HomeMy WebLinkAboutBPW 12-18-13 Paperless
Board of Public Works and Safety Meeting
AGENDA
Wednesday, December 18, 2013 – 10:00 a.m.
Council Chambers City Hall One Civic Square
MEETING CALLED TO ORDER
1. MINUTES
a. Minutes from the December 4, 2013 Regular Meeting
2. BID OPENING/AWARDS
a. Bid Opening for 2014 Police Cars; Chief Tim Green, Carmel Police Department
b. Bid Opening for 106th Street & Illinois Water Main Extension; John Duffy, Director
of the Utilities Department
c. Quote Opening for Traffic Signal Maintenance; Gary Duncan, Assistant City
Engineers
d. Bid Award For Illinois Street Extension; Spring Mill Road to 106th; E&B
Paving/Gradex; ($6,748,270.63) this was the lowest most responsive bid; Mike
McBride, City Engineer
e. Bid Award; Pennsylvania Street Water Main Project; Atlas Excavating;
($1,022,860.00); this was the lowest most responsive bid; John Duffy, Director of the
Utilities Department
3. PERFORMANCE RELEASES
a. Resolution No. BPW-12-18-13-01; Cobblestone Commons; Streets, Curbs &
Walks; Justin Moffett, Old Town Design Group
b. Resolution No. BPW-12-18-13-02; Village of West Clay; Section8002; Concrete
Curbs; Kurt Karns, Karns, Inc.
c. Resolution No. BPW-12-18-13-03; Village of West Clay; Section 8002; John Duffy,
Director of the Utilities Department
d. Resolution No. BPW-12-18-13-04; Legacy; Multiple Phases; Timothy Walter,
Platinum Properties
e. Resolution NO. BPW-12-184-13-05; Long Ridge Estates; Water Mains; John Duffy,
Director of the Utilities Department
4. CONTRACTS
a. Request for Purchase of Goods and Services; Additional Service #1; Angel Touch
Lawn Care; ($15,000.00); removal of trees and stumps; Mike Hollibaugh, Director
of the Department of Community Services
b. Request for Purchase of Goods and Services; Sub Surface of Indiana;
($348,000.00); Bridlebourne Drainage; Mike McBride, City Engineer
c. Request for Purchase of Goods and Services; Service First; ($23,043.28); Office
Cleaning; John Duffy, Director of the Utilities Department
d. Request for Purchase of Goods and Services; Change Order #1; Hunt Paving
Company; ($41,920.00); 136th Culvert; Mike McBride, City Engineer
e. Request for Purchase of Goods and Services; Indiana University Public Policy
Institute Study; ($92,000.00); Concept Paper-Evaluation of Outcomes Resulting
from the Carmel City Center and Old Town Redevelopment Efforts; Nancy Heck,
Director of the Department of Community Relations
f. Request for Purchase of Goods and Services; E&B Paving/Gradex;
($6,504,567.67); Illinois Street Extension Phase II; Mike McBride, City Engineer
g. Request for Purchase of Goods and Services; Vive Exterior Design; ($74,570.00);
Sidewalk Snow Removal – Art and Design District/City Center/PAC; Dave
Huffman, Street Commissioner
5. CITY FACILITIES/STREETS/USE
a. Request to Use Japanese Garden; Wedding; May 31, 2014; 11:00 a.m. to 1:30 p.m.;
Eric Seidensticker
6. OTHER
a. TABLED 2/6/11; Request for Dedication of Streets; Traditions on the Monon;
Robert Potokar, HOA Traditions on the Monon
b. Request for Variance; Improvements of Right of Way; 116th at Rangeline; Rick
Radabaugh, Kite Realty
c. Request for Variance; Fence and Landscaping; 12080 Bennington Trace; Mr. &
Mrs. Charles Germain
d. Request for Replat; Cottages at Carmel; Block N, Units 33 & 34; Troy Terew, True
North Surveying
e. Request for Temporary Construction Entrance; Inglenook Subdivision; Casey
Land, Land Development & Building LLC
f. Request for Stormwater Technical Standards Variance; Chris Hinkle, SEA Group
Land Surveyors
7. ADJOURNMENT
BOARD OF PUBLIC WORKS & SAFETY MEETING
MINUTES
WEDNESDAY, DECEMBER 4, 2013 –10:00 A.M.
COUNCIL CHAMBERS / CITY HALL / ONE CIVIC SQUARE
MEETING CALLED TO ORDER
Mayor Brainard called the meeting to order at 10:06 a.m.
MEMBERS PRESENT
Mayor Brainard, Board Members; Mary Ann Burke and Lori Watson, Deputy Clerk; Sandy Johnson
MINUTES
Minutes for the November 20, 2013 Regular Meeting were approved 3-0.
BID OPENINGS/AWARDS
Quote Opening for the Water Tower Washing; Mayor Brainard opened and read the bids aloud;
Company Amount
H2O Towers $9,500.00
National Wash Authority $5,245.00
L&T Painting $9,500.00
The Quotes were given to John Duffy, Director of the Department of Utilities for Review and
Recommendation
Bid Award for Birdleborne Drainage Improvements; Sub Surface of Indiana; ($348,000.00);
Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0.
PERFORMANCE RELEASES
Resolution No. BPW-12-04-13-01; Heather Knoll, Section 3B; Sidewalks; Board Member Burke
moved to approve. Board Member Watson seconded. Request approved 3-0.
Resolution No. BPW-12-04-13-02; Lakeside Park Sections 4,6,7; Board Member Burke moved to
approve. Board Member Watson seconded. Request approved 3-0.
Resolution No. BPW-12-04-13-03; Stafford Place Section 3; Asphalt Streets; Board Member Burke
moved to approve. Board Member Watson seconded. Request approved 3-0.
Resolution No. BPW-12-04-13-04; Penn Circle; Water and Sanitary Sewer; Board Member Burke
moved to approve. Board Member Watson seconded. Request approved 3-0.
Resolution NO. BPW-12-04-13-05; Kendall Wood; Curbs and Sidewalks; Board Member Burke moved
to approve. Board Member Watson seconded. Request approved 3-0.
Resolution NO. BPW-12-04-13-06; VOWC; Section 8002; Sidewalks; Board Member Burke moved to
approve. Board Member Watson seconded. Request approved 3-0.
CONTRACTS
Request for Purchase of Goods and Services; US Department of The Interior; Geological Survey; Joint
Funding Agreement; Board Member Burke moved to approve. Board Member Watson seconded.
Request approved 3-0.
Request for Purchase of Goods and Services; Additional Service #2; Omni Centr for Public Media;
($11,000.00); Cable Channel Productions; Board Member Burke moved to approve. Board Member
Watson seconded. Request approved 3-0.
Request for Purchase of Goods and Services; Surroundings by Natureworks; ($3,765.00); City Center
Decorations; Planters/Pots, Holiday Lighting Awnings; Garland; Board Member Burke moved to
approve. Board Member Watson seconded. Request approved 3-0.
Request for Purchase of Goods and Services; Malinowski Consulting; ($19,000.00); Medicare
Ambulance Cost Report; Board Member Burke moved to approve. Board Member Watson seconded.
Request approved 3-0.
Request for Purchase of Goods and Services; Additional Service #4; Crossroad Engineers;
($58,000.00); 116th and Gray Road Roundabout Right of Way Services; Board Member Burke moved
to approve. Board Member Watson seconded. Request approved 3-0.
Request for Purchase of Goods and Services; Leach and Russell; ($10,320.00); HVAC Maintenance;
Jeff Barnes, Facility Maintenance; Board Member Burke moved to approve. Board Member Watson
seconded. Request approved 3-0.
Request for Purchase of Goods and Services; Additional Service #1; Regal Printing; ($2,470.00);
Signage; Board Member Burke moved to approve. Board Member Watson seconded. Request
approved 3-0.
Request for Purchase of Goods and Services; Murray & Trettel, Inc.; ($3,675.00) Weather Command;
Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0.
Request for Purchase of Goods and Services; Change Order #1; Renascent; ($21,992.59); Nash
Building Utility Relocation; Board Member Burke moved to approve. Board Member Watson
seconded. Request approved 3-0.
CITY FACILITIES/STREETS/USE
OTHER
REMAINS TABLED: Request for Dedication of Streets; Traditions on the Monon
Request for Easement; 146th Street; Board Member Burke moved to approve. Board Member Watson
seconded. Request approved 3-0.
Request for 2014 Health Plan Fixed Costs; ($175,000.00); BAS Health; Board Member Burke moved
to approve. Board Member Watson seconded. Request approved 3-0.
Request for Variance; LDS Indianapolis Temple; 116th and Springmill; Installation of irrigation
system; Board Member Burke moved to approve. Board Member Watson seconded. Request approved
3-0.
Request for Lane Closure/Sidewalk Restriction; Rangeline and Carmel Drive Board Member Burke
moved to approve. Board Member Watson seconded. Request approved 3-0.
Request for Lane Closure, Pathway Closure and Open Pavement Cut; 116th and Illinois; Board
Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0.
Request for Lane Closure/Open Pavement Cut; 10 Locations; Board Member Burke moved to approve.
Board Member Watson seconded. Request approved 3-0.
Request for Lane Restriction/Open Pavement Cut; 111th and Penn; Board Member Burke moved to
approve. Board Member Watson seconded. Request approved 3-0.
ADJOURNMENT
Mayor Brainard adjourned the meeting at 10:13 a.m.
_____________________________________
Diana L. Cordray, IAMC – Clerk-Treasurer
Clerk-Treasurer
Approved
____________________________________
Mayor James Brainard
ATTEST:
__________________________________
Diana L. Cordray, IAMC - Clerk-Treasurer
NOTICE TO BIDDERS
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 up to 25 full-
size 2014 police package vehicles until 10:00 a.m. local time on December 18th,
2013 at the office of: Clerk-Treasurer, City of Carmel, One Civic Square,
Carmel Indiana. Bids will be opened and read aloud on December 18th, 2013,
at 10:00 a.m. local time Board of Public Works Meeting, in the Council Chambers
at the same address. No Late Bids Will Be Accepted.
All bids must be accompanied by a certified check, cashiers check or bid bond
equal in amount to 10 percent of the bid. Bids must be good for 90 days. All bids
must be submitted on the State Board of Accounts approved Form #96A. The bid
envelope must be sealed and have the words “Police Car Bid” in the lower left-
hand corner. All bidders must file a Non-Collusion Affidavit, and all exceptions
or changes must be listed on a separate page. The Carmel Board of Public Works
and Safety reserves the right to reject any and all bids. A copy of specifications
may be obtained at:
Carmel Police Department
Three Civic Square
Carmel, Indiana
_______________________________
Diana L. Cordray, Clerk-Treasurer
106th St & Illinois Water Main Extension NTB-1 CITY OF CARMEL
Notice To Bidders
NOTICE TO BIDDERS
CITY OF CARMEL, INDIANA
Sealed Bids for the City of Carmel, Indiana, 106th STREET & ILLINOIS WATER
MAIN EXTENSION, will be received by the City of Carmel, Indiana, ("Owner") at
the office of the Clerk Treasurer in City Hall, One Civic Square, Carmel, Indiana
46032, until 10:00 a.m., local time, on DECEMBER 18, 2013, Any Bid received
after the designated time will be returned to the Bidder unopened. The Bids will
be publicly opened and read by the Board of Public Works and Safety at 10:00
a.m. on DECEMBER 18, 2013 in Council Chambers at City Hall. The Bid should
be clearly marked "BID ENCLOSED: 106th STREET & ILLINOIS WATER MAIN
EXTENSION” on the outside of the envelope, and as otherwise set forth in the
Bid Documents.
In general, the work consists of: the INSTALLATION of 800 LFT of 16” DR-11
HDPE water main via horizontal directional drilling, all as required by these
Bidding Documents, the Agreement Between Owner and Contractor, General
Conditions, Special Conditions (the “Agreement”), Specifications and Drawings.
A Pre-Bid Meeting will be held on DECEMBER 10, 2013 at 2:00pm in the City’s
Distribution Office at 3562 131st St. W., Carmel, Indiana, 46032. Copies of the
Bidding Documents may be examined at the office of the Utility Director, or at the
office of CrossRoad Engineers, P.C., ("Engineer") 3417 Sherman Drive, Beech
Grove, IN 46107, without charge. Copies may be obtained from the latter office
upon the non-refundable deposit of $150.00 check only, made payable to
CrossRoad Engineers, P.C., for each set of Bidding Documents.
Bids must be submitted on the forms found in the Bid package, must contain the
names of every person or company interested therein, and shall be accompanied
by:
(1) Revised Form No. 96 as prescribed by the Indiana Board of
Account and as required in the Instruction to Bidders, including a
financial statement, a statement of experience, a proposed plan or
plans for performing the Work and the equipment the Bidder has
available for the performance of the Work;
(2) Bid Bond in the amount of ten percent (10%) of the total Bid
amount, including alternates with a satisfactory corporate surety or
by a certified check on a solvent bank in the amount of ten percent
(10%) of the amount of the Bid. The Bid Bond or certified check
shall be evidence of good faith that the successful Bidder will
execute within fifteen (15) calendar days from the acceptance of
the Bid, the Agreement as included in the Bidding Documents. The
Bid Bond or certified check shall be made payable to the Owner.
Any Bid may be withdrawn prior to the scheduled closing time for receipt of Bids,
but no bidder shall withdraw his Bid within sixty (60) days after the actual opening
of the Bids.
All Bid Bonds and certified checks of unsuccessful bidders will be returned by the
Owner upon selection of the successful Bidder and execution of the Agreement,
106th St & Illinois Water Main Extension NTB-2 CITY OF CARMEL
Notice To Bidders
and provision of the required Performance Bond and Payment Bond.
Wage rates on the Project shall not be less than the prevailing wage scale as
determined in accordance with Ind. Code §5-16-7, et seq., and the Contractor
must conform to the antidiscrimination provisions of Ind. Code §5-16-6 et seq.
A Performance Bond with good and sufficient surety, acceptable to the Owner
and Engineer, shall be required of the successful Bidder in an amount equal to at
least one hundred percent (100%) of the Contract Price, conditioned upon the
faithful performance of the Agreement.
The Contractor shall execute a Payment Bond to the Owner, approved by Owner
and Engineer and for the benefit of the Owner, in an amount equal to one
hundred percent (100%) of the Contract Price. The Payment Bond is binding on
the Contractor, their subcontractor, and their successors and assigns for the
payment of all indebtedness to a person for labor and services performed,
material furnished, or services rendered. The Payment Bond must state that it is
for the benefit of the subcontractors, laborers, material suppliers, and those
performing services. The surety of the Payment Bond may not be released until
one (1) year after the Owner’s final settlement with the Contractor.
All out-of-state corporations must have a certificate of authority to do business in
the State. Application forms may be obtained by contacting the Secretary of
State, State of Indiana, Statehouse, Indianapolis, Indiana 46204.
The successful Contractor will be required to enroll in and verify the work
eligibility status of all employees hired after the date of this Contract through the
E-Verify program. The Contractor and Subcontractors will be required to sign an
affidavit concerning employment of unauthorized aliens. A copy of the affidavit is
included in the Bid Documents.
The Owner reserves the right to reject and/or cancel any and all Bids,
solicitations and/or offers in whole or in part as specified in the solicitation 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. The Owner also reserves
the right to waive irregularities in any Bid, and to accept any Bid which is deemed
most favorable to the Owner.
Diana Cordray
Clerk Treasurer
City of Carmel, Indiana