Loading...
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.