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
BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel • Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: 116"' and Clay Center Rd., 116`'' and Ditch Rd. and 126`" and Towne Rd.Roundabouts—Site and Landscape Improvements #08-01L Proposal For Construction of: Roundabout island hardscape and softscape installation in three roundabouts, 116th Street and Clay Center Road, 116`"Street and Ditch Road and 126"'Street and Towne Road.Project(s) includes installation of stone site walls, concrete curbs, decorative concrete paving, irrigation system, electrical control box,site lighting, decorative gravel mulch and plant material. Date: /1-10&" To: City of Carmel,Indiana,Board of Public Works and Safety BID-1 e:\2007\07091 116th&126th st roundabouts\project manual\front end documents\]16th and 126th front end specs good format.doc • 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 h✓w Jkoof✓e...Z ,i:v% E•fc.! %A,i rs a.d w At,�u.E� $try T,,.4) Gf/L- ta7�aa— Dollars ($ 3(a� 464. �' ). 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. BID-3 e:\2007\07091 1 16th&126th st roundabouts\project nianual\front end documents\116th and 126th front end specs good format.doc PART 3' CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price[in Words] Quantity Price for Item LS- Construction 1 Engineering LS 1 LS- Remove Existing Corrugated 2 Concrete SF 948 LS- 3 Remove Existing Sod SF 10,406 LS- 4 Herbicide Application SF 10,406 • LS- Planting Bed 5 Preparation SF 7,666 LS- 6 Topsoil CY. 355 LS- 7 Weed Barrier Geotextile SF 240 LS- 8 River Rock Mulch CY 22 LS- 9 Mulch,Shredded Hardwood Bark CY 30 LS- 10 Compost,Black Leaf CY 20 LS- 11 Aluminum Landscape Edging LF 868 LS- 12 Spade-Cut Edge at Planting Beds LF 335 LS- 13 Decorative Concrete Pavement SYS 105 LS- 14 Concrete Curbs,Cast-In-Place LF 1,134 LS- 15 Stone Walls-W/&W/O Cap,W/Concrete Footing LF 320 ,/ LS- 16 Tree Uplight Fixtures EA 22 LS- 17 Irrigation System SF 16,515 . LS- f. 18 Sod SYS 1,285 BID-4 e:\2007\07091 116th&126th st roundabouts\project manual\front end documents\116th and 126th front end specs good format.doc • PART 3 CONTRACT ITEMS ANI)UNIT PRICES • [This Part to be used only for Bidding On Unit Price Contracts for the Contract Items shown] I • Prices In Figures ; Contract • Description/ Estimated Unit .' Total Price /' Item Ne. Unit Price[in Words] Quantity Price for Item LS- Construction LS 1 *I5 /_II'Z7 $ «t ` '2 L? Engineering _ _ /�/( / ( - • LS Remove Existing Corrugated ¢ • 2 Concrete . g SF 948 ' I �/ I 1 r �� LS — h 57Z ;�� 3 Remove Existing Sod SF 10,406 �+t'v' 1 LS- 11��11 Q 4 Herbicide Application SF 10,406 $0.02 4�v ' 12 LS Planting Bed 0.Zq 2 zzs� , • , 5 Preparation SF 7,666 d 1 -LS- I I-1 ,-75 47 '1m-75 ' 6 Topsoil CY 355 -• 7 Weed Barrier Geotextile SF 240' ^7 BS River Rock Mulch CY 22 11 , '00 4 �1g7Z ,Oo LS- I 1 344-.3 9 Mulch,Shredded Hardwood Bark CY 30 ' q+i e • f 10 Compost,Black Leaf CY 20 0 214;77 4,2-15,37 • 111? Aluminum Landscape Edging LF 868 .0 6/,9 0 6., 8 1 5g3'2-0 LS- 0,72 f 2.4-i 4-I, 7-0 O • 12 Spade-Cut Edge at Planting Beds LF 335 , LS- $ 132,170 13,0&D, 00 13 Decorative Concrete Pavement' SYS 105 14 22 op 4-z 14 Concrete Curbs,Cast-In-Place LF�_1,134 ✓%i'w 3�/"T(��i� LS- ,So � If I 1 a/ 080 'CV - 15 Stone Walls-W/&W/O Cap,W/Concrete Footing LF 320 16 ��}} 16 Tree Uptight Fixtures EA 22 �W ✓c O 61, 075. 00 ' LS- 5 1' I9 I� 706/-,' 2_ 17 -Irrigation System SF ` 16,515 1 1 18 Sod SYS 1,285 65,-11 .177 "' 7 '�� • t 2 �2 1 /- 19 Plant-Native.Plug,2 3/8"Open-Bottomed Cell A 1775 /�% 4.60 l� )3' &5- LS- 10 Gy c �j� 20 Plant-Groundcover,#1 Pot EA 675 . ( &. `+f 7, ( 7.&,5 2 Plant-Perennial,#1 47) 21 1 Pot EA 647 4j LS- !O�h 22 Plant-Ornamental Grass,#2 Pot EA 150 , I 2– 4 3,o 1 / • 2-7 LS- Q.L� 23 Plant-Evergreen Shrub,#2 Pot EA 28 �1 ' l di5 ?gag-3 LS- _ 35, o& 70 i Z- 24 - Plant-Deciduous Shrub,#5 Pot EA 2 Plant-Deciduous Trees,All Sizes–PROVIDED BY A LS- OWNER.Coordination of Delivery,Installation,All I,0. 02 ,1 81 I ( . 25 Labor and Warranty by Contractor EA 63 LS- 130,3 .Z,7&b,5a _25 Bore Under Roadway, Provide Sleeves EA 2 LS It 15' Z 33� oo • 27 Water Line and Connections LF 155 ' / LS- / 28 Backflow Preventer EA 3 I.,f/p7�.7 S d 30, / o LS- . At `x73.33 �# 13 �"Z o, 00 29 Water Tap Install,Meter Pit and Connections EA 3 / 3 Ir1 )O. 00 �j, ) ?j0- 30 Electrical Service and Connections EA 1 LS- . 00 4(0 2-o,00 31 Controller Cabinet and Foundations,P1,Modified EA 1 / LS- 3, oo, o0 3,&00,o0 32 Maintenance of Traffic LS 1 • LS- et 33 Mobilization/Demobilization LS 1 cN to 161Z3" . oz_ )o/R 7-3,07___ • LS- 19 Plant-Native Plug,2 3/8"Open-Bottomed Cell A 1775 LS- 20 Plant-Groundcover,#1 Pot EA 675 • LS- Plant-Perennial,#1 21, Pot .EA 647 • LS- 22 Plant-Ornamental Grass,#2 Pot EA 150 LS- 23 Plant-Evergreen Shrub,#2 Pot EA 28 LS= • 24 Plant-Deciduous Shrub,#5 Pot EA 2 LS- Plant-Deciduous Trees,2 1/2"-3"Cal.-BY 25 OWNER N/A LS- 25 Bore Under Roadway, Provide Sleeves EA 2 LS- 27 Water Line and Connections LF 155 LS- 28 • Backflow Preventer EA 3 LS- 29 Water Tap Install,Meter Pit and Connections EA 3 • LS- 30 Electrical Service and Connections EA 1 LS- 31 Controller Cabinet and Foundations,P1,Modified EA 1 LS- 32 Maintenance of Traffic LS 1 •LS- 33 Mobilization/Demobilization LS 1 • • BID-5 e:\2007\07091 116th&126th st roundabouts\project manual\front end documents\116th and 126th front end specs good format.doc • • 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 � Iz I • BID-6 e:\2007\07091 136th&126th si roundabouts\project manual\front end documents\116th and 126th front end specs good format.doc 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: II BID-7 e:\2007\07091 116th&126th st roundabouts\project manual\front end documents\l 16th and 126th front end specs good format.doc PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the WorldProject if awarded. Information on Bidder's company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms#96a and#102, entitled "Standard Questionnaires and Financial Statement for Bidders". B1D-8 e:\2007\07091 116th&126th st roundabouts\project manual\front end documents\I 16th and 126th front end specs good format.doc Prescribed by State Board of Accounts Form No.96(Revised 2000) CONTRACTORS BID FOR PUBLIC WORK PART (To be completed for all bids) (Please type or print) Date: April 2, 2008 1. Governmental Unit(Owner): City of Carmel by and through its Board of Public Works and Safety One Civic Square Carmel, Indiana 46032 2. County:Hamilton 3. Bidder(Firm): Becker Landscape Contractors, Inc. Address: 3749 North Kitley Avenue City/State: Indianapolis, Indiana 46226 4. Telephone Number: 317-542-5200 5. Agent of Bidder(if applicable): Stephen S. Hastings Pursuant to notices given, the undersigned offers to furnish labor and/or material '. necessary to complete the public works project of Project #08-01L 116st and Clay Center Rd„ 116th and Ditch Rd., and 126th and Towne Rd. Roundabout-Site and Landscape Improvements. (Governmental Unit) in accordance with plans and specifications prepared by RATIO Architects and dated 3/17/2008 for the sum of Three Hundred Sixty Eight Thousand Four Hundred Sixty Two Dollars and 67/100 . $ 368,462.67 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply,the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis,the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I.C. 5-16-8-2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this 2nd day of April, 2008, subject to the following conditions: NA Contracting Authority Members: PART II (Complete sections I, II, Ill, 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: City of Carmel by and through its Board of Public Works and Safety Bidder(Firm) Becker Landscape Contractors, Inc. Date: April 2,2008 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1)year prior to the date of the current bid? When Contract Class of Work Completed Name and Address of Owner Amount _ $237,873.00 Landscape&Site 2001 Indianapolis Corridor Development City of Indianapolis Indiana Law Enforcement $54,873.00 Landscape 2001 and Fire Fighters Memorial State of Indiana Landscape&Site Indiana State Museum $452,835.00 Development 2002 City of Indianapolis Fort Benjamin Harrison $302,196.00 Landscape &Site 2003 Finance Center- Development Indianapolis IN _ US Federal Govennment Intelliplex-Phase 2 $ 186,000.00 Irrigation. 8/8/05 Shelbyville, Indiana Major Hospital do Evergreen Investment Inc. Landscape&Site Law Building &CAB/CTC $275,342.00 Development 8/15/05 Indiana University Purdue University Indiana Carmel/Clay Board of Parks $1,948,402.00 Landscape &Site Spring -2007 and Recreation -760 3rd Development Avenue, Suite 100, Carmel, IN 46032 $ 130,029.00 Landscape Fall-2006 City of Carmel -One Civic Square, Carmel, IN 46032 Noblesville Park and $268,673.00 Landscape &Site Spring -2007 Recreation -701 Cicero Development Road, Noblesville, Indiana 46060 2. What public works projects are now in process of construction by your organization? When to be Contract Class of Work Completed Name and Address of Owner Amount 3. Have you ever failed to complete any work awarded to you? NO If so,where and why? 4. List referenced from private firms for which you have performed work. Rundell Ernstberger and Associates - Eric Ernstberger(765)-747-5053 Republic Development Corporation -Sean McKinnies -(317)-770-1818 Ratio Architects. -Ken Boyce -(317) -633-4040 Pepper Construction Company of Indiana-Bob Eckl (317)-681-1000 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE I BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be filly and accurately 101 filled in and completed and notarized. Project: 116"' and Clay Center Rd., 116`t' and Ditch Rd. and 126th and Towne Rd Roundabouts—Site and Landscape Improvements #08-01L Proposal For Construction of: Roundabout island hardscape and softscape installation in three roundabouts, 116th Street and Clay Center Road,ll6`h Street and Ditch Road and 126"`Street and Towne Road.Project(s) . includes installation of stone site walls, concrete curbs, decorative concrete paving, irrigation system, electrical control box,site lighting,decorative gravel mulch and plant material. Date: ApRik /� 7 c' 3O To: City of Carmel,Indiana,Board of Public Works and Safety I 1 p I I I BID-I e:\2007\07091 116th&126th st roundabouts\project manual\front end documents\1 16th and 126th front end specs good fonnat.doc 1 Ii ' PART 1 I BIDDER INFORMATION (Print) i I 1.1 Bidder Name: V IRO5ti4 2.' ci .DL177 i4L Dig 1.2 Bidder Address: Street Address: ' I City: 40160.0 State: - v Zip: ��2�0 i I h ..�� 678 /Pone: Fax: 819-.2.13 478 f .I 1.3 Bidder is a/an[mark one] Individual Partnership Indiana Corporation Foreign(Out of State)Corporation; State: _ Joint Venture Other ill 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign !il 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 'I stated therein and expressed in the Attorney General's Opinion#2, dated January 23, 1958.] ill: .l, .1 Corporation Name: fit ll .2 Address: IN il, ill .3 Date registered with State of Indiana: it 'l .4 Indiana Registered Agent: Name: II Address: z. pij . p! Ni iv p; . it 4 i;l • II , :i j u l 1 i II ui hII ?1, I BID-2 e:\2007\07091 116th&126th st roundabouts\project manual\front end documents\1 16th and 126th front end specs good format.doc .. , I'I I Ilil: i !.1 i 1 ; I . • I PART 2 BID PROPOSAL II 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 FO2 1-(Ur)DIj El f-i TF-101,6,ti7A SEVP�I/ 14.,nL2J i 'Tiff Dollars ($`f )7304 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price I 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 I 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. I . ii__ 1 1 I _ _ I 1 I I I I I BID-3 e:\2007\07091 116th&126th st roundabouts\project manual\front end documentsU 16th and 126th front end specs good format.doc 1 1 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Prices In Figures Contract Description/ Estimated Unit Total Price Item No. Unit Price[in Words] Quantity Price for Item LS- Construction 1 Engineering LS 1 3&pa, D LS- Remove Existing Corrugated 2 Concrete SF 948 41, 21 3992., co LS- 3 Remove Existing Sod SF 10,406 , 6-93 54/77, 00 LS- 4 Herbicide Application SF 10,406 a (Di 96, , 60 LS- Planting Bed 5 Preparation SF 7,666 .• 0/ L6/ , OD LS- 6 Topsoil CY 355 3,97 /7 3E6 ,00 i LS- 7 Weed Barrier Geotextile SF 240 3, /C�/9 J7 67(, LS- / 8 River Rock Mulch CY 22 /65,37 3594, ©O LS- 9 9 Mulch,Shredded Hardwood Bark CV 30 /W© ; OO 3424. c O� LS- 10 Compost,Black Leaf CY 20 2i 7, l-135-8, CO LS- 11 Aluminum Landscape Edging LF 868 , (n(D Z 6,965", CO IS- 12 Spade-Cut Edge at Planting Beds LF 335 1197 64/3 go LS 13 Decorative Concrete Pavement SYS 105 /261 3( /3 1 245, - 14 Concrete Curbs;Cast-In-Place LF 1,134 3 A 5'8 3J) T/Qi0© LS- �1` 15 Stone Walls-WI&W/O Cap,W/Concrete Footing IF 320 17/91;4 o'7Z /6S) 3/it OO LS 4473 S481', (3) 16 Tree Uptight Fixtures EA 22 LS- 17 Irrigation System SF 16,515 /i Zi 2'i /�7, oo LS- 7 18 Sod SYS 1,285 6777 741/411., CO i LS- 19 Plant-Native Plug,2 3/8"Open-Bottomed Cell A 1775 7 4 53-- 9©3, - 20 Plant-Groundcover,#1 Pot EA 675 96- � �.•/4/f 2 LS- Plant-Perennial,#1 21 Pot EA 647 /'/, 2-/ Q/Q/, ,—. 1 LS- 22 22 Plant-Ornamental Grass,#2 Pot EA 150 <0.6 7 ,O JO. — • LS- 23 Plant-Evergreen Shrub,#2 Pot EA 28 4/1440 8 1.3'i, LS- 24 24 Plant-Deciduous Shrub,#5 Pot EA 2 72 : 86-- / j Plant-Deciduous Trees,All Sizes-PROVIDED BY �o d LS- OWNER.Coordination of Delivery,Installation,All ��fi+�r 25 Labor and Warranty by Contractor �EA 63 383 :(//►►v /9� I l(.p. LS- 25 25 Bore Under Roadway,Provide Sleeves EA 2 - 4 32 r 00 6-2.424 — LS- 27 Water Line and Connections LF 155 /6? 28 23 j C� i —.-., LS- 28 Backflow Preventer EA 3 J / / 7 3/6 �a c l' 87.G , 0© 29 Wafer Tap Install,Meter Pit and Connections EA 3 2L.3/, 33 78 LS- 30 Electrical Service and Connections EA 1 I 8737,e_30 LS- 31 Controller Cabinet and Foundations,P1,Modified EA 1 /c/2/ J �y,� LS- 32 Maintenance of Traffic LS 1 /0 -76,00 LS- 33 Mobilization/Demobilization LS 1y 043 � r , I i i II 1I PART 4 CONTRACT DOCUMENTS AND ADDENDA 1 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard 1 General Conditions and incorporates such Contract Documents,herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE i - / 3/28/0a it al ili 1 I?i 1 I Ii, } i d j 1 , I! i 1 • I - 1 r I =k 3 ■€! .y: :, ,- .' ,, i =_;> j3 ! is li 1f i BID-6 e:\2007\07091 I 16th&126th st roundabouts\project manual\front end documents\116th and 126th front end specs good format.doc '_ it I 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 jthis 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: IVOriC • • I I I I I I I I BID-7 e:\2007\07091 1 16th&126th st roundabouts\project manual\front end documents\116th and 126th front end specs good format.doc Form Prescribed by State Board of Accounts 900549-5153940 General Form No.99 P(Rev. 1 987) li CITY OF'CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS y. 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 $ 79.70 lines at.492 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 $ 79.70 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. 1 - DATE: 03/21/2008 �L(�/J - // 4=7---... Clerk __ Title 900549-5153940 PUBLISHER'S AFFIDAVIT PUBLIC NOTICES PUBLIC NOTICES State of Indiana SS: Hamilton County NOTICE TO BIDDERS City of Carmel Indiana Notice for hereby Cityiof Car�melhHamilton Countty,I Works'and i Personally appeared before me,a notary public in and for said county and state, receive sealed bids for the above described"116th and Clay I Center Rd.,116th and Ditch Rd.and 126th and Towne Rd. Roundabouts.-Site and Landscape Improvements Project" at the office of the Clerk Treasurer One Civic Square,Car- I mei,Indiana(City Hall)until 1o:00 a.m.local time on or the undersigned Karen Mullins who,being duly sworn,says that SHE is clerk before April 2,2008 and commencing as soon as practicable thereafter during the Board of Public Works Meeting on the -'i in heeaeouncil Chambers ofpCitycHall PNoelate and wall aloud of the Noblesville Ledger a newspaper of general circulation All bids and proposals shall be properly and completely exe- cuted on the proposal forms provided with the plans and specifications,which will include the non-collusion affidavit ass required e nby the Sta a of Indiana.The bid envelope most printed and published in the English language in the city of NOBLESVILLE in state be"BID-116th Street and 126th Street Roundabout Land- scapes" A bid bond or certified check in an amount not less than ten and county aforesaid,and that the printed matter attached hereto is a true co percent(10%)of the amount bid must be performance with Y P copy, 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 which was duly published in said paper for 2 time(s),between the dates of: shall be prepared to enter promptly into a construction contract,furnish a performance bond,and begin work with- out delay in the event the award is made to him. The Project consists of,but is not necessarily limited to,the 1 03/14/2008 and 03/21/2008 following: , - - Project Description - Roundabout island hardscape and softscape installation in —.- three roundabouts, 116th Street and Clay Center Road, 116th Street and Ditch Road and 126th Street and Towne Road.Project(s)includes installation of stone site walls, i concrete curbs,decorative concrete pavement,irrigation i ! � Clerk 'system, electrical control box, site lighting, decorative-i ggravel mulch and plant material.' ' Contract Documents for the Project have been assembled I Title into one bound project manual which together with draw- - _ ings,may be examined at the following locations: _ City of Carmel - — - ___ _ Department of Engineering-1st Floor - _ Subscribed and sworn to before me on 03/21/2008 - - — - - --- -_- -- - One Civic Square' - , Carmel,IN 46032 'i W W W.RATIOPLANROOM.COM Copies of such drawings and project manuals must be .�1 • //�/ • obtained IN 46 Eastern Engineering own at 9901$50 0 Allisonville for each set. �L/� •Fishers,Is 463ud,upon the drawings.s.Paof yment m0 for ust set. These sets include-Tull-size Make m s.Payment must be by check.NO CASH ACCEPTED.Make checks payable to:RATIO A -Architects.All payments and costs of Contract Documents if are non-refundable. Notary Public Bidders shall assure that they have obtained complete sets of drawings and Contract Documents and shall assume the I risk of any errors or omissions in bids prepared in reliance I on incomplete sets of drawings and Contract Documents.- This Project will befunded by the City of Carmel. Form 65-R Wage rates for the Project shalt not be less than the current My commission expires: -prescribed scale of wages as determined by the Common Y P DENISE HAMBRITE Construction Wage Committee in accordance with I.C.5-16- 7 and included in the Project Manual. NOTARY PUBLIC • A pre-bid conference for discussions of the Project,the bid- ding requirements and other important-matters will be held on Wednesday,March 26 2006 at 10 a.m.in the Caucus Room on the 2nd Floor of City Hall(One Civic Square).All -I STATE OF INDIANA prospective The p pre-bid conference nfe invited toattend the pre-bid confer- MY COMMISSION EXPIRES February 28,2016 For spe i acco accommodations needed ed mandatory. .von special ningmmodend th _pre-bid by handicapped fe a indi- viduals vid peening meeting,to,plea thell1or nn notify the of public me En in a r''s meeting,pl17)5 571-2441 cable the oity of Carmel Engineer's Office at(317)571-2441 aY least forty-eight(481 ' hours prior thereto. No bidder may withdraw any bid or proposal within a period of thirty(30)days following the date set for receiving bids or proposals.The Carmel Board of Public Works and Safety,. - reserves the right to hold any or all bids or proposals for a period of not more than thirty(30)days and said bids or proposal shall remain in full force and effect-•during said period.The City of Carmel reserves the right to reject and/or cancel any and all bids,solicitations and/or offers in whole or in part as specified in the solicitations when it is not in the best interests of the governmental body as deter- mined by the purchasing agency in accordance with IC 5-22- 18-2. Diana L Cordray ; Clerk-Treasurer • _.(NL-03/14,21-5153940) -