Loading...
HomeMy WebLinkAboutBid Information and Packets • 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 the "Hunters Creek Barrett Law Street Lighting Project" at the office of the Clerk Treasurer, One Civic Square, Cannel, Indiana (City Hall) until 10:00 a.m. EST on or before November 21, 2007, and commencing as soon as practicable thereafter on the same date such bids will he 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- Hunters Creek Barrett Law Street Lighting Project". 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 000%) performance bond and one hundred percent (100%) payment bond will also he 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 all bonds, 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: I. Provide street lighting in Hunter's Creek Subdivision, Carmel, Indiana. 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 Dept. of Engineering- 1" Floor One Civic Square Carmel, IN 46032 (317) 571-2441 Copies of such drawings and project manuals must he obtained from Three-S Reproductions, 643 Massachusetts Avenue, Indianapolis, Indiana, (3 17) 637-3773, upon the payment of the reproduction cost for each set. These sets include full-size drawings. Make checks payable to Three-S Reproductions. All payments and costs of Contract Documents arc 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 Carmel. A pre-bid conference for discussions of the Project, the bidding requirements and other important matters will he held at 10:00 a.nt. on November 13, 2007 in the Caucus Room on the 2" 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. - The deadline for written notice to the City by the Bidder of conflicts, errors, discrepancies or ambiguities in the Contract Documents or any sample form or if the Bidder is in doubt as to the intended meaning of any portion or provision in the Contract Documents or any sample form per Section 4.1 of the Instruction to Bidders is 10:00 a.ni. on November 14, 2007. For special accommodations needed by handicapped individuals planning to attend the public bid opening meeting, please call or notify the city of Carmel, Engineer's Office, at (317) 571-2441 at least forty-eight (48) hours prior thereto. Pursuant to IC 36-1-12-4 (8) and IC 36-1-12-6, 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 sixty (60) days and said bids shall remain in full force and effect during said period. No bidder may withdraw any bid or proposal within a period of sixty (60) days following the date set for receiving bids or proposals. 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. Cord ray Clerk Treasurer Publication Dates: Friday, November 2 and November 9, 2007 Form Prescribed by Stale Board of Accounts 900549-5025412 General Form No 99 F(Rev. 19.V7) • CITY (SF CARNIEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 307 N PENNSYLVANIA ST - PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 PUBLISHER'S CLAIM LINE COUNT Display Matter-(Must not exceed two actual lines,neither of which S shall total more than four solid lines of the type in which the body of the advertisement is set)- Number of equivalent lines Head-Number of lines Body-Number of lines T ail- Number of lines 5 Total number of lines in notice COMPUTATION OF CHARGES 1490 lines 1.0 columns wide equals 149.0 equivalent b 73.31 lines at 492 cents per line Charges for extra proof of publication IS L00 for each proof in excess of two) S 110 S .00 TOTAL AMOUNT OF CLAIM S DATA FOR COMPUTING COST S • Width of single column 7.83 ems Size of type 5 7 point S - S Number of insertions 1.0 73.31 Nursttan/m rho provisions erred pemr6ies of ampler 153,Acts cJ1953, 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. DATE: Il/09/200?.va� l��ny 9E8 4.119,1,LALC-tallerk iipgouromy PalveM:9E8 Tit l e luawdln63'sapAno40iy IEB • 900549-5025 . Moat° PUBLISHER'S AFFIDAVIT awavallgow°NV ale Ated2a- j sauosrantl'IwJchni 91B State of Indiana S5! glerll rol4wwo]lsasn8 SIB '• E I ton County •apwasta:08M tied .1 sedwe)yAar E18 in Personally appeared before me,a notary public in and 14 said county and stale, Ana 2l9 m1RgttN0lul MP' smsnampinvotr Ile w the undersigned Karen Mullins who, being duly sworn,says thai 811 ft is clerk aaucmnsl aplyaA'Supueuaoury but of the Noblesville Ledger a newspaper of general circulation ' vapells8'Wwl 808 vMS LOB . su?A 909 .h printed and published in the English language in the city of NO13LESV)LLE in state. at) 506 n SP)tRsiDaW r and county'diirresaid,and that the printed matter attached hereto is a true copy, -aw var°m5 iql°IW Snt4 LOB a which was duly published in said a peir for 2 times between the dates of awls'wawdlnb9'IWW t08 p I}I ( 1- u �x" t4 aSElllltl ' 11/02/2007 and 11/0912007 Purl lenlawwo] 66L }uauysawleWWUl %L. ! �e't� -��Clerk luw5eueiyWadmd L6/. I Title area istium alielol8 96L I61 ales iy ordsl14 a 561 4 Subscribed and sworn to before me on 1110912007 asealr°taaeds l!tIM 46L .su pu ) ay0 z6L -DIES/01 wards apy}p 06L ascot aa}wirdS P/51M alesxi°SSle!asaPul Lit assairojiawillsiriasnpul 98L Votary Public tk - _ Au'mladdo ssauasn9 sic "OFFICIAL Fomi e5-RF-v1-88 as�upuey- My conlntiss ion expires., OFFICIAL SEAL"ssausng, L --'.�II53II-I�I,A,Itcaii- a6 Il Notary Public,Slate of Indiana 9 Fix900 saul.M1 Eat My Commission Exp.05/06/2011 pwu,M Are alels3leay.ww°) 88l aie1531t8111t tWWa) let • • P 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: Hunter's Creek Barrett Law Street Lighting Project Proposal For Construction of: Hunter's Creek Barrett Law Street Lighting Project, Cannel, Indiana per the construction documents of the same title, by ARGO Consulting Engineers,Inc. Date: ZI, Z7 To: City of Carmel,Indiana,Board of Public Works and Safety • MORPHEY CONSTRUCTION INC. 1499 North Sherman Dr. I°olianapolia,IN 462014616 PART I BIDDER INFORMATION A (Print) 1.1 Bidder Name: ( vlc°-f't--i Y ./� 1.2 Bidder Address: Street Address: (4 77 CJ City: .4�NA+.w�>.cs State: Zip: 4Zoi Phone: 31 -52So Fax: 3t7 35 C?ZS3 1.3 Bidder is a/an[mark one] Individual Partnership 1/Indiana Corporation Foreign (Out of State)Corporation; State: Joint Venture Other 1.4 (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 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 Generals Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: MORPHEY CONSIRUCITON INC. 1499 North Sherman Dr. Indianapolis.IN 46201.1616 HUNTER'S CREEK BARRETT LAW STREET LIGHTING PROJECT CITY OF CARMEL ADDENDUM NUMBER ONE Page 3of3 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 lump sum amount of O F. ts"tFREE For-,t, -ran= , 6'°4c" Dollars ($ fe43 Z4S_ ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. MORPHEY CONSTRUCTION INC. 1499 North Sherman Dr. Indianapolis,IN 46201-1515 • PART 3 CONTRACT ITEMS AND UNIT PRICES These prices shall be the basis for adding or deleting items from the Scope of Work outlined in Bid Documents. The unit price shall be the cost for full and complete compensation for all direct and indirect costs for each respective item of work, including without limitations, all materials, labor, supervision,equipment, transportation, warranties, repair, replacement, overhead and profit for the item, complete and in place and in service. Payment for such work shall be in accordance with Section 10.31 of the Standard General Conditions only with an executed change order to the Contract. Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price [in Words] Quantity Price for Item 1. Light pole and fixture provided and installed 1 2.400 24cc 2. %4' PVC conduit 100 feet }Q . \CtO° 3. #10AWG . 100 feet 4. Direct buried metered 1 _ - pedestal 5. Trenching,backfilling,and 100 feet (c,_ sodding MC ?'iEy CONSTRUCTION INC. 1499 North Sherman Dr. Indianapolis,IN 46201-1516 • • 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 rr — rs Zoo7 MORPREY CONSTRUCTION IND. 1999 North Sherman Dr. Indianapolis,IN 46201-1515 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. 52 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: MORPHEY CONSTRUCTION INC. 1499 North Sherman Dr. Indianapolis.IN 46201-1516 i.t THE AMERICAN INSTITUTE OF ARCHITECTS SEALED BI ORIGINAL AM Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Custer Electric, Inc. !Heir insen full name and address or Legal Yale of Contractor) 1744 E. 800 N., Rushville, IN 46173 as Principal, hereinafter called the Principal, and American Safety Casualty Insurance Company Mete hest lull name and address or legal title of Surety] 100 Galleria Parkway, Suite 700, Atlanta, GA 30339 a corporation duly organized under the laws of the State of GEORGIA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Carmel, Board of Public Works and Safety, One Civic Square, Carmel, IN 46032 "e'e'0ief full name and address or legal tile of owner as Obligee, hereinafter called the Obligee, in the sum of ten percent of the amount bid Dollars 41U% of bid 1, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for :Here,nsen lull name, address and description of project) Hunters Creek Law Street Lighting Project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good Faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void,otherwise to remain in toll force and effect. Signed and sealed this 21st day of November 2007 t �I • Lit,/ Ly:ster Electric, Inc. (Prirtcip (Seal)-vi-7:- (witness? s--- (Title) q\lia) American 5 fety Casua InsuranceCompany E fre (Seat) twit ss) i BY: .�,G]�) / 11r ��1.E1 let Jason D. Cromwell, Attorney-in-Fact AIA DOCUMENT 4310• BID BOND•AIA®• FEBRUARY 1970 ED•THE AMERICAN INSTITUTE DE ARCHITECTS, 1735 N.Y. AVE., N.W„ WASHINGTON, D.C. 20006 1 es. Printed on Recycled Paper 9/93 Yom' i BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall he fully and accurately filled in and completed and notarized. I Project: Hunter's Creek Barrett Law Street Lighting Project S Proposal For Construction of: Hunter's Creek Barrett Law Street Lighting Project, Carmel, Indiana per the construction documents of the same title, by ARGO Consulting Engineers, Inc. S S 5 Date: November 21 , 2007 To: City of Carmel,Indiana,Board of Public Works and Safety I I I I I I S S I t , • PART I • BIDDER INFORMATION (Print) 1.1 Bidder Name: Custer Electric , Inc . 1.2 Bidder Address: Street Address: 1744 E 800 NT, Rushville , In 46173 • City: Rushville State: IN Zip: 46173 Phone: 765-645-5511 Fax: 765--65013 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: 6 .4 Indiana Registered Agent: Name: Address: t• tl/16/2007 7Ii1 14: fl Eh/. 711 571 14:19 Cilp of Cirnel. iCuvai uvu HUNTER'S CREEK BARRETT LAW STREET LIGHTING PROTECT CITY OE CARMEL ADDENDUM NUMBER ONE Page 3 of 3 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 fulfil] 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 lump sum amount of �ehs five thcusard six hin±d eighty rune. Dollars (5.105,689.00 }. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. PART 3 CONTRACT ITEMS AND UNIT PRICES These prices shall be the basis for adding or deleting items from the Scope of Work outlined in Bid Documents. IThe unit price shall be the cost for full and complete compensation for all direct and indirect costs for each respective item of work, including without limitations, all materials, labor, supervision, equipment, transportation,warranties,repair, replacement, overhead and profit for the item,complete and in place and in service. IIPayment for such work shall he in accordance with Section 10.31 of the Standard General Conditions only with an executed change order to the Contract. IIIPrices In Figures Contract Description/ Estimated Unit Total Price llItem No. Unit Price [in Words] Quantity Price for Item 1. - Light pole and fixture provided and installed I $2 , 459 . 00 $2 , 489 . 00 ea . II2. %"PVC conduit 100 feet $65 . 00 $65 . 00 per 100 ' 3. 410AWG 100 feet $125 .00 $125 . 00 per 100 ' a4. Direct buried metered 1 $375 . 00 $375 . 00 ea . pedestal I5. Trenching, backfilling, and 100 feet sodding $200. 00 $200 . 00 per 100 ' I I I RI U 4 • PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as Sr' Y P 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 11-15-2007 N N N I U U N N . N N • 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. I I I I • I I I I N I Prescribed by Slate Board of Accounts State Form 52414 Form No.96(Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) Date: November 21 , 2007 1. Governmental Unit(Owner): City of Carmel 2. County : Hamilton 3. Bidder (Firm): Custer Electric , Inc . Address: .1744 East 800 North City/State: Rushville , In 46173 4. Telephone Number: 765-645-5511 5. Agent of Bidder Of applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Carmel — Hunters Creek Street Lighting (Governmental Unit) in accordance with plans and specifications prepared by Argo Engineers , Inc . and dated 10-31-07 for the sum of C7e hurtle-P(1 five _ thousand six hincth2 eighty nine. $ 105,689.00 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the hid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I C. 5-16-8-2). I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (For projects of $100,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel Bidder(Firm) Custer Electric , Inc . Date: November 21 , 2007 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? RL = rc&.ey lighting EB = football lighting C = steer lighting BB = baS 11 lightinc SB = softball lighting IN = bards lighting Completion Contract Amount Class of Work Date Name and Address of Owner 5209,0 .00 RL 5-07 Arrn f . Light & FYx..er $99,500.00 _ FB 8-07 Delaware (arm. 5.1,w1 Corp. $43,505.00 TN 7-07 Ball State University $62,500.3D SB 11-C6 NISD of Martinsville 2. What public works projects are now in process of construction by your organization? Expected Contract Amount Class of Work Completion Name and Address of Owner Date $93,434.00 RL 1-C8 Tan of Zionsville $105,33100 'IN 1-08 Shelbyville Central Sciicols $69,500.00 180' radio trier 12-07 Greenfield Central Schools $69,11 5.00 parking lot lights 12-07 IVY Tall College Ecuntodn Cagns • 3. Have you ever failed to complete any work awarded to you? N o- If so, where and why? 4. List references from private firms for which you have performed work. Guerin Catholic U . S . , Roncalli Catholic H . S . , Andrean Catholic U . S . , Bishop Knoll U . S . , Shawe Memorial H . S . , Eldora Motor Speedway, Kokomo Motor Speedway. SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a fisting must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the.governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. SECTION III CONTRACTOR'S 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 the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded.