Loading...
HomeMy WebLinkAboutBid Information and Packets For.”7„Presciited by State Board of Aceoutas 900549-4812461 General Rant Nit 991'(Key, 1967) CITY OF CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 307 N PENNSYLVANIA ST - PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 4620E-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 seq. Number of equivalent lines Head-Number of lines S Body-Number of lines S_ $ Tail -Number of lines $ Total number of lines in notice COMPUTATION OF CHARGES 97.0 lines I.CI columns wide equals 97.0 equivalent S 47.72 lines at 492 cents per line Charges for extra proofs of publication(SI.tI()for each proof in excess of two) $ .00 S 00 TOTAL AMOUNT OF CLAIM $ DATA FOR COMPUTING COST $ Width of single column L ems Size of type 5.7 point S . S Number of insertions Lo S 47.72 Pursues t to the proI/slans cod penalties of Chapter 155,Arts of 1953, 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: 65125/2007 /fa �T-r=e-t�Kr‘a-----.Clerk Title 900549-4812461 PUBLISHER'S AFFIDAVIT State of Indiana SS: Hamilton County Personally appeared before me,a notary public in and For said county and stale, - NonCEameroDERS the undersigned Karen Mullins who, being duly sworn,says that SI-H is clerk 2007-CONCRETE PROGRAM sealed bids for the City of Car-. r9ea 2001 be received Concrete of the Noblesville Ledger a newspaper of general circulation City of Carmel, Indiana l Owner")at the olflce of the Clerk Civic square.Cared,I n' printed and published in the English language in the city of NOBLESVILLE in state elan 46052,until 10-.00 a m-, local time,nn June 6th,2007. The &Js will be publicly opened end readaby see o rd and county aforesaid, and that the printed matter attached hereto is a true copy, 10:00 am,in Ceuncil Chambers at City Hall on done 6th,2007. No late bids will beaccepted. which was duly published in said paper for 9 time(s),between the dates of 1St bid will Indpde the Pillow- ins items: )7,656 IIneer feet, more Cr less,of curb removed and`u- 05/18/2007 and 05125/2007 yawed with new cub. 21 5.600 square yarns,more or less,to r ases old concrete. Prepare bas, and replace concrete. All work to comply 0® // f I with current Indiana State L�A ZL� 0-1 7k Highway Specifications, sic inches of concrete ter pa ment .and d ve-ept', Plus lice flits inches for curbs and tour inches for sidewalks. Subscribed and sworn to before me on 05/25/2007 waneIra eau SHOALS 00'005 lIJNIW 00'06E SfrftZ 1 69'166 a 'W�- os Lebt Natury Public NJ 'L9 BCZ y "OFFICIAL SEAL" Po L09'b 1 Fom0'099-0E �� ;Mycommissi on expires: Susan Ketchem Sh ear tar / Notary Public,State M tndrana weir My Commission Fx 05106/2011 00'000 L c Y co P- SiS a It HOICK ,I 80'111 o0n6 in nit 66'9 80'Z9t Bust oust st"b9r'L - lr 56'L95 0wlitrai CARMEL STREET DEPARTMENT 2007 CONCRETE TOTAL TOTAL BID TABULATION 3G2 . 2f THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. PROPOSAL PACKAGE FOR CITY OF CARMEL,INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2007 CONCRETE REPLACEMENT PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS,PLEASE CONTACT DAVID KLINGENSMITH AT (317) 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Street Department 2007 CONCRETE REPLACEMENT PROGRAM Proposal For 2007 CONCRETE REPLACEMENT PROGRAM City of Carmel Date: June 6 , 2007 To: City of Carmel,Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: The Hunt Paving Company , Inc . 1.2 Bidder Address: Street Address: PO Box 42517 ; 2450 S Tibbs Avenue City; Inrlpls State: EN Zip: 46242 Phone#: (31)7 241-8313 Fax#: (3,■7 487-5779 1.3 Bidder is clan[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: 7'o 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 Genet-al 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: PART 2 BID PROPOSAL 2.1 ProiectBid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fiil'fill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total sum of %vAO WRla�e KW /h0'-54--�/ dQ//sru 1A,FreM.e-#1 ' orlitwc aco/ fat•.fy_erftif C6,tj Dollars ($ .5/09" 3G Z. Z$ ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER • PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 4,3 Exceptions: N ) 1� I'ROIO6d!_ PACKAGE FOIt CITY OF CARMEL, INDIANA BY AND '1 THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2007 CONCRETE REPLACEMENT PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS,PLEASE CONTACT DAVID KLINGENSMITH AT (317) 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This jurm shall he utilized by all Bidders. Except as otherwise specifically provided all Paris shall be fully and accurately filled in and completed and notarized. Project: Street Department 2007 CONCRETE REPLACEMENT PROGRAM Proposal For: 2007 CONCRETE REPLACEMENT PROGRAM City of Cannel Date: June 6, 2007 To: City of Cannel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: CC&T Construction. Co. , Inc . 1.2 Bidder Address: Street Address: 5051 Prospect Street City: Indpls. State: IN Zip: 46032 Phone (.31 356-63 Fax 4: (3):1-3-56-2125_ 1.3 Bidder is a/an Mark one : dividual -- Partnership_ x 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 fareign corporation. Note: To do business in or with the City of Carmel. Indiana,foreign corporations must register with the Secretary of the Gale of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the .4ttorney General's Opinion 42, dated January 23, 1958.] .1 Corporation Name: ? Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Naive: Address: PART 2 BID PROPOSAL. 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total sum of Five Hundred Twenty Thousand Nine Hundred Twenty-Four Dollars . Dollars ($_ 520, .74 00 ). The Bidder acknowledges that evaluation of the lowest Bid shah he based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. CITY OF CARMEL BID TABULATION SHEET Project Name: 2007 Concrete Replacement Bid Date: June 16, 2007 Substantial Completion Date September 15, 2007 Final Completion Date: September 30, 2007 ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT .... ._pt 2_Y•.: c ez• • 1 Concrete curb replacement. If. 7,656 29. 00 222 , 024, cc 2 Concrete road replacement sq.yd. 5,600 52.00 291 , 200, 0C 3 Sidewalk If 154 50. 00 7, 700 . 00 TOTALS 520, 924. 00 PART 3 CONTRACT DOCUMENTS AND ADDENDA 31 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER NONE PART 4 EXCEPTIONS Instructions in■ Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 42 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 4.3 Exceptions: None. Prescribed by Stale Board of Accounts Form No n96[Reviscl 2000) CONTRACTORS BID FOR PUBLIC WORK PART 1 (To be completed for all bids) (Please type or print) Date: June 6, 2007 1_ Governmental Unit(Owner): Cit<,y gf t[re1 2. County: Hamilton 3. Bidder (Firm): CCBT Construction Co. , Inc. Address: 5051 Prospect Street City/State: _ Indianapolis, IN 46203 4_ Telephone Number 317-356-6385 FAX: 317-356-2175 5. Agent of Bidder (if Applicable): Tony Page Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of 2007 Concrete Program - City of Carmel, Indiana (Governmental Unit) in accordance with plans and specifications prepared by Cannel Street Dept. and dated_ for the sum of Five Hundred Twenty Thousand Nine $ 520 , 924 . 00 Hundred Twenty-Four Dollars, 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 shalt be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not disc/in-Pilate against or intimidate any employee, or applicant for employment, to he 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 maybe 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 (Complete sections I, II, III, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100,000)or more. (IC 36-1-12-4) Governmental Unit: City of Carmel, Indiana Bidder (Firm)_ CC&T Construction Co. , Inc. Date: June 6, 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? Contract Class of Work When Name and Address of Owner I Amount Completed 788, 066 Curb & Walk 09/06 City of Indianapolis 407, 404 Curb & Walk 12/06 City of Indianapolis 325, 588 Curb & Walk 09/06 City of Carmel 407, 198 Curb & Walk 11 /06 City of Kokomo 2. What public works projects are now in process of construction by your organization? Contract Class of Work When to be IJ Name and Address of Owner Amount Completed 94, 482 Curb & Walk 06/07 Calumet Asphalt Paving 161 , 248 Curb & Walk 06/07 Crider & Crider 3. Have you ever failed to complete any work awarded to you No If so, where and why? 4. List references from private firms for which you have performed work. Calumet Asphalt Paving - Bob Everman 317-571 -8900 Milestone Contractors - Gary Sparks 317-788-1040 Rieth-Ril , Cons ruct ' nn - Dave Solmos 317-634-5561 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, completed the project, number of workers, efc. and any other information which you believe would enable the governmental unit to consider your bid.) Visit jobsite, follow plans and specifications. Work will begin as soon as Notice to Proceed is issued, 2. If you intend to sublet any portion of the work, stale the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please undersland a listing must be provided prior to contract approval. 3. 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. Backhoes, Dump Trucks , Pick Up Trucks & Curb Machine. 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? Otherwise, please explain the rationale used which would corroborate the prices sted. Yes . 7 / CONTRACT CHECKLIST Department: CS/1 Et S77//°G"r- Algi9,7Th Department Head or designee and telephone no.: /Y'�Vre/i l bic/ �// 9 733 Zoo/ Vendor name, contact,telephone/tax numbers and address: is / A : .4— '. 2 0S,' 34- A o A �s' Requested BPW Date: f�5,9P Contract Type: a. Materials (supplies, equipment, etc.) b. Service (consulting, training, etc.) C&.w c4'lcr 4410c/Ar iot 367. f e cPublic Works projects subject to formal bid package/procedure Date and Initials i 4 to D 4 . 1. Contract approved as to business terms by Department Director and/or designee D•it.) ( &cry Srxa,T' drd - 7. © / 2. *YOE a. Line Item and Major Budget Classification, or (seP ) b. Request Board Approval on condition precedent that sufficient funds are appropriated (for Service Contracts Only). 3. Original of contract and this checklist to BPW Secretary 4. Contract approved as to form by DOL 5. Contract returned to sponsoring Department (to obtain vendor's signatures) 6. Signed contract submitted to BPW Secretary for placement on BPW Agenda 7. BPW consideration: Approved Disapproved CARMEL STREET DEPARTMENT 2007 CONCRETE TOTAL TOTAL BID TABULATION 19oV 362 . Z� THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. PROPOSAL PACKAGE FOR CITY OF CARATEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2007 CONCRETE REPLACEMENT PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS,PLEASE CONTACT DAVID KLINGENSMITH AT (317)733-2001 BIDDER'S ITENIIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Street Department 2007 CONCRETE REPLACEMENT PROGRAM Proposal For: 2007 CONCRETE REPLACEMENT PROGRAM City of Carmel Date: June 6 , 2007 To: City of Carmel,Indiana, Board of Public Works and Safety PART I BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: The Hunt Paving Company , Inc . 1.2 Bidder Address: Street Address: PO Box 42517 ; 2450 S Tibbs Avenue City: I n d p l s State: IN Zip: 46242 Phone#: (3])7 241-8313 Fax #: (3)7 487-5779 1.3 Bidder is clan[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: PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 31 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part 4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terns of the Contract Documents may result in this Bid being rejected as non-responsive. 4.3 Exceptions: N� A