HomeMy WebLinkAboutBid Information and Packets coct2759 ' pn*
/g • /6 l 'S z Z di
op ` /6!y 'htt ad S'f21 ' t' W
06 • "9fi 'vtZ Cnoz9I9r43
o/ '117 s• MVO
1I.F
Suds 4 -'°' J" P"�/ 1�l f i :w 5`i'T?J{0S%
Fond Prescribed by State Board nCAccodnls 900549-4688252 Geucnul Rein No.991'(Itcv- 1917)
CITY OF CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS
307 N PENNSYLVANIA ST - PO BOX 145
COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145
PUBLISHER'S CLAIM
LINE COUNT
Display Mauer-(Must not exceed two actual tines,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 $ 9,'
Tail-Number of lines $
Total nuinher of lines in notice
COMPUTATION OF CHARGES
166.0 lines 1.0 columns wide equals 160.0 equivalent $ 86,68
lines at.522 cents per line
Charges for extra proofs of publication($1.00 for each proof in excess of two) $ .00 $ 110
TOTAL AMOUNT OF CLAIM S .
DATA FOR COMPU'T'ING COST $
Width of single column 7.83 ems Sire of type 5.7 point $ $
Number of insertions 1.0 $ 86.68
Prersd eat to the pruvi.yiwas and potatoes of Chapter 155, Aces of 1953.
I hereby certify that the foregoing account is just and correct,That the amount claimed is legally due. after
allowing all just credits,and that no pail of the same has been paid.
II
DATE: 02/09/2007 41 . 1 II - i."r� tCell;
4 4 Title
900549-4688252 PUBLISHER'S AFFIDAVIT
- " -' State of Indiana SS:
• Hamilton County
Le ads
Personally appeared before Inc,a notary public in and Cur said county and state,
Nt�OrICETO BIDDERS
Mdti elsone eM 91:eelane meI the undersigned Stacey McCullough who.being duly sworn, says that Si-Ill is clerk
Board 1 rwblic weeks and I
Sal rty for the.City of Carmel
xammml County, Indiana will f nl the Noblesville Ledger a newspaper of general circulatlnn
receive sealed bids undabout I
iMilo ct'atteeoireeottho printed and puhlishcd 'in[he English language in the city or N0131„1:SVILLEin stale
aerk Treasurer. One Civic
Square, Carmel, Indiana [City
Main boil 10.00 a m.rocs I time
on bdmrof mpa,r 21,2W, l and county aforesaid, and that the prioted (natter attached hereto is a true copy,
!and eommeneeng a as I
prdcetabre [hereallerS Vduong
ring fie tan he vl me data Meet-
leeloeesamedeoad Such which was duly published in said paper tier 9 time(s), between the dates of:
,aloud in the Council Chambers
of cam non.nu late bide will be 92/02/2007 and 02/09/21)07
All bids and /
All bads aatl prcompletshall b-
cured tY and Woatsally evp '
1 mane orn wt proposal Imams I
rout m the t ciiI - d
Iednhe on- winch well i . St' lies / Clark
dude quiredbythe Staleof!Mit
saseepaired envelope Stale of , '1}tie
dal The bid envelope must be
led and have [be wards
Ia 'Bin ; Iasts Street Found-
Street andSurinesl al Illinois Subscribed and sworn to before me on 02/09/2007
t Street or cerrIM ed chec.in
an amount not lens than ten
bi pe rte nr(lath)at the amount bid pqq
0004 be tar anointed wdh vac-_ AM/h/I //O?r Z t
i bid. A one hundred percent
i t emn pecan manse and pay-I ./
.at thesuccesaslful also in 5 p. b tare Public
leaded Ihat actual construction,
• of all wars dluasions shall be
started as noon as predicable, ;;V,(7)am welt bidder shall rn pry — (�
fUYitl(`pored 4o ender'r shall y Into a VA
peeler-menc bond.,Idr brain My commission expires.
peeeaeed is bong and begin e727- (25L__(,,t___71--
wwek without iS n aoderl11[ma eves (2-4---1-4--2(s)
The 'crest ceeeials of,but is
followingedrily limited la the
Roundabout and median bard-
lionpha two toamdrffi ills,nom
Street end Illinois Street and I'
031st Street and Spring Mill
f •
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
IInstructions To Bidders:
r 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: 04-OIL - 131s1 Street Roundabout Landscapes: at Meridian
Corners Boulevard and Spring Mill Road
Proposal For Construction of: Roundabout and median I.ardscape and softscape
installation in two roundabouts, 13e Street and Illinois
Street and 13e Street and Spring Mill Road, as well as the
median between the two circles. Project includes
installation of retaining walls, irrigation, decorative stone
Iand plant material.
Date: February 21 , 2007
To: City of Cannel, Indiana, Board of Public Works and Safety
I
I
I
U
U
I
ElD-I s:4kv 355m0041docsyspecifcdionsvfrom end specs 0902doc
PART 1
_BIDDER INFORMATION
(Print)
1.1 Bidder Name: Engledow, Inc.
1.2 Bidder Address: Street Address: 1 1 00 E. 11 6th Street
City: Carmel State: IN Zip: 46032
® Phone: 575-1100 Fax: 573-7339
1.3 Bidder is alan [mark one]
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:
I
I
I
BID-2 sAkv4?5Y�004vdocssped 0ce0onsvfnN[end specs 0902dcc
IPART
CONTRACT ITEMS AND UNIT PRICES
I
[This Part to he used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Prices In Figures
I Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Words] Quantity Price for Item
PLANT,DECIDUOUS TREE,
ILS-1 2,5"-3" CAL. 19 EA $ 600 . 00 $ 1 , 140. 00
PLANT,GROUNDCOVER,38 50. 00 9 , 600 . 00
LS-2 COUNT FLAT 92 EA
I LS-3 GAL PLANT, EVERGREENSHRUB,S
61_ EA 100. 00 6, 100. 00
PLANT,ORNAMENTAL GRASS, 17 . 00 4, 4 5 4 . 0 0
LS-4 1 GAL 262 EA
LS-5 PLANT,PERENNIAL, 1 GAL 1842 EA 1 7. 0 0 3 1 , 31 9 . 0 0
LS-6 SODDING,NURSERY 1,790 SY
7. 00 1 2, 530. 00
MULCH,SHREDDED 70 . 00 5 , 250 . 00
LS-7 HARDWOOD BARK 75 CY
STONES,TENNESSEE RIVER 300. 00 1 6,2 0 0 . 0 0
LS-8 SLICKS (50 SQ. FT.PER TON) 54 TON
LS-9 WEED BARRIER FABRIC 297 SYD 3. 00 891 . 00
UTILITY SOURCE 2, 500 . 00 2, 500. 00
LS-10 CONNECTIONS LS _
LS-11 EDGING,STEEL 990 LFT . x. 00 8 , 910 . 00
LS-12 TOPSOIL 362 CY 80. 00 28, 960 . 00
ANCHOR HIGHLAND STONE •
FREE-STANDING WALL
(ASSUMES THAT EACH 62 . 00 39 , 804. 00
SQUARE FOOT INCLUDES SQUARE
LS-13 TWO FINISHED FACES) 642 FEET _
ANCHOR HIGHLAND STONE
LS-14 CAP 223 LFT 36 . 00 8, 028. 00
LS-15 WALL FOOTER(53 STONE) 8 CY 8 . 40 67. 20
CONCRETE PEDESTAL •
(POURED DI PLACE) INC. 12. 50 1 8 7 . 5 0
. LS-16 REBAR 1s CY _
LS-17 IRRIGATION LS 25, 061 . 00 25, 061 , 00
RESET ELEV.STORM
LS-18 MANHOLE CASTING LS 2 , 000 . 00 2 , 000 . 00
LS-19 CAST STONE PLANTER 2 EA 6, 105. 00 12, 210 . 00
DID-4 etie,43591,00Pdocs\ pccificalions4liontcrIspccs09C2doc
1
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 multiplied by
estimated unit quantities for such Contract Items, total Two Hundred & Ten Thousand
Two Hundred & Seventy --70/100 Dollars ($ 210 , 206 . i0 ). 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 arc 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
I
I
0
•
•
0
p
p
pw
BID-3 sa4kA3M4.0041dacsospceificntions\front end spas 0902.doc
PART 4
CONTRACT DOCUMENTS AND ADDENDA
I
4.1 The Bidder agrees to he 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 February 15 , 2007
I
a
I
I
I
I
I
I
U
e
BID-5 c 14kh43591064Wocs\sped nations front end specs 0962(ix
111
111 PART 5
EXCEPTIONS
NI
i Instructions To Bidders.
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 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.
5.3 Exceptions:
j
I
I
I
I
•
I
1
I
I
9
BID-6 ^I4k14 35910041dmrLspvL ificminnsvfran endspccs 11902 doc
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
—EN 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
m
Project: 04-OIL - I3,r Street Roundabout Landscapes: at Meridian
Corners Boulevard and Spring Mill Road
Proposal For Construction of: Roundabout and median hardscape and softscape
installation in two roundabouts, 131' Street and Illinois
Street and 131"Street and Spring Mill Road, as well as the
median between the two circles. Project includes
installation of retaining walls, irrigation, decorative stone
and plant material.
Date: P26rw,y l 2031
'To: City of Carmel, Indiana, Board of Public Works and Safety
I
I
-
- BID-1 s.]k1 d35910041docs lspecilicaiions\lion!end specs 0902 doc
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: M Lini-S t(Se- ' tan lSAreLitt3
1.2 Bidder Address: Street Address: 5 )911; �• (bb W es1-
City: r-au,130423■ n State: _1) Zip: L(a30
Phone: 1, 861 1v020 Fax: 311 g61 QQSL/
1.3 Bidder is a/an [mark one]
Individual Partnership 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.j
.1 Corporation Name: GQrkjq . {Y 4-erprtsa.S Sc .A
.2 Address: 4-S-7`i8 4, 10b 'V3ps1- ro.,ri-a+rk-&-A, r5 yG,130
.3 Date registered with State of Indiana: M� it Fris
.4 Indiana Registered Agent
Name: Roc-lacs o1 t Pc
Address: 11-1Q2 `Iv1• Main Ci): t rb.,rt tnk-drtn .tt 1141c)
BID-2 s:WA\4359\004Wocs\specifications\front end specs 0902doc
f 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, wheri multiplied y
• estimated unit quantities for such Contract Items, total *We Ln-1,./L TeuAi hwr Thiusgril
e fa r t�vn�.+ti Inn-' O nl I�o\c•S --- Dollars ($ "23% LRI,OD ). The
• Bidder acknowledges tl-at evaluation of the lowest Bid shall be based on such price and
further acknowledges that the unit quantities listed in Pad 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.
I I
I
I
_.n
•
I
U
S
BID-3 s\4k\4359%004Wce5\specifications\front end specs 0902 doe
•
PART 3 ,
CONTRACT ITEMS AND UNIT PRICES
[This Part to he used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Words] Quantity Price for Item
PLANT, DECIDUOUS TREE, n
LS-1 2r -3" CAL. 19 EA iICO0 71,000
PLANT, GROUNDCOVER,38
LS-2 COUNT FLAT 92 EA 20.Lt 7,3[O
PLANT, EVERGREEN SHRUB, 5
LS-3 GAL 61 EA 1 5-0.( g151)
PLANT,ORNAMENTAL GRASS, 25 LO 01550
LS-4 1 GAL 262 EA
LS-5 PLANT, PERENNIAL, 1 GAL 1842 EA 1 3 .00 /y(o
LS-6 SODDING,NURSERY 1,790 SY (0,10 10 -7y0
MUI.,CI1,SHREDDED
LS-7 IIARDWOODBARK 75 CY _] O.GO 45;750
STONES,TENNESSEE RIVER
LS-8 SLICKS(50 SQ. FT. PER TON) 54 TON -290.LO le;
LS-9 WEED BARRIER FABRIC 297 SYD (s.w Ill Ra
UTILITY SOURCE,
LS-10 CONNECTIONS LS ID )700 10,Sop
LS-11 EDGING,STEEL 990 LFT I 1 ,U3 113,210 .
LS-12 TOPSOIL 362 C Y _ '-0 . W ci, (110
ANCHOR HIGHLAND STONE -
FREE-STANDING WALL
(ASSUMES THAT EACH
SQUARE FOOT INCLUDES SQUARE
LS-13 TWO FINISHED FACES) 642 FEET LI 1. to 1-7
14, 3z.Z
ANCHOR HIGHLAND STONE
LS-14 CAP 223 LET 147. to -5,-iy`7
LS-15 WALL FOOTER(53 STONE) 8 CY TIC. fO 3, goo
CONCRETE PEDESTAL
(POURED IN PLACE) INC.
LS-16 REBAR 15 CY '7o•tie, 10,0W
LS-17 IRRIGATION IS it,oao 3g,00D
RESET ELEV. STORM
LS-18 MANHOLE CASTING LS - oa 3RD
LS-19 CAST STONE PLANTER 2 EA 7 Q(og 1G: 9 36
4,234-1/ tin 30
BID-4 s A4kw359\004\does\specifications\from end specs 0902 doe
PART 4
CONTRACT DOCUMENTS AND ADDENDA
N
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
Dee I (9/oi
N
I
N
I
I
I
I
I
I
I
I
BID-5 s Wk1435910041docs\ipecifications\front end specs 0902.doc
a
PART
EXCEPTIONS
i
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
® 5.2 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.
5.3 Exceptions:
® I30ne_
S
S
■
I
13ID-6 s:\4A\4159004\does\specificalions\fronl end specs 0902 doe
p
PART 6
FINANCIAL STATEMENT
6.1 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 OWNER must be specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the Work/Project if awarded. Information on Bidder's company and financial statement
shall be consistent with the information requested on the State Board of Accounts Forms
#96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders".
I
I
I
I
I
I
I
r.
I
I
BID-7 s:\4k\435910041docs\specifications\fmnt end specs 0902.doc
{
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 tilled in and completed and notarized.
Project: 04-01L - 131"Street Roundabout Landscapes: at Meridian
Corners Boulevard and Spring Mill Road
Proposal For Construction of: Roundabout and median hardscape and softscape
installation in two roundabouts, 131" Street and Illinois
Street and LiIst Street and Spring Mill Road, as well as the
median between the two circles. Project includes
installation of retaining walls, irrigation, decorative stone
and plant material.
Date: dc
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1 s%lk\4359.004\docs\specifications\from end specs 0902.doc
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: 3._e-Low -
1.2 Bidder Address: Street Address: 3795 - k-aA A/C&QL
City: r-d-�Arr:. State: — Zip: itvik
Phone: 3t1-54z- Fax: 3ti- szo._-
1.3 Bidder is a/an [mark one]
Individual Partnership 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.j
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2 s:Wk14359\004\Jocs\specifications\front end specs 0902doc
•
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 l'art 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, totalTwo 11.1.,L.2
-ILA• •••-•S"A1 1L-4-1 Cu/ILL seiQ Dollars ($ ,2?s, 3 3Y•54 ). 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
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 sM kU359\003\docs\specifiunionslfront end specs 0902due
1
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to he used only for Bidding on
Unit Price Contracts for the Contract Items.shown]
Prices In Figures
Contract Description/ Estimated Unit Total Price
Item No. Unit Price [in Words] Quantity Price for Item
PLANT, DECIDUOUS TREE, t 491. 8L Eel St. 3L-
LS-1 • 2.5"-3" CAL. 19 EA
PLANT,GROUNDCOVER,38 S Iv .73 l5 59 6{
LS-2 - COUNT FLAT 92 EA
PLANT, EVERGREEN SHRUB, 5 74,5-, 3r1
LS-3 GAL 61 EA 4 94- ci �'
PLANT,ORNAMENTAL GRASS, S a..1 .3- FA b'S"'i-W
LS-4 I GAL 262 EA
tX LS-5 PLANT, PERENNIAL, I GAL 1842 EA 1S, ,0 2� �9t
LS-6 SODDING,NURSERY 1,790 SY 4 Co '01 1°/ it>.4°
MULCH,SHREDDED �3 L y 6. 3, 2„-ye. I LS-7 HARDWOOD BARK 75 CY
STONES,TENNESSEE RIVER c /i 5',11 `: Gz, I, •14
LS-8 SLICKS(50 SQ. FT. PER TON) 54 TON
LS-9 WEED BARRIER FABRIC 297 SYD g 65 •n7, 7)
UTILITY SOURCE — 'A SC
LS-10 CONNECTIONS LS
is
LS-11 EDGING,STEEL 990 LET '6 la ,oL q/ L2 . r3
LS-12 TOPSOIL 362 CY 6 L°•°5 A ,24, 731. .-t
ANCHOR HIGHLAND STONE
FREE-STANDING WALL
(ASSUMES THAT EACH 40.D it SIG--01
SQUARE FOOT INCLUDES SQUARE
LS-13 TWO FINISHED FACES) 642 FEET
ANCHOR HIGHLAND STONE Sp 4' N
LS-14 CAP 223 LFT '9' 3s• SSA.
LS-15 WALL FOOTER(53 STONE) 8 CY 4. ° Ago` .
CONCRETE PEDESTAL
(POURED IN PLACE)INC. 5-13 to a 0, YOGI
LS-16 REBAR 15 CY
LS-17 IRRIGATION LS 3 51 2'to (3 39, 0. 53
RESET ELEV. STORM
LS-18 MANHOLE CASTING LS G G 640
LS-19 CAST STONE PLANTER 2 EA ' -.3 GS. =
BID-4 s:44k44359,004idocAspecificaiions'dioni end specs 0902.dnc
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
': I t�� lc", 24.1'1
BID-5 s:\dk1435 1to04\does\specifications\front end specs 0902doe
PART 5
EXCEPTIONS
Instructions To Bidders:
5.I The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 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.
5.3 Exceptions:
\1...., 4'4`'`., - . � C 1 " CeAsit j i Pry >.: c -.
131D-6 s:\41M359',004\ducs\specitications\runt and specs 0902doc
PART 6
FINANCIAL STATEMENT
6.1 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 OWNER must be specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the Work/Project if awarded. Information on Bidder's company and financial statement
shall be consistent with the information requested on the State Board of Accounts Forms
#96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders".
•
BID-7 s:\4k`4359t004\do s\speci lictnions\front end specs 0902.duc
Form No.96(Revised 2000)
BID OF
Becker Landscape Contractors, Inc.
(Contractor)
3749 North Kitlev Avenue, Indianapolis, Indiana 46226
(Address)
FOR
PUBLIC WORKS PROJECTS
OF
The City of Carmel
Proiect # 04-01L 131st Street Roundabout
Landscapes: at Illinois Street and Spring Mill
Road
Carmel, Indiana 46032
Filed
Action taken
Prescribed by State Board of Accounts Form No.96(Revised 2000)
CONTRACTORS BID FOR PUBLIC WORK
PART I
(To be completed for all bids)
(Please type or print)
Date: February 21, 2007
1. Governmental Unit(Owner): City of Carmel by and through its Board of Public
Works and Safety
One Civic Square
Carmel, Indiana 46032
2. County :Hamilton
3. Bidder(Firm): Becker Landscape Contractors, Inc.
Address: 3749 North Kitley Avenue
City/State: Indianapolis, Indiana 46226
4. Telephone Number: 317-542-5200
5. Agent of Bidder(if applicable): Stephen S. Hastings
Pursuant to notices given, the undersigned offers to furnish labor and/or material
necessary to complete
the public works project of Project #04-01L 131st Street Roundabout Landscapes; at Illinois
Street and Spring Mill Road
(Governmental Unit) in accordance with plans and specifications prepared by The Schneider
Corporation and dated 1/26/2007 for the sum of Two Hundred Twenty Five Thousand Three
Hundred Thirty Four Dollars and 56/100. $ 225,334.56
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in
the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance
with the notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the
same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded
on a unit basis,the itemization of the units shall be shown on a separate attachment.
The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any
employee, or applicant for employment, to be employed in the performance of this contract, with respect to
any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or
ancestry. Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand
my statutory obligation to use steel products made in the United States. I.C. 5-16-8-2. I hereby
certify that I and all subcontractors employed by me for this project will use U.S. steel products on
this project if awarded. I understand that violations hereunder may result in forfeiture of
contractual payments.
ACCEPTANCE
The above bid is accepted this 21st day of February, 2007, subject to the
following conditions: NA
Contracting Authority Members:
PART II
(Complete sections I, II, Ill, and IV for all state and local public works projects as required
by statutes if project is one hundred thousand dollars ($100,000) or more. (IC 36-1-12-4)
Governmental Unit: City of Carmel by and through its Board of Public Works
and Safety
Bidder(Firm) Becker Landscape Contractors, Inc.
Date: February 21, 2007
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?
When
Contract Class of Work Completed Name and Address of Owner
Amount
$ 237,873.00 Landscape & Site 2001 Indianapolis Corridor
Development City of Indianapolis
Indiana Law Enforcement
$ 54,873.00 Landscape 2001 and Fire Fighters Memorial
State of Indiana
$452,835.00 Landscape & Site 2002 Indiana State Museum
Development City of Indianapolis
Fort Benjamin Harrison
$ 302,196.00 Landscape & Site 2003 Finance Center-
Development Indianapolis IN
US Federal Govennment
Intelliplex - Phase 2
$ 186,000.00 Irrigation 8/8/05 Shelbyville, Indiana
Major Hospital c/o
Evergreen Investment Inc.
Landscape & Site Law Building & CAB/CTC
$275,342.00 Development 8/15/05 Indiana University Purdue
University Indiana
2. What public works projects are now in process of construction by your organization?
When to be
Contract Class of Work Completed Name and Address of Owner
Amount
Carmel/Clay Board of Parks
$1,684,290.00 Landscape & Site Spring -2007 and Recreation -760 3rd
Development Avenue, Suite 100, Carmel,
IN 46032
$ 130,029.00 Landscape Fall-2006 City of Carmel -One Civic
Square, Carmel, IN 46032
Noblesville Park and
$268,673.00 Landscape & Site Spring -2007 Recreation -701 Cicero
Development Road, Noblesville, Indiana
46060
3. Have you ever failed to complete any work awarded to you? NO If so, where and why?
4. List referenced from private firms for which you have performed work.
Rundell Ernstberger and Associates - Eric Ernstberger(765)-747.5053
Republic Development Corporation -Sean McKinnies -(317)-770-1818
Inside and Out Design Services, Inc. -Todd Sullivan -(317) - 773-3529
Pepper Construction Company of Indiana - Craig Steele (317)-681-1000
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a
narrative of when you could begin work, completed the project, number of workers, etc.
and any other information which you believe would enable the governmental unit to
consider your bid.)
• Becker Landscape Contractors, Inc. shall immediately proceed at the time we
have received from the Owner the notice to proceed.
• Submittals and Executied Contracts 1-2 weeks after award
• Mobilization within weeks of approvals.
Quality Control and Quality Assurance
• Providing a quality product is the joint concern of all members of Becker
Landscape.The internal checks provided by Becker Landscape's team during the
preliminary and the construction phase have been described in other parts, what
follows here is a description of the tools used to manage quality during the
construction phase.
• Procurement:
• Quality Control will be managed through the procurement phases through a
system of checks and balances imposed through the submittal and shop drawing
process. All product literature, samples, mock-ups and shop drawings required
by the construction documents will be submitted for review by both the design
team and other appropriate parties.
• Manufactured Items will be reviewed first from catalog cut-sheets and
specification documents. Custom Fabrication Items will be reviewed first as shop
drawings and certificate documents. Organic and In-Organic Commodities, such
as soil amendments, mulches, topsoil, plant mixes, gravel or sand will be first
reviewed from laboratory test results, sieve analyses, and related testing or
related testing of representative samples.All items, even if approved in submittal
form,will be subject to inspection and possible rejection at the time of delivery to
the project site if not consistent with the minimum standards stated in the
submittal documents.
• Plant Materials will be subject to multiple levels of inspection. Nursery vendors
will initially be required to supply photographs to aid in determining the best of
the representative nursery corps available. As purchase orders are written, trees
and shrubs will be inspected in the nursery. Shrubs will be approved by"Blocks"
based upon an inspection of representative samples. Trees will be selected
individually and tagged with permanent plastic locking tags.
• Trees will bear the Becker Landscape name and a unique, sequential serial
number that will identify the individual tree. In the case of high profile areas of the
site or unique specimen trees, the tree tag number, at the Landscape Architect's
discretion, many can be used to identity specific trees for specific locations by
means of notes on the planting plan.
• Digital photos of the trees may be made at the time of inspection.The photo
inventory will be transferred to a non-volatile storage media (CD-ROM) and
distributed to the Owner and the Design Team.This photo library will serve as a
record of the acceptable condition of the trees at the time of tagging. Updated
photos may be taken periodically during the construction period to verity the
condition of undelivered trees and shrubs. Plant material that shows signs of
decline or damage will be de-tagged prior to delivery and replacement.
• Materials and finished goods purchased for the project will be subject to review at
the time of delivery to the site.Any materials or finished systems that are not in
accordance with the project construction documents, or that are delivered in a
damaged or flawed condition will be subject to rejections. Similarly, materials
damaged or degraded while stored on site will be rejected.
•
• Maintenance:
• Post Installation Maintenance:
• Once under construction contract, Becker Landscape will perform landscape
maintenance from the time of installation through to the completion of
construction and the assumption of maintenance activities by the Owner.
• Where selected plant material has been installed in advance of all other plantings
of reasons of seasonal restrictions or construction access, Becker Landscape will
install protective fencing or barriers to prevent damage from other construction
activities. Unless otherwise desired, monitoring and maintenance of all advance
plantings will be performed by Becker Landscape. Advance plantings will be thus
maintained from the time of installation until the completion of the construction
and all other planting in the effected area.
• Post-installation maintenance will include the installation and removal of burlap&
wraps, monitoring of the plant material to check staking, guying, soil moisture,
pest and disease, nutrient levels mowing. Post-installation maintenance will not
include the on-going maintenance of and plantings installed by others.
• Long Term Maintenance
• As a part of the construction work, Becker Landscape will work with the Owner
and the Design Team to develop a Landscape Maintenance Program. This
program will outline how to best maintain the landscape investment, whether it be
maintained by the Owner or procured through contracted services. In the event
that the Owner elects to not self-perform maintenance, Becker Landscape can
prepare a comprehensive cost proposal to provide maintenance of the under a
long-term contact.
• The total man-hours estimated for this project, (Based Proposal) is approximately
1414 + labor hours. This base proposal labor hours total includes our
subcontractors as well as our own crews.
At peak periods, we anticipate having 5-10 men on-site, which is equal to 40-80
peak man-hours per day.
•
2. If you intend to sublet any portion of the work, state the name and address of each
subcontractor, equipment to be used by the subcontractor, and whether you expect to
require a bond. However, if you are unable to currently provide a listing, please
understand a listing must be provided prior to contract approval.
• Becker Landscape Contractors, Inc. has not requested a Payment& Performance Bond
from the following subcontractor(s):All subcontractors are insurable and bondable. (See
Attached Bid Form for Addresses)
•
• Smock Fansler Corporation- 2910 West Minnesota Street, Indianapolis, Indiana 46241-
Trucks, Tractors, Mechanical Seeders, ect..
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.
Becker Landscape can rely upon a modern fleet of over 200 individual pieces of
construction equipment. This inventory includes everything from specialty trucks and
trailers, to pay loaders, to backhoes, to skid steer loaders, pick-up trucks, dump trucks,
and trenchers. This fleet is augmented as needed with rental equipment or equipment
purchases as deemed appropriate and cost effective for the project needs and the
demands of the schedule.
4. Have you entered into contracts or received offers for all materials which substantiate the
prices used in preparing your proposal? Otherwise, please explain the rationale used
which would corroborate the prices listed.
Becker Landscape has NOT entered into any verbal or written contacts for this project.
Becker HAS obtained material, supplier/vendor and subcontractor quotes for materials,
and items needed to perform and complete this project in accordance with the plans and
specifications.