HomeMy WebLinkAboutBid Information and Packets PLO/6 1/404 447 Me DAM" .C/&af0IL
Company Amount I Alternative Alternative
iQu C,errA/ L ,.hrnrr
(?Re2F
_4A,e
Ty `7".6C
544s/5ce y %20-HEes (tAr5
X455 2/ 7 C
I7j,(r /4NDS /��j7
A1.SG/9-40[ enc S 90 / 0
rCNLLE.Ddi0 ore); 3790
Prescribed by Slate Board of Accounts 80202-5600039 General Firm No.99P(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
Head -Number of lines
Body- Number of lines
Tail - Number of lines
Total number of lines in notice
NOT1GfTO BIDDERS uN OF CHARGES
City at rmel,Indiana
Nolte sn1!ryrebGyrygne tbmat¢he emit?lrpd m Paubblllic�Iwprks anal 2.0 columns wide equals 108.0 equivalent lines at .667
rc2ety fort ee Eltls or lU�Rouonoabaul as Eleago rwa-Der line $ 72.04
d nng reg Wr stn ^our D k�pn,,ut iw al t
YrJtiieeesaetr°e`ir�'Xp70; idf n�aoTh ea charge or notices containing rule and figure work(50 per cent.
ppp°tr 2nd read pad atttkSlD a.ln pA nNary t on to aid i )
�loeor6o r f:obit vall OneM 1esquare,Carmel,IN.No VB all1011llt
atehvnl�e acdeDteA. N r extra proofs of publication($1.00 for each proof in excess of two) .00
All bids and proposals shall be ropedtn'andtmpletely ezr.L AMOUNT OF CLAIM $ 72.04
(used on th propose 'arms.prows with tie plots and'
speclti(ports.argil seal nclude the n0o-collusion affidavit
re F n a Dv[he State o tnpmna.the bit enve ope.myst Ee
-e ed d addhave me 1 mwng words on y written to ink on
Fhe wnsiae of me enveaope: IMPUTING COST
&d: 201a01 Roundabout and Median pIrrigation
PProject 00 be Steetedlnotmth iN m¢IStreetDe-ngle column 5.8 ems Size of type 7
A pre-bid cgnleere ce W discus tpr'et 9thee budding re. insertions 2.O
aremep6 an gtlenmdiscus1 the ere t matters dl e
sold an tuesday,Febryyyyr YIIi 0 at 10:J a m.al anal
p¢panmens 3A w. t tree'Weste t
4W71 All pprospedlyyae bmtl rs are eqn1couraged to attep the
turbid cooterenoe.l^e pre-bid completed d am not mandatory.
G nerab.krnn No.96 be completed are ble as a pal the provisions and penalties of IC 5-II-IC-I, I hereby certify that the foregoing account is
g he p�(M T l ere to be 5eat¢(�w n¢wor r
lei"� ID RUU D�B /ND MEfOIAN IiIU ttON"dmthat the amount claimed is legally due,after allowing all just credits,and that no part of the same
bel! hyan (prow ti the emu ope.‘M Der50n5 i ter-
h I^ ottr el epaartmenteto ensure tthat allacccmhhar Ndeslor
questions and answers are availae for review by MI mter-
ested parties.
ryo bidder wwitberaawi any.bid orpro Iwittin9 aol y that the printed matter attached hereto is a true copy, of the same column width and type size,
of thirty da lot wing�et"tee date�ye or recei�nSB bi s or.
proposal rme soar of Publlydworksan ettre nlblished in said paper 2 times. The dates of publication being between the dates of:
serye the right to I ,gym/000[[[ II hbi 5 ane r posa 5 or a, p°p p
period on notmore 1 n Nrrry days y ctl Proposals an promo-
tats to reiDdlnm y one ao a eft urns sal time period
7! stye d e1 r rues e nqM to lectand/of earcel
oaoanayy�and all Ql soSlotions and/or otttery in when Lpyyn p2/04/2010
PeI(yst dosotnasQ�ee<�es hat by the theIeestrneeerts in
accoreanre with oC522-I��1e :statement checked below is true and correct:
ptoa L rodray
ler�-treasurer
IS 1/2R/10,2/gR0-5600039)
.Ltv pdpeI 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
r
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: Viarca.acce CC e 4s 11'lCoracentwt
Project Name: auto fa,,-,d uxuiiirna n\QC�IG�n lmcR --t
Date Submitted: Fertok,ta Q_010
Base Bid
Amount: 3 Cl B, i
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 2116'2010
r '
2010 IRRIGATION TOTAL
TOTAL
BID AMOUNT `G IV18 c
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 ROUNDABOUT AND MEDIAN IRRIGATION
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
Penn Ho PO IRe 4 OOP
•
BID OF
1, ift 1PC c t nne9ct5 ►^nw ac8 rke n
(ConUadCTE
Lk ¶ c Icx7;10 Quad
(Addmss)
\ \(kr pl∎s , \ • ki.Dgaaa
FOR
PUBLIC WORKS PROJECTS
OF
91010 Peuncl cxoCx
fn(i fuo o n VrlC A 161k
Filed
Action taken
•ex19,4,by Bits brad el r:u.Nf Boil.FCy.n,•^S•lo.+ ui a. IN f fl Fpm w ve.h.eM..•:-00,
CONTRACTORS BID FOR PUBLIC WORKS
PART I
(To be completed for all bids)
(Please type or print)
(�• i � (
Date: `c�- 1 - 40
1. Governmental Unit (Ownelr):�l 1l\1 � nV l rf'
2. County: N� Y1- f n
3. Bidder (Firm): Lai pC150 i , Cf aQ� Pana.4gr ru(
Address: LA O ti �L\FPi\kC,� (t , (�
City/State: -an r� 4'15 , t IV �W daaa
4. Telephone Number: of Y 1 - 5'549,63
5, Agent of Bidder (it applicable):
Pursuant to notices Ivan, the ru�ndersigned�offerss,to yfurnish labor and/or jmaterial!necessary to complete the
public works project of CM)1�� Cll it ritLith lU l AnC .1 nud1tani La-Lo.(J-tho
(GoverQnental Unit) ina ord^nce with plans and specifications prepared byrithl OP ` ('rf'u !
1
l t u - and dated 7 ti7 a` IC) for the sum of
(JINI P -13/461 j5` n1 &ve rthi iIC(I'1+ MVQYsg lore, ape
The undersigned further agrees to furnish a bond o 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.
II 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 contkact, with respect to any mailer 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
(lf 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 it awarded. I understand that violations hereunder
may result in forteiture 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 parson 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 end belief. _
Dated at 5 Otn — this ti� 0 } day of}�I�i2 CtrL� lam
.or1C 7i E r , t - r Yet
(Mam�pl Organlzatlon)
Y t Tt�\
By
1eECLnt
(Title a, Person Signing)
ACKNOWLEDGEMENT
STATE OF ELLA Lj k S
} SS:
COUNTY OF I/,,.,
MI)C1f �1C€r i o n being duly sworn, deposes and says that he is
•PAP i[ .Q Y 1 I of the above Lard in ' l f t D fin ry-trrr1,4' tfi¢'(`
(Title) ,Name of Orgarizalionf
statements contained in the foregoing bid, certification and affidavit are true and correct.
Subscribed and sworn to before me this t day of2D/D
gi'i4'
Notary Public
My Comission Expires: •41H/ .2.12/2 oaem eaaaaut-o1z...:if,*F^rtun+nl
41n \ SAMNA A SCI*ti? F
�p 9
County of Residence: )i °a * I l,Nia;S I�DTAr?PUBLIC o
*1 °T.' M'E iGitiMb Iti?i JPIP cSs
9 o%F.Av: fd „ a
fd.. 9r.""7 C7,2'ii,
ACCEPTANCE
The above bid is accepted this_ day of , _ , subject to the
following conditions:
Contracting Authority Members:
PART II NOT ! ppi I CGLbJ z
(Complete sections l,ll,lll, and IV for all state and local public works projects as required
by statutes if project is one hundred tthousand dollars ($100000) or more. (IC 36-1-12-4)
Governmental Unit: -1-11-N COF Q `r /l (/� f inn
Bidder(Firm) soaps l .l nl .Q p1`, f r 1{ naSe nt_e.f
Date: EP n1fi-C9 10 t L -()I
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
I I
1 I -
•
3. Have you ever failed to complete any work awarded to your? It so, where and why?
4. List references Irom private firms for which you have performed work.
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.)
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 fisting must be provided prior to contract approval.
3. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
4. Have you entered into contracts or received offers for all materials which substantiate the prices used In
preparing you proposal?Otherwise, please explain the rationale used which would corroborate the prices listed.
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 5.. Dv-v■ this l Sr n ' day of t el�r L r 010--
LCIJanicA- C . ' e pt s 1---tC nal ►trine
(N e rganization)
By kt. '
{�f i-c t C_R_i' j
(Title of Person Signing)
ACKNOWLEDGEMENT
STATE OF 11`\\ y001 S
L )
COUNTY OF —QF-1 p
M1,it, 1CCi t)C\ being duly sworn, deposes and says that he is
res [ an - of the above l /.' Q a� 2 ri t f . it • t (Milt
(Title) (Name or Organl,.ation)
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 P ." /nday of 0h/ / ,..212Z9
. I�iLt' t L� �'GGYi
44/211/g,
Nolary Public
My Commission Expires. ,..oao�g>eeaaao,... �. . . ..••• : . . .;
SANDRA County of Residence: /�tQ�i�_ ; �;LLIUOIS NOTARY PUP.I.IC
°o OFFICIAL t�lY CQ`if:4ISS CIN EXPIRES0
M
C "4' r f At�:t fit, 2012
....+R ba Zpk♦Y4 @r+may? +aaQ�VPOU•!
PART 1
BIDDER INFORMATION
(Please Type or Print)
1
l.1 Bidder Name: - •S . i_ 1 - a . a Yl
1.2 Bidder Address: Street Address: 4cy `
City\Mkrlrrt\dtsitate; Zip:y r,
phone#` ." Fax 4:-.8151 a--4-1 --L(59
1.3 Bidder is alan[mark one):
Individual Partnership Indiana Corporation;
Y. Foreign (Out of State) Corporation; State: 4 4 t rib I 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 Generals Opinion #2, dated January 23, 1958.]
.1 Corporation Name: \-‘311(1 'n p (n20.0 peS i Lbri �y rl'Lp yl
.2 Address: ,2/11 N lJ At l r J1ct n Lj iircL ns(c&2 (se672 )
.3 Date registered with State of Indiana: LI • al--1 • OLD
A Indiana Registered Agent: tJiit 'luf1t4 Rill Stirred A Ct'lfS Inc. .
Name:
Address: &X) tJ rjdt O l lareltE
I rid t Ct_tic1ix)l i S t pj 4U2ULf
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
limes) provided by the terms and conditions of the Contract Documents for the
above described project, includCing any and all a denda thereto, for the total sum of
NI( 1�^f let SU'1(18( .l �eTheirrE1CH--
Dollars ($ ?t(}'?.Si,cti. ). The Biddeoaclmowledges 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
/\.JU1•IC
PART 4
EXCEPTIONS
Instructions To Bidders:
41 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:
ONCifinr -hit,c no cove e ,rm 5
PART 5
FINANCIAL STATEMENT
Attachment of Bidder's financial statement is mandatory. Any Bid submitted without
said financial statement as required by statute shalt thereby be rendered invalid. The
financial statement provided hereunder to OWNER must be specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the project if awarded.
f.
2010 IRRIGATION TOTAL
TOTAL
BID AMOUNT 4111 L 08 °-°
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 ROUNDABOUT AND MEDIAN IRRIGATION
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 he fully and accurately filled in and completed and notarized
Project: Street Department
2010 ROUNDABOUT AND MEDIAN IRRIGATION
Proposal For: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
City of Carmel
Date: 271-71/Z (0
To: City of Carmel, Indiana, Board of Public Works and Safety
PART 1
BIDDER INFORMATION
(Please Type or Print)
I.I Bidder Name: SG\50-€19 S (b 't1" 1,ers Lanasc e 09 inc.
1.2 Bidder Address: Street Address: 4-1317 East 19(O+h S-rcct
City: .QfM € t State: L N Zip: H &D 73
Phone #: On) ?LI 3- ()JOE) Fax #: (pi) 8 13-0 0.9
1.3 Bidder is a/an /mark one]:
Individual Partnership _Z(_ 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, 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, including any and all addenda thereto, for the total sum of
Dollars (5 t �y , ,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.
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
z/ lit 1010
2- 2/ lz-t itIo
7410
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 IRRIGATION TOTAL
TOTAL.
00
BID AMOUNT ) leo.
S
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department
2010 ROUNDABOUT AND MEDIAN IRRIGATION
•
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 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 ROUNDABOUT AND MEDIAN IRRIGATION
Proposal For: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
City of Carmel
Date: _f2!/u€+ 4219/0
To: City of Carmel, Indiana, Board of Public Works and Safety
•
PART I
BIDDER INFORMATION
/ (Please Type or Print) /! // , '
1.1 Bidder Name: 8 14 errfic�ivh0�e, inc. • �y 4' eo''��- 7
1.2 Bidder Address: Street Address: /04,..5--oz DLil a i)nF 1 c !/
City: &Casa' State: /47 Zip: 4/119-it
Phone #: (3taj f5-3V00 Fax #: (41* 8?3' 3 �
1.3 Bidder is a/an [mark one]:
Individual Partnership k 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, 1958.]
.1 Corporation Name:
2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
a. BARTHULY
tste- IRRIGATION, INC.
February 17, 2010
To Whom It May Concern:
In respect to our qualifications:
Barthuly Irrigation has been in business since 1991. We have installed and serviced
several thousands of irrigation systems over those years. Likewise, many of our projects
have included drip irrigation. In 2009 we installed the first sub surface (drip) irrigation
system for an athletic field in Indiana. We are currently installing five irrigation systems
(roundabouts) for the City of Carmel. These include drip irrigation. We are Water
Sense partners. Which is an EPA sponsored program that focuses on the conservation
and responsible use of water. We have certifications with the Irrigation Association
including the coveted Certified Landscape and Irrigation Auditing (CLIA) stamp of
approval. We have also passed the business and law program and the irrigation program
for the State of Florida which is one of the most difficult states to obtain an irrigation
license to conduct business.
References:
Kenney Outdoor Solutions/ Indianapolis, IN/ PH: 317.872.4793
Landtech Irrigation Consultants/ Indianapolis, IN/ PH: 317.870.2619
Automatic Irrigation/ Fishers, IN/ PI-I: 317.58 .0167
Best R ards��
i'S'
Ken Ba 'in
ice P sid/nt
10652 Deandra Drive/Zionsville, IN/Ph: 317.873.3700/Fax: 317.873.3718
www.barthulyirrigwion.com
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 perfomi
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 describb d project, incl_l(�)ding any and all addenda thereto, for the total sum of
p
Dollars (S S,goo.' ). 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 1 _
Fc6nK�/ /_7 do 69
•
Bin BARTH;ULY
uvcv;"1 IRRIGATION, INC.
Prices for Labor and parts for routine re.airs:
79/hr Labor
$ 175.00 Weathermatic Smartline controller
$ 249.00 Weathermatic on site weather station
$ 24.00 Rain Bird DVF electric valve
$ 13.00 Rain Bird Spray body(12")
$ 7.00 Hunter MP rotator Nozzle
$ 500.00 Febco Reduced Pressure Backflow Assembly(1")
$ 24.00 Rain Bird DVF electric valve (drip)
$ 12.00 Pressure regulator
$ 81.00 Disc Filter(120 Mesh)
NOTE All systems to be started up by May 15th, 2010.
Roundabouts Spring Start-up, Backflow test, Winterization
96th and ditch $ 180.00
96th and Spring mill $ 180.00
96th and westfield $ 180.00
103rd and pennsylvania $ 180.00
106th and Gray $ 180.00
106th and Pennsylvania $ 180.00
106th and Spring Mill $ 180.00
116th and Clay Center $ 180.00
116th and Ditch $ 180.00
116th and Illinois $ 180.00
116th and Shelborne $ 180.00
126th and Illinois $ 180.00
126th and Towne $ 180.00
131st and Clay Center $ 180.00
131st and Ditch $ 180.00
131st and Illinois $ 432.00
136th and Ditch $ 180.00
136th and Oak ridge/Illinois $ 297.00
136th and Spring Mill $ 180.00
136th and Towne $ 180.00
141st and Ditch $ 180.00
141st Spring Mill $ 180.00
141st and Towne $ 180.00
Oak Ridge and Adios Pass $ 180.00
Oak Ridge and Bennett $ 180.00
Spring Mill and Dorset $ 180.00
Medians
116th (Keystone/College) $ 351.00
106th to S. of 103rd)
$ 5,400.00
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 Pan.
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: //
'Y s'e'
•
•
2010 IRRIGATION TOTAL
TOTAL
BID AMOUNT
,11 co
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
CITY OP CARMEL ROUNDABOUT AND MEDIAN IRRIGATION
MAINTENANCE SPECIFICATIONS
Qualifications:
Irrigation contractor must show proof of acceptable training and experience by authorized factory personnel in both
overhead and underground drip irrigation systems. A Certified Irrigation Contractor serves as the primary source of
verification;however contractor's verifiable experience with all aspects of irrigation will he taken into account.
Scope of Work:
Spring: All roundabouts and medians specified are to have water lines charged; backflow devices inspected and
tagged by a state-approved licensed inspector.The controller should have the battery replaced and all zones should
be run from the controller to verify proper working conditions.Additionally, any system that has a weather monitor
shall also have the battery replaced and tested to make certain of an intact communication link.Any defects in the
system are to be corrected in order to obtain an irrigation system that works properly. Any deviations in spray
patterns,coverage, or pressure should be corrected, noted in writing and reported to an authorized City
representative.This work is to be completed by May 15'2',2010.
Fall: leVinterization of the system includes blowing-out and draining of all lines: including backflow devices as well
as any other maintenance necessary to winterize each system. Care should be taken to not allow pressure in any Drip
System to exceed 40 PSI. Random on-site visits will occur. Any violations of these guidelines will results in the
contractor to be responsible for any and all repairs at the contractor's expense.
Prices for labor and parts for routine repairs shall be listed in the hid.
$
50.CO Laborkeia_r, /- oat' $ 6/.70 Ml' Rotator Nozzle
$ /9 , 00 Controller $,10 0,00 1"RP Backfow Presenter
$I00. CC Weather Monitor $ 55.o a Drip Valve
$ 1,5y,.O0 1"Valve $ 61J,C0 Pressure Regulator
$ )'I.50 12"Spray Body S 9,&,C0 Disc Filter
List of irrigation systems requiring start-up,blow-out,and winterization:
Most roundabouts contain 2-3 zones: 1 MP Router zone, I turf zone, I um zone.
116th St. median has a total of 14 zones,with both turf and pop-up spray-head zones.
136th St. & Oak Ridge Rd./Illinois St. Roundabout has 9 zones.
131st St.Roundabouts at Illinois St.and Spring Mill Rd.and adjoining median contains 27 zones.
Roundabouts:
96th St. &Ditch Rd. 136th St. &Ditch Rd.
96th St. &Spring Mill Rd. 136th St. &Oak Ridge Rd./Illinois St.
96th St.&Westfield Blvd. 136th Si &Spring Mill Rd.
103rd St. &Pennsylvania St. 136th St. &Towne Rd.
106th St. &Gray Rd. 141st St. &Ditch Rd.
106th St.&Pennsylvania St. 141st St. &Spring Mill Rd.
106th St. &Spring Mill Rd. 141st St. &Towne Rd.
116th St. &Clay Center Rd; Oak Ridge Rd. &Adios Pass
116th St. &Ditch Rd. Oak Ridge Rd. &Bennett Rd.
116th St. &Illinois St.— Spring Mill Rd. &Dorset
(joined with 1 16th St. &Spring Mill Rd.)
116th St. &Shelborne Rd. Medians:
126th St. &Illinois St.
126th St. &Towne Rd. 116th St.—(Keystone Ave.—College Ave.)-
131st St. &Clay Center Rd. Pennsylvania Ave.—(106th St. to S of 103rd St.)-
131 st St. &Ditch Rd. (includes all divider islands)
131st St. &Illinois St.—
(joined with 131st St. &Spring Mill Rd.)
131st St. &Towne Rd.
PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department
2010 ROUNDABOUT AND MEDIAN IRRIGATION
BIDDER SHALL RETURN THIS
ORIGINAL PROPOSAL AND ONE (1) COPY
OF TIIE 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 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 ROUNDABOUT AND MEDIAN IRRIGATION
Proposal For: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
City of Carmel
Date: Q._ 1 ' I D
To: City of Carmel, Indiana,Board of Public Works and Safety
PART 1
•
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: '1 • k -tt'-,L•
1 .2 Bidder Address: Street Address: NV\ 1`(l f .l 1ri V P .
City:\s‘ IEStctrt-D State:-,114, Zip: '-(COI4
•
Phone#: NI VW-SOT] Fax (1)%0-a l ■
1.3 Bidder is a/an[mark one]:
Individual Partnership L.Indiana Corporation;
Foreign(Out of State) Corporation; State: j---*r N pLc
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, 19581
.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
a1love de/scribed project, including any and all •ddei da thereto, coy the total sr in of4
Q�f1 �h lift rtv all �Jwt,t.f i i v1 Qdd a oa
Dollars (S f 015. 20 ). The Bidder acknoMedges that evaluation
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
1gUMBER
•
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 Exc�pt) s:
t • 2010 IRRIGATION TOTAL
1
' TOTAL
t BID AMOUNT
1• 48;yOO •
1
I
I * THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
1
I
I
1
1
1
1
U .
1
1
INOTICE TO BIDDERS
• City of Carmel, Indiana
' Department: Carmel Street Department
3400 W. 131Q Street
Westfield, IN 46074
' Project: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana.
will receive sealed bids, during regular business hours,up to, but not later than 10:00 A.M., Wednesday, February
17th 2010.
1 All bids and proposals shall he properly and completely executed on the proposal forms provided with the plans and
specifications, and shall include the non-collusion affidavit required by the State of Indiana. The bid envelope must
he sealed and have the following words only written in ink on the outside of the envelope:
Bid: 2010 Roundabout and Median Irrigation
' Project manuals may he obtained from the Cannel Street Department. 3400 \V. 131st Street, Westfield, IN 46074.
A pre-hid conference to discuss the Project,the bidding requirements and other important and related matters will
be held on Tuesday, February 9°', 2010 at 10:30 a.m. at Carmel Street Department, 3400\V. 131st Street,
' Westfield, IN 46074. All prospective bidders are encouraged to anend the pre-bid conference. The pre-bid
conference is not mandatory.
I • General Form No. 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the
word "BID—2010 ROUNDABOUT AND MEDIAN IRRIGATION" on the lower left hand corner of the
envelope. 13ids will be opened and read aloud at 10 a.m. on February 17°1, 2010 at the Board of Public Works and
Safety meeting on the 2"d floor of Carmel City I-lall,One Civic Square, Carmel, IN. All persons interested in
bidding shall register a contact name and address with the Street Department to ensure that all changes or questions
and answers are available for review by all interested parties.
No bidder may withdraw any bid or proposal within a period of thirty(30)clays following the date set for receiving
bids or proposals. The Carmel Board of Public Works and Safety reserves the right to hold any or all bids and
proposals for a period of not more than thirty(30) days,such bids and proposals to remain in full force and effect
during said time period. The City of Carmel reserves the right to reject and/or cancel any and all bids, solicitations
and/or offers in whole or in part as specified in the solicitation for bids when, in the City's sole discretion, it believes
that it is in the best interests of the City to do so,as determined by the purchasing agency in accordance with IC 5-
22-18-2.
I
1
Diana L. Cordray
Clerk-Treasurer
Please publish January 28"', 2010 and February 4°i, 2010
•
1
1
1 !
• PROPOSAL PACKAGE
FOR
CITY OF CARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department
2010 ROUNDABOUT AND MEDIAN IRRIGATION
I
BIDDER SHALL RETURN THIS
ORIGINAL PROPOSAL AND ONE (1) COPY
OF THE ENTIRE PROPOSAL PACKAGE WITH BID
I
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
I • DOCUMENTS, PLEASE CONTACT
DAVE HUFFMAN AT 733-2001
•
1
I
I
I
1
1
I
I
I
•
• BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all
Parts shall be fully and accurately filled in and completed and notarized.
Project: Street Department
2010 ROUNDABOUT AND MEDIAN IRRIGATION
Proposal For: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
' City of Cannel
Date: -//t - /4
To: City of Carmel, Indiana, Board of Public Works and Safety
I .
I
I
I
1
1
i
1
1
1 '
I 0PART
• BIDDER INFORMATION
I // (Please Type or Print)
11 c1
I1.1 Bidder Name: _7017.0 Li =k 1-1-42110.4.A.1 l.S r'1j I eeS
1.2 Bidder Address: Street Address: (4 So 1)p.iVE.
I City: CA�2 al _ State: Zip: 24037-
IPhone #: 5 8')7_C/gO(Q Fax #: &# gen_ ss"71
1.3 Bidder is a/an [mark one]:
I Z-
Individual Partnership v Indiana Corporation;
I Foreign (Out of State) Corporation; State: •
Joint Venture Other: _
I1.4 [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
I expressed in the Attorney General's Opinion 1#2, dated January 23, 1958]
- r 1
.l Corporation Name: fizpLf2-E t—PnsAmiAp eS TO-
2 Address: gg6i p N-.g.AA.w:Ih ys c 1'` r tsnj 7E tree.
1 .3 Date registered with State of Indiana: 6—Ci-23
.4 Indiana Registered Agent: D1,0N ct2 I r—Sl T7____
IName: LOweiI 2ALSIL\4
IAddress: ggbl M. Ara • ,( IsHar ej, 1 LIL2037-
•
1
1
PART 2
• BID PROPOSAL
1 2.1 Project Bid.
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
1 apparatus, materials, equipment, service and other necessary supplies, and to perform
and fulfill all obligations incident thereto in strict accordance with and within the
1 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
Ic1{-r 111oasonc. Thur Wva& bollati4
1 Dollars ($ t1-1OO.CO ). 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.
1
1
1 •
1
i
1
1
1
-
1 a 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
1 NUMBER
/ / z60/ZC- v�
■ v
1
i •
i
1
1
i
i
1
U. 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:
N ll�
I
I
I.
1
1
P
I
I
•
1
2010 IRRIGATION TOTAL
ti.tit Ft41
TOTAL
!L
BID AMOUNT kzi q 9m ' 9-0
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 ROUNDABOUT AND MEDIAN IRRIGATION
BIDDER SHALL RETURN THIS
ORIGINAL PROPOSAL AND ONE (1) COPY
OF TIME ENTIRE PROPOSAL PACKAGE WITH BID
IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT
DOCUMENTS, PLEASE CONTACT
DAVE IIUFFMAN AT 733-2001
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall he utilized hp all Bidders. Except as otherwise specifically provided, all
Parts shall he full'and accurately filled in and completed and notarized.
Project: Street Department
2010 ROUNDABOUT AND MEDIAN IRRIGATION
Proposal For: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
City of Carmel
Date: )41 5710 r 0
To: City of Carmel, Indiana, Board of Public Works and Safety
PART I
BIDDER INFORMATION
(Please Type or Print)
1 .1 Bidder Name: I144. 67,ea",J.
1.2 Bidder Address: Street Address: i l7 sC Cc-rhi-1O LO L� r07Li"P
]
City: 1"JC``iAt State: Zip: 44 G 3 g
317 117
Phone #: ( ) 570 ' 2' 00Fax #: ( ) 570 - Z31O
1.3 Bidder is a/an [mark one]:
Individual Partnership Indiana Corporation;
Foreign (Out of State) Corporation; State: •
Joint Venture X Other: int Gt.C.,
1.4 [The following mnst 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 #?, 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, including any and all addenda thereto, for the total sum of
�oww ix.�r .0 /✓r0t pH^.i(uc( Alw1
Dollars (S oq0. 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.
PA RT 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
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:
'1
2010 IRRIGATION TOTAL
TOTAL
BID AMOUNT 4 y700. 00
THIS IS TO BE THE FIRST PAGE OF ENTIRE BID.
NO'T'ICE TO BIDDERS
City of Carmel, Indiana
Department: Carmel Street Department
3400 W. 131" Street
Westfield, IN 46074
Project: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
Notice is hereby given that the Board of Public AYorks and Safety for the City of Cannel. I-lamihon County. Indiana.
will receive scaled bids. during regular business hours. up to. but not later than 10:00 A.M.. Wednesday, February
2010. nes -y
All bids and proposals shall be properly and completely executed on the proposal for provided with the plans and
specifications. and shall include the non-collusion affidavit required by the State of Indiana. The bid envelope must
he sealed and have the following words only written in ink on the outside of the envelope:
13id: 2010 Roundabout and Median Irrigation
Project manuals may be obtained from the Carmel Street Department. 3400 W. 131st Street, Westfield, IN 46074.
A pre-hid conference to discuss the Project, the bidding requirements and other important and related matters will
be held on Tuesday, February 9'", 2010 at 10:30 a.m. at Carmel Street Department, 3400 W. 131st Street,
Westfield. IN 46074. All prospective bidders are encouraged to attend the pre-bid conference. The pre-hid
conference is nnl mandatory.
General Form No.96 must be completed and filed as a part of the hid package All bids are to be sealed with the
word °BID— 2010 ROUNDABOUT AND MEDIAN IRRIGATION"on the lower left hand corner of the
envelope. Bids will he o1ened and read aloud at 10 a.m. on February 17"' 2010 at the Board of Public Works and
Safety meeting on the 2" floor of Carmel City Hall, One Civic Square, Carmel, IN. All persons interested in
bidding shall register a contact name and address with the Street Department to ensure that all changes or questions
and answers are available for review by all interested parties.
No bidder may withdraw any hid or proposal within a period of thirty(30) (lays following the date set for receiving
bids or proposals. The Carmel Board of Public Works and Safety reserves the right to hold any or all bids and
proposals for a period of nor more than thirty(301 days, such bids and proposals to remain in full force and effect
during said time period, The City of Carmel reserves the right to reject and/or cancel any and all bids,solicitations
and/or otfens in whole or in part as specified in the solicitation for bids when, in the City's sole discretion, it believes
that it is in the hest interests of the City to do so. as determined by the purchasing agency in accordance with IC 5-
22-1 S-2.
Diana L Cordrry
Clerk-1 reasurer
Please publish Januar y 2R"'. Min and Pch tun v . 21110
PROPOSAL PACKAGE
FOR
CITY OFCARMEL, INDIANA
BY AND THROUGH ITS
BOARD OF PUBLIC WORKS AND SAFETY
PROJECT: Street Department
2010 ROUNDABOUT AND MEDIAN IRRIGA'T'ION
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
Cite of Cannel
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 and notarized.
Project: Street Department
2010 ROUNDABOUT AND MEDIAN IRRIGATION
Proposal For: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
City of Carmel
Date: 02-7/ ) c) C/°
To: City of Carmel, Indiana, Board of Public Works and Safely
PART I
BIDDER INFORMATION
]J(Please Type or Print)J-
1.1 Bidder Name: hr s. C/ cS LAv,drec al /c
12 Bidder Address: Street Address:3355 5 . 4rL1vt� /Jr(
city: -4JpIS • State: -.-d-) Zip (g6d-U3
Phone #f 7D -crceFar #: (3p) 79 , -q .rir
1.3 Bidder is a/an [mark one]:
Individual Partnership Tdiana Corporation;
•
Foreigm (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 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, including an and all addenda thereto, for the tgtal sum of
aa4CC_P1 Se v e ✓ems._/ t�l.✓l.c�r ea/
Dollars (S `/700 _cc ). 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 DOCUMEN'T'S 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
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 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 IRRIGATION TOTAL
TOTAL
BID AMOUNT 60 to
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 ROUNDABOUT AND MEDIAN IRRIGATION
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 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 ROUNDABOUT AND MEDIAN IRRIGATION
Proposal For: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
City of Carmel
Date: t7 I t . '2.15110 —
To: City of Carmel, Indiana, Board of Public Works and Safety
•
PART 1
BIDDER NFORMATION
(Please Type or Print)
1.1 Bidder Name: S :c e tZ �b4-4194,6k. P� o� a CT •e- , Lk;
1.2 Bidder Address: Street Address: :31-91 tJ . 1 Ili-( Ake.
City: I t-f pPI,S State: A t-I Zip: 4226
Phone #:$1 '54'2- ' 2 0Fax #: ( ) 317 54 2. 5202
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 or joint
venture parties is a foreign corporation. Note: To do business in or with the City of
Carme!, 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, 19581
.1 Corporation Name:
2 I � L Co aNcmeS
Address: 3749
Ac(a . L Jt7teuAPw14 La 46226
.3 Date registered with State of Indiana: ,J J).„l! 2 1, d&7
.4 Indiana Registered Agent: L 6eei aec.
Name:
Address: Iv4tl l G, I(/cX-1- , I'v,t-1ct9 { tic 4-6 0tO,
Addendum #2
PART 2
BID PROPOSAL
2.1 Project Bid.
The bid 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 hagworm 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
hoot l uoosh..-I0 Twos a j-Icx-lope-p J -4a o ----
__ Dollars (SD• CD ). The Bidder acknow edges 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 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
YO 'ipso �`,_ _ 2• , Sd11Jn,. '2.9 , 2D10
2- 0 2010 No n,-I •e •• . _w ' • 17 '2 O O
- 1-0 ZoID •• OI a
CITY OF CARMEL ROUNDABOUT AND MEDIAN IRRIGATION
MAINTENANCE SPECIFICATIONS
Qualifications:
Irrigation contractor must show proof of acceptable training and experience by authorized factory personnel in both
overhead and underground drip irrigation systems. A Certified Irrigation Contractor serves as the primary source of
verification; however contractor's verifiable experience with all aspects of irrigation will be taken into account.
Scope of Work:
Spring: All roundabouts and medians specified are to have water lines charged; backflow devices inspected and
tagged by a state-approved licensed inspector.The controller should have the battery replaced and all zones should
be run from the controller to verify proper working conditions. Additionally, any system that has a weather monitor
shall also have the battery replaced and tested to make certain elan intact communication link. Any defects in the
system are to be corrected in order to obtain an irrigation system that works properly. Any deviations in spray
patterns, coverage, or pressure should be corrected, noted in writing and reported to an authorized City
representative. This work is to be completed by May I5a', 2010.
Fall: Winterization.of the system includes blowing-out and draining of all lines: including backflow devices as well
as any other maintenance necessary to winterize each system. Care should be taken to not allow pressure in any Drip
System to exceed 40 PSI. Random on-site visits will occur. Any violations of these guidelines will results in the
contractor to be responsible for any and all repairs at the contractor's expense.
Prices for labor and pans for routine repairs shall be listed in the bid.
$ %>5. 0GLahor $ h •2 9' MP Rotator Nozzle
5 1.- 0.DeController $ •Q 15- I- RP Backtlow Presenter
S '31.5OWeatherMonitor $ 16.oODrip Valve
S lb. oOl"Valve $ 15•• 0 Pressure Regulator
$ °1 12" Spray Body $ l°1..00Disc Filter
List of irrigation systems requiring start-up, blow-out, and winterization:
Most roundabouts contain 2-3 zones: I MP Router zone, 1 turf zone, I urn zone.
1 16th St. median has a total of 14 zones, with both turf and pop-up spray-head zones.
136th St. & Oak Ridge Rd. / Illinois St. Roundabout has 9 zones.
131st St. Roundabouts at Illinois St. and Spring Mill Rd. and adjoining median contains 27 zones.
Roundabouts:
96th St. & Ditch Rd. 136th St. & Ditch Rd.
96th St. & Spring Mill Rd. 136th St. & Oak Ridge Rd./ Illinois St.
96th St. & Westfield Blvd. 136th St. &Spring Mill Rd.
103rd St. & Pennsylvania St. 136th St. &Towne Rd.
106th St. & Gray Rd. 14I st St. &Ditch Rd.
106th St. & Pennsylvania St. 141st St. &Spring Mill Rd.
106th St. & Spring Mill Rd. 141st St. &Towne Rd.
116th St. & Clay Center Rd. Oak Ridge Rd. & Adios Pass
116th St. & Ditch Rd. Oak Ridge Rd. & Bennett Rd.
116th St. & Illinois St. — Spring Mill Rd. & Dorset
(joined with 116th St. & Spring Mill Rd.)
1 16th St. & Shelborne Rd. Medians:
126th St. & Illinois St.
126th St. &Towne Rd. 1 16th St.—(Keystone Ave.—College Ave.)-
131 st St. &Clay Center Rd. Pennsylvania Ave.—(106th St. to S of 103rd St.) -
131st St. & Ditch Rd. (includes all divider islands)
'131st St. & Illinois St.—
(joined with 131st St. & Spring Mill Rd.)
131st St. &Towne Rd.
•
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:
ot—(
•
t
2010 IRRIGATION TOTAL
TOTAL
BID AMOUNT * 3990. oo
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 ROUNDABOUT AND MEDIAN IRRIGATION
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 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 ROUNDABOUT AND MEDIAN IRRIGATION
Proposal For: 2010 ROUNDABOUT AND MEDIAN IRRIGATION
City of Cannel
Date: 0 z/r770
To: City of Carmel, Indiana, Board of Public Works and Safety
PART 1
BIDDER INFORMATION
(Please Type or Print)
1.1 Bidder Name: G..i&tco•v, i"-e..
1.2 Bidder Address: Street Address: h,o o E..s-r //o 73' Sn..w7"--
City: Ci.r•.•-trc. State: 1—/ Zip: v&ors Z
Phone#: (m) S9 -woo Fax #: (x,) S'>3 - 3S9
1.3 Bidder is a/an [mark one]:
Individual Partnership /liana 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 23, 19581]
.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
Ta rs- ring A^+D ' /'n"c /TVNOLtp f A.IYNM1 Y7
__Dollars (S 3 9 9 0. o o ). 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
•
PART 4
EXCEPTIONS
Insinictions 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: