HomeMy WebLinkAboutBid Information and Packets Notice to Bidders
CITY OF CARMEL, INDIANA
The City of Carmel, Board of Public Works and Safety, will receive sealed bids for "Design and
Installation of an Automatic Irrigation System for Brookshire Golf Course", at the office of the
Clerk Treasurer in City Hall, One Civic Square, Carmel, Indiana 46032, until 10:00am, local
time, on November 18, 2009. The Bids will be publicly opened and read by the Board of Public
Works and Safety at 10:00am on November 18, 2009, in Council Chambers at City Hall. The Bid
should be clearly marked "BID ENCLOSED Automatic Irrigation System - Brookshire" on the
outside of the envelope, and as otherwise set forth in the Bid Documents. No late bids will be
accepted.
Scope of Work
The design and installation of an automatic irrigation system. All work shall be performed in a
thorough, first class and workmanlike manner to provide a finished job in a timely manner within
the strict intent of the contract. The design shall be based on the design requirements as
contained in these specifications. Proposed products shall be designed for and constructed of
materials that are suited for golf course irrigation applications. Automatic controls shall be a
decoder based control system. Since a majority of the course is located in a flood plain and in a
residential area, no field satellites will be allowed as a component of the system.
Copies of the Bid Specifications may be examined at Brookshire Golf Course, 12120 Brookshire
Parkway, Carmel, Indiana 46032. Or by contacting Bob Higgins at office 317 249-4719 or mobile
317 501-2146.
Bids must be submitted on the forms found in the Bid package. It must contain the names of
every person or company interested therein, and shall be accompanied by a Bid Bond in the
amount of 10% of the amount bid with satisfactory corporate surety or by a certified check on a •
solvent bank in the amount of 10% of the Bid, subject to Revised Form 96 conditions provided in
the Instructions to Bidders. The successful bidder will be required to furnish satisfactory
Performance and Payment Bonds in the amount of 100% of the Bid.
Any Bid may be withdrawn prior to the scheduled closing time for receipt of Bids, but no bidder
shall withdraw his Bid within 60 days after the actual opening thereof.
The Board reserves the right to reject and/or cancel any and all Bids, solicitations and/or offers in
whole or in part as specified in the solicitation when it is not in the best interests of the
governmental body as determined by the purchasing agency in accordance with IC 5-22-18-2.
The Board also reserves the right to waive irregularities in any Bid, and to accept any Bid which is
deemed most favorable to the Board.
Diana Cordray
Clerk Treasurer
Prescribed by Stale Board or ACCOUNTS 80202-5540680 General Form No.99P(Rev.20094)
CITY OF CARMEL-STAR LEGAL.S To: INDIANAPOLIS NEWSPAPERS
307 N PENNSYLVANIA ST - PO BOX 145
COUN']'Y, 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
Bidders
OTT OhtA1MELINDIANA IOFCHARGES
The City of Carmel,Boar o[PubIich rks nd Balpiy will re-,
curve sealed for'Design and nst Iyyytlun Cl Mn Au b-1
ac Rogation system or roopshir oa LLo Ise' at tba—O colunttts wide equals 112.0 equivalent lines a.649
rice tie en asur r Inp g a(AK q
M
Mini ta until 10: n lola tI Len Square,. line S 72.69
Der 8i s wI q idly en and read by
�dz� p�yl��cwgrsanpaoe3ya(/o gN ve large for notices containing rule and figure work(50 per cent
er l �oonnpl am e¢r at otya �Ie�Id s$ou di 8 b ( p
e[city meted"BIP ENCL�515o aiomat[lrnpalyon s.aI oust)
tem;nrooN hire'on theq ido of the envelope and as h-' ) •
aaceptea� orznrnlneajorament.rvoln�ee,�waifbEe xt raproofsofpublication($1.00foreachproofinexcessohtwo) 00
Rope anvprk AMOUNT OF CLAIM S 72.69
The design and installation of do automatic irrigation syvstem
All wok shall be pertained Ina or,oIIgh,,Urn!class apd
wv�anlikp manner to(wade rnished lob a Imeri
sham r dhin a ictlplern a�the contrart The deswgn
all be!wasps pn tier design t products nsi de contained 19 PUTING COST
mesa&constructed Pfttpole¢produc mall be dhSigrpdp
tor and,cpastructpp of inatenais Mal are laded rot gglt°le column 5_8 emS Size of type
course t tiesehon apps taste[.Aptnmahc govt oly tall be e
gecoder basedc�pntrplaysaem sincee masonry On taeofield rtlons 2.0
Is locate will yused plain and Ind residal meareae no IIPId'
satellites will no a lowed as a component of me system.
Copesol the Did 5n I1'c floe a be examined
pp e,12/2uuNroB tql Irpramt�r�orlt
M9 ormapire fy81-Z' 0 Item atdmare3x1]24
Bldn must be submitted oll the forms tmaa in the.Bid pack-,he provisions and penalties of IC 5-11-10-1, I hereby certify that the foregoing account is
age.It most contain the Fes of ve PeregnOn compan nat the amount claimed is legally due,after[]lowing all just credits,and that no part of the same
im crested[ reI n spoil he arcompand Ly a&G bona
In the amount 0l trio of inyamount, I with satlslact cor-
porate se or a moron check n a solvent b ins e
amount of x0900 the Be,suited toepvledfrm96canI-
hen provided reLlrl[ed 10 f is�Ito Bld�aerspry"thpeys�[cea I,
and 6mentBendsm the amounto5�OSotlhel'r8 that the printed matter attached hereto is a true copy, el'the same column width and type size,
ny eid may,be withdrawn prim 1o'1 a-uh. and Inc'
na,icrBrecc¢eiptts Bp,hut noaroe lershalltwithurawnis ublished in said paper 2 times. The dates of publication being between the dates of:
The BBg rspicitatons the oil reject iand/or le or in anelaas
specified m Ilse solicitation when it is me m the best IITer-1010 1/2009
eats of the governmental bag a55 tleppterml p�MN pnechas-o
mg agency in accordance with IC y-1,2-ftl-?The Bard also
reserves a fight to waive Taegu an antes n f3 d,and to
accept any Bid which is nested nose lasorabPe to the Board. statement checked below is true and correct:
Biala Cordray
Clerk Treasurer
IS 91e9/09,10n1os-s5406a0l saes not have a Web site.
✓ Newspaper has a Web site and this public notice was posted on the same day as it was published in
the newspaper
Newspaper has a Web site,but due to a technical problem or error, public notice was posted on
Newspaper has a Web site but refuses to post the public notice.
•
C
DATE: 10!0112• 09 Title: Clerk
Form Hr W IPCKm1X00
BID OF
Professional Pump
counlracIcd
27962 East Broadway
‘Addrnss)
Moline, OH 43465
FOR
PUBLIC WORKS PROJECTS
OF
Automated Pre—fabricated
Pump System — Brookshire
Filed 10/05/2009
Action taken
Bettie.....Sr;wt.:.wnc iNNJI1 rr,,l
CONTRACTORS BID FOR PUBLIC WORKS
PART I
(To be completed for all bids)
(Please type or print)
Date: 10/05/2009
1. Governmental Unit (Owner): City of Carmel Indiana
2. County: Hamilton
3. Bidder (Firm): Professional Pump & Irrigation
Address: 27962 East Broadway
City/State: Moline, OH 43465
4. Telephone Number: (800) 426-0370
5. Agent of Bidder (if applicable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the
public works project of Automated pre-fabricated pump system - Brookshire
(Governmental Unit) in accordance with plans and specifications prepared by Brookshire Golf Course
Bob Higgins and dated 10/05/2009 for the sum of
One hundred twenty six thousand six hundred fourty seven $ 126,647.00
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. It 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 centlact, 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 sleet 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 H
(Complete sections 1,11,111, and IV for all state and local public works projects as required
by statutes it project is one hundred thousand dollars ($100.000) or more. (IC 36-1-12-4)
Governmental Unit: City of Carmel Indiana
Bidder (Firm) - Professional Pump & Irrigation
Date: _ 10/05/2009
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 dale
of the current bid?
Contract Amount Class of Work When Name and Address of Owner
Completed
$143,043.00 pump station 08/01/09 *please see attached sheet
$17,9$7.00 pump station 04/01/09
$69,558.52 pump station 04/29/09
2. What public works projects are now in process of construction by your organization?
When to be
Contract Amount Class of Work Completed Name and Address of Owner
$28,503.00 pump work _ 12/01/09 *please see attached sheet
$13,659.00 _ pump work 12/01/09
$25, 991 .00 pump work 03/01/10
Completed Projects:
$143,043.00 City of Cuyahoga Falls Ohio & Recreation
2310 2nd Street
Cuyahoga Falls, OH
44221
$17,987.00 Grantwood Golf Course
38555 Aurora Road
Solon, OH
44139
$69,558.52 Centennial Park Golf Course
1005 Ridge Road
Munster, IN
46321
In Process Projects:
$28,503.00 Michigan City Municipal Golf Course
4000 Michigan Avenue
Michigan City, IN
46360
$13,659.00 Village of Oak Harbor
146 North Church
Oak Harbor, OH
43449
$25,991. 00 Cassel Hills Golf Course Attention: Marty Sturm
125 Club House Way
Vandalia, OH
45377
3. Have you ever tailed to complete any work awarded to your? No If so, where and why?
4. List references from private firms for which you have performed work.
Fort Wayne Country Club, 5521 Covington Road, Fort Wayne, IN, 46804.
Attn: Brian Chalifoux #260-432-5830. Pump station $123,001 .00 Asherwood
Country Club, 10100 Ditch Road, Carmel, IN, 46032. Pump station $123,005.00
Brickyard Crossing Indianapolis Speedway LLC, P.O. Box 24577, Indianapolis,
IN, 46224. Attn: Jeff Stuart. Pump station $96,885.00
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.)
± Order pump station from Flowtronex - shipping approximate time 6 weeks delivery.
Unload pump station, remove roof from pumphouse, install new station and electrical
panel in maintenance building. Connect new pump station to irrigation system.
Reconstruct roof with hatches, install electric. Start up system in spring.
2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment
to be used by the subcontractor, and whether you 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.
Twin City Electric
3416 Brady Lane
PO Box 4513
Layfayette, IN
479503
Attn: Graham Benson
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.
Trencher - Twin City Electric
Truck Crane - Professional Pump & Irrigation
Welding Machine - Professional Pump & Irrigation
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.
Have written quotes on all material for project.
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company: PEERLESS-MIDWEST, INC.
17707 Sun Park Drive
Westfield, IN 46074
Project Name: Automated Pre-Fabricated Pump Station System for Brookshire Golf Course
Date Submitted: October 7, 2009
Base Bid Amount: $156,400.00
Alternate 1 Bid New Steel Door on Pump House
Amount: $1,823.00
Alternate 2 Bid Exhaust Fan and Intake Louver
Amount: 52,200.00
Alternate 3 Bid
Amount:
Alternate 4 Bid
I
Amount:
Alternate 5 Bid
Amount:
Alternate 6 Bid
Revised 10116/2008
r
•
Amount:
Revised 10116/2008
State Form 52414
Prescribed by State Board of Accounts Form No.96(Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
PART I
(To be completed for all bids. Please type or print)
Date: October 01, 2009
1. Governmental Unit (Owner): City of Carmel, IN
2. County : Hamilton
3. Bidder(Firm): Peerless-Midwest, Inc.
Address: 55860 Russell Industrial Pwy.
City/State: Mishawaka, IN 46545
4. Telephone Number: (574) 254-9050
5. Agent of Bidder(if applicable): Timothy Hill
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of Automated Pre-Fabricated Pump Station System for Brookshire Golf Course
(Governmental Unit) in accordance with plans and specifications prepared by The City of Carmel, IN
and dated for the sum of
One hundred fifty-six thousand, four hundred and 00/100 dollars $ 156,400.00
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit
basis, the itemization of the units shall be shown on a separate attachment.
The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States (I.C. 5-16-8-2). I hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I
understand that violations hereunder may result in forfeiture of contractual payments.
ACCEPTANCE
The above bid is accepted this day of , subject to the
following conditions:
Contracting Authority Members:
PART II
(For projects of $100,000 or more — IC 36-1-12-4)
Governmental Unit: City of Carmel, IN
Bidder(Firm) Peerless-Midwest, Inch
Date October 01, 2009
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?
Completion
Contract Amount Class of Work Date Name and Address of Owner
$300,000.00 Water Treatment 12/07 City of Fowler, MI
$83,000.00 Hydrogeology 02/08 Greensburg, IN
$188,000.00 Fire Protection 02/08 New Prairie United School
2. What public works projects are now in process of construction by your organization?
Expected
Contract Amount Class of Work Completion Name and Address of Owner
Date
$3,412,267.00 Water Treatment Proj. 06/2010 Aqua Indiana, Fort Wayne, IN
$77,000.00 Water Sply &Treat. 12/09 Shipshewana, IN
$115,532.00 Replacement Well 10/09 City of South Bend, IN
$103,370.00 Plant Improvements 05/2010 City of Elwood, IN
3. Have you ever failed to complete any work awarded to you? No If so, where and why?
4. List references from private firms for which you have performed work.
Johnson Controls - Goshen, IN
AM General - Mishawaka, IN
Graphic Packaging International - Kalamazoo,HI
Minute Maid - Paw Paw, MI I
Newell Rubbermaid - Sturgis, MI
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE See Attached Sheet
1 Lxplain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc and any other information which you
believe would enable the governmental unit to consider your bid.)
2. Please list the names and addresses of all subcontractors (i.e persons or firms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether,you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. UntiE the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
5. Have you entered into contracts or received offers for alllmaterials which substantiate the prices used in
preparing your proposal? It not, please explain the rationale used which would corroborate the prices
listed.
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the bidder's capability for completing the project if awarded.
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company: Commercial Irrigation & Turf, Inc.
109 Commercial Drive
E. Peoria, IL 61611 -7002
Project Name: Brookshire Golf Course-Pump Station
Date Submitted: October 7, 2009
Base Bid
Amount: $150,753 .00
Alternate 1 Bid
Amount:
Alternate 2 Bid
Amount:
Alternate 3 Bid
Amount:
Alternate 4 Bid
Amount:
Alternate 5 Bid
Amount:
Alternate 6 Bid
Amount:
Revised 9/21/2009
NON - COLLUSION AFFIDAVIT
The undersigned bidder or agent. being duly sworn on oath, says that he has not nor has arty other member,
representative, or agent of the firm, company, corporation or partnership represented by him, entered into arty
combination, collusion or agreement with any person relative to the price 10 be bid by anyone at such letting nor
to prevent any person from bidding nor to induce anyone to refrain twin bidding, and that this bid is made without
reference to any other bid and without any agreement, understanding or combination with any other person in
reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly,
any rebate, fee, gilt, commission issio.n or thing of value on account of such sale.
OATH AND AFFIRMATION
I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best
of my knowledge and belief_
Dated al ._ _ this this 6th day of October .2009 ,
Commercial Irri•ation & Turf Inc.
(
By -ten 40011#1116_-Dan Aeschliman-President
(Title of Person Signing)
ACKNOWLEDGEMENT
STATE OF Illinois •
Tazewell. ) SS
COUNTY OF )
Dan Aeschliman
_being duly sworn, deposes and says that he is
President of the above Commercial Irrigation & Turfdnd Fthe
(Title) (Name of Organization)
statements contained in the foregoing bid, certification and affidavit are true and correct.
Subscribed and sworn to before me this 6th day of October 2009
_�I_ I - /!./2/
Nato;'Public
My Comission Expires: 10-15-2012 OFFKAAEsEN.
y _Tazewell MARY EDGINGTON
County of Residence: NOTARYPUBUC-STATE OF ILLINOIS
MY COMMISSION EXPIRES 1652012
Vora mm I.,uu r.4010!.:r...,,s
CONTRACTORS BID FOR PUBLIC WORKS
PART I
(To be completed for all bids)
(Please type or print)
Date October 6, 2009
1. Governmental Unit (Owner): City Of Carmel
2. County: Tazewell
3. Bidder (Firm): Commercial Irrigation & Turf, Inc.
Address: 109 Commercial Drive
City/State: East Peoria, IL
4. Telephone Number: 309-698-3011
5. Agent of Bidder (if applicable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the
works project of automated pre—fabricated pump station system for Brookshire
(Governmental Unit) in accordance with plans and specifications prepared by Commercial Irrigation
& Turf, :1 Inc. H �7andd addatt�ed 111550nn-677-09 for the sum of
One Hundred Fifty Thousand eSVBollarSr6`No CARtSS1 00
The undersigned further agrees to furnish 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 hid is accepted this ... _ day of , subject to the
following conditions:
Contracting Authority Members:
PART II
(Complete sections 1,11,111, arid 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:
Bidder (Firm)
Dale:
These statements to be submitted under oath by each bidder with and as a pan 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 ho 1
$815, 650 . 00 Irrigation 9-10-09 � ?f Cuyahoga Hall OH
44221
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
None
3. Have you ever tailed to complete any work awarded to your? No If so, where and why?
4. List references from private firms for which you have performed work.
See attached list.
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.)
Install New Automated Pump Station
Start Date: As soon as possible
Completion: Two weeks from start date
# Of workers: Four
2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment
to be used by the subcontractor, and whether you 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.
La Fever Electric, Inc. 131 N Range Rd Carmel, IN 46032
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.
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.
Material will be purchased from Automatic Irrigation