Loading...
HomeMy WebLinkAboutBid Information and Packets NOTICE TO BIDDERS CITY OF CARMEL, INDIANA • Sealed Bids for the City of Carmel, Indiana, 106th STREET & ILLINOIS WATER MAN 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, Inn'"St& Illinois Water Main Extension NTI3-I 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 06'"St& Illinois Water Main E.cienslou N W.? CITY CF CARMEL Notice To Bidders J X067 / ,vacs �J4rr=.e /77 4/ Company Amount Alternative Alternative L5/4 -SUAcifkE of 414 1 .347.(kg) • nix/ 7#s L &iJ tell /12 6-z-z) rl�il�v/�T poi 75'l -_ -TPA /a: p 19i -5 Excnv4 77,V /492 da • • • NOTICE TO BIDDERS City of Carmel Sealed Bids for the City of Carmel, Indiana, Pennsylvania Parkway Water Transmission Main, 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 November 20, 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 November 20, 2013 in Council Chambers at City Hall. The Bid should be clearly marked "BID ENCLOSED Pennsylvania Parkway Water Transmission Main, Contract 66F on the outside of the envelope, and as otherwise set forth in the Bid Documents. In general, the work consists of: the construction of a 2,600 LF of 36-inch DIP, water transmission main 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 (non-mandatory attendance) will be held on November 5, 2013 at 2:00 pm in the City's Distribution Office at 3562 131st St. W., Carmel, Indiana. Copies of the Bidding Documents may be examined at the office of the Utility Director, or at the office of Jones & Henry Engineers, Ltd., ("Engineer") 2420 North Coliseum Blvd., Suite 214, Fort Wayne, Indiana 46805, without charge. Copies may be obtained at cost from Eastern Engineering Supply at 1239 North Wells St., Fort Wayne, Indiana 46808, (www.easternenaineerinq.com), phone no. 260.426.3119, fax no. 260.426.3101) for each set of Bid 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, 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 74/ cr<1/ C ATE/C 474/4 Company Amount Alternative Alternative if sti 72.V M h z- t J/ti p ,/ / 5 L 1 ae - T! 64457i2oe g.rJ ft. / 3ZZ 3 47145 1✓47 A) /pzz;rir j.s l/rad / 36.716 (lien x37 a;P/1-c_4Nzy , zn/C. 1}}, /90, SC X yyGNS Co�✓ykl6irNG L 1 ,4, 7i3 CU�JIt l�i�� 2 ai/A._ #i,t Company Amount Alternative Alternative 17;20 -rota tom 41�77o171141, ,e/c.;115,41 ,1i{T/4"g/ 0 5-45 e _ G Sti City of Carmel Water Utility One Civic Square Carmel, IN 46032 Request for Quotation 750,000 Gallon North Elevated Tank Pressure Washing The City of Carmel requests quotations for exterior pressure washing and mildew removal on its 750,000 gallon spheriodal elevated tank. The tank is located on 146t11 Street and is 107 feet to the low water level. Scope of work consists of: Low pressure water clean all exterior surfaces and appurtenances at 3,000—5,000 psi to remove all dirt,algae, or other foreign material. Mechanical abrasion by soft bristle brushes is permitted as is the use of biodegradable algaecides. Use of caustic soda or any other chemical that may damage the existing coating is prohibited. Work is to be completed no later than February 1, 2014, weather permitting. Attached are the Following; Price quote Form B-Verify Form Your quote will be opened at the City of Carmel Board of Public Works and Safety meeting on December 4, 2013 at 10:00 a.m.. Your quote must be submitted in a sealed envelope to the Clerk Treasurer's Office located at One Civic Square, Carmel, Inidiana -46032—before 10:00 a.m. on December 4, 2013. The envelope must be marked "Quote- Water Tower Washing". Your current Certificate of Insurance must be included with your quote. The public is welcome to attend the opening of quotes. For questions about the quote procedures please call 317-571-2451. To arrange a site visit please call 317-733-2855. Submit quotation by 10:00 a.m on Dec, Utilities Director, City of Cannel, One Civic Square, Carmel, IN 46032. - Company Amount Alternative Alternative Li't'' AIE7.:: /a soge«S � 109,97( b Jones & Henry Engineers, Ltd. } 1980 EAST 1 16TH STREET,Sucre 260,CARMEL,INDIANA 46032• 317/818-1805 ._ www.jhcng.com FAx • 317/818-1881 May 23, 2013 To: Layne Christensen Peerless Midwest Ortman Alan: Donnie Williams Tim Hill Todd Ortman 1301 E. Main St. 17707 Sun Park Dr. . 241 N 300 W Louisville, K.y 40206 Westfield, In 46074 Kokomo, In 46901 The City of Carmel is requesting price quotes to install approximately 100' of 30" well casing, screen and associated work for developing a ground water well. The Casing and Screen will be provided by the owner. All work will take place between 106th St and 96th St, East of Hazel Dell Pkwy in Carmel Indiana. The successful company for this work will be required to provide insurance certificates as described in the General conditions. The scope of work is specified in the attached documents. Attached are the following 1) Price Quote Form. The Price given shall be full compensation for all work needed to complete scope of work as specified. Price is based on Unit prices as indicated in the quote Form. Final price will be adjusted to reflect the unit price for actual installed quantities. 2) Specifications 01090, 01568, 02990 3) Drawings 1-3 ' 4) Well Log l& 2 You should submit your Quote with the Agreement section, pages A-1 to A-5, completed. The Quotes will be opened at the Board Of Public Works & Safety Meeting On June 5, 2013 at 10:00 am. Your Quote must be submitted in a sealed envelope to the Clerk Treasurer's Office at One Civic Square, Carmel, Indiana before 10:00 am on June 5, 2013. The Envelope Must be marked " QUOTE—Contract 83A Drilling Well 30". The Public is welcome to attend the opening of the quotes. I may be contacted at 317- 818-1805 with questions. �Sincerely �/. Tom Schreiber Jones & Henry Engineers, Ltd 1980 E. 116th St; STE 260; Carmel, In 46032 Ph. 317-818-1805;C 317-431-1892 Tschreiber ajheng.com CONSULTING ENGINEERS NOTICE TO BIDDERS CITY OF CARMEL, INDIANA Sealed Bids for the City of Carmel, Indiana, Proposed Renovations To Second Floor Unit, Located at 30 West Main Street— Contract No.91, 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 July 17, 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 July 17, 2013, in Council Chambers at City Hall. The Bid should be clearly marked "BID ENCLOSED PROPOSED RENOVATIONS TO SECOND FLOOR UNIT, 30 WEST MAIN STREET, CONTRACT NO.91" on the outside of the envelope, and as otherwise set forth in the Bid Documents. In general, the work consists of demolishing existing office space and the construction of new office space per the Bidding Documents. The project shall be a bid as a single prime package including general construction, mechanical, plumbing, and electrical work as required by these Bidding Documents, the Agreement Between Owner and Contractor, General Conditions (the "Agreement"), Specifications and Drawings. Copies of the Bidding Documents may be examined without charge at the office of the Utility Director, located at 760 3rd Avenue S.W., Carmel, IN 46032. Bidding documents may be purchased at the same location at a cost of $25 per set, payable by check only, and made out to Mawr Design, Inc.. Digital plans may be obtained for $15.00 by contacting john(a)mawrdesign.com. The successful bidder must have obtained a bid packet from Mawr Design, Inc.. A Pre-Bid meeting will be held on July 101h, 2013 at 10:00 am on site on the second floor of the building located at 30 West Main Street, Carmel, Indiana. 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; 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 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 Owner reserves the right to reject and/or cancel any and all Bids, Company Amount Alternative Alternative dize6.7.4" .-C g 71/Tai, Z,'7Rs5 /72/A .ogc5 Siigt27/;b ttel.k.e."To A/ Stigle 87 o 9/01 NOTICE:'1.0 BIDDERS CITY 11F C\RMEL Notice is hereby Ms en that the Hoard ol'Public Works and Safety,City of Carmel.Indiana,will ieceite sealed hills or proposals durum regular business hours at the 0tl ice of the Clerk-'Measurer One Cis ic r3eiamtcl Indiina ,1(042 until 10 00 a rea_Ii,S:I'.ou\Vedne.sda■. Nuwember 6,2013 lot the following materials: ILI&purchased dm in^Jhe_calendag.y'rar.20.Ia' NQ'f1::Price quoted must be"him'for the entire calendar sear of 21/11 Rock Salt for use in w met softeni erg—10,000 tons more at Iesc. The Ruck Salt must meet Amen cat Water\Von ks Association A W WA)specification 0200-93.please quote price pet ton. A hid Ixmd or certified check in the amount of I0%of the contract price is required for the Hock Salt bad. All bids must be received sealed with the%curds"RI ICR SALE HID"on the Icll hand comer of the envelope.All persons with an interest in bidding shall register a contact name and address with the utility Department to ensure that all changes or questions and answers are available for ms iew by all interested panics. The specif calinus:le,et fonh in detailed documents on tile in the I JUhtics Depanmcnt,761 Third Aremre SW,Suite 110.Camel,Indiana 46032. Questions rcyuding this solicitation must he written and delis eyed to the Utilities Depaume t,All responses will be■ritctt and made available with the specific:nions at the I)epat Intent.Please call the Utilities Department at 317157I- 2143 to confirm whether in not:nn such wtincm questions have been received andlm answered. The submitted pmpusal must be in compliance wish IC 36-1-9-11 5, 'fhe Boat d of PUN lc Winks and Safety resets s the right to reject author cancel any and all bids.solicitations andlor offers in whole or in part as specified in the snlicilation when it is not in the best cue csts of the gusesnnmutal body as determined by die put chasing agency in accordance with I(2 5-22-18-2 77,1,11 10 3.10 111 21 Inpatlp PUBLISHER'S AiE IUAVI'f State of Indiana ) ss: Hamilton County Personally appeared before me, a notary public in and for said county and state, the undersigned Tim 'Timmons who, being duly sworn, says that he is Publisher of The Times newspaper of general circulation printed and puhlished in the English language in the city ' of Noblesville in state and county afore-said. and that the printed matter attached hereto is a true copy. which was duly published in said paper for 2 timets), the date{s) of publication being as follows: 1.0/312013 10/10/2013 sue- • Subscribed and sworn to before me this Thursday. October 10. 2013. Dayi Notary Public My commission expires: 05/2812020 Jennifer Louise May Resident of Marion County Publisher's Fee: 530.41 • JEICIFEll LOUISE MAY Nutary Public-Seal • Sole al Indiana M2 Cnrnmistiun Expires May 28, 2020 , 1 T1,3811 NOTICE TO BIDDERS CITY OF CARMEL Notice is hereby given that the Board of Public Works and Safety, City of Carmel, Indiana, will receive sealed bids or proposals during regular business hours at the office of the Clerk - Treasurer. One Civic Square. Carmel, Indiana 46032 until 10:00 a.m. E.S.T. on Wednesday, November 6, 2013 for the following materials: To be purchased during the calendar year 2014: NOTE: Price quoted must be "Firm" for the entire calendar year of 2014 Rock Salt for use in water softening — 10,000 tons more or less. The Rock Salt must meet American Water Works Association (AWWA) specification 13200-93. Please quote price per ton. A bid bond or certified check in the amount of 10% of the contract price is required for the Rock Salt bid. All bids must be received sealed with the words "ROCK SAL f BID" on the left hand corner of the envelope. All persons with an interest in bidding shall register a contact name and address with the Utility Department to ensure that all changes or questions and answers are available for review by all interested parties. The specifications are set forth in detailed documents on file in the Utilities Department, 760 Third Avenue SW, Suite 110, Carmel, Indiana 46032. Questions regarding this solicitation must be written and delivered to the Utilities Department. All responses will be written and made available with the specifications at the Department. Please call the Utilities Department at 317/571-2443 to confirm whether or not any such written questions have been received and/or answered. The submitted proposal must be in compliance with IC 36-1-9-8.5. The Board of Public Works and Safety 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. Company Amount Alternative Alternative /Ef=F_ , av (19712 Cow A - � 7 61 q )17-L ri) - 4 / 497940 lYlFlG 2,u(--G) LL l/i6ECr 1 a /1 ,1°V 31)I.L' /✓ '41/ k /IK 02/9-77zof GEA/ Cjev/srio, t, /4910 < <d 9 111. 15F � _0 • zv,pm}1.150515 n 04)141 21.N51010121 15250 pau11I1?s[11 D!q.n Il p Si e Ida»505 purples ( Dgwgnfl5.u!aa!e.n c(I tyip • agl sanmsoa ns[a 1115.)D9l '�;y l-i�5:)1 Ohm a0uop.I0DL 511 no1105)6 duleegrand O41 F i pa11nu 1a1pp 5'15(11511 pnu11nu5nan ail d0 ._.isni 1=0q 0015 015)11 01 11111 vunelu,Lc.s: I1!pprPa+5)!s sv L"Id 151 iv 05001155 u∎x./20cuospue sap-pen:vs 'nil!]LI1 put,4151.4000.0 v=11101.Ix,hi m alfiu alp s02l.1sm nm%Q:ail 'f11i91. 1,L11,!11,11 1,!1,,,Ium:111111 nnl larciS 00051111 Jo 0Ia1S'mO]Ju-+m0aoag 0551 11511152.11105 614 p-+0051,15 001 0 1515 un[IewlddV ^I01S 15111 m 57:n111 111 ll[][f1 Op Vl[211111A do 5.1110mIJ-55 If0a111119[I W 9lnllnlndllq Le0s1 PII1n IIV .11}1 Dy1 5)u Hnmpol 14111110 rnµngv>SCV 1091 AIXR 1501110 THE amirhpin5[11w 151111!]051 eIg.51,1H Jo IJI5]■1 ILL-au11151511510 paplpalpc 001101[o1[d 0m111pIp15)Yy SeW plf}.5111/ II1At op J1 aanllanoJnd atp,of 24.52 p. seq,app!H alp 111a111112b011 II Pue:11,V1=I5) S u0lopad.roJ suv[d 5o■55)1 p1odmd c,DauoualsDdo 11050a1111 e11nJLIDStla 10005111,15 S12p111om vappi[01 51uSu1u1•nl 1511101 PDin1Im ss pox 1.1151001V 10 5)S OIl5 euelrul 5111 5q pag5105n0d cr 96 n•LLII05 pa,vg I I) :S15 1)5]51.211.110]m 159 hays pus•nlvogl 5)015000111 ■uudnlc>.10 n•slad KIDI5 Jn 52ma1 1550000 1 51110 .aPs IDud lift 05115111151/101$141461 alp 6o pannnpos a1.Is1nu splp .unlpul'anue 1 IDDIlit II! E t 1-0.1A(IL 151 pldpiq E11!hpnq,111 10 1111naas 0111 5115 oils ill,um 011/1111 f[0:']11)1.(In.1 IIO PPS 04 III.5)111100151 P!H-5 41 5 ou1-uSisDQ a+t5}\05014 111 led ply 5 pauielqu 051101 nnw.15111519 1R1 sslaous 1511. woo-ueuapanmurt9uyoi H u11^umoo,C1.o11'cIS101 1.01!II110a1..(011sL1u1111II 11(1 xIl ud151h1 ILOalyo1 1101 Drew pin 561110 7os1.p 3I+11111$01 105 5pd SpSJo)oa n le uouvonl gums 15151 11. pacnymnd x!,[1551!T1,DIunIp 0111PP!H ZL09Y Icl Ianuc,:] .s101 enuaaV P1£09C fe 1)01sau1 mlaanCl 1515515/1 0011 J0 PD1pn rap In 111n[11a mow!55 15501111v5o ay(Sul 11101411100(1 FInPP!H mil Jo 5011515■ c51nr0.1Q 1110 su0ninuiDdti 'l,du+luanfiVC. 0115 vion!p10J puanap]eve 112 1.1)11110 un,np 1100.1511 vnuunit/3111 91151115N5G 801pplfl asap.501 pulnlry se qua.I'°551 to p1111'A.nq mnld '15aue9Xaul'lmnen nLIIN 5001503 ivlpn!m 1 ninyxd:)51L11-1 51411!11 a:e PILL c aI5 (Legs ualmd 0515-snw mn000 315!pr1 d mluad a0 ells Dollo 0Ildn uL15511.1 mµrue am1[Is 5oylo iurtsup 811151Sg01110)010 5151 c um:lent al1'Rika1115u1 '41001501(]phi 01[1 115 111101 105 5.9111055)0 6F Pon'-ado1aa11I 011130 011!X11501.41-uu:16(.)7'L 1J1,111PIOh'1HdrJ.5 NI 5)'I%ISH.11 U£11.V11 110(17:1(NOT)715-7 01 SNtu1.1.196]3i1 CI[ISOd021d OJSO-LJN] G1H..Pr".51nro10 114 plulgc 1,111 m(I.-IIe11 Arj Is srsgmmp 1!011105)511 1107'L I .(11(12 urn 00111 1r.(11105 Pun 51.4555.0141,1505 Jo p0111H.1111.G1 11101 1100 ppuadu.50!111111101 111.a`515)t 0111. ialI11h111111 1'PP141 011 511 4150515501 N1 011 parv.u81=0p 5,11044111 pa5!50a1 pies.Cu‘' '51118'11 0114 Ira 515111 115101'I," nlNClll Invu'CCO1P ruu11n1 1'00115$.01011015110'11,41 5513 ,01151 .l. yn171y1JnnaSUo5gl la(,,5155O I'11S1n1511'1011u1;1 Jn551-}5111 nLI 4501500.1 NI 111"'16")1 ve111o7-150115 1115115 151.55 0!5e p0av1'l•111541 x1151411510,05 01 sll.!IISanl0t1 Posld041-00 0 5110 5 Laou10 J0.017111 u4 s'p!fl 110150$ 1'VA'111 VI'1]I1C,R'7:1(5(1.1) SL9(1111H 0.1.1311.0\' The Times Invoice 641 Westfield Rd. • Noblesville. IN 46060 Date invoices 7/5/2073 TL 2954 Bill To City of Carmel - Clerk-Treasurer One Civic Square Carmel, IN 46032 ATTN. Sandy Johnson • Description Qty Rate Amount NOTICE TO BIDDERS. $58.73 $58.73 Ad Ran: 6/2712013 7/5!2013 PLEASE INCLUDE YOUR INVOICE NUMBER(TL2954) ON YOUR CHECK WHEN MAKING A PAYMENT Subtotal $5873 Total $5873 Balance Due $58.73 • PLIFILlslll;k's AFFIDAVIT State u1'Indiana 1 .55: Hamilton County ) Personally appeared before me. a notary public in and for said county and state, the undersigned Tint Timmons who, bring duly sworn. says that be is Publisher ofTlw Times newspaper of general circulation printed and published in the English language in the city of Noblesville in state and county afar,-said. and that the minted matter attached hereto is n true copy. which was ltd ' published in said paper for '! t.inu:(s), the Minas) of publication Tieing as to!lays: 6/27/2013 7/5/2013 Subscribed and sworn to before me this Friday. July 05. 2013. �R. z Notary Public My commission expires: 115/2$/2020 Jennifer Louise May Resident of Marion County Publisher's Foe: JENNIFER LOUISE MAY Notary Public-Seal Slate of Indiana My Commission Expires May 28.2020 1' I 'l7.29;7/ Prescribed by State Board of Accounts General Form No.99P(Rev.2009A) City of Carmel -Clerk-Treasurer To The Times cc 641 Westfield Rd. (Governmental Und) = Noblesville, IN 46060 Z .,_....._....................__._... Hamilton County Indiana 2 PUBLISHER'S CLAIM LINE COUNT cc Display Master(Must not exceed two actual lines, neither of which shall p total more than four solid lines of the type in which the body of the Q advertisement is set)--number of equivalent lines Head--number of lines } Body-•number of lines • a Tail--number of lines Ov Total number of lines in notice 2 U Q COMPUTATION OF CHARGES 50 lines, 2 columns wide equals 100 equivalent lines at .0.5873 cents per line $58.73 Additional charges for notices containing rule or tabular work(50 per cent of above amount) $0.00 Charge for extra proofs of publication($1.00 for each proof in excess of two) TOTAL AMOUNT OF CLAIM $58.73 DATA FOR COMPUTING COST Width of single column in picas 94998 Size of type 7 point. Number of insertions 2 Pursuant to the provisions and penalties of IC 5-11-10-1, 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. I also certify that the printed matter attached hereto is a true copy,of the same column width and type size, which was duly published in said paper 2 times. The dates of publication being as follows: 627/2013 7/5/2013 Additionally,the statement checked below is true and correct: . Newspaper does not have a Web site. X Newspaper has a Web site and this public notice was posted on the same day as it was published in the newspaper. ...... Newspaper has a Web site,but due to technical problem or error, public notice was posted on Newspaper has a Web site but refuses to post the public notice. Friday,July 05, 2013 Legals Advertising Date Title TL 2954 J Johnson, Sandy M From: Duffy, John M Sent: Tuesday, July 30, 2013 11:06 AM To: Johnson, Sandy M Subject: bid award Sandy, For the August 7th BPW meeting, we wish to award the Office Build Out Contract to JBM Contractors Corporation. They were the lowest, most responsive bidder. I will also have contracts to sign at the meeting.Thanks J Duffy 1 ,Arms Company Amount Alternative Alternative ealy e vT.69ciiaiL --- 4 23 7 Y Taw 1f771Z,7 Sv lati5 ° G.�0f �33 REQUEST FOR QUOTES Sealed Quotes for the106`h STREET FROM ORCHARD CROSING TO WESTFIELD BOULEVARD WATER MAIN EXTENSION. Carmel Utilities, City of Carmel, Indiana 46032(herein called the "OWNER") will be received by the Owner at the office of the Clerk- Treasurer in City Hall, One Civic Square, Carmel, Indiana until MARCH 20, 2013 at 9:45 a.m. (local time). Any Quotes received later than the above time will be returned unopened. All Quotes will be publicly opened and read aloud at 10:00 a.m. on MARCH 20, 2013 at the Board of Public Works and Safety Meeting located in Council Chamber at City Hall, One Civic Square, Carmel, Indiana 46032. The work shall include the installation of approximately 974 lineal feet of 16-inch DR11 HDPE water main installed by means of horizontal directional drilling along the north side of 106m Street from Orchard Crossing to Westfield Boulevard related fittings, hydrants, service line connections, main connections related appurtenances and final restoration of all affected for a complete installation. An alternate bid will be accepted for open cut installation of 16" Ductile Iron Pipe. Work shall be constructed under a Unit Price Contract. Each Quote shall be completed using the Contractor's Quote Form (included with the Contract Specifications). Per Indiana Code 22-5-1.7-11, the Contractor entering into a contract with the Owner is required to enroll in and verify the work eligibility status of all its newly hired employees through the E- Verify program. The Owner reserves the right to waive any informalities or minor defects in quotes or quoting procedure, or reject any and all quotes, or to accept any quote as may be lowest or most responsible as exclusively determined by the Owner. Any quote may be withdrawn prior to the above scheduled time for the opening of quotes or authorized postponement thereof. No Contractor may withdraw a quote within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Contractor. Submission of a signed Quote Form by the Contractor constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the Contractual-Legal Requirements and Technical Sections of the specifications in the Quote Package. The Contractor to whom the work is awarded will be required to furnish an acceptable Performance and Payment Bond each in the amount of 100% of the contract price and must be in full force and effect throughout the term of the Construction Contract plus a period of twelve (12) months from the date of final completion. The Contractor to whom the work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis". 2/27/13 1 f Copies of the Drawings and Specifications for the work are on file in the office of Carmel Utilities, One Civic Square, Carmel, Indiana 46032;and the Engineer, CrossRoad Engineers, PC, 3417 Sherman Drive, Beech Grove, Indiana 46107, Telephone (317) 502-5620. CARMEL UTILITIES CITY OF CARMEL, INDIANA /S/John Duffy, Utilities Director Attest: /S/Diana Cordrav, Clerk-Treasurer 2/27/13 2 f vs • Nf)TICFI'III ellP)LRS (1111'of Carmel,Indiana Scaled lids for Ihc Ciro of Cannel.Indiana,106th ST R IiI:F.l ILLINOIS WRIER MAIN I_ATF:NSICIN.n'ill he received by'the City oil rnlel,Indiana. ("f hmar"i at the,'llice of the Clink'Iiainnrcr'm Cdv I Ire1,One Civic 3glwm. Cannel lttdiana.W32_uirui i(;p0 a.in.,Iocal fmm,Oil MARCII M.2013 Any Bid received alter the deyignaled lime will he returned to the Bidder un op cne.d, The Mitts will he imblicly 1/palled and rend by the BaatLI of Public Works and S ilely at ICU 1U int.int MARCH 6, 11W in Council Chmnbos all Croy Mall_ The [lid sltnnld he cleadv marked"0111 PSt.iI.KSHR 111611 S'IIIBFi'I'k ILLINOIS WA' M.A114 I1YTI7NS1DN"on the outside of the cnvelnpc,and ac'Abe;wise scl finch in theItnd Dbeanrcnts. In mineral,the work consists vP:Ile INSTALLATION of 775 I•P'I'oI' 15--DR-I1111)1'E 11111111 113 iMizOlital direntionnl drilling,all;is mtinOil by these Bidding Documents,the Aga:c urcnI Heir yen Owner and Contiemor: (Nneml huudiliu1111,$}ieelal Collrlil inns(the"AM FiAll1enl I.Speci11en11na5 alld fhowings. A Pre-Ilid Atectiva will he held nn Fein aaty 20,21.'13 at 2:041rm in the city's Distribution Office at 1562 I)tel St.W_Calmed.J ntlinnll,46(131.Copies ol'the Bidding Docamcria may he examined at aR\ce ci the utility I):re eor or at Ihc nodes,of Cms.koxd B.npiueels.PC tngincer 11417 Sherman Drive. Auuch Drindo.IN dG 107,wilhoih cIialge. Cupicra 11131'hcubiained l'coin the latter office upon[he non-refundable deposit at 51511,00 check only.made payable m C ioi.s1oad Enyineert,1'.C'.,for cacti set of Fliddlnu Documents Bids cost be tlubniHnd nu Ihc fowls Jowl,'in the Bid package,maid contain the names of c‘up:person or dmgputr iNCmsmd Iherein.lint shall he owompanicel hp: I I Re‘iced Form No 96 as prcmnhue by the Indiana Board ofAUCnunt ne ac rcquued in the Iwriuc inn m liiddcns,including a financial A:Venn:M.a s(atcmcal of ercpcmncc,n pmposcd plait nr plans fiir porim ming dm Work and the equipment Ihc IliLMer has available for the performance of the N'mk. 21 Rid Band in the annual often pecen 1101!11 al the loin Hid 3110111111,indnding aliemuies with a s'.no0mhny col notate suety or by it certified check on a snhent bank In the amount often poleenl(itt%1 of l ac amount of the Hid_ The Bid Bond 111 certi lied check shall he cvidencc of good mill Ihnt illy successful Hidti.r will c-■ucutc within Illleen(14)calcndlu dears from the acceptance of the laid.the Agreameol a included in t he Ridding DncunlenN_ The Bid Bond or set induct check,shall he made payable to Ihc[lemur. Ain Hitl miry'he 11 1111,1111%1 poor 10111e edleuLdgl dosing time for receipt of Bilk 1u1 no hidden Than withdraw his Rid+viihinu&h 11,111 days,after ars actual opening of the Bit All Hid Bends and Cell Iled cheeks of 11nsuccesdiul[ride's will lm returned by the Owner upon selection 0f the saceeasfnl Iliddcnmd esucmicn of the Agreement.and provision of the 1 1111111 11-11 Pm4mnanuc Hcnd'and Yagmcnl Hlmd_ Wage laces on the Proiect stall not be Tess than the pinailing Wage cede asdelemli Led in acennlanw with Ind.Code 55-I6-7,et ieg_.and the Contrnccor must conform to the:nnidnscri minlu ion proe'isinns of Ind Code.li-Its-G el seq. A PJcfornonce Bond with good aril sufficient sorer•-acrvplahle 1s,the r'wnrcr and Euyineer shall be required of the successful Bidder is:utamnnnl equal m atle',wl one Imudred percent 1100%1 of the Cnnleact Price conditioned upon the liatldld pelf armance oil the iAgreenw11a hc Contractor shall execuie a I'd:nu cal lb ad to the Omni'.uppru+ce ha' (lw and lingineer and for the ba¢pt of the Genet.in as 11.111011111 equal¢e one hunched percent I IH19L)nl'du:Qml1 act Price. 1 h I'ay men Pond is hindine on the Contraclar.then Albcontmcmr.and lhelr 11I16rCL0 JlS.cod aeigils Orr the pay9nenl of all indebtedness to a pe'am for labor and ecn'imi performed.nmmn us, Famished.or servlcea tuveemd. The Payment Hwnd west state than it is for the benefit of the anhenmlacto IWwren,mhinial mgrplieu_and those pertomiing servieca. The smelly of the Payment Henri Itchy 1101 be ralensetl untd ors' t)year anti Ihc(awned s final acttlnnem with the Contractor. All out-nf-suite cal rir,it uc mast a certificate of authority to do business in the State. Apphexuun horns mar he nhlained by contacting the Seel claw f State.Stale of Indiana.Statehouse hnliannpolis.lntflana b:114. [lie succmYi'ul C:nmractor will he regiured in enroll in and verify lLewmk eligibility status or all employees lined and the dale id Cantracl thmul the F Verily program_ The Contractor and Snliconlladary will he ncgniled In spa an alhdavil ennenniuy employment Of mmnthorized aliens. A cola-of the al Hdoyu is included In the[lid Unaunenu. The CJwna reset es the right It'eject audio!cancel any:1114 all Rids. sslicilat inns anilot offers in whole or in part as specified in the Adieilatiou u11an it is not in the best ilucrusis or the govvi nmental body m determined-by eta pnrehusing am gev in accordance wish IC 5_22-1$2 "I heOwne nlm resur\es the tight to wanes,irregularit[na in any Bid_and to accept any'lid which is deuued most lase able 6r the Owner: [liannS;uwlla_v C1¢k Treasurer tads,ofCat me!,Indiana 71,1619 2 14.2 21 2i The Times Invoice 641 Westffied Rd. Noblesville, IN 46060 Date Invoice# 227/2073 TL 1916 Bill To City of Carmel Clerk-Treasurer One Civic Square Carmel, IN 46032 ATTN: Sandy Johnson Description Qty Rate Amount NOTICE TO BIDDERS $89.26 $89.26 Ad Ran: 2/14/2013 2/21/2013 PLEASE INCLUDE YOUR INVOICE NUMBER (TL1916) ON YOUR CHECK WHEN MAKING A PAYMENT Subtotal 589,26 Total $89.26 Balance Due $89.26 i'ltlSI.Isili:its AF I II),1 VI I' State orindie is s,: Hamilton County Personally appeared h.:lure one. a nntaey public in and for said county and state. the underelgned Tint Timmons aa'ha. heinu duty sworn. snyc that he is I'uhlishur nf'I'he- Times newspaper of general circularden printed ;and puldiahed in the L:nplish lnnquagt, in the city of Nohlesaille in ,tote and county afore-said. and that the printed matter attached hereto is a true copy, which was duly published in said paper for 2 limaLs). the date(:)of publicntinn helot as follows: 211.112013 ''121/2013 Suhscrihud and sworn to before wit this Thursday Vithruory 21. 2(11:1. Notary Public Ai) commission eNpires: 05/28/2020 Jennifer Louise ?day Resident of\1at'inn County I'uhlishcr's Nee: :.81.211 I JENNIFER LOUtSE MAY Notary Public-Seal I State or Indians ( My Commission Expires May 2B, 2020 I 1. 1 77, 1.916 Prescnbed by Slate Hoard of Acceunrs General Ferro Na.99P(Rev,2009A) City of Carmel Clerk-Treasurer To The Times CC,t (Governmental Uni0 641 Westfield Rd. 2 Noblesville, IN 46060 Hamilton County,Indiana PUBLISHER'S CLAIM LINE COUNT cc W Display Master(Must not exceed two actual lines, neither of which shall p total more than four solid lines of the type in which the body of the Q advertisement is set) -- number of equivalent lines LL lead —number of lines } Body-- number of lines r1 Tail -- number of lines OU Total number of lines in notice 2 U 4 COMPUTATION OF CHARGES Q _.._,7fi. lines, 2 columns wide equals 152 equivalent lines at 0.5873 cents per line $89.26 Additional charges for notices containing rule or tabular work (50 per cent of above amount) 50.00 Charge for extra proofs of publication($1,00 for each proof in excess of two) TOTAL AMOUNT OF CLAIM $89.26 DATA FOR COMPUTING COST Width of single column in picas.._._.9.4995...,... Size of type 7 point. Number of insertions 2 Pursuant to the provisions and penalties of IC 5-11-10-1. 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. I also certify that the printed matter attached hereto is a true copy, of the same column width and type size, which was duly published in said paper ...,,......3.......,... times. The dates of publication being as follows: 211412013 212U2(l13 Additionally, the statement checked below is true and correct: _x.. Newspaper does not have a Web site. ... . Newspaper has a Web site and this public notice was posted on the same day as it was published in the newspaper. Newspaper has a Web site, but due to technical problem or error, public notice was posted on ...,,. Newspaper has a Web site but refuses to post the public notice. Thursday, February 21, 2013 Legals Advertising Date Title TL 1916 NOTICE TO BIDDERS 3 CITY OF CARMEL, INDIANA Sealed Bids for the City of Carmel, Indiana, 106"' 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 MARCH 6, 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 MARCH 6, 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 775 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 February 26, 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, 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 Cord ray Clerk Treasurer City of Carmel, Indiana 7 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 "Illinois Street Extension — Tree Clearing Project" at the office of the Clerk Treasurer. One Civic Square. Carmel, Indiana (City Hall) on or before 10:00 AM Local Time, March 6, 2013. and commencing as soon as practicable thereafter on the same date such bids will be publicly opened and read aloud in the Council Chambers of City Hall. No late bids will be accepted. Al] 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 he scaled and have the words "BID— Illinois Street Extension — Tree Clearing". A bid bond or certified check in an amount not less than ten percent (19%) 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 each bidder shall he prepared to enter promptly into a contract and begin work without delay following a Notice to Proceed in the event the award is made to him. It is anticipated that Notice to Proceed wilt he given on March 22. 201i. A pre-bid meeting has been scheduled for Monday, February 25th, 2013 at 10:30 a.m, in the Caucus Room of Carmel City Hall. Any contractors planning to submit bids on this project are encouraged to attend this meeting. The Project consists of, but is not necessarily limited to, the following: Removal and disposal of all trees, stumps and shrubs within the proposed project limits. Contract Documents for the Project have been assembled into one bound project manual. which together with drawings, may he examined at the Following location: United Consulting 1625 N. Post Rd. Indianapolis. IN 46219 317-895-2585 Complete hardcopy sets of bidding documents can be obtained from Eastern Engineering Supply. 9901 Allison■ille Road, Fishers, IN 46038. for a non-refundable fee or$50.00 for each complete set. Complete electronic (pdf) sets of bidding documents can be obtained through the Eastern Engineering Plan room, http://distibution.eastemengineerine.con, for a non-refundable fee of $25.00 for each complete set. Checks shall he submitted to Eastern Engineering Supply and shall be made payable to Eastern Engineering Supply. 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 ordriwings and Contract Documents. TS-I E his Project will be funded by the City of Carmel. In accordance with I.C. 5-16-7. Common Construction Wages shall not be applicable to this project. 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 O1f1ce, at (317) 571-2441 at least forty-eight (481 hours prior thereto. 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 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 or proposal shall remain in lull fierce and effect during said period. The City of Camel 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 hest interests of the governmental body as determined by the purchasing agency in accordance with IC 5-22-18-2. Diana L. Cordrav Clerk-Treasurer TS-2 Johnson, Sandy M From: Duffy,John M Sent: Monday, February 25, 2013 9:34 PM To: Johnson, Sandy M Subject: march 6th bpw meeting Sandy, For the March 6th SAW meeting, please place on the agenda the bid award for the 96th and Town water main extension — contract D to TSW Utility Solutions, Inc. in the amount of$306,358. They were the lowest most responsive bidder. Thanks John Duffy Director City of Carmel Utilities 760 Third Ave. SW Carmel, IN 46032 317-571-2451 Sr neI Utilities i • Johnson, Sandy M ! From: Duffy,John M Sent: Monday, February 18, 2013 8:50 PM To: Johnson, Sandy M Subject: march 6th bpw meeting Sandy, For the March 6th BM meeting, please place on the agenda the bid award for the Wastewater Treatment Plant Expansion—Contract 79, to MK Betts Engineering and Construction in the amount of$3,423,000. They were the lowest, most responsive bidder, Thank you. John Duffy Director City of Carmel Utilities 760 Third Ave. SW Carmel, IN 46032 317-571-2451 th thel Utilities 1 1-1_J.iNoIS S-� F7 )0 It) Company Amount Alternative Alternative Ain is LXr vI)T/fuc Aleig? a 015I # 7,2-70 cm cS ' �q 1 5 i -AgEme9og ¢ 57v0D795 kiwi?? 0751± anReusally angeu,sa;ly 3unowy Auedwo) ADVERTISEMENT FOR BIDDERS City of Carmel Sealed Bids for the City of Carmel, for the 961h Street and Towne Road Water Main Extension Project, Contract C, 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 February 20, 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 February 20, 2013 in Council Chambers at City Hall. In general, the work shall include the installation of approximately 2,600 linear feet of 16-inch HDPE water main, 25 linear feet of 8-inch PVC water main, and 35 linear feet of 6-inch ductile iron water main with related valves, fittings, hydrants, and appurtenances, plus all grading, seeding, erosion control, and site restoration for a complete installation. Work shall be constructed under a Unit Price Contract. Bids shall be properly and completely executed on a State Board of Accounts Form 96 (Revised 2010). Each Bid shall be accompanied by the Contractor's Bid Attachment (Included with the Contract Specifications) to Form 96, a Financial Statement (completely filled out and signed) and a bid security in the form of an acceptable certified check payable to the Owner or an acceptable Bidder's bond, in an amount of not less than 5% of the total bid price, in accordance with the Contract Specifications. Wage rates on the project shall not be less than the prescribed scale of wages as determined in accordance with Indiana Code 5-16-7, commonly referred to as the Prevailing Wage Law. In accordance with Indiana Code 22-5-1.7-11, Contractors entering into a contract with the Owner will be required to enroll in and verify the work eligibility status of all newly hired employees through the E-Verify program. The Owner reserves the right to waive any informalities or minor defects in bids or bidding procedure, or to reject any and all bids, or to accept the bid from the lowest most responsible and responsive bidder as exclusively determined by the Owner. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder determined by the Owner to be the lowest most responsible and responsive. Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the Contractual-Legal Requirements and Technical Sections of the specifications in the Project Manual. The Contractor to whom the work is awarded will be required to furnish an acceptable Performance and Payment Bond each in the amount of 100% of the contract price and must be in full force and effect throughout the term of the Construction Contract plus a period of twelve (12) months from the date of substantial completion. The Contractor to whom the work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis". Copies of the Drawings and Specifications for the work are on file at the office of Carmel Utilities, 760 Third Avenue SW, Suite 110, Carmel, Indiana 46032; and the Engineer, Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 788-4551. Drawings and Specifications may be obtained from the office of the Engineer by submitting a nonrefundable check payable to Wessler Engineering, Inc. in the amount of Seventy Five Dollars ($75.00)for each set, An up-to-date Planholders List may be obtained from Wessler Engineering, Inc., 6219 South East. Street, Indianapolis, IN 46227, (317) 788-4551, There will not be a Pre-Bid Conference. T> Lrri�m63 invoice 641 Westfiled Rd. Noblesville. IN 46060 Date Invoice# 2/712013 7L 1767 BIII To City of Carmel Clerk-Treasurer One Civic Square Carmel, IN 46032 ATTN: Sandy Johnson Description Qty Rate Amount ADVERTISEMENT FOR BIDDERS 573,99 $73.99 Ad Ran 1/31/2013 2/7/2013 PLEASE INCLUDE YOUR INVOICE NUMBER (TL1767) ON YOUR CHECK WHEN MAKING A PAYMENT Subtotal $73.99 Total $73 99 Balance Due $73.99 A I1-V1:HI'ISF s]IC\"I'FOR 131IIDENS Citr of Carmel Scaled Rids far tit Cie'of Cannel for the 96th Stleel ails]Tonic Bead Waa-r hgaiu Ij,rlcraiau Pi-njucl,Conllaet C.mill ba mecired hp the City of Carmel.Indiana.t-1)wna-I at the uli tc nl'the(7erl'f rwmureI in Cilc F lull.Chip Civic Sgnam.Camel.Indiana 46032,will If1:00 air,Incrl lime-on Febmary • 20,201?. Ann Rid received aficr the desianaled bale Wil]he rearmed it.the Biddn unopcncd.the Bids will be publicly opened and rend hp the Ruud ofPubbc Works tnnl Safety at 1010..1,111, n hphnmry 211,2013 in C:urmcil Chambers al Clip Hall_ In cereal,the work shall include the installulinn of apprasinrniely?6011 linear feet of 16-inch!IBM:mater algid,25 lincia feel of&inch PVC watermnin, and 35 linear feel,46-inch dnelde non water Imam mtlh related valves.fitdmen, hr di:3111c,;11111 appntlenlmces,phcy all grading_stedimy.ei esian cad ral.and site restoration Vpr a complete installation. Work such be ewhstr acted reek-a t,hlit Pr ice Contract. tilde shall he Imhperly and etnmplcmly eaccntal w a State Board of Accouun Vow)96 ikevised 21JIUI. Each Bid shall be accompnnieri hp the Cennlraelor s Bid Attachment fineludal with the Contract Spoil at inns]to Forte 46_a Financial Statvnanl(cnmpleluly Flied out met si Nticdl and a bid . brag iu1110 form alai aceynable ecru icd check payable to the Owen or all aecurd:6 c Rudder's bond in all amumuef not Inns than 5%oldie mail End pi kw, m aecordatice with 4m Contract Speci firalious_ Wage rates on the project shall nrl be less than the prescribed wile of wales a-c dcterminud in accoi dance with Indiana Code 3-16-7,comumnnly related • to as the Pmsaihng Wage Lawv. Ira accordance with Indium Code 22-5-1,7-I I,Conllaclnre entering tutu a cowlner with the Oared Will he required In enroll in and tcrifv the work eligibility stains of art icicle hired emptoyces through tie❑-Verify program. The Owner reserves the fight no wane any inWinmltties ar n mrdefsels in bids or kidding procedure,pi to!turd a ndnll bids,Orin a Yep(t he bid from the lowest mcsl reelnnlsible awl responstwe biddarus exclusively detemtined by he Owner_Any Ind may Inc wilhclromn prior to Ike aline scheduled lime for the opening of bids er authoriad penlmouemem dicier f No Bidder limy-withdraw abid mithlm 60 days alien thin Jule id' he opening Tilde 1f,Should there br aahythe conuan cmmpl be awarded Within the specified period,the litre runny by entnrded by mutual agreement between the Oman tuml Iho Ribber determined by the Qwvuer to Pr lilt law et Elliot rnpunsible and Iespoluise. SWmdssion ni'at signed Bid by t e HidJcr constinnes aclmovlcdgrnent of and acre ttarwp of all the doNmeins and Ter ris.and conditions of the Ccnamctnal- Legal Itequirernenis and technical.Seelioas of the specilih:ll ions to the Irhojeer Manual Thu Contactor In whom We work is awarded will be required to li1n1tslt 111 atepptuble Performance and Payment Bend each in the nmom■of 1015%of the cuntroel price and mug be in full 111167C:111d c0eci duLa/plann dip term of the Cvutncbnu Cnntrilet plus a peued ufhsutve(121mendti tom alt,date of suhsmntial emrplclion. The Contractor In wdhonr the foul,is nwankd will be ne,pnied m pnhchase and neinlain insurance co,el as descr ihcd to eke Cunlrmul Voehuuenls on an nc ran t ca basis'_ r�hCauuca of the➢mwines and Specifitan lulw for Pie work:are or rile mute educe of Carmel Utilities_76(1'f iend Ancnne SW.Susie 1 Ill.(:nand_ Indiana-06032-and ILc t:ir inter Wender lEnginec'nlg,(t2 Iii Sandi 1fmt Meet. Indiunnlrwhl is Indiana 4n227. phone 13171795-1551. Dm res and Specifcalions may be oloatned from lhp office id the Engineer hi sulnnit ling a nommfindnble cheek pnwahlc m Waster Lngiacerung, Inc.in the amomn nl'Sevcnl)'I ivc Doll al 1574(Ills for each sd. Au rap-no-dam Planholders Lisl Ma y be obtained Bonn WnsJnr Flutgurcer imp, Inc.,6?19Senth Last Slices,Indianapolis,IN 1(227_1317)7AK-4551_ hay mill uol he the-Hid Cuntweiwe. Diana(rn dr:n- t.-JCtk I}cnsarcr City of Car mel,Indiana T1.17G7 Idf,27 2t PUBLISHER'S AFFIDAVIT Stale of Indiana ss: Hamilton County Personally appeared before me, a notary public: in and for said county and state. the undersigned Tim Timmons who, being duly sworn. says that he is Publisher isher of The 'Times newspaper of general circulation printed and published in the English language in the city of Noblesville in state and county afore-saitl, and that the printed matter attached hereto is a true copy, which was duly published in said paper for 2 boo's). the dates) of publication being as follows: 1/31/2013 2/712013 Si hserihr_dd arid sworn to before me this Thursday. February 11;, '2[115. Not . i PUNIC . 19v commission expires: 05/28/2020 .Jennifer Louise May Resident of Marion County Publisher's Fee: $7:i.99 JENNIFER 1pUISE MAY Noryry Public-Seet state Indlena My Commission Expiry'key 20,2020 Y i '1'1. 1767 4., Pre abed by State Board or Accounts General Form No 49P(Rev.2009A) City of Cannel Clerk-Treasurer To The Times ce 641 Westfield Rd. W (Governmental Unilj = Noblesville, IN 46060 H Hamilton County, Indiana 2 PUBLISHER'S CLAIM U7 LINE COUNT LLI Display Master(Must not exceed two actual lines, neither of which shall © total more than four solid lines of the type in which the body of the Q advertisement is set)-- number of equivalent lines Head--number of lines } Body--number of lines a Tail --number of lines Total number of lines in notice u a COMPUTATION OF CHARGES ,Q 63 lines, 2 columns wide equals 126 equivalent lines at 0.5873 cents per line $73 49 Additional charges for notices containing rule or tabular work (50 per cent of above amount) 50.00 Charge for extra proofs of publication (51.00 for each proof in excess of two) TOTAL AMOUNT OF CLAIM $73.99 DATA FOR COMPUTING COST Width of single column in picas 94998 Size of type 7 point. Number of insertions 2 Pursuant to the provisions and penalties of IC 5-11-10-1, I hereby certify that the foregoing account is just and correct, that the amount claimed is legally due, atter allowing all just credits.and that no part of the same has been paid. I also certify that the printed matter attached hereto is a true copy,of the same column width and type size, which was duly published in said paper 2 times, The dates of publication being as follows: 1/11/2013 2/712013 Additionally, the statement checked below is true and correct: . Newspaper does not have a Web site. X Newspaper has a Web site and this public notice was posted on the same day as it was published in the newspaper. Newspaper has a Web site, but due to technical problem or error, public notice was posted on Newspaper has a Web site but refuses to post the public notice. r-. Th Stu(',Fehru ary(17.2013 Legals Advertising Date ......................................_. ._..,.,._. _....,.... Title TL 1767 W4sn /+)AiEP 7;9E47 ,41,e_ ,T Company Amount Alternative Alternative r2 n< 2E-TS ') L/1) (-5751) T�fir-a0ap144J ddn/ sr,E 35 3cf 6-c---D 1 I'S CITY OF CARMEL BID NOTICE Sealed Bids for the City of Carmel, Indiana, Wastewater Treatment Plant Expansion, Final Clarifier and Miscellaneous Improvements, Contract 79, will be received by the City of Cannel, Indiana, ("Owner") at the office of the Clerk Treasurer in City Nall, One Civic Square, Carmel, Indiana 46032, until 10:00 a ., local time, on February 6. 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 February 6, 2013 in Council Chambers at City Hail. The Bid should be clearly marked "BID ENCLOSED Wastewater Treatment Plant Expansion, Final Clarifier and Miscellaneous Improvements, Contract 79 on the outside of the envelope, and as otherwise set forth in the Bid Documents. A NON-MANDATORY Pre-Bid Meeting will be held on site at 9609 River Ave (Hazeldell Road), Carmel, Indiana on January 23, 2013 at 10:00 am. In general, the work consists of: the installation of seven bid items. The seven items generally include a new eighty foot diameter final clarifier and associated equipment, upgrades to the primary diversion structure, a new gravity belt thickener, vactor dumping station, supernatant tank cover, and miscellaneous site and storm water improvements, all as required by these Bidding Documents, the Agreement Between Owner and Contractor, General Conditions, Special Conditions (the "Agreement"). Specifications and Drawings. Copies of the Bidding Documents may be examined at the office of the Utility Director, or at the office of Jones & Henry Engineers, Ltd., ("Engineer") 2420 North Coliseum Blvd., Suite 214, Fort Wayne, Indiana 46805, without charge. Copies may be obtained from the latter office upon the non-refundable deposit of $100.00, check only, made payable to Jones & Henry Engineers, Ltd., 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, 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 End. 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 Me 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 • . • , j 'CITY OF CARME:L BID NOTICE Sealed 131Js faith(City of Carmel Indiana,Wastewater Treatment Plant Expansion,Find anti rind Miscellaneous hnprovenients COntraet 79,will be receiJ.,fby the I , Carmel,Indiana,(Owner'l at the o 0fBte�rlerk Treasurer m Clv F�_ O x 1 c Squa}c Carmel.Indiana 46012.until-WOO , __ I ca�e•on yebn ;Vie 2013,;Any Bidrtcoived aft rthedesigmated time will be return Ira •Bidder unopened Ilie Bids wilt be publicly opened ' and read by the Bo1 d of blic Works and Safety,at i11:00 am on February - 6,2013 in Council tiahI rs at City Hall 77ie Bid should b clearly marked, 1 "BID ENCLOSEDI a stet Treatment Plant Expansion Final Clarifier and r ��U�JfiI��.�' ' F����,�PIn�`r I!I? Miscellaneous lmprnvemen[s,Contract 7.0 on the outside of the envelope,and as otherwise set forth in the at Documents. 'A NON-MANDATORY Pre-Bid Meetingw ill he held on site at 9699 Raver p - Ave Qfazeldell Road),Carmel,Indiana on January,23,2013 at 10.00 am, In general;the work consists of the installation of seven bid items. The ' I ' seven items,generally include a new eighiy fool diameter final clarifier and _ - as5ociated quipment,-upgrades to the prim cry.di Vern am structure,a new gravity: belt ehickener wactor dumping station,supernatant tank cover,and miscellaneous • site and storm water improvements,all as required by these Bidding Documents, the Agreement Between Owner and Contractor,General Conditions,Special Conditions(the;'Agrecmenl"),Specifications and Drawings.Copies of the Bidding Documents may be examined at the office of the Utility.Diredor,or at the office of Jonet&Henry Engineers,Ltd ( Engineer")2420Ndrtli Coliseum I Blvd.,State 214,Fort Wayne,Indiana 46805 without charge.Copies may be hi IC III and for Said CO'Anti.: and state,The obtained from the letter office upon the nonrefundable deposit of$100.00 check f SH'f1t.11 S8y5 t;�Llt. Ile 181'Uf7�76)lf:Y' Or Tllf: T]Ill(;$ only made payable to Jones&Henry Engineers,Lid(,for each set ofBiddiing, Document€ .� published in the English ]HngL)age in the city Bids must he submitted on the forms Found in the Hid package,must • containthe names of every persodor company interested therein;and shall be , and that the printed matter attached hereto accompanied by: i -r. (I) Revised Porn Not 96 as pressibed by the Indiana Board'ofAccount 1trOld paper for 2 tirne(Ss, the d.ate(s) Of and as required in the Instruction to Bidders;including a financial statement,a .statement of experience;a proposed plan or plans for perlbrming the,Work and the`equipment the Bidder has available for the performance of the'York; ., (2). Bid-Bond-inthe'arnount of ten percent(I0%}of the total Bid amount,including alternates with-a satisfactory corporate s arety dr lily a certified Theca;on a solvent bank Ai the afnount of ten percent(10%)of the inrvant of _-1 the Bid.,The Hid;hond ror certified check shall be evidence of good faith that the successful Bidder:will'e gee pte within fifteen 05)calendar days from the ' acceptance of the'aBid,the Agreement as included in the Bidding Documents. 'f lie Bid Bond or certified check shall be made payable to the Owner. , Any Bid maybe wrthdmsi n prior to the scheduled closing time for receipt of Bids,but no bidder shall withdraw his Hid w thin sixty(60)days after the r ac All Bid heeds aids t. All Bid heeds and i.rtified'checks of unsuccessfi(bidders Will returned . ' P� by the Owner upon selection office successful Bidder and execution of the 1 7�--6 Agreement;'and prow isien of the required Performance Bond and Payment Bondi - Wage rates on the Project shall'not b et less than the prevailing wage scale as determined in'accordait a with Ind.Code 0-16-7,et seq.,and the Contractor s mtise conform co the antidisesmmation provisions of Ind Code§5.16.6 et seq i ' APerforrnance Bond with goodand sufficient safety,acceptable to the 1 Owner and hnghleet,shall be required of the successful Bidder in an amount ' equal'toat least one hondreetpereene(1 00%)of the Contract Price;conditioned. -„ rocks, Clan-nary 10 `107.1. 1 .. upon the faithful redarmance oftheAgicement Pr , The Contractor shall execute a Payment Bond to the Orvner,approved by r i Owner and Engineer and Toddle benefit of the Owner,in an/Imo lid equal to one hundred percent(100%)of,Wc Contract Price. The Payment Bond'is binding'' on the Contractor,their it Ito ontm.tur,and their,successors and as slgnsto the rC -I payment of all indebtedness to a person for lahor and services perfnnnedmaterial ` " furnished or sery tees rendered. The Payment Bond must state that it is for the //�/'////J�1 benefit of the subcontractors,laborers,material suppliers aatd those performing - .lit - a ` etrip-, alter Thnst of dte Payment Bohe magnocbe released unRlone(l)yc&' l / eRer the Owner's Thal settlement with the Conireemr, :Ot:RI,)',I�Utitl1C �• All nut-of-state corporations must have a certificate of authority to do ' 1 ' business in the State, Application forms may be obtained by contactingHie 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 employee hiredeller the date of this Contract through the idly B-Verify program The Contractor and Subcantraolors will be required to sign an ' i affidavit concerning employment ofunauthocized aliens.A copy of the affidavit •' I s0y1 County is included io the Bid Documents. ' 1 , _ The Owner reserves else ight to reject addict cancel any and all Bids, solicitations and/or offers in whole or in pad as specified its theseli citation when i it is not in the best interests of the;goverruoental body as determined by the purchasing agency in accareince with IC 5.22-18-2. The Owner also reserves the right to waive irregularities in any Bid;and to accept any Bidwhich'is deemed m nips(favorable to me Owner. ' - Diana Cnrdray 1 'I 1 JENNIFER LOOSE MAY ' Clerk Treasurer F City of C'arme,Indiana l Notary Public,Seal ra87 1/3,1/10 2e State of Indiana , . - - d - - My Commission Expires May 2B, 2020 , N I __� TL 1487 The Timr'r; Invoice 641 West iled Rd. Noblesville, IN 46060 Date Invoice# 1/10,2013 IL 1487 Bill To City of Carmel Clerk-Treasurer One Civic Square Carmel, IN 46032 ATTN: Sandy Johnson —1 Description l Qty Rate Amount Bid Notice $95.13 $95.13 Ad flan: 1/3/2013 1!1012013 j k I i 1 i PLEASE INCLUDE YOUR INVOICE NUMBER (TL1487)ON YOUR CHECK WHEN MAKING A PAYMENT I ! Suhtotai $95.13 1 '10121 $95.13 Balance Due $95.13 WIWTP Expansion, Clarifier and Miscellaneous Improvements, Contract 79 City of Carmel, Indiana Jones & Henry Engineers, Ltd. M. K. Betts Eng. & Construction, Inc. Thieneman Construction, Inc. Hagerman, Inc. Addenda' 2 333 Sycamore St. 17110 Westfield Park Rd. 1-A 10315 Allisonville Road Bids Received: February 6, 2013 Anderson, IN 46016 Westfield, IN 46074 Fishers, Indiana 46038 Item Est. (765) 649-1294 (317) 867-3462 (317) 577-6836 No. Description Quantity Unit Unit Price Amount Unit Price Amount Unit Price Amount Final Clarifier and Return Sludge 1 Pump Station 1 LS $2,018,000.00 $2,018,000.00 $1,931,000.00 $1,931,000.00 $2,773,300.00 $2,773,300.00 Primary Diversion Structure and 2 Primary Tanks 1 through 8 1 LS $231,000.00 $231,000.00 $385,000.00 5385,000.00 $482,600.00 $482,600.00 3 Gravity Belt Thickener Building 1 LS $486,000.00 5486,000.00 $565,000.00 $565,000 00 $705,100.00 $705,100.00 4 Vector Truck Dumping Station 1 LS $107,000,00 $107,000-00 $130,000.00 $130,000-00 $164,000,00 5164,000.00 Supernatant and Filtrate Holding 5 Tank 1 LS $124,000.00 $124,000.00 $135,000.00 $135,000.00 $200,500.00 $200,500.00 6 Storm Sewer 1 LS $95,000.00 $95,000.00 $65,000.00 $65,000.00 $90,900.00 $90,900.00 7 Septage Receiving Pavement 1 LS $62,000.00 $62,000.00 $23,000.00 $23,000.00 $70,600.00 $70,600.00 8 Allowances (per Section C-01021) 1 LS $300,000.00 $300,000 00 $300,000.00 $300,000.00 $300,000.00 $300,000.00 A TOTAL ESTIMATED CONSTRUCTION COST $3,423,000.00 $3,534,000.00 $4,787,000.00 Z'IFileslgovernlcarme112013\130206 C-79 Bid Tab City of Carmel Bid Notice Sealed Bids for the City of Carmel, Indiana, Sewer Rehabilitation, 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 June 19, 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 June 19, 2013, in Council Chambers at City Hall. The Bid should be clearly marked "BID ENCLOSED Sewer Rehabilitation, Contract 81" on the outside of the envelope, and as otherwise set forth in the Bid Documents. In general, the work consists of; furnishing and installing a liner in approximately 1 ,222 ft. of 36-in. and 547 ft. of 15-in. diameter sanitary sewers with full circle main line lateral tee liners all as required by these Bidding Documents, the Agreement Between Owner and Contractor, General Conditions, Special Conditions (the "Agreement"), Specifications and Drawings. Copies of the Bidding Documents may be examined at the office of the Utility Director, or at the office of Jones & Henry Engineers, Ltd., ("Engineer") 2420 North Coliseum Blvd., Suite 214, Fort Wayne, Indiana 46805, without charge. Copies may be obtained at cost from Eastern Engineering Supply at 1239 North Wells St., Fort Wayne, Indiana 46808, (www.easternenqineerinq.com, phone no. 260.426.3119, fax no. 260.426.3101) for each set of Bid Documents. A non-mandatory attendance Pre-Bid meeting will be held on June 5`h, 2013 at 2:30 pm on site in the area of Northern Beach/Oak Hill Mansion located south of 116th St. between the White River and Hazeldell Parkway in Carmel, Indiana. 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, 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 Owner reserves the right to reject andlor 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 Sewer Rehabilitation. Contract 81 Carmel, Indiana Jones&Henry Engineers.lid. Layne Fulmer.LLC Insiturerm jechnulogies USA. I_LC Addenda,2 4520 W.Staie Road 37 1791(8 Edison Avenue Bids Received- June 19.2013 Chileans, IN 47452-0186 Chesterfiald.MD.63005 Item 1st. 812-865-3232 636-530-8000 No neseripliien Qtv Unit Unit Pr, Amount Unit l'r. Amount 1 A-luhilivation A Setup 3 I:A 4.000.00 " 13.00000 2300.00 7.500,00 2 Furnish K Install Liner.36-In. 1222 LP 110110 134.420,00 146.20 178,656,40 3 n)pass Pumping.Area 1 I LS 26.470.00 26.470,00 48.318.90 48,318.90 4 39 Manhole Gaoling(SMH329 K 1 LS 24.530.00 24,530.00 23.556.70 23,556.70 Video raping.2-30h pipet, 5 Area I I LS 3.000110 3.611000 1926.011 3,926.00 Furnish K ish Install Liner, 15-i n. 6 460 LP 45.00 20.700.00 56.90 26,174.00 al High School,Area 3 7 Bypass Pumping.Area 3 1 I 1.000.00 1.000.00 L082.60 1.682.60 2 IS-rn.,e 6-insl?-in. I..aival 3 FA 317000 9.5103)0 3,196,90 9590.70 Liner q furnish K.lnstall Lateral Clean 3 NA l 67000 5.010.00 x_804.30 8.412 90 Del 10 6-in.Lateral Liner 100 1..E 45.00 4.500.00 44 90 4.491100 11 Televising Laterals from Main 3 IA 560.00 1,620.00 560,90 1,682.70 Line 12 Furnish air Inslal! Lino, n' 12-i 87 LP .10 00 3.480,00 99.00 2,613.00 r,Oak Ridge Road,Area 2 13 Bypass 1'mnping.Area 2 1 LS 250,00 250.00 9,534.70 9.534.70 14 Allowance 1 LS 200-000.00 200.000.00 200,0111,00 200.000.00 '1olal Estimated Construction Cost 446.550.00 * 532132.60 " Corrected Math Friar 5F& 415 Company Amount Alternative Alternative r L4 r� (1)0/1/S%PJIG7/O/U "•ii w ' � /NSzi ei u 1.1 - '�jc7 Johnson, Sandy M From: Duffy, John M Sent Monday,June 24, 2013 2:19 PM To: Johnson,Sandy M Subject july 3rd bpw meeting Sandy, For the July 3rd bpw meeting,we wish to award the Sewer Rehabilitation Project—Contract 81 to Layne In-Liner for the price of$446,559.They were the lowest,most responsive bidder.Thanks Duffy • 1 The Timesr Invoice 641 Westfield Rd, Noblesville, IN 46060 Date lavaice# 5/30/2073 712692 Biil To City of Carmel -Clerk-Treasurer One Civic Square Carmel, IN 46032 ATTN Sandy Johnson Description l Qty Rate Amount Bid Notice (Sewer Rehabilitation) $8926 $8926 Ad Ran: 5/23/2013 5/30/2013 PLEASE INCLUDE YOUR INVOICE NUMBER(TL2692)ON YOUR CHECK WHEN MAKING A PAYMENT Subtotal $89.26 Total $89.26 Balance Due $89.26 City ei Carmel Bid Notice Scaled[lids for the Ciry or Cannel.Indiana,Sewer Rehabilitation,will be reeeired by the City ofGmnel,Indiana,("Owner")et thre office of-the Clei k Leasure.'in City Hall,One Civic Square,Cannel,Indiana 16032,until 10:30 a us,local lime,nn dine 19,2013_ Any Bid received after the designated brae will Ire recur mid to the Ridder unopened. Plae Bids will he publicly opened and rend by the]Q.13 l of public Works and Safety at 10:00 om on Iwte 19,2013, in Council Chambers:v City Hall. the Bid shanld be clearly inarked 613(05 ENCLOSED Sewer Rehabilitation,Contract 81'on the outside of the envelope, and as once l W ise der forth in the Bid Doeunacuts. hi gencrs],the work cansists nC finishing and installing a liner In npprosanutely LW,.11,of 36>in_and 541 R.of 15-in.diameter snnitury aewvn with full circle main Nile lateral tee liners all as required by these Bidding Docmne ns,the Agmonenh Brnccem Owner and Contractor.Genend Conditios, Special CundiItons(the"dy moon'',Specifications anti ltawinge.Copies ea dm Bidding Doaunlews may be examined at the office of the Utility Diroclor, re al the once of dunes&Henry Engineers,Lid,.("Engine et")24 2o North Coliseum Blvd_Suite 214,Feut Wayne,Indiana 463115,n-ritIi ant charge Copies 'nap he obrWned at coat fi'em Eastern Engineering Supply at 1239 Nonh Wells 20.,4263113, Indiana e ,20.426. 101 for each eelif Bid Va1111CM. no. vn 20,426 Hi,31 -,an no,y attendance Pie-Bid for dch del of 7314 I be,un crud. ,1 n - auto sde attrn-Me a other,ell Belch/Oak k Hill hold M n sion oca 2019 at 2A0 rye on site N the area of A'ordaem 13cech16ak Hill Mansion located south of 116th Sr between the While River and Huvnldell Parkway in Cannel, Indiana,Rids must be submitted an die fornw famed in the Bid p.nkage,must contain tire names of every peaeoo QV cnupnny interested therein,and shall be accmnpcnicd by; (1) Revised Fomh Na.96 as prescribed by the Indium Bernd of deco and and ris required in the Ins runt ion to Bidders-including a tinnneixf stalcmunL ailnlemem or espc never.a proposed plea nr plaits for pet focnnag the Work and the equipment the Ridder has eve ilnble for the penfunnance of rho Work (2) Bid Rand in the amount often percem(10%)of the mml Rid amount including alternates with a sat is facacry curlmraie suety or by a certified check on a solvent bank in the aliment of Ica percent(10%)of the aunnnt of the ELI_ The Bid Bond co certified check shall he evidence of used faith that the successful Bidder twill exec Ii ic';iii i h leech(151 cal ender Jens atom the acceptance of die Rid,the Ayme em as er chided in the Ridding Documents. The Did Bond or certified check chill he made payable to the Onncr, Any Did may be wi dd awn prior re the.cci edelcd closing time for receipt of rids.but no kidder shill withdraw his Rid within sixty(60)days after the actual opening of the Bid,_ All Bid Bonds and ocni her checks oftmsacce ssful bidders will be relw lied by the Owner upon selection of the snuec ss tics l Bidder and cccnion of the Agreeine nl,and provision cif the required Pefbn malice Bond and Payment Bond. Wage rates an the Protect shall not be less than tie presrnilisg wage scale as determined in do cronhmce with Ind.Code 55-16-7,et seep,and the Contactor must eoufnim to the antidiscrimination provisions of lad.Coda§i l6-6 el seq. A Per mance Heed with good and sufficient snhay,acceptable to the Owner nod hi gineet,shall he required of the successful Bidder in an ammnnt quid to an least one hundred percent(100%)of lie Contact lhice cundanmod !Tim the faith lrl pur(nmanncc of the Agreement The Cont rector shall execute a€ayment Bond to the Owner,approved by Owner end Engineer and for UK benefit of the Omer.in an amount equal ro one hundred percent(100%)of the Contract Price_The Payment Rand is binding oil Ole Contracts,their sabenntmet or,and their Hmcessors and cosigns for the pe)mnn all ind ebtednesa to t,person for labor and se yeicvs pertomaed,rnstertal furnished,or servicea rendered, The Payment Rend muss MEd Ihal it is for the benefit of the saheenlm morn Iabcrd s,material suppliers,and house performing services. The srvety of the Payment Bond Illay not be released until roc f 1) ear after dIe Owner's Grad selllemem wdlh the Centimeter. All mace&slam cntpomeiour must have a wtifeate ofundue nly N In busiues in tie State. Application farms may he obtained by co,tacung the Seer etary of State,Stale nflndinns,Slamho re.Indianapolis,Indiana 46204. Ora Owner Felonies the rigla In rejecl endlnr cancel acv and all Rids solicit anions andfor offers in whole or in pan as specified in die,en lieirn ion Otto it a nut in the best uacresys of the gastrin-asthma'Ludy as dcteu mined by the purchasing age tiny in accordance welt 3 3-22-It-2. 'llm(Inner also reserves rho right to waive irregularities in any Rid,and in accept any Hid which is deemed mast formeblo to the Owner. Diann Cordray Cleric Reamer Ciry of Cannel.Isdtana TG36➢2 523,Ss3i) 2r kveinrly PLiHHISHE.k:5 :11'P11.1:1V19' Staie nP indinnn Ias: Fhllai i Lai I-'nunl_�' I'atxonallp rappearial Iu:fure Mr. a nnrnry ittil1 r,in Mid i'or stin! crnmty:mrl arat.., at: undersigned Tim 'I'ininu1ns wrltut being deb. .worn, says [Inn he• is huhtishar.ii I'hr, Tilnc newripaperorLtimetal airculntinn printed and publi,slicd in tile 1•;rni.;hJh IriIJ uu,Y in [Hu city f N'nblcn■ lllr in state and ixumtp nlbre-snit]. Mal I HI Ihr prinlr,d mail h„rr.li, is a truo copy, whi:h \';a,; rluly published in said pnl+nr fin Y !imerto. thy tints:IN) l,f puhttcatL,n bring-11S lollooxs: 51231'2013 51301201a SUhncrihcrl and CLi befo••:• rue this 'I'hursd;ac• Alnc Ali. 'ail L:1. a/1 Nei.0 r1' Pllh a' rc:- AIv cannniSidon uXincrt. 05/2S121}20 .Jennifer Louise Zla„ Resident of?lrlrioru County Publisher's Fein SRV.IG JENNIFEq LOUiSF MdY Nnlnty puhlio-Sail State alindlane MY Commiselon en:r tee mE:2B•2020 • Prescribed byy Slate Board of Accounts General Form No.99P(Rev.2009A) w City of Carmel -Clerk-Treasurer To The Times cc 641 Westfield Rd. w (Governmental Unit) = Noblesville, IN 46060 Hamilton County,Indiana PUBLISHER'S CLAIM LINE COUNT cc Display Master(Must not exceed two actual lines, neither of which shall O total more than four solid lines of the type in which the body of the ¢ advertisement is set)--number of equivalent lines r` O Head--number of lines } Body-- number of lines • d Tail--number of lines Total number of lines in notice • 'C COMPUTATION OF CHARGES 76 lines, 2 columns wide equals 152 equivalent lines at 0.5873 cents per line $89.26 Additional charges for notices containing rule or tabular work(50 per cent of above amount) $0.00 Charge for extra proofs of publication($1.00 for each proof in excess of Iwo) TOTAL AMOUNT OF CLAIM $89.26 DATA FOR COMPUTING COST Width of single column in picas 9.4998 Size of type 7 point. Number of insertions 2 Pursuant to the provisions and penalties of IC 5-11-10-1, 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. I also certify that the printed matter attached hereto is a true copy,of the same column width and type size, which was duly published in said paper . 2 times. The dates of publication being as follows' 5/23/2013 5/30/2013 Additionally,the statement checked below is true and correct: Newspaper does not have a Web site. Newspaper has a Web site and this public notice was posted on the same day as it was published in the newspaper. Newspaper has a Web site,but due to technical problem or error, public notice was posted on Newspaper has a Web site but refuses to post the public notice. Date 'Thursday,P lay 30,2013 Title Legals Advertising TL 2692 62/71C ()owOir/T- Company Amount Alternative Alternative ttij4/ 420ti�'4 Cr/ e 19, 7) 7P� 7/i Zoo I C07712-1 (.r February 6, 2013 To: TPI JDH Culy Construction Attn: Brad R Ed Evans Aaron Anderson 478 N. County Rd 1 100 F 8109 Network Dr. 5 Industrial Dr Zionsville, In 46077 Plainfield, In 46168 Winchester In, 47394 Subject: Fiber Optic Conduit Quotes, Contract 7813 The City of Carmel is requesting price quotes to install approximately 5,450' of a Fiber Optic Duct Bank consisting of three 11/4-in. HDPE conduits along Eller Road and in Heritage park in Fishers Indiana. The successful company for this work will be required to provide insurance certificates as described in the General Conditions. The scope of work is specified in the attached documents. Attached are the following 1) Price Quote Form. The Price given shall be full compensation for all work needed to complete scope of work as specified. Price is based on Unit Prices as indicated in the Quote Form and should include cost associated with mobilization and insurance. 2) Agreement & E-Verily Form 3) Drawings 1-6 4) Specification 01800, 02200, 02559, 02561, 02800, 03305 Your Quote will be opened at the Board Of Works & Safety Meeting on March 20, 2013 at 10:00 am. Your Quote must be submitted in a sealed envelope to the Clerk Treasurer's Office at One Civic Square, Carmel. Indiana before 10:00 ani on March 6, 2013. The Envelope must be marked "QUOTE-Fiber Optic Conduit, Contract 78B" . The Public is welcome to attend the opening of the quotes. I may be contacted at 317- 818-1 805 with questions. Sincerely Tom Schreiber Jones & Henry Engineers, Ltd 1980 E. 116th St STE 260 Carmel, In 46032 Ph. 317-818-1805 C 317-431-1892 tchreiber crjheng.com City of Carmel (Notice of In lent) The City of Carmel(City Mall,One Civic Squire,Carmel.IN 1611321 intends m discharge storm fiat i into the to :piing oak'sshcds. WATERSHIID NAME I I-digit lI drologie Unit Code Cool Crcck-Grassy Itmuch'Lhtle.Cool Creek 05120201010030 Cool Creek Hits:13 Rug Link Cool Creek !lot Lick Creek Whim River Cloaked Crock 1M61;i001 05120201090070 Croaked Creek 'Ilnil Creek Dcl:ru,de Creek Eagle Crook-Lang Nranchltrishmnn Ran 05120201120080 Long Branch Little Engle ltmnch-Woodmlf Brmwlt 05120201120070 linrm e.Creek Hem Creek Lion Creek Little Engle[leek While River-Carmel Creek 05120201090040 Cannel Creek White River Blue NbotIS Creek White River-Hivcrstick Cr cksl lowland Ditch 0512&201090050 Ream Creek White River-Shoemaker l)ilch 111anikon) 1151202011190UI0 While River Whim River-Yowl Dilchl,Miellener Ditch 051202010170020 White River Mitehuei Ditch Vestal Ditch Kirkendall Creek Brock Ditch Williams Creek 11511020119011611 Willi aura Creek Henley Crick Almond Ditch Elliot Crock Ants Ran Will Creek Clay creek Cyril or Crock Well Ron Spring Mill Run /loo er Rim I Is inhmirling a Notice it lnrenr liner In polity the Inrliano Devartmcm u1 l:enmwnenla!Alandgemrnr of one iinean to comply with Ilse¢luunanatts Linder 327 IAC IS-I3 to discharge slonn e'eterrum-nfl asw¢iated Ivilh municipal sepaiato Ani of ee ncr uv auums, 77.3364 501- Il 0gpuvlp The Times Invoice • 641 Westfield Rd. Noblesville. IN 46060 Date Invoce# 10/17/2013 TL 3864 Bill To City of Carmel - Clerk-Treasurer One Civic Square Carmel, IN 46032 ATTN. Sandy Johnson Description Qty Rate Amount Notice of Intent $40.72 $40.72 Ad Ran: 10/17/2013 • PLEASE INCLUDE YOUR INVOICE NUMBER(TL3864) ON YOUR CHECK WHEN MAKING A PAYMENT Subtotal $40.72 Total $40.72 Balance Due $40.72 Prescribed by Stale Board at Accounts General form No.99P(Rev.2009A) ty City of Carmel -Clerk-Treasurer To The Times CC (Governmental unit) 641 Westfield Rd. = Noblesville, IN 46060 Hamilton County,Indiana W PUBLISHER'S CLAIM LINE COUNT cc W Display Master(Must not exceed two actual lines, neither of which shall ptotal more than four solid lines of the type in which the body of the Q advertisement is set)--number of equivalent lines Q Head -- number of lines } Body--number of lines Tail--number of lines O � Total number of lines in notice COMPUTATION OF CHARGES 52 lines, .. . ... columns wide equals 104 equivalent lines at 0.3915 cents per line $40.72 Additional charges for notices containing rule or tabular work (50 per cent of above amount) $0.00 Charge for extra proofs of publication($1.00 for each proof in excess of two) TOTAL AMOUNT OF CLAIM $40.72 DATA FOR COMPUTING COST Width of single column in picas.. 94998 Size of type 7 point. Number of insertions 1 Pursuant to the provisions and penalties of IC 5-11-10-1. 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. I also certify that the printed matter attached hereto is a true copy, of the same column width and type size, which was duly published in said paper 1 times. The dates of publication being as follows: 10/17/2013 Additionally,the statement checked below is true and correct', Newspaper does not have a Web site. X Newspaper has a Web site and this public notice was posted on the same day as it was published in the newspaper. ...... Newspaper has a Web site, but due to technical problem or error, public notice was posted on .,,. Newspaper has a Web site but refuses to post the public notice. Date Thursday. October IT 201 3 Title Legals Advertising TL 3864 PUBLISHER'S AFFIDAVIT State of Indiana 1ss: Hamilton Countv Personally appeared before me. a notary public in and £C r said count.' and suite, the undersigned Tim Timmons who being duly sworn. says that he is Publisher of ihe Times newspaper of general circulation printed and published in the English language in the city of Noblesville in suite and county afore-said. and that the printed matte' attached hereto is a true copy, which was duly published in said paper for I time(s), the date(s) of publication being as follows: 10/17/2013 Subscribed and sworn to before me this Thursday, October IT 2111:i. Notary Public. Aft commission expires: 05128121)20 'Jennifer Louise May Resident of Marion Comity Publisher's Fee: $10.72 • n a a t w w r — a+ .•-d JENNIFER LOUISE MAY 4 Notary Public-Seal • { State of Indiana t My Commission Expires May 28,2020 ? v I 7'1.8864 a Johnson, Sandy M From: Neville, Katie Sent Tuesday, November 19, 2013 3:49 PM To: Johnson, Sandy M Subject: Quote for December 18th BPW Sandy, We are going to accept quotes for the 2014 Traffic Signal Maintenance on December 18`h. Merci, Katie Neville Office Ad rniuiel.raior Carmel Tneiueering Depart men r. One Civic Square Carmel 1iA,46032 317-571-243? 1 — mod .rsJ 11 SENP R,COAWAEPET IS SECTION l .amP1E nIn8�8FCRON ONOelrve 4%,}y4n jSENOEN C9MMIFIE TN'SS Cfl a'b,A.,i■li,a7C2, .COn fareTHJS 3E0710 11 C N Oeuvex J?i FAf compel" nom. ( l�tptul Ian 1.2 Cod3 Also pile re I • One 12 d3 i .complete III P,hred Dol rope is doaLetl Y OWmf e 4 11 R Mctad MalNery Is desred if X /.wd:..! , C• Apdae Nwa W on w I h kN em 1tio M arN 1 X P �d Vial- e..1i:mra q C D❑p Pm m ••E anIt PeY I a aa m d re a N ott i ntyo wn aac a .d W ffm IaPYY L DaL te Ary J�er M Ut rents space {y; ea on lee lrpnti l space peerml+n, VP U El a Mama edema dramnl M1prn dan 1e O m P.l VMpyilirmn c address 1Tm item N a.Made Ahawsw lid +.Arlie.amre vat m' �:+• II YES.sole:eellrayaNren�pu' ❑rw - I17ES.ants delivery adps Mbu: 10 N 1 .b C C.c.e o- ` ot '`8io z... .oa e>la C 64a \-A„.,), Eta- J l ' _--� - r 3, 3edem hw \\ pp U.s�ne.rypa V�^"' ..�*.41o�tNQ laia*J le OPI'ui,Mti E.rvev' �}^aJa.`G1P�ty1�y9U IDpa teed MM ❑P.IM Ma Mnne n PB.nedMl •U 3;inn Reap N Mania. C" ❑l g roe O Rahn Ren:011m Mmoimdir ❑inMM Mail ill Gellert on�IAary 9ltpyrol Mail„O Gaited M ugh* _ •N nae.- , li°I IGf bdr°Jll1OPf1G 41uirl+ yi i E.anlE Pearn n ,. I61P4lh1166delilll aOnh14111vrlllltil - • escres PEF Sl J ly mrs tv ....._—'1 PS Feria 3311..14142013 Nnvnd Ream R®Iln COMPLETE]INSCECTON ON 011J1EFY (( ����qq,,''C r 56NtlpR cwevlETE THl39�CnDN '� eeenmr. �n.�,{ly�iygi<'S�SEN�ER cOMPIPTE THlS SECrlW' '�'�SA iwDM�=rNls seeno�w'�oe�r� I CMnpNI.1 1 2 IN 3.Mae W:YPlete A i Ca p1Et to I,2.cod 3 N complete % em v 1,, �m tall a 11 Rees led Del ry s**vie y�E/� e f� O POe darn 411 R Ilcted Dell ry deemed a ( 'V 0 A AIPP.'1m and 01 Ma/averse C/N' +r mat' ❑Padssasy s Pdrnyowcmteturn wise 10 mee. ax „,-•----da oats® ecet iac lto th bask otd MU, a e,PeceMe6 bVpm::ad Namel G,Dads a l0 11 xlhhihis car tote the deed enara iiiiiiiiiit IAm WOeMW Y \11azA etreeN to the bock it dm=Apace. /a a { i Attach this of tp Ins 4aCk 01 ma tny112aco IX on Tie mom If space penal*. or M the hoot ll wace permits_ D.es ree dy.sarem rnuo lam Nm li ❑ O.I.Jalinry**ea CIRM.lOSPan item in la Yaa 1.Aide PJqlAfM le: M YES,enter*Meer,'daMme baked ONe 11.NW*atNm,�eeMl sr If YES,antra Myec;maa be me GM' tN\,aLL-eS trr ZIP CAS. .•P . I �..�Q 9 Caxa1,-..�a..�.: 1 3365 NUt+I.cW.>. 1 Q".- i 51..3 �aai-115.r10 j -m � 1 E a c.realps l/��` � p^'�''ar \ 1` 1kr1 asa iaeryca Ir Y '. � ll lo a\(J '�1DeRIWIM°P Jr IPirY Mmictia M II} `,3[pe,�y�t$31 -.13-re Y�P\.y� erma4 ❑hbdln Macaefor •• 10 ReplueM O CA: cewiptim MOCMn®ce, 1J Ramada] ❑CNwtoualltfw Madlandse Inswad MW ❑C.4Cim cowry Oy1N:dl lass ❑d{4ton 9elMry . 4,Pntdred Dalveyr Pao deed ❑Yee I . . a.Renamed Delleneria,Eran FM ❑rte z ante rynn. .-,701]. 35110 3000' 9778 9933 13.Ada mrvandvl —-- mem*Owl moire_ - Ir.-s n.n.m meet&1 rl l I 141 lif I I 'i” 1 I I B PS M4713811,Jay 2013 onmast.eaten RaaoI ,PS Rem 3311.Jcy2 111111,1'.11ll Jl1 11! I14!l11111111 1. ... .... ______.._.�; _ -_ a p i \ , , ,_ __ ••, ElF 1NI5 s£cnOxflsi4., ` 4f-:"St2"NAYC74N I .2""UVEllr£\.`;,4i •CsTe'et Items 1.2.eM3 Afro con-Vets A Sywwa• •Print your ramemel CpW�ssR 1BOn the er 1 revere X y� so that we can 2Wm the m' •AS.xh card to the back the maXset» 0 Fireh.gPnAdit3 CGZear Ce�' or on the front If Wce pemtte qtr/ICC Nertf4A :^ r 1 NLbk WUVaeel tc o Sm..weMnf Store tem Neel? i]Yp ♦ . >_ _ s arn..er chanty ❑m c R\o r 1`194 N.5\,b ,snars, ( ...A \ s sw.tsryes tThndse M ar 0 hems Mlnp'����}a'v �`'- 01 neomenso ❑peen Mceof hi rbrcmetse a hone Ma oceitvaacivsr• 4 Pnbkba oeerwyl Ore ADO ❑Tee t IIIIIII L4IlIlII4fI111IP'III' '11 i914dl'P'___ r PS Form 3811.duly 2 ---7;24-FFiC Si 6-,i/n , /2747 ir/Trnhfrilcc Company Amount Alternative Alternative S/64/A,L de)n,1,si,Pu Cr; �r/ y l /lv/b 4r) I4/ %Pic 3 7 8(p D