Loading...
HomeMy WebLinkAboutBid Information and Packets Form Prescribed by State Beard ul Accuents 900549-5250511 Cicada]Fur ii No,`j9 P(Rcr. 1057) CITY OF CA.RMEC 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 Gies, neither of which S shall total more than four solid 11110)of the type in which the body of the advertisement is set). Number of equivalent I rues Head-Number of lines S - Body-Number of fines Tail -Number of lines $ Total number of lines in notice COMPUTATION OF CHARGES 77.0 lines 1.0 columns wide equals 77 It equivalent S 37 SS lines at.492 cents per line Charges for extra proofs eaf publication (51.00 for each proof in excess of two) S .00 $ .00 TOTAL AMOUNT OF CLAIM • DATA FOR COMPUTING COST s Width of single column 7.83 ears Size of type 3.7 point Number of insertions I.ii S 37.55 Yurruant to the provisions and penalties of enamor 155, accts of 1953, 1 hereby certify that the foregoing account is just and correct,that the amount claimed is legally due, alter allowing all just credits,and that no part of the same has been paid. DATE: 07/09/2008 a / Clerk Title 900549-5250511 PUBLISHER'S AFFIDAVIT Boni ao mubEAS Slate of Indiana SS: 2008-CtIMPLASTSI I H smitten County Sealed aidi For the City oil Carmel,f�21l109-Thermoplasl )lie Pad bYmw( aalmy,wit ho' Perso nail y appeared before mc, a notary public in and for said county and state, et.Indiana(rfOwner)at: Treasurer office rrr of the cleric chin s uare,corms[md�r the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk •local a 4 1.until 10rtO am, lo time, on July t6U41 2009,The Rids will be w of rho Noblesville Lcd c a newspaper ei of general circul-alion Iidy opened and read by g .I I.1 •. the Board of Public Works and Safety at Loan am In late bids sat tin printed and published in the English Ianguage in the city of NOBLESVI l_LE in state ,Hall on July lbe accept No latebids wlI be eaceWst General dorm%mesa be completed and bleuuas a wad county aforesaid,and that the poured matter attached hereto is u true copy, bids on to be ie lee icuEl the wad P BIC - mpg PROGRAM" ono the rem which was duly published in said paper for 2 time(s),between the dales of: lett hand corner of let eh serape. 411 tUenors Irtot, toted In bldact atoll aegis' ter a contact name tad\ 07/02/2008 and 6 710 712 0 0tl a I address with the Carmel Street 10epartm¢¢111 to sure Nat all nnanges nr '9 mailable and answers are _4" 1 ♦ // averehle for lis. Mall r �, inter sp ed nartoii . ✓Melly The sped wed do are set I oMmt the noel StreetI I11IC on ar at the emmel Street I Sere,, en[.eid, 074. I Street,dermust N SSA. li bidders ler must Hg peal, Subscribed and sworn to before me on 07/09 2 OS wor for Sate Highway Questions regarding u the written - r I solicitation deliver must be Cameo - r I` and treet Department.Carmel I !Street Oeperhnenl. All re- ! q. `ay` spouses will availlable at the and s" . 1'ubl i c Please lccall Impartment earner LOUISE M.POWELL asrhm t w ce m tot cent NOTARY PUBLIC such questions have been. SEAL Part The s _ teapro la' My commission expires: STATE Or INDIANA must comply with IC 26-h9- O'ifi lfON EXPIRES February 29,2016 The rarmel Baas of Public' ------' Woks and Safety reserves the tight to reject sear cancel any and all bids so. lieitatinns andeor offers im whole or in part anaco- when it is ant In the best' !irtereesofthegovernmen- tMIbpYRhasneeqtera9ceercdy o ,ecanrdanee wN1 IC S 1e Ig-, t. • Diana surer Ott-7/;7t9-52505111.• 2008 THERMOPLASTIC / PAINT TOTALS TOTAL THERMOPLASTIC \ 1 -3 Ss' p gS PAINT 1 559, so TOTAL (COMBINED) $ l 3 . I I Li5 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. State Form 52414(10-05) Prescribed by State Board of Accounts 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: July 16*, 2008 1 Governmental Unit(Owner): Carmel Board of Public Works and Safely 2. County: Harnilfon 3. Bidder(Firm):_Highway Technologies, Inc Address:_3867 N. Commercial Parkway City/State: Greenfield, Indiana 46140 4. Telephone Number: 317-891-8065 5. Agent of Bidder(if applicable): Larry Hodson Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of=Pavement Markings (Governmental Unit) in accordance with plans and specifications prepared by Larry Hodson and dated July 16"', 2008 for the sum of One Hundred Thirty Two Thousand One Hundred Eighteen and 45/100 $ 132,118.45 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 bid 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. .-•esch of this covenant may rertdefi as n fnnteriat breach of m` ccntr ct 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 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: _Carmel Board of Public Works &Safely Bidder(Firm) Highway Technologies, Inc Date: July 64', 2008 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? Completion 1 Contract Amount Class of Work Date Name and Address of Owner 475,40830 P.M. 2007 Hamilton County Highway Department 467,707.48 P.M. 2007 Monroe County Highway Department 41a825.40 P.M. 2007 Plainfield Public Works 45,143.85 P.M. 2007 Town of McCordsville 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 6Z045.00 P.M. 2008 Hamilton County Highway Department 4108,937.95 P.M. 2008 Monroe County Highway Department 424,60650 P.M. 2008 Grady Brothers, Inc 418,057.80 P.M. 2008 Culy Construction 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. E &B Paving, Inc. Gohmann Asphalt &Construction, Inc _Calumet Asphalt Paving Company,_Inc Beaty Construction, Inc Berns Construction Company, Inc. LICA Construction Corporation Riefh-Riley Construction Company, Inc Grady Brothers, Inc Schufl-Lookabill, Inc Globe Asphalt Pgvin Company Inc. 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.) To meet with Engineer, discuss layout, perform layout and begin striping 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 N/A 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 listing 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. N/A 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. Thermo Trudy Follow Truck Detail Nurse Trudy Thermo Push Cart; Paint Truck 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. Yes PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2008 THERMOPLASTIC / PAINT 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 DAVE IIUFFMAN AT (317) 733-2001 BIDDER'S ITEMIZED PROPOSAL, AND DECLARATIONS City of Carmel 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 2008 THERMOPLASTIC/ PAINT PROGRAM Proposal For: 2008 THERMOPLASTIC/ PAINT PROGRAM City of Carmel Date: ,Li 1 by�.4 Do To: City of Cannel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1 .1 Bidder Name: _ Wz�AJkJAt( TFC/IdOLQG.tE.St .D1c_, ,? Bidder Address: Street Address: 5gb'7 ,c,jfyyAvg ti4,di/ Criv: G/404Pie/I State: 1_!J Zip: c42]1/4) Phone#: 13i.) 9,9 / _Ste( Fax #: ( } S9/ —&A L/A 1.3 Bidder is alan ("mark one]: Individual Partnership Y. Indiana Corporation; • Foreign (Out of State) Corporation: State: Joint Venture Other: 1.4 [The following must he answered tithe Bidder or any obits partners or joint venture parties i.s a.foreign corporation. Note: To do business in or with the City of Carina Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Pict as stated therein and expressed in the Attorney General's Opinion #2. dated January 23, 1958.1 .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: 4 Indiana Registered Agent: Name: Address: PART 2 RID PROPOSAL. 2.i Project Rid. 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 stoat 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 O0ck1lririoe�l: `k-��if 4-9 -bJo `G{':, pt,SP.' Dne itN. �vtd e ;sicken (3„d tis�trn Dollars (S I 521 ; I g,y 5 ). The Bidder acknowledges th`'at evaluation of the lowest Bid shall 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 he 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: 1 . z 2008 THERMOPLASTIC / PAINT TOTALS TOTAL THERMOPLASTIC $113,277.88 PAINT 20,854.50 TOTAL (COMBINED) $134,132.38 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. 2008 PAVEMENT MARKINGS THERMOPLASTIC QUANTITY ESTIMATE DESCRIPTION QUANTITY UNIT PRICE AMOUNT 4" Double Yellow Solid 50,468' .70 . 35327.60 4" White Solid 127,107' 3 41945.3 4" Solid Yellow and 4" Skip 11,432' Yellow .33 3772.56 4" Skip White 9,501' 33 1115 33 4" Skip Yellow 3,651' .33 1204.83 24" Stop Bars 1,103' 4.50 4963.50 Straight Arrows 44 _65_0_0 7A60 no Turn Arrows 73 65.00 4745.00 "Only's" 69 80.00 5520.00 12" white Crosswalk 92 7 75 707 no 6"white Crosswalk 3,267' 1.25 4083.75 4"white cross hatch 566' 1.00 566.00 • 12" white crosshatch 7'5 12" yellow crosshatch 164' 2.25 369.00 8" yellow crosshatch 318' 1.50 477.00 12" white sharks teeth 50 00 Bike Path Symbols 27 65.00 175 .on Bike Path Straight Arrows 27 65.00 1755.00 Parking ( T ) 400' 1.00 400.00 24"white crosshatch 4.50 8" white cross walk 64 1.50 96.00 Combination arrows 1� 95.00 95.00 TOTAL AMOUNT 113,277.88 2008 PAVEMENT MARKINGS QUANTITY ESTIMATE DESCRIPTION QUANTITY UNIT AMOUNT 4" Double Yellow Solid 67,717 L.F. .20 13543.40 4" White Solid 4" Solid Yellow and 4" Skip Yellow 13,855 L.F. in 7 ias sn 4" Skip White 4" Skip Yellow 13,356 L.F. 10 1335.60 24" Stop Bars Turn Arrows "ONLY's" 12" Crosshatch 6" Crosswalk 4" Dash Lines Pedestrian Crossing 24" Crosswalk 12' x I2" White Bars 4" Crosshatch Straight Allows 6" Crosshatch Bike path straight arrow 27 75.00 2025.00 Bike path symbol 27 95.00 2565.00 TOTAL AMOUNT $20,854.50 1 1 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided. all Parts shall be fully and accurately filled in and completed and notarized. Project: Street Department 2008 THERMOPLASTIC/PAINT PROGRAM Proposal For: 2008 THERArIOPLASTIC/PAINT PROGRAM City of Carmel . Date: July 16,2008 To: City of Cannel, Indiana, Board of Public Works and Safety PART 1 BIDDER NFORMATION (Please Type or Print) 1.1 Bidder Name: THE ATRNARKING CO.,INC. 1.2 Bidder Address: Street Address: 1544 N. SR 25 — P.O. Box 526 City: Rorbest,r State: TN Zip: 46975 _ Phone#: ( 5)d-22z—SA17 Fax#: ( ) 574-223-7959 1.3 Bidder is a/an[mark one]: Individual Partnership X Indiana Corporation; Foreign (Out of State) Corporation; State: Joint Venture Other: 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 19587 .1 Corporation Name: 2 Address: .3 Date registered with State of Indiana: 4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perfon E and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total sum of ONE HUNDRED THIRTY ixotri THOUSAND ONE HUNDRED THIRTY TWO DOLLARS AND THIRTY EIGHT CENTS Dollars ($ 134,132.38 1 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: CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) Date: 1. Governmental Unit (Owner): BOARD OF Con ty •mmi se or erg 2. County: - 3. Bidder (Firm): T1W ATRMARRTNG ro ,THr Address: 1544 N SR 95 — pj Bax.526 City/State: Rnrhnetar, TN 44975 4. Telephone Number. 574-223-5817 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete thi public works project of BOARD OF C MMTSSTnNFRS (Governmental Unit) in accordance with plans and specifications prepared by and dated for the sum c SFF ITENTZED PRnPOcAT $ The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in th notice of the lettirig:'II alternative bids apply,'the undersigned submits a proposal for each in accordance with th. 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 thr shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit bash the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, it any, shall not discriminate against or intimidate any employee, r applicant for employment, to be employed in the performance of this contract, with respect to any matter direct or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of th covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (it applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligati( to use steel products made in the United States. I.C.5-16-8-2.I hereby codify that I and all subcontractors employ( by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereund may result in forfeiture of contractual payments. 2 of 6 • SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work.P=r specsili r ire's lrstr.tir.,c 2. If you intend to sublet any portion of the work,state the name and address of each subcontractor, equip- ment to be used by the subcontractor, and whether you expect to require a bond.tyA • 3. What equipment do you intend to use for the proposed project? y curd 4. Have you made contracts or received offers for all materials within prices used in preparing your proposal? yes • SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. My bid submitted without said financial state- - ment 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 ra hility for completing the project if awarded. SECTION IV OATH AND AFFIRMATION I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at Rd.-4... Tntiarw this `o-t__ day of,�AL1 _ The Ainnarkinp Co„ Tmc. d atlo l By Ste• -n L. Thomas–President (rm.of Pelson Sonic) ACKNOWLEDGEMENT, STATE OF INDIANA _ ) COUNTY OF FTILTON Steven_L. Thomas _ being duly sworn. deposes and says that he is President of the above THE AINNARKING CO;.INC. and that the (nn.) Mame et agvdnovnf answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this (.37H day of Sk4 t•-.1 -. )Dila A — y wmk My Commission Expires: September 21,:2014 Peon L. P Ex • • County of Residence: Fulton • • .