HomeMy WebLinkAboutBid Information and Packets NOTICE TO BIDDERS
CITY OF CARMEL
Notice is hereby given that the Board of Public Works and Safety for the City of Carfnel,
Hamilton County, IN, will receive sealed bids for Department of Community Services- ,
vehicles during regular business hours, up to, but not later than 10:00 A.M. local time,
May 16, 2007, at the office of the Clerk-Treasurer, One Civic Square, 3rd Floor,
Cannel, IN, 46032, for the following items:
2 (Two) New 2007 Hybrid 4-Door Automobiles
No late bids will be accepted. General Form No. 96 must be completed and filed as a
part of the bid package. All bids are to be sealed with the words "BID-DOCS
VEHICLES" on the lower left hand corner of the envelope. Bids will he opened and read
aloud at 10:00 a.m. on May 16, 2007, at the Board of Public Works and Safety meeting
on the 2 11-1 floor of Cannel City Hall, One Civic Square, Carmel, IN. All persons
interested in bidding shall register a contact name and address with the Department of
Community Services to ensure that all changes or questions and answers are available for
review by all interested parties.
The specifications are set forth in detailed documents on file at the Carmel Department of
Community Services, One Civic Square, Carmel, IN, 46032.
Questions regarding this solicitation must be written and delivered to the Carmel
Department of Community Services. Al] responses will be written and made available ,
with the specifications at the Department of Community Services. Please call the
Department of Community Services to confirm whether any such written questions
andlor responses exist.
The submitted proposal must he in compliance with IC 36-1-9 et seq.
The Board of Public Works and Safety reserves the right to reject any and all bids.
Diana L. Cordray, Clerk-Treasurer
Please publish April 20 and April 27, 2007.
SUMMARY PAGE
TOTALS
2(Two) New 2008 'A Ton 4-Wheel Drive Pick Up Trucks $45,850.80
2(fwo) New 2008 One Ton 4-Wheel Drive With Rear Duals
8c Dump Body $95,881.50
SUB TOTAL 141 ,732.30
Trade In Of 3 Trucks — $22 rift 00
TOTAL $119,232.30
PROPOSAL PACKAGE
FOR
CITY OF CARMEL,INDIANA
BY AND THROUGII ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department Trucks
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
DAVID KLINGENSMITH AT 733-2001
•
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 he fully and accurately filled in and completed and notaized.
Project: Street Department Trucks
Proposal For: Street Department Trucks
Date: 2/6/2067
To: City of Carmel,Indiana, Board of Public Works and Safety
PART I
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: W.HARE & SON, INC.
1.2 Bidder Address: Street Address: 2001 Stoney Creek Road
City: Noblesville State: IN Zip: 46060
Phone#: ( 317_774-7368 Fax #: (31Y-770-2119
1.3 13idder is a/an [mark one":
Individual Partnership xxxx Indiana Corporation;
Foreign (Out of State) Corporation; State: •
Joint Venture Other:
1.4 [The jbllowing 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
Cannel, Indiana,foreign corporations must register with the Secretary of the Slate 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, I958.1
.1 Corporation Name: W •RF & SC±I,JNC.
2 Address: 2001 Stoney Creek Road
.3 Date registered with State of Indiana: 1847
.4 Indiana Registered Agent: David I . Cox
Name: David L. Cox
Address: 2001 Stoney Creek Road, Noblesville, IN 46060
PART 2
1311) 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
en- Hundred Nineteen Thousand Two hundred Thirty-Two and 30/100's U.S. COLLARS after Trade--in Allowance
Dollars (S 119,732.'tl ). 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 suer 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
NONF•
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:
AS LISTED ON DEVIATION SHEETS ATTACI-ED TO EACH SET OF BID SPECIFICATIONS:
r .. ,
STINIMARY PAGE
TOTALS
2(Two) New 2008 3/, Ton 4-Wheel Drive Pick Up Trucks ? g �� W
2(Two) New 2008 One Ton 4-Wheel Drive With Rear Duals
& Dump Body _ / 76o . b6
I f
SUB TOTAL /J p2' 1 ei-7 Cr)
Trade In Of 3 Trucks - 3� Roo . to
TOT AI ?5, �73. W
ye
' .
:,.
PROPOSAL PACKAGE
FOR
CITY OF CARNEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department Trucks
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
DAVIT) KLINGENSMITH AT 733-2001
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 Trucks
Proposal For: Street Department Trucks
Date: � lo 7
To: City of Carmel, Indiana, Board of Public Works and Safety
PART 1
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: re-P)72.15?)1.) arc: �
1.2 Bidder Address: Street Address: / 63 47r AicAij
City abai£, State: Zip: 76077
Phone 3 e7 3.33y Fax 43 73,?-?IYL
1.3 Bidder is alan (mark one]:
Individual Partnership V 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. ,Vote: To do business in or with the City of
Cannel, Indiana.foreign corporations must register with the Secretary of the State of
Indiana as required by the Indiana General Corporation Act as stated therein and
expressed in the Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name: r-P -.>t>
2 Address: jci Sb 4/• lacC4r i3 40 2704-61A C �-x.J
3 Date registered with Stale.of Indiana: ' D(/ a21 /9s
.4 Indiana Registered Agent:
Name:
Address:
MINIMUM SPECIFICATIONS FOR A NEW 2008
3/4 TON 4 WHEEL DRIVE REGULAR CAB
PICK UI'TRUCK
Any answer marked "NO" must
be explained on attached
deviation sheet.
I) Engine
Shall be gasoline 5.41, min V-S fuel injected or larger YES NO
a) H.D. transmission cooler OP NO
h) H.D.engine oil cooler gag, NO
c) H.D. radiator with all season coolant NO
2) Alternator
Heavy duty 100 amp or bigger �,{v� A NO
S v-
3) Transmission 4 pv- .XOr-
a) 4 speed heavy duty automatic YES NO
b) Locking differential -2 wheel drive ES II
when disengaged
c) 4 wheel drive YE. NO
4) Chassis
a) 9,000# P250 G.V.W. NO
5) Springs
Snow plow prep package including heavy-duty
springs and shocks
9 NO
6) Rear Axle
Rear axle ratio 3.73 minimum with limited slip YES NO
7) Brakes
Must be power brakes NO
8) Steering
Must be power steering YES NO
9) Color
Red with gray interior ` NO
10) Interior
a) AM-FM radio 'E NO
b) Instrument gauges GP NO
c) Intermittent wipers be NO
d) 40/20/40 vinyl bench seats with rubber floor mats �!�M� NO
e) Air conditioning ':i NO
I) Tilt wheel W NO
2008 3/4 Ton 4-Wheel Drive Pick Up Specifications
Page 2
Any answer marked "NO" must
be explained on deviation sheet.
11) Gas Tanks
30 gallon or larger. Tanks to be on one side only. YES NO
12) Undercoating
Must be undercoated and rust-proofed at time of
delivery. Supply written warranties. YES NO
13) Bumpers
Both front and rear required. NO
14) Tires
Five(5) LT245 75R 17E steel belted radial, black walls
with on-oft'road tread. Four on the ground, one
spare tire and rim YES NO
15) Bed
a) 8' bed YE NO
16) Other
a) A 4-ton pintel hitch with a 2" ball shall be permanently
attached by bolting and welding it to frame YES NO
17) Skid plates under transfer case, transmission and
fuel tanks NO
18) General
The fact that every item constituting construction of a complete unit is not specifically mentioned
nor described will be interpreted to mean the vendor shall install items that conform to the best known
engineering standards of the trade, relative to design, strength, quality and workmanship. The unit
delivered is to be fully equipped with all manufacturer's standard equipment and accessories. It shall meet
the latest Federal Safety Regulation.
All electrical system schematic,engine, and mechanical service manuals and parts and body service
manuals are to be provided at time of delivery.
19) Great consideration will be given to delivery time. Please state approximate delivery time.
/4—vx,• 1.0 ,lys
0 G 8 F So 3141) 7 Pu
•
DEVIATION SHEET
Bidder must itemize all deviations to the specifications here. If this is not sufficient space,attach additional
sheets as required. A statement referring to manufacturer's literature or specifications without stating the
actual deviation hereon will be cause for disqualification.
3 -A sv�M� y
Ai/A — s sparo ,&u -
Unless otherwise stated by the bidder in the space provided above, the proposal will be considered as being
in strict accordance with the specifications outline herein, even though the manufacturer's literature
indicated deviations from the city's specifications.
SPECIFICATIONS FOR A NEW 2008
4 WHEEL DRIVE REGULAR CAB
ONE TON DUMP TRUCK
Any answer marked "NO" must
be explained on attached
deviation sheet.
I) Engine
Shall he diesel min. 6.4L V-8 or equal — NO
a) 14.D. transmission cooler NO
b) H,D. engine oil cooler NO
c) H.D. radiator NO
2) Alternator
Heavy duty 135 amp or bigger NO
3) Transmission
a) 5 speed heavy duty automatic Y NO
b) Locking differential -2 wheel drive NO
when disengaged
c) 4 wheel drive YES 1 NO
4) Chassis ��
a) 17.5004 G.V.W. `YrY NO
b) 141" wheel base—60" cab to axle Y 3S NO
5) Springs
Snow plow prep package YES NO
6) Rear Axle
Dual rear wheels with 13,5004 or greater
rear axle. Rear axle ratio 4.88 with
limited slip transmission YES NO
7) Brakes
Must be power brakes NO
8) Steering
Must he power steering NO
0(I/
9) Color r� G /Y
Red with red interior YES NO
10) Interior
a) AM-FM radio YF NO
b) Instrument gauges a NO
c) Intermittent wipers dire NO
d) Vinyl bench seats with rubber floor mats C NO
e) Air conditioning NO
2008 One Ton Dump Truck Specifications
Page 2
Any answer marked "NO"must
be explained on deviation sheet.
I I) Gas Tanks
30 gallon or larger. Mounted aft of rear axle. NO
12) Undercoating
Must be undercoated and rust-proofed at time of
delivery. Supply written warranties.
OYES NO
13) Bumpers
Front required. YES NO
14) Tires
Seven(7) L(225/7012 X 19.5-12 general on-off road
Six(6) mounted-one spare tire and rim to match. YES NO
15) Bed
a) 8' contractors dump painted to match chassis,
with fold-down sides YES NO
b) Cab shield with see-through window opening Orp NO
c) Electric hydraulic hoist NO
d) Mud flaps and lights to Indiana code NO ,
16) Other
a) West coast type mirrors YES NO
b) A 4-ton pintel hitch with a 2" ball shall be permanently
attached by bolting and welding it to frame YE. NO
17) General
The fact that every item constituting construction of a complete unit is not specifically mentioned nor
described will be interpreted to mean the vendor shall install items that conform to the best known
engineering standards of the trade, relative to design, strength,quality and workmanship. The unit
delivered is to be fully equipped with all manufacturer's standard equipment and accessories. It shall
meet the latest Federal Safety Regulation.
All electrical system schematic, engine,and mechanical service manuals and body service manuals are to be
provided at time of delivery.
18) Great consideration will be given to delivery time. Please state approximate delivery time.
/max iau DAy$
oo ro CiC n at
DEVIATfON SHEET
•
Bidder must itemize all deviations to the specifications here. lithis is not sufficient space,attach additional
sheets as required. A statement referrine to manufacturer's literature or specifications without stating the
actual deviation hereon will be cause for disqualification.
-fit 197
S.70 e C -i �
•
Unless otherwise stated by the bidder in the space provided above, the proposal will be considered as being
in strict accordance with the specifications outline herein,even though the manufacturer's literature
indicated deviations from the city's specifications.
PART 2
BID PROPOSAL
2.1 Pro feet 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
e54 ,2J, .j , cyf,S'?x✓O }f1'nJ JU7J S`2-at j/,C crLe;
Dollars ($ ?q '774 . n .) ). 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.
BID BOND
City of Carmel
Instructions To Bidders
Bidders may use this form or other form containing the same material conditions and
provisions as approved in advance by OWNER/Obligee.
Bidder/Surety must attach a signed, certified and effective dated copy of the Power of
Attorney or Attorney-in-Fact establishing the authority Of the persons)signing this Bid
Bond on behalf of the Surety.
The Surety company executing this.bond shall appear on the most current list of"Surety
Companies Acceptable on Federal Bonds, ' as specified in the U.S. 'treasury Department
Circular 570, as amended, and be authorized to transact business in the State of Indiana.
KNOW ALL MEN BY THESE PRESENTS. that the undersigned
"Bidder 64 Fit140
--7-t-o
and
Surety': [Name] f,v f A efeCk j}
[Address] / 0 /j Or $t A� eC.
a corporation chartered and existing under the laws of the State of
, and authorized to do business in the
State of Indiana.
are held and firmly bound unto the City of Cannel. Indiana ('Obligee') in the full and
just sum equal to ten percent (10%) of the price stated in the Bid proposal described in
Part 2, including accepted alternates, if any, to be paid upon demand of the Obligee,
together with interest at the maximum legal rate from date of demand and any attorney
tees and court costs incurred by Obligee to enforce this instrument, to which payment
well and truly to be made we bind ourselves, our heirs, executors. administrators,
successors, and assigns, jointly and severally and firmly by these presents. Ten percent
(10%) of the price stated in the Bid Proposal is $ .
WHEREAS, the Obligee has solicited Bids for certain work for or in furtherance of
construction of improvements described generally as:
2007 STREET DEPARTMENT TRUCKS
pursuant to plans, specifications and other"Contract Documents" included as parts of and
designated by such solicitation; and
WHEREAS, the Bidder has submitted to the Obligee a Bid proposal to perform such
Work.
NOW THEREFORE: The conditions of this obligation are such that if the Rid proposal
be accepted, with or without conditions, the Bidder shall within such time thereafter as
prescribed by 'the Contract Documents (i) fulfill all conditions of such award that remain
to be Fulfilled, (ii) execute an Agreement in accordance with the Bid proposal and in the
form and manner required by the Contract Documents, and (iii) thereafter provide all
bonds; and other documentation required by the Contract Documents to he delivered to
Obligee prior to commencing work on the project, including without limitation a
sufficient and satisfactory performance bond and payment bond payable to Obligee, each
in an amount of one hundred percent (100%) of the total project Agreement price as
awarded and in form and with surety satisfactory to said Obligee, then this obligation to
be void; otherwise to he and remain in full force and virtue in law, and the Surety shall,
upon failure of the Bidder to comply with any or all of the foregoing requirements within
the time specified above and as prescribed by the Contract. Documents, immediately pay
to the Obligee, upon demand, the amount hereof, in good and lawful money of the United
States of America, not as a penalty, but as liquidated damages.
IN IESTIMONY THERE , t c Bidder aid Surety have caused this instrument to he
duly signed and sealed this tlay , 20!x.7
This BID Bond shall hind the undersigned Surety whether or nut also signed by the
Bidder.
"Bidder'70W1.-C ati4/ r 1J "Surety"
By: --:i/%° �✓ By:
Printed: hJ�f Je Printed:
Countersigned:
•
INSTRUCTIONS TO BIDDERS
City of Carmel
OWNER: City of Carmel by and through its Board of'Public
Works and Safety
Project: 2007 TRUCK BIDS
Owner's Representative: David Klingensmith
Carmel Street Department
3400 W. 131s` Street
Westfield, IN 46074
1. GENERAL
1.1 Submission of a Bid shall constitute an unconditional Agreement and acknowledgement
by the Bidder to be bound by all terms and conditions set forth herein and in any of the
Documents assembled or referred to in the Bid Package of which these Instructions to
Bidders are a part.
1.7 Sample forms are included in the Bid Package to acquaint Bidders with the form and
provisions of various Bid Documents and other Documentation required by the Contract
Documents to be executed, completed and submitted by sonic or all Bidders, either as
part of a Bid Submission or after the Bid Date.
1.3 Instructions and requirements printed on any sample form included in the Bid Package or
any form not so included but required to be completed, signed or furnished by a Bidder as
part of a Bid Submission or after receipt and opening of Bids shall be deemed
requirements established by these Instructions to Bidders to the same extent as if fully
restated herein.
1.4 All communications for the administration of the Contract shall be as set forth in the
Contract documents and, in general, shall be through the City of Carmel Street
Department.
2. DEFINITIONS
The following definitions shall apply to these Instructions to Bidders:
2.1 Agreement —The Agreement for the provision of goods and services as prepared as
approval by the Carmel City Attorney. A draft specimen of the Agreement is included in
the contract documents.
2.2 Bidder— Any person or entity who submits a Bid.
2.3 Bid— A written proposal submitted by a Bidder as part of the form prescribed herein
offering to provide the vehicles and to fulfill all other requirements of the Contract
Documents for one or more specified prices.
7.3.1. A one hundred percent (100%) Performance Bond, a one hundred percent (100%)
Payment Bond and a ten percent (l0%) Maintenance Bond as prescribed by the General
Conditions or other Contract Documents. Such bonds shall be executed utilizing the
sample forms included in the Project Manua] or alternative forms approved in advance by
the OWNER. Indemnification clauses between successful Bidder and the Surety shall not
be binding upon the OWNER;
7.3.2. Other post-Bid submittals required by the Contract Documents.
END OF INSTRUCTIONS TO BIDDERS
•
s'
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 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
•
PART 4
EXCEPTIONS
In.shuctions 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:
0��� sx
(� 90057947j886s
C$-r+r't;a7 rrmf A'o. 20/•rHrn. /lR)a. .
i.v. iii, ve
/ / .
To: INDIANS JBH�SPflf?F_RS
---------COUNT Y INDIANA 307 N PENNSYLVANIA ST - PO BOX 145
INDIANAPOLIS, IN 46206-0145
PUBLISHER'S CLAIfM
E COUNT
nay Matter-(Must not exceed two actual lines,neither of which
all total more than four solid lines of the type in which the body $
the advertisement is set). Number of equivalent lines
:ad-Number of lines
.
idy-Number of lines
$ • $
II -Numher of lines
$
Total number of lines in notice
MPUTA•IION OF CHARGES
0.0 lines 1.0 columns wide equals 50.0 equivalent $ 3936
lines at.492 cents per line
:harges for extra proofs of publication($1.00 for each proof in excess of two) $ .00 $ .00
TOTAL AMOUNT OF CLAIM $ .
ATA FOR COMPUTING COST $ .
Width of single column 7.83 ems Size of type 5.7 point $ _ $ .
Number of insertions 1.0 $ 39.36
Pursuant to the provisions and penalties of Chapter 155,Acts of/953,
I hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after
allowing all just credits,and that no part of the same has been paid.
DATE: 03/09/07 Sill 17/�/"tea!`-gee!:lark
/ itic
900549-4718865 PUBLISHER'S AFFIDAVIT
State of Indiana SS:
Hamilton County
Personally appeared helbre me.a notary public in and for said county and state.
Nmlceroslo0tlrs the undersigned Stacey McCullough who,being duly sworn,says that SI-IF is clerk
CITY OF CANMEL
Notice is hereby given that the
Board of Public,Works and of the Noblesville Ledger a newspaper of general circulation
Safety for the City of Carmel,
Hamilton County. IN, will re-
ceive nt of Community Services ve-
hicles daring regular business printed and published in the English language in the city of NOBLES\'IEEE in state
hours.up to,but not later than
10:00 A.M.local time March 21,
ir007,at he offices of the¢,3t4 and county aforesaid,and that the printed matter attached hereto is a true copy.
Floor,Carmel,IN,46032,for the
mtto«me New 2001 Hybrid 4-
Billets),which was duly published in said paper for 9 ets),between the dates of:
f (Five) N
Wheel Drive SINS
2
Doerr Automobiles 2 Hybrid 4-
'4 (One) New 2007 Hybrid od 03/02/2007 and 03/09/2007
flex Fuel 2•Door Pick Up
Vehicles to be traded:
Four (4) 2001 "Wheel Dove
Jeep Cherokees
Commencing'".soon ail prMN- �/IJ/ �///
cable thereafter during the (/t- .r QB( Clerk
Board^I Public Works MeaMeeting G //
on the same date,such hide will U •fltic
be publicly oddned and read
aloud in the Council Chambers
acutyHan.rn late bids will be Subscribed and sworn to before me on 03/09/1)7
0'City
accepted. No General From will be
must be completed and filed As
b Is o of be male with.he r
words see to m sealed HIm me
on the lwe eft nand d corner 1/'t
t the the lower Bs cwill be �Llk. �r _r`� A A V�-+,�=
lee enaeldre. alas will 00 ��'�D ---�����v llli/�fff���
opened e.OnMzrch read'101,20 7.M the
.dn of Public blict,Work,al and Notary Public
Safet of tingloc the and on Safety Carmel City Hall,uOne Civic
I w
5quaro.Carmel,IN.All persons "OFFICIAL SEAL"
teresled in boding shall reg-
Fon is ter a contact acct none Department tads My commission expires: Susan Ketcham the dress ngr scor questions estior Notary Public,State of Indiana
Mal all answers.changes es to sure or
and answer$ re available for My Commission Exp.05/06/2011
review by all interested carats. /
The specifications rDepartment are set of forte a /
in detailed documents on file at
Me money Carmel Decestment of Cone
i\ unary aerves, One Civic
Square.tions regarding this(
Questions mu t b regarding this d de-
livered must be written and de-
livered ro the Carmel Heparl-
let of Community Services.
An responses wilt be written
and made available with the
specifications at the Depart-
merit of,Community Services.
Please call the Department of '
,Please Services to cant irm
whetter any such written ques-
tionsanaror responses exist-
The seen-Ante pro royal must be •