HomeMy WebLinkAboutBPW 01-15-14 PaperlessBoard of Public Works and Safety Meeting
AGENDA
Wednesday, January 15, 2014 – 10:00 a.m.
Council Chambers City Hall One Civic Square
MEETING CALLED TO ORDER
1. MINUTES
a. Minutes from the December 18, 2013 Regular Meeting
2. BID OPENING/AWARDS
a. Bid Opening for Water Treatment Plant No. 1 – Filter Addition; John Duffy,
Director of the Utilities Department
b. Bid Opening for Well 30; John Duffy, Director of the Utilities Department
c. Bid Opening for Water Treatment Plant 4 – Chemical Feed; John Duffy,
Director of the Utilities Department
d. Quote Opening for 2014 Hanging Baskets; Parks Pifer, Street Department
e. Quote Opening for Spring 2014 Annuals; Parks Pifer, Street Department
3. CONTRACTS
a. Request for Purchase of Goods and Services; Change Order #1; E&B
Paving; (increase $113,531.98); Paving Program; Dave Huffman, Street
Commissioner
b. Request for Purchase of Goods and Services; CMI; Acknowledgement of
Receipt; Steve Engelking
c. Request for Purchase of Goods and Services; Master Translation Services;
Interpretation/Translation Services; Judge Brian Poindexter, Carmel City
Courts
d. Request for Purchase of Goods and Services; Joni L. Sedberry, Attorney at
Law; Indigent Defense Services; Judge Brian Poindexter, Carmel City Courts
4. CITY FACILITIES/STREETS/USE
a. Request to Use Gazebo; Wedding; May 9, 2014; 1:00 pm to 7:30 pm; Jessica
Tipton
b. Request to Use City Streets; Artomobilia; August 23, 2014; 6:00 a.m. to 8:00
p.m.; Megan McVicker
c. Request to Use City Streets; Gazebo; City Hall Parking Lots; Center Green;
CarmelFest; July 2, 3,and 4th, 2014; Jeff Worrell
5. OTHER
a. TABLED 2/6/11; Request for Dedication of Streets; Traditions on the
Monon; Robert Potokar, HOA Traditions on the Monon
b. Request for Renewal of Medical Stop-Loss Insurance; Standard Security
Life; Barb Lamb, Human Resource
c. Request for Approval of Rider; Standard Security Life Insurance; Barb
Lamb, Human Resource
d. Request for Right of Way Dedication; That Barrington of Carmel; Guilford
Road; Charles Brewer, Mayflower Communities
e. Request for Request for Technical Standards Variances; Sanctuary @ 116th
Street; Colin Patterson, Weihe Engineers
f. Request for Lane Closures/Open Pavement Cut; 116th at U.S. 31; Jeff Moore,
Robinson Trenching & Direction Boring
g. Request for Open Pavement Cut, Road Closure, Temporary Construction
Entrance; Woodland Lifestyle Center; Woodland Country Club; Chris
Hinkle, SEA Group Land Surveyors
6. ADJOURNMENT
BOARD OF PUBLIC WORKS & SAFETY MEETING
MINUTES
WEDNESDAY, DECEMBER 18, 2013 –10:00 A.M.
COUNCIL CHAMBERS / CITY HALL / ONE CIVIC SQUARE
MEETING CALLED TO ORDER
Mayor Brainard called the meeting to order at 10:06 a.m.
MEMBERS PRESENT
Mayor Brainard, Board Members; Mary Ann Burke and Lori Watson, Deputy Clerk; Sandy Johnson
MINUTES
Minutes for the December 4, 2013 Regular Meeting were approved 3-0.
BID OPENINGS/AWARDS
Bid Opening for the 2014 Police Cars; Mayor Brainard opened and read the bids aloud;
Company Amount
W. Hare & Sons $21,681.00
Ford $25,558.00
The bids were given to Jim Barlow, Carmel Police Department for review and recommendation.
Bid Opening for the 106th Street & Illinois Water Main; Mayor Brainard opened and read the bids
aloud;
Company Amount
Sub-Surface $132,810.00
Culy Construction $177,000.00
CSU $116,501.00
Midwest Mole $181,690.00
TPI $128,900.00
Atlas Excavating $162,800.00
The bids were given to John Duffy, Director of the Department of Utilities for review and
recommendation.
Quote Opening for Traffic Signal Maintenance; Mayor Brainard opened and read the bids aloud;
Company Amount
Signal Construction $24,180.00
Midwestern Electric $37,860.00
The bids were given to Mike McBride, City Engineer for review and recommendation.
Bid Award For Illinois Street Extension; Spring Mill Road to 106th; E&B Paving/Gradex;
($6,748,270.63) this was the lowest most responsive bid; Board Member Burke moved to approve.
Board Member Watson seconded. Request approved 3-0.
Bid Award; Pennsylvania Street Water Main Project; Atlas Excavating; ($1,022,860.00); this was the
lowest most responsive bid; Board Member Burke moved to approve. Board Member Watson
seconded. Request approved 3-0.
PERFORMANCE RELEASES
Resolution No. BPW-12-18-13-01; Cobblestone Commons; Streets, Curbs & Walks; Board Member
Burke moved to approve. Board Member Watson seconded. Request approved 3-0.
Resolution No. BPW-12-18-13-02; Village of West Clay; Section8002; Concrete Curbs; Board
Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0.
Resolution No. BPW-12-18-13-03; Village of West Clay; Section 8002; Board Member Burke moved to
approve. Board Member Watson seconded. Request approved 3-0.
Resolution No. BPW-12-18-13-04; Legacy; Multiple Phases; Board Member Burke moved to approve.
Board Member Watson seconded. Request approved 3-0.
Resolution NO. BPW-12-184-13-05; Long Ridge Estates; Water Mains; Board Member Burke moved
to approve. Board Member Watson seconded. Request approved 3-0.
CONTRACTS
Request for Purchase of Goods and Services; Additional Service #1; Angel Touch Lawn Care;
($15,000.00); removal of trees and stumps; Board Member Burke moved to approve. Board Member
Watson seconded. Request approved 3-0.
Request for Purchase of Goods and Services; Sub Surface of Indiana; ($348,000.00); Bridlebourne
Drainage; Board Member Burke moved to approve. Board Member Watson seconded. Request
approved 3-0.
Request for Purchase of Goods and Services; Service First; ($23,043.28); Office Cleaning; Board
Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0.
Request for Purchase of Goods and Services; Change Order #1; Hunt Paving Company; ($41,920.00);
136th Culvert; Board Member Burke moved to approve. Board Member Watson seconded. Request
approved 3-0.
Request for Purchase of Goods and Services; Indiana University Public Policy Institute Study;
($92,000.00); Concept Paper-Evaluation of Outcomes Resulting from the Carmel City Center and Old
Town Redevelopment Efforts; Board Member Burke moved to approve. Board Member Watson
seconded. Request approved 3-0.
Request for Purchase of Goods and Services; E&B Paving/Gradex; ($6,504,567.67); Illinois Street
Extension Phase II; Board Member Burke moved to approve. Board Member Watson seconded.
Request approved 3-0.
Request for Purchase of Goods and Services; Vive Exterior Design; ($74,570.00); Sidewalk Snow
Removal – Art and Design District/City Center/PAC; Board Member Burke moved to approve. Board
Member Watson seconded. Request approved 3-0.
CITY FACILITIES/STREETS/USE
Request to Use Japanese Garden; Wedding; May 31, 2014; 11:00 a.m. to 1:30 p.m.; Eric
Seidensticker; Board Member Burke moved to approve. Board Member Watson seconded. Request
approved 3-0.
OTHER
REMAINS TABLED: Request for Dedication of Streets; Traditions on the Monon
Request for Variance; Improvements of Right of Way; 116th at Rangeline; Board Member Burke moved
to approve. Board Member Watson seconded. Request approved 3-0.
Request for Variance; Fence and Landscaping; 12080 Bennington Trace; Board Member Burke moved
to approve. Board Member Watson seconded. Request approved 3-0.
Request for Replat; Cottages at Carmel; Block N, Units 33 & 34; Board Member Burke moved to
approve. Board Member Watson seconded. Request approved 3-0.
Request for Temporary Construction Entrance; Inglenook Subdivision; Board Member Burke moved to
approve. Board Member Watson seconded. Request approved 3-0.
Request for Stormwater Technical Standards Variance; Board Member Burke moved to approve.
Board Member Watson seconded. Request approved 3-0.
ADD ON
Mike McBride, City Engineer requested to add to contracts onto the agenda. Board Member Burke
moved to add. Board Member Watson seconded. Request approved 3-0.
Request for Purchase of Goods and Services; VS Engineering; $46,900.00; West Carmel Drive Path
Project; Board Member Burke moved to approve. Board Member Watson seconded. Request
approved 3-0.
Request for Purchase of Goods and Services; A&F Engineering; ($36,800.00); Rangeline Road Study;
Board Member Burke moved to approve. Board Member Watson seconded. Request approved 3-0.
Steve Engelking, Director of Administration requested to add Art Grant Agreement onto the agenda.
Board Member Burke moved to add. Board Member Watson seconded. Request approved 3-0.
Request for acknowledgement of receipt of Arts Grant Application for Carmel High School Marching
Band; Board Member Burke moved to add. Board Member Watson seconded. Request approved 3-0.
ADJOURNMENT
Mayor Brainard adjourned the meeting at 10:23 a.m.
_____________________________________
Diana L. Cordray, IAMC – Clerk-Treasurer
Clerk-Treasurer
Approved
____________________________________
Mayor James Brainard
ATTEST:
__________________________________
Diana L. Cordray, IAMC - Clerk-Treasurer
WTP-1 Filter Addition/451-6837 AD-1 CITY OF CARMEL
Advertisement for Bids
Bid Notice
City of Carmel
Sealed Bids for the City of Carmel, Indiana, Water Treatment Plant No.1Filter
Addition, will be received by the City of Carmel, Indiana, ("Owner") at the office of
the Clerk Treasurer in City Hall, One Civic Square, Carmel, Indiana 46032, until
10:00 a.m., local time, on January 15, 2014. Any Bid received after the
designated time will be returned to the Bidder unopened. The Bids will be
publicly opened and read by the Board of Public Works and Safety at 10:00 a.m.
on January 15, 2014 in Council Chambers at City Hall. The Bid should be
clearly marked "BID ENCLOSED Water Treatment Plant No. 1 Filter Addition,
Contract No.84 on the outside of the envelope, and as otherwise set forth in the
Bid Documents.
In general, the work consists of: the installation of two pressure filters and
associated work in accordance with these Bidding Documents, the Agreement
Between Owner and Contractor, General Conditions, Special Conditions (the
“Agreement”), Specifications and Drawings. A Pre-Bid Conference (non-
mandatory attendance) will be held on the project site (SE corner of Gray Road.
& 106th Street., Carmel, Indiana) on January 8, 2014 at 9:00 am. Copies of the
Bidding Documents may be examined at the office of the Utility Director, or at the
office of Jones & Henry Engineers, Ltd., ("Engineer") 2420 North Coliseum Blvd.,
Suite 214, Fort Wayne, Indiana 46805, without charge. Bid Documents maybe
purchased from Eastern Engineering, 1239 North Wells Street., Fort Wayne,
Indiana 46808, (phone no. 260.426.3119, fax no. 260.426.3101,
www.easternengineering.com,). Cost of Plans are Non-Refundable.
Bids must be submitted on the forms found in the Bid package, must contain the
names of every person or company interested therein, and shall be accompanied
by:
(1) Revised Form No. 96 as prescribed by the Indiana Board of
Account and as required in the Instruction to Bidders, including a
financial statement, a statement of experience, a proposed plan or
plans for performing the Work and the equipment the Bidder has
available for the performance of the Work;
(2) Bid Bond in the amount of ten percent (10%) of the total Bid
amount, including alternates with a satisfactory corporate surety or
by a certified check on a solvent bank in the amount of ten percent
(10%) of the amount of the Bid. The Bid Bond or certified check
shall be evidence of good faith that the successful Bidder will
execute within fifteen (15) calendar days from the acceptance of
the Bid, the Agreement as included in the Bidding Documents. The
Bid Bond or certified check shall be made payable to the Owner.
Any Bid may be withdrawn prior to the scheduled closing time for receipt of Bids,
but no bidder shall withdraw his Bid within sixty (60) days after the actual opening
of the Bids.
WTP-1 Filter Addition/451-6837 AD-2 CITY OF CARMEL
Advertisement for Bids
All Bid Bonds and certified checks of unsuccessful bidders will be returned by the
Owner upon selection of the successful Bidder and execution of the Agreement,
and provision of the required Performance Bond and Payment Bond.
Wage rates on the Project shall not be less than the prevailing wage scale as
determined in accordance with Ind. Code §5-16-7, et seq., and the Contractor
must conform to the antidiscrimination provisions of Ind. Code §5-16-6 et seq.
A Performance Bond with good and sufficient surety, acceptable to the Owner
and Engineer, shall be required of the successful Bidder in an amount equal to at
least one hundred percent (100%) of the Contract Price, conditioned upon the
faithful performance of the Agreement.
The Contractor shall execute a Payment Bond to the Owner, approved by Owner
and Engineer and for the benefit of the Owner, in an amount equal to one
hundred percent (100%) of the Contract Price. The Payment Bond is binding on
the Contractor, their subcontractor, and their successors and assigns for the
payment of all indebtedness to a person for labor and services performed,
material furnished, or services rendered. The Payment Bond must state that it is
for the benefit of the subcontractors, laborers, material suppliers, and those
performing services. The surety of the Payment Bond may not be released until
one (1) year after the Owner’s final settlement with the Contractor.
All out-of-state corporations must have a certificate of authority to do business in
the State. Application forms may be obtained by contacting the Secretary of
State, State of Indiana, Statehouse, Indianapolis, Indiana 46204.
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 not 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
City of Carmel, Indiana
Bid Notice
City of Carmel
Sealed Bids for the City of Carmel, Indiana, Well 30, will be received by the City
of Carmel, Indiana, ("Owner") at the office of the Clerk Treasurer in City Hall,
One Civic Square, Carmel, Indiana 46032, until 10:00 a.m., local time, on
January 15, 2014. Any Bid received after the designated time will be returned to
the Bidder unopened. The Bids will be publicly opened and read by the Board of
Public Works and Safety at 10:00 a.m. on January 15, 2014 in Council Chambers
at City Hall. The Bid should be clearly marked "BID ENCLOSED Well 30,
Contract 82 on the outside of the envelope, and as otherwise set forth in the Bid
Documents.
In general, the work consists of: the construction of one elevated well platform
(the well casings are in place) and approximately 200-ft. of 16-in. DIP raw water
main, all as required by these Bidding Documents, the Agreement Between
Owner and Contractor, General Conditions, Special Conditions (the
“Agreement”), Specifications and Drawings. Copies of the Bidding Documents
may be examined at the office of the Utility Director, or at the office of Jones &
Henry Engineers, Ltd., ("Engineer") 2420 North Coliseum Blvd., Suite 214, Fort
Wayne, Indiana 46805, without charge. Copies may be obtained at cost from
Eastern Engineering Supply at 1239 North Wells St., Fort Wayne, Indiana 46808,
(www.easternengineering.com, phone no. 260.426.3119, fax no. 260.426.3101)
for each set of Bidding Documents.
Bids must be submitted on the forms found in the Bid package, must contain the
names of every person or company interested therein, and shall be accompanied
by:
(1) Revised Form No. 96 as prescribed by the Indiana Board of
Accounts and as required in the Instruction to Bidders, including a
financial statement, a statement of experience, a proposed plan or
plans for performing the Work and the equipment the Bidder has
available for the performance of the Work;
(2) Bid Bond in the amount of ten percent (10%) of the total Bid
amount, including alternates with a satisfactory corporate surety or
by a certified check on a solvent bank in the amount of ten percent
(10%) of the amount of the Bid. The Bid Bond or certified check
shall be evidence of good faith that the successful Bidder will
execute within fifteen (15) calendar days from the acceptance of
the Bid, the Agreement as included in the Bidding Documents. The
Bid Bond or certified check shall be made payable to the Owner.
Any Bid may be withdrawn prior to the scheduled closing time for receipt of Bids,
but no bidder shall withdraw his Bid within sixty (60) days after the actual opening
of the Bids.
All Bid Bonds and certified checks of unsuccessful bidders will be returned by the
Owner upon selection of the successful Bidder and execution of the Agreement,
and provision of the required Performance Bond and Payment Bond.
Wage rates on the Project shall not be less than the prevailing wage scale as
determined in accordance with Ind. Code §5-16-7, et seq., and the Contractor
must conform to the antidiscrimination provisions of Ind. Code §5-16-6 et seq.
A Performance Bond with good and sufficient surety, acceptable to the Owner
and Engineer, shall be required of the successful Bidder in an amount equal to at
least one hundred percent (100%) of the Contract Price, conditioned upon the
faithful performance of the Agreement.
The Contractor shall execute a Payment Bond to the Owner, approved by Owner
and Engineer and for the benefit of the Owner, in an amount equal to one
hundred percent (100%) of the Contract Price. The Payment Bond is binding on
the Contractor, their subcontractor, and their successors and assigns for the
payment of all indebtedness to a person for labor and services performed,
material furnished, or services rendered. The Payment Bond must state that it is
for the benefit of the subcontractors, laborers, material suppliers, and those
performing services. The surety of the Payment Bond may not be released until
one (1) year after the Owner’s final settlement with the Contractor.
All out-of-state corporations must have a certificate of authority to do business in
the State. Application forms may be obtained by contacting the Secretary of
State, State of Indiana, Statehouse, Indianapolis, Indiana 46204.
The successful Contractor will be required to enroll in and verify the work
eligibility status of all employees hired after the date of this Contract through the
E-Verify program. The Contractor and Subcontractors will be required to sign an
affidavit concerning employment of unauthorized aliens. A copy of the affidavit is
included in the Bid Documents.
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 not 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
City of Carmel, Indiana
Notice to Bidders
City of Carmel
Sealed Bids for the City of Carmel, Indiana, Water Treatment Plant 4 Chemical
Feed,, will be received by the City of Carmel, Indiana, ("Owner") at the office of
the Clerk Treasurer in City Hall, One Civic Square, Carmel, Indiana 46032, until
10:00 a.m., local time, on January 15, 2014. Any Bid received after the
designated time will be returned to the Bidder unopened. The Bids will be
publicly opened and read by the Board of Public Works and Safety at 10:00 a.m.
on January 15, 2014 in Council Chambers at City Hall. The Bid should be clearly
marked "BID ENCLOSED Water Treatment Plant 4 Chemical Feed, Contract
83” on the outside of the envelope, and as otherwise set forth in the Bid
Documents.
In general, the work consists of: the installation of process filter and chemical
feed equipment and piping at the City’s water Treatment Plant No.4, all as
required by these Bidding Documents, the Agreement Between Owner and
Contractor, General Conditions, Special Conditions (the “Agreement”),
Specifications and Drawings. A Pre-Bid Meeting (non-mandatory attendance)
will be held on January 8, 2014 at 10:30 am on the project site on Gray Road
north of 106th St.. Copies of the Bidding Documents may be examined at the
office of the Utility Director, or at the office of Jones & Henry Engineers, Ltd.,
("Engineer") 2420 North Coliseum Blvd., Suite 214, Fort Wayne, Indiana 46805,
without charge. Bid Documents maybe purchased from Eastern Engineering,
1239 North Wells Street., Fort Wayne, Indiana 46808, (phone no. 260.426.3119,
fax no. 260.426.3101, www.easternengineering.com,). Cost of Plans are Non-
Refundable.
Bids must be submitted on the forms found in the Bid package, must contain the
names of every person or company interested therein, and shall be accompanied
by:
(1) Revised Form No. 96 as prescribed by the Indiana Board of
Accounts and as required in the Instruction to Bidders, including a
financial statement, a statement of experience, a proposed plan or
plans for performing the Work and the equipment the Bidder has
available for the performance of the Work;
(2) Bid Bond in the amount of ten percent (10%) of the total Bid
amount, including alternates with a satisfactory corporate surety or
by a certified check on a solvent bank in the amount of ten percent
(10%) of the amount of the Bid. The Bid Bond or certified check
shall be evidence of good faith that the successful Bidder will
execute within fifteen (15) calendar days from the acceptance of
the Bid, the Agreement as included in the Bidding Documents. The
Bid Bond or certified check shall be made payable to the Owner.
Any Bid may be withdrawn prior to the scheduled closing time for receipt of Bids,
but no bidder shall withdraw his Bid within sixty (60) days after the actual opening
of the Bids.
All Bid Bonds and certified checks of unsuccessful bidders will be returned by the
Owner upon selection of the successful Bidder and execution of the Agreement,
and provision of the required Performance Bond and Payment Bond.
Wage rates on the Project shall not be less than the prevailing wage scale as
determined in accordance with Ind. Code §5-16-7, et seq., and the Contractor
must conform to the antidiscrimination provisions of Ind. Code §5-16-6 et seq.
A Performance Bond with good and sufficient surety, acceptable to the Owner
and Engineer, shall be required of the successful Bidder in an amount equal to at
least one hundred percent (100%) of the Contract Price, conditioned upon the
faithful performance of the Agreement.
The Contractor shall execute a Payment Bond to the Owner, approved by Owner
and Engineer and for the benefit of the Owner, in an amount equal to one
hundred percent (100%) of the Contract Price. The Payment Bond is binding on
the Contractor, their subcontractor, and their successors and assigns for the
payment of all indebtedness to a person for labor and services performed,
material furnished, or services rendered. The Payment Bond must state that it is
for the benefit of the subcontractors, laborers, material suppliers, and those
performing services. The surety of the Payment Bond may not be released until
one (1) year after the Owner’s final settlement with the Contractor.
All out-of-state corporations must have a certificate of authority to do business in
the State. Application forms may be obtained by contacting the Secretary of
State, State of Indiana, Statehouse, Indianapolis, Indiana 46204.
The successful Contractor will be required to enroll in and verify the work
eligibility status of all employees hired after the date of this Contract through the
E-Verify program. The Contractor and Subcontractors will be required to sign an
affidavit concerning employment of unauthorized aliens. A copy of the affidavit is
included in the Bid Documents.
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 not 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
City of Carmel, Indiana
2014 Hanging Basket specifications:
All bidders must have insurance and E‐Verify included in bid package.
City of Carmel will deliver water saver basket liners to grower at their desired time.
Soil mix for baskets will be a soilless mix, with no bark.
All baskets to have a fresh application of Osmocoat or similar slow release fertilizer applied just
prior to delivery. Fertilizer must be a formula and applied at manufacturer’s rate and specified to
last a minimum of three months. A complete soil analysis is to be made prior to delivery and
results shared with the City of Carmel, including soil PH, Nitrogen concentration, ect.
The following sizes and quantities will be needed. Please include delivery to the Hub near Carmel
City Hall on May 17 or 18, 2014 in your submission.
38 28“ wire baskets, provided by City of Carmel, to include the plants listed below. Grower
will provide new coco liners from manufacturer to insure proper size. Liners can be
purchased from Oregon Wire Products. Plants are listed per basket.
3 White Queen Cleomes 114 total plants
5 Santa Cruz Sunset Begonias 190 total plants
4 Blue Wave Petunias 152 total plants
700 16” water saver basket liners, provided by City of Carmel, to include the plants listed
below. Grower will provide and install new wicks in each liner. Plants are listed per basket.
2 Blue Wave Petunias 1400 total plants
2 Purple Improved Petunias 1400 total plants
1 Silver Tidal Wave Petunia 700 total plants
30 16” water saver basket liners, provided by City of Carmel, to include the plants listed
below. Grower will provide and install new wicks in each liner. Plants are listed per basket.
2 Denim Shock Wave Petunias 60 total plants
2 Rose Improved Shock Wave Petunias 60 total plants
1 Pink Vein Petunia 30 total plants
50 16” water saver basket liners, provided by City of Carmel, to include the plants listed
below. Grower will provide and install new wicks in each liner. Plants are listed per basket.
2 Impatiens Fanfare Fuchsia 100 total plants
2 Impatiens Fanfare Orchid 100 total plants
1 Impatiens Fanfare Blush 50 total plants
Date: December 13th, 2013
Subject: Spring 2014 Annuals Order‐ City of Carmel
Attachments: E‐Verify affidavit, Plant List/ Quantities & Sizes, First Page Quote Total
The following is a listing of plants needed for the City of Carmel. Please provide total DELIVERED price
on the “First Page Quote Total” document and place it as the first page of your quote package.
Quote package MUST be returned in a sealed envelope by 10:00 am January 15th, 2014. Plants
are to be delivered no later than May 15th, 2014; final arrangements for DELIVERY are to be
made the first week of May 2014.
Sizes specified are:
1801 = 18 plants per flat
4”, 6” pots = one plant per specified size of standard greenhouse pot
1 gal. = 1 gallon size nursery pot
8” MP = 8” standard Mum pot/ squat pot
All plants are to be full and bushy and covering the pot with little or no soil showing. This can be obtained by
growing from plugs in a greenhouse with 60‐65 degree night temperatures for a period of no less than six weeks. If
night temperatures are less than 60‐65 degrees, then the growing time would need to be increased to obtain the
required size and quality of plant. Upon delivery, we will require documentation of length of time of growing and
night temperatures during that period of time.
Each bid should contain pricing for water‐savers hanging baskets to allow for extras and shortages. You’ll need to
list your prices for the basket itself, the liner, and the plugs for the basket.
All bids must include Exhibit B & C Insurance Coverage and E‐Verify documentation, which
includes a computer ScreenShot of the business’ E‐Verify webpage. Failure to include any of
the above requirements will void the bid.
Quote Packets must be delivered IN A SEALED ENVELOPE to the Clerk Treasurer’s Office
at City Hall or mailed in time to be opened for the Board of Public Works Meeting
at 10:00 am on January 15th, 2014 to:
Clerk Treasurer
attn. Sandy Johnson
2014 Annuals Quote Packet
City of Carmel
One Civic Square
Carmel, IN 46032
Questions can be directed to Parks Pifer at ppifer@carmel.in.gov or phone at 317‐650‐8282.