Loading...
HomeMy WebLinkAboutBid Information and Packets arietSeapt //44/4 - Shell: arse Oft-1Q i 4407- -771070A1 292, ate • aa Crider 7 Crider qy7, 3 so • 75 6, 4teSow 211, 532•44 wed Teel Farm Prescribed by Slate limed ref Accounts 900549-4687392 Can.al Pnrin No,99 I"(Rev. 1987) CITY OF CARMEL-TOPICS LEGA.LS To: INDIANA 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). Dumber of equivalent lines Head- Number of lines Body- Number of lines $ $ . Tail-Number of lines $ . Total number alines in notice COMPUTATION OF CHARGES 157.0hues 1.0 columns wide equals 157.0 equivalent $ 82.24 lines at.324 cents per Line Charges for ant's proofs of publication ($1.00 for each proof in excess of two) $ 00 $ .00 TOTAL AMOUNT OF CLAIM $ DATA FOR COMPUTING COST $ Width of single.column 7.83 ems Size of type 5.7 point $ . $ Number of insertions 1.0 $ 82.24 Pursuant lei the provisiats'and penahres of Chapter 155, Acts of 1953, I hereby certify that the foregoing account is just and correct, that the amount claimed is legally due alter allowing all just credits,and that no part of the same has been paid. DATE: 02/0912007 AV 1 ( Linn 5 ajol-1 .k Title 900549-4687392 PUBLISHER'S AFFIDAVIT xmt Carmel, State oflndiana •SS', City nlereby Indiana , Board is hereby Oren filar re Hamilton County saard a Public Walks are Saint tar the Cite o1 Carmel, 'Hamilton County, Indiana will I crivel sealed�b ue for the, Personally appeared before Inc.a notary public in and for said county and state, Street and Shelbotne ReamPro. ab479., etsdi cClerk' `e'am Or Ppli/t2 the undersigned Stacey McCullough who.being duly sworn.says that SHE is clerk ma°°yh$�'wn 'ma tab-r +a"�n,li ufthe Noblesville Ledger a newspaper of general circulation a! r 5 Mae oe ti �prlq a eii bieTZI ea. rr areityk ji cseesen0 read eeee� t printed and published in the English language in die city of NOBLESVILLE in snue 4Repte;c laleblrlsu Wlbe 'r4 pro✓'ay aa;;I: es sag' Jclys fi " ueda ape ,,:Prang 6; e��ae and county aforesaid,and that the printed matter Oil mched hereto is a tale copy. elm tm.,;b ,e t a"a!lord d wrr �'" which was duly published in said paper for 9 ninths).between the dates of: raeslee ^abrnr!'e sr i Iii e:rjb'%1 inn,be�,aS>ae`i sit;o°6 0, 02/02/2007 and 02/09/21107 sae p S TQr,,n o e'tbietl h 4,,, r it tbelts !oftheSnP eery ti �J(l'72/4 q ss,��� moot a ne ^irMtneeerno�' c%/C// �(�/'/ C c[k to t l teas m.emu nr t i U/J meandw'rlr e nay, sa -I'ibe dledwork a rMtyr°;r, hr Jd es-ra tceiO�e' at+ Subscribed and sworn to before me on 02/09/201)7 upC cite, ,„s ;ten 171'‘S: ry e b"esj steer t nq//1//��l '/�j//f �j ow rnA' - &rotary Public a0a 1i1sxa r r� 1 er R a : ' 's-vi y s L�;fist rr5-REV]-88 My commission expires: ��� � � ,Pm vas 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 be fully and accurately filled in and completed and notarized • Project: Project#05-06L Cannel Streetscape: 1l a Street and Shelborne Road Proposal For Construction of: Hardscape and sofiscape improvements including stone wall and cast stone urn, electrical power and lighting, irrigation, grading, and plant material. Date: 2/21/07 To: City r Carmel, Indiana, Board of Public Works and Safety is 4: BID-I :4I FART BIDDER INFORMATION (Print) 1.1 Bidder Name: Teton Corporation 12 Bidder Address: Stree? Address. 3638 N. State Road 7 Citv:Madison State: IN zip; 47256 '. Phone: 812-273-2345 Fax: 812-273-5932 1 11".1.3 Bidder is a/an [mark one] individual Partnership x Indiana Corporation Foreigrr (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 panics is a foreign corporation. Note: To do business in or with the Ciiv 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 42, dazed Januar- 23, 19581 .1 Corporation Name: N/A .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Aaent: Name: Address: > BID-2 IS WI PART 2 ' BID PROPOSAL 7.l Base 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 Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Two hundred eighty two thousand/GO Dollars (3 282 , 000 . 00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed il as exact or binding.. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. 0 al . 0 r Li all rtir - iu ?lrj. PART 3 CONTRACT ITEMS AND UNIT PRICES 4' .a I Prices In Figures , Contract Description I Estimated Unit Total Price Item No. I Quantity Price for Item -9 ' • 1. Topsoil 462 Cl' 60 . 19 27 , 807 . 50 2. Limestone. Endcap I 2 EA 3 , 119 . 90 6, 239 . 80 3. Limestone, Veneer 11 CF 405 . 00 4 , 455 . 00 l •:f! 4. Limestone. Block 205.2 CF 76 . 60 15 , 718 . 32 5. Precast Um I 1 EA 12 , 041 . 75 I 6. Compacted Aggregate. #53 ,' 9.7 CY 875 . 75 8 , 494 . 78 7. A ereeate, for Underdrains I 5.0 CY 164 . 20 821 . 00 'A , ' 8. Concrete A. Substructure 2.1 CY 3 , 338 . 85 7 , 011 . 59 9. Pipe. PE, Corrugated, 4" I 104 LF 21 . 90 2 , 277 . 60 10. Sodding, Nursery I 271 SY 5 . 10 1 , 382 . 10 11. Mulch,Hardwood Shredded Bark 115.7 CY 63 . 80 7 , 381 . 66 12. Plant, Evergreen Shrub, 18"-24" 81 EA height 93 . 55 7 , 577 . 55 13. Plant, Deciduous Tree. 2.5-3" 98 EA I 442 . 50 I 43 , 365 . 95 o 14. Plant, Deciduous Tree. 2-2.5" I 32 EA 446 . 60 I 14 , 291 . 20 15. Plant,Deciduous Tree. 8'-10' height I 14 EA I 185 . 35 2 , 594 . 90 16. Plant, Evergreen Tree, 8'-10' height 10 EA I 505 . 55 5 , 055 . 50 :1-i 17. Plant, Ornamental Grass.2 Gal. 211 EA 35 . 40 7 , 469 .40 18. Plant, Perennial, 1 Gal. I 3631 EA I 13 . 30 48 , 292 . 30 c 19. I Plant, Groundcover. 3"Pot 908 EA 4 . 90 4 , 449 . 20 20. Plant,Annual, I Gal. 8 EA 40 . 45 323 . 60 ' 21. Plant,Annual.Flat 5 EA 47 . 20 I 236 . 00 22. Spade Edge 1199 LF I . 50 I 599 . 50 23. Landscape Irrigation I 1 EA I 32 , 355 . 00 . i' 24. Electrical System, Shelbome and 1 EA 116th Street 12 , 591 . 00 25. Mobilization and Demobilization I 1 LS I 8 , 715 . 00 SW Maintenance of Traffic 1 LS 500 . 00 I i I { I I tl j I sot 1 IP .at1 ii Ilit BID-4 ji pig PART 4 CONTRACT DOCUMENTS AND ADDENDA agrees 4.1 The Bidder a t o be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 2/16/07 1 Li BID-S PART S a'• EXCEPTIONS Instructions To Bidders: i.1 The Bidder shall /idly state each exception taken to the Specifications or other Contract Documents in Section 5,3 of this Part. 5? 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 mai, result in this Bid being rejected as non-responsive. i.3 Exceptions: AEE, .a l BID-G Form No,96(Revised 2005) BID OF Teton Corroration (Contractor) 3638 N . State Road 7 (Address) Madison , IN 47250 FOR PUBLIC WORKS PROJECTS OF Carmel Streetscapes Filed , Action taken Prescribed by State Board of Accounts State Form 52414 Form No.96(Revised 2CCS) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) Date: 2/2/07 1. GovernmentalUnit(Owner): City of Carmel 2. County : Hamilton 3. Bidder(Finn): Teton Corporation Address: 3638 N. State Road 7 City/State: Madison , IN 47250 4. Telephone Number. 812-273-2045 5. Agent of Bidder(if applicable): Timothy B. Breeding , V. P . Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of Carmel Streetscapes (Governmental Unit) in accordance with plans and specifications prepared by Rundel1 Erns tberger S. Associates and dated 2/21/07 for the sum cf Two hundred eighty two thousand/00 $ 282 , 00 . 00 The undersigned further agrees to furnish a band or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any acdendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original =tract if accepted by the governmental unit If the bid is to be awarded on a unit basis, the temtzaticn 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 employee in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Ereacn of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE CF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder cr agent as a contractor cn a public works project, uncerstand my statutory obligation to use steel products mace in the United States (I C. 5.16-3_2). I hereby certify that 1 arc all surcontractors employed by me for this project will use U.S. steel procucts on this project if awarded. I understand that violations hereuncer may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART I I (For projects of$100,000 or more — IC 36-1-12-4) Governmental Unit: Carmel Streetscapes adder(Firm) Teton Corporation Date: 2/21/07 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid? Completion Contract Amount Class of Work Date Name and Address of Owner $200 , 000 Bleachers Aug . 2006 Madison Cons . Schools $ 30 , 000 Plaster March 2006 SCSD #2 $ 10, 000 Doors Feb. 2007 Lydia Middleton $ 98 , 100 Landscape NOv . 2006 Hamilton Co . Juvenille Ctr . 2. What public works projects are now in process of construction by your organization? Expected Contract Amount Class of Work Completion Name and Address of Owner Date $7 , 100 , 000 New June 2007 Jefferson Co . Jail $ 400 , 000 Landscape May 2007 Avon Schools Have you ever failed to complete any work awarded to you? No if so, where and why? • 4 List references from private firms for which you have performed work. Mr . Lukev Illies , Architect 812-876-2020 Mr. George Link, Architect 812-423-7729 Mr . Gary Fisher , Architect 317-255-6060 Mr . Mike Totten , Architect 812-273-2309 SECTION Ii PLAN AND EQUIPMENT QUESTIONNAIRE - See Attached 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) 2. Please fist the names and addresses of all subcontractors(Le, persons or firms outside your own firm who have performed pail of the work)that you have used on public works projects during the past five(5) years along with a brief description of the work done by each subcontractor, 3. If you intend to sublet any portion of the work,state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you wilt use a subcontractor on the proposed project 4. What equipment do you have avaiiable to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. 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: Project #05-06L Carmel Streetscape: 116'h Street and Sbelborne Road Proposal For Construction of: Hardscape and softscape improvements including stone wall and cast stone urn, electrical power and lighting, irrigation,grading, and plant material. Date: FP-[3Ratk'Y 2I, 200-7 To: City of Carmel, Indiana, Board of Public Works and Safely BID-I PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: GZc FJZ M l TAGr- , T-t4e— 1.2 Bidder Address: Street Address: 4o(, WEST B61"Sreasil City: Trvptrw trbus State: T!J Zip: 4626 Phone: 317 -33(4-075k , Fax: 3i7 -334 -I 156 13 Bidder is a/an [mark one] v Individual Partnership X Indiana 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 42, dated January 23, 1958] .1 Corporation Name: — .2 Address: — .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BI-2 PART 2 RID PROPOSAL 2.1 Base 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 Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total am Imp ary-.ScVf_N ] s4+0 Ark Trarl I�r�E D fifty Thi.ortic Anw-- /u Dollars ($ 4 t{ 7 3 S0. 15 ). The Bidder acknowledges that evaluation of the lowest Bid shall he based.on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES Prices In Figures Contract Description Estimated Unit Total Price Item No. Quantity Price for Item I. Topsoil l 462 CY y5,00 20 790, m 2. Limestone, Endcap 2 EA 2,$50,i7) 7-700.Ca 3. Limestone, Veneer 11 CF 370,"° 104,890, 4. Limestone, Block 205.2 CF ' O7' ILIij(Qy,CD 5. Precast Urn I EA I I,OQO, 1 OCQtA 6. Compacted Aggregate.453 9.7 CY Bop, '7 CA c' 7. Aggregate, for Underdrains 5.0 CY 150,°` 750.c° 8. Concrete A, Substructure 2.1 CY 3,050,6) 6,405,°° 9. Pipe, PE, Corrugated,4" 104 IS 20,6" 2 OBU at. I 10. Sodding, Nursery 271 SY 3,25 RBO,ls I I. Mulch, Hardwood Shredded Bark 115.7 CY 35,'.o 4,Dy9,9' 12. Plant, Evergreen Shrub, 18"-24" 81 EA height .54,x' 9,374, °D 13. Plant, Deciduous Tree, 2.5-3" 98 EA 395,cc' 3$710,00 14. Plant. Deciduous Tree,2-2.5" 32 EA 09,5.`° 9 4-yf.W 15. Plant, Deciduous Tree, 8'-I0' height 14 EA Z.-75,(x) 3 5350Ia" 16. Plant, Evergreen Tree, 8'-10'height 10 EA 275.°`' 2,750,31' 17. Plant, Ornamental Grass, 2 Gal. 211 EA 39,`p B 229. co _ 18. Plant, Perennial, I Gal. 3631 EA 1'Z,3' 11- ,5-72.,"° 19. Plant, Groundcover,3"Pot 908 EA 3.Sb 31178..`° 20. Plant,Annual, 1 Gal. 8 EA 12,°0 96o,Ee 21. Plant, Annual, Flat 5 EA nen 245. `° 22. Spade Edge 1199 LF 250 2997.93 23. Landscape Irrigation I EA 32,3,0`" 32,310,°D 24. Electrical System, Shelborne and 1 EA 116t Street 32,3o,"° 32,310 d) 25. Mobilization and Demobilization I LS 52/21110;3D 52,310,6) Maintenance of Traffic 1 LS Z9,310,`fl 29 310.E •TO T A L. s 4 ii(t 7,35,2 15 BED-4 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 7 2I o1 tem BID-5 PART 5 EXCEPTIONS Instructions 7o Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 53 of this Part. 3_Z 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 iton-responsive. 5.3 Exceptions: WOW- TAkekJ BID-6 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel PIInstructions To Bidders: This form shall he utilized by all Bidders. LLvicept as otherwise specifically provided, all Parts shall he fully and accurately filled in and completed and notarized. Project: Project#05-06L Carmel Streetscape: 1loth Street and Shelborue Road Proposal For Construction of: Hardscape and softscape improvements including stone wall and cast stone urn, electrical power and lighting, irrigation,grading, and plant material. Date: February 21 , 2007 To: City of Carmel, Indiana, Board of Public Works and Safety I I I I I • I a I I BID-I 1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Engledow, Inc. 1.2 Bidder Address: Street Address: 1100 E. 116th Street City: Carmel State: IN Zip: 46032 Phone: 575-1100 Fax: 573-7339 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 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, 19584 .I Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: p Name: Address: 1 a U a 0 BID-2 it PART 2 BID PROPOSAL 2.1 Base 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 Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multip ied II,, 4 ne estimated unit quantities for such Contractil {grtms, total Two Hundred & Eignuy-t`lyi Five Hundred & Thirty-Two- Dollars ($ 289, 532. 00 Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and IIII further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on II the Contract shall be compensated for on a Unit Price basis and that the OWNER and II ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. • I I I I • I I I I NI I BID-3 I I PART 3 CONTRACT ITEMS AND UNIT PRICES i Prices In Figures Contract Description Estimated Unit Total Price 0 Item No. Quantity Price for Item 1. Topsoil 462CY $ 66 . 00 $30, 492 . 00- 2. Limestone, Endcap 2 EA 3080. 00 6, 160 . 00 3. Limestone, Veneer 1 I CF 450 . 00 4 , 455. 00 1 0 4. Limestone, Block 205.2 CF 75. 00 5, 390. 00- 5. Precast Urn ! EA 11 , 550. 00 1 1,5-5'0:0"0- 6. Compacted Aggregate, 1153 9.7 CY 862 Qo 8, 361 . 40 7. Aggregate, forIinderdrains 5.0 CY 135. 00 675. 00 0 8. Concrete A, Substructure 2.1 CY _ 3327 . 00 6, 986 . /0 9. Pipe, PE, Corrugated,4" 104 LE 17. 00 ---17/68. 00 10. Sodding, Nursery 271 SY 7 . 00 -1,897. 0"0 II. Mulch, Hardwood Shredded Bark 115.7 CY 60. 00 6, 942 . 00 12. Plant, Evergreen Shrub. 18"-24" 81 EA height 85 . 00 6, 885 . 00 13. Plant, Deciduous Tree, 2.5-3" 98 EA 540 . 00 52, 920 . 00 a 14. Plant, Deciduous Tree, 2-2.5" 32 EA 440_00 14_,.D80 . 00 15. Plant, Deciduous Tree, 8'-10' height 14 EA 472.40 F 608. 00 I 16. Plant, Evergreen Tree, 8'-10' height 10 EA 525_ 00 5, 250 . 00 17. Plant, Ornamental Grass, 2 Gal. 211 EA 27 . 00 5, 69 / . 00-- 18. Plant, Perennial, 1 Gal. 3631 EA 17 . 00 61 , 727. 00 19. Plant,Groundcover, 3"Pot 908 EA 2 . 00 1 , 81 6 . 0 0 1 20. Plant,Annual, 1 Gal. 8 EA 9 . 00 72. 00 21. Plant, Annual, Flat 5 EA 60 . 00 300 . 00 22. Spade Edge 1199 LF 2 . 10 2, 51 7 . 9 0 23. Landscape Irrigation 1 EA 10, 582 . 00 1 0, 582 . 00 24. Electrical System, Shelbome and I EA I l6`h Street 20, 900 . 00 20, 900 . 00 25. Mobilization and Demobilization 1 LS 3000 . 00 3 , 000 . 00 Maintenance of Traffic I LS 2500 00 2 , 500. 00 a El II II I M 1 BID-4 U I . I PART 4 ICONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be hound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: I ADDENDUM NUMBER DATE I I I I I I I I S I I 4 I BID-5