HomeMy WebLinkAboutSmall Structure bid packetsOWNER:
Project/Work:
Owner's Representative:
1. GENERAL
INSTRUCTIONS TO BIDDERS
City of Carmel
City of Carmel by and through its Board of Public
Works and Safety
Small Structure Replacements of Culverts 86 & 102
Project Number: 15-09
Jeremy Kashman, City Engineer
One Civic Square
Carmel, IN 46032
I.I. Submission of a Bid shall constitute an unconditional Agreement and acknowledgment
by the Bidder to be bound by all terms and conditions set forth herein and in any of the
Documents assembled or referred to in the bound Project Manual of which these
Instructions To Bidders are a part.
1.2. Sample forms are included in the Project Manual to acquaint Bidders with the form and
provisions of various Bid Documents and other Documentation required by the Contract
Documents to be executed, completed and submitted by some or all Bidders, either as
part of a Bid Submission or after the Bid Date. Such sample forms are not to be detached
from the Project Manual, or filled out or executed. Separate copies of such forms and any
other required Documentation prescribed by the Contract Documents have been or will
be furnished separately by the OWNER and must be obtained directly from the
Department of Engineering, One Civic Square, First Floor, Cannel, Indiana 46032.
1.3. Instructions and requirements printed on any sample form included in the Project Manual
or any form not so included but required to be completed, signed or furnished by a Bidder
as part of a Bid Submission or after receipt and opening of Bids shall be deemed
requirements established by these Instructions To Bidders to the same extent as if fully
restated herein.
1.4. All communications for the administration of the Contract shall be as set forth in the
General Conditions and, in general, shall be through the City of Carmel, Department of
Engineering.
1.5. The Unit Cost Schedule included as "Part 3" in Section 5.2.1 hereof is to be completed
for the Project Bid.
1.6. The construction completion time is shown in Technical Specification paragraph TS 4
and is as follows:
Anticpated Notice to Proceed Date: April 1, 2016.
Ralston Avenue Culvert: 75 Calendar Days
Rolling Springs Drive Culvert: 60 Calendar Days
ITB -1
2. DEFINITIONS
The following definitions shall apply to these Instructions To Bidders (ITB):
2.1. Bidder - Any person or entity who submits a Bid.
2.2. Bid - A written proposal submitted by a Bidder as part of' the form prescribed herein
offering to perform and complete the Work and to fulfill all other requirements of the
Contract Documents for one or more specified prices.
2.3. Bid Documents - All Documents and completed forms required to be submitted by a
Bidder with and as integral parts of a Bid Submission, whether or not included as sample
forms assembled in the Project Manual of which these Instructions To Bidders are a part.
Such Bid Documents are listed and more fully described in ITB Section 5.3 hereof.
2.4. Bid Date - The date when Bids are to be received, opened and publicly read aloud as
established by the Notice To Bidders as niay be modified by Addenda.
2.5. Bid Submission - All Documents presented by a Bidder for receipt and opening on the
Bid Date.
2.6. Contract Documents - The Agreement and any exhibits thereto (sometimes referred to as
"Contract"), Addenda (which pertain to the Contract Documents), Tnstructions to
Bidders, Advertisement, Notice to Bidders, Contractor's Bid (including Documentation
accompanying the Bid and any post -Bid Documentation submitted prior to the Notice of
Award), Notice to Proceed, the Bonds, the Standard General Conditions, the Additional
Requirements Section, any supplemental conditions, the Specifications and the Drawings
as the same are more specifically identified in the Agreement.
2.7. ENGINEER - The City of Carmel, acting by and through its Board of Public Works and
Safety.
2.8. OWNER - The City of Carmel acting by and through its Board of Public Works and
Safety and the Department of Engineering.
2.9. Project - The total construction of one or more improvements or structures of which the
Work to be provided under the Contract Documents may be the whole, or a part, as
indicated elsewhere in the Contract Documents.
2.10. Project Manual - The bound set of Documents, sample forms, and Contract Documents
(excluding plans and Addenda) approved by the OWNER for the Work and/or Project
described in the Notice To Bidders and of which these Instructions To Bidders are a part.
2.11. Standard General Conditions - City of Carmel Standard General Conditions for
Construction Contracts, 2003.
2.12. Work - The entire construction, or the various separately identifiable parts thereof,
required to be furnished under the Contract Documents. The Work is the result and
product of performing services, furnishing labor and furnishing and incorporating
materials and equipment into the construction, all as required by the Contract Documents.
The replacement of the existing small structure 86 over Carmel Creek on Ralston Avenue located
570 feet south of 116" Street.
And
The replacement of the existing small structure 102 over U.N. T. of Blue Woods Creek on Rolling
Springs Drive located 400 feet north of 116`x' Street
ITB -2
In all other respects, terms used herein shall have the meanings as stated in the Standard
General Conditions or other Contract Documents.
3. EXAMINATION OF SITE AND DOCUMENTS
3.1. Before the Bid Date, all Bidders shall carefully and thoroughly examine and inspect the
entire site of the proposed Work and adjacent premises and the various means of
approach and access thereto by means of a site inspection visit, and make all necessary
investigations to inform themselves thoroughly as to the facilities necessary for
delivering, placing and operating the necessary construction equipment, and for
delivering and handling materials at the site, and shall inform themselves thoroughly as to
any and all actual or potential difficulties, hindrances, delays and constraints involved in
the commencement, prosecution and completion of the proposed Work in accordance
with the requirements of the Contract Documents.
3.2. It shall be the sole responsibility of Bidders to make borings, test pits and to conduct such
other investigations at or near the site of the proposed Work as they deem necessary to
determine the character, location and amount of materials to be encountered or other
subsurface conditions which could affect the manner, cost or time required to perform the
Work.
3.3. Bidders shall carefully and thoroughly examine the plans, specifications and other
Contract Documents and/or Project Manual as available in the locations stated in the
Notice to Bidders and shall assume the full risk of their own judgments as to the nature,
quality and amount of the whole of the Work to be done, and for the price Bid must
assume all risk of any and all variances or errors in any computation or statement of
amounts or quantities necessary to complete the Work in strict compliance with the
Contract Documents.
3.4. Elevations of the existing ground surface or structures at the site of the Work as shown on
the plans are believed to be reasonably correct, but are not guaranteed to be absolutely so
and are presented only as an approximation. Bidders shall satisfy themselves as to the
correctness of all elevations.
3.5. Information stated or depicted on plans concerning the location, dimensions, depth and
other characteristics of underground structures and utilities is given only as general
information and shall not be construed or relied upon by Bidders as a representation or
assurance that such structures or utilities will be found or encountered as plotted, or that
such information is complete or accurate. Bidders, therefore, shall satisfy themselves by
such means as they may deem proper as to the location of all structures and utilities that
may be encountered in construction of the Work and shall bear the risk of the number,
type, location, dimensions and depth of all structures and utilities thus encountered.
4. CLARIFICATIONS AND ADDENDA
4.1. If a Bidder finds conflicts, errors, discrepancies or ambiguities in the Contract Documents
or any sample form, or if the Bidder is in doubt as to the intended meaning of any portion
or provision therein, the Bidder shall at once give written notice thereof to the OWNER's
Representative, at least seven (7) consecutive calendar days prior to the Bid Date. No
Bidder shall be allowed any extra compensation or time extension by reason of any
conflict, error, discrepancy or ambiguity of which the Bidder had actual knowledge or
reasonably should have known and which he/she failed to report within the period and in
the manner required by these Instructions To Bidders.
ITB -3
4.2. No material changes, clarifications or interpretations of the Contract Documents will be
issued except by written or graphic Addenda mailed or delivered to record holders of
Contract Documents not less than three (3) calendar days prior to the Bid Date. All such
Addenda must be acknowledged by the Bidder and will become a part of the Contract
Documents. The OWNER will not be responsible for or bound by any oral or written
interpretations or clarifications of the Contract Documents which anyone presumes to
make on its behalf, except by an Addendum issued in accordance with this Section.
5. BID SUBMISSION
All Bid Documents shall be placed within a sealed envelope which shall be plainly labeled on the
outside with the words "BID — Project #15-09: Small Structure Replacements of Culverts 86
& 102" on the lower left-hand corner as indicated on the Notice to Bidders and also include the
name and address of the Bidder on the envelope. If forwarded by mail, the sealed envelope must
be enclosed in another envelope addressed to: City of Cannel, Clerk -Treasurer's Office, One
Civic Square, Carmel, Indiana 46032.
5.1. All Bid Documents as herein prescribed must be submitted with, and as integral parts of,
each Bid Submission and shall be subject to all requirements of the Contract Documents,
including drawings and these Instructions To Bidders. Bid Documents must be properly
filled in and completed in every material respect and without interlineations, excisions,
special conditions, qualifications or exceptions. Each Bid Document requiring a signature
shall be signed by an individual duly authorized to execute such Document on Bidder's
behalf. A Bid executed by a corporation, joint venture, or other entity with an assumed
name shall have the legal and correct name thereof followed by the word "by" and the
signature and title of the officer or other person authorized to sign for it and a corporate
resolution or similar document authorizing such officer to bind the entity.
5.2. The Bid Documents to be submitted by each Bidder shall consist of both of the
following:
5.2.1. Bidder's Itemized Proposal and Declarations. A sample of this form is included in
the Project Manual and must be utilized by all Bidders. Such Document includes
and consists of the following constituent `Parts":
"Part 1 - Bidder Information"
"Part 2 - Bid Proposal"
"Part 3 - Contract Items and Unit Prices"
"Part 4 - Contract Documents and Addenda"
"Part 5 - Exceptions"
"Part 6 - Financial Statement"
"Part 7 - Additional Declarations"
"Part 8 - Non -Collusion Affidavit"
"Part 9 - Signatures"
5.2.2. Bid Security in the form of a Bid Bond or Certified Check in an amount not less
than ten percent (10%) of the Bid price. Such Bid Security shall serve as security
to insure the execution of the Agreement and the furnishing of other required
Documents by the successful Bidder, including Performance and Payment Bonds.
A sample Bid Bond form is included in the Project Manual and such fonn, or such
other form as may be approved in advance by OWNER, shall be utilized if such a
bond is furnished as Bid Security. A Bid Bond shall be executed by a surety
company licensed to transact such business in the State of Indiana and qualified as
ITB -4
a surety under the underwriting limitations on the current list of "Surety
Companies Acceptable on Federal Bonds," as published in the U.S. Treasury
Department Circular No. 570; the Bidder shall also furnish as part of the Bid
Submission a signed power of attorney establishing the authority of the person
executing such Bid Bond on behalf of the surety. Bid Security shall be held until
the Contract is executed with the successful Bidder. In Ole event that all Bids are
rejected, the Bid Security of all Bidders will be returned upon request. No
"Annual" Bid bonds, cash deposits or cashiers' checks will be accepted,
5.3. Bids may be withdrawn in person by a Bidder during normal hours of business prior to
the time fixed for opening of Bids. In the event of a valid withdrawal of a Bid, the Bid
Security of the withdrawing Bidder will be returned promptly. No Bid may be withdrawn
after opening of Bids has commenced except after expiration of' such period following the
Bid Date as is specifically provided in the Notice to Bidders or as otherwise governed by
law, plus any extension thereof as provided elsewhere in these Instructions To Bidders.
5.4. Bids will be received al the office of the City of Carmel Clerk Treasurer, One Civic
Square, Cannel, Indiana (City Hall) until 10:00 a.na., local time, December 2, 2015.
Bids received after that time will be returned unopened. All Bids will be stamped
showing the date and time received.
6. POST -BID REQUIREMENTS
Within three (3) business days of notification by OWNER, the apparent lowest responsive
Bidder will be required to submit additional Documents and satisfy additional requirements as
conditions to such Bidder being found by the OWNER to be a responsible Bidder, as follows:
6.1. Proof of Insurability. The Bidder shall furnish: (1) proof of insurance showing existing
coverage in accordance with the terms and amounts stated in the General Conditions, or
(2) a letter or statement certifying that, in the event that the Bid is awarded by the
OWNER, an insurance company will provide the required coverage to the Bidder
submitting the Bid. Such proof of insurance or the letter/statement shall be issued by a
financially responsible insurance company authorized to do business in the State of
Indiana.
6.2. Surety Letter of Intent. The Bidder shall furnish a written statement or letter from a
Surety company licensed to transact such business in the State of Indiana and qualified as
a surety under the underwriting limitations on the current list of "Surety Companies
Acceptable on Federal Bonds", as published in U.S. Treasury Department Circular No.
570 which assures the OWNER that, in the event the Bid is accepted and a Contract is
awarded by OWNER, said Surety will execute and deliver both a Performance Bond and
Payment Bond as required by the Contract Documents.
6.3. Joint Venture Agreement. If the Bidder is a joint venture, partnership or other
combination of two or more persons or entities, the Bidder shall submit a copy of the
joint venture or other Agreement by which such joint venture, partnership or other
association has been formed, executed by all such participating persons or entities. If the
Bid is signed by less than all parties that comprise the Bidder, suitable written evidence
of the authority of such signing party to bind all such parties must also be furnished.
6.4. Manufacturers List. The Bidder shall submit a completed Manufacturers list on the form
provided in these Bid Documents.
ITB -5
6.5. Subcontractors List. The Bidder shall submit a completed Subcontractors list on the form
provided in these Bid Documents.
7. BID EVALUATION AND AWARD
7.1. Award of the Contract will be made to the lowest, most responsive and most responsible
Bidder where the Bid is reasonable and docs not exceed the funds available for the
Project. The OWNER reserves the right to reject all Bids and may waive or allow a
Bidder to correct errors, omissions or other irregularities in Bid Documents that are found
not to have afforded the Bidder a substantial competitive advantage over other Bidders.
7.2. The OWNER shall have the right to reject any Bid if investigation of the Bidder fails to
satisfy the OWNER that such Bidder is properly qualified to carry out the obligations and
complete the Work. Any or all Bids will be rejected if there is reason to believe that
collusion exists among Bidders.
7.3. For Contract Items and Unit Price, estimated quantities and unit prices will serve as the
basis for determining the proposed price of each Bid. Patent math errors in statements of
Unit Prices or Totals may be corrected by the OWNER or ENGINEER, in which case the
corrected amounts will be used for the purpose of Bid evaluation, comparison and other
award considerations. However, neither the OWNER nor the ENGINEER shall be
required to discover or correct any error or omission in a Bid and the Bidder shall assume
the risk of and be bound to the consequences of any such error or omission.
7.4. The OWNER may, at its sole option, award the Contract to a Bidder on a conditional
basis to afford the Bidder additional time and opportunity to submit required Documents
or to fulfill other requirements. In such case, the OWNER will furnish to the Bidder a
notice of conditional award which will establish (i) the additional conditions to be
fulfilled for the award to become effective, and (ii) the time limit within which such
conditions shall be satisfied. If the Bidder fails to satisfy the conditions in the manner and
within the time specified in such notice, the OWNER may declare such Bidder to be non-
responsive and award the Contract, conditionally or unconditionally, to another Bidder.
Time limitations governing the OWNER's award of the Contract shall be extended for
such additional period as may be required to effectuate the conditional award procedure
set forth in this sub -section, and no Bid may be withdrawn during such period of
extension.
8. CONTRACT EXECUTION; SUBMITTALS
8.1. Within three (3) business days after the award notice, the successful Bidder shall sign and
deliver at least five (5) counterparts of the Agreement, utilizing the form thereof included
in the Project Manual and make delivery thereof to the OWNER, along with other
Documents as prescribed by the Contract Documents. After execution and delivery of the
Agreement and other required Documents, and acceptance thereof by the OWNER, the
Bid Security furnished by each Bidder will be returned to the respective Bidders upon
request.
8.2. If the Bidder fails or neglects to execute and deliver the Agreement and other required
Documents as prescribed by the preceding sub -section, the Bidder shall be deemed to
have repudiated the Contract and thereupon the award shall be null and void; and the Bid
Security provided by the Bidder shall be forfeited to and retained by the OWNER as
liquidated damages for such failure of the Bidder to execute the Contract, it being
understood and agreed that the character and amount of actual damages sustained by the
ITB -6
OWNER cannot reliably be ascertained and measured and that the amount of' the Bid
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 niay prescribe, the successful Bidder
(CONTRACTOR) shall submit the following as conditions to the Bidder'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
Bidder 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 Bidder and his/her Subcontractors to
laborers for the Work; and
8.3.5. Other post -Bid submittals required by the Contract Documents.
9. LIQUIDATED DAMAGES
9.1. The Contract Documents 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.
9.2. The per diem rate(s) of liquidated damages established by the preceding sub -section have
been determined and are intended as reasonable prospective estimate(s) of the type and
amount of actual damages which the OWNER may sustain in the event of such delay(s).
Submission of a Bid shall constitute an unconditional acknowledgment and Agreement
by the Bidder that such liquidated damages are fair and reasonable and do not and will
not constitute a penalty, and that such liquidated damages may be assessed and recovered
by the OWNER as against the successful Bidder and its Surety in lieu of actual damages
for delayed completion.
END OF INSTRUCTIONS TO BIDDERS
ITB -7
ant
Jlunu 0 0 0
000 0m
mom'
CITY O
hi Ulf
o oa;
ARMEL
JAMES BRAINARD, MAYOR
LETTER OF TRANSMITTAL
Date: December 4, 2015
To: Sandy Johnson
Clerk Treasurer's Office
From: Jeremy Kashman
Dept. of Engineering
City of Carmel, Indiana
RE: Bid Packets for Project #15-09 Small Structure Replacement of
Culverts 86 & 102
Sandy, enclosed please find 5 (five) original bid packets. Morphey Construction
had the lowest bid.
Morphey Construction
Atlas Excavating, Inc.
Calumet Civil Contractors
Trisler Construction Co.
R.A. Myers Construction
$485,358.00
$497,525.00
$514,174.33
$540,328.70
$535,368.39
DEPARTMENT OF ENGINEERING
ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439
EVTAIL engineering@carmel.in.gov
BID PROPOSAL, SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with
project name and your company name clearly marked on the
outside. Seal the envelope.
The prices indicated on this sheet shall be read aloud during the
bid opening and shall match the prices indicated in Part 2 of the
Bidders Itemized Proposal and Declarations.
Company:p/ok,
012._t (os--rizocrit\A-1 /r^
Project Name:
Project #15-09"
Small Structure Replacement:
Cuvlert 82—Ralston Avenue over Carmel Creek
and
Culvert 102 —Rolling Springs Drive over U.N.T. of Blue Woods Creek
Date Submitted:
/2 Z (.5
Base Bid Amount:
,X/ � S 35 8, 60
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project:
Proposal For Construction of :
Date: /2 2 (5
Small Structure Replacements of Culverts 86 & 102
Project Number: 15-09
The replacement of the existing small structure 86 over
Carmel Creek on Ralston Avenue located 570 feet south of
116th Street.
And
The replacement of the existing small structure 102 over
U.N.T. of Blue Woods Creek on Rolling Springs Drive located
400 feet north of 116th Street
To: City of Cannel, Indiana, Board of Public Works and Safety
BID -1
PART 1
BIDDER INFORMATION
Print
a
Bidder Name: (0,74 elt
1.2 Bidder Address: Street Address: 1 q ° likoifrsaNi
City: itJ ofj State: A-) Zip: 6.' 2 1
Phone: ?%•) �$�c 0 Fax: 71) Co - 5 3
1.3 Bidder is a/an [mark one]
Individual
Partnership . Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 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
2.1 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:
Base Bid:!"')4 4 'u3 r4 Lk5h.1)fi' 711°3j4 rU ret`I; Ai 61Ft F( lv,---c - !Dc'
Dollars($ yF5 358, 06 ).
2.2 General
The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of
the Base and selected Alternate Bids if applicable.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the
Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable
The Bidder 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 arc 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 ANI) UNIT PRICES
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
1.
Construction Engineering
1
LS
2
Mobilization / Demobilization
1
LS
3
Clearing Right of Way
1
LS
4
Common Excavation
140
CYS
5
Curb and Gutter, Remove
282
LFT
6
Temporary Filter Sock
460
LFT
7
Temporary Seeding
100
LBS
8
Temporary Mulch
500
LBS
9
Temporary Inlet Protection
4
EACH
10
Temporary Stone, No. 53
40
TON
1 I -
Structural Backfill, Type 2
255
CYS
12
Structural Backfill, Type 5
83
CYS
13
Compacted Aggregate, No. 53, Base
129
TON
i
' t
14
HMA Patching, Type B
9
TON
/
15
Milling, Transition
161
SYS
$C)
16
HMA Surface, Type B
39
TON
17
HMA Intermediate, Type B
42
TON
18
HMA Base, Type B
67
TON
19
Plant, Deciduous Tree, Multi -Stem, 96-120 IN
1
EACH
20
Handrail
124
LFT
21
Curb and Gutter, Concrete, Type II
300
LFT
22
Revetment Riprap, Partially Grouted
133
SYS
23
Geotextiles
293
SYS
24
Articulated Concrete Mat
160
SYS
25
Mulched Seeding, U
603
SYS
26
Slope Stabilization Seed Mix
18
LBS
27
Erosion Control Blankets
603
SYS
28
Sidewalk, Concrete, 4 IN.
72
SYS
29
Structure, Coated Reinforced Concrete Box, 12'x4'
42
LFT
30
Structure, Reinforced Concrete Box, 10'x5'
66
LFT
31
Pipe, Type 2, 12"
16
LFT
32
Pipe, Type 2, 15"
5
LFT
33
Inlet, A8
2
EACH
34
Manhole, C4
1
EACH
35
Catch Basin, KI O
2
EACH
BID -4
Addendum 1
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
36
Utility Encasement
I
LS
37
Maintaining Traffic
I
LS
38
Temporary Traffic Barrier, Type 2
120
LFT
39
Temporary Pavement Marking, Removable, 4"
215
LFT
40
Temporary Transverse Pavement Marking, Removable,
Stop Line, 24 114.
24
LFT
5t4--
'kU
41
Construction Sign, C
Construction Sign, A
2
12
EACH
EACH
p ,�c(\
11,(\
42
43
Road Closure Sign Assembly
5
EACH
44
Detour Route Marker Assembly
20
EACH
45
Barricade, 111-A
72
LFT
46
Barricade, III -B
120
LFT
Total
BID -5 Addendum 1
'_ONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1
SCHEDULE OF PAY ITEMS REVISED:11/30/15
LETTING DATE:12/2/15
PROJECT(S): Culverts #86 & #102
:ONTRACTOR: Morphey Construction, Inc.
LINEI ITEM
NO I DESCRIPTION
APPROX.
QUANTITY
AND UNITS
UNIT PRICE
BID AMOUNT
DOLLARS CTS DOLLARS ICTS
11Construction Engineerin
Ig
ILS
1.000 1 5,000.00 5,000.00
2IMob/Demob
ILS
1.000 24,250.00 24,250.00 I
31Clearing
ILS
� � I
1.000 24,250.00 24,250.00 1
41Common Excavation
ICY
140.000
100.00 14,000.00
SICurb & Gutter Remove
LF
282.000
10.00 2,820.00
6ITemp Filter Sock
ILF
460.000
6.50 2,990.00
71Temp Seeding
1 L
100.000
0.25 25.00
SITemp Mulch
ILE
500.000
1.50 750.00
9ITemp Inlet Protection
IEA
4.000
100.00 400.00
� I
10ITemp Stone #53
ITN
40.000
140.00 5,600.00
I �
I1IStructural Backfill Typ I
Ie 2 ICY
I I
255.000 I 40.00
10,200.00
CONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 2
SCHEDULE OF PAY ITEMS REVISED:11/30/15
LETTING DATE:12/2/15
PROJECT(S): Culverts #86 & #102
CONTRACTOR: Morphey Construction, Inc.
ILINEI ITEM 1 APPROX.
I NO I DESCRIPTION I QUANTITY
I 1 1 AND UNITS
+
I I
I 12IStructural Backfill Typ I
I le 5 ICY
UNIT PRICE
BID AMOUNT
DOLLARS CTS DOLLARS ICTS
83.000
100.00 8,300.00
I I
13IComp Agg #53 Base
I 1 ITN
129.000
50.00 6,450.00
I I
I 14IHMA Patching Type B I
I I ITN
9.000
170.00 1,530.00
I I
1 151Milling Transition
ISY
161.000
16.00 2,576.00
I I
16IHMA Surface Type B I
I 1 ITN
39.000
85.00 3,315.00
I I I
1 17IHMA Intermediate Type B
I 1 ITN
42.000
77.00 3,234.00
I I
18IHMA Base Type B
I I ITN
67.000
76.00 5,092.00
I I I
1 19IPlant Deciduous Tree Mu
I Ilti Stem 96-120" IEA
1.000
500.00 500.00
I I
1 20IHandrail
I 1 ILF
124.000
180.00 22,320.00
I I
I 21ICurb & Gutter Concrete I
I (Type II ILF
300.000
30.00 9,000.00
I I
I 22IRevetment Riprap Partia 1
I Illy Grouted ISY
133.000
95.00 12,635.00
:ONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 3
SCHEDULE OF PAY ITEMS REVISED:11/30/15
LETTING DATE:12/2/15
PROJECT(S): Culverts #86 & #102
:ONTRACTOR: Morphey Construction, Inc.
LINEI ITEM
NO I DESCRIPTION
APPROX.
QUANTITY
AND UNITS
UNIT PRICE
BID AMOUNT
DOLLARS CTS DOLLARS ICTS
I I
23IGeotextiles
I ISY
293.000
5.00 1,465.00
24IArticulated Concrete Ma
It
ISY
160.000
145.00 23,200.00
25IMulched Seeding IT
ISY
603.000
10.00 6,030.00
I I
26ISlope Stabilization See I
Id Mix ILB
18.000
70.00 1,260.00
I I
27IErosion Control Blanket I
Is ISY
603.000
2.00 1,206.00
28ISidewalk Concrete 4"
ISY
72.000
60.00 4,320.00
I I
29IStructure Coated Reinfo I
Irced Concrete Box ILF
42.000
3,250.00 136,500.00
30IStructure Reinforced Co
Increte Box 10' x
ILF
66.000
1,535.00 101,310.00
I I
31IPipe Type 2 12"
ILF
16.000
100.00 1,600.00
32IPipe Type 2 15"
ILF
5.000
115.00 575.00
33-IInlet A8
IEA
2.000 2,350.00 4,700.00
CONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 4
SCHEDULE OF PAY ITEMS REVISED:11/30/15
LETTING DATE:12/2/15
PROJECT(S): Culverts #86 & #102
CONTRACTOR: Morphey Construction, Inc.
ILINEI ITEM APPROX.
I NO I DESCRIPTION QUANTITY
I I AND UNITS
UNIT PRICE
BID AMOUNT
DOLLARS CTS DOLLARS ICTS
I I
I 34IManhole C4
I
I 35ICatch Basin K10
I 1
IEA
IEA
1.000 1 2,450.00 2,450.00
2.000 1 2,300.00 4,600.00
I I
1 36IUtility Encasement
I
ILS
1.000 4,600.00 4,600.00
I I I
I 37IMaintaining Traffic I
I I ILS
+
1.000 1 6,000.00 6,000.00
I I
38ITemp Traffic Barrier Ty I
I IPe 2 ILF
120.000
100.00 12,000.00
I I I
I 28ITEmp Pavement Marking R I
I Iemovable 4" ILF
215.000
7.00 1,505.00
I I I
I 40ITEmp Trans Pvmt Mark Re I
I (movable Stop Line ILF
24.000
20.00 - 480.00
I I
I 41IConstruction Sign C I
I I IEA
2.000
160.00 320.00
I I
I 42IConstruction Sign A I
I I IEA
12.000
140.00 1,680.00
I I
I 43IRoad Closure Sign Assem I
I Ibly IEA
5.000
200.00 1,000.00
I I
I 44IDetour Route MArker ASs I
1 Iembly ISA
20.000
70.00 1,400.00
2ONTRACT ID:
INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 5
SCHEDULE OF PAY ITEMS REVISED:11/30/15
LETTING DATE:12/2/15
PROJECT(S): Culverts *86 & *102
2ONTRACTOR: Morphey Construction, Inc.
ILINEI ITEM APPROX.
NO DESCRIPTION QUANTITY
AND UNITS
UNIT PRICE
BID AMOUNT
DOLLARS CTS DOLLARS ICTS
45 Barricade III -A
ILF
72.000
10.00 720.00
46 BArricade III -B
ILF
120.000
10.00 1,200.00
TOTAL 485,358.00
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 Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
(7-36-r5
BID -6
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall jidly state 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 froin the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
BID -7
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 the envelope.
The prices indicated on this sheet shall be read aloud during the
bid opening and shall match the prices indicated in Part 2 of the
Bidders Itemized Proposal and Declarations.
Company:
Calumet Civil Contractors, Inc.
Project Name:
Project #1s-09
Small Structure Replacement:
Cuvlert 82 — Ralston Avenue over Carmel Creek
and
Culvert 102 — Rolling Springs Drive over U.N.T. of Blue Woods Creek
Date Submitted:
December 2, 2015
Base Bid Amount:
$498,331.00
PART 3
CONTRACT ITEMS AND UNIT PRICES
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item #
Item
Quantitv
Unit
Unit Cost
Total Cost
1
Construction Engineering
1
LS
2
Mobilization / Demobilization
1
LS
3
Clearing Right of Way
1
LS
S
4
Common Excavation
140
CYS
E
5
Curb and Gutter, Remove
282
LFT
E
6
Temporary Filter Sock
460
LFT
7
Temporary Seeding
100
LBS
8
Temporary Mulch
500
LBS
A
9
Temporary Inlet Protection
4
EACH
T
10
Temporary Stone, No. 53
40
TON
h
11
Structural Backfill, Type 2
255
CYS
q_
12
Structural Backfill, Type 5
83
CYS
E
13
Compacted Aggregate, No. 53, Base
129
TON
D
14
FIMA Patching. Typc B
9
TON
15
Milling, Transition
161
SYS
16
HM.A Surface, Type B
39
TON
17
HMA Intermediate, Type B
42
TON
18
HMA Base, Type B
67
TON
19
Plant, Deciduous Tree, Multi -Stem, 96-120 IN
1
EACH
20
Handrail
124
LFT
21
Curb and Gutter, Concrete, Type [I
300
LFT
22
Revetment Riprap, Partially Grouted
133
SYS
23
Geotextiles
293
SYS
24
Articulated Concrete Mat
160
SYS
25
Mulched Seeding. U
603
SYS
26
Slope Stabilization Seed Mix
I8
LBS
27
Erosion Control Blankets
603
SYS
28
Sidewalk, Concrete, 4 IN.
72
SYS
29
Structure. Coated Reinforced Concrete Box, 12'x4'
42
LFT
30
Structure. Reinforced Concrete Box, 10'x5'
66
LFT
31
Pipe, Type 2, 12"
16
LFT
32
Pipe, Type 2. 15"
5
LFT
33
Inlet, A8
2
EACH
34
Manhole, C4
1
EACH
35
Catch Basin. K10
2
EACH
BID -4
Addendum 1
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item #
Item
Quantitv
Unit
Unit Cost
Total Cost
36
Utility Encasement
I
LS
37
Maintaining Traffic
1
LS
S
38
Temporary Traffic Barrier, Type 2
120
LFT
E
39
Temporary Pavement Marking, Removable, 4"
215
LFT
E
A
40
Temporary Transverse Pavement Marking, Removable,
Stop Line, 24 IN.
24
LFT
T
T
41
Construction Sign, C
2
EACH
A
42
Construction Sign, A
12
EACH
C
p
43
Road Closure Sign Assembly
5
EACH
E
44
Detour Route Marker Assembly
20
EACH
D
45
Barricade, 11I -A
72
LFT
46
Barricade, III -B
120
LFT
Total
498,331.
BID -5 Addendum 1
0
PART 3
CONTRACT ITEMS AND UNIT PRICES
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item if
Item
Quantity
Unit
Unit Cost
Total Cost
1
Construction Engineering
1
LS
$ 9,500.00
$ 9,500.00
2
Mobilization / Demobilization
1
LS
$ 25,300.00
$ 25,300.00
3
Clearing of Right of Way
1
LS
$ 21,085.00
$ 21,085.00
4
Common Excavation
140
CYS
$ 35.00
$ 4,900.00
5
Curb and Gutter, Remove
282
LFT
$ 11.00
$ 3,102.00
6
Temporary Filter Sock
460
LFT
$ 8.00
$ 3,680.00
7
Temporary Seeding
100
LBS
$ 4.00
$ 400.00
8
Temporary Mulch
500
LBS
$ 2.00
$ 1,000.00
9
Temporary Inlet Protection
4
EACH
$ 250.00
$ 1,000.00
10
Temporary Stone, No. 53
40
TON
$ 45.00
$ 1,800.00
11
Structural Backfill, Type 2'
255
CYS
$ 40.00
$ 10,200.00
12
Structural Backfill, Type 5
83
CYS
$ 90.00
$ 7,470.00
13
Compacted Aggregate, No. 53, Base
129
TON
$ 25.00
$ 3,225.00
14
HMA Patching, Type B
9
TON
$ 200.00
$ 1,800.00
15
Milling, Transition
161
SYS
$ 49.00
$ 7,889.00
16
HMA Surface, Type B
39
TON
$ 115.00
$ 4,485.00
17
HMA Intermediate, Type B
42
TON
$ 110.00
$ 4,620.00
18
HMA Base, Type B
67
TON
$ 105.00
$ 7,035.00
19
Plant, Deciduous Tree, Multi -Stem 96-120In
1
EACH
$ 1,035.00
$ 1,035.00
20
Handrail
124
LFT
$ 200.00
$ 24,800.00
21
Curb and Gutter, Concrete, Type II
300
LFT
$ 40.00
$ 12,000.00
22
Revetment Riprap, Partially Grouted
133
TON
$ 80.00
$ 10,640.00
23
Geotextiles
293
SYS
$ 4.00
$ 1,172.00
24
Articulated Concrete Mat
160
SYS
$ 160.00
$ 25,600.00
25
Mulched Seeding, U
603
SYS
$ 2.00
$ 1,206.00
26
Slope Stabilization Seed Mix
18
LBS
$ 68.00
$ 1,224.00
27
Erosion Control Blankets
603
SYS
$ 3.00
$ 1,809.00
28
Sidewalk, Concrete, 4 IN.
72
SYS
$ 80.00
$ 5,760.00
29
Structure, Coated Reinforced Concrete Box, 12'x4'
42
LFT
$ 2,900.00
$ 121,800.00
30
Structure, Reinforced Concrete Box, 105(5'
66
LFT
$ 1,800.00
$ 118,800.00
31
Pipe, Type 2, 12"
16
LFT
$ 60.00
$ 960.00
32
Pipe, Type 2, 15"
5
LFT
$ 110.00
$ 550.00
33
Inlet, A8
2
EACH
$ 1,700.00
$ 3,400.00
34
Manhole, C4
1
EACH
$ 1,900.00
$ 1,900.00
35
Catch Basin, K10
2
EACH
$ 1,800.00
$ 3,600.00
Addendum 1
BID -4
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
36
Utility Encasement
1
LS
$ 2,500.00
$ 2,500.00
37
Maintaining Traffic
1
LS
$ 26,000.00
$ 26,000.00
38
Temporary Traffic Barrier, Type 2
120
LFT
$ 60.00
$ 7,200.00
39
Temporary Pavement Marking, Removable, 4"
215
LFT
$ 2.00
$ 430.00
40
Temporary Transverse Marking, Removable,
Stop Line 24 IN.
24
LFT
$ 22.00
$ 528.00
41
Construction Sign, C
2
EACH
$ 172.00
$ 344.00
42
Construction Sign, A
12
EACH
$ 141.00
$ 1,692.00
43
Road Closure Sign Assembly
5
EACH
$ 154.00
$ 770.00
44
Detour Route Marker Assembly
20
EACH
$ 110.00
$ 2,200.00
45
Barricade, IIIA
72
LFT
$ 10.00
$ 720.00
46
Barricade, III -B
120
LFT
$ 10.00
$ 1,200.00
Total
$ 498,331.00
BID -5
Addendum 1
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 Pmts
shall be fully and accurately filled in and completed and notarized.
Project:
Small Structure Replacements of Culverts 86 & 102
Project Number: 15-09
Proposal For Constntction of : The replacement of the existing small structure 86 over
Carmel Creek on Ralston Avenue located 570 feet south of
116`x' Street.
And
The replacement of the existing small structure 102 over
U.NT of Blue Woods Creek on Rolling Springs Drive located
400 feet north of 116`x' Street.
Date: December 2, 2015
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Calumet Civil Contractors, Inc.
1.2 Bidder Address: Street Address: 4898 Fieldstone Drive
City: Whitestown State: IN
Zip: 46075
Phone: (317) 769-1900 Fax: (317) 769-7424
1.3 Bidder is a/an [inark one]
Individual
Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following most 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 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 g2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
PART 2
BID PROPOSAL
2.1 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:
Base Bid: Four Hundred Ninety Eight Thousand Three Hundred Thirty One Dollars
Dollars ($498,331.00 ).
2.2 General
and zero cents
The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of
the Base and selected Alternate Bids if applicable.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the
Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable
The Bidder 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 4
CONTRACT DOCUNIENTS 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.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
One November 19, 2015
Two November 30, 2015
BID -6
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fiilly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.7 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance fr-an -the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
None
BID -7
Part or State Fonn 52414 (R2 / 2-13) / Fonn 96 (Revised 2013)
BID OF
Calumet Civil Contractors, Inc.
(Contactor)
4898 Fieldstone Drive
(Address)
Whitestown, IN 46075
FOR
PUBLIC WORKS PROJECTS
OF
City of Carmel
Filed: December 2 , 2015
Action taken
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 the envelope.
The prices indicated on this sheet shall be read aloud during the
bid opening and shall match the prices indicated in Part 2 of the
Bidders Itemized Proposal and Declarations.
Company:
I;
Project Name:
Project #15-09
Small Structure Replacement:
Cuvlert 82—Ralston Avenue over Carmel Creek
and
Culvert 102 —Rolling Springs Drive over U.N.T. of Blue Woods Creek
Date Submitted:
Dec. 21 2010
Base Bid Amount:
1 59o, 328.7o
NOTICE TO BIDDERS
City of Carmel, Indiana
Department Board of Public Works and Safety
One Civic Square
City of Carmel, Indiana 46032
Project: Small Structure Replacements of Culverts 86 & 102
Pro je c t No. 15-09
Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana will
receive sealed bids for the above described "Project" at the office of the Clerk Treasurer, One Civic Square, Cannel,
Indiana (City Hall) until 10:00 a.m. EST on December 2, 2015, and commencing as soon as practicable thereafter 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
acce pte d.
All bids and proposals shall be properly 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 bid envelope must
be sealed and have the words "BID — Project #15-09: Small Structure Replacements of Culverts 86 & 102".
The Project consists of the following:
771e replacement of the existingsrnall structure 86 over Carmel Creek on Ralston Avenue located 570 feet south of 116`h
Street.
And
'17re replacement of the existing small structure 102 over U.NT. of Blue Woods Creek on Rolling Springs Drive located
400 feet north of 116" Street.
Contract Documents for the Project may be examined at the following location for information purposes only:
City of Carmel
Department of Engineering - 1" Floor
One Civic Square
Carmel, IN 46032
(317) 571-2441
Copies of such drawings and project manuals must be obtained from I -IWC Engineering, at www.hwcplanroom.com, at
cost of $20 for PDF Download or $30 for printing plus shipping for hard copies. It shall be the responsibility of the bidder
to periodically check for addendums issued until the bid date. Only those who purchase Contract Documents and Plans
will be automatically notified of addenda. Contract Documents & Plans must be purchased to be eligible to bid on this
contract. Drawings and project manuals will be available beginning on Monday, November 16, 2015.
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.
This Project will be funded by the City of Camnel.
For special accommodations needed by handicapped individuals planning to attend the public bid opening meeting, please
call or notify the city of Carmel, Engineer's Office, at (317) 571-2441 at least forty-eight (48) hours prior thereto.
No bidder may withdraw any bid or proposal within a period of thirty (30) days following the date set for receiving bids
or proposals. The City of Carmel Board of Public Works and Safety reserves the right to hold any or all bids or proposals
for a period of not more than thirty (30) days and said bids or proposal shall remain in full force and effect during said
period. The City of Carmel reserves the right to reject and/or cancel any and all bids, solicitations and/or offers in whole
or in part as specified in the solicitations when it is not in the best interests of the governmental body as determined by the
purchasing agency in accordance with IC 5-22-18-2
NTB-1
PART 3
CONTRACT ITEMS AND UNIT PRICES
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
1
Construction Engineering
1
LS
Igl000.00
Ie,Ooo.00
2
Mobilization/Demobilization
1
LS
3o,o00,00
30000.00
3
Clearing Right of Way
1
LS
2S,000.00
25,o0o.00
4
Common Excavation
140
CYS
So.00
7000,00
5
Curb and Gutter, Remove
282
LFT
Zo.00
5, &1/0.00
6
Temporary Filter Sock
460
LFT
15. CO
te, 900.00
7
Temporary Seeding
100
LBS
9.03
go 3.00
8
Temporary Mulch
500
LBS
/, 5o
75o,00
9
Temporary Inlet Protection
4
EACH
Yo0.00
4 600,00
10
Temporary Stone, No. 53
40
TON
75.00
3,000.0o
11
Structural Backfill, Type 2
255
CYS
400.00
157, 70o.0o
12
Structural Backfill, Type 5
83
CYS
150.00
12,'/5-0,00
13
Compacted Aggregate, No. 53, Base
129
TON
'5S,Oo
7 095,o0
14
FIMA Patching, Type B
9
TON
115.00
1,035,00
15
Milling, Transition
161
SYS
So.00
9,o 5-0.00
16
HMA Surface, Type B
39
TON
139,0o
5:3 g2.o0
17
I -IMA Intermediate, Type B
42
TON
115: 00
Il, 8 30,60
18
HMA Base, Type B
67
TON
IIS, oo
7,7 05.on
19
Plant, Deciduous Tree, Multi -Stem, 96-120 IN
1
EACH
1,190. 25
1,190, ZS
20
Handrail
124
LFT
/40.Oo
19, gyo,0o
21
Curb and Gutter, Concrete, Type 111
300
LFT
'17.50
14,2So.00
22
Revetment Riprap, Partially Grouted
133
SYS
$S,o0
II, 3o+j,00
23
Geotextiles
293
SYS
y.00
/,172 OC
24
Articulated Concrete Mat
160
SYS
145.00
26, 90o,00
25
Mulched Seeding, U
603
SYS
2.10
I, 21.6.30
26
Slope Stabilization Seed Mix
18
LBS
7$.So
144-13.00
27
Erosion Control Blankets
603
SYS
3.05
1,g3tis
28
Sidewalk, Concrete, 4 IN.
72
SYS
4S.00
'-/,b$o.o.
29
Structure, Coated Reinforced Concrete Box, 12'x4'
42
LFT
2,7(0.00
II5:5-0o.00
30
Structure, Reinforced Concrete Box, 10'x5'
66
LFT
14900.00
I254/oo,oc
31
Pipe, Type 2, 12"
16
LFT
100.00
1,400.00
32
Pipe, Type 2, 15"
5
LFT
200.00
1i Oo0.0o
33
Inlet, A8
2
EACH
;5-00,00
,.5000.00
34
Manhole, C4
1
EACH
3,Soo.00
3,Soo.00
35
Catch Basin, KI0
2
EACH
3,50o,00
'1,000,00
BID -4
Addendum 1
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
36
Utility Encasement
1
LS
I0,00O. Oo
ID,000,oco
37
Maintaining Traffic
1
LS
12,Soo. ors
L245-oo. oO
38
Temporary Traffic Barrier, Type 2
120
LFT
(0S, 0o
7, goo
39
Temporary Pavement Marking, Removable, 4"
215
LFT
i.76
3,5. So
40
Temporary Transverse Pavement Marking, Removable,
Stop Line, 24 TN.
24
LFT
1P.00
740,bo
41
Construction Sign, C
2
EACH
17S.Oo
3SO,00
42
Construction Sign, A
12
EACH
10.90
2,00ItOo
43
Road Closure Sign Assembly
5
EACH
2$7.5.o
1,Lin St.
44
Detour Route Marker Assembly
20
EACH
(p5.00
14300.00
45
Barricade, I11 -A
72
LFT
8. 00
574,eo
46
Barricade, I11 -B
120
LFT
Ia. 5 0
1, Z 4604 00
otal
SVot3zg.7o
131D-5 Addendum 1
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned .Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fi lfill all obligations -incident thereto in strict accordance with and within the time(s)
provided by the teams and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total:
Base Bid: FuE (I44fiF„2ry 7740,,,s+46, roe M,.t.t. i Tony &� yb1 bol(aa.s
Dollars ($ Sig;ne, 70 ). &vet y Cey,rS
2.2 General
The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of
the Base and selected Alternate Bids if applicable.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the
Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable
The Bidder 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
1
• PART I
BIDDER INFORMATION
Print
1.1 Bidder Name: T/klsce2 IAHSTrw (-Tiovt Co , •Ssn c .
1.2 Bidder Address:
Street Address: (3o2,5,1ebFbc-IA Sr
City: rap's, State: .174. Zip: 114221
Phone: 30-63S-6091 Fax: 367- 4o3S-4626
1.3 Bidder is a/an [mark one]
Individual Partnership i Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following niusl 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 nwst_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.Janttary 23, 1958.j
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fitly and accurately filled in and completed and notarized.
Project:
Proposal For Construction of :
Date: l cc. 2, 2olr
Small Structure Replacements of Culverts 86 & 102
Project Number: 15-09
The replacement of the existing small structure 86 over
Carmel Creek on Ralston Avenue located 570 feet south of
116th Street.
And
The replacement of the existing small structure 102 over
UN. T. of Blue Woods Creek on Rolling Springs Drive located
400 feet north of 116th Street.
To: City of Carmel, Indiana, Board of Public Works and Safety
131D-1
OWNER cannot reliably be ascertained and measured and that the amount of the Bid
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 Bidder
(CONTRACTOR) shall submit the following as conditions to the Bidder'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
Bidder 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 Bidder and his/her Subcontractors to
laborers for the Work; and
8.3.5. Other post -Bid submittals required by the Contract Documents.
9. LIQUIDATED DAMAGES
9.1. The Contract Documents 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.
9.2. The per diem rate(s) of liquidated damages established by the preceding sub -section have
been determined and are intended as reasonable prospective estimate(s) of the type and
amount of actual damages which the OWNER may sustain in the event of such delay(s).
Submission of a Bid shall constitute an unconditional acknowledgment and Agreement
by the Bidder that such liquidated damages are fair and reasonable and do not and will
not constitute a penalty, and that such liquidated damages may be assessed and recovered
by the OWNER as against the successful Bidder and its Surety in lieu of actual damages
for delayed completion.
END OF INSTRUCTIONS TO BIDDERS
ITB -7
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terns and provisions of 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
ADD. Nm 1
DATE
A/ou. /9 2015
141 . /Jo 2- /Uou. 3o, 201 5"
BID -6
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents 1,, 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 -7
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 the envelope.
The prices indicated on this sheet shall be read aloud during the
bid opening and shall match the prices indicated in Part 2 of the
Bidders Itemized Proposal and Declarations.
Company:
//,,��
RA, nlyas l;aisr-auc.TloA.) Co.
Project Name:
Project #15-09
Small Structure Replacement:
Cuvlert 82 —Ralston Avenue over Carmel Creek
and
Culvert 102 — Rolling Springs Drive over U.N.T. of Blue Woods Creek
Date Submitted:
LDe e->,elegR -2,2coIS
Base Bid Amount:
�AEManz) 1.7Y,cr/-Five
77/n"s.t'vo, mac /yvi'6ZEJ ern
535, 360.39 s,. y-timr,rgrtMeS,97V0 39 coins
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be f dly and accurately filled in and completed and notarized.
Project:
Proposal For Construction of :
Small Structure Replacements of Culverts 86 & 102
Project Number: 15-09
The replacement of the existing small structure 86 over
Carmel Creek on Ralston Avenue located 570 feet south of
116`h Street.
And
The replacement of the existing small structure 102 over
U.N.T. of Blue Woods Creek on Rolling Springs Drive located
400 feet north of 116`h Street.
Date:/jeztr-W.6ii( 2, a 01
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: 12. A. inveits doNsr`tucnoho C'.
1.2 Bidder Address: Street Address: / 900 �• p'tr, Pte-pcmvr 81 -v4)81 -v4) -.Sk-�rr €
//
City: /�/✓Nert State: Zv Zip: 1•17.3 02-
Phone:74J-2%, 7O'1 Fax: -7(oS-£f CI& -9")I.4
1.3 Bidder is a/an [mark one]
Individual Partnership ✓ Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
Corporation Name:
.2 Address:
.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:
Base Bid:F✓f y✓N4e M 477/gJy-Five7Yo46.440,274?Ilf/a&fld "-5Y%Y-L/GH7Docou51-3%CBWrS
Dollars ($ 535 3oe.31 ).
2.2 General
The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of
the Base and selected Alternate Bids if applicable.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the
Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable
The Bidder 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
1
1
1
a
1
1
a
1
1
1
D
1
1
1
PART 3
CONTRACT ITEMS AND UNIT PRICES
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item
Rem
Quantity
Unit
Unit Cost
Total Cost
1
Construction Engineering
1
LS
co
/3, 007.
pO
/3 000.
2
Mobilization / Demobilization
1
LS
26/M24,25;
03''/
3
Clearing Right of Way
1
LS
//,6a2, a°
//OCtP.pO
4
Common Excavation
140
CYS
IN.00
@f,O. '
5
Curb and Gutter, Remove
282
LFT
el 00
/, 97, °°
6
Temporary Filter Sock
439
LFT
00
%
00
30%3•
7
Temporary Seeding
100
LBS
1,00
/00. O°
8
Temporary Mulch
500
LBS
__zoo
1,000. L0
9
Temporary Inlet Protection
4
EACFI
300.00
/,a o0,00
10
Temporary Stone, No. 53
40
TON
4/0. 00
/, (000. W
11
Structural Backfill, Type 2
255
CYS
sy. Q0
/3770,15°
12
Structural Backfill, Type 5
83
CYS
pD•o°
0°
G, hyo
13
Compacted Aggregate, No. 53, Base
129
TON
33,Od
y257 IV
14
HMA Patching, Type B
9
TON
550. °0
/1, 1150,00
15
Milling, Transition
161
SYS
/y 0°
Z, 25#/ m
16
HMA Surface, Type B
39
TON
°v
0275:/
0 , %?s. a°
17
HMA Intermediate, Type B
42
TON
_?00.00
/.2, 4750 e°
18
HMA Base, Type B
67
TON
0200. 0°
/,3, x}00, x
19
Asphalt for Tack Coat
787
SYS
• 15
//8.05
20
Handrail
124
LFT
/36.c0
/b//.20 .°6
21
Curb and Gutter, Concrete, Type I1
300
LFT
3,3. p0
pD
9, 900.
22
Revetment Riprap, Partially Grouted
76
TON
$"/. 00
&L16 0°
23
Geotextiles
254
SYS
OD
S
Co
/,a70
24
Articulated Concrete Mat
153
SYS
Cj0• °°
/4 910.
25
Mulched Seeding, U
563
SYS
/.20
(0%S bp
26
Slope Stabilization Seed Mix
18
LBS
50.00
goo. DO
27
Erosion Control Blankets
563
SYS
44 00
,,2.262!0
28
Sidewalk, Concrete, 4 IN.
72
SYS
'[/8.00
0
,4454. v
29
Structure, Coated Reinforced Concrete Box, 12'x4'
42
LFT
,02,70ael
//.502s0
30
Structure, Reinforced Concrete Box, 10'x5'
66
LFT
2,800.
J89,BDROt
31
Pipe, Type 2, 12"
16
LFT
99.00
/, S 0
32
Pipe, Type 2, 15"
5
LFT
/S0, 0°
%S0 00
33
Inlet, A8
2
EACH
900.00
/,BYD. 00
34
Manhole, C4
1
EACH
1-/,007. pO
y 007. °°
35
Catch Basin, K10
2
EACH
,500. 0°
4000.°17
BID -4
36
Utility Encasement
1
LS
o
2, oat.
co
20Lo.
37
Maintaining Traffic
1
LS
170:6.°°
/7OGb,65'
38
Temporary Traffic Barrier, Type 2
120
LFT
5/ff.Q°
po
S ?Lea
39
Temporary Pavement Marking, Removable, 4"
215
LFT
pv
W
930,
40
Temporary Transverse Pavement Marking, Removable,
Stop Line, 24 IN.
24
LFT
id. o°
529.°6
41
Construction Sign, C
2
EACH
_225 . pO
I,SO. p°
42
Construction Sign, A
12
EACH
o2ao• oo
,Z4.410,0°
43
Road Closure Sign Assembly
5
EACH
doe. pO
/r IWO. °D
44
Detour Route Marker Assembly
20
EACH
/2S. °°
00
a,i 0
45
Barricade, III -A
72
LFT
/at "
84'/ 0
46
Barricade, III -B
120
LFT
cto
/a.
°O
/, 990.
Total
535:548•39
BID -5
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 Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
i
///3o/fS
BID -6
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state 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 -7
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 the envelope.
The prices indicated on this sheet shall be read aloud during the
bid opening and shall match the prices indicated in Part 2 of the
Bidders Itemized Proposal and Declarations.
Company:
ds Exca vat M , I n °
Project Name:
rojcct #15-09
Small Structure Replacement:
Cuvlert 8x—Ralston Avenue aver Carmel Creek
I0 and
Culvert 102 — Rolling Springs Drive over U.N.T. of Blue Woods Creek
Date Submitted:
-ew/0er 9, '016
Base Bid Amount:
i -i g ii 5a5. °°
PART 3
CONTRACT ITEMS ANI) UNIT PRICES
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
I
Construction Engineering
1
LS
y, 560-00
L% ceo-W
2
Mobilization / Demobilization
1
TS
O. 8/QOPO
24{AO. 00
3
Clearing Right of Way
1
LS
1I SOO.00
/4 500:00
4
Common Excavation
140
CYS
I(00,00
z,VDO.op
)
Curb and Gutter, Remove
282
LFT
(p. 00
It(,9Qa,00
6
Temporary Filter Sock
460
LFT
8,0Q
3,(& O.W
7
Temporary Seeding
100
LBS
3. tap
3�""/D (Q.00
8
Temporary Mulch
500
LBS
I. 3L
0XQ.bo
9
Temporarylnlet Protection
4
EACH
130.00
S20-00
10
Temporary Stone, No. 53
40
TON
A�97.00
AD. 00
11
Structural Backfill, Type 2
255
CYS
WOO •OO
224q .00
12
Structural Backfill, Type 5
83
CYS
183.00
15,189 .co
13
Compacted Aggregate, No. 53, Base
129
TON
35.00
4 516,Oh
14
HMA Patching, Type B
9
TON
3co. DO
3)11Q0 .00
15
Milling, Transition
161
SYS
50. Db
$O50. D0
16
HMA Surface, Type 13
39
TON
690.00
7 910 .60
17
HMA Intermediate, Type 13
42
TON
1'a. 00
rJ 2,24.&0
18
HMA Base, Type B
67
TON
1610.09
11390-00
19
Plant, Deciduous Tree, Multi -Stem, 96-120 IN
I
EACH
1,0 .00
I,O 5.o&
20
Handrail
124
LFT
) 70.Q0
4_23.2b•0D
21
Curb and Gutter, Concrete, Type!!
300
LFT
3/0.00
Jtapp.00
22
Revetment Riprap, Partially Grouted
133
SYS
69 PO
r%?96/.00
23
Geatextiles
293
SYS
.?.Ob
58(0.00
24
Articulated Concrete Mat
160
SYS
13D . DQ
,p, poo 00
25
Mulched Seeding, U
603
SYS
2. 00
1,2O%p. W
26
Slope Stabilization Seed Mix
18
LBS
7T. 00
1 260.00
27
Erosion Control Blankets
603
SYS
3 , Ob
I,go9,00
28
Sidewalk, Concrete. 4 IN.
72
SYS
57.00
Lit /DV 00
29
Structure, Coated Reinforced Concrete Box, 12'x4'
42
LFT
2,1,966 00
J09,1 0.o
30
Structure, Reinforced Concrete Box, 10'x5'
66
LFT
096.ap
137,aQo.00
31
Pipe, Type 2, 12"
16
LFT
/0. 00
I140.00
32
Pipe, Type 2, 15"
5
LFT
/03.00
515.00
33
Inlet, A8
2
EACH ,
050.0p
)f/Do. pa
34
Manhole, C4
I
EACH
3,150,60
3 )58.00
35
Catch Basin, K10
2
EACH,
�,gap•005/pao.w
131D-4
Addendum I
Itemized Proposal Project 15-09
Small Structure Replacements of Culverts 86 & 102
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
36
Utility Encasement
1
LS
/753-D0
,Z95-0•00
37
Maintaining Traffic
I
LS
3 DOO.00
3, D0O.O0
38
Temporary Traffic Barrier, Type 2
120
LFT
50,00
,-7.ODO.Oh
39
Temporary Pavement Marking, Removable, 4"
215
LFT
!, DO
05.00
40
Temporary Transverse Pavement Marking, Removable,
Stop Line, 24 IN.
24
LFT
5,00
1,28.0o
41
Construction Sign, C
2
EACH
100.00
00.00
42
Construction Sign, A
12
EACI-I
/00-00
4200.00
43
Road Closure Sign Assembly
5
EACH
/7O. 01)
17.50- 00
44
Detour Route Marker Assembly
20
EACH
00. 00
loam
13anicade, III -A
72
LFT
1/. DD
'/,/200.loam7tz- b0
46
Barricade, III -R
120
LFT
11. 00
1, 32o. op
Total
4/1,5175 00
BID -5 Addendum 1
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terns and provisions of 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
0 OhDATE
1/ 3o/it
BID -6
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall filly state 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:
131 D-7
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project:
Proposal For Construction of :
Date:
Small Structure Replacements of Culverts 86 & 102
Project Number: 15-09
The replacement of the existing small structure 86 over
Carmel Creek on Ralston Avenue located 570 feet south of
116th Street.
And
The replacement of the existing stnall structure 102 over
U.N.T. of Blue Woods Geek on Rolling Springs Drive located
400 feet north of 116'x' Street.
Dee-emberoz 0705
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -I
1.1 Bidder Name:
PART 1
BIDDER INFORMATION
Print
las Rxc4VAfin9,Ino.
1.2 Bidder Address: Street Address: kitAID Jr/0011ex Road
City: State: 1 &J Zip: W WOO
phone:611,55)14)3. 142M Fax: (talc) L/ ,q. Rdtpt
1.3 Bidder is a/an [mark one]
Individual Partnership ✓ Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The fbllowing must be answered if the Bidder or any of its partners or joint venture
parties is a foreign copontion. 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 112, dated January 23, 19581
Corporation Name:
� / /i is 4EYY/&vidinq',�In&/J /PTO / /�
Address: N' NO tq her RCI. Witt
Li frolV%ale) )11/ b TO
Date registered with State of Indiana: ��' /f%q
.4 Indiana Registered Agent: yes
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 Ttems, total: �"
Base Bid:�ilu{'%uhdr-ego 7t ftV6 )7*ui8 hued -f wtn4-i$✓Q della es trnd MOD.
Dollars ($ JOT, 5:75.
2.2 General
The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of
the Base and selected Alternate Bids if applicable.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the
Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable
The Bidder 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 shalt 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