HomeMy WebLinkAboutBid Information and Packets PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: &„j fluff T
1.2 Bidder Address: Street Address: 1 100 Ec.-s t II(&I 51-re
City: C rill& State: 1N/ Zip 4(0032. Code:
Phone:(3 —1100 Fax:l_3(7)57-3 33q
Email: ;vin 6ti 6./1.0 e eArvigd o w •CO w%
1.3 Bidder is a/an[mark one]
Individual Partnership X Indiana Corporation
Foreign(Out of State) State Indiana L.L.C.
Corporation .
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's General Corporation Act. See Indiana Attorney General's
Opinion #2, dated January 23, 1958.]
.1 Corporation Name: � d i� '
.2 Address: 1 k00 E• k■,co sk'. x.
.3 Date registered with State of Indiana: ciZ5cuutel-AJ-‘ .al . \q a1
.4 Indiana Registered Agent:
Name: CZ)O-KtILA _.(y_fo a)
Address: la) V(oD.5
PART 2
BID PROPOSAL
2.1 Base Bid
The bid price shall be calculated on all chemicals and fertilizer treatment required
by the Project, plus spreading of 787 yards of brown dyed enhanced hardwood
mulch, plus 2 spraying treatments to control bagworm insects on affected trees
and shrubs, plus all landscaped areas being fertilized at a minimum of 2 times per
year, as well as all materials, laborers and all other personnel and items needed to
complete the Project in a timely and acceptable manner.
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and all other necessary supplies, and to
perform and fulfill all obligations incident the Project in strict accordance with
and within the time(s) provided by the terms and conditions of the Contract
Documents for the above described Project and Project work, 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 One Hundred & Nineteen
Thousand, Seven Hundred & Thirty Dollars
($ 1 19, 730 . 00 ). The Bidder acknowledges that evaluation of the lowest
bid shall be based on such bid 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 and agrees that all Project work under
the Contract shall be compensated for on a Unit Price basis and that the OWNER
and ENGINEER cannot and does not guarantee the amount or quantity of any
item of Project work to be performed or furnished under the Contract.
Alternate Pricing: .
Eliminate second bed edging, and use non-colorized mulch.
Deduct ($10, 549. 00)
PART 3
EXCEPTIONS
Instructions to Bidders:
3.1 The Bidder shall fully state each exception taken to the Specifications and/or
other Contract Documents.
3.2 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.
3.3 Exceptions:
IQ o E c_e_pp s.
Forth No.96(Revised 2000)
BID OF
(Contractor)
(Address) •
FOR
PUBLIC WORKS PROJECTS
OF
•
Filed ,
Action taken
•
/ i,
Prescribed by State board of Accounts Boyce Forms•Systems,Muncie,IN 1240 Form No.96(Revised 2000)
CONTRACTORS BID FOR PUBLIC WORKS
PART I
(To be completed for all bids)
(Please type or print)
Date: G✓-��
1. Governmental Unit (Owner): at'41oni &rid
2. County: /J4.✓Y1
3. Bidder (Firm): & s e & (icA
Address: SS&4 L11. 5.115D Lt S+
City/State: \t A' 11/42D1i
4. Telephone Number: ‘211 .4 5 -
5. Agent of Bidder (if applicable): % IDLSL J �<
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the
public works project of 4b &U0('-4, Ji:CIU1 m \-t-e.u%c ace'
(Governmental Unit) in accordance with plans and specifications prepared by Al cite. - r d 1
and dated .3 —L .' ZOO for the sum of
sQr cI kAiliect eAr t. $ 15 al'
The udlersicned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as that
shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis,
the itemization of the units shall be shown on a separate attachment.
The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or
applicant for employment, to be employed in the performance of this contract, with respect to any matter directly
or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this
covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
I,the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation
to use steel products made in the United States. I.C.5-16-8-2. I hereby certify that I and all subcontractors employed
by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder
may result in forfeiture of contractual payments.
ACCEPTANCE
The above bid is accepted this day of , , subject to the
following conditions:
Contracting Authority Members:
PART II
(Complete sections 1,11,111, and IV for all state and local public works projects as required
by statutes if project is one hundred thousand dollars ($100.000) or more. (IC 36-1-12-4)
Governmental Unit: °14 a-f- &Iri A-I
Bidder (Firm) N 'Q U Q`d-a I
Date:
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
1. What public works projects has your organization completed for the period of one (1) year prior to the date
of the current bid?
Contract Amount Class of Work When Name and Address of Owner
Completed
2. What public works projects are now in process of construction by your organization?
Contract Amount Class of Work When to be Name and Address of Owner
Completed
3. Have you ever failed to complete any work awarded to your? t t If so, where and why?
4. List references from private firms for which you have performed work.
4x� ,�Pcr�,x1
4no d.d &I2. M)?,
LLflck.iac.c' Lb lack camel( 073- q172.
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when your
could begin work, completed the project, number of workers, etc. and any other information which you believe
would enable the governmental unit consider your bid.) v)o �, `�&AIL vs 'C `Th 3-2.1 .,D15 CQ, kk, �'kokc� Ve&S
Qn r4. re 4 AI-7e-P d ?It-e rn e� $ 2,�� is 1 @lYta min-lean
uu-e--0‘.4 bg15 `S c�Cc.aa. �► -lam 4,ASc,c4- - 1ne, vr1oilArh
L ire, fie C..ccLes* ��-4 v nr - rac yids M et iciFt`il
v
i� scab`s L.3s.,n� vc S , tee.��� c 5 b�cKpcLl�
kiAb1 , ,C aKtp'S' .�1,. i,A ` 'A I Q-.-
2. If you intend to sublet any portion of th wont, state e name and address of each subcontractor, equipment
to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable
to currently provide a listing, please understand, a listing must be provided prior to contract approval.
et 2 ra .Z cnocse.• cUPc4 �QS ? c$�1 6081- .s ' 1
3. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit. cL - * \ S
&u,t`l .� '�S BSc . c 1Y1c.4-6 cua -- ca.c a ' .CZ.S011s 'Lbafte r-
�d4,trS h btu aP BLS
4. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing you proposal'?Otherwise, please explain the rationale used which would corroborate the prices listed.
ha_cT� � W r d�OI 4. . n vUn� --('\ekn CNCt-E SCtOkit AD
wra
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: 11/4) -ate- -Soc. ck \
1.2 Bidder Address: Street Address: 06 t
City: nbLfslt c(, State: SIN . Zip 11-6-611 Code:
Phone: '16 5-436 2 57 Fax: 5'A m(�
Email: n 'j , A• ( \
1.3 Bidder is a/an[mark one]
X, Individual Partnership Indiana Corporation
Foreign(Out of State) State Indiana L.L.C.
Corporation
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's General Corporation Act. See Indiana Attorney General's
Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
•
PART 2
BID PROPOSAL
2.1 Base Bid
The bid price shall be calculated on all chemicals and fertilizer treatment required
by the Project, plus spreading of 787 yards of brown dyed enhanced hardwood
mulch, plus 2 spraying treatments to control bagworm insects on affected trees
and shrubs, plus all landscaped areas being fertilized at a minimum of 2 times per
year, as well as all materials, laborers and all other personnel and items needed to
complete the Project in a timely and acceptable manner.
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and all other necessary supplies, and to
perform and fulfill all obligations incident the Project in strict accordance with
and within the time(s) provided by the terms and conditions of the Contract
Documents for the above described Project and Project work, 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 ecg,, &L s
Dollars
($ (07„.5 c ). The Bidder acknowledges that evaluation of the lowest
bid shall be based on such bid 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 and agrees that all.Project work under
the Contract shall be compensated for on a Unit Price basis and that the OWNER
and ENGINEER cannot and does not guarantee the amount or quantity of.any
item of Project work to be performed or furnished under the Contract.
•
J
• •
PART 3
EXCEPTIONS
Instructions to Bidders:
3.1 The Bidder shall fully state each exception taken to the Specifications and/or
other Contract Documents.
3.2 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.
3.3 Exceptions:
:Iv
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: $'I\(Z Sczr' c;e, N (
1.2 Bidder Address: Street Address: 59? , c Rte. \®p5't0
City: p tfrioLt4c, State: i..t3 Zip Lf L t b 7 Code:
Phone: 317-V°0--2 7 Fax: 317 - o.-2-579
Email:ii1Fo to,k'beN Ic.Qi NG d cG Iv\
1.3 Bidder is a/an[mark one]
• Individual Partnership Indiana Corporation
Foreign(Out of State) State Indiana L.L.C.
Corporation
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,
O' Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana's General Corporation Act. See Indiana Attorney General's
Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
PART 2
BID PROPOSAL
2.1 Base Bid
The bid price shall be calculated on all chemicals and fertilizer treatment required
by the Project, plus spreading of 787 yards of brown dyed enhanced hardwood
mulch, plus 2 spraying treatments to control bagworm insects on affected trees
and shrubs, plus all landscaped areas being fertilized at a minimum of 2 times per
year, as well as all materials, laborers and all other personnel and items needed to
complete the Project in a timely and acceptable manner.
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and all other necessary supplies, and to
perform and fulfill all obligations incident the Project in strict accordance with
and within the time(s) provided by the terms and conditions of the Contract
Documents for the above described Project and Project work, 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 Seueot at e._
N sj amour_i,v.o raara.-� f 0 — Dollars
($ '711 y 00 ). The Bidder acknowledges that evaluation of the lowest
bid shall be based on such bid 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 and agrees that all Project work under
the Contract shall be compensated for on a Unit Price basis and that the OWNER
and ENGINEER cannot and does not guarantee the amount or quantity of any
item of Project work to be performed or furnished under the Contract.
PART 3
EXCEPTIONS
Instructions to Bidders:
3.1 The Bidder shall fully state each exception taken to the Specifications and/or
other Contract Documents.
3.2 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.
3.3 Exceptions:
1
1 �
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: D`e aroo-t k Ets tale Haeoreirt
1.2 Bidder Address: Street Address: q 2.6 E a$ c
City: tvid 6 State: IA Zip Code:
Phone: a.6 t- 76fl Fax: a ePtcRl
Email: ex 3,6 g e'H
1.3 Bidder is a/an[mark one]
Individual Partnership Indiana Corporation
Foreign(Out of State) State Indiana L.L.C.
Corporation
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's General Corporation Act. See Indiana Attorney General's
Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent: .
Name:
Address:
PART 2
BID PROPOSAL •
2.1 Base Bid
The bid price shall be calculated on all chemicals and fertilizer treatment required
by the Project, plus spreading of 787 yards of brown dyed enhanced hardwood
mulch, plus 2 spraying treatments to control bagworm insects on affected trees
and shrubs, plus all landscaped areas being fertilized at a minimum of 2 times per •
year, as well as all materials, laborers and all other personnel and items needed to
complete the Project in a timely and acceptable manner.
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and all other necessary supplies, and to
perform and fulfill all obligations incident the Project in strict accordance with
and within the time(s) provided by the terms and conditions of the Contract
Documents for the above described Project and Project work, 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 qu. titles
for such Contras Items„I/ total kilt tIWlcIr'i'
1t444-see` ous (ritrty Dollars
($(ak7O`-' ). The Bidder acknowledges that evaluation of the lowest
bid shall be based on such bid 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 and agrees that all Project work under
the Contract shall be compensated for on a Unit Price basis and that the OWNER
and ENGINEER cannot and does not guarantee the amount or quantity of any
item of Project work to be performed or furnished under the Contract.
•
PART 3
EXCEPTIONS
Instructions to Bidders.
3.1 The Bidder shall fully state each exception taken to the Specifications and/or
other Contract Documents.
3.2 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.
3.3 Exceptions:
et-t0_cC?Q + `coi`cA 1.- #0d S/D r T UCad
ae.-kLJ GLie 0-0 4,4,-. (
*QA,VzIcia 'tC7 61. au-t- (j' ` ' `b a 144 01 (.. - 8 " i t&6 e
d-C Ldd f 0-0 1 "
->Nett,cL c 1&or\ 9actuteCols wAxf toata_ ik_c4
acs t Las-f Q .
Y ,11,Katipt 1/40w4,4 tax
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: 1)1..\)111 C \14. ( L A p 5 G pt 9
1.2 Bidder Address: Street Address: k 1%4% o 0)1,\Q. E N 5`a
City: CG.rn`e.\ State: 1VS Zip Code:
Phone: 11- 4.0 1- 6 4 la Fax:
Email: PVP►v1,0.nOS vhv“1. 'orn
1.3 Bidder is a/an[mark one]
Individual Partnership Indiana Corporation
Foreign(Out of State) State Indiana L.L.C.
Corporation
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's General Corporation Act. See Indiana 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:
.1
PART 2
BID PROPOSAL
2.1 Base Bid
The bid price shall be calculated on all chemicals and fertilizer treatment required
by the Project, plus spreading of 787 yards of brown dyed enhanced hardwood
mulch, plus 2 spraying treatments to control:bagworrn insects. on affected, trees
and shrubs, plus all landscaped areas being fertilized at a minimum of 2 times per
year, as well as all materials, laborers and all other personnel and items needed to
complete the Project in a timely and acceptable manner.
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,-
apparatus, materials, equipment, service and all other. necessary supplies, and to
perform and fulfill all obligations incidenf the Project in strict accordance with
and within the time(s) provided by the terms and conditions of the Contract
Documents for the above described Project and Project work, 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 Contract Items, total t Ir\IC)
7\0436%, \w• h �r�koN.Ig0 Cro 4 /400 • Dollars
($ ° V1 V1U ). The Bidder acinowledges that.evaluation of the lowest
bid shall be based on such bid 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 and agrees that all Project work under
the Contract shall be compensated for on a Unit Price basis and that the OWNER
and ENGINEER cannot and does not guarantee the amount or quantity of.any
item of Project work to be performed or furnished under the Contract.
•
PART 3
EXCEPTIONS
Instructions to Bidders:
3.1 The Bidder shall fully state each exception taken to the Specifications and/or
other Contract Documents.
3.2 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.
3.3 Exceptions:
NR'T Li
10:23 AM Plum Creek Landscape, LLC
03/18/08 Profit & Loss
Accrual Basis January through December 2007
Jan - Dec ...
Ordinary Income/Expense
Income
Mowing 25,941
Mulch Delivery
Mulch Installation 23,148
Landscape Maintenan... 208,802
Landscape Plantings 7,510
Aeration 250
Snow Plowing 60
Sod Installation 2,310
Total Income 268,021
Cost of Goods Sold
Subcontractors 21,145
Equipment Rental 4,241
Commissions 169
Cost of Mulch ' 233
Cost of Sod 620
Direct Labor 93,540
Plant Material 4,923`
Dump Fees 833
Other Direct Costs 2,779
Total COGS 128,483
Gross Profit 139,538
Expense
Advertising 850
Bank Charges 233
Continuing Education 90
Contributions 50
Credit Card Fees 332
Dues and Subscriptio... 89
Equipment Lease 7,550
Fuel 9,455
Insurance 4,304
Interest Expense 7,275
Page 1
Qf4
10:23 AM Plum Creek Landscape, LLC
03/18/08 Profit & Loss
Accrual Basis January through December 2007
Jan - Dec ...
Licenses and Permits '192
Office Expense 437
Penalties 728
Postage and Delivery 255
Rent 2,545
Repairs & Maintenance 2,307
Supplies & Tools 3,026
Taxes 1,258
Telephone 847
Travel & Ent 1,012
Truck Parts & Service 3,427
Uniforms 455
Total Expense 46,716
Net Ordinary Income 92,822
Other Income/Expense
Other Expense
Member Salary 22,157
Suspense
Total Other Expense 22,157
Net Other Income -22,157
Net Income 70,665
Page 2
Form Prescribed by State Board of Accounts 900549-5139138 General Form No.99 P(Rev. 1987)
C T`r' F CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS
. 307 N PENNSYLVANIA ST -PO BOX 145
COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145
PUBLISHER'S CLAIM
LINE COUNT
Display Matter-(Must not exceed two actual lines,neither of which $ .
shall total more than four solid lines of the type in which the body
of the advertisement is set). Number of equivalent lines
Head-Number of lines $ .
Body-Number of lines $ . $ .
Tail-Number of lines $ .
Total number of lines in notice
COMPUTATION OF CHARGES
81.0 lines 2.0 columns wide equals 162.0 equivalent $ 74.78
lines at.462 cents per line
Charges for extra proofs of publication($1.00 for each proof in excess of two) $ .00 $ .00
TOTAL AMOUNT OF CLAIM $ .
DATA FOR COMPUTING COST ' $ .
Width of single column 7.83 ems Size of type 5_7 point $ . $
Number of insertions 1.0 $ 74.78
Pursuant to the provisions and penalties of Chapter 155,Acts of 1953,
I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after
allowing all just credits,and that no part of the same has been paid.
DATE: 03/07/2008 g1 _,L ._,I 1 1/ '6-4✓ Clerk
Title
900549-5139138 PUBLISHER'S AFFIDAVIT
IPUBL[C NOT GES PUBLIC 144710ES;ate of Indiana SS:
NOTICE TO BIDDERS amilton County
City of Carmel,Indiana
Notice is hereby given that the Board of Public Works a1 r
: Safety for the City of Carmel,Hamilton County,Indian ed>ersonally appeared before me,a notary public in and for said county and state,
receive sealed bids for the Maintenance For Lands e'of
Areas Of Roundabouts&Medians Pro1'ect"at the r,'
• the'Clerk Treasurer,One Civic Square Carmel In.,la(City
Hall)until 10:00 a.m.Local Time on or before m,('19,z• he undersigned Karen Mullins who,being duly sworn,says that SHE is clerk
and commencing as soon as practicable then date such' g e` the Board of Public Works Meeting on the Ar the Council.' -
bids will be ublicly opened and-read alr•
Chambers of City Hall,No late bids will fraccepted. ,
All bids and proposals shall beproperlrandcompletelyexe-)f the Noblesville Ledger a newspaper of general circulation
cuted.on.the proposal forms provided with the plans and I
specifications,and shall include the non-collusion affidavit 1
required b the State of Indiana The bid envelope,mast be
sealed and have the following words only written in ink on)rinted and published in the English language in the city of NOBLESVILLE in state
the outside of the envelope:
Bid:Maintenance For Landscaped Areas Of Roundabouts&
The project consists of,but is not necessarily limited to,the Ind county aforesaid,and that the printed matter attached hereto is a true copy,
following: .
Roundabout at 96th Street and Springgmill Road 2,500 Sq.Ft.
Roundaboutat96thStreet and WestheldBoulevard'10,3765q.Ft p
Roundabbouta1t105 SreetdndeGr y Road" 4,416 Sq. hich was duly published in said paper for 2 time(s),between the dates of:
Roundabout at 116th Street and Spring mill Road 2,940 Sq.Ft.
Roundabout at 126th Street and Ilnois Street ret 8,531 Sq.Ft.12/29/2008 and 03/07/2008
Roundabout at 126th Street and Hazel Dell Parkway 3,215 Sq.Ft.
Roundabout at 131st Street and Hazel Dell Parkway,3,215 Sq.Ft.
Roundabout atI31stStreetandSprinomillRoad* 5,198 Sq.Ft
Roundabout at 131st Street and Illinois Street' 3,297 Sq.Ft.
- Roundabout at 136th Street and Springmill Road' 4,156 Sq.Ft /
Roundabout at 136th Street and Ditch Road' 7,258 Sq.Ft` - Clerk
Roundabout at 141st Streetand Springmill Road' 3,216 Sq.Ft.
Roundabout at 141st Street and Ditch Road'.' 2,725 Sq.Ft' Title
Roundabout at Oak Ridge Road and Adios Pass* 4,656.5 Sq.Ft
Roundabout at Oak Ridge Road and Bennett Road'4,6565 Sq.Ft
. .MEDIANS:. •a16thStreetfinmKeystone 'ubscribed and sworn to before me on 03/07/2008
Avenue
Tony's n Re tour nto 1 6th medians,ree�d�curbside area by Greek'
1theStreetaanon wy.431,north and eand south side)
116th Street from Ran elineRoadtoCollegeAvenue19,125Sq.Ft /
Illinois Street from 121st Street to 126th Street 1,260 Sq.Ft-
(Wall border bed at Spring Lakes Estates) 5,820 Sq.Ft. ' _ —
Springmill Road from 141st Street to 146th Street' 2,475 Sq.Ft ' s. ,, _�,„,,�,,, .r,
Ditch Road from 141st Street to 146th Street 2,062.5 Sq.Ft. t',---°� rt t Notary Public
TOTAL 111,658 Sq.Ft. "OFFICIAL a �'�.r )
2.93 Acres d'i'JL�..IAL
'Denotes divider island/median/crosswalk plantings in-1 V L
cluded in square footage of roundabout landscaped areas. IC
Susan .tcheem
Form 65-REV 1-88 Project manuals may be obtained from the Carmel Street
Department,3400 W.131st Street Westfield,IN 46074., . ly commission expires: , ' State of Indiana
A pre-bid conference to discuss the Project the bidding re- �('�n8 njSS10n E)tP.OS/Ob1201
.qunements and other important and related matters will be
held on Monday,March 3rd 2008 at 1:30 p.m.at Carmel ) � , �,
Street Department 3400 W.1'ulst Street Westfield,IN 46074. '°�-
All prospective bidders are encouraged to attend the pre-
bid conference.The re-bid conference is not mandatory.,
No bidder may withdraw any bid or proposal within a period
of thirty(30)days following the date-set for receiving bids;
or proposals.The Carmel Board of Public Works and Safety;
reserves the right to hold any or all bids and proposals for a
period of not more than thirty(30)days,such bids and pro-,
posals to remain in full fgrce and effect during said time pe-
riod.The City of Carmel reserves the right to reject and/or-
cancel any and all bids,solicitations and/or offers in whole
or in part as specified in the solicitation for bids when,in ,
the City's sole discretion,it believes that it is in the best'
interests of the City to do so,as determined by the purchas-
ing agency in accordance with IC 5.22.18-2.
The terms defined on pages G-1 through and including G-5
of the City of Carmel Standard General Conditions for Con-
struction Contracts 2003,as contained herein,shall govern!
and apply to all documents contained in this Bid Proposal,
Package. -
Diana L Cordray
I Clerk-Treasurer
(NL-02/29,03/07/08.5139138).