Loading...
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.