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
.,20/D 2.44/OSc4,4* Company Amount Alternative Alternative ?Ric 6-/EsA) /D5 i I Pieo gy 38 wee i3 2€Vo gi2srakASS / Lf3 (OL20 v Ni r/C /4#D5CAPE S I 0/7 7 1- Fri b scAP QaNGk:fir3 4• 1-50 04)6-x54° ) al 7 t\--6-D st krJ■ces 15��,515 e Prescribed by Slate Board of Accounts 80202-5600046 General Form No.991'(Rev.2009A) CITY OF CARMEL STAR LEGALS To: INDIANAPOLIS 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 I-lead- Number of lines Body- Number of lines Tail- Number of lines Total number of lines in notice NDr1CLFTa B1D�RS • 1 OF CHARGES City of armel, tuna Notice s heepy given hat the Board at Public Works and 2.0 columns wide equals 118.0 equivalent lines at .667 Safety for the�j tFarmel, am ton Wun pdia ,wi rece a ea!ed hi sgor Inc 2u1p LandscaDi ��ArMg tr line $ 78.71 m!oar bkusmess raL t Yupt naot atr n 1 Wednesday ntebriaadr➢5 at/u�Q2 to at thee wB thepdel itarge for notices containing rule and figure work(50 per cent agn0.0t NIPF4tricd1l5�Mptr1 ana ,01:¢4y rpuo g n`the gill" e amount) . laf el c Ndl,une UvK square,Carmel,IN.No at Oi s . xtra proofs of publication ($1.00 for each proof in excess of two) .00 vnll�e a¢epte�. p p p ) All bids and proposals proposals shall be roperly and completely ear, AMOUNT OF CLAJM $ 78.71 ml on the DrappsaI orms provyided wit the plea anti vi remarlny a90 s of irdluue�e noecnve5me ant be I real u U the Sbt of Ingtee. e b l emeloDe mube se outs de of vethe following war sony written in ink on 1PUTTNG COST Bid:2010•Landscaping The project can ist5 of,but is necessarily limited to,the ale column 55_8 ems Size of type 7 week) care andmamtenanc e for landscaped areas ofrounor IsertIons .7.0 about and nmmee�cans,be op e pn fhe G e15 pa ni,34 atri Slree Milgtfmld,INWMtreet De- A pre-bid conference to discuss the PrVVV c the biddin re- hudonlueappdt1/4"9310°arefnP�Versg�fhe h(e�qdqo(n Tuesday, at td ma rmel 11 provisions and penalties of IC 5-11-10-1, I hereby certify that the foregoing account is rWld.peRrtmena er uruged tostnd teI p pre-bid mnerenceineprtetrm coonteerMOenies not maanatoryyy. the amount claimed is legally due, after allowing all just credits,and that no part of the same �dp110319Q�d"` P be to Irte I addd carper a onnenmaBi 7Th aatm2 gwrdofdPU$aC d rks and baafenmQQbn$pnthe IlooroLfarmelC�tyHot$necmd that the printed matter attached hereto is a true copy,of the same column width and type size, SOuare,Cdfm I,IN.Al persOpy interested in idN std.I real t ra1cco tract name a d address wittheS tueParl 'Wished in said paper 2 times. The dates of publication being between the dates of: meal available tor review wb all interested parties. answers •oare bidder withdraw a bid or proposal withiP a p rind rt arty(,�pm�a�ay5�otlowingrrytne t per tar recereipgbids or!/04/2010 proposals.TM Carnjel.BOard of tltc Works and Safety re- serves5 tpe right to nmo a ids andur posalls for a rod at not moo than this�v, Ii days,Sue bf an repo- pets ore in in fullpIorceaide dmmgsm timepenod,tatement checked below is true and correct: �an at bids,solicitations soliatations ann orr to reject inn Wlfouleoor cancel any cmanrte sp ied.i lherSiedc Oan pr,bids het,mtnGM cs not have a Web •site. 4ole da[rebon, 1 bet eves that it is m the est interests p� theta to ddoo so a Wed y the pu mg agency in apc�coraan[e wnn5�5- -{��. s a Web site and this public notice was posted on the same day as it was published in Mans L Cardray UK-Treasurer paper (5-1/28/10,2/4/10-5600046) - c..opupel ores 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. DATE: 02/0412010 Title: Clerk 2010 LANDSCAPING TOTAL TOTAL BID AMOUNT /Di 61a61 ©S-9 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 LANDSCAPING BIDDER SHALT_ RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECI..ARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otheriri.se specifically provided, all Parts shall be firlh and accurately filled in and completed and notarized. Project: Street Department 2010 LANDSCAPING Proposal For: 2010 LANDSCAPING City of Carmel Date: (>117-/0 To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) I.l Bidder Name: � C 44 __,— n• 1.2 Bidder Address: Street Address: 3355 S. 4 r Lt✓1d %JAI ki t City: f ilottal— State: SA) Zip: L �d3 Phone #: (3116 711-9r9 (, Fax #: (7■5I ?t 9 - 91S75 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 orjoint 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 42, dated January 23, I958.] l Corporation Name: 2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL. 2. 1 Project 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 times) provided by the terms and conditions of the Contract Documents for the above de:-ripe pn..'ccl. nclr flog an,' and all ad etda thereto, for the I tal s m o •al AY L it Wit. / ✓ - . .' l Dollars (S 93,4_.. vY ). The Bidder acknowledges that evaluation of the lowest Bid shall he based on such price. The Bidder further understands that all work which may result on die Contract shall he compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. } PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be hound by the terms and provisions of all Contract Documents as defined Ti i the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE / /NUMBER dod ■ 1 PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: 2010 LANDSCAPING TOTAL TOTAL BID AMOUNT 2/7, oo0 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. • PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFELY PROJECT: Street Department 2010 LANDSCAPING BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL. PACKAGE WITH BID LF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE, CONTACT DAVE HUFFMAN AT 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall he utilized by all Bidders. Except as otherwise specifically provided. all Parts shall he fully and accurately filled in and completed hand notarized. Project: Street Department 2010 LANDSCAPING Proposal For: 2010 LANDSCAPING City of Cannel Date: z,70/to To: City of Carmel, Indiana, Board of Public Works and Safety PART I BIDDER INFORMATION (Please Type ur Print) • 1 .1 Bidder Name: 1 c 1.2 Bidder Address: Street Address: r,o o f'. City: lr".wi« State: Zip: barn,z Phone 4: no tr-,s - rroo Fax #: (3' Yes- o ;';9 1.3 Bidder is a/an /mark one!: Individual Partnership ✓ Indiana Corporation; • Foreign (Out of State) Corporation; State: Joint Venture Other: 1 .4 IT/left-throwing 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 es required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated.Iamtnan'23, 1958.J 1 Corporation Name: 2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2.1 Project 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 project, including any and all addenda thereto, for the total sum of F G �GJO �..+avlA l�vn.+7'gP/ f'run ek+•+.7 _ Dollars (S t'7, oco ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall he compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER /J. A . PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 ofthis Part. 4.2 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. 4.3 Exceptions: (e ) 73- TREE r 5i rc“•5 _This Cc 7-- Co-..-cac- xc, rvC<<.DCI, 3-7•j II..Sur rs rP.CSCC-. ' TtQ t.7 se- Ay 'nut �.ou " 7n s� ■+A So...04 Sf i t � Ttt 153 3 i/wt. Ils 4 N Tt d .s 0 1• _ C 1 r .,�,, -- `k S 2010 LANDSCAPING TOTAL TOTAL BID AMOUNT ' 32.051 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. • PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 LANDSCAPING BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (I) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Pans shall be fully and accurately filled in and completed and notarized. Project: Street Department 2010 LANDSCAPING Proposal For: 2010 LANDSCAPING City of Cannel Date: oC,/i779O(D To: City of Carmel, Indiana, Board of Public Works and Safety PART I BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: SOA00-ec jS ft \-h1exS LanAsccwi n9 Inc, 1.2 Bidder Address: Street 21317 n/Address: East I I it St rat City: ea:cm& State: L N Zip: LI tab 73 Phone #: (3n) gy ?- I O!) Fax #: (;n) ski 3-Q tom. 1.3 Bidder is atan /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 Secretaty of the State of hrdiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 19584 .1 Corporation Name: 2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2. 1 Project 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 terns and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total sum of Ci� o n A- oar riYl '.e ik `�xcr. l (inn" "1-1\7 \\11 snA re A P,e nm l-Q r 1 I CS (a CS��W Cec c Dollars (Saar, o ,( tj". C*ter.). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER 17010 2/1 2720/ PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. • 4.3 Exceptions: I 1 2010 LANDSCAPING TOTAL 1 TOTAL BID AMOUNT 5 34,638.00 1 1 1 1 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. 1 1 1 1 1 1 1. 1 1 1 INW PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA ' BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY ' PROJECT: Street Department 1 2010 LANDSCAPING 1 BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733-2001 1 1 1 1• 1 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: Street Department 2010 LANDSCAPING • Proposal For: 2010 LANDSCAPING City of Camel • Date: To: City of Carmel, Indiana, Board of Public Works and Safety a 0 r. r IPART 2 • BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to famish 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 describph.project, includin /aty an all ad len/da thereto, foor the ttoottall sum of h arq /Cllr& Titer not 5-f1� altl4 d Thcny Jej(/if Oe air/4 Dollars ($ . 4.et55 '.o0 ). The Bidder acknowledges that evaluation of ' the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis 1 and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. IP I 1 I I 1 I 1 1 • PART 3 • CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract 1 Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: 1 ADDENDUM DATE NUMBER 1 1 1. 1 1 1 i 1 1 tak 1 1 Ia PART 4 EXCEPTIONS Instructions To Bidders: 1 4.1 The Bidder shall Cully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 1 4.2 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. 1 4.3 Exceptions: 1 1 1� 1 1 1 1 1 1 li 1 2010. LANDSCAPING TOTAL TOTAL BID AMOUNT /3 l 210, dp THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. PROPOSAL PACKAGE FOR CITY OF CARMEL. INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 LANDSCAPING BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (I) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall he utilized by all Bidders. Except as otherwise specifically provided. all Parts shall be fully and accurately filled in and completed and notarized. Project: Street Department 2010 LANDSCAPING Proposal For: 2010 LANDSCAPING City of Carmel Date: 'Z. — i i — 20I0 To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: ec Ldu ',GO o p� C µ7LpGTD�si . 12 Bidder Address: Street Address: 3741 Id. V-,n,e1( Ave: Ciry: IF-i 94.6 State: )I-( Zip: 46226 Phone #: ( )j17 541 52,c ax #: ( ) 317 642 52oQ 1.3 Bidder is a/an [mark oneJ: Individual Partnership x Indiana Corporation; Foreign (Out of State) Corporation; State: • Joint Venture Other: 1.4 [The following must he 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 2_, 1958.1 ! _ .1 Corporation Name: C G ��6n� 1pxos.VC_t-0�-rg.&cTO�, ft--t^G-. Address: 3i4 O. (L-� �C` Asia 100 i--td roLtS Li 46'21() .3 Date registered with State of Indiana: J JL-( 21 .4 Indiana Registered Agent: L �� 2t``. fJe .e _e_ Name: LA-Q-� ___ Address: to _ C . )16 c� ckst-1E[?4 't•-1 4 606° Addendum #2 PART 2 BID PROPOSAL 2.1 Project Bid. The hid price shall be calculated on 28 mowings, plus all chemicals and fertilizer treatment required by the Project, plus 1,300 cubic yards of shredded hardwood mulch to put around trees in the Project area, plus 3 spraying treatments to control bagworm insects on affected trees and shrubs, as well as all materials, laborers and all other personnel and items needed to complete the Project in a timely and acceptable manner. Please include a per acre price for all mowing. 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 project; including any and all addenda thereto, for the total sum of &NE.A.Wr e A �caT/ . .t/EAU T g. t _ Dollars (S 1.37,2.4/0,a) Thrill° Bidder acknowledges that evaluation of the lowest Bid shall he based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Aseement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER j i 2oto Nb f„ 1� 1�rr�pe,L bt t � Z 1 , 2o�z� el- 2 +d 2oLQ W J, aG �� o �_�2 , 7 010 y 2otio lJ £I t r • . - . ___E t3 t. f``L 201 o • • PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: Nome, . 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: ` ftndscc Lo;ncL1c*6 kla►�c��E�,�► k Project Name: X010 L.ftftISe Lpth C\ Date Submitted: Vebl•wn3 j- ► a.0 Base Bid Amount: `0 1_91 1460 ,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 2/16/2010 a 2010 LANDSCAPING TOTAL TOTAL BID AMOUNT S `el I t.--k DL co L THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. i PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 LANDSCAPING BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1)COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733-2001 4 Ni 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 filled in and completed and notarized. Project: Street Department 2010 LANDSCAPING Proposal For: 2010 LANDSCAPING City of Carmel Date:_—\\_() ,� To: City of Carmel, Indiana, Board of Public Works and Safety roar.No OO lrbmod:VLI BID OF \ etnc{Ecap. ct,ct@i.pt5 Man ari t LkcThs (Conlracloq R vl 11e, Rick Addross) ndICna(p ( IS Iii k1U'a a, FOR PUBLIC WORKS PROJECTS OF Do l O k_a_neliectpi ►i3 Filed Action taken • •nerpp b Et..bra"N K:w • Bo c.Form••S,Wnw,•••c,t iv,pt: Fpm No 96••3/444441.‘00% CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) 1:11-\-1 ] Date: a,- ls2 " G t. Governmental Unit (Owner): \ (tf1lL I 2. County: ?"I n"I I 3. Bidder (Firm): Hsi-IT/Tr, ('reepts Manogen'un± Address: 40n2 1 o k1VII le, React City/State: I nrl(anO l t.S4 Ir�IC 4taaa 4. Telephone Number: 31 I — t' 3S3 5. Agent of Bidder Of applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of 301 D LLlnci bon_ I n 9 - (t,l_''Y a-f- Oat n .L1 ir(Goy,ernmentall Unit) in accordance with plans and specifications prepared by LI� O l '(trI n...11 1 Pain- I ot-t) ;9t • and dated � -c9 - 10 for the sum of l NE 14 MIZE t .D l I IT inCI $ IL -1IOW t DC). F-0� f-t t e I The undersigned Ammer agrees-to furnish n or ce 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 contact, 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. 1 NON - COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath,says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from 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, gift, commission 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 at _ J .O tD r^✓1 this �� U + ` day of rot-DY l(L i' , U t�, -arch on \Ya (One SJ I anekCleou rid (Nam Organization) By i t iL,\ Preetcheit- (Title of Person Signing) I I ACKNOWLEDGEMENT STATE OF 1 1∎IC,tS Lar ) SS: COUNTY OF v .a I,_ ) H• 1 k-triblim being duly sworn, deposes and says that he is • PIPSVAPnt of the above lika -1501.tt( CIOCCP 4� (nrag t Eni o.joit (Title) (Nam of Organization) statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this DLO day o�r�t/���„ ,� �• Molary Public f7'/�,�/,) moo aaaao4ic oa�oon...aae<.o-,..m My Comission Expires:- !-� : oK�irrvi"� SAW'i ttr, z IISA�3iA u,,It C{K�'I•�/q 4 C t16t.,q V1J fV�l!iti4 pl)nLl��.` n, ri[,Igt_ County of Residence: r o SEAT 4. I MY CtfrOMISS:dj xcP1Riw; 4AUGC6vvJri o•GV1WY4'v i,,00lit JT 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 sand dollars ($100.000) or more. (IC 36-1-12-4) Governmental Unit: \ .V \J L Jl Ch Bidder (Firm) - as Is - -. ' ) 1. 1A / na jf 11Ilk-C. t Date: —I - 10 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? NONE: 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? None Contract Amount Class of Work When to be Name and Address of Owner Completed _ � f L c ` ' 3. Have you ever failed to complete any work awarded to your? N0 If so, where and why? 4. List references from private firms for which you have performed work. Jofdifnr • 5 - _1 c - L- -` - _ 31`7 - Li ind tannm Ii s (J i - t 1 art rl Itoi'eatIfly r .Ery pirl(1 n moil-Li y it_uicrc u P rift-i rrn i . 7 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.) rn t l eats ;4 icce_b Ofr-t 1 5 contract kanc9%apr Cc C/ rio_vo e � u 1 I f rn �dra-t � I lerLer ± our M[ Qrc plow,cu l S i 1,� tPrvLxri± flcteria LS andQ�i r QMI a Su ran o_o_ pr 'c S -I n1-et -j ._ re vfrentint3 `d--& rS RP will le (ti gnrnirzinS-fK fli_e_ I;e-I Ire Crfy of CQ. fl(L a d Ufl tt -h r S.ucerv1 st nS -H htitLnunta- rf(In O �Y ED0i - . 2. If you intend to sublet any portion of the work, state the name and ad ress 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. LC ndSen c Ccnek.PL5 146, )Ct4r/C-a-nit Will not IXe Sable-F-1:1(15 any cat-1mg a -1-►ui 43 1 E omorthck . 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. • 010-0e LQoe ICLUZ cu-tach-ed F t1 pim.fttt Li S-L 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. tzunct eaRt Ctn_CL 15 f'l&u, n-v xetit htu0 U ntuL.itct Ott) Cter enutf' 1 Lori-31 qUal f VencIOr5 -For nu-tell J a.ICn 19_` ' -rue 1 ,Cburvticaf 1 , Oat/ts hardscapes, utckoitmrrt; -etc . -1D give. o0rcierts + hrjheSL ltia 1-I-v pitducts 6t-t- -th-P lae st p rare s _ 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 provieded 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. SECTION IV OATH AND AFFIRMATION I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at (DO& this day of 1 1nThan1'li , -c)OV \CiffiC&ll Ci 1 _t) lc- wilt nu) at- (Nat of Organiza on) By M j ( . * (Title of Person Signing) ACKNOWLEDGEMENT STATE OF I` «11' 15 COUNTY OF La LC- t / l 1 111 t`e l C being duly sworn, deposes and says t at he�is/ 'n n cMCAiri of the above f S 00 LL.�llA mQrt (Title) (Name of Organlzat.n) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. �" Subscribed and sworn to before me this /4 day of teA 'd a xt4J ° / Notary Public My Commission Expires: 4//42i2 County of Residence: ) e. I N. PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: ` a 5 n.^ft\r) Con06215 1 ody.)%Q Ha 1.2 Bidder Address: Street Address: L\(YJB City:\l'Aiarai`�IiSState: 1\NA, Zip: L1iL'r aa- Phone 01)101-1-5) 53 Fax #:-aI)7 Lk-? - LITE 1.3 Bidder is a/an [mark one]: Individual Partnership Indiana Corporation; X Foreign(Out of State) Corporation; State: 1 ∎\r kit S • 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: aieYi '(1( Cfl11�J`mil$ l�rttr(� (1'LR_11� .2 Address: ,�)I1LI) tom) A I VeC h�V R-ritCk C"1 Sl3I Q \-CCO3o .3 Date registered with State of Indiana: tA 'eLI ' OLO .4 Indiana Registered Agent: 1\11-k-1 ) rt 11,i-erect ICI�__nt j Name: J J \n Address: Sao N (i i an St . 1 1 cu26141113 , l NI L40(t-1 PART 2 BID PROPOSAL 2.1 Project 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 project, including any and all addenda thereto, for the total sum of N u inidl2d Sri-k( `x'vein Thnxnr d -1-1-4 W.- ill w r t-C d Dollars (S \\..t� L\C . MD). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of'all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NUMBER p\Jn 7f t PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: 17)(ride has no exeeq)17b Lyn s 2010 LANDSCAPING TOTAL TOTAL BID AMOUNT � c oC) THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. CONTRACTOR PRICES FOR PLANTING REPLACEMENT PLANTS • CONTRACTOR WILL GIVE PRICES FOR REPLACEMENT OF PLANT MATERIALS WHICH HAVE DIED DUETO CONDITIONS BEYOND CONT'RACTOR'S CONTROL.PLANTINGS WILL BE TO THE CITY'S SPECIFICATIONS FOR EACH TYPE OF PLAN'[', 71-15 PRICE [S FOR'I11E PLANTING ONLY-IT DOES NOT INCLUDE THE PRICE OF'FI[E PLANT.PLANTS WILL RE PROVIDED BY THE CITY OR PURCHASED SEPARATELY FROM THE CONTRACTOR. PRICES FOR TI(ESE PLANTINGS SFIOULll BE FOR THE FOLLOWING SIZE PLANTS AND LISTED AS PER EACIC PLANT SIZE PLANTING PRICE PER PLANT QUANTITIES OF 25('1-) ( GALLON $ 5 . 44 $ 5 . 17 2GALLON $ 7 . 48 $ 7 . 11 3 CALLON $ 8 . 50 $ 8 . 08 5 GALLON $ 15 .30 $ 14 . 54. BARE ROOT PERENNIALS $ 4 . 08 $ 3 . 88 16GALLON $ 22 . 10 $ 21 . 00 15 GALLON $ 28 . 90 $ 27 .46 1-B&B $ 34 . 00 $ 30 . 60 $ 42 . 50 $ 38 . 25 2"13& 13 $ 51 . 00 $ 45 . 90 21/2"B&B $ 68 . 00 $ 61 . 20 3"B&13 $ 85 . 00 $ 76 . 50 PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 LANDSCAPING BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN Al' 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be frilly and accurately filled in and completed and notarized. Project: Street Department 2010 LANDSCAPING Proposal For: 2010 LANDSCAPING City of Cannel Date: Q— (n To: City of Carmel, Indiana, Board of Public Works and Safety PART t • BIDDER INFORMATION (Please Type or Print) L1 Bidder Name: �r41-\e, nrkUR.. tL Art:-. I ' 1.2 Bidder Address: Street Address: \rTV\ct \013 i'Ri F� l )ri\Je_ City:\, PiTLO State:-1-7A Zip: Llpe 1'1 Phone#: ( qAo-rEirfri Fax#: (30 9N-a Vt 1.3 Bidder is a/an[mark one]: Individual Partnership it Indiana Corporation; Foreign(Out of State) Corporation; State: 1arNASq 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 Jarmary 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 Project 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 Docutuents for the ove described pr ect, including any and all addenda thereto, for,the total sum of of i ni t o �u ,c\ttt,&L nC�. a\WA u @a\o ' `��y 1.1-h.. Ct ).� e, (o ) Dollars ($9)1t k.661,=° ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the tenns and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder aeknowiedges receipt of the following addenda: ADDENDUM DATE NUMBER • PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 E XC Ufl�tions: 2010 LANDSCAPING 1101 AL 7/u4 s-K.f'k FJ TOTAL BID AMOUNT //as— , c41. 00 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 LANDSCAPING BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This,form shall he utilized hr all Bidders. Except as otherwise specifically provided, all Parts shall he jullv and accurately filled in and completed and notarized. Project: Street Department 2010 LANDSCAPING Proposal For: 2010 LANDSCAPING City of Cannel Date: L/lS f,-e /D To: City of Carmel, Indiana, Board of Public W'orks and Safety PART I BIDDER INFORMATION (Please Type or Print) I .1 Bidder Name: Ikst calE'-) 1? Bidder Address: Street Address: I I IS 5 "Mt ttNa L 0 fry 1311+6-e City: 1-`6to"1'5 State: ^ Zip: ' 6 3 7,7 317 Phone ;7: ( ) 570. 230 Fax 1': ( ) s76 -23 r0 1.3 Bidder is a/an /inane one]: Individual Partnership Indiana Corporation; Foreign (Out olState) Corporation; State: Joint Venture .- Other:'— 401 9 LL C 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a fbreign corporation. Note: To do business in or with the City of Carmel, Indiana.foreign corporations nuts! 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 t?, 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 Project 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 project, inclu mg any and all addenda thereto, for the total sum of Oa G inclu ; F�a�t..� ��1 �r?rLj Dollars (S /03- 81/. 00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to he hound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE NIJM BER PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to he a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 4.3 Exceptions: 2010 LANDSCAPING TOTAL TOTAL BID AMOUNT /0 j 5/5-. THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. 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: Outside Services, Inc. 6919 S. Kentucky Ave. Ste. 5 Camby, Indiana 46113 Project Name: " Bid — 2010 Landscaping" Date Submitted: February 17, 2010 Base Bid $155,515.00 Amount: 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 2/16/2010 PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2010 LANDSCAPING BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (I) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be filly and accurately filled in and completed and notarized. Project: Street Department 2010 LANDSCAPING Proposal For: 2010 LANDSCAPING City of Camel Date: /'2j lb 9-01O To: City of Carmel, Indiana, Board of Public Works and Safety BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel, Indiana Instructions to Bidders: This form shall be utilized by all Bidders; except as otherwise specifically provided, all Parts shall be filly and accurately completed and notarized. Project: Maintenance for Landscaped Areas of Roundabouts & Medians Proposal: Provide weekly care and maintenance for landscaped areas of the following roundabouts and medians: Roundabout at 96'" Street and Ditch Road 2,826 Sq. Ft. Roundabout at 96'" Street and Spring Mill Road 2,890 Sq. Ft. Roundabout at 96'"Street and Westfield Boulevard' 9,723 Sq. Ft. Roundabout at 103r1 Street and Pennsylvania Street' 4,298 Sq. Ft. Roundabout at 106th Street and Gray Road 4,298 Sq. Ft. Roundabout at 106`"Street and Pennsylvania Street' 4,069 Sq. Ft. Roundabout at 106'"Street and Spring Mill Road 2,921 Sq. Ft. Roundabout at 116'"Street and Clay Center Road' 3,207 Sq. Ft. Roundabout at 116th Street and Ditch Road 196 Sq. Ft. Roundabout at 116'" Street and Illinois Street 2,636 Sq. Ft. Roundabout at 116'" Street and Shelborne Road' 11,748 Sq. Ft. Roundabout at 116'" Street and Spring MIII Road 2,039 Sq. Ft. Roundabout at 126'"Street and Hazel Dell Parkway 2,826 Sq. Ft. Roundabout at 126'" Street and Illinois Street 3,214 Sq. Ft. Roundabout at 126'"Street and Towne Road' 2,945 Sq. Ft. Roundabout at 131"Street and Clay Center Road 4,822 Sq. Ft. Roundabout at 131"Street and Ditch Road 4,522 Sq. Ft. Roundabout at 131" Street and Hazel Dell Parkway 2,826 Sq. Ft. Roundabout at 131"Street and Illinois Street' 4,718 Sq. Ft. Roundabout at 131"Street and Spring Mill Road' 4,904 Sq. Ft. Roundabout at 131"Street and Towne Road* 2,993 Sq. Ft. Roundabout at 1361' Street and Ditch Road' 4,900 Sq. Ft. Roundabout at 1361" Street and Oak Ridge Road' 5,144 Sq. Ft. Roundabout at 1361" Street and Spring Mill Road' 6,877 Sq. Ft. Roundabout at 1361h Street and Towne Road 5,026 Sq. Ft. Roundabout at 14131 Street and Ditch Road' 4,623 Sq. Ft. Roundabout at 141'1 Street and Spring Mill Road' 4,130 Sq. Ft. Roundabout at Oak Ridge Road and Adios Pass' 4,305 Sq. Ft. Roundabout at Oak Ridge Road and Bennett Road* 4,564 Sq. Ft. TOTAL ROUNDABOUT AREA: 124,190 Sq. Ft. MEDIANS: 11&" Street from College Avenue to Keystone(431) 40,088 Sq. Ft. (Includes 3 landscaped medians, 1 curbside area by Greek Tony's Restaurant on 1101"Street, and 2 landscaped areas on 116'" Street and Hwy. 431,north side and south side) 131f1 Street from Shelborne Road to Ditch Road 1,416 Sq. Ft. City Center Road from Carmel Drive to 3rd Avenue 18,437 Sq. Ft. Ditch Road from 141"Street tone Street 2,063 Sq. Ft. Grande Boulevard E. from Old Meridian to Guilford 21, 776 Sq. Ft. Illinois Street from 121'1 Street to 126th Street 7,080 Sq. Ft. (Includes wall border bed at Spring Lakes Estates) Pennsylvania Street from 1061h Street to South of 103s Street 13,989 Sq. Ft. (Includes all divider islands) Spring Mill Road from 14151 Street to 146"Street 2,475 Sq. Ft. Towne Road from 116th Street to 1261"Street 21,056 Sq. Ft. TOTAL MEDIAN AREA: 128,380 Sq. Ft. TOTAL ROUNDABOUT AND MEDIAN LANDSCAPED AREA: 252,570 Sq. Ft. 5.80 Acres 'Denotes divider island / median I crosswalk plantings included in square footage of roundabout landscaped areas. Such Project landscape work will include the spreading of 1,560 yards of brown dyed enhanced hardwood mulch,the pick up and removal of litter, fertilization,herbicide application, chemical control of bagworm insects on trees and shrubs,the control of weeds within the landscaped areas of the aforementioned roundabout, median and curbside areas. Labor,material and equipment will be supplied by CONTRACTOR. CONTRACTOR shall be responsible for the timely and acceptable performance of all work necessary to accomplish the Project described herein. City of Carmel Street Department Area for Roundabouts Contracted for Maintenance 2010 ROUNDABOUTS LANDSCAPE AREA *96th St &Ditch Rd. 2,828 sq.ft 96th St. & Spring Mill Rd. 2,890 sq. ft. 96th St. &Westfield Blvd. 9,723 sq.ft 103rd St & Pennsylvania St. 4,298 sq.ft 106th St. &Gray Rd. 4,298 sq.ft 106th St. & Pennsylvania St. 4,069 sq.ft *106th St &Spring Mill Rd. 2,921 sq.ft 116th St. &Clay Center Rd. 3,207 sq.ft. 116th St & Ditch Rd. 196 sq.ft. 116th St. & Illinois St. 2,636 sq.ft. 116th St. & Shelborne Rd. 11,748 sq.ft. 116th St. & Spring Mill Rd. 2,039 sq.ft. 126th St. & Hazel Dell Pkwy° 2,826 sq.ft. 126th St &Illinois St. 3,214 sq.ft. 126th St. &Towne Rd. 2,945 sq.ft. *131st St &Clay Center Rd. 4,822 sq.ft. *131st St &Ditch Rd. 4,522 sq.ft 131st St. &Hazel Dell Pkwy° 2,826 sq.ft. 131st St. &Illinois St. 4,718 sq.ft. 131st St. & Spring Mill Rd. 4,904 sq.ft. 131st St. &Towne Rd. 2,993 sq.ft. 136th St. &Ditch Rd. 4,900 sq.ft. 136th St. &Oak Ridge Rd. 5,144 sq.ft. 136th St. &Spring Mill Rd. 6,877 sq ft. *138th St &Towne Rd. 5,026 sq.ft 141st St. & Ditch Rd. 4,623 sq. ft. 141st St. & Spring Mill Rd. 4,130 sq. ft. Oak Ridge Rd. &Adios Pass 4,305 sq.ft. Oak Ridge Rd. &Bennett Rd. 4,564 sq. ft. New RAB Landscape Area for 2010 20,117 sq. ft. (0.46 acres) Total Area for All RAB: 124,190 sq. ft. (2.85 acres) CONTRACTOR PRICES FOR PLANTING REPLACEMENT PLANTS CONTRACTOR WILL GIVE PRICES FOR REPLACEMENT OF PLANT MATERIALS WHICH HAVE DIED DUE TO CONDITIONS BEYOND CONTRACTOR'S CONTROL.PLANTINGS WILL BE TO THE CITY'S SPECIFICATIONS FOR EACH TYPE OF PLANT.THIS PRICE IS FOR THE PLANTING ONLY-IT DOES NOT INCLUDE THE PRICE OF THE PLANT.PLANTS WILL BE PROVIDED BY THE CITY OR PURCHASED SEPARATELY FROM THE CONTRACTOR. PRICES FOR THESE PLANTINGS SHOULD BE FOR THE FOLLOWING SIZE PLANTS AND LISTED AS PER EACH: PLANT SIZE PLANTING PRICE 5.E PER PLANT QUANTITIES OF 25(+) 1 GALLON ) .//Joy 00 2 GALLON (3. /J' 3. 00 3 GALLON 3. 75 3, 0(.7 5 GALLON / r9 S 5' 37) BARE ROOT PERENNIALS � / 5 /. UO • 10 GALLON Q7' („57) "r oo 15 GALLON . co 1"B&B `.�. 00 -161 - G� 1 '/i'B&B 90. a) 2"13&B Gs. co /&o. DC.?6 21/2"B&B ��-- CAD 5 CU 3"B&B /r93 Cc� /)O. Oo PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: 0LI7-S IOC= 3-6g4/e-Si '� c 1.2 Bidder Address: Street Address: 61119 lie-Ai achy Avc S€c- c CityfRmey State: J� zip: VC, /IS Phone#: (31] 7S ' 13u '1 Fax#: (313 ASS- 13(.0 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 Attorney General's Opinion #2, dated January 23, 19587 .1 Corporation Name: 2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2.1 Project 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 project, including any and all addenda thereto, for the total sum of 0AIE ljwogco FFI`' FiJE TNCk5AND 440 Fi✓c Hw,OP o F,,cr e 4 Dollars (S /55-, Si 5: 00 J. The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM DATE "' N[MBER/‘)/a PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 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. 4.3 Exceptions: 4 d6