HomeMy WebLinkAboutBid Information and PacketsBID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
Company:
Grady Brothers Inc.
Project Name:
106th Street Path - Gray Road to Hazel Dell Parkwa'
R
Date Submitted:
Path -
October
Medalist Parkway to Northwood Drive
20, 2010
Base Bid
Amount:
$189;196.75
ver Road
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
htsiriwiions To Riders•
This.fbrm shall be milized by all Bidders. Except a.s otherwise specifically provided. all Parts
shall he /idly and accurately filled in 0/nt completed and nmarized.
Project:
Proposal For Construction of :
Date: 10 -20 -2010
106 "' Street Path - Gray- Road to Hazel Dell Parkway /
River Road Path - Medalist Parkway to Northwood Drive
Project #10 -14
Approximately 4,200 feet of 10 feet wide asphalt path and concrete curb
ramps on the north side of 1061 Street from Gray Road to Hazel Dell
Parkway. and on the west side of River Road from Medalist Parkway to
Northwood Drive. Also included in the project will be minor ditch
grading, RCP culvert installations and reinforced concrete headwall
installation.
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -I
PART 1
BIDDER IrNFORMAT►ON
(Print)
1.1 Bidder Name: Grady Brothers Inc:
1.2 Bidder Address: Sweet Address: PO Box 421519
City: Tnd'pl s State: TN Zip: 4_6242=1519
Phone: 317- 244 -3343 Fax: 317= 240 -5958
1.3 Bidder is a/an [mark one]
Individual Partnership x Indiana Corporation
Foreign (Out of State), Corporation; State:
Joint Venture Other
1.4 [The,Jollowing must be ansniered 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 corporcrtiorrs{ must register with the Secretary of the Stale of bulimia as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated .January 23. 1958. J
Corporation Name:
2 Address:
.3 Date registered with State of Indiana:
4 Indiana Registered Agent:
Name:
Address•
131 D-2
I'ARl 2
13ID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools.
apparatus. materials: equipment. service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated lin Part 3 hereof, which Unit Prices. when multiplied by
estimated unit quantities for such Contract Items. total One Hundred Eighty—Nine Thousand
One Hundred Ninety —Six and 75/100 Dollars ($ 189,196.75 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
t31 D -3
NOTICE TO BIDDERS
City of Carmel, Indiana
Notice is hereby given that the Board of Public Works and Safety for the City of Cannel,
Hamilton County. Indiana will receive sealed bids for the "106th Street Path — Gray Road to
Hazel Dell Parkway /River Road — Medalist Parkway to Northwood Drive Project" at the office of
the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) until 10:00 a.m. Local Time
on or before Wednesday, October 20, 2010, and commencing as soon as practicable thereafter
during the Board of Public Works Meeting on the same date. Such bids will be publicly opened
and read aloud in the Council Chambers of City Hall. No late bids will be accepted.
All bids and proposals shall be prope -ly and completely executed on the proposal forms provided
with the plans and specifications, which will include the non- collusion affidavit as required by
the State of Indiana. The hid envelope must be sealed and have the words "BID — #10 -14 —
106th Street Path - Gray Road to Hazel Dell Parkway / River Road Path - Medalist
Parkway to Northwood Drive."
A bid bond or certified check in an amount not less than ten percent (10 %) of the amount bid
must be submitted with each bid. A cne hundred percent (100 %) performance and payment bond
will also be required of the successtt I bidder. It is intended that actual construction of all work
divisions shall be started as soon as practicable, and each bidder shall be prepared to enter
promptly into a construction contract, furnish a performance bond, and begin work without delay
in the event the award is made to hini.
I
The Project consists of, but is not necessarily limited to, the following:
The construction of approximately 4.200 feet of 10 feet wide asphalt path and concrete curb
ramps on the north side of 106th Street from Gray Road to Hazel Dell Parkway, and on the west
i
side of River Road from Medalist Parkway to Northwood Drive. Also included in the project
will be minor ditch grading. RCP culvert installations and reinforced concrete headwall
installation.
Contract Documents for the Project have been assembled into one bound project manual, which
together with drawings, may be examined beginning on Monday, October 4, 2010 at the
following locations:
City of Carmel
Department of Engineering - 1 st Floor
One Civic Square
Carmel, IN 46032
CrossRoad Engineers, PC
3417 Sherman Drive
Beech Grove, IN 46107
(317) 780 -1555
Attn: Trent Newport, P.E., L.S.
Copies of such drawings and project manuals must be obtained from CrossRoad Engineers at the
address stated above, upon the payment of 575 for each set. These sets include full -size drawings.
Payment must be by check. NO CASH ACCEPTED. Make checks payable to CrossRoad
Engineers, PC. All payments and costs of Contract Documents are non - refundable.
Bidders shall assure that they have obtained complete sets of drawings and Contract Documents
and shall assume the risk of any errors or omissions in bids prepared in reliance on incomplete
sets of drawings and Contract Documents.
Prescribed by State Board ofAccounts
80202- 5716979
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
NOTICETO BIODEHS ter - (Must not exceed two actual lines, neither of which shall
City of Carmel, Indiana are than four solid lines of the type in which the body of the
Notice is hereby given that the Board of Public Works and
t Sat My for the CO of Carmel Hamilton County,_ Indiana will cement is set). - number of' equivalent lines
Ito Hazel sealed PPaarkway /River Road Street Path Parkway to ber Of lines
I Northwood Drive Project' at the office of the Clerp Insurer
One Cis Square, Carmel Indian (City Hall) until tq uy a.m. ber of lines
local Time on cur before WedneSdapp, October 20 4010, and!
commencing s soon as practicable thereafter during the er Of lines
Board of Public Works Meeting on the same date. Such bids 1 I
will bef publicly ll Need apddead.Plboud in the Council Chan- umber O f lines to nonce
o cue lswl eaccepe.-
All bids and proposals shall be properly and completely en- f
cured on the proposal forms provided with the plans and
specifications, which will include the non-collusion affidavit
as required bbpayth OStateo fIned�l�a .ID¢16id evelpe.raustbe .d OF CHARGES
tMcdalist a�kwaytto MvoadB ad'y7 Ivey wu.raui -I 2.0 columns wide equals 194.0 equivalent lines at .667
A bid bond er certified check in an amount not less than ten =r line
percent 110015 of the amount bid must be ssubmitted with .
m nt a that also required
onstre f s tees a ni er.
I e , be started enter Inm tly into le, and each bidder nett
rnis a Orma a an a mrvork without Bela in
ear bid. A A one . hundreed percent (1 1l pe oroan a an '
z1ay nmbund w lso oe required,of n he ad ce si uTIddn harge tor notices containing rule and figure work (50 per cent
$Qharl ee red to 25 eaon as pr ticable and ruction co r saall ,e amOnntl
rile iso2 event pee award aa ma tohim9 y extra proofs of publication($ 1.00 for each proof in excess of two)
' eProject consists of, but is not necessarily 1mited to, the
AMOUNT OF CLAIM
following:
1 The construction of approximately 4,200 feet of 10 (eet wide nil eppncrete cypra r zeI oel tine north sing of IvtPUl'ING COST
th st smile retm,0ra Roaq to feaiol Dell Parkway, a of n
;WARP side River Road ram Me ahst P r •way o Norte
woos Drive: Aaso mcu ed n the project vin re minor d,tc le column 5_8 ems
rad,n RCP uivert installations and rein orced concrete is
ea wa anon.
ai d 911instal
•
1 Contract Documents for the Project have been assembled
2.Q
into one bound project manual, which Tether with draw- 1
f
at following locations:
MUU bef [0
1 OW of Carmel r spodd Engineers, PC
1 Seat el rnginceivg- 1e�i Srh,ermygaq` Dry he rovisions and enalties of IC 5- 11 -10 -1, I hereby certify that the foregoing account is
neCpvicg u r 31chcrro1SSSNd6f07 P p Y g g r
I rmel,iNad$Bn[ Ann:Trent Newport, RE.,LS. hat the amount claimed is legally due, after allowing all just credits, and that no part of the same
inns, may be examined beginning an on ay, Octo 4, 10.
a e 0 owing
Size of type 7
$ 129.40
00
$ 129.40
Lopies of such drawings and project manuals must be ob-
Iabovd from he payaad Engineers at the address stated'
1 above, a on the payment of S75 for each see These sets m- i
dude ACCEPe dra cgs. Payment must 60 by check, NO
i CASH ACCEPTED. Iealre [hecos payable
on to t Docu a Engl- : that the
non -ref PC. All payments and costs m Contract Documents are ' p
I non - refundable.
I
rinted matter) attached hereto is a true copy, of the same column width and type size,
Bidders shall assure That they have obtained ompfete sets
ublished in said paper 12 times. The dates of publication being between the dates of:
to drawings and Contract Documents and shall assume he
risk of any errors or omissions In bids prepared in reliance., '
on incomplete sets of drawings and Contract Documents. ,0/09/2010
'This Project will be funded by the City of Carmel.
Wage rates for the Project shall not be less than the current I
rescnbe-0 scale o wages as etermine by th Common
din`rceenWaeCros to in accordance with 1.C°5ao-7 statement checked below is true and correct:
A pre-bid conference for discussions of the Project the bid -
ofIrq req irepie anryd oth r Im rla@fnit matters wit) be held
Ca lues�Room l)cnber he 20IO ator of a:mm:local time m fire noes not have a Web site.
Square). l prospective bidders are invited to attend the pre- l
bid conference. the pre- bid canterence is not mandatoB ids a Web site and this public notice was posted on the same day as it was published in
uals planning to atmteeennd theel1Dree bmd1aLO�tylalhandicapped re r P public ba0 ispaper I
oP ells otl- Ie9'aPlpi alf or otiffyyt le city of Carmel, Enj'as a Web site, but due to a technical problem or error, public notice was posted on
hhours prior thereto. - ' 'as a Web site but refuses to post the public notice.
N bidder may withdraw, any bid or proposal within a period
oPNirty on as oil ing the date set for receiving bleds or
proposals. The Cane of Mile Works an Safety re-
serve! the righttVnoaairy aldletlsor prepp Is orape - .
nil son llot more tin % TAllty le 2)od elect props-
5a sfity 1 mrin %T ate enG t tot eecta o penctl
3 e and Carmel olsettisthend /oto error an5aole oral,
r and all bids,. ied in the moons mom w en offers it in and/or or In '
part esspeppl spline nte emeelalUciswhen Itisno[etale best
interests of the gave dmrnl31 ood a5 tl22 -18-2. by the
1 purchasing agenry maccardaDia a L. ILdray 8 -1.
• C�e�aTr Cordray
(S: 10/2 10,10/ /9110 - `57`16979)
LB-11 C. I u/l/w /Z. l0
4
Title: Clerk
This Part to be used onl for Bidding on Unit Price Contracts for the Contract Items shown
I
I Itemized Pro.osal
10 -14 106th Street Path - Gra Road to HazelDell Parkwa / River Road Path - Medalist Parkwa to Northwood Drive
ITEM
NO.
ITEM DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT COST
COST
1
Mobilization and Demobilization
1
LS
5500
5,500.00
2
Maintenance of Traffic
1
LS
3000
3,000.00
3
Clearing Right of Wa
1
LS
5000
5,000.00
4
Linear Grading for Path
4168
LFT
6
25,008.00
5
Relocate Existing Sian
1
EA
3675
3,675.00
6
Fence, Wood, Remove and Reset
157
LFT
14
2,198.00
7
1
EA
360
360.00
Sanita Manhole, Ad'ust to Grade
8
Water Manhole, Ad'ust to Grade
2
EA
360
720.00
9
Water Valve, Ad'ust to Grade
10
EA
217
2,170.00
10
12" RCP
37
LFT
50
1,850.00
11
12" Concrete Pi.e End Section I
3
EA
670
2,010.00
12
Structural Backfill
12
CYS
58
696.00
13
Reinforced Concrete Headwall
1
LS
5000
5,000.00
14
Handrail
11
LFT
722
7,942.00
15
HMA rf- - •. mm Ty.e A
263
TON
75
19,725.00
16
HMA Intermediate, 19.0 mm, T .- Al
739
TON
55
40,645.00
17
Com•acted A•.re.ate No. 53, Base
1262
TON
20
25,240.00
18
Curb Ram., Concrete, T •e C
6.67
SYS
300
2,001.00
19
Curb Ram., Concrete, T .e D
16
SYS
220
3,520.00
20
Transverse Mk.., Thermo., Crosswalk Line, 6 in.
89
LFT
15
1,335.00
21
Soddin., Nurse
653
SYS
6
3,754.75
22
Mulched Seeding
2673
SYS
1
2,673.00
23
Tempora Seedin• I
3326
SYS
1
3,326.00
24
Erosion Control Measures
1
LS
3500
3,500.00
25
To.soil Undistributed
556
CYS
33
18,348.00
TOTAL BASE Bid
189,196.75
PART 3
Contract Items and Unit Prices
0
mtn rn 1.
CITY 0 AI MEL
JAMES 131UVNARD. MAYOR
LETTER OF TRANSMITTAL
Date: October 20, 2010
To Sandy Johnson
Clerk Treasurer's Office
From: Michael McBride
City Engineer
Dept. of Engineering
RE: Bid Packets for the 106th Street Path — Gray Road to Hazel Dell
Parkway
Project #10 -14
Enclosed please find 5 (five) original bid packets:
Bidder Base Bid
Monroe LLC $188,907.00
Grady Brothers Inc. $189,196.75
Rieth -Riley Construction $190,200.00
Harvey Construction $245,272.82
F &K Construction Inc. $299,291.90
Dee!ItntENr of ENGINHIiRING
ONc Civic SQI:AIu. CAH■lha., IN 46032 Orrice 3175712141 I',Ay 317.5712139
E4dIl. cnglnerringe<:irMCI ill guy
I'ART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
42 The Bidder acknowledges receipt of the following addenda:
i
ADDENDUM NUN4BER DATE
131 D -J
/li//S /!U
suoudai.ra
.anisuodsa.I U0U c0 pal ad hl CI mg spy to
Ip1Sd.110111 y/u2 11/w0 J /30.1/00,7 2t /I fo su1.0/ ay/ um.1/ 23001.101 .10 0011071 i /nab /0/.12/0111
n 2q 0/ »iINiblO fig p21112ap pun .rappr£/ J1/ 0a.y01 uo!d22Sa; 4110 /01/1 pauo//un) s/ .0pp/fl
7.10,1 s?yl £ 'c uou2as art sluarml200-
)20.1/1107 .121/10 .10 .Saturn 31//2dds, aql 01 liar/ 00 //,120X2 y.xia alms �i//rrf /lays .lapped ayd
SNO114 :13X1
SINV(
£'S
c
■.lappr£j o/ .YU0//21/.us11/
State Form 52414
Prescribed by State Board of Accounts Form No. 96 (Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
PART I
(To be completed for all bids. Please type or print)
Date
1 Governmental Unit (Owner):
2 County
3 Bidder (Firm):
Address:
City /State
4 Telephone Number:
5 Agent of Bidder Of applicable)
10/20/2010
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
106th Street Path - Gray Road to HazelDell Parkway / River Road
the public works project of Path - Medalist Parkway to Northwood Drvie
(Governmental Unit) in accordance with plans and specifications prepared by
and da ed for the sum of
One Hundred Eighty -Nine Thousand One Hundred Ninety -Six and 75/100 $189,196.75
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 the1 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). 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.
2 What public works •ro ects are now in process of construction by your organization?
Contract Amount
II
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
246.092.00
Asphalt
2009
Town of Avon
326,000.00
Asphalt
2009
Pittsboro Primary School
The above bid is accepted this
day of
ACCEPTANCE
2010, 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
Bidder (Firm) Grady Brothers Inc.
Date:
10/20/2010
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach addi ional 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
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 Corpl.
Gibraltar General Contractors
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1 Explain your plan or layout for perfor li ing 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.
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
Company:
Voncoe, LL.0
Project Name:
/06;tti t'oft - r._ Road L. • oce
Date Submitted:
R,ver Read Pai-h - Me lest aels'Arb Kivethwtsd D+',`re
o -ao - io
Base Bid
Amount:
4 I$� q0-7
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
city or Carmel
Insir actions To Bidders:
This form shall be unitized by all Bidders. Except as otherwise specifically provided. all farts
shall /wildly and ocean-dell,' filled in and completed and notarized.
Project:
Proposal For Construction of:
Date: 10 - Io -10
To: City of Carmel, Indiana, Board of Public Works and Safety
loath Street Path - Gray Road to Hazel Dell Parkway/
River Rand Path - Medalist Parkway to Northwood Drive
Project 410 -/4
Approximately 4,200 feet of 10 feet wide asphalt path and concrete curb
ramps on the north side of 106"' Street from Gray Road to Hazel Dell
Parkway. and on the west side of River Road from Medalist Parkway to
Noirthwood Drive. Also included in the project will be minor ditch
grading, RCI' culvert installations and reinforced concrete headwall
installation.
BID-1
cC110
:ssalppy
:91013,1
ua y pa.lalst au 13uelpul
:13u131pu[J0 DIMS 4111)A p0.1als1nal 3TBQ
:ssa.lppy
:oweN uonPlodoJ
tsf61 !EE tCrnnamr /imp `Z uonyd0 s, /12121ra9 12117o//;/
2111 ul passa_rdsa /2111) 0/2731/1 palms s1) 101/ 1,10110.lodrg9 In reua9 01101,0111 ay1 r<q /29111)191
s1) r01mlpay]o alms 2111 fo q1! kt .relsIXar 181)/11 800ll0.r0(1103 uXraroJ'ncmlpuf
`/3111.103 fo 1/13 alp 1/111)0 .10 ur ssaursnq op 01 :2101A[ !uolp0.rodloa uX1alof r0 sl sallln 1
a.lntuad )11W .10 s13111.10d s! f0 10/) .r0 .lappU 2111. /1 9272h6SUn ag lsnur gu!Ot01l0f a1f.L]
AtcuG) `� 9 1� 17ai.lW .10410 X; a.mluan lu,of
:DIMS `11o9e1od.I0j (DIMS Jo ino) ufl!a.1o4
uolleaod7oO euelpul d1�sa0u1 -led
5M-1,LH :ch7
Ienpinlpul
[duo VOLE I ue/e Si .10ppig
ed Lb°)z -LA., cos.) :auogd
N1- :0p1S u\SON
°)h ('b {s kC?rn ahhh
AIDS
:ss9.ippy iaa.1S :ssa.lppy.1app!8
1UOW :31.1.113N .10[1)19
(911.1(15
\OIIVIMNIOJLU N;l(I(I111
I .LNt'd
hl
PART 2
1311) PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to runtish all necessary labor. machinery. tools,
apparatus, materials. equipment. service and other necessary supplies, and to perform and
fulfill all obligations incider t thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project. including any and all addenda thereto. for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof. which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items. total one, hondcec, -
-*alsond n ;ne hurnlc Seven Dollars ($ \% %,' O'7 ). the
Bidder acknowledges that evttuation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award. and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER catmot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
131D -3
PART
CONTRACT ITEMS AND UNIT PRICES
[This fort to he used only far Bidding un
Unit Price Contracts /or the Contract henic .chonrnI
Itemized Fro )osa1
(10 -14) IU6th Street l'ath - Cray Rload to Hazel Dell I'arh saV / River Road Path - Medalist
Parkwav to Northwood Drive
Item #
Item i
Quantity
Unit
Unit Cost
Total Cost
1
(Mobilization / Demobilization j
1
LS
0%0 WC
°T000
2
Maintenance ofTraffic
1
LS
01 060
') COO
5 , to
a 0440
3
Clearing Right of Way
I
LS
5,DOO
5
4
Linear Grading for Path
4.168
LPT
5
Relocate Existing Sign
1
EA
'150
0
6
Fence, Wood. Remove and Reset
157
LET
10
(, r♦
••
7
Sanitary Manhole, Adjust to Grade
1
EA
X00
8
Water Manhole. Adjust to Grade
2
EA
OO
Eit•
9
Water Valve, Adjust to Grade
I O
EA
ajp0
••
10
12" RCP
37
LET
0
12-80
11
12" Concrete Pipe End Section
3
EA
100
a1KL)_-
•
12
Structure 13ack11Il
12
CYS
W
13
Reinforced Concrete Headwall ,
I
LS
x2500
a i0
14
Handrail
II
LET
C)
' a
15
FIMA Surface. 9.5 mm. Tape A1
263
TON
90
a3, � •
i-i(p55
16
HMA Intermediate. 19.0 tun. Type A
739
TOA
(03
17
Com )acted AUg. No. 53, I3ase
1.262
TON
SYS
as
/00
07 -Rd-1-
I8
Curb Ramp, Concrete. Type C I
6.67
19
Curb Ramp. Concrete. Type D I
16
SYS
/00
ko0�
20
Transverse (Marking, Thermoplastic.
Crosssv'all< Line. 6" I
89
LH
f
Lo68
21
Nursery Sodding j
653
SYS
4
o2 (D Lg.,
53
22
(Mulched Seeding
2.673
SYS
2
23
2 -1
Seedi
Tempo' Seeding
Erosion Control iMeasures
3.32_6
3.326
1
SYS
LS
r
/. 5
9981
3500 3500
25
Topsoil (LI n(1 is ribnted) j
556
CYS
-7
14 l 18
Total Base Bid 1 8g 67
1 S 11:7 - -I
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General and incorporates such Contract Documents
herein by reference.
42 The Bidder acknowledges receipt of the following addenda:
ADDENDUM. N
MBER DATE
B10 -5
Iv -l5 -10
9-(11H
: S1101/d2aa7 c•C
a:usuodsa.1-0011 YO pa/3241 'u/2(/ p/Q sr1/ 111
1171S2.r 46711/ S1113I/O1a0Q 100.01/09 211 JO 5'//1.12/ 211 1110.11 21.7001.10:1. .10 110 / /0a // / //711b /0/12/17111
.0 XI o/ ygAril4O (q p2u122p purl .1app/Q fig 112.y0/ 1100daaa-2 31117 /71/1 pauou110D s/ l2ppr£/
7.r/d sly /Ju £'c uo/1a3g ul Huauoraou
maim .12110 .10 .cuou02/%laadg 211 01 112)/171 1.100d2axa 00172 217/.r :Opt llnys .12pp/Q 21_L
SNIOLLd])\i1
}I Vd
[S
c
c.1,p11/9 0/ 5'000.71.115'1/
BID PROPOSAL SL MMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert allldocuments into an envelope with project
name and your company name clearly marked on the outside. Seal
Company:
Rieth
-Riley Construction Co., Inc.
Project Name:
10 -14; 106th Street Path- Gray Road to Hazel Dell P
y_/River Rna. _ . -
Date Submitted:
octobelr 20, 2010
Base Bid
Amount:
$190,200.00
Dr
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
Cite of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otlrerivise specifically provided. 011 Paris
shall be fully and accurately. filled in, and completed and notarized.
Project:
Proposal For Construction of :
Date: October 20, 2010
106th Street Path - Grav Road to Hazel Dell Parkway/
River Road Path - Medalist Parkway to Northwood Drive
Project #10 -14
Approximately 4,200 feet of 10 feet wide asphalt path and concrete curb
ramps on the north side of 106th Street from Gray Road to Hazel Dell
Parkway, and on the west side of River Road from Medalist Parkway to
Northwood Drive. Also included in the project will be minor ditch
grading, RCP culvert installations and reinforced concrete headwall
installation.
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-I
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Rieth -Riley Construction Co., Inc.
1.2 Bidder Address: Street Address:
1751 W—Min ra
St, P.O. Box 276
City: Indianapolis State: IN Zip: 46206
Phone: (317) 634 -5561
1.3 Bidder is a/an [mark one]
Fax: (317) 631 -6423
Individual Partnership x Indiana Corporation
i
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 corporaliorn. 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, datedjanuar_p 23, 1958.]
Corporation Name:
Address: 1
3 Date registered with State of Indiana:
4 Indiana Registered Agent:
Name:
Address:
BID -2
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment. service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by .the terms and conditions of the Contract Documents for the above. described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items. total One Hundred Ninety Thousand
Two Hundred and 00 /100 Dollars (S190,200.00 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed -in Part 3 of this Proposal are estimates
solely fondle purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bic der further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[111is Part lo he rued unit' /0; PcIdin�� tit
Unit Price Contracts. /0» [I/O C'nnnr (t 1 hem ,V shown/
Itemized Pro )OSa1
(10 -14) 106th Street Path - Gray Road to Hazel Dull Parkway / River Road Path - Medalist
Parkway to Northwood Dri VC
Iteni #
. •. • . . Item •
Quantity
Unit
Unit Cost
Total Cost
1
2
Mobilization / Demobilization
Maintenance of Traffic
1
1
LS
LS
13 •1 • . •7
$13 919. •
$ 1,155.84
1,155.84
3
Clearing Right of Way
1
_ -LS
$ 5,177.59
$ 5 177.59
4
Linear Grading for Path
4.168
LFT
3C , '.8.33
.34 719.44
5
Relocate Existing Sign
1
EA
'. 2 663.71
'. 2 66 . 1
6
Fence, Wood, Remove and Reset
157
LET
, 1 .
2,041 11
7
Sanitary Manhole, Ad'ust to Grade
1
EA
,
8
Water Manhole, Adust to Grade
2
EA
'•397.65
7• . •
9
Water Valve, Ad•ust to Grade
10
EA
221.42
1
10
12" RCP
37
LFT
$53.09
1 964.33
11
12" Concrete Pipe End Section
3
EA
$668.56
$2,005.68
$ 225.36
12
Structure Backfill
12
CYS
$18.78
13
Reinforced Concrete Headwall
Handrail
1
1I
LS
LFT
$ 5;068 :58
$ 660.00
$5.068,58
$7,260.00
14
15
HMA Surface, 9.5 mm, Type A
263
TON
$ 88.35
$23,236.05
16
HMA Intermediate, 19.0 nn, Type A
739
1.262
TON
TON
$ 51.35
$ 18.57
$37.947.65
$23,435.34
17
Compacted Agg. No. 53. Base
18
Curb Ramp. Concrete. Type C
6.67
SYS
$175.00
$175.00
$ 1.167.25
19
Curb Ramp, Concrete, Type D
16
SYS
$2,800.00
20
Transverse Marking. Thermoplastic.
Crosswalk Line 6"
89
LFT
$5.00
$ 445.00
21
Nursery Sodding
653
SYS
$5.25
$3,428.25
22
Mulched Seeding
2.673
SYS
$0.41
$1,095.93
23
Temporary Seeding
3.326
SYS
$9 29
$ 964 54
$2,993.90
24
Erosion Control Measures
1
LS
$2,933.90
25
Topsoil (Undistributed)
556 I
CYS
$23.47
$13,049.32
Total Base 131d
$190,200.00
B112-4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions ol'all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
//1 October 15, 2010
BID -5
9-018
auoN
:saroudaaxi E c
.anrsuodsa.r -uou so good fat 81gaq mar sryl u!
/JRS3.1 ((/7111 S111d!11tIa0Q I31741109 dill j1) 5111.1d) a!(7 010. / a7eu2l.1)2 .10 110!/ /a11011b p71.rarnur
n aq of X3'1V PIO ,'9 paulaap /NW .rappig 1(q uayl71 110ydaaxa riur7 /17111 pa1ro111V7a s! .1appfg E'c
a.wd si1[l fb E •c 110ua35 11! syuaunlaoQ
13/2.111103 .1d1p0 .10 .S1101117a1 /1a0d5' a1 // 0) 113`(1)1 110Ud3axa 1/31)3 311)15' 111111 units .rapp!g 31/1 IY-
5'.13/1/11/1 01 S110!1all.uslq
SNOIIJ 3X3
INVd
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
Company:
Harvey Construction Co., Inc.
Project Name:
106th Street
Path
- Gray Rd.
to Hazel
Dell
Date Submitted:
10/20/2010
Base Bid
Amount:
$ 245, 272.82
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Ins ructions 7o Bidders:
This Joan shall be utilized by all Bidders- Grcept as oiheru'i.re sped /icallp provided all Parts
shall he fall. and accw oieltfilled in and completed and notarized
Project: 106`x' Street Path - Grar Road to Hazel Dell Parkway/
River Road Path - Medalist Parkway to Northwood Drive
Project #10 -14
Approximately 4,200 feet of 10 feet wide asphalt path and concrete curb
Proposal For Construction of : ramps on the north side of 106th Street from Gray Road to Hazel Dell
Parkway, and on the west side of River Road from Medalist Parkway to
Northwood Drive. Also included in the project will be minor ditch
grading. RCP culvert installations and reinforced concrete headwall
installation.
Date: 10/20/2010
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -1
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Harvey Construction Co. , Inc.
1 2 Bidder Address:
Street Address: 9125 E. 146th Street
City: Noblesville State: IN Zip: 46060_
Phone: 317- 773 -7302 Fax: 317- 773 -7565
1.3 Bidder is alan [mark one]
Individual Partnership XXX 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 42. dated January 23. 1958.7
.1 Corporation Name:
2 Address:
.3 Date registered with State of Indiana:
4 Indiana Registered Agent:
Name:
Address
13I D-2
2.1
PART 2
BID PROPOSAL
Base Bid
The undersigned Bidder proposes to furnish all necessary labor. machinery, tools.
apparatus, materials, equipment. service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contact Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Two Hundred Forty -Five
Thousand Two Hundred Seventy - Dollars ($ 245, 272.82 ). The
Kreider acknowledges that evalualioiti"Mlle lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award. and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
13I D-3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Itemized Proposal
(10 -14) 106th Street Path - Gray Road to Hazel Dell Parkway / River Road Path - Medalist Parkway to
Northwood Drive
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
1
Mobilization / Demobilization
1
LS
$6;050.00
$6,050.00
2
Maintenance of Traffic
1
LS
$2,200.00
$2,200.00
3
Clearing Right of Way
1
LS
$4,400.00
$4,400.00
4
Linear Grading for Path
4,168
LFT
$17.17
$71,564.56
5
Relocate Existing Sign
1
EA
$2,500.00
$2,500.00
6
Fence, Wood, Remove and Reset
157
LFT
$13.00
$2.041.00
7
Sanitary Manhole, Adjust to Grade
1
EA
$600.00
$600.00
8
Water Manhole, Adjust to Grade
2
EA
$500.00
$1,000.00
9
Water Valve, Adjust to Grade
10
EA
$200.00
$2,000.00
10
12" RCP
37
LFT
$25.00
$925.00
11
12" Concrete Pipe End Section
3
EA
$800.00
$2,400.00
12
Structure Backfill
12
CYS
$25.00
$300.00
13
Reinforced Concrete I- Ieadwall
1
LS
$13.500.00
$13,500.00
14
Handrail
11
LFT
$660.00
$7,260.00
15
HMA Surface. 9.5 mm, Type A
263
TON
$97.92
$25,752.96
16
1 -IMA intermediate, 19.0 mm. Type A
739
TON
$65.20
$48,182.80
17
Compacted Agg. No. 53, Base
1,262
TON
$22.10
$27,890.20
18
Curb Ram ., Concrete. Ty e C
6.67
SYS
$137.64
$918.06
19
Curb Ram , Concrete, Type D
16
SYS
$137.64
$2,202.24
20
Transverse Marking; Thermo, Crosswalk Line,
6"
89
LFT
$25.00
$2,225.00
21
Nursery Sodding
653
SYS
$8.00
$5,224.00
22
Mulched Seeding
2,673
SYS
$2.50
$6,682.50
23
Temporary Seeding
3,326
SYS
$0.75
$2,494.50
24
Erosion Control Measures
1
LS
$1,400.00
$1,400.00
25
Topsoil (Undistributed)
556
CYS
$10.00
$5,560.00
Total Base Bid
__-
$245,272.82
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions or all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4a) The Bidder acknowleclges receipt of the following addenda:
ADDENDUM NUMBER DATE
No. 1 Oct. 15, 2010
BID -5
9-01H
cunuda.zc/ F-g
aatsttndsa.t -000 SO pa1.)d/a.1 Xtnag plf/ 5710 III
1 111sa1 ri)7m sluautnH0Q 00.0100 atp /b sttl.tal atp /00.1/ D)t10t.m:t .to tt0t /0:0/0111) /nt.talntn
n aq n1 1/lvitio (ft' patuaap into .tapplg di/ WI VEE uoudaoXP 41117 101/1 pnuoultna s/ .tappiF/
/.m(1 sa /1 /it C Q 0011.)a5T 11! slud1101.20O
/.Wn.11110) .taylo .tn atrounat %/.�adg ayi 0/ tta ynt tto/lda.asa t /ond ntn/s ;1 / /11/ / /P1 /s' .tapplF7 aq./
SNOLLJLI3SJ
S .L}I VJ
a.tapplf/ of su0uatt.nsu/
State Form 52414 (10 -05)
Prescribed by State Board of Accounts Form No. 96 (Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK — FORM 96
PART I
(To be completed for all bids. Please type or print)
Date: October 20, 2010
1. Governmental Unit (Owner): City of Carmel, Indiana
2. County : Hamilton
3. Bidder (Firm): Harvey Construction Co., Inc.
Address:9125 E. 146th Street
City /State: Noblesville, IN 46060
4. Telephone Number: (317) 773 -7302
5. Agent of Bidder (if applicable):
Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete
the public works project of 1061h Street Path — Gray Road to Hazel Dell Parkway / River Road Path — Medalist
Parkway to Northwood Drive. Project No. 10 -14 (Governmental Unit) in accordance with plans and specifications
prepared by Crossroad Engineers, PC and dated October, 2010 for the sum of Two Hundred Forty -five
Thousand Two Hundred Seventy -two and 82/100 dollars. $ 245,272.82
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 11
(For projects of $100,000 or more — IC 36- 1 -12 -4)
Governmental Unit: City of Carmel, Indiana
Bidder (Firm): Harvey Construction Co., Inc.
Date: October 20, 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
3,334,362
Site Development
10/2008
Republic Development
Toledo, Ohio
1,341,768
Site Development
11/2008
Loahan Development
Indiana oohs, Indiana
1,057,672
Site Development
08/2008
Thomas Joyner & Assoc.
Maxwell, Indiana
772,277
Site Development
02/2008
Republic Development
Toledo, Ohio
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
1,674,711
Site Development
2010
City of Greenfield
Greenfield, Indiana
1,398,301
Storm Sewer
Im•rovements
2010
Muncie Sanitary District
Muncie, Indiana
1,098,281
Sewer & Water
Installation & Ta•
11/2009
Town of Fishers,
Fishers, Indiana
361,990
Water Main
Relocation
12/2009
Indiana - American Water Co.
Indiana•olis, Indiana
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.
Republic Development; 13170 Hamilton Crossing, Fishers, IN 46037
C.P. Morgan; 4670 Haven Point Blvd., Indianapolis, IN 46240
Estridge Development; 14300 Clay Terrace, Carmel, IN 46032
Urbahns Companies; 7914 N. Shadeland Avenue, Indianapolis, IN 46250
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.) -- -Upon notice to proceed, Harvey
Construction will substantially complete the project within 30 days per 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 Song with a brief description of the work done by each subcontractor. See attached Sub
Contractor list- if required.
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit. —See list included with Form
96
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 quotes on all prices.
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 statement included
with Form 96.
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
Company:
F & K Construction, Inc.
Project Name:
108th Street Path- Gray Road to Hazel Cell Parkway I
River Road Path - Medalist Parkway to Northwood Drive, Project #1044
Date Submitted:
October 20, 2010
Base Bid
Amount
$299,291.90
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 Paris
shall be fully and accurately filled in and completed and notarized.
Project:
Proposal For Construction of :
Date:
106`f Street Path - Gray Road to hazel Dell Parkway /
River Road Path - Medalist Parkway to Northwood Drive
Project #10 -14
Approximately 4,200 feet of 10 feet wide asphalt path and concrete curb
ramps on the north side of 106th Street from Gray Road to Hazel Dell
Parkway, and on the west side of River Road from Medalist Parkway to
Northwood Drive. Also included in the project will be minor ditch
grading, RCP culvert installations and reinforced concrete headwall
installation.
October 20, 2010
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -I
PART1
BIDDER INFORMATION
I.1 Bidder Name:
1.2 Bidder Address: Street Address:
(Print)
F & K Construction, Inc.
2055 W 150 S
City: Flora State: IN Zip: 46929
Phone: (574)967 -4543 Fax: (574)967 -3934
1.3 Bidder is a/an [mark one]
Individual Partnership
1
Foreign (Out of State) Corporation; State:
Joint Venture Other
Indiana Corporation
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, 19581
.1 Corporation Name:
2 Address:
3 Date registered with State of Indiana:
4 Indiana Registered Agent:
Name:
Address:
BID -2
PART 2
BID PROPOSAL
2. l Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total Two Hundred Ninety Nine Thousand
Two Hundred Ninety -One and 90/100 Dollars ($ 299,291.90 ). The
Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates
solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding. The Bidder further understands that all Work which may result on
the Contract shall be compensated for on a Unit Price basis and that the OWNER and
ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to
be performed or furnished under the Contract.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Itemized Proposal
(10 -14) 106th Street Path - Gray Road to Hazel Dell Parkway / River Road Path - Medalist Parkway to
Northwood Drive
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
1
Mobilization / Demobilization
1
LS
$49,006.00
$49,006.00
2
Maintenance of Traffic
1
LS
$3,100.00
$3,100.00
3
Clearing Right of Way
1
LS
$13,100.00
$13,100.00
4
Linear Grading for Path
4,168
LFT
$13.00
$54,184.00
5
Relocate Existing Sign
1
EA
$5,200.00
$5,200.00
6
Fence, Wood, Remove and Reset
157
LFT
$32.00
$5,024.00
7
Sanitary Manhole, Adjust to Grade
1
EA
$650.00
$650.00
8
Water Manhole, Adjust to Grade
2
EA
$650.00
$1,300.00
9
Water Valve, Adjust to Grade
10
EA
$350.00
$3,500.00
10
12" RCP
37
LFT
$70.00
$2,590.00
11
12" Concrete Pipe End Section
3
EA
5750.00
$2,250.00
12
Structure Backfill
12
CYS
$90.00
$1,080.00
13
Reinforced Concrete Headwall
1
LS
$21,000.00
$21,000.00
14
Handrail
11
LFT
$430.00
$4,730.00
15
HMA Surface, 9.5 mm, Type A
263
TON
$90.00
$23,670.00
16
HMA Intermediate, 19.0 mm, Type A
739
TON
$67.00
$49,513.00
17
Compacted Agg. No. 53, Base
1,262
TON
$23.00
$29,026.00
18
Curb Ramp, Concrete, Type C
6.67
SYS
5170.00
$1,133.90
19
Curb Ramp, Concrete, Type D
16
SYS
$170.00
$2,720.00
20
Transverse Marking, Thermo, Crosswalk Line,
6"
89
LFT
$15.00
$1,335.00
21
Nursery Sodding
653
SYS
$8.00
$5,224.00
22
Mulched Seeding
2,673
SYS
$1.00
52,673.00
23
Temporary Seeding
3,326
SYS
$0.50
$1,663.00
24
Erosion Control Measures
1
LS
$4,500.00
$4,500.00
25
Topsoil (Undistributed)
556
CYS
$20.00
$11,120.00
Total Base Bid
$299,291.90
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of alt Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 5/15/10
BID -
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully stare each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non - responsive.
5.3 Exceptions:
BID -6
State Form 52414
Prescribed by State Board of Accounts Form No. 96 (Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
PART I
(To be completed for all bids. Please type or print)
Date: October 20. 2010
1. Governmental Unit (Owner): city of Carmel, IN Board of Public Works and Safety
2. County : Hamilton
3. Bidder (Firm): F & K Construction, Inc.
Address: 2055 W. 150 S.
City /State: Flora, IN 46929
4. Telephone Number: (574)967 -4543 FED. ID# 35- 1415044
5. Agent of Bidder (if applicable): N/A
Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete
106in Soeal Pal- -Gay Pov_;o Xaral Oell Park'xaV r R.., Road
the public works project of path .M„aee, Pa+uayn Nalmmm Drive . Pro act NO,].,a
(Governmental Unit) in accordance with plans and specifications prepared by Crossroad Engineers, PC
and dated October 2010 for the sum of
See Bid Form $ See Bid Form
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit
basis, the itemization of the units shall be shown on a separate attachment.
The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States (I.C. 5- 16 -8 -2). I hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I
understand that violations hereunder may result in forfeiture of contractual payments.
ACCEPTANCE
The above bid is accepted this day of subject to the
following conditions:
Contracting Authority Members:
PART 11
(For projects of $100,000 or more — IC 36- 1 -12 -4)
Governmental Unit: City of Carmel. IN Board of Public Works and Safety
Bidder (Firm) F & K Construction, Inc.
Date: Oc ober 20. 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
$354,960.00
Force Main
Summer of '10
Town of Whitestown, IN
$172,030.00
Parking Lot
Fall of '10
Purdue University
$177,923.00
Water & Sewer
Spring of '10
Western School Corp.
$232,213.00
Debris Removal
Fall of '09
INDOT
2. What public works projects are now in process of construction by your organization?
Contract Amount
Class of Work
Expected
Completion
Date
Name and Address of Owner
$2,393,658.00
Road Improvements
Fall of '10
City of Carmel, IN
$1,376,185.00
Storm Sewer & Water Main
Spring of '11
City of Monticello, IN
$452,497.30
Walk Path
Fall of '10
City of Carmel, IN
$975,595.00
Storm Sewer
Fall of '10
City of Monticello, IN
3. Have you ever failed to complete any work awarded to you? NO If so, where and why?
4. List references from private firms for which you have performed work.
Steinberger Construction. Inc. Jim Steinberger (574) 753 -4944
The Andersons Dale Theis (419) 891 -6390
Hartrich Becknell Construction John Hartrich (708) 443 -9300
Subaru of Indiana Automotive Dennis Hickman (765) 449 -6991
Gutwein & Associates Andrew Gutwein (765) 532 -6725
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.)
2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the bidder's capability for completing the project if awarded.