HomeMy WebLinkAboutBid Packets and Information0 0 3 uaulr
000 0 0 0 000.`;
CITY O ARMEL
JAMES BRAINAI D, VIATOR
LETTER OF TRANSMITTAL
Date: June 10, 2015
To: Sandy Johnson
Clerk Treasurers Office
From: Jeremy Kashman
City Engineer
Dept. of Engineering
RE: Bid Packets for Project #15-06 Miscellaneous Drainage: 3740 W.
106th St Improvements and Cool Creek Pond
Sandy, enclosed please find 2 (two) bids for Project #15-06 Miscellaneous
Drainage — 106th Street and Cool Creek Pond
Contractor Bid
Yardberry Landscape $73,059.00
Dallman Contractors $117,844.00
DEPARTMENT OF ENGINEERING
ONE CIVIC SQUARE, CARTEL, IN 46032 OFFICE 317571 2441 FAN 317.571.2439
FMdll, c nginecangacarmcl.In.gov
QUOTE PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your quote packet. Insert all documents into an envelope with
project name and your company name clearly marked on the
outside. Seal the envelope.
The prices indicated on this sheet shall be read aloud during the
quote opening and shall match the prices indicated in Part 2 of the
Quoters Itemized Proposal and Declarations.
Company:II
Cl 1/2 %
L-ankc EX CGVa�i ►bor.
Project Name:
Project #15-06, cellaneous Drainage: 3740 W. 106th Streetjrainage
Improvements Project and Cool Creek Pond Outlet Rehabih
ation
Date
Submitted:
5)9,011/-
Base Quote
Amount:
it 73,o5q 'f
Revised 5/6/2015
CITY OF CARMEL
PROJECT MANUAL
Miscellaneous Drainage:
3740 W. 106th Street
Drainage Improvements Project and
Cool Creek Pond Outlet Rehabilitation
Project No. 15-06
HAMILTON COUNTY, INDIANA
City of Carmel Engineering Department
One Civic Square
Carmel, Indiana 46032
Office: (317) 571 - 2441
May 2015
OWNER cannot reliably be ascertained and measured and that the amount of the Quote
Security is intended as a reasonable prospective estimate of such actual damages.
8.3. Concurrently with the execution and delivery of the Agreement to the OWNER, or within
such other period as the OWNER may prescribe, the successful Quoter
(CONTRACTOR) shall submit the following as conditions to the Quoter's right to
proceed with and receive payment for any Work:
8.3.1. A complete list of all Subcontractors to be used on the Work;
8.3.2. A one hundred percent (100%) Performance Bond; a one hundred percent (100%)
Payment Bond and a ten percent (10%) Maintenance Bond as prescribed by the
General Conditions or other Contract Documents. Such bonds shall be executed
utilizing the sample forms included in the Project Manual or alternative forms
approved in advance by the OWNER. Indemnification clauses between successful
Quoter and the Surety shall not be binding upon the OWNER;
8.3.3. The preliminary schedules required by Paragraph 2.7 of the Standard General
Conditions;
8.3.4. A schedule of wages to be paid by the Quoter and his/her Subcontractors to
laborers for the Work; and
8.3.5. Other post -Quote submittals required by the Contract Documents.
9. LIQUIDATED DAMAGES
9.1. The Contract Documents pr vide for the payment of liquidated damages in the event of
•
by the Contract Documents.
by the OWNER as abainst the successful Q oter and its Surety in lieu of actual damages
The Contract Documents DO NOT provide for the payment of liquidated damages in
the event of unexcused failure by the CONTRACTOR to complete the Work within the
time required by the Contract Documents'.
END OF INSTRUCTIONS TO QUOTERS
1TQ-8
QUOTER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Quoters:
This form shall be utilized by all Quoters. Except as otherwise specifically provided, all Parts
shall he filly and accurately filled in and completed and notarized.
Project:
Proposal For Construction of :
Date:
Miscellaneous Drainage: 3740 W. 106th Street Drainage
Improvements Project and Cool Creek Pond Outlet
Rehabilitation
Project Number: 15-06
The installation of a storm sewer system on the north side of
106th Street approximately 0.3 utiles west of the 106th Street
and Shelborne Road intersection. Approximately 30 feet of
12" RCP and 50 feet of 6" HDPE will be installed. Also
included in the project will he street/driveway cut repair,
ditch grading and reinforced concrete headwall installation.
And
Pipe removal and replacement with 50' of 42" RCP at a
certain grade with concrete end section and guard connecting
to a new Cast In Place structure that connects to an existing
48" RCP and to include access and area restoration as a
result of the work plus incidental related work.
To: City of Carmel, Indiana, Board of Public Works and Safety
QUOTE -1
PART 2
QUOTE PROPOSAL
2.1 Base Quote
The undersigned Quoter 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:
Base Quote: Seu°..• �'�.a -h C./ C_r� F'P'S vi re coo (k_
Dollars ($ 73. os 5 ° ).
2.2 General
The Quoter acknowledges that evaluation of the lowest Quote shall be based on the total
of the Base and selected Alternate Quotes if applicable.
The Quoter acknowledges that the Owner reserves the right to award the Contract for the
Base Quote alone, for the Base Quote plus selected Alternate Quotes if applicable
The Quoter further acknowledges that the unit quantities listed in Part 3 of this Proposal
are estimates solely for the purpose of Quote evaluation and Contract award, and are not
to be construed as exact or binding.
The Quoter 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.
QUOTE -3
PART 1
QUOTER INFORMATION
Print
1.1 Quoter Name: Y Jb2 rr Imo. SCa & eav-el I& 6,
1.2 Quoter Address: Street Address: (MO S ILLI/ 1`t' a#1dAso✓1 Lon
City: State:
Phone: 1-1o5 -3f1 5-11?3
1.3 Quoter is a/an [mark ane]
Individual
Fax:
Zip:
3/7-037140
Partnership / Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Quoter 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 Secretory of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General 's Opinion # dated January 23, /958.]
I
Corporation Name: ate- bent\ ILaU/�vis7art ,IIG`�p 7
.2 Address: "Iq i D S IDa� Y\J end V N n I "1 1/
.3 Date registered with State of Indiana: 1/ / 17q
.4 Indiana Registered Agent:
Name:
Address:
QUOTE -2
PART 3
CONTRACT ITEMS AND UNIT PRICES
Itemized Proposal
(15-06) 3740 W. 106th Street Drainage Improvements Project and Cool Creek Pond Outlet Rehabilitation
Item #
Item
Quantity
Unit
Cost
Total Cost
1
Mobilization / Demobilization
1
LS
wUnit
x006'
000'
2
Maintenance of Traffic
1
LS
2S0o'
02SO0'
3
Clearing Right of Way
I
LS
3000 `
2000'
4
Pipe Removal
50
LFT
30 a
1500 '
5
Linear Ditch Grading
290
LFT
010 •
S$o0
6
12" RCP
24
LFT
V
..2 b
7
6"HDPE
50
LFT
3D`
I5UO
8
42" RCP
50
LFT
270'
I 3,300
9
12" Concrete Pipe End Section
2
EA
1 ZO°
02'-100.
10
HDPE End Treatment
I
EA
( 060 '
1,000'
11
42" Concrete Pipe End Section
1
EA
5Otie `
5000'
12
End Section Debris Guard
1
EA
of Som •
x3-00'
13
CIP Structure
1
LS
30 00'
8 0 0 r
14
HMA Surface, Type A, 9.5 mm
2.5
• TON
300-
756'
15
HMA Intermediate, Type A, 19.0 mm
3.5
TON
,250'
g75'
16
Concrete Patch. Class A, 7 1/2 IN.
4
SYS
1 Q
60'
17
Compacted Agg. No. 53, Base
(Undistributed)
20
TON
`ID`
got)'
18
Mulched Seeding (Undistributed)
2.000
SYS
02 e
000'
19
Erosion Control Blanket
204
SYS
r
6 �
� 22 z{
20
Erosion Control Measures
1
LS
/ 5160-
/ S061
21
Fence Reset (undistributed)
I
LS
/ 8 SU'
1 e St
22
Topsoil (Undistributed)
200
CYS
Jam- y e
/0. 8 00'
Total
-73,0c9 "
QUOTE -4
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Quoter agrees to he bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Quoter acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
QUOTE -5
PART 5
EXCEPTIONS
lnstructions To Quoters:
5.1 The Quoter shall fully stale each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Quoter is cautioned that any exception taken by Quoter and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Quote being rejected as non-responsive.
5.3 Exceptions:
0 We
QUOTE -6
PART 6
FINANCIAL STATEMENT
6.1 Attachment of Qu ter's financial statement is mandatory. Any Quote submitted without
,:aid financial statement as required by statute shall thereby be rendered invalid. The
the W rk/Pr ject if awarded. Inf rmation on Qu ter's company and financial statement
shall he consistent with the information requested on the State B and f Accounts form.,
tt96a and 11102, entitled "Standard Questi nnaires and Financial Statement for Qu tors".
Financial Statement is not required for this project.
QUOTE -7
PART 7
ADDITIONAL DECLARATIONS
7.1 Quoter certifies for itself and all its subcontractors compliance with all existing laws of
the United States and the State of Indiana prohibiting the discrimination against any
employee or applicant for employment or subcontract work in the performance of the
Work contemplated by the Agreement with respect to hire. tenure, terms, conditions, or
privileges of employment or any matter directly or indirectly related to employment or
subcontracting because of race. religion, color, sex, handicap, national origin, ancestry,
age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves
the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated
against.
7.2 The Quoter certifies that he/she has thoroughly examined the site of the Project/Work and
informed himself/herself fully regarding all conditions under which he/she will be
obligated to operate and that in any way affect the Work, and knows, understands and
accepts the existing conditions. The Quoter further certifies that he/she has thoroughly
reviewed the Contract Documents, including all Addenda, and has had the opportunity to
ask questions and obtain interpretations or clarifications concerning Contract Documents.
QUOTE -8
PART
NON -COLLUSION AFFIDAVIT
The individual person(s) executing this Quote Proposal, being first duly sworn, depose(s) and
state(s) that the Quoter has not directly or indirectly entered into a combination, collusion,
undertaking or agreement with any other Quoter or person (i) relative to the price(s) proposed
herein or to be Quote by another person, or (ii) to prevent any person from Quoteding, or (iii) to
induce a person to refrain from Quoteding; and furthermore, this Quote Proposal is made and
submitted without reference to any other Quotes and without agreement, understanding or
combination, either directly or indirectly, with any persons with reference to such Quoteding in
any way or manner whatsoever.
PART 9
SIGNATURES
[Signature by or on behalf of the Quotes in the maces provided below shall constitute execution
of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE
MUST BE PROPERLY NOTARIZED.]
Quoters Namc:
Written Signature:
Printed Name: I Th `'ary,r'Yuk
Tide: Niter
STATE OF
Important - Notary Signature and Seal Required in the Space Below
Ia�lN�fr.
SS:
COUNTY OF Mc\ ( YN\ J
Subscribed and sworn to before the this
20 15-
My
S
My commission expires: A\
Residing in (MO the -C)
',
(Signed)
Printed: j)e ajar
County, State of 1 altL
day of
QUOTE -9
QUOTE PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your quote packet. Insert all documents into an envelope with
project name and your company name clearly marked on the
outside. Seal the envelope.
The prices indicated on this sheet shall be read aloud during the
quote opening and shall match the prices indicated in Part 2 of the
Quoters Itemized Proposal and Declarations.
Company:
A1oQP1F', 6A, mLe_rte./•3\ AC.
Project Name:
Project #15-06, Miscellaneous Drainage: 3740 W. 106th Street Drainage
Improvements Project and Cool Creek Pond Outlet Rehabilitation
Date
Submitted:
S _ 20 _ tS
Base Quote
Amount:
4 i - E3 qg ` Da
Revised 516/2015
QUOTER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Quoters:
This form shall be utilized by all Quoters. Except as otherwise specifically provided, all Parts
shall be fully and accurately riled in and completed and notarized.
Project:
Proposal For Construction of :
Date: .5-Z0 --/S
Miscellaneous Drainage: 3740 W. 106th Street Drainage
Improvements Project and Cool Creek Pond Outlet
Rehabilitation
Project Number: 15-06
The installation of a storm sewer system on the north side of
106th Street approximately 0.3 miles west of the 106th Street
and Shelborne Road intersection. Approximately 30 feet of
12" RCP and 50 feet of 6" HDPE will be installed. Also
included in the project will be street/driveway cut repair,
ditch grading and reinforced concrete headwall installation.
And
Pipe removal and replacement with 50' of 42" RCP al a
certain grade with concrete end section and guard connecting
to a new Cast In Place structure that connects to an existing
48" RCP and to include access and area restoration as a
result of the work plus incidental related work.
To: City of Carmel, Indiana, Board of Public Works and Safety
QUOTE -1
PART 1
(RIOTER INFORMATION
(Print)
1.1 Quoter Name: A.4.70 he7
1.2 Quoter Address: Street Address: �Y 9 7 4 Shet^4n
City: ^ � State: ---ij Zip: 41C° 20/
Phone: 31?-356-cP2-5O Fax: -3(2-35c - 9253
1.3 Quoter is a/an [mark one]
Individual
Partnership Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Quoter 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 Stale of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
QUOTE -2
PART 2
QUOTE PROPOSAL
2.1 13asc Quote
The undersigned Quoter 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 terns 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:
Base Quote: 4_)E_ , 7"ni r�-&c) JevCu/caN / i7w} r•. G y fit? /74JJ-c) %aro-/;+"
Dollars ($ //? 8 fy w ).
2.2 General
The Quoter acknowledges that evaluation of the lowest Quote shall be based on the total
of the Base and selected Alternate Quotes if applicable.
The Quoter acknowledges that the Owner reserves the right to award the Contract for the
I3ase Quote alone, for the Base Quote plus selected Alternate Quotes i1'applicable
The Quoter further acknowledges that the unit quantities listed in Part 3 of this Proposal
are estimates solely for the purpose of Quote evaluation and Contract award, and are not
to be construed as exact or binding.
The Quoter 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.
QUOTE -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
Itemized Proposal
(15-06) 3740 W. 106th Street Drainage Improvements Project and Cool Creek Pond Outlet Rehabilitation
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
1
Mobilization / Demobilization
I
LS
2
Maintenance of Traffic
1
LS
3
Clearing Right of Way
1
LS
4
Pipe Removal
50
LET
5
Linear Ditch Grading
290
LFT
6
12" RCP
24
IJ''1'
- e
7
6" HDPE
50
LFT
tiviceitop
8
42" RCP
50
LET
9
12" Concrete Pipe End Section
2
EA
10
I-IDPE End Treatment
I
EA
11
42" Concrete Pipe End Section
1
IEA
12
End Section Debris Guard
1
EA
13
CII' Structure
1
LS
14
I -IMA Surface, Type A, 9.5 mm
2.5
TON
15
HMA Intermediate, Type A, 19.0 mm
3.5
TON
16
Concrete Patch, Class A, 7 1/2 IN.
4
SYS
17
Compacted Agg. No. 53, Base
(Undistributed)
20
TON
18
Mulched Seeding (Undistributed)
2,000
SYS
19
Erosion Control Blanket
204
SYS
20
Erosion Control Measures
1
LS
21
Fence Reset (undistributed)
1
LS
22
Topsoil (Undistributed)
200
CYS
Total
I (m PN'''
QUOTE -4
05/19/2015
15003SPM
+r+
Biditem
9:23
3740 W. 106th St. Drainage Imp.
Description
RID TOTALS
Status - Rnd uantity Units Unit Price Bid Total
1 Mobilization & Demobilization U 1.000 LS 25,000.00 25,000.00
2 Maintenance of Traffic U 1.000 LS 10,000.00 10,000.00
3 Clearing Right of Way U 1.000 LS 10,000.00 10,000.00
4 Pipe Removal U 50.000 LF 50.00 2,500.00
5 Linear Ditch Grading U 290.000 LF 40.00 11,600.00
6 12" RCP U 24.000 LF 80.00 1,920.00
7 6" HDPE U 50.000 LF 50.00 2,500.00
8 42" RCP U 50.000 LF 200.00 10,000.00
9 12" Conc. Pipe End Section U 2.000 EA 1,300.00 2,600.00
10 HDPE End Treatment U 1.000 EA 900.00 900.00
11 42" Concrete Pipe End Section U 1.000 EA 5,000.00 5,000.00
12 End Section Debris Guard U 1.000 EA 3,000.00 3,000.00
13 CIP Structure U 1.000 LS 12,000.00 12,000.00
14 HMA Surface Type A 9.5mm U 2.500 TN 1,000.00 2,500.00
15 HMA Intermediate Type A 19 mm U 3.500 TN 1,000.00 3,500.00
16 Concrete Patch Class A 7 1/2" U 4.000 SY 300.00 1,200.00
17 Comp Agg 453 Base (UND) U 20.000 TN 20.00 400.00
18 Mulched Seeding (UND) U 2,000.000 SY 2.00 4,000.00
19 Erosion Control Blanket U 204.000 SY 6.00 1,224.00
20 Erosion Control Measures U 1.000 LS 1,500.00 1,500.00
21 Fence Reset (UND) U 1.000 LS 2,500.00 2,500.00
22 Topsoil (UND) U 200.000 CY 20.00 4,000.00
Bid Total
S 117.844.00
PART 4
CONTRACT DOCUMENTS ANI) ADDENDA
4.1 The Quoter agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Quoter acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
NoNr
QUOTE -5
POST QUOTE SUBMITTAL
SEE ITQ SECTION 6.4
MANUFACTURERS LIST
Instructions To Quoters:
The Quoter shall enter, in the .spaces provided below, the name of the manufacturer of
equipment that the Quoter proposes to furnish for each item of equipment listed in the
Manufacturers List which follows. The Quoter shall enter the name of only one
manufacturer for each listed equipment item. Failure to enter a manufacturer's name for
each listed equipment item may render the Quote non-responsive if it is determined that
such omission is material by affording the Quoter a substantial advantage over other
Quoters.
Upon award of a contract, each listed equipment item shall he furnished by the named
manufacturer, unless changes are specifically authorized. Equipment substitutions will be
permitted only with the OWNER'S prior consent.
Preliminary acceptance of equipment listed by the manufacturer's name shall not in any
way constitute a waiver of the Drawing and Specification requirements covering such
equipment. Acceptance will be based on full conformity with the Drawing s and
Specifications covering the equipment.
Equipment Item (Contract Items)
Siete* 6J ?pe
fl$alin t1
Manufacturer
fi%w1�}4gdro
,2C`unc�.ul1-
145/
eon cod -or- 31
o nie
POSTQ UOTE- I
POST QUOTE SUBMITTAL
SEE SECTIONS ITO 6.5
SUBCONTRACTORS LIST
Instructions To Quoters:
The Quoter shall enter the names and the type of work to be done in the Subcontractors
List which follows for each Subcontractor that the Quoter proposes to use for the Work
who will be providing work for an agreed price of five percent (5%) or greater of the
amount Quote as stated above in fart 2.
Only one Subcontractor shall be listedfor each work item. Upon award of a contract, the
named Subcontractors shall be employed lo perforun the work, unless changes are
specifically authorized by the OWNER. Failure to furnish all irrformation requested may
render the Quote non-responsive 1/ it is determined that such omission is material by
affording the Quoter a substantial advantage over other Quoters.
Except as otherwise specifically stated by the Quoter in this Part, omission of any names
of Subcontractors herein shall constitute an affirmative representation and statement that
the Quoter proposes to use his own work forces for most of the Work such that he will
have no Subcontractors providing work in the amount of five percent (5%) or greater of
the amount Quote.
Subcontractor Name
N0 lye -
(use additional sheets if necessary)
Work Price
POSTQUOTE-2
PART 5
EXCEPTIONS
Instructions To Quoters:
5.1 The Quoter shall filly stale each exception taken to the Specifications or other Contract
Documents in Section 5.3 al this Part.
5.2 Quoter is cautioned that any exception taken by Quoter and deemed by OWNER to be a
;nalerial qualification or variancefrom the terms of the Contract Documents may result
in this Quote being rejected as non-responsive.
5.3 Exceptions:
QUOTE -6
PART 6
FINANCIAL STATEMENT
financial statement pr vidcd hereunder to OWNER mast be specific enough in detail so
that OWNER can make a proper determination of the Quoter's capability for completing
the WorldProject if awarded. Information on Quoter's company and financial statement
shall be consistent with the information requested on the State Board of Accounts Forms
#96a and t/102, entitled "Standard Questionnaires and Financial Statement for Quotcrs".
(financial Statement is not required for this project.
QUOTE -7
y
PART 7
ADDITIONAL DECLARATIONS
7.1 Quoter certifies for itself and all its subcontractors compliance with all existing laws of
the United States and the State of Indiana prohibiting the discrimination against any
employee or applicant for employment or subcontract work in the performance of the
Work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or
privileges of employment or any matter directly or indirectly related to employment or
subcontracting because of race, religion, color, sex, handicap, national origin, ancestry,
age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves
the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated
against.
7.2 The Quoter certifies that he/she has thoroughly examined the site of the Project/Work and
informed himself/herself fully regarding all conditions under which he/she will be
obligated to operate and that in any way affect the Work, and knows, understands and
accepts the existing conditions. The Quotcr further certifies that he/she has thoroughly
reviewed the Contract Documents, including all Addenda, and has had the opportunity to
ask questions and obtain interpretations or clarifications concerning Contract Documents.
QUOTE -8
WarilbanilbasilribarlISO
4 COBV BAIN
I Notary Public - Seal l
+ State of Indiana t
Morgan County
t My Commission Expires May 24, 2022 r
PART 8
NON -COLLUSION AFFIDAVIT
The individual person(s) executing this Quote Proposal, being first duly sworn, depose(s) and
state(s) that the Quoter has not directly or indirectly entered into a combination, collusion,
undertaking or agreement with any other Quoter or person (i) relative to the price(s) proposed
herein or to be Quote by another person, or (ii) to prevent any person from Quoteding, or (iii) to
induce a person to refrain from Quoteding; and furthermore, this Quote Proposal is made and
submitted without reference to any other Quotes and without agreement, understanding or
combination, either directly or indirectly, with any persons with reference to such Quoteding in
any way or manner whatsoever.
PART 9
SIGNATURES
[Signature by or on behalf of the Quoter in the spaces provided below shall constitute execution
of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE
MUST BE PROPERLY NOTARIZED.).
Quoters Name:
Written Signature:
Printed Name:
Title:
.f -/r 4
Cc)�r �77&y
A-44 c.. 645-1r yt e -
Important - Notary Signature and Seal Required in the Space Below
STATE OF )4(4,..),A
SS:
COUNTY OF Nuor'
20 Ir.
Subscribed and sworn to before me this / / qday of
My commission expires:
Residing in PA -o( -GA -3
(Signed)
Printed:
PlAs
County, State of
QUOTE -9
/t'l,g(,,,,) 2 O aJR
ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM
The Contractor acknowledges receipt of the following addenda, which are hereby made a part of
this Construction Contract, as fully and effectually as if copied and set out herein in full length:
ADDENDUM NO.
SIGNATURE
j76'efrP
DATE
5-r 9-/S
Contractor (Quoter): /"4 -p e'I
Address:
By:
Name:
Title:
t t flt .k.n3 .')
7 c{ 9 9 A) _ S kev-
1 d_, taczaot
126)C-$9
(Signature)
/Y�GrJ -�
(Printed)
-PA.
(Printed)
QUOT-BOND
Instructions 7o Quotcrs
Qu tens may use this form or other f rat containing the sante material c
approi cd in adiancc b) OH'NER"Oblibcc.
Quoter/Surety /)12151 attach a signed, certified and effective dated cow
let rney In Fact establishing the authority of the pers n(s) sibning this
Surety.
onditions and protisions as
of the Power of Att rney or
Quote Bond n behalf of the
Surety connpan) executing this bond shall appear on the most current
list of -Suitt) Companies
and he authorized t transact business in the State of Indiana.
KNOW ALL MEN BY THESE PRESENTS, that the undersigned
and
[Addrersj
a corp ration chartered and existing under the laws of the State of
Indiana,
, and auth rized to d business in the State of
ten percent (10%) of the price stated in the Quote Proposal described in Part 2, including accepted
alternates, if any, to be paid up n demand f the bligce, t gether with interest at the maximum Ictal
rate fr m date f demand and any att rney fees and court costs incurred by Obligee t cif rce this
instrument, to which payment well and truly to be made wo bind ourselves, our heirs, executors,
administrators, success rs, and assigns, j intly and „everally and firmly by thee pre.,ents. Ten percent
(10%) of the price stated in the Quote Prop sal is $
WIIEREAS, the Obligee has solicited Quotes for certain W rk f r or in furtherance of construction of
public impr vements described generally a.,
Projeet A'at c
Drajc, t NM tther
a--r�fcca a -NM
Drojcet hese ipti
rtin
813-1
pursuant t pbans, specifications and other "Contract D cuments" included as parts of and designated by
WHEREAS, the Quotcr has submitted to the Obligee a Quote Pr posal to perf rm such Work.
NOW THEREFORE: The conditi ns of this bligation are such that if the Quote Pr p sal be accepted,
with r without conditions, the Quotcr shall within such time ther after as prescribed by the Contract
Documents (i) fulfill all conditi ns of such award that remain t be fulfilled, (ii) execute a C ntract in
accordance with the Quote Pr posal and in the form and manner required by the Contract D cuments,
and (iii) thereafter provide all b nds, and ther Documcntati n required by the Contract Documents to be
delivered to Obligee prior to c tnmencing W rk, including with tit limitati n a sufficient and satisfact ry
Performance B nd and Payment B nd payable to Obligee, each in an amount f ne hundred percent
then this blioation to be void; otherwise to be and remain in full f res and virtue in law, and the Surety
shall, up n failure of the Qu ter t comply with any or all f the foregoing requirements within the time
specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon
demand, the amount here f, in good and lawful money of the United States of America, n t as a penalty,
but as liquidated damages.
IN TESTIMONY THEREOF, the Qu ter and Surety have caused this instrument to be duly signed and
sealed this day of .
"Quotcr"
;
Printed:
"Surety"
Printed:
Countersigned:
BB -2
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013)
Prescribed by State Board of Accounts
PART I
(To be completed for all bids. Please type or print)
Date (month, day, year): 05/11/15
1. Governmental Unit (Owner): City of Carmel, Board of Public Works & Safety
2. County : Hamiliton County
3. Bidder (Firm): Yardberry Landscape Excavating Company
Address: 9940 S. 1000 W
City/State/ZlPcode: Anderson, IN 46017
4. Telephone Number: 765-378-5783
5. Agent of Bidder (if applicable): Tim Yarberry
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of City of Carmel, Board of Public Works & Safety
(Governmental Unit) in accordance with plans and specifications prepared by City of Carmel, Engineering Dept
Misc. Drainage: 3740 W. 106th St. Drainage & Cool Creek Outlet Rehab. and dated 05/2015
0
$ 7$ o 9
for the sum of
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 20 day of May 2015 , subject to the
following conditions:
Contracting Authority Members:
Tim Yarberry
PART II
(For projects of $150,000 or more — /C 36-1-12-4)
Governmental Unit
Bidder (Firm)
City of Carmel, Board of Public Works & Safety
Yardberry Landscape Excavating Company
Date (month, day, year): 05/11/15
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
118,091.00
Sewer
09/14
City of Fort Wayne
365,914.37
Culvert Rplcmnt
10/14
INDOT
230,264.90
Ped./Bike Trail
10/14
INDOT
253,822.00
Bank Stabilization
10/14
City of Carmel
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
666,736.50
Ped./Bike Trail
06/15
INDOT
592,695.00
Environ. Mitigation
06/15
INDOT
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.
Dan Swails, Indy Parks & Recreation, 317-491-2883
Tim Farley, H Steward Kline & Associate, 765-742-0295
Max Abrell, DCRWD, 765-284-6370
Bob Wiwi, Richmond Sanitary District, 765-983-7477
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
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.)
0s eat- P
cJJ3stwi_aa 'Gror�Jiaq
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.
Fr Q p»a u
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.
%i-,
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.
336C4f- C•4e 92ckL°, 77)0
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.
SECTION IV CONTRACTOR'S NON — COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by him, entered
Into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such
letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is
made without reference to any other bid and without any agreement, understanding or combination with any other
person in reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
SECTION V OATH AND AFFIRMATION
I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION
CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT.
Dated at Anderson this 11 day of May , 2015
Yardberry Landscape Excavating Company
(Name of Organization)
By
Owner
(Title of Person Signing)
ACKNOWLEDGEMENT
STATE OF Indiana
COUNTY OF Madison
)ss
Before me, a Notary Public, personally appeared the above-named Tim Yarberry and
swore that the statements contained in the foregoing document are true and correct.
Subscribed and sworn to before me this 11 day of May , 2015
My Commission Expires: 11/06/2021
County of Residence: Madison
(2 l f Aau-011
Notary Public
Part of State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013)
BID OF
Yardberry Landscape Excavating Company
(Contractor)
9940 S 1000 W
(Address)
Anderson, IN 46017
FOR
PUBLIC WORKS PROJECTS
OF
City of Carmel, Board of Public Works & Safety
Misc. Drainage: 3740 W. 106th St. Drainage & Cool Creek Outlet Rehab.
Filed
Action taken
t•CyCiPiti3111111MS r . szAno,,Matiiik,
;I n fo rmat ion . a nd R e p o rt of+Ihdependeb
itilitrAtt- . A
Auditors ;
r :41
1•?:
Yardberry Landscape Company
d/b/a Yardberiy Landscaping & Excavating
As of and for the Years Ended
December 31, 2014 and 2013
John R. Sandlin CPA/ABV
Sandlin & Company, LLC
=.=
44,p
, - • -•