HomeMy WebLinkAboutBid information and PacketsNOTICE TO BIDDERS
CRC OF C\ It \IEI-, INDIANA
Department Carmel Redevelopment Commission
30 West .'Hain Street. Suite 220
City of Carmel. Indiana 46032
Project: Parcel 2. Renovation to the Carmel Reflecting Pond,
Carmel, Indiana
Notice is hereby given that the Cannel Redevelopment Commission for
the City of Cannel. Hamilton Count'. Indiana will receive bids for the above
described Project at the once of the Carmel Redevelopment Commission, 30
West :Main Street. Suite 220, Cannel Indiana. 46032, until 5:110 p.m. EDT on or
before .luly 24, 2011. Bids will he publicly opened and read aloud al the meeting
oflhc Cannel Redevelopment Commission the same day. July 24. 2013. which
will be in the Council Chambers located on the second floor of City Hall at 6:30
p.m., nt which time such Bids will be taken under advisement. No laic bids will
be a cepted. It is the Owner's intent to award the Contract alter a two week Bid
evaluation period.
All bids and proposals shall be properly and completely executed on
the pi posol forms provided with the drawings and specifications. Ridding
Requil ements will include the non - collusion a0idavit as requited by the State of
Indiana. The bid envelope mast he scaled and have the following label on the
Iowa Icf conic:.
I ;ID- PARCEL 2. RENOVA'T'ION TO THE CA RN1EL REFLECTING
POND.
A bid bond made payable of the City of Cannel will be required in the
count of 5% of the total bid price. A one hundred percent 1100%) performance
and payment bond will be megnired of the successful bidder upon execution of
the Cunuact. It is intended that actual constnmlion of all work divisions shall he
stated as soon as practicable, and each bidder shall be prepared to enter promptly
No a construction contract, furnish a performance and labor and material
payment bond. and begin work when authorized by the Owner in the event the
award is made.
The Project consists generally of, but is nut necessarily limited to, the
following:
BID - PARCEL 2. RENO \AT'ION TO 'I'IIE C\RNIEI- REFLECTING
POND.
The general scope of the Project consists of the fallowing bid package:
I3id Package: The base bid work for this bid package consists of the
removal of the existing cast stone caps around the perimeter of Inc pond and
replacement with Granite Caps. Alternate No.1. removal of existing pavers and
mud slab and installation of a new perimeter underdrain under the sidewalk and
replace the mud slab and pavers. Alternate No. 2, install a 19'DM liner on the
foot and walls of the entire pond. except the geyser pads. and remove the divider
wall.
Contract Documents for the Project may he examined at the following
locations:
Carmel Redevelopment Commission, 30 West Main Street. Suite 220,
Cannel. Indiana 46032
Reed Construction Data. Inc.
I ce dconistniciiondata cote
Nlartaugh Reprographics Supply Co., Inc.
(http:w srw. marbaugh.com)
801 Nonh Capitol Avenue
Indianapolis, Indiana 46204
(317) 631 -1000 Phone
(317)631-1130 Facsimile
ONE COPY of such drawings and project manual airy be obtained
from Marbaugh Reprographics Supply Co.. Inc.. acting on the behalf of the
Consuuctinn Manager at the address stated above. upon the payment of 535.00
for the set. Additional non- refundable deposit sets may be purchased from
Mmhxugh Reprographics pct theim pricing schedule. I'avnsnt must be by check.
NO CASH ACCEPTED. )lake check payable to The Cannel Redevelopment
Commission, Deposit will he refunded to Bidder who submits a bid and return
bidding documents in good condition within 10 days lions bid opening date.
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 well be Eluded by the Cannel Redevelopment Commission.
The Constriction Manager will he the Cannel Redevelopment
Commission, 30 West Nlain Street. Suite 220, Carmel, Indiana 46032. The
Constmction Manager for the Camel Redevelopment Connnissims will be NI.
Mau Wonhley, telephone number is (317) 205 -7030.
Wage rates for the Project shall not be less than the current prescribed
scale of wages as determined by the Conunon Construction Wage Comnainee in
accordance with I.C. 5 -16 -7 and included in the Project Nlanual.
A pre-hid conference for discussion of One Project. the bidding
requirements and odor important natters will be held on Tuesday. July 16.2013
at 111:00 a.m. EDT at de Project Site. All prospective bidders are invited to
attend the pre -bid conference. The Pre -bid conference is not mandatory.
No Bidder May' withdraw any bid or proposal within a period of ninety
00) data following the date set for weciving bids or proposals. The Carmel
Redo elopnent Commission iesen es the right to hold any or all bids or
proposals for a period of not atom than ninety (90) days and said bids or
proposal shall remain in full force and effect during said period. The Carmel
Redo clopn¢m Commission reserves the right to reject and /or cancel any and all
bids, solicitations andlor offers in whole on in pan as specified in the solicitation
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.
Les S Olds AIA
Executive Diremo
Carmel Redevelopment Conurission
77 5011 7/1 77/ 2i /otarin
PUBLISHER'S AFFIDAVIT
State of Indiana )
) ss:
Fla miIton County )
Personally appeared before me. a notary public in and for said county and state, the
undersigned Tim Timmons who, heing duly sworn, says that he is Publisher of The Times
newspaper of general circulation printed and published in the English language in the city
of Noblesville in state and county afore -said. and that the printed tnatter attached hereto
is a eve copy, which was duly published in said paper for 2 time(s), the (late(s) of
publication being as follows:
7/3/2013
7/11/2013
Subscribed and sworn to before me this Thursday, July I I. 2013.
Nota ry Public
My commission expires: 05/28/2020
.Jennifer Louise May
Resident of Marion County
Publisher's Vec: $108.05
Y i 77, 3001
Prescribed by State Board of Accounts
83533- 6079947
General Form No. 99P (Rev. 2009A)
Federal ID■ 35- 2061385
CARMEL REDEVELOPMENT COMMISSIO To: INDIANAPOLIS NEWSPAPERS
307 N PENNSYLVANIA ST - PO BOX 145
COUNTY. INDIANA INDIANAPOLIS. IN 46206 -0145
PUBLISHER'S CLAIM
LINE COUNT
NOTICE TO BIDDERS •t not exceed two actual lines, neither of which shall
City of Carmel, Indiana 1
our solid lines of the type in which the body of the
Department Carmel Redevelopment I
Commission set). - number of equivalent lines
30 West ft Main Street, 220
City o el Carmel, Indiana the 5
Project: Parcel l Renovation n the
Carmel Reflecting Pond.
Carmel, Indiana s
Notice Is hereby given that the Carmel Rede-
velopment Commission for the City of Car -
1 meL.Hamilton County. Indiana will receive Ines In nonce
-bids for the above described Project at the
office of the Carmel Redevelopment Corn- i
mission, 30 West Main Street, Suite 220, Car- '
mel, Indiana, 46032, until 5:00 p.m. EDT on or i
before July 24, 2013. Bids will be publicly .
l opened and read aloud at the meeting of the
,Carmel Redevelopment Commission the IRGES
same day, July 24, 2013. which will be in the
Council Chambers located on the second nns wide equals 296.0 equivalent lines at .731
floor of City Hall at 6:30 p.m., at which time
such Bids will be taken under 'advisement.
'NO late bids will be accepted. It is the
)two week to evaluation the C Contract after a notices containing rule and figure work (50 per cent •
All bids and proposals shall be prbperly and
completely executed on the proposal forms
providetl with the drawings and specifica-
tions. Bidding Requirements will include the fs of publication (S 1.00 for each proof in excess of two) .00
non- collusion affidavit as required by the • OF CLAIM m
State of Indiana. The bid envelope must be .p 216.26
sealed and have the following label on the
!lower left corner. •
I BID- PARCEL 2, RENOVATION TO ?NE CARMEL i COST
REFLECTING POND:
I A bid bond made payable of the City of Car -
mel will. be required in the amount of 5% of In 5_8 ems Size of type 7
the total bid price. A one hundred percent
I (100 %) performance and. payment bond will Q_0
be required of the successful bidder upon ex-
lecution of the Contract. It is intended that
actual construction of all work divisions shall
1 be stated as soon as practicable, and each
bidder shall be prepared to enter promptly
into a construction contract, furnish a per- ons and penalties of 1C 5- 11 -10 -I, 1 hereby certify that the foregoing account is
formance and labor and. material payment
bond, and begin work hen authorized by
the owner In the event the award is made. oust claimed is legally due, after allowing all just credits, and that no part of the same
The Project consists generally of. but is not
necessarily limited to, the following:
I BID - PARCEL 2, RENOVATION TO THE CARMEL
REFLECTING POND.
The general scope of the Project consists of rinted matter attached hereto is a true copy, of the width and type size.
the following bid package: PY , o e same co YP
' Bid Package: The base bid work for this bid n said a er 2 times. The dates of publication being between the dates of:
package consists of the removal of the exist-
, P P P g
ing cast stone caps around the perimeter of
with pond and replacement th Granite
Caps. Alternate No.1, removal of existing
ruderan ueathe new perimeter nrd installation side-
', wall< and replace the mud slab and pavers. ,
Alternate No. 2, install a EPDM liner on the
i' —517) -na titT Afi,4Rtire -oond, except the checked below is true and correct:
ONE COPY of such drawings and project
,'
; manual may be obtained from Marbaugh Re-
prographics Supply Co.,_ Inc.. acting on the
behalf of the Construction Manager at the e a Web site.
address stated above, upon the payment of
$35.00 for the set. Additional non - refundable to and this public notice was posted on the same day as it was published in
deposit sets may be purchased from Mar- ule. Payment must be by check. NO CASH 1
baugh Reprographics per their pricing sched-
'ACCEPTED. Make check payable to The Car -'Le, but due to a technical problem or error, public notice was posted on
met Redevelopment Commission. Deposit
• will return be efunded to Bidder who submits a bid Ise but refuses to post the public notice. re
and bidding documents in good condi-
I tion within 10 days from bid opening date.
Bidders shall assure that they have obtained
complete sets of drawings and Contract Doc-
'
uments and shall assume the risk of any er-
rors c mpomissions in of bids prepared in ontr ct ' Q`
on s incomplete will ll be funded ded by Carmel Re-J
Documents. • -
This lopmet will m funded by the Carmel Re-
Theelo nstru Commission. Manager 'The Redevelopm Manager isl be the Car-
1 Mai Redevelopment Suite Commission. 20, C rme 30 Wes[
j Main Street Suite 220, Canape Indiana
146032. The Construction Commission will the
'Carmel Redevelopment Commission will be Title: Clerk
Mr. Matt Worthley, telephone number Is
(317) 205-7030.
Wage rates for the Project shall not be less
than the current prescribed scale'of wages
as determined by the Common Construction
Wage Committee in nce with I.C. 5-
16-7 and included in the a Project Manual.
A pre -bid conference for discussion of the
Project, the bidding requirements and other
important matters will be held on Tuesday,
• July 16, 2013 at 10:00 a.m. EDT at the Project
' Site. All prospective bidders are invited to at-
' tend- the pre -bid conference. The' Pre -bid
. conference is not mandatory.
No Bidder may withdraw any bid or proposal
, within a period of ninety (90) days following
i
n o enf far roro,v, hid% nr nronnsals.
$ 216.26
Reflecting Pool - Bid Summary
Carmel Redevelopment Commission
7/24/2013 Bid Opening
Contractor
Base Bid
Add Alternate #1
Total
Mount Airy
Base Bid Ad Alt #1 less Mount Airy
Smock Fansler
$ 386,300.00
$ 126,800.00
$ 513,100.00
8 49,600.00
$ 463,500.00
Glenroy Construction
$ 393,000.00
$ 199,000.00
$ 592,000.00
$ 48,000.00
$ 544,000.00
PROJECT TOTAL - CONTRACT AMOUNT $ 463,500.00
1
f
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 he filly and accurately filled in and completed and notarized.
Project:
Proposal For Construction of :
RENOVATION TO THE CARMEL CITY CENTER
REFLECTING POND
The general scope of Work consists of the Base Bid work
for this bid package consists of the removal of the
existing cast stone caps around the perimeter of the pond
and replacement with Granite Caps. Alternate No. 1,
removal of existing pavers and mud slab and install a
new perimeter underdrain under the sidewalk and
replace the mud slab and pavers. Alternate No. 2, install
an EPDM liner on the floor and walls of the entire pond
except the geyser pads and remove the divider wall.
BID -I
PART 1
BIDDER INFORMATION
Print
1.1 Bidder Name: Glenroy Construction Co., Inc.
1.2 Bidder Address:
Street Address
450 S. Ritter Avenue
City: Indianapolis State: IN Zip: 46219
Phone: 317/359 -9501 Fax: 317/352 -7115
1.3 Bidder is a /an [mark one]
Individual Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
patties is a foreign corporation. Note: To do business in or with the City of Cannel.
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General 's Opinion #2, dated Januan, 23, 1958.]
.1 Corporation Name:
2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
i
1
1
1
1
1
1
11
a
0
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, Base Bid - Granite Caps
ibt-A1prFA &L2J8r7 -1Ye 1A-491.44-0 Dollars ($ 33, 000 )
2.2 Alternate Bids
Alternate No. 1 - Install perimeter tile and associated work: (Add` (
-
"ON EGFw+ vpkEpAIC.JFXyNLCn1E- "wni.sf1"21) Dollars ($)991000 )
Alternate No. 2 - Install EPDM pond liner and associated work:
(D
f& 1-LA olerA at)-7-1271066:4-1.4) Dollars ($ +709) DOO
The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price
or combination of prices that best benefits the Owner.
-Pt sE /volt) voimmri ,ALT "44 -TES l>il ✓E /WA;
F b &Pe W S rEter n EtJCL.o 'p
(I 000 00,
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for future Unit Price Contracts for the Contract Items shown]
Prices In Figures
Description/ Unit Unit
Unit Price [in Words] Quantity Price
Earth removal Price / cu.yd. 4t'6 5p
Perimeter pipe and Price /l.f.
materials 2, 3 o0
Excavation & gravel Price /cu.yd. g 33 00
BID-4
I
1
1
1
1
1
1
1
1
3
3
r
l
i
1
1
a
it
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
1 7/16/13
BID -5
PART 5
EXCEPTIONS
Not Applicable
BID -6
0
0
7
8
r
z
N
•
ti
0
0
N
J
N
July 24, 2013
Carmel Redevelopment Commission
780 Third Avenue Southwest
Carmel, Indiana 46032
Reference: Renovation to the Carmel City Center Reflecting Pond
To Whom It May Concern:
C. Lane Slaughter
President
The specified granite (Cold Spring Granite Sierra White) for the aforementioned project
exceeds the specified absorption rate of .11.
Should the owner choose to use North Carolina Granite "Mt. Airy" in lieu of Sierra
White, we offer a voluntary deduct of $48,000 (Forty Eight Thousand Dollars).
If Granicor "Sherbrooke" is utilized, we offer a voluntary deduct of $30,000 (Thirty
Thousand Dollars).
Sincerely,1
C. Lane Slaughter
President
PART 1
BIDDER INFORMATION
riot
1.1 Bidder Name: Smock Fansler Corporation
1.2 Bidder Address: Street Address: 2910 W. Minnesota Street
City: Indianapolis State: Indiana Zip: 46241
Phone: 317- 248 -8371 Fax: 317- 244 -4507
1.3 Bidder is a/an /mark anef
Individual
Partnership x Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 /'/he fol/awing must he answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as .stated therein and expressed in the
Attorney General Iv Opinion '2, dated January 23. / 958.]
1 Corporation Name: NA
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill. all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, Base Bid — Granite Caps
' XEG1,vnied,, Sty �Ltt00.i.OMn ���?r�£J33 63C )
22
Alternate Bids
Alternate No. 1 — Install perimeter tile and associated work: (Add) (Deduct)
One gout epti.Jo43 Sip /ins ty-- Nr "-Dollars ($/26 0 )
Alternate No. 2 — Install EPDM pond liner and associated work: (Add) (Deduct)
rt /44,014-- �I%' s reD 3�Y 7 oaf-
0„../
lc i✓ 0
)
The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price
or combination of prices that best benefits the Owner.
fi We of rest VOLONTRRf
/K Lieu -air ��Rteo Wtd ff GRAN�SE�
Mh'rife',Ares
#I 1)55 /limn/ CAKoL1N4
Sigt goo
LI
MOONT
��vvcT fg�19,1oD
o�
JERsgoolcL -.
Wooer ij3/,300
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for fntrrre Lhrit Price Contracts fnr the Contract hems shown)
Prices In Figures
Description/ Unit Unit
Unit Price Fin Words] Quantity Price
Earth removal Price /cu.yd. 25 Z-Ve y
Perimeter pipe and Price/1.1 00
materials SS" /6, F
Excavation & gravel Price /cu.vd. as°t/G
BID-4
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
One 7/16/13
BTD -5
PART 5
EXCEPTIONS
Not Applicable
BID -6
PART 6
FINANCIAL STATEMENT
6.1 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 OWNER must be specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the Work/Project if awarded. Information on Bidder's company and financial statement
shall be consistent with the information requested on the State Board of Accounts Forms
#96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders ".
6.2 Submit with the Bid a fully completed Financial Statement specific enough for the
Owner's governing. body to make a proper determination of the Bidders' capability for
completing the project if awarded. Include the following:
• Current Assets (cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials inventory and prepaid expenses.)
• Net Fixed Assets
• Other Assets
• Current Liabilities (accounts payable, notes payable, accrued expenses, provision
for income taxes, advances, accrued salaries and accrued payroll taxes.)
• Other Liabilities (capital, capital stock, authorized and outstanding shares par
values, earned surplus and retained earnings.)
BID-7
PART 7
ADDITIONAL DECLARATIONS
7.1 Bidder 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 Cannel reserves
the right to collect a penalty as provided in IC 5- 16 -6 -1 for any person discriminated
against.
72 The Bidder certifies that Bidder has thoroughly examined the site of the Project/Work
and informed itself 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 all
questions thereof and obtain all interpretations and /or clarifications concerning the
Contract Documents that Bidder desire to obtain.
BID-8
PART S
NON- COLLUSION AFFIDAVIT
The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and
state(s) that the Bidder has not directly or indirectly entered into a combination. collusion,
undertaking or agreement 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.
PART 9
SIGNATURES
[Signature by or on behalf of the Bidder in the spaces provided below shall cortstinrte execration
of each and every Part of this Itemised Proposal and Dec/aranbns Document. SIGNATURE
MUST BE PROPERLY NOTARIZED. J
Bidders Name: Smock Fansler Corporation
Written Signature: / ° --_.
Printed Name: Joe Davee
Title: Project Manager
lmprn7aru - Notary Signature and Seal Required in the Space Below
STATE OF Indiana
SS:
COUNTY OF Marion
2013
Subscribed and sworn to before me this 24th day of July
My commission expires: 11/18/20
Residing in Johnson
(Signed)
Printed: Dia Leanne Donoho
County, State of
BID -9
Indiana „��sso�onnumimunmii��t„
SEAL
•
•