Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Information and Packets
• Prescribed by State Board of Accounts 80202-5777772 General Form No.99P(Rev.2009A) CITY OF CARMEL-STAR LEGALS To: INDIANA>,POLIS NEWSPAPERS 307 N PENNSYLVANIA ST-PO BOX 145 COUNTY,INDIANA INDIANAPOLIS, IN 46206-0145 PUBLISIIER'S CLAIM LINE COUNT rionCE 70=MIENS er-(Must not exceed two actual lines,neither of which shall city of Carmel.Indiana Notice Is hereby given that the ward of Public re than four solid lines of the type in which the body of the Works and Safety For the City of Carmel.Hamilton County, Indiana will receive sealed bids for the is set). -number of equivalent lines above described Wayfinding Sianage Package Phase I-Project"at the office of the Clerk'frees- One u tit AM Square. ''t "1 20111 As'er of lines Soon as practicable thereafter,on the same elate,ler of lines such bids will be publicly opened and read aloud In the Council Chambers of City Mall.Ho late bids sell r of lines be accepted. All bids and proposals shall be properly and corn-.mber of lines in notice *laity ceecuted on the proposal forms provided with the plans and specifications,which well include the non-collusion affidavit as required by the state of Indiana.The bid envelope must be sealed and have ffffi OF CHARGES f�� ur ue+Vhuett uy the city of carmel Ned scrolll rc o m odatio columns wide equals 196.0 equivalent lines at.685 !'or sppeecial accommodations needed b persons with disabilities Planning to attend the pre-bid con r line $ 134.2$ ference or the public bid opening meetin , please can or notify the City of Cannel, be r�ment oflarge for notices containing rule and figure work(50 per cent Community Services at (311) 571-2417, at least forty-eight(48)hours prior thereto, No bidder may Withdraw any bid or Proposal within;amount) a 6eriod"fnpthIn s(30)iaYs following me crate set txtra proofs of publication($1.00 for each proof in excess of two) .00 for Public Afrikisaor Safety r25eTe Carmel l h Board hold any or all bids er proposals AMOUNT OF CLAIM $ 134. $ more than thirty(30)days and se tl bidt o opdocot.noJ Shall remain in full force and eftect during Said pe` rind.The City of Carmel reserves the r i ht to releci andf/orlCancel any and all bids,sollitdt rp-an r.1PUTING COST Whole or in part ass Cihcba '� governmental when It is not in the blest I� m le column 51 ems Size of type 7 mg agency inlaccOrdan determined wo h IC 5-TQ m bra sertions 2,0 is-2/24/i1,3/3111-sir 'jlssE1�911 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 between the dates of: 0212412011 and 0310312011 Additionally,the statement checked below is true and correct: _Newspaper does not have a Web site 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 a technical problem or error,public notice was posted on Newspaper has a Web site but refuses to post the public notice. \17\..\-sk L-\ ,tr\ DATE: 03/03/2011 Title: Clerk 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 "Wayfinding Signage Package Phase I - Project"at the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) until 10:00 AM Local Time on March 16, 2011. 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. All bids and proposals shall be properly and completely executed on the proposal forms provided with the plans and specifications, which will include the non-collusion affidavit as required by the State of Indiana. The bid envelope must be sealed and have the words "BID—City of Carmel Wayfinding Signage Package Phase 1; City of Carmel Project#11-04. " A bid bond or certified check in an amount not less than ten percent (10%) of the amount bid must be submitted with each bid. A one hundred percent (100%) performance and payment bond will also be required of the successful bidder. It is intended that actual construction of all work divisions shall be started as soon as practicable, and each bidder shall be prepared to enter promptly into a construction contract, furnish a performance bond, and begin work without delay in the event the award is made to him. A pre-bid meeting has been scheduled for Monday. March 7`h, 2011 at 9:30 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: Fabrication, delivery and installation of exterior wayfrnding signs. Work shall include all labor,materials, equipment and services required to fabricate, deliver and install all signage indicated in the Bid Documents. Field verification of all sign locations shall be included in the Work. Maintenance of traffic and other incidental work shall also be included in the Work. Bid Documents are available for examination at: City of Carmel, Department of Community Services (3rd Floor), One Civic Square, Carmel, IN 46032. (317) 571-2417. Complete sets of Bid Documents can be obtained from the City of Cannel, I Civic Square, Carmel, IN 46032 through the Department of Community Services, 3`d Floor Planning and Zoning Office for a nonrefundable fee of$15.00 for each complete set, check or cash payable to The City of Cannel. These sets include full-size drawings and project specifications. All payments and costs of Contract Documents are non-refundable. Complete sets of Bid Documents can also be obtained via email. Please email Rachel Boone at rboone carmel.in.gov for electronic copies of the Bid Documents. Bidders shall assure they have obtained the complete sets of Bid Documents and shall assume the risk of any errors or omissions in bids prepared in reliance on incomplete sets of Bid Documents. This Project will be funded by the City of Carmel Redevelopment Commission. NTB-I 1N2004.0222.PH2.NlB.DOC BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the quote opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: &crn /5 - - 8/771 Project Name: City of Carmel Project 11-04 Wayfinding Signage Package Phase 1 Date Submitted: 2 - A, -// Base Bid Amount: A 7� , 65g . cc ('.I eel oc. ,c „14., c. 1-- Revised 2/25/2011 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form (Pages Bid-I through Bid-9) shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in, completed, notarized and submitted with their bid. Project: Wayfinding Signage Package Phase I Proposal For Construction of: Furnish and Install Wayfinding Signage and Poles Date: 3 —go-// To: City of Carmel, Indiana, Board of Public Works and Safety BID-I PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: '/ ^� '/4' A '`n,n ` a` 1.2 Bidder Address: Street Address: .57"/ (-ek r"` ( ur City: ( arnt State: -IN Zip: S/6#1Z_ (94'o3z) Phone: OP) S7S=/P $ Fax: 1.3 Bidder is a/an (mark one] / Individual Partnership ✓ Indiana Corporation Foreign (Out of State)Corporation; State: Joint Venture Other 1.4 (The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the N/" Attorney General's Opinion#2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies,and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the amounts listed below. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Base Bid )y .o I' /�N ��� Dollars ($ 7-Z 6 �� ). ( / (2.e,s, :4i.ns cavil h 4. IS b f 4tr m�N�) /� - �4i✓ a' BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES Signage Bid Prices In Figures Contract Description* Unit Estimated Unit Total Item No. Quantity Price Price for Item 1 0008: Type D Small EA 1 //�� /r6 2 0012: Type C EA 1 c./c !E t/ciss.• 3 0013:Type D Large EA 1 / 3Er1/13, 4 0015:Type D Large EA 1 /y3Y- /y3 p, 5 0017: Type D Large EA 1 /c.c /1/367 NJ-0 i 6 0019: Type D Small EA 1 /OC� /6L7 7 0020:Type D Large EA 1 /4/3k �?l Ti 8 0021: Type C EA l 9 J5--</vcr 9 0025: Type D Large EA 1 /1 3cf /ci3g 10 0026:Type D Large EA 1 /4/ gyp, �t 11 0028:Type D Large EA 1 /V3�' f�K`' 12 0030: Type D Large EA 1 /5/3/. / ,347 13 0032: Type D Small EA 1 /, 6e, 116? 14 0038:Type D Large EA 1 / j p `5(J f 15 0039:Type D Large EA 1 /(4_31 /fI77 16 0040: Type D Large EA 1 (.43e /yap 17 0041: Type D Large EA l �0p 18 0042: Type D Large EA 1 /47/367 /q,.3e1 19 0043: Type D Large EA 1 ///ff /e( 20 0044:Type D Small EA 1 Wog g (( 9 21 0047:Type D Large EA 1 /v3/( /yam 22 0049:Type D Large EA 1 ft/3 i' 38 23 0059: Type D Large EA 1 %y ' /I/3r 24 0060:Type D Large EA 1 14/3 74<31 25 0062:Type D Large EA 1 /'((3 ii(' BID-4 9( '-I- 4 144/114 26 0063: Type D Large EA 1 / 36-- 27 0067:Type D Large EA 1 30 /. /.3e 28 0075: Type D Large EA 1 /413 i's/s8 29 0083: Type D Large EA 1 7y3(Ff /41- r 30 0201:Type F Large EA 1 31 0208:Type F Large EA 1 /-)-_.S.rj /-257 32 0213: Type F Large EA 1 /-2J- /A-? 33 0214:Type F Large EA 1 / - 34 0215: Type F Large EA 1 /;257 /.-r 35 0225: Type F Large EA 1 /.7-S-5'/Z 36 0226:Type F Small EA 1 / /� , 37 0229: Type F Large EA 1 /..25, OS, 38 0230:Type F Large EA 1 /.)--c, /),S,39 0233: Type F Small EA 1 afq /..259 40 0234:Type F Large EA 1 /,g/ a ) /a 41 0239:Type F Large EA 1 / 7 / /q 42 0242:Type F Large EA 1 /2S / 43 0248: Type F Large EA 1 /;Zsq / 44 (0201 &0242)Sign Type J: Parking diamond with EA 2 ,7)S' // /6 arrow north 45 (0230,0234,&0239) Sign Type J: Parking diamond EA 3 / 79' with arrow north and east 46 (0208,0213,&0215)Sign Type 1: Parking diamond EA 3 with arrow north and west 3-98 091/ 47 (0214&0233) Sign Type J: Parking diamond with EA 2 ��n � cl / arrow west Cf D 48 (0229) Sign Type J: Parking diamond with arrow east EA 1 C-,8 i 49 (0248) Sign Type J: Parking diamond with arrow EA 1 c 0 west,north and east �'0 S9�' 50 (0239) Sign Type K: Public Library with arrow north EA 1 e- sot b' 51 (0248) Sign Type K: Public Library with arrow west EA l d 9&- Total Signage Bid 73_ f7 *Please refer to Sheet 1 &2 for Sign number references. Bm-5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE Otis L 7)Lv- , // 2 ° 1/ 7t-if U / 4rcJ /y ,2c%/ BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: !/o Cy2"10 4/3 . A4^1 / ��.d'L/ rc5 rvc_S Vdt 1p i0-- euse a/r4f-vim 4v<. , aec (Arc x(. s S'/ e2,;., 51 -✓.f t%-4/A C✓Arh G m !c.( clr ft. BID-7 • BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the quote opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: The Sign Group, Inc. 5370 W. 84th Street Indianapolis, TN 46 26R Project Name: City of Carmel Project 11-04 Wayfinding Signage Package Phase 1 Date Submitted: March 16 , 2011 Base Bid Amount: $73,200 .00 Revised 2/25/2011 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form (Pages Bid-1 through Bid-9) shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in, completed notarized and submitted with their bid. Project: Wayfinding Signage Package Phase 1 Proposal For Construction of: Furnish and Install Wayfinding Signage and Poles Date: -4/1/4,1C.41 /17 , ?C 11 To: City of Cannel,Indiana,Board of Public Works and Safety BID-l PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the amounts listed below. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Base Bid SaVBrar1 Ogee 'rFbGt..SAMt *Two ablib".Dollars ($ ZOO. 00 ). BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES Signage Bid Prices In Figures Contract Description* Unit Estimated Unit Total Item No. Quantity Price Price for Item 1 0008: Type D Small EA 1 1,030°0 J,()30& 2 0012: Type C EA 1 3,955-0)'2,95564' 3 0013: Type D Large EA 1 Ilyyor I,414Or 4 0015: Type D Large EA 1 I,yyo!e I,g4Dp 5 0017: Type D Large EA 1 I,q o~ 1,q ilb'4 6 0019: Type D Small EA 1 1,o3oa 03o°° 7 0020: Type D Large EA 1 « a° I,ywe I,�lyo 8 0021: Type C EA 1 31955a 3,965'' 9 0025: Type D Large EA 1 t,4ger 1,1140° 10 0026: Type D Large EA 1 •6 I,W4o. J,uyb 11 0028: Type D Large EA 1 I/11110!' tit}gt°° 12 0030: Type D Large EA 1 l,11116~ li y'ID00 13 0032: Type D Small EA 1 14 03°4* toe- 14 0038: Type D Large EA 1 l,ily0°`' I,410°° 15 0039: Type D Large EA I t,qq ff° 1,410°° °° 16 0040: Type D Large EA I °o I,yL1a. I,44o` 17 0041: Type D Large EA 1 1,q'0°-° t,41Oa 18 0042: Type D Large EA 1 l`4110!' iigg646 19 0043: Type D Large EA 1 t,yyG'd t,Llt/oco 20 0044:Type D Small EA 1 1•030°n 1,620.' 21 0047: Type D Large EA I m a3 Igo! 1,440 22 0049: Type D Large EA 1 1,g40°e I,4 yoe 23 0059: Type D Large EA 1 i° .o l,yyo t,y�o 24 0060: Type D Large EA 1 l,y4D« 1, 146°.` 25 0062: Type D Large EA 1 d 1,440• i,i1y0°o BID-4 26 0063: Type D Large EA I J,yyo°' 11400° 27 0067: Type D Large EA 1 1,14/46?° owa 28 0075: Type D Large EA I a 29 0083: Type D Large EA 1 1 rNNe.2 lime 30 0201: Type F Large EA 1 1,fr5o°° 1rQ60°' 31 0208: Type F Large EA 1 1/Kbe4: 1,150o0 32 0213: Type F Large EA 1 r ,aao I/Ue`° 33 0214: Type F Large EA 1 1,5s6e. ',we 34 0215: Type F Large EA 1 1,1‘04.. 1,86e 35 0225: Type F Large EA 1 It$50°. 1g5800 36 0226: Type F Small EA 1 1,gge, 1,41gt," 37 0229: Type F Large EA 1 11$60.°. 06a 38 0230: Type F Large EA 1 1,16°7 136e, 39 0233: Type F Small EA I tr440a 1/414o°I 40 0234: Type F Large EA 1 1/56.6.°D I rVb° 41 0239: Type F Large EA 1 1/2667 1riaa 42 0242: Type F Large EA 1 Osb1° 1likm 43 0248: Type F Large EA 1 1,%it 1 rg664° 44 (0201 &0 42)Sign Type J: Parking diamond with EA 2 /0,57 �)�.o arrow north 45 (0230,0234, &0239)Sign Type J: Parking diamond EA 3 with arrow north and east 10614° 315 46 (0208,0213,&0215)Sign Type J: Parking diamond EA 3 je�� 3i566 with arrow north and west 47 (0214&0233) Sign Type J: Parking diamond with EA 2 'may �1Doc arrow west 48 (0229)Sign Type J: Parking diamond with arrow east EA 1 1(26`6 /050• 49 (0248) Sign Type J: Parking diamond with arrow EA 1 1066.4 /be west, north and east 50 (0239)Sign Type K: Public Library with arrow north EA I j 06°° Me' 51 (0248)Sign Type K: Public Library with arrow west EA I )0b°' 10CD Total Signage Bid 71/700' FN4I eft 4 he-AwiN4s-2S11P $ BOO°° *Please refer to Sheet 1 & 2 for Sign number references. 80414._C,Grrea. OFC�t'n1T 1N L1&w or- 3oNA. 73/_______460.70 BID-5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 4' I 3-ii -2011 y: 6YPrn 'a 3 -j -ao i 1 3 :54 Pr' BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: BID-7 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the quote opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: S y) 6 L:c-be-si8n Project Name: City of Carmel Project 11-04 Wayfinding Signage Package Phase 1 Date Submitted: 1^(1 arch is a 011 Base Bid Amount: ,,, _$ 7F, Q�T,,�o neat 41-78', Q( D � p _ aM,�- 2eitc C4 Revised 2/25/2011 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form (Pages Bid-1 through Bid-9) shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in, completed, notarized and submitted with their bid. Project: Wayfinding Signage Package Phase 1 Proposal For Construction of: Furnish and Install Wayfinding Signage and Poles Date: On c*`C_ITh To: City of Carmel, Indiana,Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: A S 1.2 Bidder Address: Street Address: L11 a S tit3t.s-t- 100'1 h S1 City: 2i o(SVi Ike- State: 16) Zip: y ( D"7 7 Phone: 31 OA 7L-7100 Fax: 3l 7 - g 0 a -5lc 7C 1.3 Bidder is a/an [mark one] Individual Partnership Indiana Corporation Foreign(Out of State)Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion#2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: SID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the amounts listed below. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Base BidSctAVAA, L Tc,,�,D,extc� I wv�i„¢.Q Si ollars ($ 7 i a u c.o 0 ) U BID-3 i PART 3 CONTRACT ITEMS AND UNIT PRICES Signage Bid Prices In Figures Contract Description* Unit Estimated Unit Total Item No. Quantity Price Price for Item 1 0008: Type D Small EA 1 00 1,380 2 0012: Type C EA 1 3iyso lit-1S-0 3 0013: Type D Large EA 1 i ,I as- 117a5--- 4 0015: Type D Large EA 1 1, 7,35- 1,7dr 5 0017: Type D Large EA 1 1,7as- I,74S' 6 0019: Type D Small EA 1 OW$0 14 3 go 7 0020: Type D Large EA 1 I'7a5 ', 7ar 8 0021: Type C EA 1 311-1W 31'la) 9 0025: Type D Large EA 1 1,7a5 1i70?S- 10 0026: Type D Large EA 1 1, -W 1,701S 11 0028: Type D Large EA 1 I, 7AC 1,7.6'- 12 0030: Type D Large EA 1 1179s- Ipas 13 0032: Type D Small EA 1 1,380 11380 14 0038: Type D Large EA 1 1, 7d S- I,7d s" 15 0039: Type D Large EA 1 !17ç l75 16 0040: Type D Large EA 1 I,WS- 117,35- 17 0041: Type D Large EA 1 1, 7d C 1i 7a5- 18 0042: Type D Large EA 1 It-7ds- 1 7a s 19 0043: Type D Large EA I 20 0044: Type D Small EA 1 17d S I,7d s 1,380 1,3W 21 0047: Type D Large EA 1 7d 22 0049: Type D Large EA I S VA-- 23 0059: Type D Large EA 1 11�o?� i'7�r 1�7as- Ii 7a 5- 24 0060: Type D Large EA 1 If?fS I/7aC 25 0062: Type D Large EA 1 I' -7aS /,7 as BID-4 26 0063: Type D Large EA 1 rl I i7aS- 27 0067: Type D Large EA 1 1,-7as oar 28 0075: Type D Large EA 1 1+7a S 1 Tar 29 0083: Type D Large EA 1 ' . 1,7as 1t7a5- 30 0201:Type F Large EA 1 ti7as li7a5 31 0208: Type F Large EA 1 1,74r oar_ 32 0213:Type F Large EA 1 117,15- 0.95 33 0214:Type F Large EA 1 1,7a5- it 7as 34 0215: Type F Large EA 1 1,'7a5 1,7as- 35 0225:Type F Large EA 1 117.35 1i7ar 36 0226: Type F Small EA 1 )tSdS. 1 r, ? 37 0229:Type F Large EA 1 � 1,74AC i,/as 38 0230:Type F Large EA 1 117x5- Ii7ar 39 0233:Type F Small EA 1 I,Ste" 115-4 40 0234:Type F Large EA 1 111675- 1,7,25- 41 0239:Type F Large EA 1 l,7a5— it 7as 42 0242:Type F Large EA 1 117,95- 1,7,25" 43 0248: Type F Large EA 1 )17a5- 1,7aS 44 (0201 &0242)Sign Type J: Parking diamond with EA 2 arrow north 17A se 3 LIS•v 45 (0230,0234,&0239)Sign Type J: Parking diamond EA 3 with arrow north and east l 7a 5-O -17•Co 46 (0208,0213,&0215)Sign Type J: Parking diamond EA 3 with arrow north and west 1 7a•5-v -i 7.5-a 47 (0214&0233)Sign Type J: Parking diamond with EA 2 arrow west 17a•5"34S.00 48 (0229)Sign Type J: Parking diamond with arrow east EA I 17a-so J7,10 49 (0248) Sign Type J:Parking diamond with arrow EA 1 west,north and east l 7a,5-v 17a.sv 50 (0239) Sign Type K: Public Library with arrow north EA I 17a 17x. 51 (0248)Sign Type K: Public Library with arrow west EA I 173 go 17a•SD Total Signage Bid 7T,as o *Please refer to Sheet 1 &2 for Sign number references. BID-5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE / I /,',Rc l I ■ � 3 /1t-iitC11 BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: no Q. cspl;or,S BID-7 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form (Pages Bid-1 through Bid-9) shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in, completed, notarized and submitted with their bid. Project: Wayfinding Signage Package Phase 1 Proposal For Construction of: Furnish and Install Wayfinding Signage and Poles Date: March 16, 2011 To: City of Carmel, Indiana, Board of Public Works and Safety B1D-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: ASI 1.2 Bidder Address: Street Address: 2017 West 18th Street City: Indianapolis State: IN Zip: 46202 Phone: 317-269-3400 Fax: 317-269-3578 1.3 Bidder is a/an [mark one] Individual Partnership X Indiana Corporation Foreign (Out of State)Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.1 .1 Corporation Name: N/A .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the amounts listed below. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Base Bid One Hundred Seven Thousand,One Hundred Ninety Eight and 25/100 Dollars ($ 107,198.25 ). BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES Signage Bid Prices In Figures Contract Description* Unit Estimated Unit Total Item No. Quantity Price Price for Item 1 0008: Type D Small EA 1 $2179.00 $2179.00 2 0012: Type C EA 1 $3874.50 $3874.50 3 0013: Type D Large EA 1 52576.50 $2576.50 4 0015: Type D Large EA 1 $2576.50 $2576.50 5 0017: Type D Large EA 1 $2576.50 $2576.50 6 0019: Type D Small EA 1 $2179.00 $2179.00 7 0020: Type D Large EA I $2576.50 $2576.50 8 0021: Type C EA 1 $3874.50 $3874.50 9 0025: Type D Large EA I $2576.50 $2576.50 10 0026: Type D Large EA I $2576.50 $2576.50 11 0028: Type D Large EA 1 $2576.50 $2576.50 12 0030:Type D Large EA 1 $2576.50 $2576.50 13 0032: Type D Small EA 1 $2179.00 $2179.00 14 0038: Type D Large EA 1 $2576.50 $2576.50 15 0039: Type D Large EA 1 $2576.50 $2576.50 16 0040: Type D Large EA 1 $2576.50 $2576.50 17 0041: Type D Large EA 1 $2576.50 $2576.50 18 0042: Type D Large EA I $2576.50 $2576.50 19 0043: Type D Large EA 1 $2576.50 $2576.50 20 0044: Type D Small EA 1 $2179.00 $2179.00 21 0047:Type D Large EA 1 $2576.50 52576.50 22 0049:Type D Large EA 1 $2576.50 $2576.50 23 0059:Type D Large EA 1 $2576.50 $2576.50 24 0060: Type D Large EA 1 $2576.50 $2576.50 25 0062: Type D Large EA 1 $2576.50 $2576.50 BID-4 26 0063: Type D Large EA I $257650 $2576.50 27 0067: Type D Large EA 1 $2576.50 $2576.50 28 0075: Type D Large EA 1 $2576.50 $2576.50 29 0083:Type D Large EA 1 $2576.50 $2576.50 30 0201: Type F Large EA 1 $2337.75 $2337.75 31 0208:Type F Large EA 1 $2337.75 52337.75 32 0213:Type F Large EA 1 $2337.75 $2337.75 33 0214:Type F Large EA 1 $2337.75 $2337.75 34 0215: Type F Large EA 1 $2337.75 $2337.75 35 0225: Type F Large EA 1 $2337.75 $2337.75 36 0226:Type F Small EA 1 $2211.25 $2211.25 37 0229: Type F Large EA 1 $2337.75 $2337.75 38 0230: Type F Large EA 1 $2337.75 $2337.75 39 0233: Type F Small EA 1 $2211.25 $2211.25 40 0234: Type F Large EA 1 $2337.75 $2337.75 41 0239: Type F Large EA I $2337.75 $2337.75 42 0242: Type F Large EA 1 $2337.75 $2337.75 43 0248:Type F Large EA 1 $2337.75 $2337.75 44 (0201 &0242) Sign Type J: Parking diamond with EA 2 $94.00 5188.00 arrow north 45 (0230,0234,& 0239)Sign Type J: Parking diamond EA 3 $94.00 $282.00 with arrow north and east 46 (0208,0213, &0215) Sign Type J: Parking diamond EA 3 594" $282.00 with arrow north and west 47 (0214&0233) Sign Type J: Parking diamond with EA 2 $94.00 $188.00 arrow west 48 (0229) Sign Type J: Parking diamond with arrow east EA 1 $94.00 $94.00 49 (0248)Sign Type J: Parking diamond with arrow EA 1 $94,00 594.00 west, north and east 50 (0239)Sign Type K: Public Library with arrow north EA 1 $104.00 $104.00 51 (0248)Sign Type K: Public Library with arrow west EA 1 $104.0o $104.00 Total Signage Bid 5107,198.t5 *Please refer to Sheet 1 & 2 for Sign number references. BID-5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 March 1 L 2011 2 \larch 14. 2011 BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: None BID-7 I BID PROPOSAL SUMMARY PAGE I Complete the following information and place as the cover page to Iyour bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the Ioutside. Seal the envelope. I The prices indicated on this sheet shall be read aloud during the quote opening and shall match the prices indicated in Part 2 of the IBidders Itemized Proposal and Declarations. ICompany: Bunting Graphics, Inc. Project Name: City of Carmel Project 11-04 Wayfinding Signage Package Phase 1 Date Submitted: 3/14/2011 Base Bid Amount: $133,057.50 I I I I I I I I Revised 2/25/2011 I 1 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form (Pages Bid-1 through Bid-9) shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in, completed, notarized and submitted with their bid. Project: Wayfinding Signage Package Phase 1 Proposal For Construction of: Furnish and Install Wayfinding Signage and Poles ' Date: March 14. 2011 To: City of Cannel,Indiana, Board of Public Works and Safety I I I I I I BID- I ' PART 1 BIDDER INFORMATION (Print) ' 1.1 Bidder Name: Bunting Graphics, Inc. 1.2 Bidder Address: Street Address: 20 River Road City: Verona State: PA Zip: 15147-1159 Phone: 412-820-2200 Fax: 412-820-4404 1.3 Bidder is a/an [mark one] ' Individual Partnership Corporation Co oration ' xx Foreign (Out of State) Corporation; State: Pennsylvania Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, ' Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion#2, dated January 23, 1958.] .1 Corporation Name: Bunting Graphics, Inc. .2 Address: 20 River Road,Verona, PA 15147-1159 .3 Date registered with State of Indiana: 1/30/2007 ' .4 Indiana Registered Agent: IName: CT Corporation System Address: 251 East Ohio St., Suite 1100 ' Indianapolis, IN 46204 1 I ' BID-2 w ' PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described ' Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the amounts listed below. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to ' be performed or furnished under the Contract. - Fifty-Seven 1 Dollars 7. Base Bid One Hundred Thirty Three Thousand Fifty Seven&50/ 00 Dollar ($133.05 50 ). I I 1 1 I ' BID-3 I IPART 3 CONTRACT ITEMS AND UNIT PRICES ISignage Bid Prices In _ Figures Contract Description* Unit Estimated Unit Total I Item No. Quantity Price Price for Item I I 0008: Type D Small EA 1 2307.00 2,307.00 2 0012: Type C EA 1 5,591.00 5,591.00 I 3 0013:Type D Large EA 1 2,334.00 2,344.00 4 0015:Type D Large EA 1 I5 0017: Type D Large EA 1 2,334.00 2.334.00 2,334.00 2,334.00 6 0019: Type D Small EA 1 u 2,307.00 2,307.00 7 0020: Type D Large EA I 2,334.00 2,334.00 I 8 0021: Type C EA I 5,591.00 5,591.00 9 0025:Type D Large EA 1 2,334.00 2,334.00 I 10 0026: Type D Large EA 1 2,334.00 2,334.00 11 0028:Type D barge EA I 2,334.00 2,334.00 1 12 0030:Type D Large EA 2,334.00 2,334.00 13 0032: Type D Small EA 1 I 2,307.00 2,307.00 14 0038: Type D Large EA 1 2,334.00 2,334.00 15 0039: Type D Large EA 1 1 2,334.00 2,334.00 16 0040: Type D Large EA l 2,334.00 2,334.00 17 0041: Type D Large EA 1 I18 0042:Type D Large EA 1 2,334.00 2,334.00 2,334.00 2,334.00 I 19 0043: Type D Large EA 1 2,334 00 2,334.00 20 0044: Type D Small EA 1 2,307.00 2,307.00 I 21 0047: Type D Large EA 2,334.00 2,334.00 22 0049:Type D Large EA 1 2.334.00 2,334.00 I 23 0059:Type D Large EA 1 2,334.00 2,334.00 24 0060:Type D Large EA 1 2,334.00 2,334.00 I 25 0062:Type D Large EA I 2,334.00 2,334.00 I BID-4 I I 26 0063: Type D Large EA 1 2,334.00 2,334.00 27 0067: Type D Large EA I I 2,334.00 2,334.00 28 0075: Type D Large EA 2,334.00 2,334.00 29 0083:Type D Large EA I I 2,334.00 2,334.00 30 0201:Type F Large EA l 3,031.00 3,031.00 I 31 0208: Type F Large EA 1 32 0213:Type F Large EA 1 3,031.00 3,031.00 3,031.00 3,031.00 I 33 0214: Type F Large EA 1 3,031 00 3,031.00 34 0215: Type F Large EA 1 3,031.00 3,031.00 I 35 0225: Type F Large EA 1 3,031.00 3,031.00 36 0226: Type F Small EA I 3,016.00 3,016.00 I 37 0229: Type F Large EA 1 3,031.00 3,031.00 38 0230:Type F Large EA I 3,031.00 3,031.00 I 39 0233:Type F Small EA 1 3,016.00 3,016.00 40 0234: Type F Large EA 1 I 3,031.00 3,031.00 41 0239:Type F Large EA 1 3,031.00 3,031.00 I 42 0242:Type F Large EA I 43 0248: Type F Large EA 1 3,031.00 3,031.00 3,031.00 3,031.00 I 44 (0201 &0242)Sign Type J: Parking diamond with EA 2 arrow north 1,086.00 2,172.00 45 (0230. 0234, &0239)Sign Type J: Parking diamond EA 3 I with arrow north and east 1,086.00 3,258.00 46 (0208, 0213, &0215)Sign Type J: Parking diamond EA 3 with arrow north and west 1,086.00 3.258.00 I 47 (0214&0233) Sign Type J: Parking diamond with EA 2 arrow west 1,086.00 2,172.00 48 (0229) Sign Type J: Parking diamond with arrow east EA I 1,086.001,086.00 1 49 (0248) Sign Type J: Parking diamond with arrow EA 1 west,north and east 1,086.001,086.00 50 (0239) Sign Type K: Public Library with arrow north EA 1 I 1,086.001,086.00 51 (0248)Sign Type K: Public Library with arrow west EA I 1,086.001,086.00 I Total Signage Bid $133,057.50 Including Mock-Up *Please refer to Sheet I &2 for Sign number references. I I BID-5 1 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as ' defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE ' #1 March 11. 2011 #2 March 14. 2011 1 1 I 1 1 1 B1D-6 1 ' PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. ' 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. ' 5.3 Exceptions: ' None 1 1 1 1 1 ' BID-7 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form (Pages Bid-1 through Bid-9) shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall he fully and accurately filled in, completed, notarized and submitted with their bid. Project: Wayfinding Signage Package Phase I Proposal For Construction of: Furnish and Install Wayfinding Signage and Poles Date: 3-15-11 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Design Communications, Ltd. 1.2 Bidder Address: Street Address: 25 Drydock Avenue City: Boston State: MA Zip: 02210 Phone: 617-542-9620 Fax: 617-951-0777 1.3 Bidder is a/an[mark one] Individual Partnership Indiana Corporation x Foreign (Out of State)Corporation; State: MA Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion#2, dated January 23, 1958.] .1 Corporation Name: Design Communications, Ltd. .2 Address: 25 Drydock Ave. , Boston, MA 02210 .3 Date registered with State of Indiana: 8-19-10 .4 Indiana Registered Agent: Name: Corporation Service Company Address: 251 East Ohio St . Suite 500, Indianapolis, IN 46204 BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the amounts listed below. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Base Bid One Hundred Fifteen Thousand Dollars ($ 115, 424 . ) Four Hundred Twenty Four BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES Signage Bid Prices In Figures Contract Description* Unit Estimated Unit Total Item No. Quantity Price Price for Item 1 0008:Type D Small EA 1 1-'6' - 2 Z 2 0012: Type C EA I e954 ' 9;4- 3 0013:Type D Large EA 1 a- !s` re 2fg, 4 0015:Type D Large EA 1 2--- er23 i 0017:Type D Large EA 1 2-3 6 0019:Type D Small EA I 2142 226 . 7 O020: Type D Large EA 1 2 310 2 `(5 K 0021: Type C EA I 0254- er34. 9 0025: Type D Large EA I 1-'31-P 2-'316 10 0026:Type D Large EA 1 11 0028:Type D Large EA 1 2-310' -3.1% 12 0030:Type D Large EA 1 1U Q 13 0032:Type D Small EA I '262 2-;11,2 14 0038: Type D Large EA 1 Z 2qtf5 ?' 15 0039:Type D Large EA 1 4100 16 0040: Type D Large EA 1 2411? 3--3q� 17 0041: Type D Large EA 1 23q-5 18 0042: Type D Large EA I qv 40 19 0043: Type D Large EA I Zj 7" � 20 0044: Type D Small EA 1 � ,,z .2...)7„..e....2, 21 0047:Type D Large EA 1 2,- q23 2-e311 22 O049:Type D Large EA 1 1.5 , 23 0059: Type D Large EA I ;g 2/N 24 0060: Type D Large EA I ,-,31g 2-?Cr b 25 0062: Type D Large EA 1 �" BID-4 26 0063:Type D Large EA I - 24? 1Q O W 27 0067:Type D Large EA 1 ' t X410 _ . 28 0075:Type D Large EA 1 "2-, 1 2- 29 0083:Type D Large EA I 30 0201:Type F Large EA 1 i'. jg 2-34 31 0208: Type F Large EA 1 1,-,f 2.21/ 32 0213: Type F Large EA 1 g 461 3-7, 33 0214:Type F Large EA 1 TO 34 0215: Type F Large EA I 2 2 & 35 0225:Type F Large EA I i'l(e5 ` 7 ITl 36 0226:Type F Small EA I Z-1 94.-2 37 0229: Type F Large EA 1 2,3441 38 0230: Type F Large EA I 2— 4 2--;4- 39 0233:Type F Small EA 1 25q4 2(4'14 40 0234:Type F Large EA 1 3 4o v 41 0239: Type F Large EA I U C, c 42 0242: Type F Large EA 1 40 2 4 43 0248: Type F Large EA 1 331f, f, 44 (0201 &0242)Sign Type J: Parking diamond with EA 2 �'T�/ arrow north L e6 .70 45 (0230,0234,&0239)Sign Type J: Parking diamond EA 3 � with arrow north and east 46 (0208,0213,&0215)Sign Type J: Parking diamond EA 3 with arrow north and west Cf/ 555 47 (0214&0233)Sign Type J: Parking diamond with EA 2 1�� 3�c� arrow west 48 (0229) Sign Type J: Parking diamond with arrow east EA 1 , 49 (0248)Sign Type J: Parking diamond with arrow EA 1 west, north and east le5 1.-e5 50 (0239) Sign Type K: Public Library with arrow north EA 1 1-S i- 51 (0248) Sign Type K: Public Library with arrow west EA 1 re5 1;0 Total Signage Bid *Please refer to Sheet 1 & 2 for Sign number references. BID-5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE Addendum No. 1 3-11-11 BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: n/a BID-7 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the quote opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: 0154-6, �y at cJVc . Project Name: City of Carmel Project 11-04 Wayfinding Signage Package Phase 1 Date Submitted: 03// 6 /// Base Bid Amount: i //5 5/7. °—° Revised 2/25/2011 • Memorandum Date : 03/15/11 J Michael Hollibaugh Of • • " : City of Carmel Board of Public Works and Safety • Nora Alonso =1 . Project #11-04 Wayfinding Signage Package Phase 1 Dear Michael, Please find attached signage proposal for City of Carmel Wayfinding Signage bid as per your request. Our proposal includes manufacturing and installation of (57) signs with posts as per specifications and plans included in this signage package. Please note the following when reviewing our proposal: 1) Bid specifications request anti-graffiti scotchlite protective overlay film, series 1150 by 3M to be applied to all signs. 3M disclosed that this product is meant for application to fully retro-reflective signs only. Its use on any other surface is neither recommended nor has been tested or approved. Since project signs are to have painted backgrounds that are non-reflective, this protective coating is not meant for this sort of signs. If specified product is desired, it can be added at owners risk. Pricing for this alternate can be found on bid page BID-7 for consideration. 2) Submitted artwork for sign fabrication must be vector style .eps or .ai format. 3) Proposal includes regular burial installation on regular soil conditions. If obstacles such as cement foundation or similar occur and if excavation of such is required, it will result in additional costs. 4) Post mounting depth is quoted as 4' - 5' deep because this information is not provided on bid documents and will depend on engineer stamped drawings that endorse both, the structural integrity and support wind load capacity and location of installation. If burial depth of the posts changes and additional material is required, the cost of the sign may change. 5) Spedified faux bronze finish for sign type F round plaques is not recommended by the manufacturer for extended exterior use as it will fade with time. If real bronze material is considered for better results, sign pricing could be adjusted accordingly. Thank you for the opportunity to bid this project and please do not hesitate to contact me with any questions or concerns. Sincerely, Nora Alonso Project Manager Art Dose Inc. nalonso@artdose.com Of. (773) 247 9722 Fax (773) 247 9744 State of Indiana Office of the Secretary of State CERTIFICATE OF AUTHORITY of ART DOSE INC. I.TODD ROKITA, Secretary of State of Indiana. hereby certify that Application for Certificate of Authority of the above Illinois For-Profit Foreign Corporation has been presented to me at my office, accompanied by the fees prescribed by law and that the documentation presented conforms to law as prescribed by the provisions of the Indiana Business Corporation Law. NOW,THEREFORE,with this document I certify that said transaction will become effective Friday,October 20,2006. In Witness Whereof,I have caused to be s'T'A'.� affixed my signature and the seal of the ..���!..•••••••••••..� State of Indiana, at the City of Indianapolis, /At/' ,�' 11 .. .*,''O� October 20, 2006. y; �t - '.;1 i Z 6:41 \#'4Wt •i i 1' ,31.... 'A�lR i s,` '0-,,,' :, '"`. .j TODD ROKITA, '� rAr ` SECRETARY OF STATE 14316 2006102300041 /2006102396994 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel instructions To Bidders: This form (Pages Bid-1 through Bid-9) shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in, completed, notarized and submitted with their bid. Project: Wayfinding Signage Package Phase 1 Proposal For Construction of: Furnish and Install Wayfinding Signage and Poles Date: D?21I /2Dt I To: City of Carmel,Indiana, Board of Public Works and Safety BID-1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Art 905& (AC 1.2 Bidder Address: Street Address: �[fr I"I '(oveAu } City: State: I L. Zip: friCC t Phone: 3a v241 "r l2 Fax: 247 ci114 1.3 Bidder is a/an [mark one] Individual Partnership j Indiana Corporation 1`/Foreign(Out of State)Corporation; State: l{I�5 6011)0 00or •Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion#2, dated January 23, 1958.1 .1 Corporation Name: Aft '1. 25e (0C . .2 Address: V114 5 . (ixik At/e• .3 Date registered with State of Indiana /Q oZ% oo, .4 Indiana Registered Agent: Name: _ Address: BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the amounts listed below. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding.The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Base Bid Otie &tidied ib/CYeen Dollars ($113,517. fl0 ). BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES Signage Bid Prices In Figures Contract Description* Unit Estimated Unit Total Item No. Quantity Price Price for Item 1 0008:Type D Small EA 1 2,154 2,154 2 0012:Type C EA 1 8,556 5,5510 3 0013:Type D Large EA 1 212019 2,29g 4 0015: Type D Large EA 1 2,20R 2,2' 1 5 0017: Type D Large EA 1 2,2qq 2,261g 6 0019:Type D Small EA 1 2,151 2,154 7 0020:Type D Large EA 1 2,2qq 2 2ti ' 8 0021:Type C EA 1 g,55 8/65b 9 0025:Type D Large EA 1 2 23 2,20 10 0026:Type D Large EA 1 2,241q 2/244 11 0028: Type D Large EA 1 2,2gq 2,291 12 0030: Type D Large EA 1 2/2V 2,2q? 13 0032:Type D Small EA 1 2,154 2,154 14 0038:Type D Large EA 1 2/2494 z 15 0039:Type D Large EA 1 2,2q61 21 16 0040:Type D Large EA 1 2,2q9 2,26P 17 0041: Type D Large EA 1 2,20'1 2121 18 0042:Type D Large EA 1 2,29q 2,249 19 0043:Type D Large EA 1 Z,21 2, 20 0044:Type D Small EA 1 2,154 2,154 21 0047:Type D Large EA 1 2,Zg9 22gq 22 0049: Type D Large EA 1 'z Ng 2/299' 23 0059: Type D Large EA 1 2,2gq 2,26p 24 0060:Type D Large EA 1 2,2Rg 2,29 l 25 0062:Type D Large EA 1 2/2q'9 2, BID-4 26 0063:Type D Large EA 1 z Mn 9 2CA 27 0067:Type D Large EA 1 2,2616) 2/2q9 28 0075:Type D Large EA 1 2,249 2/243 29 0083:Type D Large EA 1 212419 2,299 30 0201:Type F Large EA 1 2_, 2 2/392 31 0208:Type F Large EA 1 24 Z 32 0213:Type F Large EA I 2,302 2 33 0214: Type F Large EA 1 2i3o2 21W2 34 0215:Type F Large EA 1 2/302 21592 35 0225:Type F Large EA 1 2,502 2,552 36 0226:Type F Small EA 1 2,0250 21050 37 0229:Type F Large EA 1 21502 2, 02 38 0230:Type F Large EA 1 21502 2/302 39 0233:Type F Small EA 1 2,00 200 40 0234: Type F Large EA I 2,302 21302 41 0239:Type F Large EA 1 2,502 2,502 42 0242:Type F Large EA 1 1!6D2 2302 43 0248:Type F Large EA 1 2/302 4V 44 (0201 &0242)Sign Type J: Parking diamond with EA 2 224 1-15z arrow north 45 (0230,0234,&0239)Sign Type J: Parking diamond EA 3 22(0 607$ with arrow north and east 46 (0208,0213,&0215)Sign Type J: Parking diamond EA 3 2210 Co78 with arrow north and west 47 (0214&0233)Sign Type J: Parking diamond with EA 2 22& 462 arrow west 48 (0229)Sign Type J: Parking diamond with arrow east EA 1 2.2c, 221p 49 (0248)Sign Type J: Parking diamond with arrow EA 1 O 24 west, north and east 50 (0239)Sign Type K: Public Library with arrow north EA 1 208 268 51 (0248) Sign Type K: Public Library with arrow west EA 1 20% 2011 Total Signage Bid 1 0,5("1 *Please refer to Sheet 1 & 2 for Sign number references. BID-5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE a616e4% OP'H 03111/2011 addui dull . , 03/1Y1a ojl BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: AI4e04e I — 1101d Li l aX if 3Calittf-c eir1've oVVV k2y Rot) frOne) 3M iza-mg I b Jefi re d . £Th6 p-cduGt nit-1144( ritornv' A, -tested ©r+ wiefAM h manc0 'Pr-3lti_ �n red n i51��b i n awipia down eni 5�r sloe , t I/ /AI4► 41.!A I �' BID-7 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the quote opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: 5,./4 4G /Wic_ , Project Name: City of Carmel Project 11-04 Wayfinding Signage Package Phase 1 Date Submitted: h 31/46/// Base Bid Amount; i cz Revised 2/25/2011 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form (Pages Bid-1 through Bid-9) shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in, completed, notarized and submitted with their bid. Project: Wayfinding Signage Package Phase 1 Proposal For Construction of: Furnish and Install Wayfinding Signage and Poles Date: 3) )6/ 1 I To: City of Carmel, Indiana, Board of'Public Works and Safety BID-I PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: =r-ley-4-W 5)0 c.n4 C rare;c. , Inc • 1.2 Bidder Address: Street Address: 5SO ( Kin r 0 s C f. City: Ltxinston State: K Y Zip: LI 050 Phone: ( 2(. 3- ZSOO Fax: ( Y55J 26 3 -1O 3 1.3 Bidder is a/an (mark one] \l Individual Partnership �/ Indiana Corporation X Foreign (Out of State)Corporation; State: K 1 Joint Venture Other 1.4 (The following must be answered if the Bidder or any of its partners or joint venture Ie parties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion#2, dated January 23, 1958.1 /r T �1 (4 Cd Ji /► 0.nd 1 r4 ilft, 1n c. .1 Corporation Name: t-q P .2 Address: J .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PCr G'Ac✓.el ttiM 2 , C3 H i , l OtC1 `n Cot'pprAt1.7r5 CYO o� huvc �o �c re ,s kc�:� w,�'►� �L s-AAt o� n 11 �` ` �Aet■UNU � 3 thLt a bi) �n1. to 6c 00.1 � J BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the amounts listed below. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. s( �= omer Base Bide HL)gb_1 Dollars ( ). BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES Signage Bid Prices In Figures Contract I Description* Unit Estimated , Unit 1 Total Item No. Quantity Price Price for Item 1 0008: Type D Small EA I 53,466.00 •$3,466.00 2 0012:Type C EA 1 $7,850.00 57,850.00 3 0013:Type D Large EA 1 53,566.00 $3,566.00 4 0015:Type D Large EA 1 53,566.00 $3,566.00 5 0017:Type D Large EA 1 $3,566.00 $3,566.00 6 0019:Type D Small EA 1 $3,466.00 $3,466.00 7 0020:Type D Large EA I $3,566.00 53,566.00 8 0021: Type C EA 1 57,850.00 57,850.00 • 9 0025: Type D Large EA 1 $3,566.00 $3,566.00 10 0026: Type D Large EA 1 $3,566.00 53,566.00 11 0128: Type. f)I.arne FA 1 $3,566.00 $3,566.00 12 0030:Type D Large EA I 53,566.00 $3,566.00 13 0032: Type D Small EA 1 53,466 00 $3,466.00 14 0038: Type D Large EA 1 $3,566.00 53,566.00 15 0039: Type D Large EA I 53,566.00 $3,566.00 i 6 0040: Type D t .. C A 6 � •7 r�•..� ....,;b� L�, 1 $3,566.00 $3,566.00 17 0041: Type D Large I EA 1 $3,566.00 53,566.00 18 0042: Type D Large EA 1 53,566_0o $3,566.00 19 0043: Type D Large EA 1 53,566.00 $3,566.00 20 0044: Type D Small EA I 53,466.00 $3,466.00 21 0047:Type D Large EA 1 53,566.00 $3,566.00 22 0049: Type D Large EA 1 $3,566.00 $3,566.00 23 0059:Type D Large EA 1 53,566.00 53,566.00 24 0060: Type D Large EA I $3,566.00 $3,566.00 25 0062: Type D Large EA I 53,566.00 $3,566.00 BID-4 26 0063: Type D Large 1 EA I 1 I$3,566.00 $3,566.00 1 27 0067: Type D Large EA i $3,566.00 $3,566.00 28 0075:Type D Large EA 1 $3,566.00 $3,566.00 29 0083: Type D Large EA 1 $3,566 00 $3,566.00 30 0201:Type F Large EA 1 $3,866.00 $3,866.00 31 0208: Type F Large EA 1 $3,866.00 $3,866.00 32 0213: Type F Large 1 EA • 1 $3,866.00 $3,866.00 33 0214: Type F Large EA 1 53,866 00 $3,866 00 34 0215: Type F Laree EA 1 $3,866.00 $3,866.00 35 0225: Type F Large EA 1 $3,866.00 $3,866.00 36 0226: Type F Small EA 1 $3,766.00 $3,766.00 37 0229: Type F Large EA 1 $3,866.00 $3,866.00 38 0230: Type F Large EA 1 53,866.00 $3,866.00 39 0213: F Type Sma!! Type rA ! 53,766.00 53,766.00 40 0234: Type F Large EA 1 $3,866.00 $3,866.00 41 0239: Type F Large EA 1 $3,866.00 53,866.00 42 0242: Type F Large f EA 1 $3,866.00 $3,866.00 43 0248: Type F Large EA 1 $3,866.00 53,866.00 44 (0201 &0242) Sign Type J: Parking diamond with EA 2 $ 150.00 5 300.00 arrow north 45 (0230,0234, &0239) Sign Type J: Parking diamond EA 3 $ 15000 $ 450.00 with arrow north and east 46 (0208,0213, &0215)Sign Type J: Parking diamond CA 3 s 150.00 $ 450.00 with arrow north and west 47 (0214 &0233)Sign Type J: Parking diamond with EA 2 $ 150.00 s 300.00 arrow west 48 (0229) Sign Typc.1: Parking diamond with th ar cast EA i $ 150.00 5 150.00 49 (0248) Sign Type J: Parking diamond with arrow EA 1 $ 150.00 s 150.00 west,north and cast 50 1 (0248)(0239) Sien Type K: Public Library with arrow north EA 1 s 145.00 $ 145.00 51 Sign Type K: Public Library with arrow west f EA 1 s 14500 5 14500 l Total Signage Bid $176,528.00 *Please refer to Sheet 1 & 2 for Sign number references. BID-5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 3 / 11 / i Z 3/1Y/ 1i BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: mOLk- UPS (an be USCA a5 Jpametl to-1- d'15pi<<4, decluc+ It �j)Ob0 ¢' oryl 605C b,c) amu kv t . l BID-7 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. The prices indicated on this sheet shall be read aloud during the quote opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: clEb6a.c" 1, 4ST'ILt(Si Project Name: City of Carmel Project 11-04 Wayfinding Signage Package Phase 1 Date Submitted: 314 zo‘k Base Bid Amount: c Revised 2/25/2011 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form (Pages Bid-I through Bid-9) shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in, completed, notarized and submitted with their bid. Project: Wayfinding Signage Package Phase 1 Proposal For Construction of: Furnish and Install Wayfinding Signage and Poles Date: &("0\b\Zo‘ To: City of Carmel, Indiana, Board of Public Works and Safety BID-I PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: C-tEotnQsR4i I•oo.)STR0..% 1.2 Bidder Address: Street Address: 43S It.-boSTP.1w— bZiVE City: NAt-E1S0..1 State: OW0 Zip: '45.5 So Phone: SIS.Lel.120O Fax: SR. 2.o2 .1299 1.3 Bidder is a/an [mark one] Individual Partnership Indiana Corporation Foreign (Out of State) Corporation; State: ONto Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: CnEl Atp,fis■r> I+4ZA,ISTCAES .2 Address: "vt_1vEE s Y p f •llsa '{Sblo .3 Date registered with State of Indiana: S/9 12001 .4 Indiana Registered Agent: Name: CT CcR_PoRJrC‘oA S'ii-C Address: ZS I € . oNlo ST. { Sv 1TE 1100 IAOtAarkibL%% 11,1 y 620`+ BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total the amounts listed below. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding.The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Base Bid O.bE o %A,sn Stt, Ilko■JSP. Dollars ($ 11LiToD ). Et6AN N%)+400.t0 BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES Signage Bid Prices In Figures Contract Description* Unit Estimated Unit Total Item No. Quantity Price Price for Item 1 0008: Type D Small EA 1 Si-WI %Tel 2 0012: Type C EA 1 '}r(tz 1,160 3 0013:Type D Large EA 1 IN 3,16`1 4 0015: Type D Large EA 1 3, r1 3,1si 5 0017:Type D Large EA I 6 0019: Type D Small EA 1 3,745'' 3,,A 7 0020: Type D Large EA 1 3,,iti ;;Ti14 8 0021: Type C EA 1 1,16'0 110 9 0025: Type D Large EA 1 10 0026: Type D Large EA 1 33V 11 0028: Type D Large EA 1 3184 311Y4 12 0030: Type D Large EA I SI-450i 3l5s4 13 0032: Type D Small EA 1 3-3194 3, 51 14 0038: Type D Large EA 1 3' Priti 15 0039: Type D Large EA 1 3',4i6 vrt 16 0040: Type D Large EA 1 31..yri D 1 1.� 17 0041: Type D Large EA 1 � 18 0042: Type D Large EA 1 Al 3, 19 0043: Type D Large EA 1 3,15A 3,�Y`4 20 0044: Type D Small EA 1 3'liLk S'l- 21 0047: Type D Large EA 1 Selvi 3+4cd 22 0049: Type D Large EA 1 23 0059: Type D Large EA 1 314t14 141$4 24 0060: Type D Large EA - - 1 3,x`'1 3 ret 25 0062: Type D Large EA 1 Silri Mai BID-4 26 0063: Type D Large EA 1 311 3Rrk 27 0067: Type D Large EA 1 33Ss1 Stirk 28 0075: Type D Large EA 1 29 0083: Type D Large EA 1 S,Tek 1,-ViA 30 0201:Type F Large EA 1 3ic43 3,`413 31 0208: Type F Large EA I 35s13 3;a3 32 0213: Type F Large EA 1 3,sc/3 3,f3 33 0214: Type F Large EA 1 3Y11 3r,S 34 0215: Type F Large EA 1 3, 3 3j3 35 0225: Type F Large EA 1 3, 3 3P 36 0226: Type F Small EA 1 Stn Men 37 0229: Type F Large EA 1 V13 34 3 38 0230: Type F Large EA 1 3,1rn 3,313 39 0233: Type F Small EA 1 3P3 3a3 40 0234: Type F Large EA 1 3sr73 3,4's 41 0239: Type F Large EA 1 3,4i-% 31› 42 0242:Type F Large EA I 3,e3 341/3 43 0248:Type F Large EA 1 3,cas 3Yt3 44 (0201 &0242)Sign Type J: Parking diamond with EA 2 4 arrow north 4 SC VIO 45 (0230,0234, &0239)Sign Type J: Parking diamond EA 3 t t with arrow north and east 4i 5S 11305 46 (0208,0213, &0215)Sign Type J: Parking diamond EA 3 with arrow north and west r 1 13S- ‘1,3%5 47 (0214&0233) Sign Type J: Parking diamond with EA 2 4y3s � arrow west 48 (0229)Sign Type J: Parking diamond with arrow east EA 1 N3S 14'55 49 (0248)Sign Type J: Parking diamond with arrow EA 1 west,north and east N35 `l3S 50 (0239)Sign Type K: Public Library with arrow north EA 1 r Li3S 411$ 51 (0248)Sign Type K: Public Library with arrow west EA 1 r`i35 &135 VI(p DO Total Signage Bid *Please refer to Sheet 1 &2 for Sign number references. BID-5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE # Syr to q at Z— Milk,‘\ BID-6 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: �!A —> cbI ML't wCTN SPEcIFICA-C\oTS BID-7