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: