HomeMy WebLinkAboutBid Information and Packetsr-
Prescribed by State Board of Accounts
80202 - 5719652
CITY OF CARMEL-STAR LEGALS
COUNTY, INDIANA
LINE COUNT
General Fonn No. 99P (Rev. 2009A)
To: INDIANAPOLIS NEWSPAPERS
307 N PENNSYLVANIA ST - PO BOX 145
INDIANAPOLIS, IN 46206 -0145
PUBLISHER'S CLAIM
CT - (Must not exceed two actual lines, neither of which shall
re than four solid lines of the type in which the body of the
NOTICE TO BIDDERS
City of Carmel, ment is set). - number of equivalent lines
Notice is hereby given that the Board of Pub-
lic Works and Safety for the City of Carmel er of lines
bis Hamilton or the aboveddescr bwill ed` "Parcel sealed - Ier of lines
of the ClerkSTrea urer,, One Civic Square, uare. Car- r of lines
mel, Indiana (City Hall) on or bet ore 10:00
am. October 25. 2010 and commencing as tuber of lines in notice
date such `e ds will be putt publicly opened same
and
read aloud'at -tlhe 5 ecial Meeting of the I
Board of Public Works and Safety. In the
Council Chambers of City Hall. No late bids
will be accepted.
All bids and proposals shall be properly and OF CHARGES
completely executed on the proposal farms I2.0 columns wide equals 226.0 equivalent lines at .667
provided with th the the plans and specifications,
which will Include the non - collusion affidavit
en required by be State of Indiana. The bid line 1 50.74
as envelope el 7Ae City Center 5treeth pe`tlsl sealed and have arge for notices containing rule and figure work (50 per cent
' A bid bond or certified check in an amount) amount)
not less than ten percent (10 %) of the
amount bid must be submitted with each
bid. A one hundred percent (100 %) oerfor -xtra proofs of publication ($1.00 for each proof in excess of two) .00
mance of payment bond will also be ed re-1 AMOUNT OF CLAIM
suited tf l the construction of all work is intended $ 1 50.74
• that actual started as soon as all practicable. worc ans
shall be sderted all sben pr rdto antl)
each bidder Into shall be t ction contract,
ro enter
promptly 1nro a construction bond, cton contract, fur
nish a performance bond, and begin work
PUTING COST
tohim.t delay m the event the award is made. column 5.8 ems Size of type 7
to him.
The Project consists of, but is not necessarily)
limited to, the f wscaping and other el't1on5 2.0
Streetscape. o
Improvements located adjacent to My'
Center Drive.
i Contract Documents for the Project have,
been assembled Into one bound project man -,
pal, which together with drawings, may be, provisions and penalties of IC 5 -1 1 -10 -1, 1 hereby certify that the foregoing account is
examined at the following locations:
City of Carmel tt the amount claimed is legally due, after allowing all just credits, and that no part of the same
Department of Engineering - 1st Floor
One Civic Square
Carmel. IN 46032
(317)571 -2441
CSO Architect
240 E. 96th Street, suite 100 at the printed matter attached hereto is a true copy, of the same column width and type size,
Copies such h 46240 Ilished in said paper 2 times. The dates of publication being between the dates of:
Copies of such drawings and project menu -i
als must be obtained from CSO Architects, at'
the address stated above, upon the payment
, of $100.00 for each set. These sets may in-
chide full -size drawings. Payment must by Ii/20I0
'check. NO CASH ACCEPTED. Make checks
payable to CSO t act, Inc. All payments
and costs of Contract Documents are non -re- i
fundable. tement checked below is true and correct:
Bidders shall assure that they have obtained
complete sets of drawings and Contract Doc-
uments and shall assume the risk of any or-
)rors or omissions in bids prepared In reliance not have a Web site.
on incomplete sets of drawings and Contact'
Documents.
This Project will be funded by the City of Car - i Web site and this public notice was posted on the same day as it was published in
met.
Wage rates for the Project shall not be less )per
than ter current prescribed scale of Construction t Web site, but due to a technical problem or error, public notice was posted on wages
as determined by the Common Construction
16-7 and a° Committee In the Project Manuel. 5-
It Web site but refuses to post the public notice.
prof ct. the obidding � requirements and other
i Important matters will be held on October
19. 2010 at 10 a.m. at the project site (777 3rd
Avenue SW). All prospective bidders are in-
vited to p attend the pre-bid conference. The �� �\
pre -bid conference Is not mandatory.
For handicapped el accommodations needed at nd
the pe.bi conference ncel o plublic b do ptteng
me pre-b l r or public bid opening
mel, ng ine is call a notify the city of Car-
leas fogineigh Offish, hours prior 571-2441 at
least bdder may w4Ww y bit thereto.
within bidder may withdraw any bra s l inn 'Title: Clerk
the a set for receiving ceivin (30) s or followmg
Me tla set forof u bids or proposals.
d Safety
the Carmel es the Braid of Public Works and bids r
reserves tfo rig eriod of not more hanithrty
proposals andasaid bids or proposal shall re-
main in force and effect during said pe-
riod. The City of Carmel reserves the right to
reject and/or cancel any and all bids, solici-
tations and /or offers in whole or In part as
specified In the solicitations when it is not in
't a best Interests of the governmental body
as determined by the purchasing agency in
(accordance with IC 5-22-18-2
Diana L. cordray
(Clerk- Treasurer
S. 10/7/10 - 5719652)
Company Amount Alternative Alternative
7711 // L J: S4 �, ' / I !
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 above described "Parcel 7A — City Center Streetscape Project" at
the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) on or before 10:00
a.m. October 25, 2010 and commencing as soon as practicable thereafter on the same date such bids
will be publicly opened and read aloud at the Special Meeting of the Board of Public Works and Safety, 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 — Parcel 7A — City Center Streetscape
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 (100 %) performance and payment bond will also be
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 a performance bond, 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:
Streetscape, landscaping and other site improvements located adjacent to City Center Drive.
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
Department of Engineering - 1s` Floor
One Civic Square
Carmel, IN 46032
(317) 571-2441
CSO Architect
240 E. 96th Street, Suite 100
Indianapolis, IN 46240
Copies of such drawings and project manuals must be obtained from CSO Architects, at the address
stated above, upon the payment of $100.00 for each set. These sets may include full -size drawings.
Payment must be by check. NO CASH ACCEPTED. Make checks payable to CSO Architect, Inc. All
payments and costs of Contract Documents are 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.
Wage rates for the Project shall not be less than the current prescribed scale of wages as determined by
the Common Construction Wage Committee in accordance with I.C. 5 -16 -7 and included in the Project
Manual.
A pre -bid conference for discussions of the Project, the bidding requirements and other important
matters will be held on October 19, 2010 at 10 a.m. at the project site (777 3rd Avenue SW). All
prospective bidders are invited to attend the pre -bid conference. The pre -bid conference is not
mandatory.
For special accommodations needed by handicapped individuals planning to attend the pre -bid
conference or 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.
No bidder may withdraw any bid or proposal within a period of thirty (30) days following the date set for
receiving bids or proposals. 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 thirty (30) days and said bids or proposal shall
remain in full force and effect during said period. 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. Cordray
Clerk- Treasurer
Publication Dates: Thursday, October 7 and October 14, 2010
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. �_�'.
Company:
Verkler, Inc.
Project Name:
Parcel 7A — City Center Streetscape
Date Submitted:
October 25, 2010
Base Bid
Amount:
/ �S, S0 D vo
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.
Project: Parcel 7A — City Center Streetscape
Proposal For Construction of : Streetscape, landscaping and other site improvements
located adjacent to City Center Drive.
Date: October 25, 2010
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
PART 1
BIDDER INFORMATION
Print
1.1 Bidder Name: Verkler, Inc.
1.2 Bidder Address: Street Address: 7240 Georgetown Road
City: Indpls.
State: IN Zip: 46268
Phone: (317) 297 -7054 Fax: (317) 298 -7045
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 Cannel,
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: Verkler, Inc.
Address: 7240 Georgetown Rd., Indpls.,IIN 46268
.3 Date registered with State of Indiana: April 23, 1956
4 Indiana Registered Agent:
Name: Fred H. Lusk
Address: 7240 Georgetown Rd. Indpls., IN 46268
BID -2
PART 2
BID PROPOSAL
2.1 Base Bid
2.2
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,
An
Ow i $i4"r A. Re L41461 Dollars ($ /693 SOD uv )
i flews,
Alternate Bid
Alternate No. 1 —Lime Stone Retaining Wall: (Add)
cw
/1114 Mk[ MsoiI5Y4 JODUwt 5 Dollars ($ 99, 000 )
The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price
or combination of prices that best benefits the Owner.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Contract Description/ Unit
Item No. Unit Price [in Words]
1. Remove unsuitable CY
soils
2. Compacted Fill from CY
Off -Site
Price per Unit
for Item
S
S
BID -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
defined in the Standard Genera] Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 October 21, 2010
BID -5
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:
BID -6
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: October 25, 2010
1. Governmental Unit (Owner): City of Carmel, Indiana, Board of Public Works and Safety
2. County : Hamilton
3. Bidder (Firm): Verkler, Inc.
Address: 7240 Georgetown Road
City /State:
SS .1..•
I. •. .:
4. Telephone Number: 317 - 297 -7054
5. Agent of Bidder (if 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, Indiana, Board of Public Works and Safety
(Governmental Unit) in accordance with plans and specifications prepared by
CSO Architects and dated October 7, 2010 for the sum of
See attached. $
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 .
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:
Bidder (Firm)
Date:
City of Carmel. Indiana Roard of Pnhlio Work and Safety
Verkler, Inc.
October 25, 2010
These statements to be submitted under oath by each bidder with and as a pad 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 Amount
Class of Work
Completion
Date
Name and Address of Owner
5,335,424
School
2010
IPS, Indpls., IN
5,609,588
School
2010
Mt. Vernon Community jSdhool
3,016,834
School
2010
IPS, Indpls., IN
692,871
Classroom
2010
6r`qagatT8rufflity College
What public works projects are now in process of construction by your organization?
Contract Amount
Class of Work
Expected
Completion
Date
Name and Address of Owner
807
500
Concrete Work
Nov.
'10
Vi age on i e Green
Carmel, IN
2 148
700
School
Au .
'10
Avon Schools, Avon, IN
3 090
000
Cam • Housin•
June
'11
3iitderson D}I9abilities Minis
1 ,600,000
Bleachers/
Press Box
Au .
'10
Butler Universit
ries
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.
Tndnls Mntnr Srx'Prhaa
Butler University
Indpls.. IN
Indpls., IN
Kevin Forbes
Mike Gardener
Natare Corp.
Indpls., IN Mike Walsh
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.)
General procedures with safety of the utmost concern.
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.
See attached.
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.
No.
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.
Necessary and requa.red =_equipment for the project.
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.
We have received proposals, however, no contracts have been written.
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.
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelope.
Company:
616/GRZm-/L 12l 027?cd Co/G,0
//t 4ij,ot /✓,' // /0 /ICI
Project Name:
/p_/SL — ,O,»tcieL_ 74
Date Submitted:
betas -/L ZS 22/0
Base Bid
Amount:
/. 3, 2°C)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: Parcel 7A — City Center Streetscape
Proposal For Construction of : Streetscape, landscaping and other site improvements
located adjacent to City Center Drive.
Date:
OCZOgrcx . 2oio
To: City of Carmel, Indiana, Board of Public Works and Safety
1310 -1
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: gw;}/rtAt ret (04/1-7-41,67io4y ewe,
1.2 Bidder Address: Street Address:
a930? /v & BSzet,
City: G/V4//' 11 State: IV Zip: Wh;19
Phone: 3/7 ja7 ✓6 Fax 31757f /i
1.3 Bidder is a /an [mark one]
Individual Partnership 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, 19581
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
Bill -2
PART
131D 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, �u^ PgGO
p Tw=
ONG ALNOite 7JeAIit ' /Aka �1� `-°� Dollars ($ I ? 3, 20 0. D3 )
2.2 Altemate Bid
Alternate No. 1 —Lime Stone Retaining Wall: (Add)
r"; 47/ Magee i sSAv i0 Dollars ($ g3) OO )
The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price
or combination of prices that best benefits the Owner.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Contract Description/ Unit Price per Unit
Item No. Unit Price [in Words] for Item
1. Remove unsuitable CY -76 soils
2. Compacted Fill from CY 146
Off -Site —
BID-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
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
/
BID -S
/o/2_ /// 0
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:
BID -6