Loading...
HomeMy WebLinkAboutWilliam Charles Construction Company, LLC/ENG/$1,378,000/23-04 Auman & Newark NeighborhoodCzTfshfzHsfdivlijobu4;35qn-Kbo19-3136 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 2/6/2025 2/6/2025 NOT PRESENT 2/6/2025 1,378,000.00 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 BID-I Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 One Million Three Hundred Seventy Eight Thousand Version 2020-06-1 7 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 1 CONSTRUCTION ENGINEERING 1 LS 50,000.00 50,000.00 2 INSPECTION HOLE, DEEPER THAN 3 FT 2 EACH 1,500.00 $ 3,000.00 3 MOBILIZATION AND DEMOBILIZATION 1 LS 68,900.00 $ 68,900.00 4 TREE, 10 IN., REMOVE 1 EACH 750.00 $ 750.00 5 TREE, 18 IN., REMOVE 3 EACH 1,500.00 $ 4,500.00 6 TREE, 30 IN., REMOVE 1 EACH 3,500.00 3,500.00 7 CLEARINGRIGHT-OF-WAY 1 LS 30,000.00 30,000.00 8 PAVEMENT REMOVAL 344 SYS 20.00 $ 6,880.00 9 INLET, REMOVE 2 EACH 500.00 $ 1,000.00 PIPE, REMOVE 917 LFT 15.00 13,755.00 EXCAVATION, COMMON 947 CYS 35.00 33,145.00 12 BORROW 316 CYS 0.01 3.16 13 STORMWATER MANAGEMENT BUDGET 12, JOO DOL 1.00 12,100.00 STORMWATER MANAGEMENT14IMPLEMENTATION LS $ 3,000.00 3,000.00 15 SWQCP PREPARATION LS $ 1,600.00 1,600.00 16 SUBGRADETREATMENT, TYPE II 2,520 SYS $ 24.00 60,480.00 17 STRUCTURE BACKFILL, TYPE 2 739 CYS 115.00 84,985.00 18 PCC BASE, 6 IN. 725 SYS 100.00 72,500.00 19 QC/QA-HMA, 2, 64, SURFACE, 9.5 mm 60 TON 165.00 9,900.00 20 ASPHALT FOR TACK COAT 725 SYS 1.00 725.00 21 SIDEWALK, CONCRETE 1,722 SYS 60.00 103,320.00 22 CURB RAMP, CONCRETE 78 SYS 215.00 16,770.00 23 DETECTABLE WARNING SURFACES 17 SYS 425.00 7,225.00 24 CURB AND GUTTER, CONCRETE 3,262 LFT 45.00 $ 146,790.00 25 PCCP FOR APPROACHE S, 6 IN. 1,070 SYS 105.00 112,350.00 26 MAILBOX ASSEMBLY, SINGLE 7 EACH 210.00 1,470.00 27 MAILBOX ASSEMBLY, DOUBLE 22 EACH 400.00 $ 8,800.00 MOBILIZATION AND DEMOBILlZATION FOR28SEEDING 2 EACH $ 800.00 1,600.00 29 WATER 13 kGAL $ 150.00 1,950.00 30 TOPSOIL 269 CYS 85.00 22,865.00 31 SODDING, NURSERY 3,224 SYS $ 5.00 16,120.00 32 PLANT, DECIDUOUS TREE, SINGLE STEM, EACH $ 1,000.00 5,000.00OVER2IN. TO 2.5 IN. 33 PIPE, TYPE 2, CIRCULAR, DIAMETER 12 IN. 1,902 LFT $ 50.00 95,100.00 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 34 PIPE, TYPE 2, CIRCULAR, DIAMETER 15 IN. 196 LFT 55.00 10,780.00 35 PIPE, TYPE 2, CIRCULAR, DIAMETER 18 IN. 3 LFT 85.00 255.00 36 PIPE, TYPE 3, CIRCULAR, DIAMETER 12 IN. 428 LFT 50.00 21,400.00 37 PIPE, TYPE 3, CIRCULAR, DIAMETER 15 IN. 62 LFT 55.00 3,4 10.00 38 PIPE, TYPE 3, DEFORMED, MfN. AREA 1.8 SFT 250 LFT 115.00 28,750.00 39 HMA FOR STRUCTURE fNSTALLATION, 58 TON 195.00 11,310.00TYPEB 40 VIDEO INSPECTION FOR PIPE 2,124 LFT 1.50 3,186.00 41 STORMWATER TREATMENT STRUCTURE I EACH 35,000.00 35,000.00 42 PIPE END SECTION, DIAMETER 12 IN. 24 EACH 550.00 13,200.00 43 PIPE END SECTION, DIAMETER 15 IN. 2 EACH 750.00 1,500.00 44 PIPE END SECTION, MIN. AREA 1.8 SFT 14 EACH 1,000.00 14,000.00 45 MANHOLE {STR NO. 214 & 215} 2 EACH 8,000.00 16,000.00 46 CASTING, MANHOLE, ADJUST TO GRADE 6 EACH 850.00 5,100.00 47 INLET, TYPE Jl0, MODIFIED IO EACH 2,500.00 25,000.00 48 INLET, TYPE M10, MODIFIED 5 EACH 2,500.00 12,500.00 49 PIPE CATCH BASIN, 15 IN. I EACH 1,150.00 1,150.00 50 MANHOLE, TYPE C4 7 EACH 3,150.00 22,050.00 51 STRUCTURE, MANHOLE, RECONSTRUCTED I LFT 2,500.00 2,500.00 52 CATCH BASIN, TYPE F7 6 EACH 2,100.00 12,600.00 53 CATCH BASIN, TYPE MIO 2 EACH 2,800.00 5,600.00 54 ROAD CLOSURE SIGN ASSEMBLY 2 EACH 388.00 776.00 55 CONSTRUCTION SIGN, TYPE A 2 EACH 310.00 620.00 56 CONSTRUCTION SIGN, TYPE B 6 EACH 310.00 1,860.00 57 MAINTAINING TRAFFIC I LS 54,608.74 54,608.74 58 BARRICADE, TYPE III-B 40 LFT 22.00 880.00 59 SIGN POST, SQUARE, TYPE 1, REINFORCED 29 LFT 24.00 696.00ANCHORBASE 60 SIGN, SHEET, WITH LEGEND, 0.080 IN. 15 SFT 20.00 300.00THICKNESS 61 TRANSVERSE MARKING, THERMOPLASTIC, 143 LFT 22.94 3,280.42CROSSWALKLINE, WHITE, 24 IN. 62 TRANSVERSE MARKING, THERMOPLASTIC, 22 LFT 22.94 504.68STOPLINE, WHITE, 24 IN. METER PIT RELOCATION & ADJUST TO63GRADE (UNDISTRIBUTED) 6 EACH 2,600.00 15,600.00 64 NEW HYDRANT ASSEMBLY 2 EACH 12,500.00 25,000.00 ADJUST VALVE TO GRADE & REPLACE65VALVEBOX (UNDISTRIBUTED) 3 EACH 3,500.00 10,500.00 SANITARY SEWER LATERAL PIPE ADJUSTMENT (UNDISTRIBUTED) 6 EACH 3,000.00 18,000.00 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Version 2020-06-17 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Version 2020-06-17 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 PART7 ADDITIONAL DECLARATIONS 7.I Bidder certifies for itself and all its subcontractors comp I iance with al I 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 forany person discriminated against. 7.2 The Bidder certifies that he/she has thoroughly examined the site of the Project/Work and infom1ed 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 Bidder 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 clarificationsconcerningContract Documents. BID-9 Vcrsion 2020-06-17 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 PARTS NON-COLLUSION AFFIDAVIT The individual person(s) executing this Bid Proposal, being firstduly sworn, depose(s) and state(s) that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agre ement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid by another person, or (ii) to prevent any person from bidding, or (iii) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such bidding in any way or manner whatsoever. PART9 SIGNATURES Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution ofeach and every Part ofthis Itemized Proposal and Declarations Document. SIGNATURE MUST BE PROPERLY NOTARIZED.] Bidders Name: Written Signature: Printed Name: Matt Schaaf Title: Director Preconstruction Important -Notary Signature and Seal Required in the Space Below STATE OF Indiana ---------- SS: COUNTY OF Hamilton ---===="------ Subscribed and sworn to beforeme this day of December , My commission exp ires: 02121/2032 (Signed) Prmted: _ Residing in Hamilton County, State of_I=n=d=ia=oa------ BID-10 Version 2020-06-17 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Signature Printed Name Date: Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 EXHIBITD AFFIDAVIT being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1.I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2.I am now and at all times relevant herein have been employed by the "Employer") in the position of _________________ _ 3.I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4.The Employer is enrolled and participates in the federal E-Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5.The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the ____ day of ___________ , 20 Printed: ------------- I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. Printed: ------------- Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580 City of Carmel INDIANA RETAIL TAX EXEMPT Page 1 of 1 CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 114247 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, NP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 12/19/2024 377767 Goods and Services Contract -23-04 Auman & Newark WILLIAM CHARLES CONSTRUCTION CO VENDOR 800 DOUGLAS RD PENTHOUSE CORAL GABLES, FL 33134 - PURCHASE ID BLANKET I CONTRACT PAYMENT TERMS 95157 QUANTITY UNIT OF MEASURE DESCRIPTION Fund: 202 Local Road & Street Fund Neighborhood City Engineering's Office SHIP 1 Civic Square TO Carmel, IN 46032- Laurie Slick UNIT PRICE Department: 2200 Account: 43-509.00 1 Each 1 Each 23-04 Auman & Newark Neighborhood -Construction 23-04 Auman & Newark Neighborhood -Construction 429,272.00 948,728.00 Sub Total Send Invoice To: City Engineering's Office Laurie Slick 1 Civic Square Carmel, IN 46032- DEPARTMENT PLEASE INVOICE IN DUPLICATE ACCOUNT I PROJECT I PROJECT ACCOUNT PAYMENT FREIGHT I EXTENSION 429,272.00 948,728.00 1,378,000.00 AMOUNT 1,378,000.00 SHIPPING INSTRUCTIONS SHIP PREPAID. C.O.D. SHIPMENT CANNOT BE ACCEPTED. NP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCEIN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. CONTROL NO. 11424 7 ORDERED BY TITLE Bradley Pease Director Zac Jackson CFO Docusign Envelope ID: 7F10CACC-9F71-4B89-843E-C84B89C4B580