HomeMy WebLinkAboutBid Information and Packets Company Amounts-- -Alternative Alternative
55% Cal �.v 7.. si5 / / K� -0,--
h tr, lot
CH4Pm44 ", e is I t 7[.00 4' & � T y 13 6',
,,�y-s� o low 1o671). 45701
7 x-uif 1.16-4T S 50, 61D I T7_<- gl•z)a
p
NOTICE TO BIDDERS
City of Carmel, Indiana
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 "2010 LED Street Lighting Refit Kits—Part 2 Project",during iegu!ar business hours at
the office ol'the Clerk Treasurer, One Civic Square,Third Hour, tip to.but not later than I0:00 A,M„ Wednesday,
December 15°i 2010. ]aids will be opened and read aloud at 10:00 4.111. on December S°` 2010 at the Board of
Public SS'orks and Safety meeting on the 2"a floor of Carmel City Halt, One Civic Square, Carmel, IN. No]ate bids
will he accepted.
All bids and proposals shall be properly and completely executed on the proposal forms provided with the plans and
specifications, and shall include the non-collusion affidavit required by the State of Indiana. The hid envelope must
be sealed and have the following words only written in ink on the outside of the envelope:
Bill: 2010. — LED STREET LIGHTING REFIT KITS —PART 2
The project consists of the purchasing of LED refit kits for street lighting.
Project manuals may be obtained lion the Cannel Street Department, 3400 W, 131st Street, Carmel, IN 46074.
General Porn No. 95 nest be completed and filed as a part of the hid package. All bids are to be sealed with the
word "BID—2010 LED STREET LIGHTING REFIT KITS—PART 2" on the lower left hand corner of the
envelope. All persons interested in bidding shall register a contact name and address with the Street Department to
ensure that ail changes or questions and answers are available for review by all interested parties.
No balder may withdraw any hid or proposal within a period of thirty(301 days following the date set lb, reeciviug
bids or proposals. The Carmel Board orPublic Works and Safety reserves the right to hold any or all bids and
proposals for a period of riot more than fury (30)days, such bids and proposals to remain in full force and effect
dining said time period The City of Caramel 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 solicitation for bids when, in the City's sole discretion,it believes
that it is in the best interests of the City to do so, as determined by the purchasing agency in accordance with IC 5-
22-Is-2.
Diana L. Cordray
Clerk Treasurer
Please publish November 27`1`,2010 and December 4"a, 2010
•
Prescribed br'Sluie I}lard or Accounts cue,'Hee Ku_991'I,Ie'.'e_2DU9Al
Kfl�ll?-1���t)(17
CITY OF CARN4EL-STAR I ISGALS To: INDIANAPOLIS NEWSPAPERS
307 N PENNSYLVANIA ST - PC) BOX 145
COUNTY, INDIANA INDIANAPOLIS. iiN 46206-0145
PUBLISHER'S CLAIM
LINT: COUNT'
- -tie - (Must not exceed two actual lines neither of n'hich shall
Clilya ame,, lava -Pre than lour solid lines of the type in which the hodv of the
Notice is hereby given that the Board of Public Works and
Sakti for the city etCarmel,Hamilton County,Indiana p wul;enleul is set). - number •CChll1':d Cnt I Illcs
receive sealed bde for"2010LEO Street Lighting Refit�pt�its
Part 2Proect',dorms r ular business hours at Cleo ice of her of h11CS
the Clerk treasurer line Uric Square,Third Flonr a to but
not later than 1t: A.M.Wednesday December ISth'20t0- her of l inns
Bids will be o ened and read aloud a110:00 a.m.on Decent
ter 15th 2910 at be Boarded FOR Works and Safety meet-;.r O h['nee
ing on tie 2nd Boor air Carmel City Hall,One Civic square,'
Carmel,IN.Ne tale aids will be accepted.' tunber of lines 111 notice
_j NI bids and proposals shall be properly and completely ale,'
•Pledproposal twins provided with the pilaus and
'speedicatiioos•and shall include the non-collusion affidavit -- -
required by the State at Indiana,The hid envelope must be I
sealed and have the lullowing words only written in ink on
the outside at envelope: !01=CI-IAHCi ES
Bid: 2010-LED STREET LIGHTING REFIT RfR-PART 2
The protect consists of the purchasing al LED refit kits tor'2.0 coluitlns wide equals 104.0 equivalent l I illCS at .667
street lighting.
Project manuals may ha obtained from the Carmel Street De-'r late S Ci9 36
gartment,3400 W.last Street,Carmel,IN 46079.
'General Form No 95 must be completed and Bls asagart acne for notices containing rule and I Lire work: (]t) per cent
B ebidpet�g tge �etlgjml or¢ iihim Li III
rIt a 2wer left hand cT n1er of ih Xenve NITS-PART n'
phi the ed in idt hand shall ll register t the envelope.tact Al persons d-,
i
interested in bidding shall remit a nsurect�name and Ira proofs of pub ieatlon (S LO(I •1er cads proof in excess of nro) 00
dress with the sheet Department to ensure that all changes AIMOU N"I' Ob CU/tIM S 69.36
per questions and answers are available IoI review by at
Interested pates.
No bidder may withdraw any bid or proposal within a period
of thirty 1301 days totsveing the date set for receiving tads or 112 U 0 I N C] CC 5 l•
proposals.me Carmel awe of Public Works and Safely re
seryeq the right to hold airryry or all hies and proposals lac a; le column 5. ems Size tar type
period of out more then Hi 0301 days,such olds and two- E
j.dais to remain in Rill force and elect during sajame period,
The Ely of Carmel reserves the right to reject and/or cancel I se-rI 1ot1S t)t)
any and all Ids,:solicitations and/or otters in whole or in
part as speeidied In the coliicitatian forbids when,m the City's _
sale discretion,it believes that it is rn the beet interests al
the City to do en,as deteomined by tie purcbasing agency in
accordance wild ICS-22482Z.
Diana Lasurere Yc provisions and penalties of]C - I-10-I, hcicbv ccrtdc that the foregoing eccuunt is
Clerk-Geawrer
f$-11727/13,1274110-57419621 at the amount claimed is legally due. 'ditet' ullbwillu all just ejcdltx, will that no Aterl of Illesaiine
-- -
hasbeenpaid.
also terrify that the printed matter attached hereto iS a h U e copy,of the dote ceultlnnl %vidth and type SI IC_
which was duly published In std u paper 2 time_;. The dales of puhlictninn being new Lem the elates of:
I t/27;2010 and 12/04/2010
Additionally, the slafelnenl checker! below us true and Colledt.
Newspaper does not have a Web site.
,T Newspaper has o Web site and this public notice was posted on the Same d;tv as it teas published In
the newspaper
Newspaper has a Web site. but due to a technical p10171Cln or error, public notice was pc stec on
Newspaper has a Web site but rduses to post the public notice.
DATL: 12/0412010 Title: Clerk
PROPOSAL PACKAGE
FOR
CITY OFCARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Carmel Street Department
2010 LED STREET LIGHTING REFIT KITS - PART 2
BIDDER SHALL RETURN THIS
•
ORIGINAL. PROPOSAL AND ONE (1) COPY
OF THE ENTIRE PROPOSAL PACKAGE WITH BID
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
DOCUMENTS, PLEASE CONTACT
DAVE HUFFMAN AT 733-2001
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
Instructions To Bidders:
This form shall be utilized hr all Bidders- Except as orherwise specifically provided, all
Parts shall be faihv and actin atelp filled in and completed and notarized.
Project: Street Department
2010 LED STREET LIGHTING REFIT KITS— PART 2
Proposal For: 2010 LED STREET LIGHTING REFIT KITS —PART 2
City of Carmel
Date:'
To: City of Carmel, Indiana, Board of Public Works and Safety
2010 LED STREET LIGHTING REFIT KITS — PART 2
ITEM AND QUANTITY TOTAL
67 Black Cobra Head Style °a
LED Street Lights _ To
� oa
13 Gray Cobra Head ( a ^ —
LED Street Lights
PACKAGE TOTAL 8
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
PART I
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: � g- i37 p�(S< *S-)p `-'�!
1.2 Bidder Address: Street Address: ( 3 S w- ( 6
city: t'L-5 State: - . Zip: .416 2,-0 2.,.
Phoner(l1) GS ? -CAISFaxi:Sun a'ia — S'ao3
1.3 Bidder is alan [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
Canner Indiana foreign corporations must register with the Secretary of the State of
Indiana as required by the Indiana General Corporation Al as stated therein and
expressed in the Attorney General's Opinion R?, dated January- 23. 1958,1
.1 Corporation Name:
2 Address:
.3 Date registered with State of Indiana:
4 Indiana Registered Agent:
Name:
Address:
PART 2
BID PROPOSAL
2.4 Project 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 project, includine any and all addenda thereto, for the total sum of
L1ev evil-1 Food 7 ) - u tqcz./....0 PCS .Af—c-AC.S Amb
Dollars (S 8 SCa. =i ). The Bidder acknowledges that evaluation of
the lowest Bid shall be based on such pi-ice. The Bidder further understands that all
work which may result on the Contract shall be compensated for on a lump sum basis
and that the OWNER cannot and does not guarantee the amount or quantity of any
item of work to be performed or furnished under the Agreement.
,1:'11AF l-t ■llh IL.f
IN WITNESS WHEREOF, the panics hereto have made and executed this Agreement as follows:
CITY OF CARMEL, INDIANA
by and through its Board of Public
Works and Safety
By: By:
James Brainard, Presiding Officer Aulhonzed Signature
Dale:
4el (. Chew;✓)
Printed Name
Mary Ann Burke, Member `T
Date:
[�awI-rd fie✓
— -
Title
—
Lori S. Watson, Member
rI1]CTIN:
15C-CM 5214-7
Date:
SSN if Sole Proprietor-.
ATTEST:
Date: f2 I ..j0
Diana'Cordray, IAMC, Clerk-Treasurer
Date:
•
PART 3
CONTRACT DOCUMENTS AND ADDENDA
3.1 The Bidder agrees to be bound by the terms and provisions of all Contract
Documents as defined in the Agreement attached hereto and incorporates such
Contract Documents herein by reference.
3.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM DATE
NUMBER
/ J�-eY--J"�•J�� /d` act %(..)
PART 4
EXCEPTIONS
Instructions To Bidders:
4.1 The Bidder shall fully state each exception taken to the specifications or other
Contract Documents in Section 4.3 of this Pan.
4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER
to he a material qualification or variance from the terms of the Contract
Documents may result in this Bid being rejected as non-responsive.
4.3 Exceptions:
►.l si7NLLT a.J o F ACOOLK k
jJ o-r- _ / >'J e.L,LaEiJ •
•
•
PART 5
FINANCIAL STATEMENT
Attachment of Bidder's financial statement is mandatory. Any Bid submitted without
said financial statement as required by statute shall thereby be rendered invalid. The
financial statement provided hereunder to OWNER must be specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the project if awarded.
^'
INSTRUCTIONS TO BIDDERS
City of Cannel
OWNER: City of Carmel by and through its Board of Public
Works and Safety
Project: 2010 LED STREET LIGHTING REFIT KITS — PART 2
Owner's Representative: Dave Huffman
Carmel Street Department
3400 W. 131' Street
Carmel. IN 46074
I. GENERAL
1.1 Submission of a Bid shall constitute an unconditional agreement and acknowledgement
by the Bidder to be bound by all temis and conditions set forth herein and in any of the
Documents assembled or referred to in the Bid Package of which these Instructions to
Bidders arc a part.
1 .2 Sample forms are included in the Bid Package to acquaint Bidders with the (brill 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.
1.3 Instructions and requirements printed on any sample form included in the Bid Package or
any forrn 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 he 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 he as set forth in the
Contract Documents and, in general, shall be through the City of Carmel Street
Department.
2. DEFINITIONS
The following definitions shall apply to these instructions to bidders:
2.1 Agreement—The Agreement For Purchase of Goods and Services contained in the Bid
Documents, as well as all exhibits or attachments thereto and all documents incorporated
therein.
2.2 Bidder— Any person or entity who submits a Bid.
2.3 Bid — A written proposal submitted by a Bidder as part of the form prescribed herein
offering to provide the vehicles and to fulfill all other requirements of the Contract
Documents for one or more specified prices.
I ' 2010 LED STREET LIGHTING REFIT KITS — PART 2
ITEM AND QUANTITY TOTAL
67 Black Cobra Head Style
LED Street Lights $ GE 474. 00
13 Gray Cobra Head
LED Street Lights us, z.sco.00
PACKAGE TOTAL
1 ZfoD.CO
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
M
NOTICE TO BIDDERS
City of Carmel, Indiana
Department: Carmel Street Department
3400 W. 131' Street
Carmel, IN 46074
Project: 2010 — LED STREET LIGHTING REFIT KITS — PART 2
Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana,
will receive sealed bids, during regular business hours, up to,but not later than 10:00 A.M., Wednesday, December
U'",2010.
All bids and proposals shall be properly and completely executed on the proposal forms provided with the plans and
specifications. and shall include the non-collusion affidavit required by the State of Indiana. The bid envelope must
he sealed and have the following words only written in ink on the outside of the envelope:
Bid: 2010— LED STREET LIGHTING REFIT KITS — PART 2
'[he project consists of the purchasing of I.L.D refit kits for street lighting.
Project manuals may he obtained from the Carmel Street Department,3400 W. 131st Street,Carmel, IN 46074.
General Form No.95 must be completed and filed as a part of the bid package, All bids arc to be sealed with the
word "HID— 2010 LED STREET LIGHTING REFIT KITS— PART 2" on the lower left hand corner of the
envelope. Bids will he opened and read aloud at 10:00 a.m. on December 15' ,2016 at the Board of Public Works
and Safety meeting on the 2nd floor of Cannel City Hall, One Civic Square, Carmel, IN. All persons interested in
bidding shall register a contact name and address with the Street Department to ensure that all changes or questions
and answers are available for review by all interested parties.
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 Cannel Board of Public Works and Safety reserves the right to hold any or all bids and
proposals for a period of not more than thirty(30)days,such bids and proposals to remain in full force and effect
during said time period. The City of Carmel reserves the right to reject and/o'cancel any and all bids. solicitations
and/or offers in whole or in part as specified in the solicitation for bids when, in the City's sole discretion, it believes
that it is in the best interests of the City to do so,as determined by the purchasing agency in accordance with IC 5-
22-18-2.
Diana L. Cordray
Clerk-Treasurer
Phrase publish November 27'1', 2010 and December 4"d,2010
1
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Carmel Street Department
2010 LED STREET LIGHTING REFIT KITS -- PART 2
BIDDER SHALL RETURN THIS
ORIGINAL PROPOSAL AND ONE (I) COPY
OF THE ENTIRE PROPOSAL PACKAGE WITH BID
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
DOCUMENTS, PLEASE CONTACT
DAVE HIJFFMAN AT 733-2001
, • t .
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shad'he utilized by all Bidders. Except as otherwise specifically provided, call
Parts shall he fully and accurately filled in and completed and notarized.
Project: Street Department
2010 LED STREET LIGHTING REFIT KITS— PART 2
Proposal For: 2010 LED STREET LIGHTING REFIT KITS — PART 2
City or Cannel
Date: -teceMbea- LU , zott3
To: City of Carmel, Indiana, Board of Public Works and Safety
PART 1
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: C. 1 Prftt3 ELeccasts Su4QLs) TNC.
1.2 Bidder Address: Street Address: (too Vies-trials V-otd
City: t.1obtesysllE. State: Tea. Zip: 4 .obt
Phone #: (3il) 1113• (0112 Fax #: (sn) '113-zAttr
1.3 Bidder is a/an /mark one/:
Individual Partnership ✓ Indiana Corporation;
Foreign (Out of State) Corporation; State:
Joint Venture Other:
I .4 [The following 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 Cary of
Carmel, Indiana, foreign corporations must register with the Secrewn of the State of
Indiana us required by the Indiana General Corporation Act as stated therein and
expressed in the Attorney General's Opinion #2, dated January 23, 1958./
.1 Corporation Name:
.2 Address:
3 Date registered with State or Indiana:
.4 Indiana Registered Agent:
Name:
Address:
PART 2
BID PROPOSAL
2. 1 Project Bid.
The undersigned Bidder proposes to furnish al] 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 project, including any and all addenda thereto, for the total suns of
£Zewrif 0.4c Thousauo Stgcv HvNC1Red Szxty
Dollars (S �t1toD.ob ). The Bidder acknowledges that evaluation of
the lowest Bid shall be based on such price. The Bidder further understands that all
work which may result on the Contract shall be compensated for on a lump sum basis
and that the OWNER cannot and does not guarantee the amount or quantity of any
item olwork to be performed or furnished under the Agreement.
PART 3
CONTRACT DOCUMENTS AND ADDENDA
3.1 The Bidder agrees to be hound by the teens and provisions of all Contract
Documents as defined in the Agreement attached hereto and incorporates such
Contract Documents herein by reference.
3.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM DATE
NUMBER
PART 4
EXCEPTIONS
Instructions To/Bidders:
4.1 The Bidder shall fully state each exception taken to the specifications or other
Contract Documents in Section 4.3 of this Part.
4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER
to he a material qualification or variance from the terms of the Contract
Documents may result in this Bid being rejected as non-responsive.
4.3 Exceptions:
2010 LED STREET LIGHTING REFIT KITS — PART 2
ITEM AND QUANTITY TOTAL
67 Black Cobra Head Style $57,285.00
LED Street Lights
13 Gray Cobra Head $11,115.00
LED Street Lights
PACKAGE TOTAL $68,400.00
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
HOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Carmel Street Department
2010 LED STREET LIGHTING REFIT KITS—PART 2
BIDDER SHALL RETURN THIS
ORIGINAL PROPOSAL AND ONE (1)COPY
OF THE ENTIRE PROPOSAL PACKAGE WITH BID
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
DOCUMENTS,PLEASE CONTACT
DAVE HUFFMAN AT 733-2001
BIDDER'S ITEMIZED PROPOSAL
AND DECLARA'T'IONS_
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provide,, all
Parts shall be fully and accurately,filled in and completed and notarized.
Project: Street Department
2010 LED STREET LIGHTING REFIT KITS—PART 2
Proposal For: 2010 LED STREET LIGHTING REFIT KITS—PART 2
City of Carmel
Date: December 14, 2010
To: City of Carmel,Indiana,Board of Public Works and Safety
PART 1
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: ass! Group, Inc.
1.2 Bidder Address: Street Address:7510 Williamsburg Dr.
City: Cumming State: GA Zip: 30041
Phone#: (770) 889.2661 Fax #: (770) 844-8080
1.3 Bidder is a/an [mark one]:
Individual Partnership Indiana Corporation;
X Foreign (Out of State) Corporation; State: Georgia;
Joint Venture Other:
1.4 [The following must be answered if'the Bidder or any of its partners or joint
venture parties is aforeign 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, ]958.]
I Corporation Name: GSSI Group, Inc.
2 Address: 7510 Williamsburg Dr. Gummin g, GA 30041
3 Date registered with State of Indiana: 12/08/2010
(Document: 2010120800171 /2010120851847)
.4 Indiana Registered Agent: Charlie Short
Name: Charlie Short
Address: 851 Tidewater Court Indianapolis, IN 46236
PART 2
Bill PROPOSAL
2.1 Project Rid.
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 project, including any and all addenda thereto, for the total sum of
Sixty-Eight Thousand Four Hundred and 01100 ***************************
****** Dollars ($68,400.00). The Bidder acknowledges that evaluation of the lowest
Bid shall be based on such price. The Bidder further understands that all work which
may result on the Contract shall be compensated for on a lump sum basis and that the
OWNER cannot and does not guarantee the amount or quantity of any item of work to
be performed or furnished under the Agreement.
PART 3
CONTRACT DOCUMENTS AND ADDENDA
3.i The Bidder agrees to be bound by the terms and provisions of all Contract
Documents as defined in the Agreement attached hereto and incorporates such
Contract Documents herein by reference.
3.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM DATE
NUMBER
/ — /y /v
(In accordance with instructions in paragraph 4.3.1 of bid package)
Part 3
Contract Items and Unit Prices
Black Cobra Head Style LED Street Lights $855.00/ea
Gray Cobra Head Style LED Street Lights $855.00/ea
PART 4
EXCEPTIONS
Instructions To Bidders:
4.1 The Bidder shall fully state each exception taken to the specifications or other
Contract Documents in Section 4.3 of this Part.
4.2 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.
4.3 Exceptions:
201.0 LED STREET .LIGHTING REFIT KITS — PART 2
ITEM AND QUANTITY TOTAL
67 Black Cobra Head Style
LED Street Lights it Litt-i s-, 3
13 Gray Cobra Head
LED Street Lights t , Z SI DO
PACKAGE TOTAL
5b, coo • oo
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
T EC.tiLiTeI C`a cU
1 C if✓Cr
j r riz:/t S ; S-i•r Lk.03 `J
3Ir -s)3--L L
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY -
PROJECT: Carmel Street Department
2010 LED STREET LIGHTING REFIT KITS - PART 2
BIDDER SHALL RETURN THIS
ORIGINAL PROPOSAL AND ONE (1) COPY
OF THE ENTIRE PROPOSAL PACKAGE WITH BID
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
DOCUMENTS, PLEASE CONTACT
DAVE HUFFMAN AT 733-2001
•
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This farm shall he utilized by all Bidders. Except as otherwise specrfcallt%provided. all
Parts shall he fully and accurately filled in and completed and notarized
Project: Street Department
2010 LED STREET LIGHTING REFIT KITS— PART 2
Proposal For: 20[0 LED STREET LIGHTING REFIT KITS—PART 2
City of Carmel
Date: oelnaber 1'r P43 D
To: City of Carmel, Indiana, Board of Public Works and Safety
PART
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: '1 ErtH LITE (if))1.2 Bidder Address: Street Address: If)) 3,M A Cot, -f
City: State: lid Zip: 1--hee�
Phone#: (317 - 7.12Lc2 Fax #: (3I7 578"-.2
1.3 Bidder is a/an [mark one]:
individual Partnership /Indiana Corporation;
Foreign (Out of State) Corporation; Slate:
Joint Venture Other:
1.4 [Tine following must be answered if the Bidder or any of its partners or faint
venture parties is a/breign corporal um. Note: To do business in or With the Cite of
Carmel. Indiana..Jareign corporations must register- with the Secretary girth,: State of
Indiana as required by the Indiana General Corporation Act as staled therein and
expressed in the Attorney General's Opinion #2, dated January 23. 1958.]
.1 Corporation Name:
Address:
3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
•
PART 2
BID PROPOSAL
•
2.1 Project Bid.
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus,6materialsCequipmcnt, service and other necessary supplies, and to perform
and fulfill all obligations incident thereto in strict accordance with and within the
times) provided by the terms and conditions of the Contract Documents for the
above described project, including any and all addenda thereto, for the total sum of
afrwit
Dollars ($ i3. (..'er'a •d a ). The Bidder acknowledges that evaluation of
the lowest Bid shall be based on such price. The Bidder further understands that all
work which may result on the Contract shall be compensated for on a lump stem basis
and that the QWNER cannot and does not guarantee the amount or quantity of any
item of work to be performed or furnished under the Agreement.
PART 3
CONTRACT DOCUMENTS AND ADDENDA
3.1 The Bidder agrees to be bound by the terms and provisions of all Contract
Documents as defined in the Agreement attached hereto and incorporates such
Contract Documents herein by reference.
3.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM DATE
NUMBER
1 ePrr h-e r I7 'a l°
•
PART 4
EXCEPTIONS
Instructions To Bidders:
4.1 The Bidder shall fully state each exception taken to the specifications or other
Contract Documents in Section 4.3 of this Part.
4.2 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.
4.3 Exceptions:
WoNt
2010 LED STREET LIGHTING REFIT KITS — PART 2
ITEM AND QUANTITY TOTAL
67 Black Cobra Head Style ioio.50 Ea, $67, 705..so
LED Street Lights
13 Gray Cobra Read 4/010. 5D a., 173, 06. 50
LED Street Lights
PACKAGE TOTAL X60, 6 Y OO
/14r gzon//fIN&S GaW ietI7 E 7Mrlair /s sf//ri/!i!E/UT
/4/ paaf 744IG pyys,9FrEe /,'e-G rProrottDe/l.
0ua`e-d Co, c_ DcsnruErieW, r=e Weeriir) idczacele .
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
INSTRUCTIONS TO BIDDERS
City of Carmel
OWNER: City of Carmel by and through its Board of Public
Works and Safety
Project: 2010 LED STREET LIGHTING REFIT KITS —PART 2
Owner's Representative: Dave Huffman
Carmel Street Department
3400 W. 131 ST Street
Cannel, IN 46074
1. GENERAL
1.1 Submission of a Bid shall constitute an unconditional agreement and acknowledgement
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 Bid Package of which these instructions to
Bidders are a part
1 .2 Sample forms are included in the Bid Package 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
par of a Bid Submission or after the Bid Date.
1.3 Instructions and requirements printed on any sample form included in the Bid Package or
any form not so included but required to he 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
Contract Documents and, in general, shall he through the City of Cannel Street
Department.
2. DEFINITIONS
The following definitions shall apply to these instructions to bidders:
2.1 Agreement—The Agreement For Purchase of Goods and Services contained in the Bid
Documents, as well as all exhibits or attachments thereto and all documents incorporated
therein.
2.2 Bidder—Any person or entity who submits a Bid,
2.3 Bid — A written proposal submitted by a Bidder as part of the form prescribed herein
offering to provide the vehicles and to fulfill all other requirements of the Contract
Documents for one or more specified prices.
2.4 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 Bid Package of which these Instructions to Bidders are a part.
Such Bid Documents are listed and more fully described in Section 4.3 hereof
2.5 Bid Date — The date when Bids are to he received, opened, and publicly read aloud as
established by the Notice to Bidders as may be modified by addenda.
2.6 Bid Package— The set of documents, sample forms, and Contract Documents approved
by the OWNER for the Project described in the Notice to Bidders and of which these
Instructions to Bidders are a part.
2.7 Bid Submission —All documents presented by a Bidder for receipt and opening on the
Bid Date.
2.8 Contract Documents— The Agreement and any exhibits or attachments thereto and any
documents incorporated therein (sometimes referred to as the "Contract"), the addenda
(which pertain to the Contract Documents), the Instructions to Bidders, the
advertisement, notice to bidders, the contractor's bid (including documentation
accompanying the Bid and any post-Bid documentation submitted prior to the notice of
award), the notice to proceed, the bonds, and the specifications as the same are more
specifically identified in the Agreement and/or the Bid Package.
2.9 OWNER - The City of Cannel, Indiana, acting by and through its Board of Public Works
and Safety and the Carmel Street Department.
In all other respects, terms shall have their ordinary meaning unless their meaning is specifically
stated in the Contract Documents.
3. EXAMINATION OF DOCUMENTS
3.1. Before the Bid Date, all Bidders shall carefully and thoroughly examine the
specifications and other Contract Documents 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 project bid, and for the price bid assumes the risk
of any and all variances or errors in any computation or statement of amounts or
quantities necessary to complete the project bid upon in strict compliance with the
Contract Documents.
4. BID SUBMISSION
4.1. All Bid Documents shall be placed within a sealed envelope which shall be plainly
labeled on the outside with the words "BID — 2010 LED STREET LIGHTING REFIT
KITS — PART 2" 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 Carmel,
Clerk-Treasurer's Office, One Civic Square, Carmel, Indiana 46032.
4.2. All Bid Documents as herein prescribed must be submitted with, and are integral parts of,
each Bid Submission and shall be subject to all requirements of the Contract Documents,
including, but not limited to, all 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 he signed by an individual duly authorized to
execute same 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.
4.3. The Bid Documents to be thus submitted by each Bidder shall consist of both of the
following (4.3.1, 4.3.2):
4.3.1. Bidder's Itemized Proposal and Declarations. A sample of this document is included in
the Project Manual and must be utilized by. all Bidders. Such document consists of the
following constituent "Parts":
Part I - Bidder Information
Part 2 - Proposal (Bid)
Part 3 - Contract Items and Unit Prices
Part 4 - Exceptions
Pan 5 - Financial Statement
Part 6 - Additional Declarations
Part 7 - Non-Collusion Affidavit
Part 8 - Signatures
4.3.2. 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 to insure the execution of
the Agreement and the furnishing of all other required Documents by the successful
Bidder, including performance and payment bonds. A sample bid bond form is included
in the project manual for this bid project and such form, 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 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 Agreement is executed with the successful Bidder. In the 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 he accepted.
4.4. Bids may he withdrawn in person by a Bidder during the City's 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 he
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.
4.5. Bids will he received up to the time specified in the notice to bidders. Bids received after
that time will be returned unopened. All Bids will be stamped thereon showing the date
and time received by City.
5. POST-BID REQUIREMENTS
Within three (3) business days following 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:
5.1. Proof of Insurability. The Bidder shall furnish: (I) 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.
5.2. 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 the project bid
upon is awarded by OWNER to Bidder, said surety will execute and deliver both a
performance bond and a payment bond as required by the Contract Documents.
5.3. Joint Venture Agreement. If the Bidder is a joint venture, partnership or other
combination of two (2) 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. lithe
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 he furnished.
5.4. Manufacturers List. The Bidder shall submit a completed manufacturers list on the form
provided in these Bid Documents.
6. BID EVALUATION AND AWARD
6.1. Award of the project bid upon will he made to the lowest, most responsive and most
responsible Bidder where the Bid is reasonable and does not exceed the funds available
said 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.
6.2. 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 project hid upon. Any or all Bids may be rejected if there is reason to
believe that collusion exists among Bidders.
6.3. Patent math errors in statements of unit prices or totals may be corrected by the OWNER;
in OWNER's sole discretion, in which case the corrected amounts will be used for the
purpose of Bid evaluation, comparison and other award considerations. However, the
OWNER shall not be required to discover or correct any error or omission in a Bid and
the Bidder shall assume the risk of and be hound to the consequences of any such error or
omission.
6.4. The OWNER may, at its sole option, award the project bid upon 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
he fulfilled for the award to become effective, and (ii) the time limit within which such
conditions shall he 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 project, conditionally or unconditionally, to another Bidder.
Time limitations governing the OWNER's award of the project may be extended by
OWNER for such additional period as may he reasonably required by Bidder to
effectuate the conditional award procedure set forth in this sub-section, and no Bid may
be withdrawn during such period of extension.
7. CONTRACT EXECUTION; SUBMITTALS
7.1. The successful Bidder shall sign and deliver at least two (2) counterparts of the
Agreement, and make delivery thereof to the OWNER; along with all other documents as
prescribed by the Contract Documents. After execution and delivery of the Agreement
and all other required documents, and acceptance thereof by the OWNER, the Bid
security furnished by each Bidder will be returned to the Bidder upon request.
7.2. if the successful Bidder fails or neglects to execute and deliver the Agreement and all
other required documents as prescribed by the preceding sub-section, the Bidder shall be
deemed to have repudiated the Agreement 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 Agreement,
it being understood and agreed that the character and amount of actual damages sustained
by the 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.
7.3. Concurrent 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 performed on the project:
7.3.1 A one hundred percent (100%) performance bond, a one hundred percent (1 00%)
payment bond and a ten percent (10%) maintenance bond as prescribed by the general
conditions or other Contract Documents. Such bonds shall he executed utilizing the
sample forms included in the project manual. or on alternative forms approved in advance
by the OWNER Indemnification clauses between successful Bidder and the surety shall
not he binding upon the OWNER;
73.2. Other post-Bid submittals required by the Contract Documents.
END OF INSTRUCTION'S TO BIDDERS
CITY OF CARMEL, IN
LED ROADWAY FIXTURE
TECHNICAL SPECIFICATIONS
1. SPECIFICATIONS
1.1 General
This Specification covers the requirements for the manufacturing of new Roadway style LED Luminaires
with a source wattage of 129V2 )350 mA). The housing shall be GRAY and the luminaire shall be
designed to be mounted on a 1%" to 2"horizontal arm.
1.2 Optical System
1.2.1 The optical system shall consist of a precisely molded prismatic glass refractor providing
minimal dirt depreciation, discoloration, and brittleness. Six sealed LED light engines will be
rated for IP65 against dirt and water which ensures long component life and protection from
the environment. Unit must provide zero uplight to reduce light pollution.
1.3 Housing
1.3.1 The luminaire housing, cast of low copper aluminum,allows for corrosion resistance and long
life, Shall utilize a four bolt mast arm mount providing easy,secure installation and
adjustability for arms 1 ''A'to 2". Horizontal arm mount will offer+/- 6 degrees vertical
adjustment. Luminaire will meet ANSI 0136.31 for 3.0G vibration for normal road and bridge
applications.
1.3,2 The luminaire must have an optimized maintained thermal management system by combining
a robust heat sink utilizing both convection and conduction methodology with a mechanical
design that promotes maximum airflow through the luminaire ensuring a minimum of 105,000
hours L70 at 25 degree C operating ambient. Protection against dirt and foliage build up while
maintaining the integrity of the airflow requirement shall be from an internal perforated steel
cover. Protection from sun solar loading while luminaire is not in operation shall be from
utilizing Solar Guard Technology isolating of the top cover of luminaire from the thermal heat
sink through four touch points.
1,3.3 An access door, cast of low copper aluminum, shall be disengaged by a trigger latch for easy
access to four bolt mounting, terminal block,surge protection module, LED drivers, and
electronic transfer switch.
1.3.4 Luminaire must have a maximum weight of 28 lbs. and a maximum EPA of.62.
1.4 Electrical
1.4.1 Surge protection module will protect all downstream electronics such as LED drivers, transfer
switches and relays for the purpose of protecting electronic devices from electrical
disturbances such as nearby lightning strikes. The surge protection device will meet
ANSUIEEEC 52.41-2002 for category C high. This specification requires the device to meet a
10kA, 10kV surge level, Surge protection device will be designed for quick field replacement
through modular plug and play wiring.
1
1.4.2 Solid state electronic drivers will be multi volt 120-277, 347-480 and have a rated life of 50,000
hours. Extended life driver option shall be utilized. This option will provide both main and
auxiliary driver system extending system driver life to 100,000 hours minimum. The dual driver
option will incorporate an electronic transfer switch that senses current on the main driver and
will switch to the auxiliary driver when a failure occurs. The auxiliary driver is not energized
until the main driver fails and includes a built-in time delay that eliminates nuisance switching
due to power fluctuations.
1.5 Finish
1.5.1 The luminaire shall be finished with a polyester powder paint applied after a pretreatment
process to ensure maximum durability. The finish shall be black and shall pass the 1000 hour
salt fog test per ASTM 5117 arid D1654 standard.
1.6 UL Listing
1.6.1 The luminaire shall be designed to Lit 1598 and GSA-022.2 number 250 for 40 Degree C
ambient temperature.
1.7 Ratings
1.7.1 LED L70 Rating of at least 105,000 hours at 25 Deg C
1.7.2 LED's must maintain at least 63% of lumen output at 50,000 hours at 25 Deg C
1.7.3 Luminaire must be provided with an ANSI/IEEE Category C High Surge Suppression Device
1.8 Warranty
1.8.1 Luminaire quoted must be provided with a 5 year limited product warranty
1.9 Origin
1.9.1 Luminaire shall be assembled in USA per ARRA requirements.
UNIT SHALL BE A HOLOPHANE #t LEDG12035SKAS2KL3EL or approved equal
PHQTOMETRUCS:EACH BID MUST CONTAIN PHOTOMETR ICS FOR EACH BID ITEM. P1i07.OPNA FILES
WILL NOT BE ACCEPTED.
The successful vendor will be required in provide all necessary information to the City of Carmel for die reporting
requirements included in Section 1512 of the American Recovery and Reinvestment Act of2009.
The successful vendor will be required to provide up to 4 cobrahead lights for the City Lo install and test prior to ordering
the hid quantity.
2
CITY OF CARMEL, IN
LED ROADWAY FIXTURE
TECHNICAL SPECIFICATIONS
1. SPECIFICATIONS
1.1 General
This Specification covers the requirements for the manufacturing or new Roadway style LED Luminaires
with a source wattage of 129W 1350 mAJ, The housing shall be black and the luminaire shall be
designed to be mounted on a 1'/"to 2" horizontal arm.
1.2 Optical System
1.2.1 The optical system shall consist of a precisely molded prismatic glass refractor providing
minimal dirt depreciation,discoloration, and brittleness. Six sealed LED light engines will be
rated for IP66 against dirt and water which ensures long component life and protection from
the environment. Unit must provide zero uplight to reduce light pollution.
1.3 Housing
1.3.1 The luminaire housing, cast of low copper aluminum, allows for corrosion resistance and long
life. Shall utilize a four bolt mast arm mount providing easy,secure installation and
adjustability for arms 1 >Sr to 2". Horizontal arm mount will offer+/-6 degrees vertical
adjustment. Luminaire will meet ANSI C136.31 for 3.0G vibration for normal road and bridge
applications.
1.3.2 The luminaire must have an optimized maintained thermal management system by combining
a robust heat sink utilizing both convection and conduction methodology with a mechanical
design that promotes maximum airflow through the luminaire ensuring a minimum of 105,000
hours L70 at 25 degree C operating ambient. Protection against dirt and foliage build up while
maintaining the integrity of the airflow requirement shall be from an internal perforated steel
cover. Protection from sun solar loading while luminaire is not in operation shall be from
utilizing Solar Guard Technology isolating of the top cover of luminaire from the thermal heat
sink through four touch points.
1.3.3 An access door, cast of low copper aluminum,shall be disengaged by a trigger latch for easy
access to four bolt mounting, terminal block, surge protection module, LED drivers, and
electronic transfer switch.
1.3.4 Luminaire must have a maximum weight of 28 lbs and a maximum EPA of.62.
1.4 Electrical
1.4.1 Surge protection module will protect all downstream electronics such as LED drivers, transfer
switches and relays for the purpose of protecting electronic devices from electrical
disturbances such as nearby lightning strikes. The surge protection device will meet
ANSI/IEEEC 62.41-2002 for category C high. This specification requires the device to meet a
10kA, 10kV surge level. Surge protection device will be designed for quick field replacement
through modular plug and play wiring.
1,4,2 Solid state electronic drivers will be multi volt 120-277,347-480 and have a rated life of 50,000
hours. Extended life driver option shall be utilized. This option will provide both main and
auxiliary driver system extending system driver life to 103,000 hours minimum. The dual driver
option will incorporate an electronic transfer switch that senses current on the main driver and
will switch to the auxiliary driver when a failure occurs. The auxiliary driver is not energized
until the main driver fails and includes a built-in time delay that eliminates nuisance switching
due to power fluctuations.
1.5 Finish
1.5.1 The luminaire shall be finished with a pohyester powder paint applied after a pretreatment
process to ensure maximum durability. The finish shall be black and shall pass the 1000 hour
salt fog test per ASTM 0117 and 01554 standard.
1.6 UL Listing
1.E.1 The luminaire shall be designed to Ut 1598 and CSA-C22.2 number 250 for 40 Degree C
ambient temperature.
1.7 Ratings
1,7,1 LED L70 Rating of at least 105,000 hours at 25 Deg C
13.2 LED's must maintain at least 83%of lumen output at 50,000 hours at 25 Deg C
1.7.3 Luminaire must be provided with an ANSI/IEEE Category C High Surge Suppression Device
1.8 Warranty
1.8.1 Luminaire quoted must be provided with a 5 year limited product warranty
1.9 Origin
1.9.1 Luminaire shall be assembled in USA per ARRA requirements.
UNIT SHALL BE A HOLOPHANE # LEDG120355KASZKL3EL or approved equal
PHOTOMETRICSt EACH BID MUST CONTAIN Eli CI FOR EACH BID ITEM. PHOTOPI_A FILES
WII.,I,NOT BE ACCEPTED.
The successful vendor will be required to provide all necessary infomration to the City of Carmel for the reporting
requirements included in Section 1512 of the American Recovery and Reinvestment Act of 2009. •
The successful vendor will be required to provide up to 4 cobrahead lights for the City ID install and test prior to ordering
the bid quantity.
2
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Carmel Street Department
2010 LED STREET LIGHTING REFIT KITS - PART 2
BIDDER SHALL RETURN THIS
ORIGINAL PROPOSAL AND ONE (I) COPY
OF THE ENTIRE PROPOSAL PACKAGE WITH BID
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
DOCUMENTS, PLEASE CONTACT
DAVE HUFFMAN AT 733-2001
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all
Paris shall he fielly and accurately f fled in and completed and notarized.
Project: Street Department
2010 LED STREET LIGHTING REFIT KITS—PART 2
Proposal For: 2010 LED STREET LIGHTING REFI I KITS— PART 2
City of Cannel
Date: /17- -/5 /O
To: City of Carmel, Indiana, Board of Public Works and Safety
PART 1
BIDDER INFORMATION
(Please Type o/r Print)
1 Bidder Name: ��p v /r/t-(r%cic Gi D
1.? Bidder Address: Street Address: //On OL:d -51n te6A0 r~Q5r
City /774rZO W State: 2 Zip: 67 '3g
Phone4: (/)&O0 h3771-7( Fax #1: {/) 2/7' 5.5-002y
].3 Bidder is a/an [mark one]:
PLe#/Lxl c/M/rED,ta4ralcies//�
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
Cannel, Indiana, foreign corporations must register with theSecretary of the State of
Indiana as required by the Indiana General Corporation Act as stated therein and
expressed in the Attorney General's Opinion 1;2, dated January 23, 1958.]
.1 Corporation Name:
Address:
.3 Date registered with State of Indiana:
4 Indiana Registered Agent:
Name:
Address'.
PART 2
BID PROPOSAL
2 1 Project 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 project, including any and all addenda thereto, for the total sum of
e7&UrY r7vyls4N1) &gr 041_0Rc� for1f/YR /� oo/oo
Dollars ($ 80, g/lc, W ), The Bidder acknowledges that evaluation of
the lowest Bid shall be based on such price. The Bidder further understands that all
work which may result on the Contract shall be compensated for on a lump sum basis
and that the OWNER cannot and does not guarantee the amount or quantity of any
item of work to he performed or furnished under the Agreement.
•
PART 3
CONTRACT DOCUMENTS AND ADDENDA
3.] The Bidder agrees to be bound by the terms and provisions of all Contract
Documents as defined in the Agreement attached hereto and incorporates such
Contract Documents herein by reference,
3.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM DATE
NUMBER
PART 4
EXCEPTIONS
Iflsiructi.on.s To Bidders:
4 1 The Bidder shall fully stale each exception taken to the specifications or other
Contract Documents in Section 4.3 of this Part.
4.2 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.
4.3 Exceptions:
/4 c(7.1aNE s'r�£�0 r�i&rte xy eP&5 Age-
/ fob z
ç79 ,wr /- ' z <14/4 2 ` !>C �c ysq/J Z
CYLS7TN6 d,&7 G'ArMEC ,f, 2 `; 5c.) 77( 5
577194/0/Or ( S /s.x« f Dg Air
rC
/L4 gift cY6VZ o1C //O LengrVE===1)