Loading...
HomeMy WebLinkAboutBid Information and Packets I� tF Conlr btor) SbB1 i:�1- c4 V r0✓�J�A #t3i g (Address) • Sc or-rs da LC .erg SS25B . EOM PUBLUC WORKS PROJECTS • • • Filed • . Action taken ACCEPTANCE The above bid is accepted this day of ,subject to the following conditions: Contracting Authority Members PART II (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars.($100.000) or more (IC 36-1-12-4) Governmental Unit: City of Carmel, Board of Public Works and Safety Bidder (Firm) Oliphant Golf Inc Cate: 2/15/10 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 l 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 j Name and Address of Owner. Completed $1, 100, 000 Golf Const:. 9/15/09 ;City of Cape Girardeau Cape Giradeau, MO 2.: What public works projects are now in process of construction by your organization? When to be Contract Amount Class of Work. Name and.Address of Owner } . Completed 3. Have you ever failed 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. Pebble Beach Company, Tom McMillin 831-277-7899 The Irvine Company, Steve Thomas 949-228-2291 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 number of workers, etc. and any other information which you believe would enable the governmental unit consider your bid_) Our plan includes a Rainbird Irrigatio system consisting of Approximately 800 Sprinkler Heads and 15, 000 if of Mainline piping. We would begin work as soon as weather permitted in March or April of 2010 and conclude. in 12 weeks. The staff would consist of approximately 12. to 15 skilled operators and laborers to complete the project 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. N/A 3`. What equipment do you have available to use for the proposed pro1ect? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. John Deere 120 size Excavator. for Mainline Gehl ctl 70 skid loaders (2) Ditch Witch RT 70 Pipe puller (2). Turf Style Tractors with trailer (3) John Deere Utility Gators (2-3) 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 Yes RAIN BIRD ICS CONTROL SYSTEM VOLUNTARY ALTERNATE FOR BROOKSHIRE GOLF COURSE The following alternate is being offered for the design and installation of a Rain Bird irrigation system at Brookshire Golf Course in Carmel, Indiana. The following shall remain the same, per design as submitted: 1) The piping as routed. 2) The rotor layout as proposed. 3) The switches as designed. 4) The surge protection as designed (Use model ICSD) 5) The Rain Bird Stratus II software package The following changes would be made to the submitted design: 1) All of the Rain Bird Eagle Rotor model numbers as proposed would change from the E series to the IC series. 2) The Rain Bird decoders (FD101, and FD102) would no longer be required. 3) All rotors will be individual head control, (i.e. —no paired rotors) 4) 2 Main Communication Cables in place of 6 a) Cable #1 to Control Holes 1-9, 10, PG1 b) Cable #2 to Control Holes 10-18, PG2, Practice Tee, Practice Fairway, CG1, CG2, and Front Entrance 6am14i Se(Fte sM201:4) BID OF /cs L LLC (coruracior) (Address) -L,t-c,64;:dh 05: S;(5-Y& FOR PUBLIC WORKS PROJECTS OF )) 4 4LL D,OO( - N( I /Ow Filed Action taken 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: 1, 1 yo L Pc--AJJ (- EC- Project Name: o tc-sli�-Q ���fC r-t0� .✓l Date Submitted: 1 ( / 10 Base Bid Amount: / LI, 00o . 0 Alternate 1 Bid Gl bl .° 7 c �o rT r fit, L€T� Amount: Z Alternate 2 Bid Amount: Alternate 3 Bid Amount: Alternate 4 Bid Amount: Alternate 5 Bid Amount: Alternate 6 Bid A MOWW 71'711) (°°° , 60 Revised 10/16/2008 Protco bNI by Sins bowl at+Scowls a0 Famr.•LtijpInn.M '*.IN Mb Fort Ho 96 lfleV4W 70001 CONTRACTORS BID FOR PUBLIC WORKS PART (To be completed for all bids) (Please type or print) Date: ,e)JD Q. 1. Governmental Unit (Owner): D°?'‘ C� 1C- l)JvL • 31204 2. County: 440A4A 3. Bidder(Firm): Lew L. L rt UDC_ Address: s--- / City/State: .l / : ru es J i LL t LAM 5{ 4.Telephone Number: 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 D L� S�ti� `j ( �S�- �--- �-e'rb v�/-X 0.16 ( 12114 (Governmental Unit)in accordance with plans and specifications prepared by i ■t CC- ybL �` and dated I t/I F f�7 for the sum of SG 01-: jlul s NA ate ► 7$' 7 71) coao I The undersigned further agrees to furnish a bond or certified check with this bid for art 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. • ACCEPTA44CE The above bid is accepted this day of ,subject to the following conditions, Contracting Authority Members: PART II (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100.000)or more. (IC 36-1-12-4) Governmental Unit: ( A 2/ it L_ "D E ? of do ii c () O __. s Bidder(Firm) L I w k_s h &Ai Date: I I / 17 / b? These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work When Name and Address of Owner Completed r 7rD, b IU(6 t&'i ( L al I_i6rou of l.uk,(6 �i• t F- ■ %... .a.' 'v 2. What public works projects are now in process of construction by your organization? / de �ltJ Contract Amount Class of Work When#o be Name and Address of Owner Completed 3. Have you ever failed to complete any work awarded to your? .if so, where and why? 4. List references from private firms for which you have performed work. fA-77-^c ti 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.) L w [cs L A ,,,d I a C a 2 k 04- Q o a ks�, �.� lrti �t�2C �D w _ ` .�[(� �GI(:�✓ %v I� to d >�dZrA-'-�7 2 S ou'yt. �:v}jT�� lG � (Al , !MC vte avvt4 La H L a Noi a ti (A.p o(.L ppoc S -I-0/y liy ailleavvieedt 2. If you intend to sublet any portion of the work,state the name and address of each subcontractor, equipment /403 to be used by the subcontractor,and whether you expect to require a bond. However, if you are unable _ l •/ Or to currently provide a listing, please understand, a listing must be provided prior to contract approval, -r z vtT i L I T1 t v j1) ' L co T Lhk .� //1e:46 3, What equipment do you have available to use for the proposed project?My equipment to be used by subcontractors may also be required to be listed by the governmental unit. A LL tA %\,_S Ct. C ee444 ettit:emAaivok EL� c 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. _ _ 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: Formost Construction Co. P.O. Box 559 Temecula, CA 92593 Project Name: Brookshire G.C. Irrigation, Carmel, IN Date Submitted: 2-17-10 Base Bid Amount: $ 1,268,200.00 Alternate 1 Bid ICS Alternate Amount: $ 1,267,714.00 Alternate 2 Bid Amount: Alternate 3 Bid Amount: Alternate 4 Bid Amount: Alternate 5 Bid Amount: Alternate 6 Bid Revised 10/18/200B Form tb 961Hna07000A BID OF Formost Construction Co. (co,wola) P.O.Box 559 CAddmss) Temecula, CA 92593 FOR PUBLIC WORKS PROJECTS OF Design And Installation of an Automatic Irrigation System for Brookshire Golf Course Filed Action taken Pr¢6c:CA1 Or Erara MM'%U lecoati &pm form!•Synton a.h.noe rtJ IVO Fam No 141Fi..+N1 aYN; CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) Date: 2-17-10 1. Governmental Unit (Owner): City of Carmel, IN ry 2. County: Hamilton 3. Bidder(Firm): Formost Construction Co. Address: P.o.Box 559 City/State: Temecula, CA 92593 4. Telephone Number: 951.698.7270 5. Agent of Bidder (it applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of Design and Installation of an Automatic Irrigation System for Brookshire Golf Course (Governmental Unit)In accordance with plans and specifications prepared by_James R. Held .and dated for the sum of One Million Two Hundred Sixty-eight Thousand,Two Hundred Dollars $ 1,268,200.00 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 shalt 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_—_ ..,w,._ day of ,subject to the following conditions: Contracting Authority Members: PART II (Complete sections 1,11,11!, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($1(0.000) or more. (IC 36-1-12-4) Governmental Unit: City of Carmel, Indiana Bidder (Firm) Formost Construction Co. Date: 2-17-10 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? Contract Amount Class of Work Whenu Name and Address of Owner Completed $2201109.00 rrigation System 5-09 ` City of Provo, UT 351 West Center St. Provo, UT 84603 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be j Name and Address of Owner Completed_ $1,151,403.00 Irrigation Systerh 6-1-10 City of Grand Junction I° _ 333 W. Ave., Bldg. C Grand Junction, CO 81501 3. Have you ever failed to complete any worts 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.) Purchase and receive materials in Winter, 2010. Start mainline April 1, 2010. Complete project June 30, 2010. We will employ a crew of about 20 people. 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. TPI Utility(478 North County Rd. Zionsville, IN)will be the only subcontractor hired. They will be doing boring on project and provide their own Boring Equipment. 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. Formost will have on-site: 1 Vermeer 555 Trencher, 2 Mini-excavators 1 trench compactor, 2 Bobcat skidsteers, pickup trucks, 1 dumptruck, powderpuffs 1 Ditch Witch RT-90 Puller, IR dual-drum Roller, 130 CFM Air compressor 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. Formost has received pricing from Automated Irrigation Systems. 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: Thielen Turf Irrigation , Inc. 600 Industrial Avenue Mt . Pleasant , MI 48858 Project Name: Brookshire Golf course Date Submitted: February 17 , 2010 Base Bid.Amount: $889 ,500 .00 Alternate 1 Bid Rain Bird ICS System Amount: $884,400.00 Alternate 2 Bid Amount: Alternate 3 Bid Amount: Alternate 4 Bid Amount: Alternate 5 Bid Amount: Alternate 6 Bid Revised 10/16/2008 PromPM Lx/SUN comaD<4 '44 llageeFOmtS•Cot.nil.Lto Mont,. D Farm*06tR ne420041 CONTRACTORS BID FOR PUBLIC WORKS PART i (To be completed for all bids) (Please type or print) Date: February. 17 , 2010 1.Governmental Unit (Owner): Cit y of c a r m e l 2. County: Hamilton 3.Bidder(Firm): Thielen Turf Irrigation, Inc. Address: 600 Industrial Avenue City/State: Mt . Pleasant , Michigan 48858 4.Telephone Number: (989) 7 7 3 3409 5. Agent of Bidder (If applicable): Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of Brookshire Golf Course (Governmental Unit)in accordance with-plane-and-specifications prepared by City of Carmel Indiana and dated FebnUary 17,2010 for the sum of Eight Homed Eighty Nine Thousand Five Hundred and No Cents$ 889 ,500.00 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 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. ACCEPTANCE The above bid is accepted this day of ,subject to the following conditions: Contracting Authority Members: PART II (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100.000) or more. (IC 36-1-12-4) Governmental Unit: Bidder(Firm) Date: These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? (NONE WITHIN THE PERIOD) Contract Amount Class of Work When Name and Address of Owner Completed I _ 2. What public works projects are now in process of construction by your organization? (NONE IN PROGRESS AT THIS TIME) Contract Amount Class of Work When to be Name and Address of Owner Completed • 3. Have you ever failed to complete any work awarded to your? NO If so, where and why? 4. List references from private firms for which you have performed work. SEE ATTACHMENT SECTION Il 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.) SEE ATTACHMENT 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. Yes— Boring : TPI Utility Construction, LCC 478 North County Road 1100 East Zionville , IN 46077 Material : Automatic Irrigation Supply 116 Shadowlawn Dr. Fishers , IN 46038 No bonding is required by them from us. 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. • Boring Machine Deutz Tractor Plow Case 660 Trencher Plow Ford 445D Tractor Compactor JD 1070 Tractor JD Truckster Pipe wagon 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. All material to be used on this job is being supplied by Automatic Irrigation Supply. Form No 99(Aovrood 29901 , BID OF Mid-America Golf and Landscape, Inc. IConiractor) 1621 SE Summit Ave. (Address) Lee's Summit, MO 64081 FOR PUBLIC WORKS PROJECTS OF Brookshire Golf Club - Design and Installation of Automatic Irrigation System Filed Action taken toluit..1-11 tV4 rn -G L F and landscape Brookshire Golf Club Design Proposal Table of Contents: 1. Proposed Irrigation Design Plans 2. Contractors Bid for Public Works Part I Non-Collusion Affidavit Form &Acceptance Form 3. Manufactures Cut Sheets and Model Numbers 4. Manufactures References 5. Contractor References 6. Unit Price Sheets 7. Bid Bond 8. Qualifications I. Proposed Irrigation Design Plans (Please see attached plans) • 2. Contractors Bid for Public Works Part I Non Collusion Affidavit Form&Acceptance Form • 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 dearly marked on the outside. Seal the envelope. Company: Mid-America Golf and Landscape, Inc. Project Name: Brookshire Golf Club - Design and Installation of Automatic Irrigation System Date Submitted: February 16, 2010 Base Bid Amount: $835,000.00 Alternate 1 Bid No Bid Amount: Alternate 2 Bid No Bid Amount: Alternate 3 Bid No Bid Amount: Alternate 4 Bid No Bid Amount: Alternate 5 Bid No Bid Amount: Alternate 6 Bid No Bid Revised 10/16/2008 Amount: $835,000.00 Revised 10/16/2008 J P,esnted by Stale hood 0c Accounts Boyce Form•System.Mortpl.IN 1740 Form No 96{Roved 20001 CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) Date: February 16, 2010 1. Governmental Unit (Owner): 2. County: 3. Bidder (Firm): Mid—America Golf and Landscape, Inc. Address: 1621 SE Summit Ave. City/State: Lee's Summit, MO 64081 4. Telephone Number: 816-524-0010 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 Brookshire Golf Club — Automatic Irrigation System (Governmental Unit) in accordance with plans and specifications prepared by Automatic Irrigation and dated for the sum of Eight Hundred Thirty Five Thousand $ 835,000.00 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 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. l 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. • 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 10:00 am this 16th day of February , 2010 Mid—ArAppry r 'a Golf . :-i Lan. ca•- Inc. By V ..:, President (Title of Person Signing) ACKNOWLEDGEMENT Missouri STATE OF ) Jackson ) SS: COUNTY OF ) • Richard Boylan being duly sworn, deposes and says that he is President Mid—America Golf and LAndscape,Inc. of the above and that the (Title) (Name of Organization) statements contained in the foregoing bid, certification and affidavit are true and correct. ` Subscribed and sworn to before me this // day of = _: _— oZ• /a -- ; / �� Notary Public My Comission Expires: o/% 3/2-- Belinda Parker County of Residence: Notary Public-Notary Seal State of Missouri Johnson County My Commission Expires:Jen.23,2012 Oommleolort#00471002 • ACCEPTANCE The above bid is accepted this— __day of •subject to the following conditions: Contracting Authority Members: PART fi (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100.000) or more (IC 36-1-12-4) Governmental Unit: Bidder(Firm) Mid–America Golf and Landscape, Inc. Date: February 16, 2010 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work When Name and Address of Owner Completed Chase Resorts, Inc. $1 ,451 , 810.00 Renovation 10/08 315 Four Seasons Dr. MO 65049 $995,576.00 Renovation 9/09 1817 lioxC?59/sT hr7 M $5,400,000. 00 New 12/02 Limp us Properties 11 Kntur-ky Rd. MO 64058 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 $1 ,250,991 .00 New Field 3/2010 2000 NnwtHhhStchool66i1hrict $634,000.00 New Field 5/2010 Missouri WEstern State Univ, 4525 Downs Dr. MO 64507 $1 , 177, 508. 00 New Field 5/2010 Arkansas Ci yy Public Schppols P. O.. Rnx 10 H Kansas , 3. Have you ever failed to complete any work awarded to your'? No it so, where and why? 4. List references from private firms for which you have performed work. Please see attached project list SECTION it 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.) 1-2 holes to be closed at a time. Work would start with all bores to be accomplished this winter once ground has firmed for access. March 15, 2010 work to proceed with mainline install on holes 2-8. Laterals upon completion. Mainline on holes 1 , 9 10-18 May 15, 2010. Laterals upon completion. Project•.• complete July 1 , 2010. 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. TPI Utility Construction 478 N. County Rd. 1100 East Zionsville, IN 46077 No bond required of Sub 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. Please See Equipment List 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. Project is based on using RAinbird supplied by Automatic Irrigation. , 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 10:00 am this 16th day of r'Ebruary 2010 Mid—America Golf and LA dscape, Inc. President (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Missouri COUNTY OF Jackson Richard Boylan being duly sworn, deposes and says that he is President of the above Mid—America Golf and Landscape, Inc. (Title) (Name of Organization) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. 4'--f Subscribed and sworn to before me this /6 day of Notary Public My Commission Expires: o/l�3 �-Dle--- County of Residence: V Belinda Parker Notary Public-Notary Seal State of Missouri Johnson County My Commission Expires:Jan.23,2012 Commission#08476882 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. Project Name: Brookshire Golf Club Date Submitted: 2-15-10 Base Bid Amount: $952,978.00 Alternate 1 Bid Amount: Alternate 2 Bid Amount: Alternate 3 Bid Amount: Alternate 4 Bid Amount: Alternate 5 Bid Amount: Alternate 6 Bid Revised 10/16/2008 Pmeo,{y„by Slale board W ALCWM, aoyce fens•aynlenn Muncie IN%ND Form No D6 lNoosod:DOD; CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) Date: 2-15-10 1. Governmental Unit (Owner): _ 2. County: Tazewell 3. Bidder (Firm): Commercial Irrigation & Turf, Inc. Address: 109 Commercial Drive City/State: East Peoria, IL 61611-7002 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 public works project of Automatic Irrigation System for Brookshire Golf Course (Governmental Unit) in accordance with plans and specifications prepared by Commercial Irrigation & Turf, Inc. 2-15-10 and dated for the sum of Nine Hundred Fifty Two Thousand Nine 22 99 Hundred seventy Eight Dollars and'NO Cents 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 (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100.000) or more. (1C 36-1-12-4) Governmental Unit: Bidder (Firm) Commercial Irrigation & Turf, Inc. Date: 02-15-10 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? Contract Amount Class of Work When Name and Address of Owner Completed g kle a Golf Course G Irrigation June 09 16667 Bailey Rd Cuyahoga Falls,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 failed to complete any work awarded to your? If so, where and why? 4. List references from private firms for which you have performed work. See attached 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.) Can begin when weather allows 24 man crew 12 weeks to complete 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. None 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. Vermeer—plows, trenchers, & compactors Kubota— tractors Gator— utility vehicles Trailers 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. Yes • 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: Landscapes Unlimited, LLC 1201 Aries Drive Lincoln, NE 68512 Phone: (402) 423-6653; Contact: Roy Wilson • Project Name: Brookshire Golf Club --Automatic Irrigation System Date Submitted: February 17, 2010 Base Bid Amount: $919,000.00 -- Rainbird Decoder System • Alternate I Bid Rainbird ICS System Amount: $916,000.00 Alternate 2 Bid Amount: Alternate 3 Bid Amount: Alternate 4 Bid Amount: Alternate 5 Bid Amount: Alternate 6 Bid • Revised 10/16/2008 RAIN BIRD ICS CONTROL SYSTEM VOLUNTARY ALTERNATE FOR BROOKSHIRE GOLF COURSE The following alternate is being offered for the design and installation of a Rain Bird irrigation system at Brookshire Golf Course in Carmel, Indiana. The following shall remain the same, per design as submitted: 1) The piping as routed. 2) The rotor layout as proposed. 3) The switches as designed. 4) The surge protection as designed (Use model ICSD) 5) The Rain Bird Stratus II software package The following changes would be made to the submitted design: 1) All of the Rain Bird Eagle Rotor model numbers as proposed would change from the E series to the IC series. 2) The Rain Bird decoders (FD 101, and FD 102) would no longer be required. 3) All rotors will be individual head control, (i.e. —no paired rotors) 4) 2 Main Communication Cables in place of 6 a) Cable #1 to Control Holes 1-9, 10, PG1 b) Cable #2 to Control Holes 10-18, PG2, Practice Tee, Practice Fairway, CG1, CG2, and Front Entrance BROOKSHIRE GOLF COURSE Material and Installation Unit Prices The unit prices shall be utilized for the addition, or deletion of said equipment. Description Unit Price Installed 1" Quick Couple Valve $95.00 ea. • Installed Quick Couple Valve includes: Quick Couple Valve, Swing Joint, Service Tee, Stabilizer,and 6" Valve access box. • Model Installed Price ea. RB 900 SERIES Rotor $280.00 ea. RB 950 SERIES Rotor $295.00 ea. RB 700 SERIES Rotor $275.00 ea. RB 750 SERIES Rotor $285.00 ea. RB 550 SERIES Rotor $275.00 ea. • Installed Rotor includes: Rotor,Pre-Fabricated Swing Joint, Service Tee, Pipe, Decoder and Wire to assure full automatic operation of the rotor. In-Line Surge Arrestor $105.00 ea. w/ Ground Rod. Web-Based Control Package $35,000.00 ea. (317)846-7431 (317)846-9980 FAX www.brookshiregoif.00m BROOKSHIRE GOLF COURSE Material and Installation Unit Prices (cont.) Provide unit prices as they pertain to your proposal. Description Unit Price Installed 10" PVC Pipe $15.00 /ft. 8"PVC Pipe $12.00 /ft. 6"PVC Pipe $9.00 /ft. 4"PVC Pipe $6.00 /ft. 3"PVC Pipe $4.50 /ft. 2.5"PVC Pipe $3.75 /ft. 2"PVC Pipe $3.00 /ft. 10" Cast Iron Gate Valve $805.00 ea. 8" Cast Iron Gate Valve $590.00 ea. 6" Cast Iron Gate Valve $450.00 ea. 4" Cast Iron Gate Valve $350.00 ea. 3"Cast Iron Gate Valve $275.00 ea. 2.5" Cast Iron Gate Valve $250.00 ea. 2"Brass Gate Valve $160.00 ea. • Installed Gate Valve includes a 10"Round Valve Box With green lid. (317)846-7431 (317)846-9980 FAX www.brookshlregolf.com 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: Feb. 15th, 2010 1. Governmental Unit(Owner):City of Carmel, IN 2. County: Hamilton 3. Bidder(Firm):_Landscapes Unlimited, LLC Address: 1201 Aries Drive • City/State: Lincoln, NE 68512 4. Telephone Number: 402-423-6653 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 Automatic Irrigation System at Brookshire Golf Club (Governmental Unit)in accordance with plans and specifications prepared by Jim Held, GCCID with Automatic Irrigation Supply,Co. and dated Feb 15th, 2010 for the sum of Nine Hundred Nineteen Thousand Dollars $ 919,000.00 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 (LC. 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_15th day of February 2010 , subject to the following conditions: Contracting Authority Members: William M. Kubly, Manager Michael H. Jenkins, Ass't Mgr Jim Barger, Ass't Mgr. Charles Buell, Ass't Mgr Roy Wilson, Ass't Mgr. Judy Terwilliger, Ass't Mgr PART 11 (For projects of$100,000 or more— IC 36-1-12-4) Governmental Unit: City of Carmel, IN Bidder(Firm) Landscapes Unlimited, LLC Date: February 15th, 2010 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 See Attached 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 See Attached 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. See attached list of decoder installations. • NOTE: Please see attached narrative from Landscapes Unlimited in reponse to Section II. SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE • 1. Explain 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. Until 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 all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Please see attached narrative from Landscapes Unlimited, LLC in response to section II. 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. ce.nne aew .amm BID OF Don Felts Golf Irrigation, LLC (cun,aclor) 2001 Country Club Drive (Address) Tullahoma, TN 37388 FOR PUBLIC WORKS PROJECTS OF Design and Installation Automatic Irrigation Brookshire Golf Course Flied Action taken Company: Don Felts Golf Irrigation, LLC Project Name: Brookshire Golf Course Date Submitted: February 15, 2010 Base Bid Amount $825,750.00 Alternate 1 Bid ICS Rainbird Sprinkler Heads Amount: $815,950.00 Alternate 2 Bid Amount: Alternate 3 Bid Amount: Alternate 4 Bid Amount: Alternate 5 Bid Amount Alternate 6 Bid Amount: Revised 11/13/2009 Rost gpp by Sur bu.d d kcornr Seyc4 Fora!•Syslimi Muncie W 12411 Foam No 96;RIME 201111 CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) Date: 2-12-2010 1. Governmental Unit(Owner): City of Carmel 2. County: Hamilton 3. Bidder(Firm): Don Felts Golf Irrigation, LLC Address: 2001 Country Club Drive City/State: Tullahoma, Tennessee 37388 4.Telephone Number: 931-455-2100 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 design and installation of automatic irrigation system at (Governmental Unit)in accordance with plans and specifications prepared by Brookshire Golf Course and dated 2-12-2010 for the sum of eight hundred twenty-five thousand, seven hundred fifty dollars $ $825,750.00 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 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. • ACCEPTANCE The above bid is accepted this__ .day of ,subject to the following conditions: Contracting Authority Members: PART II (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100.000) or more. (IC 36-1-12-4) Governmental Unit: Board of Public Works and Safety Bidder(Firm) Don Felts Golf Irrigation, LLC Date: February 12, 2010 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1)year prior to the date of the current bid? Contract Amount Class of Work When Name and Address of Owner Completed 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be Name and Address of Owner Completed None • February 12 3. Have you ever failed 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. Ulen Country Club, Lebanon, IN, Ryan Baldwin, 765-482-5327 Christmas Lake Golf Course, Santa Claus, IN, Kevin Laswell, 812-544-2255 Hillview Country Club, Franklin, IN, Rusty Daily, 317-736-5755 Gavotte Crossing Golf Course, Lafayette, IN, Rich Shamo, 765-497-9081 Sandy Pines Golf Course, Demotte, IN, Cary Jeffries, 219-863-5059 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.) We would start the project as specified based on weather conditions. I would estimate 12-15 employees. Work to be completed in 12 working weeks. 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. At this time, I would employ TPI Utility Construction to make the necessary bores under stream and road crossing. No bond would be required. 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. 1. Several types of Vermeer trenchers and vibratory plows. 2. John Deere back-hoes 3. Misc. tractors, trailers, skid steer, loaders 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. Yes • , 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: ASPEN CORPORATION Project Name: Brookshire Golf Course-Automatic Irrigation System City of Carmel,IN Date Submitted: February 17, 2010 Base Bid Amount; $839,962.70 Eight Hundred Thirty Nine Thousand Nine Hundred Sixty Two and 70/100. Alternate 1 Bid $ 829,925.59 Eight Hundred Twenty Nine Thousand Nine Hundred Twenty Five and 59/100. Amount: Alternate 2 Bid Amount: Alternate 3 Bid Amount: Alternate 4 Bid Amount: Alternate 5 Bid Amount: Alternate 6 Bid Revised 10/18/2008 Form No 98(flovsod 2000) BID OF ASPEN CORPORATION (Contractor) 2400 Ritter Drive (Address) Daniels,WV 25832 . FOR PUBLIC WORKS PROJECTS OF City of Carmel, Indiana Brookshire Golf Course BID ENCLOSED - AUTOMATIC IRRIGATION SYSTEM Filed Action taken 2400S #Q6.e" 4,6,a &o r,es,r -7e,C/c4774J Company Amount Alternative Alternative 1/fr J Tu t . �' bry V oD 2 DOA) Fula 5 6-,ft' eer&Arian) ¶i Sy, J D 3 /724IC i4770 )2�i } 9g p J rion) - c 75D Y /XX/v 4' tu9 /4 &sc4,? 2351 t-oo S �dQ/rl05 CoArs- euc7iO4� Iip Lo79/J1 ecm,n jR,(.i,Q-�-&/3/04-S 1 Y2 7 /0 kgA) LAC ��� `> �dC 6 ,el" e399o4 d 899 s 40sLAPIs 1/, , tvzrSo 9Lcio :.J f Notice to Bidders CITY OF CARMEL, INDIANA The City of Carmel. Board of Public Works and Safety, will receive sealed bids for the design, installation. and purchase of an automatic golf course 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 February 17, 2010. The Bids will be publicly opened and read by the Board of Public Works and Safety at 1000am on February 17, 2010, 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; This project involves the design, materials, labor, tools and equipment needed to provide a complete working irrigation system. Products shall be designed and constructed of materials suited for golf course applications. Control of the irrigation system shall be through a computerized central control system which is decoder based. 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. 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. Wage rates for the Project shall not be less than the current prescribed scale of wages as determined by the Common Construction Wage Committee in accordance with I.C. 5-16-7 and are included in the bid packet. 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 Owner 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 rot in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5-22-18-2. The Owner also reserves the right to waive irregularities in any Bid, and to accept any Bid which is deemed most favorable to the Owner. Diana Cordray Clerk Treasurer • se Prescribed b}Slate hoard of Accounts 80202-5601109 General I'umi No.99t'(Rev. 2009A) C[TY OF CARMEL-STAR LI3GALS 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 Head-Number of lines Body- Number of lines Tail-Number of lines Total number of lines in notice - �blyeplie°IO Bgidders Y CRY at cABMEL,INDIANA - Pl OF Cl-IA RCa ES She Cit f e,Board of Public Wrks and fety,will re- ' eel.esea,o tod slOrMedenfl,installlahnn,and purchoseof 2.D columns wide equals 110.0 equivalent lines at..567 11 d puprse Vol W ithe dent stem tar Orpoltepl¢ fl parse,aline Dine s the a asurelrrigOr 1101.pier line $ 73.37 Civic °)e(h')elne�read be ePep r�Ito Py 9ic"pro a'n'3 �y`�I:barge for notices containing rule and figure work(50 per cent 1p'Wam gllF .411 11 In Lau(K itpampers at OlyI Hal, a Gminoplo oecteadf arked'Br v sICLOSBD Auto ire amount) Metope,Irrigation System-Brookshire'on the outside of flue t ern to e,a dd as otherwise dset forth in the Bid Documents.kextra proofs of publication (11.00 Ior each proof in excess of two) .00 Scope di Work': 1e • L AMOUNT Oh CLAIM 5 73.37 This project Involves the design,naletiats,labor,tools and equipment needed to roeide,a comple¢te working irrigation k , system,Products yyhalf�e designed and constructed ofmphe .rams sailed Icr gsfi Course applications.Control al the Irsoa-M !TING P COST Ilan system sl all a through a campuleoiued central control system which is decoder base ngle column 5_8 ems Size of type 7 Copies at the Bid Specifications l way he examinee vna�tt Brook- shire alllre6o03eCar by 2ttccti contacting Tab Chairs at ae A7 etc' insertions z_t) Bldg. aids II m be snbmnlWd on m the{or ev found ere the Bid pack-' age era II must contain n e hall bp5e o every perd b a ma bon interested the amoo°lntti y and of Ma amount tip itehbey ma bond prate alp,�jrrggro theisle,ged cbefo oa ulye`,m skint the provisions and penalties of IC 5-I -10- , I hereby certify that the foregoing account is bnnsay ii ed mos n thbinstructiions to Bidders �skama cull that the amount claimed is legally due, after allowing all just credits,and that no part of the same Wage tales lot the project shall not be less than the current pretcnbed Ie at wages as determined to th [pp��p Lonetru(tmn Wee Committee di accordance with�.0 5 ales epnd are indeieed-iin the bid packet p� - . y that the printed matter attached hereto is a true copy, of the same column width and type size, (mbar pfQS tr biadergsfte,swtbdrnwlisse.e Lib!'shed in said paper 2 times. The dates of publication being between the dates of: Frye Cwner reserves the rqj*qt to eiect and or canrwl AO and all Brds gnlLdahogs.are/pr ottel5 rn Where er In art a5 eats of tr in tie solicitation when n Is at in lye best infer 1210412010 mgage the agency eoneern nla hop/as ter 1 d by epnrch - rng ages[ in accordance wt [C Zit .4 e aId er se eservesy Hers waive dmoslmlres inane 6l� nuts accept any w Ich is deemed moss tams a sibs MEWL statement checked below is true and correct: ueretTreasorer tS-1/2a/1t,2/lilt-S6O1109) cvcw sirevper does 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. DATE: 02/04/2010 Title: Clerk