Loading...
HomeMy WebLinkAboutBid Information and PacketsPrescribed by Stale Board of Accounts 80202 - 5648397 CITY OF CARMEL -STAR LEGALS COUNTY, INDIANA General Form No. 99P (Rev. 2009A) To: INDIANAPOLIS NEWSPAPERS 307 N PENNSYLVANIA ST - PO BOX 145 INDIANAPOLIS, IN 46206 -0145 PUBLISHER'S CLAIM LINE COUNT Display Matter - (Must not exceed two actual lines, neither of which shall total more than four solid lines of the type in which the body of the advertisement is set). - number of equivalent lines Head - Number of lines Body - Number of lines Tail - Number of lines Total number of lines in notice NOTICCETO BIDDERS - HyyG OI • 2010- PAVIN PROGRAM .Sealed Bids for the city of Carmel, 2010 - Paving Program, will be received by the City of Carmel, Indiana ("owner") at the office of the Clert Treasurer in City Hall, One Civic Square, 'Carmel Indiana 46032, until 10:00 a.m., local time, on June 2nd, 2010. The Bit will be publ¢ly opened and read by the ;Board of Public Works and Safety at 10:00 am, in Council ;Chambers at City Hall on June 2nd, 2010. No late bit will be accepted. 'A certified check or bid bond in accompany all amount of ten percent L(11)1O) by the City of must armel, performance equal too e hundred percent (10016) of the bid will be required before •work begins. .General Form 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the word "BID - ems 2010 PAVING PROGRAM" on the lower left band corner of Cie envelope. All persons interested in bidding shall register a contact name and address with the Carmel Street Depart- ' ment to insure that all changes or questions and answers are available for review by all interested parties. The specifications are set forth in detailed documents on file 'at the Carmel Street Department, 3400 W. 131st Street, Westfield, IN 460 4. ' All bidders must b qualified for State Highway work. All bidders on this contract will abide by the prevailing wage requirement of In Tana Code 5-16-7-1. , Questions regarding this solicitation must be written and de- livered to the Carmel Street Department. All responses will ' he written and made available at the Carmel Street Depart- F CHARGES columns wide equals 112.0 equivalent lines at .667 ne $ 74.70 Ige for notices containing rule and figure work (50 per cent mount) ra proofs of publication ($1.00 for each proof in excess of two) .00 MOUNT OF CLAIM $ 74.70 UTING COST column 5_8 rtions 2.0 Size of type 7 provisions and penalties of IC 5-11-10-1, I hereby certify that the foregoing account is the amount claimed is legally due, after allowing all just credits, and that no part of the same 3t the printed matter attached hereto is a true copy, of the same column width and type size, 'OIOZ '81 rt j uo Sex e, F . ished in said paper 2 times. The dates of publication being between the dates of: m ola `z6 passed to sau2 -0d !P11T'E61 _' 1. 1,0/2010 sxooag uaig iri Additionally, the statement checked below is true and correct: Newspaper does not have a Web site. .7 Newspaper has a Web site and this public notice was posted on the same day as it was published in the newspaper Newspaper has a Web site, but due to a technical problem or error, public notice was posted on Newspaper has a Web site but refuses to post the public notice. DATE: 05/20/2010 Title: Clerk 2010 PAVING TOTALS THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. TOTAL BID AMOUNT (Package A) 2,646,311.93 BID AMOUNT (Package B) 1,864,813.43 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. Final Completion Date: September 30, 2010 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET or AE 150 TAC • 21,250 2.75 58,437.50 2 9.5 T •e B Surface TON 24,997 68.00 1,699,796.00 3 9.5 T •e C Surface TON 8,700 70.00 609,000.00 4 Bad S• •t Cut/removed S . d. 500 35.00 17,500.00 5 Millin• S•. d. 232,872 0.75 174,654.00 6 Blue Reflectors EACH 183 60.00 10,980.00 7 4" Double Yellow Solid L.F. 51,964 0.70 36,374.80 8 8" Solid Yellow L.F. 782 1.05 821.10 9 4" Solid Yellow & 4" Ski• Yellow L.F. 4851 0.48 2,328.48 10 4" Ski. Yellow L.F. 1473 0.35 515.55 11 24" Yellow Crosshatch L.F. 351 4.55 1,597.05 12 4" Solid White L.F. 47381 0.35 16,583.35 13 4" Ski. White L.F. 5583 0.35 1,954.05 14 12" White Crosshatch L.F. 428 2.85 1,219.80 15 6" White Crosswalk L.F. 1160 1.75 2,030.00 16 24" White Sto• Bars L.F. 791 5.75 4,548.25 17 "ONLY"s EACH 20 115.00 2,300.00 18 Left & Ri • ht Arrows EACH 36 105.00 3,780.00 19 Combination Arrows EACH 11 172.00 1,892.00 TOTALS _ 2,646,311.93 Package A Addendum #1 Project Name: 2010Paving Program Bid Date: June 2, 2010 Substantial Completion Date: September 15, 2010 BID TABULATION SHEET Total Amount 2,646,311.93 Final Completion Date: September 30 2010 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET or AE 150 TAC • 21,250 2.75 58,437.50 2 9.5 T •e B Surface TON 14,399 69.00 993,531.00 3 9.5 T •e C Surface TON 8,700 70.00 609,000.00 4 Bad S•ot Cut/removed S.. d. 500 35.00 17,500.00 5 Millin• S.. d. 145,304 0.80 116,243.20 6 Blue Reflectors EACH 137 60.00 8,220.00 7 4" Double Yellow Solid L.F. 41,864 0.70 29,304.80 8 8" Solid Yellow L.F. 782 1.05 821.10 9 4" Solid Yellow & 4" Ski. Yellow L.F. 4851 0.48 2,328.48 10 4" Ski. Yellow L.F. 1473 0.35 515.55 11 24" Yellow Crosshatch L.F. 351 4.55 1,597.05 12 4" Solid White L.F. 47960 0.35 16,786.00 13 4" Ski. White L.F. 5553 0.35 1,943.55 14 12" White Crosshatch L.F. 362 2.85 1,031.70 15 6" White Crosswalk L.F. 560 1.75 980.00 16 24" White Sto• Bars L.F. 438 5.75 2,518:50 17 "ONLY"s EACH 17 115.00 1,955:00 18 Left & Rif ht Arrows EACH 20 105.00 2,100.00 TOTALS _ 1,864,813.43 Package B Addendum #2 Project Name: 2010Paving Program Bid Date: June 2, 2010 Substantial Completion Date: September 15, 2010 BID TABULATION SHEET Total Amount 1,864,813.43 MAY -24 -2010 10 47 AM CARMEL STREET DEPT May 24, 2010 317 733 2005 P. 02/04 111111.11 n * 'a i1A1B',. '.d9 :non i .m n ys JAM1 S BRAINAU1), 'MAYOR EL To Whom It May Concern: Attached please find amended Bid Tabulation Sheets for the 2010 Paving Program. The changes are as follows: Package A Addendum 1 Item 6 Quantity for blue reflectors was changed Package B Addendum 2 Item 2 Quantity of 9.5 Type B Surface was changed Item 5 Quantity of Milling was changed Item 6 Quantity for blue reflectors was changed. Please do not hesitate to contact me at 733 -2001 if you have any questions. Thank you, David Huffm Street Commissioner (_.AII II:I. S R I: 1 )YPAIt I "+)IW'I' '100 W, t3 Ls'I'$'rl:P.el, WiwnnIn, IN /16117,II ()HI( t. 317.7 3.211O) PAN 3177t.2005 Form No. 96 (Revised 2005) BID OF Grady Brothers Inc. (Contractor) PO Box 421519 Indianapolis, Indiana 46242 -1519 (Address) FOR PUBLIC WORKS PROJECTS OF Town of Carmel Filed Action taken Prescribed by State Board of Accounts State Form 52414 Fomi No. 96 (Revised 2005) 1 2 3 4 5 CONTRACTOR'S BID (To be completed Date Governmental Unit (Owner): County Bidder (Firm): Address: City /State Telephone Number: Agent of Bidder (if applicable): FOR PUBLIC WORK - FORM 96 PART I for all bids. Please type or print) 6/2/2010 City of Carmel Grady Brothers Inc. PO Box 421519 Indianapolis, Indiana 46242 -1519 317 - 244 -3343 Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the public works project of 2010 Paving Program (Governmental Unit) in accordance with plans and specifications prepared by and dated for the sum of Two Million Six Hundred Forty -Six Thousand Three Hundred Eleven and 93/100 $2,646,311.93 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. The above bid is accepted this ACCEPTANCE day of , 2010, subject to the following conditions: Contracting Authority Members: PART 11 (For projects of $100,000 or more - IC 36- 1 -12 -4) Governmental Unit: City of Carmel Bidder (Firm) Grady Brothers Inc. Date: 6/2/2010 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? Contract Amount Class of Work Completion Date Name and Address of Owner 2.800,000.00 Asphalt 2009 City of Greenwood 79,500.00 Asphalt 2009 Greenwood Tennis Courts 246,092.00 Asphalt 2009 Town of Avon 326,000.00 Asphalt 2009 Pittsboro Primary School 2 What •ublic works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner 2,451,997.00 Asphalt 2010 City of Indianapolis - Alleys 54,418.00 Asphalt 2010 Morgan County Jail 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. Bay Development Corp. The J. C. Hart Co., Inc. Indianapolis Motor Speedway Zinkan and Barker Construction Corp. Gibraltar General Contractors 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.) follow plans and specifications 2 Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. See Attached List 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. List will be provided prior to contract approval 4 What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. See Attached List 5 Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes 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. 2010 PAVING TOTALS THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. TOTAL BID AMOUNT (Package A) $2,381,336,09 BID AMOUNT (Package B) $1,687,945.49 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. 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 fidly and accurately filled in and completed and notarized. Project: Street Department 2010 PAVING PROGRAM Proposal For: 2010 PAVING PROGRAM City of Carmel Date: June 2, 2010 To: City of Carmel, Indiana, Board of Public Works and Safety PACKAGE A Project Name: 2010 PAVING PROGRAM Bid Date: June 2, 2010 Substantial Completion Date: September 15, 2010 Final Completion Date: September 30, 2010 BID TABULATION SHEET TOTAL AMOUNT $2,381,336.09 ITEM # DESCRIPTION UNIT QUANITY UNIT PRICE AMOUNT 1 AET OR AE 150 TAC GAL 21,250 $2.00 $42,500.00 2 9.5 TYPE B SURFACE TON 24,997 $59.15 $1,478,572.55 3 9.5 TYPE C SURFACE TON 8,700 $59.15 $514,605.00 4 BAD SPOTS CUT /REMOVED SYD 500 $100.00 $50,000.00 5 MILLING SYD 232,872 $1.00 $232,872.00 6 BLUE REFLECTORS EA 183 $68.50 $12,535.50 7 4" DOUBLE YELLOW SOLID LFT 51,964 $0.35 $18,187.40 8 8" SOLID YELLOW LFT 782 $1.11 $868.02 9 4" SOLID YELLOW & 4" SKIP YELLOW LFT 4,851 $0.34 $1,649.34 10 4" SKIP YELLOW LFT 1,473 $0.35 $515.55 11 24" YELLOW CROSSHATCH LFT 351 $2.06 $723.06 12 4" SOLID WHITE LFT 47,381 $0.36 $17,057.16 13 4" SKIP WHITE LFT 5,583 $0.34 $1,898.22 14 12" WHITE CROSSHATCH LFT 428 $1.03 $440.84 15 6" WHITE CROSSWALK LFT 1,160 $1.45 $1,682.00 16 24" WHITE STOPBARS LFT 791 $4.20 $3,322.20 17 ONLY'S EA 20 $64.00 $1,280.00 18 LEFT & RIGHT ARROWS EA 36 $42.50 $1,530.00 19 COMBINATION ARROWS EA 11 $99.75 $1,097.25 TOTALS. $2,381,336.09 PACKAGE B Project Name: 2010 PAVING PROGRAM Bid Date: June 2, 2010 Substantial Completion Date: September 15, 2010 Final Completion Date: September 30, 2010 BID TABULATION SHEET TOTAL AMOUNT $1,687,945.49 ITEM # DESCRIPTION UNIT QUANITY UNIT PRICE AMOUNT 1 AET OR AE 150 TAC GAL 21,250 $2.00 $42,500.00 2 9.5 TYPE B SURFACE TON 14,399 $60.35 $868,979.65 3 9.5 TYPE C SURFACE TON 8,700 $60.50 $526,350.00 4 BAD SPOTS CUT /REMOVED SYD 500 $100.00 $50,000.00 5 MILLING SYD 145,304 $1.00 $145,304.00 6 BLUE REFLECTORS EA 137 $73.71 $10,098.27 7 4" DOUBLE YELLOW SOLID LFT 41,864 $0.35 $14,652.40 8 8" SOLID YELLOW LFT 782 $1.11 $868.02 9 4" SOLID YELLOW & 4" SKIP YELLOW LFT 4,851 $0.34 $1,649.34 10 4" SKIP YELLOW LFT 1,473 $0.35 $515.55 11 24" YELLOW CROSSHATCH LFT 351 $2.92 $1,024.92 12 4" SOLID WHITE LFT 47,960 $0.36 $17,265.60 13 4" SKIP WHITE LFT 5,553 $0.34 $1,888.02 14 12" WHITE CROSSHATCH LFT 362 $1.86 $673.32 15 6" WHITE CROSSWALK LFT 560 $2.70 $1,512.00 16 24" WHITE STOPBARS LFT 438 $5.30 $2,321.40 17 ONLY'S EA 17 $69.00 $1,173.00 18 LEFT & RIGHT ARROWS EA 20 $58.50 $1,170.00 $1,687,945.49 PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: Shelly and Sands, Inc 1.2 Bidder Address: Street Address: P.O. Box 655 City: Noblesvill6tate: IN Zip: 46061 Phone #: ( ) Fax #: ( ) 317-773-0799 317 - 773 -2351 1.3 Bidder is a/an [mark one]: Individual Partnership Indiana Corporation; xx Foreign (Out of State) Corporation; State: OH Joint Venture Other: 1.4 [The following must he answered if the Bidder or any of its partners or, joint venture parties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: Shelly and Sands, Inc Address: 3570 River Road, Zanesville, OH 43702 .3 Date registered with State of Indiana: 12/13/1976 4 Indiana Registered Agent: Shelly and Sands, Inc Name: Matt Kelley Address: 15215 River Road, P.O. Box 655 Noblesville, IN 46061 PART 2 BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project. including any and all addenda thereto, for the total sum of -% 3�=. S— & o w _ Dollars ($ 2, 381 , 336.09 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. tit- Two Million, Three Hundred & Eighty -One Thousand, Three Hundred & Thirty -Six 09/100 PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be hound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER 1 05 -24 -10 7 05 -24 -10 PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: 2010 PAVING TOTALS THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. TOTAL BID AMOUNT (Package A) $2,305,613.18 BID AMOUNT (Package B) $1,675,123,24 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. MAY -24 -2010 10:45 AM CARMEL STREET DEPT Project Name: 2010 PAVING PROGRAM Package A Bid Date: June 2nd, 2010 Addendum 1 Substantial Completion Date: September 15th, 2010 TOTAL AMOUNT $2,305,613.18 Final Completion Date: September 30th, 2010 ' 317 733 2005 P. 03/04 BID TABULATION SHEET ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT .ni .n.:..t4. ..i. (evL '.1.I.. S t': x:.tllf<..i'i} ✓.k 4t !_. IF..i.:.e"' LC. -'. 'LLR V( i... . 1 AETorAE150TAC' 21,250 2.00 42,500.00 2 9.5 T •e B Surface ton 24,997 56.00 1,399,832.00 3 9.5 T •e C Surface ton 8 700 64.00 556 800.00 4 Bad s•ots cut/removed sq.yd. 500 80.00 40,000.00 5 Millin• s.. d. 232,872 0.89 207,256.08 6 Blue Reflectors ea. 183 64.60 11 821.80 7 4" Double Yellow Solid L.F. 51,964 0.33 17,148.12 8 8" Solid Yellow L.F. 782 1.05 821.10 9 4" Solid Yellow & 4" Ski. Yellow L.F. 4,851 0.32 1,552.32 10 4" Ski. Yellow L.F. 1,473 0.33 486.09 11 24" Yellow Crosshatch L.F. 351 1.94 680.94 12 4" Solid White L.F. 47,381 0.34 16 109.54 13 4" Ski• White L.F. 5,583 0.32 1,786.56 14 12" White Crosshatch L.F. 428 0.97 415.16 15 6" White Crosswalk L.F. 1,160 1.37 1,589.20 16 24" White Sto•bars L.F. 791 3.97 3,140.27 17 "Onl 's" ea. 20 60.00 1 200.00 18 Left & Ri•ht Arrows ea. 36 40.00 1 440.00 19 Combination Arrows ea. 11 94.00 1,034.00 TOTALS 2,305,613.18 MAY -24 -2010 10 45 AM CARMEL STREET DEPT Project Name: 2010 PAVING PROGRAM Package B Bid Date: June 2nd, 2010 Addendum 2 Substantial Completion Date: September 15th, 2010 TOTAL AMOUNT $1,675,123.24 Final Completion Date: September 30th, 2010 317 733 2005 P. 04/04 BID TABULATION SHEET ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT • al 1 AET or AE 150 TAC 21,250 2.00 42 500.00 2 9.5 T pe B Surface ton 14,399 58.50 842,341.50 3 9.5 T •e C Surface ton 8 700 64.00 556 800.00 4 Bad soots cut/removed sq.yd. 500 80.00 40,000.00 5 Millin. s•. d. 145,304 0.99 143,850.96 6 Blue Reflectors ea. 137 69.45 9,514.65 7 4" Double Yellow Solid L.F. 41,864 0.33 13,815.12 8 8" Solid Yellow L.F. 782 1.05 821.10 9 4" Solid Yellow & 4" Ski. Yellow L.F. 4,851 0.32 1,552.32 10 4" Ski. Yellow L.F. 1,473 0.33 486.09 11 24" Yellow Crosshatch L.F. 351 1.94 680.94 12 4" Solid White L.F. 47,960 0.34 16,306.40 13 4" Ski' White L.F. 5,553 0.32 1,776.96 14 12" White Crosshatch L.F. 362 0.97 351.14 15 6" White Crosswalk L.F. 560 1.37 767.20 16 24" White Sto•bars L.F. 438 3.97 1,738.86 17 "Onl 's" ea. 17 60.00 1,020.00 18 Left & Ri. ht Arrows ea. 20 40.00 800.00 TOTALS 1,675,123.24 PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 PAVING PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733 -2001 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 cooed accurately filled in and completed and notarized. Project: Street Department 2010 PAVING PROGRAM Proposal For: 2010 PAVING PROGRAM City of Carmel Date: June 2, 2010 To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) Bidder Name: Rieth -Riley Construction Co., Inc. 12 Bidder Address: Street Address: 1751 W. Minnesota St. , PO Box 276 City:Indianapolis Stale: IN Zip: 46206 Phone #: ( )317/634 -5561 Fax #: ( ) 317/631 -6423 1.3 Bidder is a/an %mark onej: 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.] l Corporation Nanie: 2 Address: 3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2.1 Project 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 Package A above described project, including any and all addenda thereto, for the total sum of Tso Million Three Hundred Five Thousand Six Hundred Thirteen and 18/100 - - -- Dollars (S 2,305,613.18 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump suns basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. Package B One Million Six Hundred Seventy Five Thousand One Hundred Twenty Three and 24/100 Dollars ($1,675,123.24) 3.1 PART 3 CONTRACT DOCUMENTS AND ADDENDA The Bidder agrees to he bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER 1 DATE 5/24/10 5/.2 v //0 PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions None. Prescribed by State Board of Accounts State Form 52414 Form No. 96 (Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) Date: June 2, 2010 1. Governmental Unit (Owner): City of Carmel, Board of Public Works and Safety 2. County: Hamilton 3. Bidder (Firm): Rieth -Riley Construction Co., Inc. Address: 1751 W. Minnesota Street, PO Box 276 City/State: Indianapolis, IN 46206 4. Telephone Number: 317/634 -5561 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 City of Carmel, Board of Public Works and Safety (Governmental Unit) in accordance with plans and specifications prepared by N/A Package A Two Million Three Hundred Five Thousand Six Hundred Thirteen and 18/100 Dollars and dated N/A for the sum of $ 2,305,613.18 The undersigned further agrees to fumish 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, Board of Public Works and Safety Bidder (Firm) Rieth —Riley Construction Co. , Inc. Date: June 2, 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 What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner 1,053 400.00 Hvy, Hwy 2009 DPW, City of Indianapolis 2,221,800.00 Hvy, Hwy 2009 City of Carmel, IN 2 049,278.00 Hvy, Hwy 2009 INDOT, Indianapolis, IN 20 286,404.00 Hvy, Hwy 2010 INDOT, Indianapolis, IN What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner 3 350 000.00 Hvy, Hwy 2010 Town of Plainfield, IN 7,339,345.00 Hvy, Hwy 2010 INDOT, Indianapolis, IN 1,922,115.00 Hvy, Hwy 201.0 INDOT, Indianapolis, IN 13,813,000.00 Hvy, Hwy 2011 INDOT, Indianapolis, IN 3. Have you ever failed to complete any work awarded to you? No If so, where and why? List references from private firms for which you have performed work. C.P. Morgan Company, Inc., Indianapolis, IN Duke Construction, LP, Indianapolis, IN Centex Homes, Indianapolis, IN Lauth Property Group, Indianapolis, IN Platinum Properties, Indianapolis, IN SECTION 11 PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) As per plans and specifications . 2. Please list the names and addresses of all subcontractors (Le. 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. See attached Exhibit "A" 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 he listed by the governmental unit As required for specified items of 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. No. 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 he 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. 2010 PAVING TOTALS THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. TOTAL BID AMOUNT (Package A) $ 2,248,946.67 BID AMOUNT (Package B) $ 1,645,985.75 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 PAVING PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733 -2001 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: Street Department 2010 PAVING PROGRAM Proposal For: 2010 PAVING PROGRAM City of Carmel Date: June 2, 2010 To: City of Carmel, Indiana, Board of Public Works and Safety 1.1 Bidder Name: PART 1 BIDDER INFORMATION (Please Type or Print) E & B Pavi.rg, Inc. 1.2 Bidder Address: Street Address: 17042 Middletown City' Noblesville State: IN Zip: 48030 Phone #: (313 1/3 -4132 Fax #: (317 773 -4137 1.3 Bidder is a/an [mark one]: Individual Partnership XX 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, 19581 .1 Corporation Name: 2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2.1 Project 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 project, including any and all addenda thereto, for the total sum of ** opo Belva Dollars ($ ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. Part A - $ 2,248,946.67 MID Million, 1 n FLnxlrei Fbrty - -Ei ,L 71rusarcl, Nine Hulked Fbrty -Six collars and Sixty -& carts (67/1M) Part B - $ 1,645,985.75 Cte Million, Six Hurdrei Fbrty-Five Maisani, Nire Hundred Eighty- -Five dollars and vmty -Five its (75/100) Project Name: 2010 PAVING PROGRAM Package A Bid Date: June 2nd, 2010 Addendum 1 Substantial Completion Date: September 15th, 2010 Final Completion Date: September 30th, 2010 BID TABULATION SHEET TOTAL AMOUNT $2,248,946.67 ITEM # �1-- DESCRIPTION UNIT n QUANTITY n UNIT PRICE n AMOUNT - - 1 AET or AE 150 TAC gal 21,250 Ir $ 1.50 $ 31,875.00 2 9.5 Type B Surface ton 24,997 $ 59.40 $ 1,484,821.80 3 9.5 T .e C Surface ton 8,700 $ 56.00 $ 487,200.00 4 Bad sots cut/removed sq.yd. 500 $ 70.00 $ 35,000.00 5 Milling sq.yd. 232,872 $ 1.31 $ 304,686.87 6 Blue_Reflectnro - - — SB, - 3bS� o(x. 32- ( 1` (_ 51,. 1S No d-1 1 L - \\ . 183 $ 75.00 $ 13,725.00 7 51,964 $ 0.50 $ 25,982.00 8 782 $ 1.25 $ 977.50 9 4,851 $ 0.50 $ 2,425.50 10 1,473 $ 0.50 $ 736.50 11 351 $ 3.00 $ 1,053.00 12 47,381 $ 0.50 $ 23,690.50 13 4 --c-r— 5,583 $ 0.50 $ 2,791.50 14 12" White Crosshatch L.F. 428 $ 2.00 $ 856.00 15 6" White Crosswalk L.F. 1,160 $ 3.00 $ 3,480.00 16 24" White Stopbars L.F. 791 $ 5.50 $ 4,350.50 17 "Only's" ea. 20 $ 70.00 $ 1,400.00 18 Left & Right Arrows ea. 36 $ 70.00 $ 2,520.00 19 Combination Arrows ea. 11 $ 125.00 $ 1,375.00 TOTALS -_— $ 2,428,946.67 • Project Name: 2010 PAVING PROGRAM Package B Bid Date: June 2nd, 2010 Addendum 2 Substantial Completion Date: September 15th, 2010 Final'Completion Date: September 30th, 2010 BID TABULATION SHEET TOTAL AMOUNT $1,645.985.75 ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET or AE 150 TAC gal 21,250 $ 1.50 $ 31,875.00 2 9.5 Type B Surface ton 14,399 $ 61.85 $ 890,578.15 3 9.5 T .e C Surface ton 8,700 $ 56.00 $ 487,200.00 4 Bad sots cut/removed sq.yd. 500 $ 70.00 $ 35,000.00 5 Milling sq.yd. 145,304 $ 0.90 $ 130,773.60 6 Blue Reflectors ea. 137 $ 75.00 $ 10,275.00 7 4" Double Yellow Solid L.F. 41,864 $ 0.50 $ 20,932.00 8 8" Solid Yellow L.F. 782 $ 1.25 $ 977.50 9 4" Solid Yellow & 4" Skip Yellow L.F. 4,851 $ 0.50 $ 2,425.50 10 4" Skip Yellow L.F. 1,473 $ 0.50 $ 736.50 11 24" Yellow Crosshatch L.F. 351 $ 3.00 $ 1,053.00 12 4" Solid White L.F. 47,960 $ 0.50 $ 23,980.00 13 4" Skip White L.F. 5,553 $ 0.50 $ 2,776.50 14 12" White Crosshatch L.F. 362 $ 2.00 $ 724.00 15 6" White Crosswalk L.F. 560 $ 3.00 $ 1,680.00 16 24" White Stopbars L.F. 438 $ 5.50 $ 2,409.00 17 "Only's" ea. 17 $ 70.00 $ 1,190.00 18 Left & Right Arrows ea. 20 $ 70.00 $ 1,400.00 TOTALS -_— $ 1,645,985.75 PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER 1 2 DATE May 24, 2010 May 24, 2010 PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: Al/A Form No. 96 (Revised 2000) BID OF E & B Paving, Inc. (Contractor) 17042 Middletown Avenue Noblesville, IN 46060 (Address) FOR PUBLIC WORKS PROJECTS OF City of Carmel by through its Board of Public Works & Safety 2010 Carmel Paving Program Filed June 2 2010 Action taken Prescribed by State Board of Accounts Form No. 96 (Revised 2000) CONTRACTORS BID FOR PUBLIC WORK PART I (To be completed for all bids) (Please type or print) Date June 2, 2010 1. Governmental Unit (Owner): City of Carmel by through its Board of Public Works & Safety 2. County : 3. Bidder (Firm): Address: City /State: 4. Telephone Number: Hamilton E & B Paving, Inc. 17042 Middletown Avenue Noblesville, IN 46060 (317) 773 -4132 5. Agent of Bidder (if applicable) Larry Canterbury Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the public works project of 2010 Carmel Paving Program (Governmental Unit) in accordance with plans and specifications prepared b City of Carmel Street Department and dated May 14, 2010 for the sum of SEE ATTACHED BID FORMS $ SEE ATTACHED BID FORMS The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I.C. 5- 16 -8 -2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (Complete sections I, II, III, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100,000) or more. (IC 36- 1 -12 -4) Governmental Unit: City of Carmel by through its Board of Public Works 8 Safety Bidder (Firm) E & B Paving, Inc. Date: 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. June 2, 2010 SECTION I EXPERIENCE QUESTIONNAIRE 1 What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work n en Completed Name and Address of Owner $3,601,878.00 ROAD RECON. 2007 R -25397 SR 22 GRADEX $3,404,858.00 ROAD RECON. 2007 RS -27691 SR 5 & SR124 $6,407,417.00 PARKING LOT 2007 DOLLAR GENERAL DIST. CENTER $6,382,598.00 ROAD RECON. 2007 R -27620 38TH ST. 2 What public works projects are now in process of construction by your organization? Contract Amount Class of Work en Completed Name and Address of Owner $21,150,283.00 ROAD RECON. 2009 R -26450 SR 66 DIAMOND AVE. $10,716,872.00 ROAD RECON. 2009 IR -28090 US 36 & POST RD. $17,017,715.00 ROAD RECON. 2008 R -26935 SR 62 $20,570,347.00 ROAD RECON. 2008 R -28718 146TH ST. 3 Have you ever failed to complete any work awarded to you? NO If so, where and why? 4 List referenced from private firms for which you have performed work. PEPPER CONSTRUCTION - PAUL RIEHLE HAGERMAN CONSTRUCTION - JAY BANGERT TURNER CONSTRUCTION - MICHAEL BRYMER THOMPSON LAND COMPANY - CHRIS WERTH SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1 Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) PER PLANS, SPECIFICATIONS, AND ACCEPTED CONSTRUCTION PRACTICES 2 If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. YES, LIST PROVIDED UPON REQUEST 3 What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. E & B PAVING, INC. HAS OVER 1,000 PIECES OF EQUIPMENT. EQUIPMENT LIST PROVIDED UPON REQUEST 4 Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. YES 2010 PAVING TOTALS THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. TOTAL BID AMOUNT (Package A) 1',2_,:263 6,16 oO BID AMOUNT (Package B) ' 4 e30 f55 5 7 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. Project Name: 2010 PAVING PROGRAM Package A Bid Date: June 2nd, 2010 Substantial Completion Date: September 15th, 2010 Final Completion Date: September 30th, 2010 BID TABULATION SHEET TOTAL AMOUNTI 2-, 2- 60, 696i. °° ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT &" riZt +yJ rg -MET 1 AET or AE 150 TAC gal 21,250 $1.95 541,437.50 2 9.5 Type B Surface ton 24,997 $52.20 51 ,304,843 40 3 9.5 T se C Surface ton 8,700 560.00 $522,000.00 4 Bad soots cut/removed sq.yd. 500 $84.00 $42,000.00 5 Milling sq.yd. 232,872 $1.25 5291,090.00 6 Blue Reflectors ea. 183 $64.60 $11,821.80 7 4" Double Yellow Solid L.F. 51,964 $0.33 $17,148.12 8 8" Solid Yellow L.F. 782 $1.05 $821.10 9 4" Solid Yellow & 4" Skip Yellow L.F. 4,851 50.32 51,552.32 10 4" Skip Yellow L.F. 1,473 50.33 5486.09 11 24" Yellow Crosshatch L.F. 351 51.94 5680.94 12 4" Solid White L.F. 47,381 S0.34 516,109.54 13 4" Skip White L.F. 5,583 50.32 $1,786.56 14 12" White Crosshatch L.F. 428 50.97 $415.16 15 6" White Crosswalk L.F. 1,160 $1.37 51,589.20 16 24" White Stopbars L.F. 791 $3.97 $3,140.27 17 "Only's" ea. 20 $65.00 51,300.00 18 Left & Right Arrows ea. 36 540.00 $1,440.00 19 Combination Arrows ea. 11 $94.00 $1,034.00 TOTALS -_- $2,260,696.00 Project Name: 2010 PAVING PROGRAM Bid Date: June 2nd, 2010 Substantial Completion Date: September 15th, 2010 Final Completion Date: September 30th, 2010 Package B BID TABULATION SHEET TOTAL AMOUNT //I3 fSX57 ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 AET or AE 150 TAC gal 21,250 $1.00 $21,250.00 2 9.5 Type B Surface ton 14,399 $54.40 S783,305.60 3 9.5 T •e C Surface ton 8,700 $61.00 $530,700.00 4 Bad s•ots cut/removed sq.yd. 500 $86.00 S43,000.00 5 Milling sq.yd. 145,304 $1.30 $188,895.20 6 Blue Reflectors ea. 137 $69.45 $9,514.65 7 4" Double Yellow Solid L.F. 41,864 $0.64 $26,792.96 8 8" Solid Yellow L.F. 782 $1.26 $985.32 9 4" Solid Yellow & 4" Skip Yellow L.F. 4,851 $0.32 $1,552.32 10 4" Skip Yellow L.F. 1,473 $0.32 $471.36 11 24" Yellow Crosshatch L.F. 351 $3.80 $1,333.80 12 4" Solid White L.F. 47,960 $0.32 S15,347.20 13 4" Skip White L.F. 5,553 $0.32 $1,776.96 14 12" White Crosshatch L.F. 362 $1.90 $687.80 15 6" White Crosswalk L.F. 560 $0.95 $532.00 16 24" White Stopbars L.F. 438 $3.80 S1,664.40 17 "Only's" ea. 17 $98.00 $1,666.00 18 Left & Right Arrows ea. 20 $69.00 $1,380.00 TOTALS -_- $1,630,855.57 PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 PAVING PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733 -2001 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 /idly and accurately filled in and completed and notarized. Project: Street Department 2010 PAVING PROGRAM Proposal For: 2010 PAVING PROGRAM City of Carmel Date: JUNE 2, 2010 To: Cite of Carmel, Indiana, Board of Public Works and Safety 1.1 Bidder Name: 1 2 Bidder Address: PART 1 BIDDER INFORMATION (Please Type or Print) MILESTONE CONTRACTORS, L.P. Street Address: 5950 SOUTH BELMONT AVENUE City: INDIANAPOLIS Stale: IN Zip: 46217 Phone n: (311 788 -6885 Fax 4: $17) 788 -1098 1.3 Bidder is a/an [mark one]: LIMITED Individual X 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: 2 Address: 3 Date registered with State of Indiana: 4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL. 2.1 Project 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 tends and conditions of the Contract Documents for the above described project, including any and all addenda theretto, for the total sum of 14;0 �I // /.off 1 /WO /hen tYreE./S4/y'71-tuits.4n/OS,'X /rvncfre4 • t,ie/ £'r ---- Dollars (S Z, 26o. . 9b • °' ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER MAY 24, 2010 2 MAY 24, 2010 PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: NONE State Form 52414 (10 -05) Prescribed by the State Board of Accounts Form No. 96 (Revised 2005) CONTRACTORS BID FOR PUBLIC WORK — FORM 96 PART I (To be completed for all bids. Please type or print) Date: JUNE 2, 2010 1 Governmental Unit (Owner): CITY OF CARMEL 2. County: HAMILTON 3. Bidder (Firm): MILESTONE CONTRACTORS, L.P. Address: 5950 SOUTH BELMONT AVENUE / PO BOX 421459 City /State: INDIANAPOLIS, INDIANA 46217 / 46242 -1459 4. Telephone Number: (317) 788 -6885 5. Agent of Bidder Of applicable): BRAD McCALL Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the public works project of CITY OF CARMEL CITY OF CARMEL STREET (Governmental Unit) in accordance with plans and specifications prepared by DEPARTMENT 3400 W. 131ST STREET, WESTFIELD, IN 46074 and dated NOT DATED for the sum of !w0/iu:i[(ie° xf%lfeviet <idlivnil edAble SiX,�U, s 2.260 g/‘;,ab 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 -5 -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: Bidder (Firm): Date: CITY OF CARMEL MILESTONE CONTRACTORS, L.P. JUNE 2, 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? Contract Amount Class of Work Completion Date Name and Address of Owner 74,840,824.62 ROAD CONSTRUCTION 2009 INDIANA DEPARTMENT OF TRANSPORTATION IR- 29137 -A 32 S. BROADWAY, GREENFIELD, IN 9,662,600.00 ROAD CONSTRUCTION 2009 INDIANA DEPARTMENT OF TRANSPORTATION R- 29845 -A 32 S. BROADWAY, GREENFIELD, IN 957,055.00 DRAINAGE IMPROVEMENTS 2009 INDIANA DEPARTMENT OF TRANSPORTAION B- 28789 -A 32 S. BROADWAY, GREENFIELD, IN 4,731,458.86 ROAD CONSTRUCTION 2009 INDIANA DEPARTMENT OF TRANSPORTATION R- 29399 -C 41 W. 300 N. CRAWFORDSVILLE, IN 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner 72,791,457.88 ROAD CONSTRUCTION 2011 INDIANA DEPARTMENT OF TRANSPORTATION R -IR- 30710 -A 32 S. BROADWAY, GREENFIELD, IN 12,186,821.87 ROAD CONSTRUCTION 2011 INDIANA DEPARTMENT OF TRANSPORTATION R- 30295 -A 41 W. 300 N. CRAWFORDSVILLE, IN 1,146,475.90 ASPHALT PAVING 2010 INDIANA DEPARTMENT OF TRANSPORTAION SR- 32326 -A 41 W. 300 N. CRAWFORDSVILLE, IN 4,698,586 00 ROAD CONSTRUCTION 2010 INDIANA DEPARTMENT OF TRANSPORTATION IR- 29450 -A 185 AGRICO LANE, SEYMOUR, 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. DUNLAP AND COMPANY. INC. LAUTH PROPERTY GROUP OPUS NORTH CORPORATION SHIEL SEXTON COMPANY, INC DUKE CONSTRUCTION SIGNATURE CONSTRUCTION VERASUN ENERGY 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.) WORK TO BE ASSIGNED TO A GENERAL SUPERINTENDENT WHO WILL HAVE DAY TO DAY RESPONSIBILITIES OF THE JOB. 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. TO BE SUBMITTED UPON AWARD OF CONTRACT. 3. If you intend to sublet any porton 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. TO BE SUBMITTED UPON AWARD OF CONTRACT. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. SEE ATTACHED 96 -A EQUIPMENT LIST. THE EQUIPMENT UTILIZED WILL BE THAT NECESSARY TO COMPLETE THE JOB. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. YES WE HAVE RECEIVED OFFERS SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory . Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. See attached Form 96 -A 2010 PAVING TOTALS TOTAL BID AMOUNT (Package A) BID AMOUNT (Package B) THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. NOTICE TO BIDDERS City of Carmel 2010 - PAVING PROGRAM Sealed Bids for the City of Carmel, 2010 — Paving Program, will be received by the City of Carmel, Indiana ( "Owner ") at the office of the Clerk Treasurer in City Hall, One Civic Square, Carmel, Indiana 46032, until 10:00 a.m., local time, on June 2"d, 2010. The Bids will be publicly opened and read by the Board of Public Works and Safety at 10:00 am, in Council Chambers at City Hall on June 2 "d, 2010. No late bids will be accepted. A certified check or bid bond in the amount of ten percent (10 %) of the bid must accompany all bids, and upon acceptance by the City of Carmel, a performance bond equal to one hundred percent (100 %) of the bid will be required before work begins. General Form 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the word "BID — 2010 PAVING PROGRAM" on the lower left hand corner of the envelope. All persons interested in bidding shall register a contact name and address with the Carmel Street Department to insure that all changes or questions and answers are available for review by all interested parties. The specifications are set forth in detailed documents on file at the Carmel Street Department, 3400 W. 13151 Street, Westfield, IN 46074. All bidders must be qualified for State Highway work. All bidders on this contract will abide by the prevailing wage requirement of Indiana Code 5- 16 -7 -1. Questions regarding this solicitation must be written and delivered to the Carmel Street Department. All responses will be written and made available at the Carmel Street Department. Please call the Carmel Street Department to confirm whether or not any such questions have been received and /or answered. The submitted proposals must comply with IC 36- 1- 9 -8.5. The Carmel Board of Public Works and Safety 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 solicitation 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- Treasurer Publication Dates: Thursday, May 13th, 2010 Thursday, May 20th, 2010 PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 PAVING PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL, AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733 -2001 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: Street Department 2010 PAVING PROGRAM Proposal For: 2010 PAVING PROGRAM City of Carmel Date: To: City of Carmel, Indiana, Board of Public Works and Safety PART I BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: 1.2 Bidder Address: Street Address: City: State: Zip: Phone #: ( ) Fax #: ( ) 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: 2 Address: 3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2.1 Project 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 project, including any and all addenda thereto, for the total sum of Dollars ($ ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: