00
15 PIPE, CIRCULAR, RCP,48 IN 584 LFT $88.00 $51,392.00
16 PIPE, CIRCULAR, RCP,24 IN 20 LFT $45.00 $900.00
17 CONCRETE ANCHOR, 48 IN 1 EA $600.00 $600.00
18 MANHOLE, TYPE N WITH CASTING 1 EA $4,500.00 $4,500.00
19 SILT FENCE 1,085 LFT $1.00 $1,085.00
20 SEED MIXTURE, R 55 LBS $2.00 $110.00
21 MULCHING MATERIAL 0.8 TON $250.00 $200.00
22 FERTILIZER 0.2 TON $750.00 $150.00
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No. 10-12 Base Bid Deduct
Chesterton Subdivision Drainage Improvements
Estimated Unit Total Price
Item No. Description Quantity Unit Price for Item
23 GEOTEXTILE 13 SYS $3.00 $39.00
24 REIPRAP REVETMENT 11 TON $28.00 $308.00
TOTAL: $68,848.00
SUBMITTED BY: :a•le idle Inc.
SIGNATURE:
TITLE: Pres •-
w
ADDRESS: 3401 North Raceway Road
Indianapolis, Indiana 46234
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
# 1 August 16, 2010
BID-7
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
NONE
BID-8
•
State Form 52414
Prescribed by Slate 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: August 18, 2010
1. Governmental Unit(Owner): Board of Public Works and Safety; City of Carmel, IN
2. County: Hamilton
3. Bidder(Firm): Eagle Valley Inc .
Address: 3401 N. Raceway Road
City/State: Indianapolis , IN 46234
4. Telephone Number: ( 3 1 7) 2 91—8 10 4
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 , IN
(Governmental Unit) in accordance with plans and specifications prepared by
American Structurepoint Inc. and dated 8/2/2010 for the sum of
see enclosed bid $ see enclosed bid
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.
1 1 '
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: Board of Public Works and Safety: City of Carmpl , TN
Bidder(Firm) Eagle Valley Inc .
Date: August 18, 2010
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
See attached sheet
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
See attached sheet
•
3. Have you ever failed to complete any work awarded to you? N o 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
SEE ATTACHED SHEET
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.)
2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any 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.
BID PROPOSAL SUMMARY FORM
Complete the following information and place as the cover page to your
bid packet. Insert all documents into an envelope with project name and
your company name clearly marked on the outside. Seal the envelope.
Company:
Atlas Excavating, Inc.
Project Name: Chesterton Subdivision Drainage Improvements
Date Submitted: August 18, 2010
Base Bid
Amount:
Alternate 1 Bid r
Amount:
` '/ �, 7 75
Base Bid Deduct
Amount:
BID-2
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: Chesterton Subdivision Drainage Improvements
City of Carmel Project#10-12
Proposal For Construction of:
The construction of approximately 4,200 lineal feet of an
enclosed storm sewer system from the intersection of
Wesqield Boulevard and 96th Street to the north under
Lincoln Boulevard, then east under 98th Street and north
under Woodbriar Lane. The project also includes
reconstruction of Lincoln Boulevard and 98th Street
between Lincoln Boulevard and Maple Drive. Demolition
and minor utility relocation associated with the
construction of the storm sewer is also included
Date: August 18, 2010
To: City of Carmel,Indiana, Board of Public Works and Safety
BID-1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Atlas Excavating, Inc.
1.2 Bidder Address: Street Address: 4740 Swisher Road
City:West LafayetteState: IN Zip: 47906
Phone: 765-429-4800 Fax: 765-429-6464
1.3 Bidder is a/an[mark one]
Individual Partnership X Indiana Corporation
Foreign(Out of State)Corporation; State: IN
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion#2, dated January 23, 1958.]
.1 Corporation Name: NA
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-3
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Pri9es,Ae �fi✓ ie4.by
pmtiie ,forsuontract Items total� 1��✓�' Dollars ($ ��1� Ce ). 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.
2.2 Alternate#1 Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus,materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit P)'ces, wh ul 'plied by
e timate nit quantitie fors ch C n act Items, totalfi�
jG pl,�, i'4y,,�d f y Dollars ($ /rl 7 . 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.
2.3 Base Bid Deduct
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus,materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Trice , when multiplied by /,
d
estimat unit qu tities for such Contract Items, total )v-e �j/?f 5
h 4.4 Dollars ($ rj 21 Z!� ). 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
BID-4
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-5
PART 3
CONTRACT ITEMS AND UNIT PRICES
BID-6
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Base Bid
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL
1 CONSTRUCTION ENGINEERING LS 1 ljf ' l.eiD
2 MOBILIZATION AND DEMOBILIZATION LS 1 �2�5y y, ( �k--,9,r1: 5- -
3 CLEARING RIGHT OF WAY LS 1 /Z 4*5 /Z'' —
l O
4 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 30 «p yj
5 24"END SECTION,REMOVE EA 1 2D 2.4ei --
6 PIPE,12"CMP,REMOVE LFT 153 �i 76
7 PIPE,18"CMP,REMOVE LFT 43 O 3 i4.
8 PIPE,24"RCP,REMOVE LFT 20 /a 2 o
9 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 /,) Z gcj—
10 ASPHALT PAVEMENT,REMOVE SYS 5,078 � Z'Zj jd---
11 ASPHALT DRIVE,REMOVE SYS 56 ZS
12 CONCRETE DRIVE,REMOVE SYS 78 3,9 —
13 FARM FENCE,REMOVE AND RESTORE LFT 10 / j f
14 MAILBOX ASSEMBLY,RELOCATE EA 11 % 999
15 CURB AND GUTTER,CONCRETE LFT 29 30 ,g7
16 STRUCTURAL BACKFILL CYS 3,401 2D og.p24—
17 PIPE,CIRCULAR,RCP,15 IN. LFT 60 /
Sr5 z, 7dd —
18 PIPE,CIRCULAR,A-2000,21 IN LFT 305 /%2�--
19 PIPE,CIRCULAR,RCP,21 IN LFT 11 , a, l ,,
20 PIPE,CIRCULAR,RCP,24 IN LFT 205 6 , `3 5
21 PIPE,CIRCULAR,A-2000,30 IN. LFT 574 7-- t9, ; "
LID
22 PIPE,CIRCULAR,A-2000,36 IN. LFT 1,140 / //4 401
23 PIPE,CIRCULAR,RCP,48 IN. LFT 1,632 /2 7 - Lam 27/ 269—
,
.
24 WATER SERVICE LATERAL,LOWER EA 26 &Ala Z‘�G,---
25 SANITARY SERVICE LATERAL,LOWER EA 20 !c/Ae, ZB�aa. —
26 CONCRETE CRADLE EA 8 .4-ad- 7 4 C7--
27 CONCRETE ANCHOR,48 IN EA 1 / ac., /Goa
28 MANHOLE,TYPE C WITH CASTING EA .4 . .F!Sa
29 MANHOLE,TYPE J WITH CASTING EA 6 34a -2../ ��
30 MANHOLE,TYPE K WITH CASTING EA 6 4/g19 7
31 MANHOLE,TYPE N WITH CASTING EA 1 ,8140 d�Q '.—
32 INLET,TYPE E WITH CASTING EA 14 /7 /> /6j`
33 CONCRETE END SECTION,12 IN. EA 8 5✓-:-t4 Y !/ —
34 HMA SURFACE,TYPE B,9.5 MM TON 5 /.1/ -7551 -- -
35 HMA INTERMEDIATE,TYPE B,19.0 MM TON 11 k..-/ /461
36 HMA SURFACE,TYPE A,9.5 MM TON 631 G,/ 2$ ---37 HMA INTERMEDIATE,TYPE A,19.0 MM TON 555 /2- 97 -'-'
38 HMA BASE,TYPE B TON 785 / ya ---
39 ASPHALT FOR TACK COAT TON 2 � //4%--40 COMPACTED AGREGGATE,NO.53 BASE TON 1,726 /7 0`91.¢2-.--
41 SUBGRADE TREATMENT,TYPE III SYS 4,759 r J
42 SUBGRADE TREATMENT,TYPE IIIA SYS 133 /'n / % I
43 MAINTENANCE OF TRAFFIC LS 1 704, 76g...---
44 MOBILIZATION AND DEMOBILIZATION FOR SEEDING LS 1 tjQjJ rjplf
45 CATCH-ALL INLET PROTECTION EA 3 /<J 7 3
46 SILT FENCE INLET PROTECTION EA 16 /o1 ! '�.
47 SILT FENCE LFT 6,164 / 7765
48 EROSION CONTROL BLANKET SYS 838 / /757--
49 SEED MIXTURE,R LBS 118 35. -
50 MULCHING MATERIAL TON 1.6 ADD Gj 2 7
51 FERTILIZER TON 0.4 '6.41' 7�
52 AGRREGATE FOR ROCK DONUT TON 72 25 /4241 ----*
53 RIPRAP REVETMENT TON 25 ,4 S'75
54 TRAPEZOIDAL SILT DIKE LS 1 /41 //�/5
55 DEWATERING LS 1 / /
56 GEOTEXTILE SYS 27 3 8/ '�
57 PIPE,CIRCULAR,RCP,12 IN. LFT 353 Vey /s�/Zo
58 PORTLAND CEMENT CONCRETE PAVEMENT,6 IN. SYS 78 Vn 3/2ii '-
59 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN SYS 103 60 / 6r,!--
/
TOTAL: L6/ 6,x9 - co"
SUBMITTED BY: Atlas Excavating, Inc.
•
•
SIGNATURE ,./-.." 1/ /i/A---(fr7._______--
President
TITLE:
4740 Swisher Road
ADDRESS:
West Lafayette, IN 47906
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Alternate#1 Bid
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL
ALTERNATE#1 BID
i
1 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 35 �� y �
2 RIP RAP,REMOVE AND RESTORE SYS 296 /� 79‘k*-
3 CURB AND GUTTER,CONCRETE,REMOVE LFT 163 3 VS 47 —
4 ROAD SIGN,REMOVE AND RESTORE EA 3 ��� l
5 ASPHALT,REMOVE SYS 282 5 /4/0
6 ASPHALT PATH,REMOVE SYS 160 8 —
7 ASPHALT DRIVE,REMOVE SYS 35 /79
/99-_%
8 END SECTION,18 IN.,REMOVE EA 1 /W /
9 TREE EA 3 j� 7,7/
10 CURB AND GUTTER,CONCRETE
LFT 163 22 3tcy6.
11 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN SYS 152 ,e%. 9/Z
12 HMA SURFACE,TYPE B,9.5 MM TON 3 32/ Q(j 3
13 HMA INTERMEDIATE,TYPE B,19.0 MM TON 6 r‘ 96
14 HMA SURFACE,TYPE A,9.5 MM TON 31 /7--¢7 312,1
15 HMA INTERMEDIATE,TYPE A,19.0 MM TON 39 �J / 222,3 2
16 HMA BASE,TYPE B TON 20 .7/ /5/2.0
17 COMPACTED AGREGGATE,NO.53 BASE TON 87 /7 /q"79
18 SUBGRADE TREATMENT,TYPE III SYS 281 / �' 72/ ��
19 SUBGRADE TREATMENT,TYPE IIIA SYS 34 / 3-
20 FLOWABLE BACKFILL CYS 558 '75 c/7/.55-1--
21 PIPE,CIRCULAR,RCP,18 IN. LFT 13 � JQ
22 PIPE,CIRCULAR,RCP,48 IN LFT 1,531 /57 — 7.0 367°--
23 END SECTION,18 IN. EA 1 a,4 6,5-
24 CONCRETE ANCHOR,48 IN. EA 1 /427 / J92
25 MANHOLE,TYPE K WITH CASTING EA 8 6j�.e f �L,/1?
26 STRUCTURAL BACKFILL CYS 1,878 2d 3% S- /J
27 CATCH-ALL INLET PROTECTION EA 4 /�(a I/OD
28 EROSION CONTROL BLANKET SYS 4,764 /. 1%-"‘ 7/iC
29 SEED MIXTURE,R LBS 148 T
30 MULCHING MATERIAL TON 2.0 VA/ 34 -
31 FERTILIZER TON 0.4 5 2/-e,7-
32 GEOTEXTILE SYS 13.0
33 RIP RAP REVETMENT TON 11.0 g 7
34 PIPE,18IN.,REMOVE LFT 13 S rl�y'
35 CUT AND RECAP SANITARY LATERAL EA 1 �lICI 7'�
TOTAL: 9 775: ,&
SUBMITTED BY: Atlas Excavating, Inc.
SIGNATURE ``, ti7CL ti(1 L'
President
TITLE:
4740 Swisher Road
ADDRESS:
West Lafayette, IN 47906
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Cannel
Project No.10-12 Base Bid Deduct
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT I QUANTITY I PRNIT TOTAL
NO. BASE BID DEDUCT
1 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 30 9 27e)
2 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 ¢ l/4
3 ASPHALT,REMOVE SYS 104 —
��}, 3�2
4 ASPHALT DRIVE,REMOVE SYS 7 Z /V
5 PIPE,24 IN.RCP,REMOVE LFT 20 o /Z!/
6 END SECTION,24 IN.,REMOVE EA 1 /Z5n . ' /27
7 CURB AND GUTTER,CONCRETE LFT 29 / / 55-7 --
8 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 15 7% G>75
9 HMA SURFACE,TYPE B,9.5 MM TON 1 /5
10 HMA INTERMEDIATE,TYPE B,19.0 MM TON 1 /4:k /i+
11 HMA SURFACE,TYPE A,9.5 MM TON 9 (O/ 5-. '
12 COMPACTED AGREGGATE,NO.53 BASE TON 2 /3 26- —
13 SUBGRADE TREATMENT,TYPE IIIA SYS 7 '7 4/1 '
14 STRUCTURAL BACKFILL CYS 447 / 7 759q
15 PIPE,CIRCULAR,RCP,48 IN. LFT 584 75 13 g, s.
16 PIPE,CIRCULAR,RCP,24IN. LFT 20 5/ /a, s —
17 CONCRETE ANCHOR,48 IN. EA 1 7/9Q 74;k9 -
18 MANHOLE,TYPE N WITH CASTING EA 1 7e1,a'-' -7(*:1a—
19 SILT FENCE . LFT 1,085 / lA5.5
20 SEED MIXTURE,R LBS 55 3 /65
21 MULCHING MATERIAL TON 0.8 4/40 7Q
22 FERTILIZER TON 0.2 5'4 G—
23 GEOTEXTILE SYS 13 3 34
24 RIPRAP REVETMENT TON 11 Z 7 zq7—
TOTAL: 6 l✓� .G/-z • elo
Atlas Excavating, Inc.
SUBMITTED BY:
SIGNATURE Z( e Xf� �L�� L
TITLE: President
4740 Swisher Road
ADDRESS:
West Lafayette, IN 47906
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
#1 08-16-10
BID-7
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
NA
BID-8
'
mg
✓ BID PROPOSAL SUMMARY FORM
✓
NComplete the following information and place as the cover page to your
bid packet. Insert all documents into an envelope with project name and
your company name clearly marked on the outside. Seal the envelope.
Company:
IRieth-Riley Construction Co. , Inc.
Project Name: Chesterton Subdivision Drainage Improvements
Project No. 10-12
Date Submitted: August 18, 2010
Base Bid $996,000.00
Amount:
Alternate 1 Bid
$422,358.55
Amount:
Base Bid Deduct
($106,034.80)
Amount:
BID-2
P
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
1111 City of Carmel
Instructions To Bidders:
0 This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
I
Project: Chesterton Subdivision Drainage Improvements
City of Carmel Project#10-12
0
Proposal For Construction of:
The construction of approximately 4,200 lineal feet of an
enclosed storm sewer system from the intersection of
Westfield Boulevard and 96th Street to the north under
Lincoln Boulevard, then east under 98th Street and north
under Woodbriar Lane. The project also includes
reconstruction of Lincoln Boulevard and 98th Street
between Lincoln Boulevard and Maple Drive. Demolition
and minor utility relocation associated with the
construction of the storm sewer is also included.
Date: August 18, 2010
To: City of Carmel, Indiana, Board of Public Works and Safety
II
BID-1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Rieth-Riley Construction Co. , Inc.
1.2 Bidder Address: Street Address: 1751 W. Minnesota St. . PO Box 276
City: Indianapolis State: IN Zip: 46206
Phone: 317/634-5561 Fax: 317/631-6423
1.3 Bidder is a/an[mark one]
Individual Partnership x Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 .f following must be answered if the Bidder or any of its partners or joint venture
[
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
• .3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
I
I
I
I
BID-3
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Nine Hundred Ninety Six
Thousand and 00/100 Dollars ($ 996,000.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
2.2 Alternate#1 Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Four Hundred Twenty Two Thousand
Three Hundred Fifty Eight and 55/100 Dollars ($422,358.55 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
2.3 Base Bid Deduct
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total One Hundred Six Thousand
rty Four and 80/100 Dollars ($ 106,034.80 ). 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
BID-4
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or.furnished under the Contract.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID-5
I '
PART 3
CONTRACT ITEMS AND UNIT PRICES
I
I
I
i
I
I
I
I
I
I
I
i
I
I
I
I
BID-6
1•
•
PART 3 1
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Base Bid
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
NO. PRICE
1 CONSTRUCTION ENGINEERING LS 1 $4,250.00 $4,250.00
2 LS 1 $46,338.89 $46,338.89
MOBILIZATION AND DEMOBILIZATION
3 CLEARING RIGHT OF WAY LS 1 $14,338.50 $14,338.50
4 LFT 30 $25.00 $750.00
CHAIN LINK TYPE FENCE,REMOVE AND RESTORE
5 EA 1 $362.00 $362.00
24"END SECTION,REMOVE
6 PIPE,12"CMP,REMOVE LFT 153 $16.70 $2,555.10
7 PIPE,18"CMP,REMOVE LFT 43 $13.00 $559.00
8 PIPE,24"RCP,REMOVE LFT 20 $35.00 $700.00
9 LFT 29 $19.50 $565.50
CURB AND GUTTER,CONCRETE,REMOVE
10 ASPHALT PAVEMENT,REMOVE SYS 5078 $4.30 $21,835.40
11 ASPHALT DRIVE,REMOVE SYS 56 $14.60 $817.60
12 CONCRETE DRIVE,REMOVE SYS 78 $23.00 $1,794.00
13 LFT 10 $70.00 $700.00
FARM FENCE,REMOVE AND RESTORE
14 EA 11 $215.00 $2,365.00
MAILBOX ASSEMBLY,RELOCATE
15 LFT 29 $100.00 $2,900.00
CURB AND GUTTER,CONCRETE
16 STRUCTURAL BACKFILL CYS 3401 $27.00 $91,827.00
17 LFT 60 $70.00 $4,200.00
PIPE,CIRCULAR,RCP,15 IN.
18 LFT 305 $45.50 $13,877.50
PIPE,CIRCULAR,A-2000,21 IN.
19 LFT 11 $100.00 $1,100.00
PIPE,CIRCULAR,RCP,21 IN
20 LFT 205 $61.25 $12,556.25
PIPE,CIRCULAR,RCP,24 IN
21 LFT 574 $75.70 $43,451.80
PIPE,CIRCULAR,A-2000,30 IN.
22 PIPE,CIRCULAR,A-2000,36 IN LFT 1140 $83.70 $95,418.00
23 P .CIRCULAR,RCP,48 IN LFT 1632 $119.00 $194,208.00
24 WATER SERVICE LATERAL,LOWER EA 26 $1,625.00 $42,250.00
25 SANITARY SERVICE LATERAL,LOWER EA 20 $1,275.00 $25,500.00
26 CONCRETE CRADLE EA 8 $270.00 $2,160.00
27 CONCRETE ANCHOR,48 IN EA 1 $2,655.00 $2,655.00
28 MANHOLE,TYPE C WITH CASTING EA 4 $2,462.00 $9,848.00
29 MANHOLE,TYPE J WITH CASTING EA 6 $4,114.00 $24,684.00
30 MANHOLE,TYPE K WITH CASTING EA 6 $5,134.00 $30,804.00
31 MANHOLE,TYPE N WITH CASTING EA 1 $9,427.00 $9,427.00
32 INLET,TYPE E WITH CASTING EA 14 $1,900.00 $26,600.00
33
CONCRETE END SECTION,12 IN. EA 8 $835.00 $6,680.00
34 HMA SURFACE,TYPE B,9.5 MM TON 5 $150.00 $750.00
35 TON 11 $150.00 $1,650.00
HMA INTERMEDIATE,TYPE B,19.0 MM
36 TON 631 $59.00 $37,229.00
HMA SURFACE,TYPE A,9.5 MM
37 TON 555 $51.50 $28,582.50
HMA INTERMEDIATE,TYPE A,19.0 MM
38 HMA BASE,TYPE B TON 785 $48.40 $37,994.00
39 ASPHALT FOR TACK COAT TON 2 $535.00 $1,070.00
40 TON 1726 $16.70 $28,824.20
COMPACTED AGREGGATE,NO.53 BASE
41 SYS 4759 $9.10 $43,306.90
SUBGRADE TREATMENT,TYPE III
42 SYS 133 $10.50 $1,396.50
SUBGRADE TREATMENT,TYPE IIIA
43 MAINTENANCE OF TRAFFIC LS 1 $11,450.00 $11,450.00
44 LS 1 $450.00 $450.00
MOBILIZATION AND DEMOBILIZATION FOR SEEDING
45 EA 3 $330.00 $990.00
CATCH-ALL INLET PROTECTION
46 EA 16 $75.00 $1,200.00
SILT FENCE INLET PROTECTION
47 SILT FENCE LFT 6164 $1.28 $7,889.92
48 EROSION CONTROL BLANKET SYS 838 $2.48 $2,078.24
49 SEED MIXTURE,R LBS 118 $7.60 $896.80
50 MULCHING MATERIAL TON 1.6 $349.00 $558.40
51 FERTILIZER TON 0.4 $985.00 $394.00
52 AGRREGATE FOR ROCK DONUT TON 72 $100.00 $7,200.00
53 RIPRAP REVETMENT TON 25 $50.00 $1,250.00
54 TRAPEZOIDAL SILT DIKE LS 1 $8,300.00 $8,300.00
55 DEWATERING LS 1 $100.00 $100.00
56 GEOTEXTILE SYS 27 $5.00 $135.00
57 PIPE,CIRCULAR,RCP,12 IN LET 353 $49.00 $17,297.00
58 PORTLAND CEMENT CONCRETE PVMT,6 IN SYS 78 $85.00 $6,630.00
59 PORTLAND CEMENT CONCRETE PVMT,12 IN SYS 103 $100.00 $10,300.00
TOTAL: $996,000.00
SUBMITTED BY: Tom Parten, Rieth-Riley Construction Co., Inc.
SIGNATURE
TITLE: Sales Manager
ADDRESS: 1751 West Minnesota, Indianapolis, IN
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Alternate#1 Bid
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
NO. PRICE
ALTERNATE#1 BID
1 LFT 35 $22.25 $778.75
CHAIN LINK TYPE FENCE,REMOVE AND RESTORE
2 SYS 296 $36.00 $10,656.00
RIP RAP,REMOVE AND RESTORE
3 LFT 163 $13.25 $2,159.75
CURB AND GUTTER,CONCRETE,REMOVE
4 EA 3 $220.00 $660.00
ROAD SIGN,REMOVE AND RESTORE
5 SYS 282 $5.00 $1,410.00
ASPHALT,REMOVE
6 ASPHALT PATH,REMOVE SYS 160 $14.00 $2,240.00
7 SYS 35 $8.00 $280.00
ASPHALT DRIVE,REMOVE
8 EA 1 $409.00 $409.00
END SECTION,18 IN.,REMOVE
9 TREE EA 3 $820.00 $2,460.00
10 LFT 163 $39.25 $6,397.75
CURB AND GUTTER,CONCRETE
11 SYS 152 $94.00 $14,288.00
PORTLAND CEMENT CONCRETE PVMT,12 IN
12 TON 3 $310.00 $930.00
HMA SURFACE,TYPE B,9.5 MM
13 TON 6 $310.00 $1,860.00
HMA INTERMEDIATE,TYPE B,19.0 MM
14 TON 31 $100.00 $3,100.00
HMA SURFACE,TYPE A,9.5 MM
15 TON 39 $55.00 $2,145.00
HMA INTERMEDIATE,TYPE A,19.0 MM
16 HMA BASE,TYPE B TON 20 $70.00 $1,400.00
17 COMPACTED AGREGGATE,NO.53 BASE TON 87 $26.50 $2,305.50
18 SUBGRADE TREATMENT,TYPE III SYS 281 $14.25 $4,004.25
19 SUBGRADE TREATMENT,TYPE IIIA SYS 34 $20.00 $680.00
20 PLOWABLE BACKFILL CYS 558 $44.90 $25,054.20
21 LFT 13 $86.20 $1,120.60
PIPE,CIRCULAR,RCP,18 IN.
22 PIPE,CIRCULAR,RCP,48 IN. LFT 1531 $150.00 $229,650.00
23 END SECTION,18 IN EA 1 $735.00 $735.00
24 CONCRETE ANCHOR,48 IN. EA 1 $2,835.00 $2,835.00
25 MANHOLE,TYPE K WITH CASTING EA 8 $6,251.00 $50,008.00
26 STRUCTURAL BACKFILL CYS 1878 $22.00 $41,316.00
27 CATCH-ALL INLET PROTECTION EA 4 $330.00 $1,320.00
a
28 EROSION CONTROL BLANKET SYS 4764 $1.80 $8,575.20
29 SEED MIXTURE,R LBS 148 $7.60 $1,124.80
30 MULCHING MATERIAL TON 2 $349.00 $698.00
31 FERTILIZER TON 0.4 $985.00 $394.00
32 GEOTEXTILE SYS 13 $4.75 $61.75
33 RIP RAP REVETMENT TON 11 $37.00 $407.00
34 PIPE,18 IN,REMOVE LFT 13 $25.00 $325.00
35 EA 1 $570.00 $570.00
CUT AND RECAP SANITARY LATERAL
TOTAL: $422,358.55
SUBMITTED BY: Tom Parten, Rieth-Riley Construction Co., Inc.
SIGNATURE
TITLE: Sales Manager
ADDRESS: 1751 West Minnesota, Indianapolis, IN
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Base Bid Deduct
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
NO. PRICE
BASE BID DEDUCT
1 LFT 30 $25.00 $750.00
CHAIN LINK TYPE FENCE,REMOVE AND RESTORE
2 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 $1950 $565 50
3 ASPHALT,REMOVE SYS 104 $4.30 $447.20
4 SYS 7 $14.60 $102.20
ASPHALT DRIVE,REMOVE
5 LFT 20 $35.00 $700.00
PIPE,24 IN.RCP,REMOVE
6 EA 1 $362.00 $362.00
END SECTION,24 IN.,REMOVE
7 LFT 29 $100.00 $2,900.00
CURB AND GUTTER,CONCRETE
8 SYS 15 $100.00 $1,500.00
PORTLAND CEMENT CONCRETE PVMT,12 IN
9 TON 1 $150.00 $150.00
HMA SURFACE,TYPE B,9.5 MM
10 TON 1 $150.00 $150.00
HMA INTERMEDIATE,TYPE B,19.0 MM
11 TON 9 $59.00 $531.00
HMA SURFACE,TYPE A,9.5 MM
12 COMPACTED AGREGGATE,NO.53 BASE TON 2 $16.70 $33.40
13 SYS 7 $10.50 $73.50
SUBGRADE TREATMENT,TYPE IIIA
14 STRUCTURAL BACKFILL CYS 447 $27.00 $12,069.00
15 LFT 584 $119.00 $69,496.00
PIPE,CIRCULAR,RCP,48 IN
16 LFT 20 $61.25 $1,225.00
PIPE,CIRCULAR,RCP,24 IN
17 CONCRETE ANCHOR,48 IN. EA 1 $2,655.00 $2,655.00
18 EA 1 $9,427.00 $9,427.00
MANHOLE,TYPE N WITH CASTING
19 SILT FENCE LFT 1085 $1.28 $1,388.80
20 SEED MIXTURE,R LBS 55 $7.60 $418.00
21 MULCHING MATERIAL TON 0.8 $349.00 $279.20
22 FERTILIZER TON 0.2 $985.00 $197.00
23 GEOTEXTILE SYS 13 $5.00 $65.00
24 RIPRAP REVETMENT TON 11 $50.00 $550.00
TOTAL: $106,034.80
SUBMITTED BY: Tom Parten, Rieth-Riley Construction Co., Inc.
SIGNATURE C/ ---
TITLE: Sales Manager
ADDRESS: 1751 West Minnesota, Indianapolis, IN
s
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:
IADDENDUM NUMBER DATE
1 8/16/2010
I
i
i
I
i
I
I
I
i
I
I
BID-7
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
None.
I
r
r
I
I
I
r
r
r
r
r
I BID-8
BID PROPOSAL SUMMARY FORM
Complete the following information and place as the cover page to your
bid packet. Insert all documents into an envelope with project name and
your company name clearly marked on the outside. Seal me envelope.
Company:
Project Name: �" 547--ter,
Lk t . it)
Date Submitted: E! o
Base Bid cc
I 0,50 , q3y
Amount:
Alternate 1 Bid
3au , 3o1-1 . 19
Amount:
Base Bid Deduct
Amount: k3r-li 0 1? ,
1
BID-2
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized
Project: Chesterton Subdivision Drainage Improvements
City of Carmel Project#10-12
Proposal For Construction of:
The construction of approximately 4,200 lineal feet of an
enclosed storm sewer system from the intersection of
Westfield Boulevard and 96th Street to the north under
Lincoln Boulevard, then east under 98th Street and north
under Woodbriar Lane. The project also includes
reconstruction of Lincoln Boulevard and 98th Street
between Lincoln Boulevard and Maple Drive. Demolition
and minor utility relocation associated with the
construction of the storm sewer is also included.
Date: - ` � s+ l�� 7 �� t LD
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: CenA'-oL\ Ong:&•∎2-e CZYTh "c•-'44 -6oc s� ,�nc •
1.2 Bidder Address: Street Address: ,?2-402- w
City: State: . rte Zip: q Lk l LO
Phone: t�1-2.c -1_ t q c1 o Fax: 3 /7 - 814-/- /39Z'
1.3 Bidder is a/an[mark one]
Individual Partnership y Indiana Corporation
Foreign(Out of State) Corporation; State:
Joint Venture Other
1.4 /The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
II
BID-3
PART 2
BID PROPOSAL
2.1 Base Bid
I The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, Service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
I 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
d estimated unit quantities for such Contract Items,total()iJ�.e. fn t 11; arm r -cdy
__A-host ° F"A-D$i ar. ($ 1450,9 B14. t t ). The
Bidder acknowledges that evaluation of the lowe tSid shall be based on such price and
Ifurther 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.
2.2 Alternate#1 Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items,total--1-Lt....Le_ 0 -\-- „-
___A o o5cur..9 i.,___ -�! _ Dollars ($33, ,.o�-1,9 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
2.3 Base Bid Deduct
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items,total C �►-, ��s� D
t-t.) Dollars ($—El ,o 2) i ). 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
BID-4
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-5
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Cannel
Project No.10-12 Base Bid
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
NO. PRICE
1 CONSTRUCTION ENGINEERING LS 1 $8,424.42 $8,424.42
2 MOBILIZATION AND DEMOBILIZATION LS 1 $26,291.82 $26,291.82
3 CLEARING RIGHT OF WAY LS 1 $19,828.70 $19,828.70
4 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 30 $20.55 $616.50
5 24"END SECTION,REMOVE EA 1 $154.13 $154.13
6 PIPE,12"CMP,REMOVE LFT 153 $20.91 $3,199.23
7 PIPE,18"CMP,REMOVE LFT 43 $28.89 $1,242.27
8 PIPE,24"RCP,REMOVE LFT 20 $36.47 $729.40
9 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 $11.74 $340.46
10 ASPHALT PAVEMENT,REMOVE SYS 5,078 $5.79 $29,401.62
11 ASPHALT DRIVE,REMOVE SYS 56 $38.18 $2,138.08
12 CONCRETE DRIVE,REMOVE SYS 78 $33.73 $2,630.94
13 FARM FENCE,REMOVE AND RESTORE LFT 10 $53.20 $532.00
14 MAILBOX ASSEMBLY,RELOCATE EA 11 $169.87 $1,868.57
15 CURB AND GUTTER,CONCRETE LFT 29 $32.57 $944.53
16 STRUCTURAL BACKFILL CYS 3,401 $30.73 $104,512.73
17 PIPE,CIRCULAR,RCP,15 IN. LFT 60 $50.89 $3,053.40
18 PIPE,CIRCULAR,A-2000,21 IN. LFT 305 $81.40 $24,827.00
19 PIPE,CIRCULAR,RCP,21 IN LFT 11 $146.85 $1,615.35
20 PIPE,CIRCULAR,RCP,24 IN. LFT 205 $84.90 $17,404.50
21 PIPE,CIRCULAR,A-2000,30 IN. LFT 574 $91.07 $52,274.18
22 PIPE,CIRCULAR,A-2000,36 IN. LFT 1,140 $80.81 $92,123.40
23 PIPE,CIRCULAR,RCP,48 IN. LFT 1,632 $112.20 $183,110.40
24 WATER SERVICE LATERAL,LOWER EA 26 $1,616.03 $42,016.78
25 SANITARY SERVICE LATERAL,LOWER EA 20 $2,952.39 $59,047.80
26 CONCRETE CRADLE EA 8 $331.99 $2,655.92
27 CONCRETE ANCHOR,48 IN. EA 1 $947.62 $947.62
28 MANHOLE,TYPE C WITH CASTING EA 4 $2,073.65 $8,294.60
29 MANHOLE,TYPE J WITH CASTING EA 6 $2,817.24 $16,903.44
30 MANHOLE,TYPE K WITH CASTING EA 6 $3,418.18 $20,509.08
31 MANHOLE,TYPE N WITH CASTING EA 1 $5,236.81 $5,236.81
32 INLET,TYPE E WITH CASTING EA 14 $1,306.40 $18,289.60
33 CONCRETE END SECTION,12 IN. EA 8 $314.51 $2,516.08
34 HMA SURFACE,TYPE B,9.5 MM TON 5 $168.49 $842.45
35 HMA INTERMEDIATE,TYPE B,19.0 MM TON 11 $168.49 $1,853.39
36 HMA SURFACE,TYPE A,9.5 MM TON 631 $68.69 $43,343.39
37 HMA INTERMEDIATE,TYPE A,19.0 MM TON 555 $60.09 $33,349.95
38 HMA BASE,TYPE B TON 785 $56.16 $44,085.60
39 ASPHALT FOR TACK COAT TON 2 $629.03 $1,258.06
40 COMPACTED AGREGGATE,NO.53 BASE TON 1,726 $28.08 $48,466.08
41 SUBGRADE TREATMENT,TYPE III SYS 4,759 $3.93 $18,702.87
42 SUBGRADE TREATMENT,TYPE IIIA SYS 133 $9.39 $1,248.87
43 MAINTENANCE OF TRAFFIC LS 1 $8,255.92 $8,255.92
44 MOBILIZATION AND DEMOBILIZATION FOR SEEDING LS 1 $1,123.25 $1,123.25
45 CATCH-ALL INLET PROTECTION EA 3 $280.82 $842.46
46 SILT FENCE INLET PROTECTION EA 16 $95.48 $1,527.68
47 SILT FENCE LFT 6,164 $1.40 $8,629.60
48 EROSION CONTROL BLANKET SYS 838 $2.02 $1,692.76
49 SEED MIXTURE,R LBS 118 $15.73 $1,856.14
50 MULCHING MATERIAL TON 1.6 $1,460.23 $2,336.37
51 FERTILIZER TON 0.4 $4,380.68 $1,752.27
52 AGRREGATE FOR ROCK DONUT TON 72 $24.29 $1,748.88
53 RIPRAP REVETMENT TON 25 $34.00 $850.00
54 TRAPEZOIDAL SILT DIKE LS 1 31 6S pelf l�_ 4S, 0_S e
55 DEWATERING LS 1 $34,169.43 $34,169.43
56 GEOTEXTILE SYS 27 $2.03 $54.81
57 PIPE,CIRCULAR,RCP,12 IN. LFT 353 $69.66 $24,589.98
58 PORTLAND CEMENT CONCRETE PAVEMENT,6 IN. SYS 78 $50.55 $3,942.90
59 PORTLA EMENT CONCRETE PAVEMENT,12 IN. SYS 103 $74.13 $7,635.39
NI"-if fi6Nl''faUR p
r,rry .......ovr Vie, 41 TOTAL: �� OS r q 8 9',
One million ene headaad.ien thousand oae hundred thiMyiMedoIlars and-82/100
SUBMITTED BY: Central Engineering&Construction Associates,Inc.
!4
i ■ i
SIGNATURE da.4# k.4 ..�_ IL ,
•
'Tidy J. Cra i
T
1
ITLE: Authorized Agent
w
3862 N. Commercial Parkway
ADDRESS: Greenfield, Indiana 46140
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Cannel
Project No.10-12 Alternate#1 Bid
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY PUNIT TOTAL
ALTERNATE#1 BID
1 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 35 $20.48 $716.80
2 RIP RAP,REMOVE AND RESTORE SYS 296 $4.21 $1,246.16
3 CURB AND GUTTER,CONCRETE,REMOVE LFT 163 $14.78 $2,409.14
4 ROAD SIGN,REMOVE AND RESTORE 3 $154.12 $462.36
5 ASPHALT,REMOVE SYS 282 $2.42 $682.44
6 ASPHALT PATH,REMOVE SYS 160 $7.50 $1,200.00
7 ASPHALT DRIVE,REMOVE SYS 35 $16.48 $576.80
8 END SECTION,18 IN.,REMOVE 1 $161.31 $161.31
9 TREE EA 3 $561.63 $1,684.89
10 CURB AND GUTTER,CONCRETE LFT 163 $29.20 $4,759.60
11 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 152 $67.40 $10,244.80
12 HMA SURFACE,TYPE B,9.5 MM TON 3 $359.44 $1,078.32
13 HMA INTERMEDIATE,TYPE B,19.0 MM TON 6 $178.60 $1,071.60
14 HMA SURFACE,TYPE A,9.5 MM TON 31 $115.70 $3,586.70
15 HMA INTERMEDIATE,TYPE A,19.0 MM TON 39 $62.90 $2,453.10
16 HMA BASE,TYPE B TON 20 $78.63 $1,572.60
17 COMPACTED AGREGGATE,NO.53 BASE TON 87 $28.08 $2,442.96
18 SUBGRADE TREATMENT,TYPE III SYS 281 $3.94 $1,107.14
19 SUBGRADE TREATMENT,TYPE IIIA SYS 34 $9.41 $319.94
20 FLOWABLE BACKFILL CYS 558 $47.18 $26,326.44
21 PIPE,CIRCULAR,RCP,18 IN. LFT 13 $73.45 $954.85
22 PIPE,CIRCULAR,RCP,48 IN. LFT 1,531 $94.72 $145,016.32
23 END SECTION,18 IN EA 1 $298.83 $298.83
24 CONCRETE ANCHOR,48 IN. EA 1 $947.62 $947.62
25 MANHOLE,TYPE K WITH CASTING EA 8 $3,569.84 $28,558.72
26 STRUCTURAL BACKFILL CYS 1,878 $34.29 $64,396.62
27 CATCH-ALL INLET PROTECTION EA 4 $280.81 $1,123.24
28 EROSION CONTROL BLANKET SYS 4,764 $2.02 $9,623.28
29 SEED MIXTURE,R LBS 148 $15.73 $2,328.04
30 MULCHING MATERIAL TON 2.0 $1,460.23 $2,920.46
31 FERTILIZER TON 0.4 $4,380.68 $1,752.27
32 GEOTEXTILE SYS 13.0 $3.06 $39.78
33 RIP RAP REVETMENT TON 11.0 $33.94 $373.34
PIPE,18 IN.,REMOVE LFT 13 $51.79 $673.27
35 CUT AND RECAP SANITARY LATERAL 1 $1,195.25 $1,195.25
TOTAL: $324,304.99
SUBMITTED BY: Central Engineering&Construction Associates,Inc.
\ 974 I/
SIGNATURE LL,/�►��.a..c_ 21 'A
Cindy J. Cra%
Authorized Age
TITLE: lir
3862 N. Commercial Parkway
ADDRESS: Greenfield, Indiana 46140
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Base Bid Deduct
Chesterton Subdivision Drainage Improvements
NUM DESCRIPTION UNIT QUANTITY PRICE
TOTAL
BASE BID DEDUCT
1 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 30 518.29 $548.70
2 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 $10.46 $303.34
3 ASPHALT,REMOVE SYS 104 55.15 $535.60
4 ASPHALT DRIVE,REMOVE SYS 7 $33.99 $237.93
5 PIPE,24 IN.RCP,REMOVE LFT 20 $32.47 $649.40
6 END SECTION,24 IN.,REMOVE EA 1 $137.21 $137.21
7 CURB AND GUTTER,CONCRETE LFT 29 $29.00 $841.00
8 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 15 $66.00 $990.00
9 HMA SURFACE,TYPE B,9.5 MM TON 1 $150.00 $150.00
10 HMA INTERMEDIATE,TYPE B,19.0 MM TON 1 $150.00 $150.00
11 HMA SURFACE,TYPE A,9.5 MM TON 9 $61.15 $550.35
12 COMPACTED AGREGGATE,NO.53 BASE TON 2 525.00 $50.00
13 SUBGRADE TREATMENT,TYPE IIIA SYS 7 $8.36 $58.52
14 STRUCTURAL BACKFILL CYS 447 $27.36 $12,229.92
15 PIPE,CIRCULAR,RCP,48 IN. LFT 584 $99.89 $58,335.76
16 PIPE,CIRCULAR,RCP,24 IN. LFT 20 $75.58 $1,511.60
17 CONCRETE ANCHOR,48 IN. EA 1 5843.64 $843.64
18 MANHOLE,TYPE N WITH CASTING EA 1 $4,662.17 $4,662.17
19 SILT FENCE LFT 1,085 $1.25 $1,356.25
20 SEED MIXTURE,R LBS 55 $14.00 $770.00
21 MULCHING MATERIAL TON 0.8 $1,300.00 $1,040.00
22 FERTILIZER TON 0.2 $3,900.00 $780.00
23 GEOTEXTILE SYS 13 $1.81 $23.53
24 RIPRAP REVETMENT TON 11 $30.27 $332.97
TOTAL: $87,087.89
.C1`51.2464--- 9 G-(IJ( Z NCT'(----
SUBMITTED BY: 00t.1St t,) dipt3 It■C•cOCIPA 5S1 ( C
SIGNATURE 4,4 h _1. J
II
TITLE: ArOTIola/2_4 •4$ ►4.._4>_ I �G
S(o2 tJ _ et td.1,�L tAc P " l
ADDRESS: A ciet.(:)1 1 L3 01(.k
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
7//D
BID-7
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
•
5.3 Exceptions:
IV K
BID-8
BID PROPOSAL SUMMARY FORM
Complete the following information and place as the cover page to your
bid packet. Insert all documents into an envelope with project name and
your company name clearly marked on the outside. Seal the envelope.
Company:
F & K Construction
Project Name: Chesterton Subdivision Drainage Improvements ,,
Date Submitted: August, 18 2010
Base Bid
$1 ,234,108.00
Amount:
Alternate 1 Bid
$475,695.00
Amount:
Base Bid Deduct
$80,233.00
Amount:
BID-2
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: F& K Construction
1.2 Bidder Address: Street Address: 2055 W 150 S
City: Flora State: IN Zip: 46929
Phone: (574)967-4543 Fax: (574)967-3934
1.3 Bidder is a/an[mark one]
Individual Partnership Indiana Corporation
Foreign(Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
F&K Construction
.2 Address: 2055 W 150 S, Flora, IN 46929
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name: N/A
Address:
BID-3
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total One Million Two Hundred Thirty-Four
Thousand One Hundred Eight and 00/100 Dollars ($ 1,234,108.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
2.2 Alternate#1 Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Four Hundred Seventy-Five Thousand
Six Hundred Ninety-Five and 00/100 Dollars ($ 475,695.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
2.3 Base Bid Deduct
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus,materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items,total Eighty Thousand Two Hundred
Thirty-Three and 00/100 Dollars ($ 80,233.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
BID-4
•
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-5
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Base Bid
Chesterton Subdivision Drainage Improvements
INOM DESCRIPTION UNIT QUANTITY PRICE TOTAL
1 CONSTRUCTION ENGINEERING LS 1 $19,000.00 $19,000.00
2 MOBILIZATION AND DEMOBILIZATION LS 1 $157,000.00 $157,000.00
3 CLEARING RIGHT OF WAY LS 1 $12,000.00 $12,000.00
4 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 30 $25.00 $750.00
5 24"END SECTION,REMOVE EA 1 $975.00 $975.00
6 PIPE,12"CMP,REMOVE LFT 153 $10.00 $1,530.00
7 PIPE,18"CMP,REMOVE LFT 43 $11.00 $473.00
8 PIPE,24"RCP,REMOVE LFT 20 $11.00 $220.00
9 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 $14.00 $406.00
10 ASPHALT PAVEMENT,REMOVE SYS 5,078 $2.00 $10,156.00
11 ASPHALT DRIVE,REMOVE SYS 56 $13.00 $728.00
12 CONCRETE DRIVE,REMOVE SYS 78 $8.00 $624.00
13 FARM FENCE,REMOVE AND RESTORE LFT 10 $55.00 $550.00
14 MAILBOX ASSEMBLY,RELOCATE EA 11 $150.00 $1,650.00
15 CURB AND GUTTER,CONCRETE LFT 29 $32.00 $928.00
16 STRUCTURAL BACKFILL CYS 3,401 $35.00 $119,035.00
17 PIPE,CIRCULAR,RCP,15 IN. LFT 60 $56.00 $3,360.00
18 PIPE,CIRCULAR,A-2000,21 IN. LFT 305 $57.00 $17,385.00
19 PIPE,CIRCULAR,RCP,21 IN LFT 11 $110.00 $1,210.00
20 PIPE,CIRCULAR,RCP,24 IN. LFT 205 $73.00 $14,965.00
21 PIPE,CIRCULAR,A-2000,30 IN. LFT 574 $84.00 $48,216.00
22 PIPE,CIRCULAR,A-2000,36 IN, LFT 1,140 $100.00 $114,000.00
23 PIPE,CIRCULAR,RCP,48 IN. LFT 1,632 $117.00 $190,944.00
24 WATER SERVICE LATERAL,LOWER EA 26 $2,515.00 $65,390.00
25 SANITARY SERVICE LATERAL,LOWER EA 20 $2,900.00 $58,000.00
26 CONCRETE CRADLE EA 8 $225.00 $1,800.00
27 CONCRETE ANCHOR,48 IN. EA 1 $1,000.00 $1,000.00
28 MANHOLE,TYPE C WITH CASTING EA 4 $1,900.00 $7,600.00
29 MANHOLE,TYPE J WITH CASTING EA 6 $2,700.00 $16,200.00
30 MANHOLE,TYPE K WITH CASTING EA 6 $3,400.00 $20,400.00
31 MANHOLE,TYPE N WITH CASTING EA 1 $2,100.00 $2,100.00
32 INLET,TYPE E WITH CASTING EA 14 $1,400.00 $19,600.00
33 CONCRETE END SECTION,12 IN. EA 8 $850.00 $6,800.00
34 HMA SURFACE,TYPE B,9.5 MM TON 5 $85.00 $425.00
35 HMA INTERMEDIATE,TYPE B,19.0 MM TON 11 $75.00 $825.00
36 HMA SURFACE,TYPE A,9.5 MM TON 631 $85.00 $53,635.00
37 HMA INTERMEDIATE,TYPE A,19.0 MM TON 555 $75.00 $41,625.00
38 HMA BASE,TYPE B TON 785 $75.00 $58,875.00
39 ASPHALT FOR TACK COAT TON 2 $310.00 $620.00
40 COMPACTED AGREGGATE,NO.53 BASE TON 1,726 $16.00 $27,616.00
41 SUBGRADE TREATMENT,TYPE III SYS 4,759 $10.00 $47,590.00
42 SUBGRADE TREATMENT,TYPE IIIA SYS 133 $40.00 $5,320.00
43 MAINTENANCE OF TRAFFIC LS 1 $15,000.00 $15,000.00
44 MOBILIZATION AND DEMOBILIZATION FOR SEEDING LS 1 $500.00 $500.00
45 CATCH-ALL INLET PROTECTION EA 3 $370.00 $1,110.00
46 SILT FENCE INLET PROTECTION EA 16 $95.00 $1,520.00
47 SILT FENCE LFT 6,164 $1.50 $9,246.00
48 EROSION CONTROL BLANKET SYS 838 $2.00 $1,676.00
49 SEED MIXTURE,R LBS 118 $8.00 $944.00
50 MULCHING MATERIAL TON 1.6 $400.00 $640.00
51 FERTILIZER TON 0.4 $1,100.00 $440.00
52 AGRREGATE FOR ROCK DONUT TON 72 $45.00 $3,240.00
53 RIPRAP REVETMENT TON 25 $26.00 $650.00
54 TRAPEZOIDAL SILT DIKE LS 1 $12,000.00 $12,000.00
55 DEWATERING LS 1 $1,400.00 $1,400.00
56 GEOTEXTILE SYS 27 $5.00 $135.00
57 PIPE,CIRCULAR,RCP,12 IN. LFT 353 $50.00 $17,650.00
58 PORTLAND CEMENT CONCRETE PAVEMENT,6 IN. SYS 78 $72.00 $5,616.00
59 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 103 $105.00 $10,815.00
TOTAL: $1,234,1 08.00
SUBMITTED BY: F & K Construction, Inc.
SIGNATURE a-Ck 11.-----
ej\-
TITLE: Vice President
ADDRESS: 2055 W. 150 S., Flora, IN 46929
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Cannel
Project No.10-12 Alternate#1 Bid
Chesterton Subdivision Drainage Improvements
ITEM PRICE
NO DESCRIPTION UNIT QUANTITY TOTAL
ALTERNATE#1 BID
1 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 35 $20.00 $700.00
2 SYS 296 $15.00 $4,440.00
RIP RAP,REMOVE AND RESTORE
3 CURB AND GUTTER,CONCRETE,REMOVE LFT 163 $8.00 $1,304.00
4 ROAD SIGN,REMOVE AND RESTORE EA 3 $250.00 $750.00
5 ASPHALT,REMOVE SYS 282 $3.00 $846.00
6 ASPHALT PATH,REMOVE SYS 160 $2.00 $320.00
7 ASPHALT DRIVE,REMOVE SYS 35 $8.00 $280.00
8 END SECTION,18 IN.,REMOVE EA 1 $300.00 $300.00
9 TREE EA 3 $1,050.00 $3,150.00
10 CURB AND GUTTER,CONCRETE LFT 163 $32.00 $5,216.00
11 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 152 $70.00 $10,640.00
12 HMA SURFACE,TYPE B,9.5 MM TON 3 $290.00 $870.00
13 HMA INTERMEDIATE,TYPE B,19.0 MM TON 6 $90.00 $540.00
14 HMA SURFACE,TYPE A,9.5 MM TON 31 $290.00 $8,990.00
15 HMA INTERMEDIATE,TYPE A,19.0 MM TON 39 $90.00 $3,510.00
16 HMA BASE,TYPE B TON 20 $90.00 $1,800.00
17 COMPACTED AGREGGATE,NO.53 BASE TON 87 $65.00 $5,655.00
18 SUBGRADE TREATMENT,TYPE III SYS 281 $16.00 $4,496.00
19 SUBGRADE TREATMENT,TYPE IIIA SYS 34 $75.00 $2,550.00
20 FLOWABLE BACKFILL CYS 558 $50.00 $27,900.00
21 PIPE,CIRCULAR,RCP,18 IN. LFT 13 $115.00 $1,495.00
22 PIPE,CIRCULAR,RCP,48 IN. LFT 1,531 $160.00 $244,960.00
23 END SECTION,18 IN. EA 1 $1,000.00 $1,000.00
24 CONCRETE ANCHOR,48 IN. EA 1 $1,000.00 $1,000.00
25 MANHOLE,TYPE K WITH CASTING EA 8 $7,600.00 $60,800.00
26 STRUCTURAL BACKFILL CYS 1,878 $35.00 $65,730.00
27 CATCH-ALL INLET PROTECTION EA 4 $355.00 $1,420.00
28 EROSION CONTROL BLANKET SYS 4,764 $2.25 $10,719.00
29 SEED MIXTURE,R LBS 148 $8.00 $1,184.00
30 MULCHING MATERIAL TON 2.0 $400.00 $800.00
31 FERTILIZER TON 0.4 $1,100.00 $440.00
32 IGEOTEXTILE SYS 13.0 $5.00 $65.00
33 RIP RAP REVETMENT TON 11.0 $30.00 $330.00
34 PIPE,18 IN.,REMOVE LFT 13 $15.00 $195.00
35 CUT AND RECAP SANITARY LATERAL EA 1 $1,300.00 $1,300.00
$475,695.00
TOTAL:
SUBMITTED BY: F & K Construction, Inc.
SIGNATURE a-0( (4.-----
Vice President
TITLE:
ADDRESS: 2055 W. 150 S., Flora, IN 46929
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Cannel
Project No.10-12 Base Bid Deduct
Chesterton Subdivision Drainage Improvements
ITE DESCRIPTION UNIT QUANTITY PRICE TOTAL
NO. BASE BID DEDUCT
1 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 30 $20.00 $600.00
2 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 $5.00 $145.00
3 ASPHALT,REMOVE SYS 104 $2.00 $208.00
4 ASPHALT DRIVE,REMOVE SYS 7 $10.00 $70.00
5 PIPE,24 IN.RCP,REMOVE LFT 20 $10.00 $200.00
6 END SECTION,24 IN.,REMOVE EA 1 $900.00 $900.00
7 CURB AND GUTTER,CONCRETE LFT 29 $30.00 $870.00
8 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 15 $100.00 $1,500.00
9 HMA SURFACE,TYPE 8,9.5 MM TON 1 $0.00 $0.00
10 HMA INTERMEDIATE,TYPE B,19.0 MM TON 1 $0.00 $0.00
11 HMA SURFACE,TYPE A,9.5 MM TON 9 $0.00 $0.00
12 COMPACTED AGREGGATE,NO.53 BASE TON 2 $0.00 $0.00
13 SUBGRADE TREATMENT,TYPE IIIA SYS 7 $0.00 $0.00
14 STRUCTURAL BACKFILL CYS 447 $30.00 $13,410.00
15 PIPE,CIRCULAR,RCP,48 IN. LFT 584 $95.00 $55,480.00
16 PIPE,CIRCULAR,RCP,24 IN. LFT 20 $70.00 $1,400.00
17 CONCRETE ANCHOR,48 IN. EA 1 $1,000.00 $1,000.00
18 MANHOLE,TYPE N WITH CASTING EA 1 $2,100.00 $2,100.00
19 SILT FENCE LFT 1,085 $1.00 $1,085.00
20 SEED MIXTURE,R LBS 55 $8.00 $440.00
21 MULCHING MATERIAL TON 0.8 $400.00 $320.00
22 FERTILIZER TON 0.2 $1,100.00 $220.00
23 GEOTEXTILE SYS 13 $5.00 $65.00
24 RIPRAP REVETMENT TON 11 $20.00 $220.00
TOTAL: $80,233.00
SUBMITTED BY: 1 n F&K Construction, Inc.
^!SIGNATURE "`���""" ��\
TITLE: Vice President
ADDRESS: 2055 W. 150 S., Flora, IN 46929
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
1 August 16, 2010
BID-7
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
BID-8
State Form 52414
Prescribed by State Board of Accounts Form No.96(Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
PART I
(To be completed for all bids. Please type or print)
Date: August 18, 2010
1. Governmental Unit (Owner):city of Carmel, IN Board of Public Works and Safety
2. County : Hamilton
3. Bidder(Firm): F & K Construction, Inc.
Address: 2055 W. 150 S.
City/State: Flora, IN 46929
4. Telephone Number: (5741967-4543 FED. ID#35-1415044
5. Agent of Bidder(if applicable): N/A
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of Chesterton Subdivision Drainage Improvements City of Carmel Project#10-12
(Governmental Unit) in accordance with plans and specifications prepared by American Structurepoint Inc.
and dated August 2, 2010 for the sum of
See Bid Form $ See Bid Form
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit
basis, the itemization of the units shall be shown on a separate attachment.
The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States (I.C. 5-16-8-2). I hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I
understand that violations hereunder may result in forfeiture of contractual payments.
ACCEPTANCE
The above bid is accepted this day of , subject to the
following conditions:
Contracting Authority Members:
PART II
(For projects of$100,000 or more — IC 36-1-12-4)
Governmental Unit: City of Carmel. IN Board of Public Works and Safety
Bidder(Firm) F & K Construction, Inc.
Date: August 18. 2010
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
$354,960.00 Force Main Summer of '10 Town of Whitestown, IN
$343,744.00 Water Main Summer of '09 Town of Converse, IN
$177,923.00 Water & Sewer Spring of '10 Western School Corp.
$232,213.00 Debris Removal Fall of'09 INDOT
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
$2,393,658.00 Road Improvements Fall of'10 City of Carmel, IN
$172,030.00 Parking Lot Fall of'10 Purdue University
$452,497.30 Walk Path Fall of '10 City of Carmel, IN
$975,595.00 Storm Sewer Fall of '10 City of Monticello, IN
3. Have you ever failed to complete any work awarded to you? NO If so, where and why?
4. List references from private firms for which you have performed work.
Steinberger Construction, Inc. Jim Steinberger (574) 753-4944
The Andersons Dale Theis (419) 891-6390
Hartrich Becknell Construction John Hartrich (708) 443-9300
Subaru of Indiana Automotive Dennis Hickman (765) 449-6991
Gutwein & Associates Andrew Gutwein (765) 532-6725
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.)
2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work)that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any 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.
, •
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: Chesterton Subdivision Drainage Improvements
City of Carmel Project#10-12
Proposal For Construction of:
The construction of approximately 4,200 lineal feet of an
enclosed storm sewer system from the intersection of
Westfield Boulevard and 96th Street to the north under
Lincoln Boulevard, then east under 98th Street and north
under Woodbriar Lane. The project also includes
reconstruction of Lincoln Boulevard and 98th Street
between Lincoln Boulevard and Maple Drive. Demolition
and minor utility relocation associated with the
construction of the storm sewer is also included.
Date: August 18, 2010
To: City of Carmel, Indiana,Board of Public Works and Safety
BID-1
BID PROPOSAL SUMMARY FORM
Complete the following information and place as the cover page to your
bid packet. Insert all documents into an envelope with project name and
your company name clearly marked on the outside. Seal the envelope.
Company: Gradex, Inc.
Project Name: Chesterton Subdivision Drainage Improvements
Date Submitted: August 18, 2010
Base Bid
$ 1,298,419.20
Amount:
Alternate 1 Bid $ 479,475.21
Amount:
Base Bid Deduct ; $ 83,424.50
Amount:
BID-2
tf
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Gradex, Inc.
1.2 Bidder Address: Street Address: 3685 Priority Way S. Drive, Suite 140
City: Indianapolis State: Indiana Zip: 46240
Phone: 317-573-3970 Fax: 317-573-3979
1.3 Bidder is a/an[mark one]
Individual Partnership x Indiana Corporation
Foreign(Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Cannel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-3
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items,total One Million Two Hundred Ninety-Eight
Thousand Four Hundred Nineteen and 20/100 Dollars ($ 1,298,419.20 ). 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.
2.2 Alternate#1 Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items,total Four Hundred Seventy-Nine Thousand
Four Hundred Seventy-Five and 21/-1 ($ 479.475.21 ). 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.
2.3 Base Bid Deduct
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items,total Eighty-Three Thousand Four
Hundred Twenty-Four and 50/100 Dollars ($ 83,424.50 ). 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
BID-4
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-5
, r ' ,
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Base Bid
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
NO. PRICE
1 CONSTRUCTION ENGINEERING LS 1 $13,000.00 $13,000.00
2 MOBILIZATION AND DEMOBILIZATION LS 1 $64,900.00 $64,900.00
3 CLEARING RIGHT OF WAY LS 1 $25,000.00 $25,000.00
4 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 30 $32.00 $960.00
5 24"END SECTION,REMOVE EA 1 $220.00 $220.00
6 PIPE.12"CMP,REMOVE LFT 153 $11.00 $1,683.00
7 PIPE,18"CMP,REMOVE LFT 43 $11.00 $473.00
8 PIPE,24"RCP,REMOVE LFT 20 $16.00 $320.00
9 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 $11.00 $319.00
10 ASPHALT PAVEMENT,REMOVE SYS 5,078 $2.15 $10,917.70
11 ASPHALT DRIVE,REMOVE SYS 56 $5.50 $308.00
12 CONCRETE DRIVE,REMOVE SYS 78 $11.00 $858.00
13 FARM FENCE,REMOVE AND RESTORE LFT 10 $21.00 $210.00
14 MAILBOX ASSEMBLY,RELOCATE EA 11 $218.00 $2,398.00
15 CURB AND GUTTER,CONCRETE LFT 29 $54.00 $1,566.00
16 STRUCTURAL BACKFILL CYS 3,401 $22.00 $74,822.00
17 PIPE,CIRCULAR,RCP,15 IN LFT 60 $40.00 $2,400.00
18 PIPE,CIRCULAR,A-2000,21 IN. LFT 305 $64.00 $19,520.00
19 PIPE,CIRCULAR,RCP,21 IN LFT 11 $85.00 $935.00
20 PIPE.CIRCULAR,RCP,24 IN LFT 205 $52.00 $10,660.00
21 PIPE,CIRCULAR.A-2000,30 IN. LFT 574 $79.00 $45,346.00
22 PIPE,CIRCULAR,A-2000,36 IN LFT 1,140 $100.00 $114,000.00
23 PIPE,CIRCULAR,RCP,48 IN. LFT 1,632 $107.00 $174,624.00
24 WATER SERVICE LATERAL,LOWER EA 26 $6,200.00 $161,200.00
25 SANITARY SERVICE LATERAL,LOWER EA 20 $11,000.00 $220,000.00
26 CONCRETE CRADLE EA 8 $960.00 $7,680.00
27 CONCRETE ANCHOR,48 IN. EA 1 $2,000.00 $2,000.00
28 MANHOLE,TYPE C WITH CASTING EA 4 $1,500.00 $6,000.00
29 MANHOLE,TYPE J WITH CASTING EA 6 $2,700.00 $16,200.00
30 MANHOLE,TYPE K WITH CASTING EA 6 $3,600.00 $21,600.00
31 MANHOLE,TYPE N WITH CASTING EA 1 $6,400.00 $6,400.00
,
32 INLET,TYPE E WITH CASTING EA 14 $1,500.00 $21,000.00
33 CONCRETE END SECTION,12 IN. EA 8 $560.00 $4,480.00
34 HMA SURFACE,TYPE B,9.5 MM TON 5 $157.00 $785.00
35 HMA INTERMEDIATE,TYPE B,19.0 MM TON 11 $157.00 $1,727.00
36 HMA SURFACE,TYPE A,9.5 MM TON 631 $64.00 $40,384.00
37 HMA INTERMEDIATE,TYPE A,19.0 MM TON 555 $56.00 $31,080.00
38 HMA BASE,TYPE B TON 785 $52.50 $41,212.50
39 ASPHALT FOR TACK COAT TON 2 $588.00 $1,176.00
40 COMPACTED AGREGGATE,NO.53 BASE TON 1,726 $20.00 $34,520.00
41 SUBGRADE TREATMENT,TYPE III SYS 4,759 $1.10 $5,234.90
42 SUBGRADE TREATMENT,TYPE IIIA SYS 133 $13.00 $1,729.00
43 MAINTENANCE OF TRAFFIC LS 1 $41,000.00 $41,000.00
44 MOBILIZATION AND DEMOBILIZATION FOR SEEDING LS 1 $1,000.00 $1,000.00
45 CATCH-ALL INLET PROTECTION EA 3 $345.00 $1,035.00
46 SILT FENCE INLET PROTECTION EA 16 $78.00 $1,248.00
47 SILT FENCE LFT 6,164 $1.30 $8,013.20
48 EROSION CONTROL BLANKET SYS 838 $2.60 $2,178.80
49 SEED MIXTURE,R LBS 118 $8.00 $944.00
50 MULCHING MATERIAL TON 1.6 $366.00 $585.60
51 FERTILIZER TON 0.4 $1,035.00 $414.00
52 AGRREGATE FOR ROCK DONUT TON 72 $35.00 $2,520.00
53 RIPRAP REVETMENT TON 25 $37.00 $925.00
54 TRAPEZOIDAL SILT DIKE LS 1 $15,000.00 $15,000.00
55 DEWATERING LS 1 $5,000.00 $5,000.00
56 GEOTEXTILE SYS 27 $7.50 $202.50
57 PIPE,CIRCULAR,RCP,12 IN. LFT 353 $35.00 $12,355.00
58 PORTLAND CEMENT CONCRETE PAVEMENT,6 IN. SYS 78 $75.00 $5,850.00
59 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 103 $100.00 $10,300.00
TOTAL: $1,298,419.20
SUBMITTED BY: Gradex, Inc.
SIGNATURE \. C-1 """k- `N.I-.4
Scott Sweeney
TITLE: Vice President
ADDRESS: 3685 Priority Way S. Dr..#140, Indianapolis. IN 46240
1
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No. 10-12 Alternate#1 Bid
Chesterton Subdivision Drainage Improvements
ITEM UNIT QUANTITY UNIT TOTAL
NO. PRICE
ALTERNATE#1 BID
1 LFT 35 $32.00 $1.120.00
CHAIN LINK TYPE FENCE,REMOVE AND RESTORE
2 SYS 296 $19.00 $5,624.00
RIP RAP,REMOVE AND RESTORE
3 LFT 163 $8.80 $1,434.40
CURB AND GUTTER,CONCRETE,REMOVE
4 EA 3 $427.00 $1,281.00
ROAD SIGN,REMOVE AND RESTORE
5 ASPHALT,REMOVE SYS 282 $5.50 $1,551.00
6 ASPHALT PATH,REMOVE SYS 160 $5.50 $880.00
7 SYS 35 $5.50 $192.50
ASPHALT DRIVE,REMOVE
8 EA 1 $220.00 $220.00
END SECTION, 18 IN.,REMOVE
9 TREE EA 3 $550.00 $1,650.00
10 LFT 163 $54.00 $8,802.00
CURB AND GUTTER,CONCRETE
11 PORTLAND CEMENT CONCRETE PAVEMENT, 12 IN. SYS 152 $105.00 $15,960.00
12 HMA SURFACE,TYPE B,9.5 MM TON 3 $335.00 $1,005.00
13 HMA INTERMEDIATE,TYPE B,19.0 MM TON 6 $165.00 $990.00
14 HMA SURFACE,TYPE A,9.5 MM TON 31 $108.00 $3,348.00
15 HMA INTERMEDIATE,TYPE A,19.0 MM TON 39 $58.00 $2,262.00
16 HMA BASE,TYPE B TON 20 $73.00 $1,460.00
17 COMPACTED AGREGGATE,NO 53 BASE TON 87 $20.00 $1,740.00
18 SUBGRADE TREATMENT,TYPE III SYS 281 $6.60 $1,854.60
19 SUBGRADE TREATMENT,TYPE IIIA SYS 34 $21.00 $714.00
20 FLOWABLE BACKFILL CYS 558 $63.00 $35,154.00
21 LFT 13 $46.00 $598.00
PIPE,CIRCULAR,RCP, 18 IN.
22 PIPE,CIRCULAR,RCP,48 IN LFT 1,531 $180.00 $275,580.00
23 END SECTION, 18 IN. EA 1 $650.00 $650.00
24 CONCRETE ANCHOR,48 IN. EA 1 $2,000.00 $2,000.00
25 MANHOLE,TYPE K WITH CASTING EA 8 $7,000.00 $56,000.00
26 STRUCTURAL BACKFILL CYS 1,878 $22.00 $41,316.00
27 CATCH-ALL INLET PROTECTION EA 4 $345.00 $1,380.00
28 EROSION CONTROL BLANKET SYS 4,764 $1.89 $9,003.96
29 SEED MIXTURE,R LBS 148 $8.00 $1,184.00
30 MULCHING MATERIAL TON 2.0 $365.00 $730.00
31 FERTILIZER TON 0.4 $1,035.00 $414.00
32 GEOTEXTILE SYS 13.0 $10.75 $139.75
33 RIP RAP REVETMENT TON 11.0 $54.00 $594.00
34 PIPE,18 IN REMOVE LFT 13 $11.00 $143.00
35 EA 1 $2,500.00 $2.500.00
CUT AND RECAP SANITARY LATERAL
TOTAL: $479,475.21
SUBMITTED BY: Gradex, Inc.
_ _
SIGNATURE �`"`�"- _ -�
Scott Sweeney
LI
TITLE: Vice President
ADDRESS: 3685 Priority Way S. Dr.,#140, Indianapolis, IN 46240
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Base Bid Deduct
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
NO. PRICE
BASE BID DEDUCT
1 LFT 30 $30.00 $900.00
CHAIN LINK TYPE FENCE,REMOVE AND RESTORE
2 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 $8.00 $232.00
3 ASPHALT,REMOVE SYS 104 $5.00 $520.00
4 ASPHALT DRIVE,REMOVE SYS 7 $5.00 $35.00
5 PIPE,24 IN.RCP,REMOVE LFT 20 $15.00 $300.00
6 END SECTION,24 IN.,REMOVE EA 1 $200.00 $200.00
7 CURB AND GUTTER,CONCRETE LFT 29 $50.00 $1,450.00
8 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 15 $70.00 $1,050.00
9 HMA SURFACE,TYPE B,9.5 MM TON 1 $145.00 $145.00
10 HMA INTERMEDIATE,TYPE B,19.0 MM TON 1 $140.00 $140.00
11 HMA SURFACE,TYPE A,9.5 MM TON 9 $60.00 $540.00
12 COMPACTED AGREGGATE,NO.53 BASE TON 2 $15.00 $30.00
13 SUBGRADE TREATMENT.TYPE IIIA SYS 7 $1.00 $7.00
14 STRUCTURAL BACKFILL CYS 447 $20.00 $8,940.00
15 PIPE,CIRCULAR,RCP,48 IN. LFT 584 $100.00 $58,400.00
16 PIPE,CIRCULAR,RCP,24 IN. LFT 20 $48.00 $960.00
17 CONCRETE ANCHOR,48 IN. EA 1 $1,500.00 $1,500.00
18 MANHOLE,TYPE N WITH CASTING EA 1 $5,500.00 $5,500.00
19 SILT FENCE LFT 1,085 $1.20 $1,302.00
20 SEED MIXTURE,R LBS 55 $7.50 $412.50
21 MULCHING MATERIAL TON 0.8 $345.00 $276.00
22 FERTILIZER TON 0.2 $950.00 $190.00
23 GEOTEXTILE SYS 13 $5.00 $65.00
24 RIPRAP REVETMENT TON 11 $30.00 $330.00
TOTAL: $83,424.50
SUBMITTED BY Gradex, Inc.
SIGNATURE ,.7`,@.-
Scott Sweeney
•
TITLE: Vice President
ADDRESS: 3685 Priority Way S.Dr.,#140,Indianapolis,IN 46240
I
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
1 August 16, 2010
BID-7
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
N/A
BID-8
4
I
BID PROPOSAL SUMMARY FORM
I
Complete the following information and place as the cover page to your
bid packet. Insert all documents into an envelope with project name and
your company name clearly marked on the outside. Seal the envelope.
i
Company:
I V70 c.o l kG_.
I Project Name:
V tbw br1� ��7—
Date Submitted: ,,S„st rt , zo,a
Base Bid ��.
1114, 6o3 .
Amount:
Alternate 1 Bid
IAmount: X93 , !E°. 's
Base Bid Deduct
Amount:
I
I
I
I
I
BID-?
1.
BIDDER'S ITEMIZED PROPOSAL,
AND DECLARATIONS
` City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: Chesterton Subdivision Drainage Improvements
City of Carmel Project#10-12
i
Proposal For Construction of:
The construction of approximately 4,200 lineal feet of an
enclosed storm sewer system from the intersection of
Westfield Boulevard and 96th Street to the north under
Lincoln Boulevard, then east under 98th Street and north
under Woodbriar Lane. The project also includes
reconstruction of Lincoln Boulevard and 98th Street
between Lincoln Boulevard and Maple Drive. Demolition
and minor utility relocation associated with the
construction of the storm sewer is also included.
Date: ) ,S4 ) E I Zoib
To: City of Carmel, Indiana, Board of Public Works and Safety
1
I
I
I
I
' BID-I:
L
I PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: 1 vcx0A C
1.2 Bidder Address: Street Address: 1 SS-5- S. ..��, (tom �d. 5��•
City: tltCtictolis State: I U Zip: Z3
Phone: 311-- 35,- 3ciS- Fax: 31?-3c9- 62 s-Y
1.3 Bidder is a/an[mark one]
Individual Partnership Indiana Corporation
Foreign (Out of State) Corporation; State:
IJoint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
i .2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
I
I
I
I
iBID-3
,
I
IPART 2
BID PROPOSAL
1 2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
II 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
IWork 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 sitich Contract Items, total/gt, A/...del I / esI' F.ut--T-.wsa..../
IS,x. /f .a( 7 . Dollars ($ 99 V GO, 7 ). 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
IIIsolely 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
I 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.
I2.2 Alternate#1 Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
I 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
I 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 gave AL.deeei /1./. �.�e-
Tru„•sa«ci O,�./.�,,.,afe.�,/��l ?� Dollars ($ X93, /�0, 1� ). The
Bidder acknowledges that evi ation 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
I 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
I ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
i2.3 Base Bid Deduct
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
I 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
I 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 Priccsi, when multiplied by
estimatel unit quantities for such Contract Items, total Of 1.1.�j iLwee �C&Avs 0,4-C/
I �.,,r ,.�tt��/ k)we.. Dollars ($ 93 449. �' ). The
Bidder acknowledges at 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
I BID-4
1
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID-5
PART 3
CONTRACT ITEMS AND UNIT PRICES,
I
I
I
I
I
I
I
I
i
I
i
i
I
I
i
BID-6
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Base Bid
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
NO. PRICE
1 CONSTRUCTION ENGINEERING LS 1 $8,625.00 $8,625.00
2 MOBILIZATION AND DEMOBILIZATION LS 1 $52,500.00 $52,500.00
3 CLEARING RIGHT OF WAY LS 1 $4,475.00 $4,475.00
4 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 30 $16.00 $480.00
5 24"END SECTION,REMOVE EA 1 $255.00 $255.00
6 PIPE,12"CMP,REMOVE LFT 153 $28.00 $4,284.00
7 PIPE,18"CMP,REMOVE LFT 43 $56.00 $2,408.00
8 PIPE,24"RCP,REMOVE LFT 20 $68.00 $1,360.00
9 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 $6.25 $181.25
10 ASPHALT PAVEMENT,REMOVE SYS 5,078 $9.25 $46,971.50
11 ASPHALT DRIVE,REMOVE SYS 56 $30.00 $1,680.00
12 CONCRETE DRIVE,REMOVE SYS 78 $19.00 $1,482.00
13 FARM FENCE,REMOVE AND RESTORE LFT 10 $60.00 $600.00
14 MAILBOX ASSEMBLY,RELOCATE EA 11 $159.00 $1,749.00
15 CURB AND GUTTER,CONCRETE LFT 29 $33.00 $957.00
16 STRUCTURAL BACKFILL CYS 3,401 $31.00 $105,431.00
17 PIPE,CIRCULAR,RCP,15 IN. LFT 60 $39.00 $2,340.00
18 PIPE,CIRCULAR,A-2000,21 IN. LFT 305 $49.00 $14,945.00
19 PIPE,CIRCULAR,RCP,21 IN LFT 11 $54.00 $594.00
20 PIPE,CIRCULAR,RCP,24 IN. LFT 205 $56.00 $11,480.00
21 PIPE,CIRCULAR,A-2000,30 IN. LFT 574 $63.00 $36,162.00
22 PIPE,CIRCULAR,A-2000,36 IN. LFT 1,140 $76.00 $86,640.00
23 PIPE,CIRCULAR,RCP,48 IN. LFT 1,632 $102.00 $166,464.00
24 WATER SERVICE LATERAL,LOWER EA 26 $1,160.00 $30,160.00
25 SANITARY SERVICE LATERAL,LOWER EA 20 $3,570.00 $71,400.00
26 CONCRETE CRADLE EA 8 $295.00 $2,360.00
27 CONCRETE ANCHOR,48 IN. EA 1 $2,100.00 $2,100.00
28 MANHOLE,TYPE C WITH CASTING EA 4 $1,415.00 $5,660.00
29 MANHOLE,TYPE J WITH CASTING EA 6 $1,965.00 $11,790.00
30 MANHOLE,TYPE K WITH CASTING EA 6 $3,895.00 $23,370.00
31 MANHOLE,TYPE N WITH CASTING EA 1 $7,615.00 $7,615.00
32 INLET,TYPE E WITH CASTING EA 14 $1,295.00 $18,130.00
33 CONCRETE END SECTION,12 IN. EA 8 $1,160.00 $9,280.00
34 HMA SURFACE,TYPE B,9.5 MM TON 5 $245.00 $1,225.00
35 HMA INTERMEDIATE,TYPE B,19.0 MM TON 11 $290.00 $3,190.00
36 HMA SURFACE,TYPE A,9.5 MM TON 631 $73.00 $46,063.00
37 HMA INTERMEDIATE,TYPE A,19.0 MM TON 555 $75.00 $41,625.00
38 HMA BASE,TYPE B TON 785 $58.00 $45,530.00
39 ASPHALT FOR TACK COAT TON 2 $585.00 $1,170.00
40 COMPACTED AGREGGATE,NO.53 BASE TON 1,726 $19.00 $32,794.00
41 SUBGRADE TREATMENT,TYPE III SYS 4,759 $4.50 $21,415.50
42 SUBGRADE TREATMENT,TYPE IIIA SYS 133 $19.00 $2,527.00 i
43 MAINTENANCE OF TRAFFIC LS 1 $15,000.00 $15,000.00
44 MOBILIZATION AND DEMOBILIZATION FOR SEEDING LS 1 $520.00 $520.00
45 CATCH-ALL INLET PROTECTION EA 3 $396.00 $1,188.00
46 SILT FENCE INLET PROTECTION EA 16 $120.00 $1,920.00
47 SILT FENCE LFT 6,164 $1.50 $9,246.00
48 EROSION CONTROL BLANKET SYS 838 $2.50 $2,095.00
49 SEED MIXTURE,R LBS 118 $8.75 $1,032.50
50 MULCHING MATERIAL TON 1.6 $400.00 $640.00
51 FERTILIZER TON 0.4 $1,135.00 $454.00 '
52 AGRREGATE FOR ROCK DONUT TON 72 $23.00 $1,656.00
53 RIPRAP REVETMENT TON 25 $42.00 $1,050.00
54 TRAPEZOIDAL SILT DIKE LS 1 $1,200.00 $1,200.00
55 DEWATERING LS 1 $6,000.00 $6,000.00
56 GEOTEXTILE SYS 27 $3.00 $81.00
57 PIPE,CIRCULAR,RCP,12 IN. LFT 353 $26.00 $9,178.00
58 PORTLAND CEMENT CONCRETE PAVEMENT,6 IN. SYS 78 $63.00 $4,914.00
59 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 103 $87.00 $8,961.00
TOTAL: $994,603.75
SUBMITTED BY: TraA o,Inc.
SIGNATURE A6A.A_` , ,
I
TITLE: President
1555 S.Franklin Rd.Ste.D
ADDRESS: Indianapolis,IN 46239
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Alternate#1 Bid
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL
ALTERNATE#1 BID
1 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 35 $16.00 $560.00
2 RIP RAP,REMOVE AND RESTORE SYS 296 $39.00 $11,544.00
3 CURB AND GUTTER,CONCRETE,REMOVE LFT 163 $6.25 $1,018.75
4 ROAD SIGN,REMOVE AND RESTORE EA 3 $200.00 $600.00
5 ASPHALT,REMOVE SYS 282 $9.25 $2,608.50
6 ASPHALT PATH,REMOVE SYS 160 $5.00 $800.00
7 ASPHALT DRIVE,REMOVE SYS 35 $30.00 $1,050.00
8 END SECTION,18 IN.,REMOVE EA 1 $250.00 $250.00
9 TREE EA 3 $1,440.00 $4,320.00
10 CURB AND GUTTER,CONCRETE LET 163 $33.00 $5,379.00
11 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 152 $87.00 $13,224.00
12 HMA SURFACE,TYPE B,9.5 MM TON 3 $245.00 $735.00
13 HMA INTERMEDIATE,TYPE B,19.0 MM TON 6 $290.00 $1,740.00
14 HMA SURFACE,TYPE A,9.5 MM TON 31 $73.00 $2,263.00
15 HMA INTERMEDIATE,TYPE A,19.0 MM TON 39 $75.00 $2,925.00
16 HMA BASE,TYPE B TON 20 $58.00 $1,160.00
17 COMPACTED AGREGGATE,NO.53 BASE TON 87 $19.00 $1,653.00
18 SUBGRADE TREATMENT,TYPE III SYS 281 $4.50 $1,264.50
19 SUBGRADE TREATMENT,TYPE IIIA SYS 34 $19.00 $646.00
20 FLOWABLE BACKFILL CYS 558 $69.00 $38,502.00
21 PIPE,CIRCULAR,RCP,18 IN. LFT 13 $4000 $520.00
22 PIPE,CIRCULAR,RCP,48 IN. LFT 1,531 $190.00 $290,890.00
23 END SECTION,18 IN. EA 1 $350.00 $350.00
24 CONCRETE ANCHOR,48 IN. EA 1 $2,100.00 $2,100.00
25 MANHOLE,TYPE K WITH CASTING EA 8 $3,895.00 $31,160.00
26 STRUCTURAL BACKFILL CYS 1,878 $31.00 $58,218.00 I
27 CATCH-ALL INLET PROTECTION EA 4 $396.00 $1,584.00
1
•
28 EROSION CONTROL BLANKET SYS 4,764 $2.50 $11,910.00
29 SEED MIXTURE,R LBS 148 $8.75 $1,295.00
30 MULCHING MATERIAL TON 2.0 $400.00 $800.00
31 FERTILIZER TON 0.4 $1,135.00 $454.00
32 GEOTEXTILE SYS 13.0 $5.00 $65.00
33 RIP RAP REVETMENT TON 11.0 $42.00 $462.00
34 PIPE,18 IN.,REMOVE LFT 13 $10.00 $130.00
35 CUT AND RECAP SANITARY LATERAL EA 1 $1,000.00 $1,000.00
TOTAL: $493,180.75
SUBMITTED BY: Tramco,Inc.
SIGNATURE
frTITLE: Preside AA AA
i
1555 S.Frankli;0 :. te.D
ADDRESS: Indianapolis, N 46239
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Project No.10-12 Base Bid Deduct
Chesterton Subdivision Drainage Improvements
ITEM DESCRIPTION UNIT QUANTITY PRNCE TOTAL
NO.
BASE BID DEDUCT
1 CHAIN LINK TYPE FENCE,REMOVE AND RESTORE LFT 30 $16.00 $480.00
2 CURB AND GUTTER,CONCRETE,REMOVE LFT 29 $6.25 $181.25
3 ASPHALT,REMOVE SYS 104 $9.25 $962.00
4 ASPHALT DRIVE,REMOVE SYS 7 $30.00 $216.00
5 PIPE,24 IN.RCP,REMOVE LFT 20 $15.00 $300.00
6 END SECTION,24 IN.,REMOVE EA 1 $250.00 $250.00
7 CURB AND GUTTER,CONCRETE LFT 29 $33.00 $957.00
8 PORTLAND CEMENT CONCRETE PAVEMENT,12 IN. SYS 15 $87.00 $1,305.00
9 HMA SURFACE,TYPE B,9.5 MM TON 1 $245.00 $245.00
10 HMA INTERMEDIATE,TYPE B,19.0 MM TON 1 $290.00 $290.00
11 HMA SURFACE,TYPE A,9.5 MM TON 9 $75.00 $675.00
12 COMPACTED AGREGGATE,NO.53 BASE TON 2 $19.00 $38.00
13 SUBGRADE TREATMENT,TYPE IIIA SYS 7 $19.00 $133.00
14 STRUCTURAL BACKFILL CYS 447 $31.00 $13,857.00
15 PIPE,CIRCULAR,RCP,48 IN. LFT 584 $102.00 $59,568.00
16 PIPE,CIRCULAR,RCP,24 IN. LFT 20 $56.00 $1,120.00
17 CONCRETE ANCHOR,48 IN. EA 1 $2,100.00 $2,100.00
18 MANHOLE,TYPE N WITH CASTING EA 1 $7,615.00 $7,615.00
19 SILT FENCE LFT 1,085 $1.50 $1,627.50
20 SEED MIXTURE,R LBS 55 $8.75 $481.25
21 MULCHING MATERIAL TON 0.8 $400.00 $320.00
22 FERTILIZER TON 0.2 $1,135.00 $227.00
23 GEOTEXTILE SYS 13 $3.00 $39.00
24 RIPRAP REVETMENT TON 11 $42.00 $462.00
TOTAL: $93,449.00
SUBMITTED BY: Tramco,Inc.
SIGNATURE i/Ar,14,----
TITLE: President
1555 S.Franklin Rd.Ste.D
ADDRESS: Indianapolis,IN 46239
1
PART 4
CONTRACT DOCUMENTS AND ADDENDA
The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
4.1 Th gr y p
defined in the Standard General Conditions and incorporates such Contract Documents
Therein by reference.
- 4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
Ausust 161 2010
I
I
I
I
I
I
I
I
I
I
I
BID-7
1
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
I
I
I
I
I
i
I
I
I
I
1
BID-8
State Form 52414
Prescribed by the 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: Aujo s t %, 20 p
1. Governmental Unit(Owner): l_ i 441 C lo. ✓gut
2. County: . 'O 4.4. 14--'aiA--
3. Bidder(Firm): Tramco, Inc.
Address: 1555 S. Franklin Rd. , Ste.D
City/State: Indianapolis, IN 46239
4. Telephone
Number: (317) 356-3514
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 2i lI F)(Governmental Unit)Unit) in accordance with plans and specifications prepared by f.y11,t,Jlcavt.
vv'a poi va and dated g/2-ho for the sum of
N.,z-��� N.w.II �..� T...sµ..d six
99,51 Goa. —
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 additonal units of material included in the contract are needed, the cost of the 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. 1 hereby certify that I and all subcontractors
3141 BID FORM No. 96 00411-2
•
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:
PART II
(For projects of $100,000 or more - IC 36-1-12-4)
Governmental Unit: C, �'1 e lra►le'►1,�,� `
Bidder(Firm) Tramco, Inc.
Date: &qt.'s+.
/ g Zovo
These statements to be submitted under oath by each bidder with and as 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
See Attached Reference List
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
See Attached Reference List
3141 BID FORM No. 96 00411-3
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 List
SECTION II PLAN AND EQUIPMENT QUESTIONAIRE
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.)
Dig & Lay Piping. Restore as required.
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 verk done lay each subcontractor.
Not known at this time.
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.
Not known at this time.
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be rquired to be listed by the governmental unit.
All required to complete this work.
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.
3141 BID FORM No. 96 00411-4