Loading...
HomeMy WebLinkAboutBid Packets and Information NOTICE TO BIDDERS City of Carmel,Indiana Project: #11-10 —Street Lighting and Signage Improvements Project—96th Street and Ditch Road / 106th Street and Towne Road/ 116th Street and Ditch Road 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, Carmel, Indiana (City Hall) until 10:00 a.m. Local Time on or before Wednesday, December 7, 2011, and commencing as soon as practicable thereafter during the Board of Public Works Meeting 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 accepted. 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 — #11-10 — Street Lighting and Signage Improvements Project — 96th Street and Ditch Road / 106th Street and Towne Road/ 116th Street and Ditch Road." A bid bond or certified check in an amount not less than ten percent (10%) of the amount bid must be submitted with each bid. A one hundred percent (100%) performance and payment bond will also be required of the successful bidder. It is intended that actual construction of all work divisions shall be started as soon as practicable, and each bidder shall be prepared to enter promptly into a construction contract, furnish a performance bond, and begin work without delay in the event the award is made to him. The Project consists of, but is not necessarily limited to, the following: The removal of existing street lighting and installation of new street signage, new street lights and foundations, steel and PVC conduit and wiring, and electrical cabinet, receptacle and meter for the 96th Street and Ditch Road, and 116th Street and Ditch Road roundabouts. Also, the installation of new street lights and foundations, steel and PVC conduits and wiring, and electric cabinet and meter for the 106th Street and Towne Road intersection. Contract Documents for the Project have been assembled into one bound project manual, which together with drawings,may be examined at the following locations: City of Carmel CrossRoad Engineers,PC Department of Engineering- 1st Floor 3417 Sherman Drive One Civic Square Beech Grove, IN 46107 Carmel, IN 46032 (317) 780-1555 Attn: Trent Newport, P.E., L.S. Copies of such drawings and project manuals must be obtained from CrossRoad Engineers at the address stated above, upon the payment of $50 for each set. These sets include full-size drawings. Payment must be by check. NO CASH ACCEPTED. Make checks payable to CrossRoad Engineers.PC. All payments and costs of Contract Documents are non-refundable. 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 Cannel. 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 accordance with I.C. 5-16-7 and included in the Project Manual. A pre-bid conference for discussions of the Project, the bidding requirements and other important matters will be held on Tuesday, November 29, 2011 at 11:00 a.m. local time in the Caucus Room on the 2nd Floor of City Hall (One Civic Square). All prospective bidders are invited to attend the pre-bid conference. The pre-bid conference is not mandatory. For special accommodations needed by handicapped individuals planning to attend the pre-bid conference or public bid opening meeting, please call or notify the city of Cannel, 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 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. Diana L. Cordray Clerk-Treasurer Publication dates: Thursday,November 17,2011 and Thursday,November 24, 2011 4- • • Prescribed by State Board of Accounts 80202-5885852 General Form No.99P(Rev.2009A) Federal ID#35-2061385 CITY OF CARMEL-STAR LEGALS To: INDIANAPOLIS NEWSPAPERS 307 N PENNSYLVANIA ST - PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 wlt4I'dder T eht<48J hu ac-nr- �, the The Cn a set f a or thl a�', or thereto t at ante DrOon s rg Oe „_cb,dsa prrogowjsat PUBLISHER'S CLAIM r aec Tye force bids not'a aH bt ty pro tayonsanaje c f�°m %ffert dosat sh Mild 291. Arctned for oket any asnerves H esa dtpere- situ as deegt tntef+e so/47 to wbo all bidsrignt tot*le'�(ust not exceed two actual lines,neither of which shall sonci..r fps acco 4 tn"1thrt 5- Qrr Tgje�t t.a ht gin four solid lines of the type in which the body of the _(5.1147 42 I�of aeene),olloaw si is set). -number of equivalent lines �-� 1 /II.CterkL.(;o�ray ate, ,lines Ja4lW Plan umouNun Z �'rer°M11/8o lines wig w aWP ) wow AR gw�/eEv'►o 41+10)o alep) WWI Io uamd Daealla.c 1uatee ata s7�uxwu„un aiv gnogesJaw+nes aso4a+•wow>a•?w N1MS Atiti4 st 3 I1 JI wwoawr■r..�u1: =oa of lines in notice o•ttnitt INN* 11:111191111f N1° enr :HARGES •won A. mot � 13sAn$ra•SNOI�A0 r nw•a ,. vyx,ui AuQi31 r:olumns wide equals 260.0 equivalent lines at.685 r•if a sa a<u,e 1W°wa r $ 178.12 ~ON'St1Wammal NOI1YN AO UMW MAW1a,tu,ncNil I vNr10N1„o for notices containing rule and figure work(50 per cent 1111011014,3111111d SIMON 3l1*h■funt) goofs of publication($1.00 for each proof in excess of two) .00 AUNT OF CLAIM $ 178.12 ING COST ;;awoy/woYJe}SApUl lump 5_8 ems Size of type 7 ,d papad aqI Ie pootpogg6iau ,ns 2.0 lad aqI ui auloy papad aqI puy Pur'suarlrta the p visions and penalties of IC 5-11-10-I, I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after allowing all just credits,and that no part of the same has been paid. I also certify that the printed matter attached hereto is a true copy,of the same column width and type size, which was duly published in said paper 2 times. The dates of publication being between the dates of: 11/17/2011 and 11/25/2011 Additionally,the statement checked below is true and correct: Newspaper does not have a Web site. Newspaper has a Web site and this public notice was posted on the same day as it was published in the newspaper Newspaper has a Web site,but due to a technical problem or error,public notice was posted on Newspaper has a Web site but refuses to post the public notice. DATE: 11/25/2011 Title: Clerk Iii ,-- 6t12— '9.<'//', 5arA' r, 6 r„ 4 Company _ Amount Alternative Alternative r k-C14,160L. 62,017467,9 4.1 *4' -7 7 r ii)447.r_.kk -.;aerdeiciize-c- 1 1 if Li 02C Yo 1 7y Y I1 i 553 `' qbc-s . 6/5-7--__ kdo__.,_2-,e,,1 i,tiel 4 I tt8/ 0-5-1) 49 ,01717 s *mitt/ o v5I kc T// . 4 110, 431 3e o la q e CD Jl7v 'k3 e/ � 70 F- 4 II ICI II ;I ;; III i ill :. ::: :: -T*�1 M =.TT.. Ci _ . " EL JAMES BRAINARD, MAYOR LETTER OF TRANSMITTAL Date: December 9, 2011 To: Sandy Johnson Clerk Treasurers Office From: Mike McBride Dept. of Engineering RE: Bid Packets for Project#11-10 — Street Lighting & Signage Improvement Project 96th & Ditch Rd, 106 & Towne Rd and 116th & Ditch Road Sandy, enclosed please find six (6) bids with Base Bid and Alternate Bids for the Street Lighting & Signage Improvement Project. COMPANY BASE BID ALTERNATE BID Morphey Construction $110,431.50 $38,064.50 Martell Electric $118,740.25 $40,179.75 Hoosier Company $117,441.40 $43,459.70 Signal Construction $124,599.00 $44,389.00 Custer Electric $148,000.00 $49,047.00 James. H. Drew $144,553.13 $58,696.05 I�rpm;1 u•,,c' OI 1,\(ANEER11i. ONE Civic SQUARE, C'.AJi Ici., IN 16032 Oi nct 317.571.2=141 FAX 317.571.2439 Ftil.Ait. rnkinec°ringc earmcf.in.gm 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. Company: Project Name: ,. P�d -s Date Submitted: biEc 7, Zoo Base Bid //0 43r_ Amount: Alternate Bid Amount: , 064 Local Preference Law I am claiming Local Preference (Circle One) YES ( ij) (All required documentation to be provided with bid proposal) 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; Street Lighting and Signage Improvements Project 96th Street and Ditch Road 106th Street and Towne Road 116th Street and Ditch Road Project#11-10 The removal of existing street lighting and installation of new street Proposal For Construction of: signage,new street lights and foundations, steel and PVC conduit and wiring,and electrical cabinet,receptacle and meter for the 46`x'Street and Ditch Road,and l 16`h Street and Ditch Road roundabouts. Also,the installation of new street lights and foundations,steel and PVC conduits and wiring,and electric cabinet and meter for the 1061 Street and Towne Road intersection. Date: nEc , 7 2,c' To: City of Carmel, Indiana, Board of Public Works and Safety B1D-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: ro�rs�rcx 1.2 Bidder Address: Street Address: . City: c , State: _T Zip: 4620/ Phone: 3 17 Fax: .317-356 -1253 1.3 Bidder is aian[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.] .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(Itemized Proposal), which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total ca.- O 7 Dollars($ (f o 3d . ). 2.2 Alternate 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(Alternate Items), which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total r -r ze e Fcce ., Dollars ($ 0c4 . ). 2.3 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and 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 also 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. The Bidder further understands that a Contract may be awarded by either evaluating the Base Bid alone or by evaluating the Base Bid in combination with the Alternate Bid if the Owner wishes to execute. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Base Bid Itemized Proposal (Prj.No. 11-10) -96th St. and Ditch Rd./ 106th St. and Towne Rd. Item # Item Qty Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS ( (?- m ( f`7- -0° 2 Street Sign and Post,Remove 4 EA 40. .0. — Light Pole Assembly and 3 Foundation,Remove and Salvage 4 EA Z� (C20z) -' 4 Decorative Street Sign Assembly 4 EA (Zap_ 4800- 0- Concrete Foundation with y� 5 Grounding, 30 in. Diameter x 96 in. 8 EA V 75 ' 7'n ,O 6 Light Pole Assembly, Street 8 EA cS000 -a° co-43' ' 7 Cable Duct Marker 4 EA (CO_ 400.. o- 8 Handhole 2 EA _a' ( (CC. 9 Electric Receptacle 1 EA 25O. 250- °° 10 Conduit,Steel,Galvanized,2 in. 637 LFT 8 _•So ( (764_50 11 Wire,No.4,Copper,In 2 in. 637 LFT Q Galvanized Steel Conduit,4 1/C - - -� l� 13 Wire,No.4,Copper, In Plastic 544 LFT �° �/ Duct,In Trench,4 1/C `�?J- sz -- 14 Controller Cabinet,P1,Modified 2 EA 5So- ' 77x) . Controller Cabinet Foundation,P1, 15 Modified 2 EA < 5 ..) l c 16 Mulched Seeding 480 SYS t - S,- 7Z3 - 17 Conduit, PVC, 3/4" 10 LFT 5-°° °, Total Base Bid ((O 43! - 57° Alternate Bid Itemized Proposal (Prj. No. 11-10)-116th St.and Ditch Rd. Item # Item Qty Unit Unit Cost Total Cost A-1 Mobilization/Demobilization 1 LS ? ('7-cxD (t7, od A-2 Street Sign and Post,Remove _ 3 EA - (2- ' A-3 Light Pole Assembly and 4 EA Foundation,Remove -. ([ ] _vn A-4 Decorative Street Sign Assembly 3 EA 00 A-5 3 Concrete Foundation with EA Crrounding,30 in.Diameter x 96 in. ,/ _. ' 2 _ -c:' A-6 Light Pole Assembly, Street 3 EA S,Ctoc,-"=' 2 .. A-7 Cable Duct Marker 2 EA 10 _al Zoo _ A-8 Handhole 1 EA - .ce 375.,. A-9 Conduit, Steel,Galvanized,2 in. 115 LFT 1 -So 2(27- 5o A-10 Wire,No.4, Copper,In 2 in. 115 LFT _ c=am Galvanized Steel Conduit,4 1/C 011' 440' 441111P— ■11411111111•0••-- A-12 Wire,No.4,Copper,In Plastic 214 LFT o0 Duct,In Trench,4 1/C - (71Z- - A_13 Existing Controller Cabinet, 1 EA a� Modify _ - - A-I 4 Mulched Seeding 180 SYS it-5 27Q- �' A-15 Conduit,PVC, '/" 58 LFT ..a° -' Total Alternate Bid 35, cY..4 -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 Oec . 2 Zo i 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: Jc BID-7 I I BID PROPOSAL SUMMARY PAGE Complete the following information p ng in o matron 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 en elope. elope. Company: THE HOOSIER COMPANY, INC. Project Name: Street Lighting & Signage Improvement Project - 96th & Ditch Rd/106th & Towne Rdt116th St. & Ditch Rd Date Submitted: Wednesday, December 7, 2011 Base Bid i v7, 4 4r . bra Amount: Alternate Bid IAmount: ` ',`k9 . 70 Project #11-10 Local Preference Law I am claiming Local Preference (Circle One) 41110 NO (All required documentation to be provided with bid proposal) I I t, 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: Street Lighting and Signage Improvements Project- 96t Street and Ditch Road 106th Street and Towne Road 116th Street and Ditch Road Project#11-10 The removal of existing street lighting and installation of new street Proposal For Construction of: signage,new street lights and foundations,steel and PVC conduit and wiring,and electrical cabinet, receptacle and meter for the 96th Street and Ditch Road,and 116'h Street and Ditch Road roundabouts. Also,the installation of new street lights and foundations,steel and PVC conduits and wiring,and electric cabinet and meter for the 106th Street and Towne Road intersection. Date: December 7, 2011 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: The Hoosier Company, Inc .. 1.2 Bidder Address: Street Address: 5421 West 86th Street City: Indianapolis State: I N zip: 46268 Phone: (317) 872-8125 Fax: ( 317) 872-7183 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 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.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BED-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(Itemized Proposal), which.Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total se4E4.3 -`+-ios•3a w5� �xs� +4163r.aQ112 Dollars($ xvi,4v-t .*0 ). FO�T� -oI-��c b+a 6 too boo 2.2 Alternate 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(Alternate Items), which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Dollars($ 4-s . 70 )• a °T o 2.3 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and 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 also 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. The Bidder further understands that a Contract may be awarded by either evaluating the Base Bid alone or by evaluating the Base Bid in combination with the Alternate Bid if the Owner wishes to execute. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract items shown] Base Bid Itemized Proposal (Pry.. No. 11-10) •- 96th St. and Ditch Rd. ! 106th St. and Towne Rd. Item # ltem Qty Unit Unit Cost Total Cost 1 Mobilization f Demobilization 1 LS 3,10-kto. 3.,4odz., 2 Street Sign and Post, Remove 4 EA +•o'a'.+o 2-4,12> 6 } Light Pole Assembly and 4 EA Foundation,Remove and Salvage `� '°° 4 Decorative Street Sign Assembly 4 EA �3 'I•c.c.) .ao Concrete Foundation with 5 Grounding, 30 in.Diameter x 96 in. 8 EA ` ' 1a -C10 6 Light Pole Assembly, Street 8 EA -1,160:rt. 7 Cable Duct Marker 4 EA Los.cc 8 Handhole 2 EA ow?,. , sue. 4Do 9 Electric Receptacle 1 EA -s i• . 10 Conduit, Steel, Galvanized,2 in. 637 LFT 11 Wire,No. 4,Copper, In 2 in. 637 LFT tQ, o4a, Galvanized Steel Conduit, 4 1/C ASO' -1141111111111111."' 13 Wire,No. 4,Copper, In Plastic 544 LFT Duct, In Trench,4 1/C . 14 Controller Cabinet. P1, Modified 2 EA 4,1e?.o 1 Controller Cabinet Foundation, P1, 2 EA Modified LA-1 . 16 Mulched Seeding 480 SYS 2. 17 Conduit, PVC, '/a" 10 LFT 15i Total Base Bid 1ti,-4•4k .40 Alternate Bid Itemized Proposal (Prj. No. 11-10)- 116th St. and Ditch Rd. Item # Item Qty Unit Unit Cost Total Cost A-1 Mobilization/Demobilization 1 I.S +5i3.00 s'13•c•e) A-2 Street Sign and Post,Remove 3 EA la./ o A-3 Light Pole Assembly and 4 EA Foundation,Remove bow•o0 2�oa.00 A-4 Decorative Street Sign Assembly 3 EA I_,i°. 00 4-%3-,.0° Concrete Foundation with A-5 Grounding,30 in. Diameter x 96 in. 3 EA £�, .ao Zsy,� ov A-6 Light Pole Assembly, Street 3 EA -1$46.4.. A-7 Cable Duct Marker 2 EA .o0 A-8 Handhole 1 EA q%3.co •=i�T,.o0 A-9 Conduit,Steel,Galvanized,2 in. 115 LFT ►s.90 ■'828. 0 A-10 Wire,No.4, Copper, In 2 in. 115 LFT tt.�o t3A-s.so Galvanized Steel Conduit,4 1/C A-I2 Wire,No. 4,Copper, In Plastic 214 LFT ut.to 23 Duct, In Trench,4 1/C A-13 Existing Controller Cabinet, 1 EA q,,,Z.,=.c Modify A-14 Mulched Seeding 180 SYS A-I 5 Conduit. f'VC,3" 58 ITT t-t y `-eS .cc. Total Alternate Bid _ �3,4501.-70 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 12/02/11 2 12/02/11 BID-6 PART S 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: NONE BID-7 I 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. Company: Project Name: 3fre. L1111,47;7-3 Y- 5 ,,_,,9..e /,,,,,, .r-Pro) 11-1e Date Submitted: 7 aai i Base Bid Amount: /1 y, 7 5�0. as " Alternate Bid Amount: LID, " 9. 7.5— Local Preference Law I am claiming Local Preference (Circle One) YES NO (All required documentation to be provided with bid proposal) BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel 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: Street Lighting and Signage Improvements Project- 96 Street and Ditch Road 1066 Street and Towne Road 116`x'Street and Ditch Road Project#11-10 The removal of existing street lighting and installation of new street Proposal For Construction of: signage,new street lights and foundations,steel and PVC conduit and wiring,and electrical cabinet,receptacle and meter for the 961 Street and Ditch Road,and 1161 Street and Ditch Road roundabouts, Also,the installation of new street lights and foundations,steel and PVC conduits and wiring,and electric cabinet and meter for the 10611' Street and Towne Road intersection. Date: December 7, 2011 To: City of Carmel, Indiana,Board of Public Works and Safety BID-1 PART I BIDDER INFORMATION (Print) I.1 BidderNarne: Martell Electric, LLC 1.2 Bidder Address: Street Address: 4601 Cleveland Road City: South Bend State: IN Zip: 46628 Phone: 574-271-5000 Fax: 574-271-5400 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 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.] .1 Corporation Name: n/a .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(Itemized Proposal),which Unit PricesJ when multiplied by estimated unit 9ua ities for such Contract Items, total 11Cu.t�.lr` ,//'L� k.fe�n`/1%LOO.3 a.L � ue.+'z Dollars($ //g",74/0 . Q 5— ). 1<1 V et dr+e—cser I c1r r # d9S— 2.2 Alternate 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(Alternate Items), which Unit Prices, when multi.lied by estinlated unit quantities for such Contract Items, total /7/ . Cne `LI n.d•m _ Dollars ($ did/ ' 7 21. 75- ). Vh-G den![cxy- itaa 2.3 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and 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 also 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. The Bidder further understands that a Contract may be awarded by either evaluating the Base Bid alone or by evaluating the Base Bid in combination with the Alternate Bid if the Owner wishes to execute. B1D-3 Page 1 of 2 MARTELL QUOTE No.: 16-1211 MARTELL RE: STREET L6T / SIGN IMPRV E_L_ E C_TFE l_C L L C 96TH, 106TH & 116TH CONTRACTORS S 6N©,,,, A3 [ARM EL, IN TO: 4601 Cleveland Road South Bend, IN 46628 PHONE: (574) 271-5000 FAX: (574) 271-5400 BATE; DECEMBER 7, 2011 ISM QT UNIT DESCRIPTION COST TOTAL COST BASE BIb (96TH/BITCH c 106 TH/TOWNE Rb) 1 1 LS MOBILIZATION/DEMOBILIZATION (OUR WORK ONLY) 4,000.00 4,000.00 2 4 EA STREET SIGN AND POST,REMOVE 75.00 300.00 3 4 EA LIGHT POLE ASSEMBLY AND FOUNDATION,REMOVE 425.00 1,700.00 4 4 EA DECORATIVE STREET SIGN ASSEMBLY 1,200.00 4,800.00 5 8 EA CONCRETE FOUNDATION W/GROUNDING 30IN DIAMETER 975.00 7,800.00 X 96 IN 6 8 EA LIGHT POLE ASSEMBLY,STREET 8,000.00 64,000.00 7 4 EA CABLE DUCT MARKER 100,00 400,00 8 2 EA HANDHOLE 900.00 1,800.00 9 1 EA ELECTRIC RECEPTACLE 125.00 125.00 10 637 LE CONDUIT,STEEL,GALVANIZED 2 IN 16.25 10,351.25 11 637 LF WIRE,NO.4,COPPER,IN 2 IN GALV STEEL CONDUIT 4 1/C 8.00 5,096.00 13 544 LF WIRE,NO.4,COPPER,IN PLASTIC DUCT,IN TRENCH,4 1/C 9.00 4,896.00 34 2 EA CONTROLLER CABINET,PI,MODIFIED 5,200.00 10,400.00 15 2 EA CONTROLLER CABINET FOUNDATION,P1,MODIFIED 750.00 1,500.00 16 480 SYS MULCHED SEEDING 3.15 1,512.00 17 10 LF CONDUIT,PVC,3/4" 6.00 60.00 TOTAL BASE BIb 118,740.25 ALTERNATE BIb (116TH/DITCH) Al 1 1.5 MOBILIZATION/DEMOBILIZATION (OUR WORK ONLY) 500.00 500.00 A2 3 EA STREET SIGN AND POST,REMOVE 75,00 225.00 A3 4 EA LIGHT POLE ASSEMBLY AND FOUNDATION,REMOVE 425.00 1,700.00 A4 3 EA DECORATIVE STREET SIGN ASSEMBLY 1,200.00 3,600.00 AS 3 EA CONCRETE FOUNDATION W/GROUNDING,30 IN DIAMETER 975.00 2,925.00 X 96 IN A6 3 EA LIGHT POLE ASSEMBLY,STREET 8,000.00 24,000.00 A7 2 EA CABLE DUCT MARKER 100,00 200.00 Page 2 of 2 MARTELL QUOTE No. : 16-1211 MARTELL RE: STREET LGT / SIGN IMPRV E L E C T Fit I C L L C 96TH, 106TH & 116TH CONTiaACTOF7S B ENQlNEERS CARMEL, IN TO: 4601 Cleveland Road South Bend, IN 46628 PHONE: (574) 271-5000 FAX: (574) 271-5400 DATE: DECEMBER 7, 2011 INTEOM QTY UNIT DESCRIPTION COST TOTAL COST A8 1 EA HANDHOLE 900.00 900.00 A9 115 LF CONDUIT,STEEL,GALVANIZED,2 IN 16.25 1,868.75 A10 115 LF WIRE,NO.4,COPPER,IN 2 IN GALV STEEL CONDUIT,4 1/C 8.00 920.00 Al2 214 LF WIRE,NO. 4,COPPER,IN PLASTIC DUCT,IN TRENCH,4 1/C 9.00 1,926.00 A13 1 EA EXISTING CONTROLLER CABINET,MODIFY 500.00 500.00 A14 180 SYS MULCHED SEEDING 3.15 567.00 A15 58 LF CONDUIT,PVC,3/4" 6.00 348.00 TOTAL ALTERNATE BID 40.179.75 TOTAL NOTE: THE ABOVE ITEMS ARE QUOTED AS A COMPLETE PACKAGE. NO ITEM MAY BE DELETED WITHOUT PRIOR APPROVAL PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the contract Items shown] Base Bid itemized Proposal (Prj. No. 11-10) -96th St. and Ditch Rd. / 106th St. and Towne Rd. - Item# Item Qty Unit Unit Cost Total Cost 1 Mobilization/ Demobilization I LS 4, a b 0 r 4,4)6.6• -- 2 Street Sign and Post, Remove 4 EA . r 3t6. Light Pole Assembly and 3 Foundation, Remove and Salvage 4 EA ya /' ors 4 Decorative Street Sign Assembly 4 EA t,c 0 O. — r/, g'")c d. Concrete Foundation with 8 EA Grounding, 30 in. Diameter x 96 in. 9 "7, r60. { 6 Light Pole Assembly,Street 8 EA 3-,,e,00 , f (, Y, a ao. 7 Cable Duct Marker 4 EA /a a . '' 4 d . 8 Handhole 1 2 EA be). /, 800. 9 Electric Receptacle 1 EA 10 Conduit, Steel,Galvanized,2 in. 637 LFT 1[v , /6, . Fl. a - ] 1 Wire,No.4,Copper,In 2 in. 637 LFT J Galvanized Steel Conduit,4 1/C g. d �°' 13 Wire,No.4,Copper, In Plastic 544 LFT f 4', A Duct, In Trench,4 1/C 14 Controller Cabinet, P1,Modified 2 EA 5; . t b. - rb ja c3, 15 Controller Cabinet Foundation,P1, 2 EA 75Z• !. ° 16 Mulched Seeding 480 SYS . 3.f, 1,5J a. 17 Conduit, PVC,3/4" 10 LFT ( . r G 6. Total Base Bid !f 8; 74-(6. �-� 1 I Alternate Bid Itemized Proposal (Pr,j.No. 11-10) - 116th St. and Ditch Rd. Item f Item Qty [;nit Unit Cost Total Cost , A-1 Mobilization/Demobilization 1 LS . ` °— . A-2 Street Sign and Post,Remove 3 EA 25. f 0,0-57 A 3 Light Pole Assembly and 4 EA Foundation,Remove 4;-5". -- /, 7 r?t . f A-4 Decorative Street Sign Assembly 3 EA I, 06, f .3, z.Od . Concrete Foundation with A-5 Grounding,30 in.Diameter x 96 in, 3 EA C�� r . A-6 Light Pole Assembly,Street 3 EA , o 6 D .,- cat-4 ,36e. 'A-7 Cable Duct Marker 2 EA 7a a. -- 6.D• A-8 Handhole I EA 9o , .D.0 . -- A-9 Conduit,Steel,Galvanized, 2 in. 115 LFT /4r .0.n— 4 r6, 7. 75 s A-1 b Wire,No.4,Copper,in 2 in. 115 LFT g. 90-6, -- Galvanized Steel Conduit,41/C A-12 Wire,Na.4,Copper,In Plastic 214 LFT !/Q¢26 . Duct,In Trench, 41/C A-13 Existing Controller Cabinet, - 1 EA o r Modify ,fib A-14 Mulched Seeding 180 , SYS .3. /5 5-Z, '7. A-15 Conduit,PVC,3/4" 58 LFT G . -- ,3q g. — Total Alternate Bid ei b, 1 '79. jS 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 December 2, 2011 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: f?Aa BID-7 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: Street Lighting and Signage Improvements Project- 96 Street and Ditch Road 106th Street and Towne Road 116`h Street and Ditch Road Project#11-10 The removal of existing street lighting and installation of new street Proposal For Construction of: signage,new street lights and foundations,steel and PVC conduit and wiring,and electrical cabinet,receptacle and meter for the 96th Street and Ditch Road,and 116th Street and Ditch Road roundabouts. Also,the installation of new street lights and foundations,steel and PVC conduits and wiring,and electric cabinet and meter for the 106th Street and Towne I Road intersection. Date: 'ecej,nIP/ 7 07011 To: City of Carmel, Indiana, Board of Public Works and Safety BID-I PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: S ;5 n a 110-1u oid n Z ca repro--Li 1.2 Bidder Address: Street Address: 5639 S 74 City: C�Y'eertf ie/.j State: /v Zip: V(0 1 ld Phone: 317- g'?(/' O/..D Fax: 3/7- e ?[-Z/2 / 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.] .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(Itemized Proposal), which Unit Price ,w when multiplied by estimated unit quantities for such Contract Items, total one hLind l e 14,en 4,,: kbusaILI c;1 c I1i,4u.3re.) n,,,,1 n iN * '/,,, Dollars ($ /ac/! 59 9. Co ). 2.2 Alternate 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(Alternate Items), which U it Prices, when m ltiplied by estimated unit quantities for such Contract Items, total For , tuu/ fhuugn j Art, hern�r )e IL ,n� QilJ /4°,40 Dollars ($ r,/c� 38 9'° p ). 2.3 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and 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 also 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. The Bidder further understands that a Contract may be awarded by either evaluating the Base Bid alone or by evaluating the Base Bid in combination with the Alternate Bid if the Owner wishes to execute. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] _ Base Bid Itemized Proposal ■ (Prj. No. 11-10) - 96th St. and Ditch Rd. / 106th St. and Towne Rd. Item# Item Qty Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS 7000.ov 7 0 on .00 2 Street Sign and Post, Remove 4 EA $0.00 .g.06. Do 3 Light Pole Assembly and 4 EA Foundation,Remove and Salvage 9,50.00 1 000 .c o 4 Decorative Street Sign Assembly 4 EA 1375 . Co 55 Ov . 00 5 Concrete Foundation with 8 EA Grounding, 30 in. Diameter x 96 in. Pcj .00 7,2 pU .Cb 6 Light Pole Assembly, Street 8 EA Qap.Op �� Uoo . CO 7 Cable Duct Marker 4 EA ,2,2 $.ce, 9oo ,Co 8 Handhole 2 EA gso, 700 , 9 Electric Receptacle 1 EA r�,G a So .c i 10 Conduit, Steel,Galvanized,2 in. 637 LFT /a. 7(c t/q, ao 1 1 Wire,No.4,Copper,In 2 in. 637 LFT Galvanized Steel Conduit,4 1/C (7,00 5733. as 13 Wire,No.4,Copper, In Plastic 544 LFT Duct, In Trench,4 1/C /c).50 5 7/ ,co 14 Controller Cabinet, P1,Modified 2 EA 5700 .00 1/, LOX) ,CAO 15 Controller Cabinet Foundation,P1, 2 EA Modified 800.6D /e000.03 16 Mulched Seeding 480 SYS /, 50 7a0.CX, 17 Conduit, PVC,3/4" 10 LFT y.fZ, `-/U,do Total Base Bid /a� 599,a) Alternate Bid Itemized Proposal (Prj. No. 11-1017 116th St. and Ditch Rd. Item # Item Qty Unit Unit Cost Total Cost A-1 Mobilization/Demobilization 1 LS ,.„?Ca) .GU 3& .oo A-2 Street Sign and Post,Remove 3 EA 5U, GO SO . co A-3 Light Pole Assembly and 4 EA Foundation,Remove a So•Ov /OCX3. CO A-4 Decorative Street Sign Assembly 3 EA /3 75.,Oo L// S C'o A-5 Concrete Foundation with 3 EA Grounding, 30 in. Diameter x 96 in. ggij•M 7 co, 00 A-6 Light Pole Assembly, Street 3 EA 8.500.00 (2 5, 560 .c.6 A-7 Cable Duct Marker 2 EA as 5,Ov /SG o0 A-8 Handhole 1 EA 9( .cra SOo .0c3 A-9 Conduit,Steel,Galvanized,2 in. 115 LFT Q.Q) /.280, c6 A-10 Wire,No.4,Copper,In 2 in. 115 LFT Galvanized Steel Conduit,4 1/C c/'.CO 103.5.o6 A-12 Wire,No.4,Copper,In Plastic 214 LFT Duct, In Trench,4 1/C /(0. 50 c/7. Gb A-13 Existing Controller Cabinet, 1 EA Modify 15a). co /50o. Ce A-14 Mulched Seeding 180 SYS /,5.6 .27O. a) A-1S Conduit. PVC. %" 58 LFT Total Alternate Bid 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 /2- -/1 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. Company: James H Drew Corporation Project Name: BID #11-10 - Street LIghting and Signage Improvement Date Submitted: December 7, 2011 Base Bid $144,553. 13 Amount: Alternate Bid $58,696.05 Amount: Local Preference Law I am claiming Local Preference (Circle One) YES ( 5 ) (All required documentation to be provided with bid proposal) EXHIBIT D E-VERIFY PROGRAM Pursuant to Indiana Code 22-5-1.7-11,the Vendor is required to enroll in and verify the work eligibility status of all newly hired employees through the E-Verify program. The Vendor is not required to verify the work eligibility status of all newly hired employees through the E-Verify program if the E-Verify program no longer exists. The individual person(s)executing this Agreement, being first duly sworn,depose(s), state(s) and affirms the following: 1. The Vendor does not knowingly employ an unauthorized alien. 2. The Vendor, prior to entering into this Agreement, has enrolled and is participating in the E-Verify program. The Vendor shall provide documentation to the administrator of the Hamilton County Community Development Block Grant Program and the City that the Vendor has enrolled and is participating in the E-Verify program. Vendor: James . Drew Co -• e r: ion Written Signature: t Printed Name: a ry K Oyler III I itle: President Important-Notary Signature and Seal Required in the Space Below STATE OF Indiana ,.•`"TE"'�, JILL D SHIRLEY et�..°R 4i SS: �NOr�11`.*: ?NOtafy Public. Stale of Indiana s*• *p Hendricks County 3 • SEAL; My Commission Expires COUNTY OF Marion r`a A rll 26, 2019 01/11110 P Subscribed and sworn to before me this 5 day of December 2011 . My commission expires: 4/26/2019 (Signed) Oda • _dam, Printed: 1 11 Shirley Residing in Hendricks County, State of Indiana 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: Street Lighting and Signage Improvements Project- 96` Street and Ditch Road 106`"Street and Towne Road 116th Street and Ditch Road Project#11-10 Proposal For Construction of: The removal of existing street lighting and installation of new street signage,new street lights and foundations,steel and PVC conduit and wiring,and electrical cabinet,receptacle and meter for the 96th Street and Ditch Road,and 116th Street and Ditch Road roundabouts. Also,the installation of new street lights and foundations,steel and PVC conduits and wiring,and electric cabinet and meter for the 106`x' Street and Towne Road intersection. Date: December 7, 2011 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: James H Drew Corporation 1.2 Bidder Address: Street Address: 8701 Zionsville Road City: Indianapolis State: IN Zip: 46268 Phone: 317-876-3739 Fax: 317-876-3829 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 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.] .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(Itemized Proposal), which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,totalOne Hundred and Fourty Four Thousand five hundred and Dollars($ 144,553.13 ). fifty three dollars and 13 cents 2.2 Alternate 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(Alternate Items), which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Fifty eight thousand six hundred and ninty six dollars and 05 cejlars ($ 58,696.05 D. 2.3 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and 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 also 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. The Bidder further understands that a Contract may be awarded by either evaluating the Base Bid alone or by evaluating the Base Bid in combination with the Alternate Bid if the Owner wishes to execute. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Base Bid Itemized Proposal (Prj. No. 11-10) - 96th St. and Ditch Rd. / 106th St. and Towne Rd. _ Item # Item Qty Unit Unit Cost Total Cost Mobilization/Demobilization l LS 2,500.20 2,500.20 2 Street Sign and Post,Remove 4 EA 467.55 1,870.20 3 Light Pole Assembly and 4 EA 633.46 2,533.84 Foundation,Remove and Salvage 4 Decorative Street Sign Assembly 4 EA 2,585.10 10,340.40 Concrete Foundation with 5 8 EA 1,375.10 11,000.80 Grounding,30 in.Diameter x 96 in. 6 Light Pole Assembly,Street 8 EA 8,223.46 65,787.68 7 Cable Duct Marker 4 EA 292.23 1,168.92 8 Handhole 2 EA 1,347.60 2,695.20 9 Electric Receptacle 1 EA 743.46 743.46 10 Conduit,Steel,Galvanized,2 in. 637 LFT 19.48 12,408.76 11 Wire,No.4,Copper,In 2 in. 637 LFT 11.01 7,013.37 Galvanized Steel Conduit,4 1/C \/ �4111111.1' i Wire,No.4,Copper,In Plastic 544 LFT 11.01 5,989.44 Duct, In Trench,4 1/C 14 Controller Cabinet,P1, Modified 2 EA 8,033.83 16,067.66 15 Controller Cabinet Foundation,P1, 2 EA 1,375.10 2,750.20 Modified 16 Mulched Seeding 480 SYS 3.30 __ 1,584.00 17 Conduit,PVC,3/4" 10 LFT 9.90 99.00 Total Base Bid 144,553.13 Alternate Bid Itemized Proposal (Prj. No. 11-10) - 116th St. and Ditch Rd. Item # Item Qty Unit Unit Cost Total Cost A-1 Mobilization/Demobilization I LS 1,563.61 1,563.61 A-2 Street Sign and Post, Remove 3 EA 466.81 1,400.43 A-3 Light Pole Assembly and 4 EA 632.45 2,529.80 Foundation, Remove A-4 Decorative Street Sign Assembly 3 EA 2,583.61 7,750.83 A-5 Concrete Foundation with 3 EA 1,373.61 4,120.83 Grounding,30 in. Diameter x 96 in. A-6 Light Pole Assembly,Street 3 EA 8,222.45 24,667.35 A-7 Cable Duct Marker 2 EA 291 .87 583.74 A-8 Handhole 1 EA 1,044.95 1044.95 A-9 Conduit, Steel,Galvanized,2 in. 115 LFT 19.46 2,237.90 A-10 Wire,No.4,Copper, In 2 in. 115 LFT 11 .00 1,265.00 Galvanized Steel Conduit,4 1/C 41111111/` '411111111111.11"' A 12 Wire, No.4,Copper, In Plastic 214 LFT 11.00 2,354.00 Duct, In Trench,4 1/C A-13 Existing Controller Cabinet, 1 EA 8,029.79 8,029.79 Modify A-14 Mulched Seeding 180 SYS 3.19 574.20 A-I5 Conduit, PVC, 3/4" 58 LFT 9.89 573.62 Total Alternate Bid $58,696.05 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 December 2, 2011 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: NONE BID-7 SEALED BID 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. Company: Custer Electric, Inc. Project Name: street Lic Ling & Sim Inp. Projects - 96th & Eitrfi/ 106th & 'Thrice Date Submitted: 12-7-11 Base Bid Amount: $148, 000. 00 Alternate Bid Amount: $49, 047. 00 I Local Preference Law I am claiming Local Preference (Circle One) YES N I (All required documentation to be provided with bid proposal) I I I I Instructions To Bidders. BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel 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: Street Lighting and Signage Improvements Project- 96t Street and Ditch Road 106th Street and Towne Road 116th Street and Ditch Road Project#11-10 The removal of existing street lighting and installation of new street Proposal For Construction of: signage,new street lights and foundations,steel and PVC conduit and wiring,and electrical cabinet, receptacle and meter for the 96th Street and Ditch Road,and 116th Street and Ditch Road roundabouts. Also,the installation of new street lights and foundations,steel and PVC conduits and wiring,and electric cabinet and meter for the 106th Street and Towne Road intersection. Date: 12—7—1 1 To: City of Carmel, Indiana, Board of Public Works and Safety I I I I I I BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Custer Electric, Inc. 1.2 Bidder Address: Street Address: 1744 East 800 North City: Rushville State: IN Zip: 46173 Phone: 765-645-5511 Fax: 765-645-5013 • 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 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.] .1 Corporation Name: Custer Electric, Inc. .2 Address: 1744 East 800 North .3 Date registered with State of Indiana: 12-1970 .4 Indiana Registered Agent: Name: Craig M. Custer Address: 8290 North 150 East Rushville, IN 46173 I I I I 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(Itemized Proposal), which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Q�e 1- ed f+crty eicbt thasarri anti rn/100's. Dollars ($ 1 4 8, 0 0 0 . 0 0 ). 2.2 Alternate 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(Alternate Items), which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total . P ty nine thasard fzxty sew and m/100's. Dollars ($ 4 9,0 4 7.0 0 ). 2.3 The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and 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 also 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. The Bidder further understands that a Contract may be awarded by either evaluating the Base Bid alone or by evaluating the Base Bid in combination with the Alternate Bid if the Owner wishes to execute. I I I I I BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Base Bid Itemized Proposal (Prj. No. 11-10) - 96th St. and Ditch Rd. / 106th St. and Towne Rd. Item # Item Qty Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS $3,000.00 $ 3,000.00 2 Street Sign and Post,Remove 4 EA $ 160.00 $ 640.00 3 Light Pole Assembly and Foundation,Remove and Salvage 4 EA $ 700.00 $ 2,800.00 4 Decorative Street Sign Assembly 4 EA $1,290.00 $ 5,160.00 Concrete Foundation with 5 8 EA Grounding, 30 in. Diameter x 96 in. $1,342.00 $10,736.00 6 Light Pole Assembly, Street 8 EA $9,904.00 $79,232.00 7 Cable Duct Marker 4 EA $ 75.00 $ 300.00 8 Handhole 2 EA $ 500.00 $ 1,000.00 9 Electric Receptacle 1 EA $ 60.00 $ 60.00 10 Conduit, Steel, Galvanized, 2 in. 637 LFT $ 25.00 $15.925.00 11 Wire,No. 4, Copper, In 2 in. 637 LFT Galvanized Steel Conduit,4 1/C • $ 6.00 $ 3,822.00 13 Wire,No. 4, Copper, In Plastic 544 LFT Duct,In Trench,4 1/C $ 8.00 $ 4,352.00 14 Controller Cabinet, P1,Modified 2 EA $6,072.50 $12,145.00 15 Controller Cabinet Foundation,P1, 2 EA $3,300.00 $ 6,600.00 Modified 16 Mulched Seeding 480 SYS 4.60 $ 2,208.00 17 Conduit, PVC, 3/4" 10 LFT 2.00 $ 20.00 Total Base Bid $148, 000 . 00 Alternate Bid Itemized Proposal (Prj. 'So. 11-10) - 116th St. and Ditch Rd. Item # Item Qty Unit Unit Cost Total Cost A-1 Mobilization/Demobilization 1 LS $1,500.00 $ 1,500.00 A-2 Street Sign and Post, Remove 3 EA $ 160.00 $ 480.00 Light Pole Assembly and . A-3 Foundation,Remove 4 EA $ 70000 $ 2,800.00 A-4 Decorative Street Sign Assembly 3 EA $1,290.00 $ 3,870.00 Concrete Foundation with A-5 Grounding, 30 in. Diameter x 96 in. 3 EA $1,342.00 $ 4,026.00 A-6 Light Pole Assembly, Street 3 EA $9,904.00 $29,712.00 A-7 Cable Duct Marker 2 EA $ 75,00 $ 150.00 A-8 Handhole 1 EA $ 500.00 $ 500.00 A-9 Conduit, Steel,Galvanized, 2 in. 115 LFT $ 20,00 $ 2,300.00 Wire,No. 4, Copper, In 2 in. A-10 Galvanized Steel Conduit,4 1/C 115 LFT $ 5.00 $ 575.00 Wire,No. 4, Copper, In Plastic ` A-12 Duct, In Trench,4 1/C 214 LFT $ 7,00 $ 1,498.00 Existing Controller Cabinet, A-13 Modify 1 EA $ 800.00 $ 800.00 A-14 Mulched Seeding 180 SYS $ 4.00 $ 720.00 A-I5 Conduit, PVC, 3/4" 58 LFT $ 2.00 $ 116.00 Total Alternate Bid $49,047.00 i 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 12-2-11 1 1 1 1 I I I I I I 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. x 5.3 Exceptions: No utility charges ( if applicable) are included. 1 1 I I V I BID-7