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.