HomeMy WebLinkAboutBid Information and Packets Claim to Lost, Stolen, or Destroyed
Cashier's Check, Teller's Check or Certified Check
1 r
E, La{ I[10 r A/ t% {print or type name of claimant) hereby assert a claim to the
following described cashier's check,teller's check or certified check:
Remitter: bleb O 3T
Payee:c -L 0 IV` Cr N 21,L4 G i,4 nJ 4
Date: f 2 -{ 9 - i 1,
Amount: 5, COCA
Check number: 07- 9 1`f -3--
Account number: 9 C 0 - a S-4.0
(a copy of the remitter's copy may be attached)
and request payment of the amount of the check. My Declaration of Loss is attached hereto. I
understand that the claim has no legal effect until it is enforceabre. A claim becomes enforceable at the
LATER of
1. the time the claim is asserted; or
2. the 90th day following the date of the check, in the case of a cashier's check or teller's check or
the 90th day following the date of acceptance in the case of a certified check.
further understand that my claim may be unenforceable if the Declaration of Loss fails to meet the
requirements of Section 3-312 of the Uniform Commercial Code or if it fails to reach the bank at a time
and in a manner which affords the bank reasonable time to act on it before the check is paid.
I agree to provide reasonable identification if so requested by the bank.
7
Signature of claimant
Date: - - !
Declaration of Loss
I, lei 0 31,0 A ti o4,�r e , was the drawer ayee circle one of
these choices if the item was a certified check) of the above-described certified check OR the
remitter/payee of the above-described cashier's check or teller's check(circle one of these choices if
item was a cashier's check or teller's check). I lost possession of the check.The loss of possession was
NOT the result of a transfer of the check or a lawful seizure and I cannot obtain possession of the check
because
the check was destroyed;
the check is in the wrongful possession of an unknown person;
the whereabouts of the check cannot be determined; or
❑the check is in the wrongful possession of a person that cannot be found or is not amenable to service
of process.
The following is a brief description of the circumstances surrounding the loss, destruction, or theft of the
cashier's check, teller's check or certified check:
n 6-bra (;e , --1- ,-gym-3 i. e 4r n red
The statements made herein are made under penalty of perjury and I warrant them to be true and correct.
I understand that if this claim is paid and the check is later presented for payment by a person having the
rights of a holder in due course, I am obliged to either refund the payment to the bank if the check is paid
or pay the amount of the check to the person having rights of a holder in due course if the check is
dishonored.
Dated this day of /19Ct rej�
•
$i•nature of Claimant J
STATE OF L4./Z/4A/4
COUNTY OF //471)//,7-0/1/
Sworn before me, a notary public, this (3 day of , do/(/
Notary Public
My Commission Expires: /7///r/h7
SEAL
Pam Barton
From: Robin Harris <Robin.Harris @cardno.com>
Sent: Wednesday, January 22, 2014 4:29 PM
To: Pam Borton
Subject: FW: Bid Bond Check Bray Homestead Mitigation
Hi Pam,
Hope you're having a good week.
This email relates to one of the outstanding certified checks (issued 12/19/2011 in the amount of$15,000) for
our account. See highlighted portion below. The client does not have possession of this check. Is this ample
documentation for your to reverse the funds back to our account?
Thank you!
Robin
Robin Harris
OPERATIONS MANAGER,CONTROLLER
CARDNOJFNEW
Phone (+1)574-586-3400 Fax(+1) 574-586-2998 Mobile(+1)574-229-4897
Address 708 Roosevelt Road,Walkerton, IN 46574 USA
Email robin.harriscc cardno.com Web www.cardno.com-www.cardnoifnew.com
From: Libby Budack
Sent:Thursday,January 09, 2014 9:59 AM
To: Sean Clauson; Robin Harris
Subject: FW: Bid Bond Check Bray Homestead Mitigation
See below email string regarding the City of Carmel/Bray bid bond check.
Libby Budack
PROJECT COORDINATOR
CARDNOJFNEW
Phone(+1) 317-388-1982 Fax(+1) 317-388-1986
Address 3901 Industrial Blvd, Indianapolis, IN 46254 USA
Email Iibby.budackt cardno.com Web www.cardno.com-www.cardnojfnew.com
From: Libby Budack
Sent: Thursday, December 05, 2013 7:34 AM
To: Kyle Pletcher
Subject: FW: Bid Bond Check Bray Homestead Mitigation
Kyle
t
FYI.Do you need me to do anything further?
Libby Budack
PROJECT COORDINATOR
CARONO JFNEW
Phone(+1)317-388-1982 Fax(+1)317-388-1986
Address 3901 Industrial Blvd, Indianapolis, IN 46254 USA
Email libbv.budack@cardno.com Web www.cardno.com-www.cardnojfnew.com
From: Johnson, Sandy M [mailto:SMJohnson @carmel.in.govl
Sent: Wednesday, December 04, 2013 10:39 AM
To; Libby Budack
Subject; RE: Bid Bond Check Bray Homestead Mitigation
'lave beenunabt to Iflc #0 this:checkJ
Happy Holidays!
Sandy Johnson
Asset Manager
City of Carmel—Clerk Treasurer's Office
(317)571-2628—Direct
(317)571-7410—Fax
smiohnson @carmel.in.gov
From: Libby Budack [mailto:Libby.BudackOcardno.com]
Sent:Tuesday, December 03, 2013 3:16 PM
To:Johnson, Sandy M
Subject: RE: Bid Bond Check Bray Homestead Mitigation
Importance: High
Sandy,
Good afternoon! I just need an update on the status of the bid check you were going to look for.Any word? Even if it's
not able to be found, I need to know so I can inform my accounting department.Thank you for your time!
Libby Budack
PROJECT COORDINATOR
CARDNO JFNEW
Phone(+1)317-388-1982 Fax(+1)317-388-1986
Address 3901 Industrial Blvd, Indianapolis, IN 48254 USA
Emaillibbv.budack@c.ardno.com Web www.cardno.com-www.cardnolfnew.com
From: Libby Budack
Sent: Monday, November 18, 2013 9:33 AM
2
Source..
` 'Bank
.1)L&s\c South Bend,Indiana 46634
City of Carmel Indiana
To Whom It May Concern:
RE: Cardno JF New
Please find enclosed a Claim to Lost, Stolen or Destroyed Certified Check form.
15`Source Bank is in the process of recovering funds submitted in a lost Treasurers Check issued to the
City of Carmel Indiana on 12/19/2011 in the amount of$15,000.00. Please fill out and sign the enclosed
form and return to 15` Source Bank in the overnight envelope enclosed.
Please contact me at 574-586-3131 or bortonpplstsource.cam with any questions. We appreciate your
prompt attention to this matter.
Regards,
Pamela Bolton
Walkerton Branch Manager
To:Johnson, Sandy M (SMJohnson(acarmel.in.aov)
Subject: FW: Bid Bond Check Bray Homestead Mitigation
Good morning, Sandy!Any new developments in the search for the check?Thank you!
Libby Budack
PROJECT COORDINATOR
CARDNO JFNEW
Phone (+1)317-388-1982 Fax(+1)317-388-1986
Address 3901 Industrial Blvd, Indianapolis, IN 46254 USA
Email libby.budack uncardno.com Web www.cardno.com-www.cardnoifnew.com
From: Libby Budack
Sent: Wednesday, October 30, 2013 10:29 AM
To: 'Johnson, Sandy M'
Subject: RE: Bid Bond Check Bray Homestead Mitigation
Good morning,Sandy!
Any word on the location of the check?
Thank you!
Libby Budack
PROJECT COORDINATOR
CARDNO JFNEW
Phone(+1) 317-388-1982 Fax(+1)317-388-1986
Address 3901 Industrial Blvd, Indianapolis, IN 46254 USA
Email Iibbv.budackt cardno.com Web www.cardno.com-www.cardnoifnew.com
From:Johnson, Sandy M [mailto:SMJohnsonCalcarmel.in.gov]
Sent: Friday, October 04, 2013 11:24 AM
To Libby i3tidack
Subject: RE: Bid Bond Check Bray Homestead Mitigation
It will take some time. I will talk to Diana on Wednesday when she returns.
Sandy Johnson
Asset Manager
City of Carmel—Clerk Treasurer's Office
(317) 571-2628—Direct
(317)571-2410—Fax
smjohnsonCacarmel.in.gov
From: Libby Budack[mailto:Libby.Budack @cardno.comi
Sent: Friday, October 04, 2013 11:23 AM
To:Johnson, Sandy M
Subject: RE: Bid Bond Check Bray Homestead Mitigation
3
Sandy,
Thank you for your response. if possible, could the files be pulled to look for the check?We just need to get it back to
our bank since we did not win the bid. Thanks again!
Libby Budack
PROJECT COORDINATOR
CARDNO JFNEW
Phone(+1) 317-388-1982 Fax(+1)317-388-1986
Address 3901 Industrial Blvd, Indianapolis, IN 46254 USA
Email libby.budack @cardno.com Web www.cardno.com-www.cardnojfnew.com
From: Johnson, Sandy M [mailto:SM3ohnsonOcarmel.in.govl
Sent: Friday,October 04, 2013 10:07 AM
To: Libby Budack
Subject: Bid Bond Check Bray Homestead Mitigation
Ms. Budack,
We do not have the files for this bid. Normally, the Engineering Department should have pulled the check and
given it to us to hold. Our files are in storage. If necessary, we can have the files pulled from storage.
Let me know how to proceed.
Thank you.
Sandy Johnson
Asset Manager
City of Carmel—Clerk Treasurer's Office
(317)571-2628—Direct
(317) 571-2410—Fax
smjohnson @carrnel.in.gov
4
THIS CHECK MANUFACTURED WITH WATERMARK IN PAPER,HDLb 10 L43HT To VIEW.DO NOT CASH IF WIT PRESENT,
l}, ' Source Treasurer's Cheep Number: 2298142
P s.:' Bank
P 0 Box 1602 Date: 12/19/2011
South Bend,[rem,'461334
Pay
E'caet'ly Fifteen Thousand Dollars And°O/'60O Cents $15,000.00
PAY To THE City Of Carmel Indiana $15,{]00,40
ORDER OF vc,d d Over
•
Remitter: Cardno JF i\low
j AUlhadzed ignalure
il• 2 298 I4 2 to 1:0 7 2 2 1 281: 900 20 5 6 III
■ •
Source Treasurer's Check
Number 2298142
Date: 12/19/2011
Rank CUSTOMER RECEIPT 3�s
P.D.Box 1602 Operator:
South Send,Indiana 46634
To: City Of Cannel Indiana Purchaser: Cardno JF New
Remarks: Pee; $5.00
Am runt: $15,000.00
a
I
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company:
eny--cinc, 3P e\AJ
Project Name: r--
r 5-rocl tA)e--I nd IYIAV on
Date Submitted: ` eeeri-Abc a r , Qio► ►
Base Bid
Amount:
Revised 121172011
J
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: Bray Homestead Welland Mitigation
Proposal For Construction of: Construction of a forested and emergent wetland mitigation site
including grading and planting in the future Hamilton County
Park referenced as the Bray Homestead
Date: beeeYnber- 01 t Do t
To: City of Carmel, Indiana,Board of Public Works and Safety
BID-I
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: 0_0-rd rIO lev.!
1.2 Bidder Address: Street Address: 9O1
City:Z i or6p)1i3State:=mil Zip: 4(eaS'-4
Phone: 311. . ►9r Fax: 31-7. 3 .19Tta
1.3 Bidder is ale[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, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
1311)-2
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 tems,total els ky t_c5L4- �h ,��r,�C
5e /6 hw.J Seve4p —Pew 4 "Ire Dollars ($ es, -Pp/. ). 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
1
PART 3
CONTRACT ITEMS AND UNdT PRICES
City of Carmel
Base Bid
Bray✓Orriestead WetiaridMitigation
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
NO, , PRICE
1 CONSTRUCTION ENGINEERING LS 1 5,750 A Si 73C , al.
2 MOBILIZATION AND DEMOBILIZATION _ LS 1 615.6b,'4. 9 ro5 , v.�
3 EXCAVATION,COMMON CYS 1.830 t3.1 35, 5?-15. 3-4)
4 EROSION CONTROL BLANKET SYS 800 2.Di I t +G o$ , 420
5 TEMPORARY CONSTRUCTION ENTRANCE/EXIT LS 1 zt/J c`). yam, f 5.0 . a
6 TEMPORARY MULCHING TON 10 '7 . 1 t Qs-b "
7 TEMPORARY SILT FENCE LFT 1,000 1 3 P-57) , '
E GEOTEXTILES SYS 110 2.$5- 3 f g , O
9 RIPRAP.UNIFORM TON 55 114 . 1 54/7- I f
10 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 5)0. o►o i 4 d tae . e'"4"
11 SEED MIXTURE,PRAIRIE GRASS LBS 35 37.S'7 1 t 31 if . T 5-
12 SEED MIXTURE,NATIVE LBS 70 4j7 J.5. S 0'7. 5-0
•
13 SEED MIXTURE.EMERGENT WETLAND LBS 75 Y,s y s, $ /7 . e+4'
14 PLANT,DECIDUOUS TREE,SINGLE STEM,1.25 IN OR UNDER EACH 368 14.7 p 13f 5-p S. b o
15 SIGN,DO NOT MOW OR SPRAY EACH 8 6,, (rt. Yea . dc.
16 PIPE,DRAINTILE,8 IN LFT 600 (e, 3o 7 5D- CI a
t
17 PIPE PLUG EXISTING EACH 3 I I?-e p.4m. t k as - do
TOTAL: * g43 t 171 . 42°
SUBMITTED BY: `?e'C_n . CL(LI...A NM
SIGNATURE —i—_
TITLE: C p3r2i-14 r-' krYl nine P{'
ADDRESS: ( i ' CltAS*r c 1 \vd .
_t_rzc ,ono. i I L410 S
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.] 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
go ,0 . I Dec /9/ o'- ' 1
BED-5
PART 5
EXCEPTIONS
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 qualVication or variance from the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
U One.
•
BID-6
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: Bray Homestead Wetland Mitigation
Proposal For Construction of:
Construction of a forested and emergent wetland mitigation site
including grading and planting in the future Hamilton County
Park referenced as the Bray Homestead
Date: December 21, 2411
To: City of Carmel, Indiana,Board of Public Works and Safety
BID-I
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: F&K Construction, Inc.
1.2 Bidder Address: Street Address: 2055 W 150 S
City: Flora State: IN zip: 46929
Phone: (574)967 4543 Fax: (574)967-3934
I.3 Bidder is titan [mark one]
Individual Partnership vel 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 Cannel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion#2, dated January 23, 19581
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2
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 One Hundred Eighty Thousand
Three Hundred Seventeen Dollars ($ 18.0,317.00 ). 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
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
City of Carmel
Bass Bid
Bray Homestead Wetland Mitigation
ITEM DESCRIPTION UNIT QUANTITY TOTAL PRICE
I CONSTRUCTION ENGINEERING LS 1 $8,000.00 $8,000.00
2 MOBILIZATION AND DEMOBILIZATION LS 1 $48,900.90 $48,000.00
3 EXCAVATION,COMMON CYS 1,830 $25.00 5 45,750.00
4 EROSION CONTROL BLANKET SYS 800 $3.74 $2,992.00
5 TEMPORARY CONSTRUCTION ENTRANCE/EXIT LS 1 $4,000.00 $4,000.00
6 TEMPORARY MULCHING TON 10 $600.00 $6,000.00
7 TEMPORARY SILT FENCE LFT 1,000 $5.00 $5,000.00
8 GEOTEXTILES SYS 110 $5.00 $550.00
9 RIPRAP,UNIFORM TON 55 $50.00 $2,750,00
10 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 $500.00 $1,000.00
11 SEED MIXTURE,PRAIRIE GRASS LBS 35 $75.00 $2.625.00
12 SEED MIXTURE,NATIVE I LBS 70 $98.00 I $6,860.00
13 SEED MIXTURE,EMERGENT WETLAND LBS 75 $100.00 $7,500.00
14 PLANT,DECIDUOUS TREE,SINGLE STEM, 1.25 IN OR UNDER EACH 368 $55.00 1 $20,240.00
15 SIGN,DO NOT MOW OR SPRAY EACH 8 $45.00 $360.00
16 PIPE,DRAINTILE,II IN LFT 600 $30.00 $ 18,000.00
17 PIPE,PLUG EXISTING EACH 3 8 230.00 $690.00
TOTAL: $ 180,317.00
SUBMITTED BY: F & K Construction, Inc.
SIGNATURE _---
TITLE: President
ADDRESS: 2055 W 150 S, Flora, IN 46929
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
ZQ 1 I
BID-5
PART 5
EXCEPTIONS
instructions To Bidders:
53 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Fart.
52 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:
BID-6
7
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company: /;/l'44,v44 CCU Ilia c acs
Project Name: / 1i , / 7t'57ie 'f cc/el/on" r a
Date Submitted: AC rrfik, dO
Base Bid
Amount: p9, qq cc
Revised 121112011
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: Bray Homestead Wetland Mitigation
Proposal For Construction of:
Construction of a forested and emergent wetland mitigation site
including grading and planting in the future Hamilton County
Park referenced as the Bray Homestead
Date: J}(C(')lb(f )1, de/1
To: City of Carmel,Indiana,Board of Public Works and Safety
BID-1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: i'llefini uim CoA',rat G
1.2 Bidder Address: Street Address: / 31 aj 7 o r /tW' # .5--
City: State: ,✓ Zip: '‘"/7
Phone: (PO O-6/05' Fax: 0f7) 6.78'
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 112, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2
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
5s ti mate d unit quantitiis for such Contract Items,total
se n ! $ee. tni aviA4
41;01( ntk4 ncI t't Dollars ($ / 99 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
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
City of Carmel
Base Bid
Bray Homestead Wetland Mitigation
IMO DESCRIPTION UNIT QUANTITY PRICE TOTAL
1 CONSTRUCTION ENGINEERING LS 1 $2,900.00 $2,900.00
2 MOBILIZATION AND DEMOBILIZATION LS 1 $7,063.56 $7,063.56
3 EXCAVATION,COMMON CYS 1,830 $31.04 $56,803.20
4 EROSION CONTROL BLANKET SYS 800 $1.16 $928.00
5 TEMPORARY CONSTRUCTION ENTRANCE/EXIT LS 1 $5,600.00 $5,600.00
6 TEMPORARY MULCHING TON 10 $348.00 $3,480.00
7 TEMPORARY SILT FENCE LFT 1,000 $3.70 $3,700.00
8 GEOTEXTILES SYS 110 $6.00 $660.00
9 RIPRAP,UNIFORM TON 55 $55.11 $3,031.05
10 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 $350.00 $700.00
11 SEED MIXTURE,PRAIRIE GRASS LBS 35 $117.73 $4,120.55
12 SEED MIXTURE, NATIVE LBS 70 $126.25 $8,837.50
13 SEED MIXTURE,EMERGENT WETLAND LBS 75 $137.50 $10,312.50
14 PLANT,DECIDUOUS TREE, SINGLE STEM, 1.25 IN OR UNDER EACH 368 $38.98 $14,344.64
15 SIGN, DO NOT MOW OR SPRAY EACH 8 $58.00 $464.00
16 PIPE, DRAINTILE,8 IN LFT 600 $11.00 $6,600.00
17 PIPE,PLUG EXISTING EACH 3 $150.00 $450.00
TOTAL: $129,995.00
SUBMITTED BY: A//{f1 AI )JV cG rc 4Tc '/,c
SIGNATURE , 4,94 C
TITLE: ;7017,-v,)c/
ADDRESS: / C 31 U ` /j 014,4 c.. ifeI .4 1°,
tcp )5 J-7-..) / '*6 P 1-7
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
1 1)e f k?r / or#
BID-5
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully stare each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
52 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: AI
tc
BID-6
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company: Rust Construction Inc.
P. 0. Box 100
Seymour, IN 47274
Project Name: Bray Homestead Wetland Mitigation
Date Submitted: December 21, 2011
Base Bid
Amount: $76,444.00
Revised 12/1/2011
BID BOND
City of Carmel
Instructions To Bidders
Bidders may use this form or other form containing the same material conditions and provisions as
approved in advance by OWNER/Obligee.
Bidder/Surety must attach a signed, certified and effective dated copy of the Power of Attorney or
Attorney-In-Fact establishing the authority of the person(s)signing this Bid Bond on behalf of the Surety.
Surety company executing this bond shall appear on the most current list of "Surety Companies
Acceptable on Federal Bonds,"as specified in the U.S. Treasury Department Circular 570, as amended
and be authorized to transact business in the State of Indiana.
KNOW ALL MEN BY THESE PRESENTS,that the undersigned
"Bidder"; Rust Construction, Inc.
and
"Surety": [Name] First Sealord Surety) Inc. _
[Address] P.O. Box 900
Villanova, PA 19085
a corporation chartered and existing under the laws of the Stew==#= Commonwealth
of Pennsylvania , and authorized to do business in the State of
Indiana,
are held and firmly bound unto the City of Carmel, Indiana("Obligee")in the full and just sum equal to
ten percent (10%) of the price stated in the Bid Proposal described in Part 2, including accepted
alternates, if any, to be paid upon demand of the Obligee, together with interest at the maximum legal
rate from date of demand and any attorney fees and court costs incurred by Obligee to enforce this
instrument, to which payment well and truly to be made we bind ourselves, our heirs, executors,
administrators, successors, and assigns,jointly and severally and firmly by these presents. Ten percent
(10%)of the price stated in the Bid Proposal is S
WHEREAS, the Obligee has solicited Bids for certain Work for or in furtherance of construction of
public improvements described generally as
Bray Homestead Wetland Mitigation
Construction of a forested and emergent wetland mitigation site including grading and planting in the
future Hamilton County Park referenced as the Bray Homestead
pursuant to plans, specifications and other"Contract Documents" included as parts of and designated by
such solicitation;and
BB-1
WHEREAS,the Bidder has submitted to the Obligee a Bid Proposal to perform such Work.
NOW THEREFORE: The conditions of this obligation are such that if the Bid Proposal be accepted,
with or without conditions, the Bidder shall within such time thereafter as prescribed by the Contract
Documents (i) fulfill all conditions of such award that remain to be fulfilled, (ii)execute a Contract in
accordance with the Bid Proposal and in the form and manner required by the Contract Documents,and
(iii) thereafter provide all bonds, and other Documentation required by the Contract Documents to be
delivered to Obligee prior to commencing Work, including without limitation a sufficient and satisfactory
Performance Bond and Payment Bond payable to Obligee, each in an amount of one hundred percent
(100%) of the total Contract price as awarded and in form and with surety satisfactory to said Obligee,
then this obligation to be void; otherwise to be and remain in full force and virtue in law,and the Surety
shall, upon failure of the Bidder to comply with any or all of the foregoing requirements within the time
specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon
demand,the amount hereof, in good and lawful money of the United States of America,not as a penalty,
but as liquidated damages.
IN TESTIMONY THEREOF, the Bidder and Surety have caused this instrument to be duly signed and
sealed this 21st:day of December ,2011
This Bid Bond shall bind the undersigned Surety whether or not also signed by the Bidder.
Rust Construction, Inc. First Sealord Surety, Inc.
"Bidder" "Surety"
By: By: ADA °
,
Printed: ('ia..tf hey- T. f LL.5 t Printed: Caro yn • Waggoner, Attorney-in-Fact
Witness -
�eenRers te+# ;ZIP-A 64C-//G&
1
Surety Agent: (317) 639-5679
M.J. Schuetz Agency
55 Monument Circle, Suite 500
Indianapolis, IN 46204-5911
BB-2
. t
4/
First Sealord Surety, ll'1t. Power No: CHI-0117-11-02472
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS:That First Sealord Surety, Inc.,a corporation of the Commonwealth of Pennsylvania,(hereinafter the
"Company")has made,constituted and appointed,and by these presents does make, constitute and appoint
M.J.Schuetz,Jr.,J.0-Pace,Il,Vickie L.Wolcott,David A.Linthicurn,Carolyn J.Waggoner and/or Kimberly J.Pace all of Indianapolis,Indiana
its true and lawful Attorney-in-Fact,to make,execute and deliver on its behalf insurance policies,surety bonds,undertakings and other instruments of a
similar nature as follows;
********** Not To Exceed Five Million Dollars------------------ --($5,000,000,00) *'*****"''
Such insurance policies,surety bonds,undertakings and instruments for said purposes,when duly executed by the aforesaid Attorney-in-Fact, shall be
binding upon the said Corporation as fully and to the same extent as if signed by the duly authorized officers of the Corporation and sealed with its
corporate seal;and all the acts of said Attorney-in-Fact,pursuant to the authority hereby given,are hereby ratified and confirmed.
This appointment is made-pursuant to the following By-Laws which were duly adopted by the Board of Directors of the said Corporation on April 7,2003
with all Amendments thereto and are still in full force and effect:
"Article XII: Policies,Bonds,Recognitions,Stipulations, Consents of Surety,Underwriting Undertakings,and Instruments Relating Thereto.
Section 12-1.Insurance policies,bonds, recognitions,stipulations,consents of surety and underwriting undertakings of the Corporation,and releases,
agreements and other writings relating in any way thereto or to any claim or loss thereunder,shall be signed in the name and on behalf of the
Corporation: a)by the Chairman of the Board,the President or a Vice President,and by the Secretary or an Assistant Secretary;or b)by an Attorney-
in-Fact for the Corporation appointed and authorized by the Chairman of the Board,the President,or a Vice President to make such signature;or c)by
such other officers or representatives as the Board may from time to time determine.The seal of the Corporation shall if appropriate be affixed thereto by
any such officer,Attorney-in-Fact or representative.The authority of such Attorney-in-Fact and Agents shall be as prescribed in the instrument
evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any
person empowered to make such appointment,"
IN WITNESS WHEREOF,First Sealord Surety,Inc. has caused these presents to be duly signed and its corporate seal to be hereunto affixed and duly
attested this 20th day of January,2004.
_eve, First Sealord Surety,Inc.
tolfelleA
y 1391 4-ti
(Seal}s ; a ;.V Attest: 4/ By:
Gary L.Bragg,Secretary Joel D.Cooperman,Vice President
Commonwealth of Pennsylvania
County of Montgomery
On this 22na day of April,2010, before me personally appeared Joel D.Cooperman,Vice President of First Sealord Surety,Inc.,satisfactorily proven to
be the person whose name is subscribed to this instrument(driver's license),who,being by me duly sworn,said that he resides in the Commonwealth of
Pennsylvania,that he is Vice President of First Seaford Surety, Inc., the corporation described in and which executed the foregoing instrument;that he
knows the corporate seal of the said Corporation:that the seal affixed to said instrument is such corporate aaei=that.t.*,mac the
Board of Directors of said Corporation; and that he signed his name thereto as Vice President of lair ,, -VGA
-State of Perm soma N0'FARL 4.SEAL
County of CefawarQ - Notary Public ROSLYN H.JAFFE,Noiaty Public
Radnor'Twp.,Delaulsre County
ii?ea) c i
.e4
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically cally provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: Bray Homestead Wetland Mitigation
Proposal For Construction of:
Construction of a forested and emergent wetland mitigation site
including grading and planting in the future Hamilton County
Park referenced as the Bray Homestead
Date: December 21, 2011
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-I
PART I
BIDDER INFORMATION
(Print')
1.1 Bidder Name: Rust Construction Inc.
1.2 Bidder Address: Street Address: 418 w State Road 258
City: Seymour State: IN Zip: 47774
Phone: 812-497-2400 Fax: 812-497-2460
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 be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID-2
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 Seventy-six thousand Four
hundred Forty-four Dollars (5 76,444.00 ). 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
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
Ciry of Carmel
Base Bid
Bray Homestead Welland Mitigation
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
t4O.
PRICE
1 CONSTRUCTION ENGINEERING LS 1 2,530.0D 2,530.00
2 MOBILFZATI0N AND DEMOBILIZATION e L$ 1 6,00000 6,000•00
3 EXCAVATION,COMMON CYS 1.530 3.50 6,405.00
4 EROSION CONTROL BLANKET SYS Boo 1.50 1,200.00
5 TEMPORARY CONSTRUCTION ENTRANCE/EXIT LS 1 3,000.00 3,000.00
6 TEMPORARY MULCHING TON 10 435.00 4,350.00
7 TEMPORARY SILT FENCE LFT 1.000 4.00 4,000.00
B GEOTEXTIL_S SYS 110 3.00 330.00
9 RIPRAP,UNIFORM TON 55 25.00 1,375.00
10 MOBILIZATION AND DEMOBILIZATION FOR SEEDING _ EACH 2 500.00 1,000.00
11 SEE)MIXTURE,PRAIRIE GRASS LBS 35 70.00 2,450.00
12 SEED MIXTURE NATIVE LBS 70 100.00 7,000.00
13 SEED MIXTURE,EMERGENT WETLAND LBS 75 100.00 7,500.00
14 PLANT,DECIDUOUS TREE.SINGLE STEM.1.25 IN OR UNDER EACH 366 68.00 25,024.00
15 SIGN,DO NOT MOW OR SPRAY EACH B 85.00 680.00
15 PIPE,DRAINTILE,81N LFT 600 4.00 2,400.00
17 PIPE,PLUG EXISTING — EACH 3 _ 400.00 , 1,200.00
TOTAL 76,444.00
SUBMITTED BY: Rust Construction Inc.
1
SIGNATURE
Mat hew J.drust
TITLE: President
ADDRESS: P. 0. Box 100, 418 W.State Rd 258, Seymour, IN
47274
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
1 December 19, 2011
BID-5
PART 5
EXCEPTIONS
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:
BID-6
•
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company:
ciu 5 c1-+ 4.4„ios 0/
Project Name: 8 g, _7, T o (,4)n,g,10 W(,r7(-79n%o.>)
Date Submitted: 1 I
Base Bid
Amount: 77 g 6 2,55o
Revised 12/1/2011
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: Bray Homestead Wetland Mitigation
Proposal For Construction of:
Construction of a forested and emergent wetland mitigation site
including grading and planting in the future Hamilton County
Park referenced as the Bray Homestead
Date: /2,21, ( /
To: City of Carmel,Indiana, Board of Public Works and Safety
BID-I
PART I
BIDDER INFORMATION
(Print)
1.1 Bidder Name: 6t.4 5 cI4 L AruOsc447,r 67 LL C.
1.2 Bidder Address: Street Address: S 10 3 l), (AS Lid j
City: O State: Zip: 4'703 7
Phone: el a. BS-a, &/9 O Fax:
1.3 Bidder is alan[mark one]
Individual Partnership Indiana Corporation
Foreign(Out of State) Corporation; State:
Joint Venture Other Li—C-
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, 1158
_1 Corporation Name: NFfil
.2 Address:
.3 Date registered with State of Indiana:
,4 Indiana Registered Agent:
Name:
Address:
BID-2
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 nit P ices, when multiplied by
estimated unit quantities for such Contract Items,total _,a.w+.-t`�4.Nw
ClL4/'4 te( - (41.' -E700 Dollars ($ , d6 02.50 ). he
Bidder acknowlabiges 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
PART 3
CONTRACT ITEMS AND UNIT PRICES
City 01 Carmel
Base Bid
Bray Homestead Wetland Mitigation
ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL
NO. PRICE _
1 CONSTRUCTION ENGINEERING LS 1 ''QQQ QU 9',000.00
2 MOBILIZATION AND DEMOBILIZATION LS 1 /Q,QOO,Oil 10404 AO
_8 EXCAVATION.COMMON CYS 1.630 1,15 /V,I!ar5o
4 EROSION CONTROL BLANKET SYS 800
XV 4 600,00
5 TEMPORARY CONSTRUCTION ENTRANCE/EXIT LS . 1 J/a00 0D 2 00
6 TEMPORARY MULCHING TON 10 .FOOD 500,00
7 TEMPORARY SILT FENCE LFT 1,000
8 GEOTEXTILES SYS 110 8t. 0 93.5 o p
9 'RIPRAP.UNIFORM TON 55 3 ooi..0 1, 7 bQ 00
10 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 -5-001 Go //000,00
11 SEED MIXTURE,PRAIRIE GRASS I LBS 35
12 SEED MIXTURE.NATIVE LES 70 1 . oo L,ScoLOO
P a i
13 SEED MIXTURE.EMERGENT WETLAND LBS 75 6
s,00 1 L.�
1 F7�p0
14 PLANT,DECIDUOUS TREE,SINGLE STEM.1.25 IN OR UNDER EACH 368 c($,o0 5119,00 1 6
15 SIGN,DO NOT MOW OR SPRAY ' EACH 8 3-57 00 ; 8 0,0o
16 PIPE„DRAINTILE,8 IN LFT 600 416 00_ a./40400
17 PIPE,PLUG EXISTING EACH 3 0 C-q,DO 7,c0,00
TOTAL: q !a sit 21 5-0
SUBMITTED BY: _SC44 4,41,0 5C4 NU6r LL C
SIGNATURE a ,
TITLE: Q /.LC
ADDRESS: 5703 NI US Y?J, 0 -5 co cYJ, LOO 37
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
BID-5
PART 5
EXCEPTIONS
instructions To Bidders:
5.l 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:
BID-6
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company: 5gi 1>5 l'E C FP6g-A17/
Project Name: FRAN/ t- 5-r • A 1#E-rLA,J D
Date Submitted: t2-. 2-1 . t p
Base Bid
Amount: &1 ,1 I ,. o 0
Revised 1211/2011
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: Bray Homestead Wetland Mitigation
Proposal For Construction of: Construction of a forested and emergent wetland mitigation site
including grading and planting in the future Hamilton countp
rk eferenced as the Bray Homestead
Date: t'7.-. 2t. 7—a11
To: City of Carmel,Indiana,Board of Public Works and Safety
BID-I
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Y LAID SC. f✓ G2-{ pTi�..�
1.2 Bidder Address: Street Address: 9186. E - CT.
City:Lk4 S . State: 14 . Zip: 4 L7'3(Q
Phone:3f ,cssc Fax: ele. 38`io
1.3 Bidder is alan [mark one]
Individual Partnership Indiana Corporation
$4.
Foreign(Out of State)Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note. To do business in or with the City of Carmel,
Indiana,foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958-]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
A Indiana Registered Agent:
Name:
Address:
BID-2
•
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service, and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied b
estimated unit quantities for such Con raact Items,total E t&H�7 %1AL -rtiod�D-
itdtt� tp ^5yerge 'J .4 1tbDollars ($ 8'till ). 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
PART 3
CONTRACT ITEMS AND UNIT PRICES
City of Carmel
Base Bid
Bray Homestead Wetland Mitigation
ITEM ' OESCRIPTION UNIT QUANTITY UNIT TOTAL
N4 _ PRICE
1 CONSTRUCTION ENGINEERING LS 1 10190. J800
2 MOBILIZATION AND DEMOBILIZATION LS 1 _ q�[/y. 11750.
3 EXCAVATION,COMMON CYS 1,830 l 44+``1''. ?0 01).
4 EROSION CONTROL BLANKET SYS 800 .a0 ! i TO.
5 TEMPORARY CONSTRUCTION ENTRANCEIEXIT LS I bo 0. &ago.
6 TEMPORARY MULCHING TON 10 %O. 35 DO.
7 TEMPORARY SILT FENCE LFT 1,000 3.60 ' .
8 GEOTEXTILES SYS 110 _ 3.6o 3gk..
9 RIPRAP•UNIFORM TON 55 55. 5°2.5.
10 ;MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 &v. j W'o.
11 SEED MIXTURE,PRAIRIE GRASS LB$ ice. , 610a.
12 SEED MIXTURE,NATIVE LBS 70 _ 95. _
13 SEED MIXTURE,EMERGENT WETLAND LBS 75 165. . 11-375.14 PLANT,DECIDUOUS TREE,SINGLE STEM,1.25 IN OR UNDER EACH 368 36. 11880.
15 SIGN,DO NOT MOW OR SPRAY EACH 8 y
t6 PIPE,DRAINTILE,8 IN LFT 800 41. 5100.
17 PIPE,PLUG EXISTING EACH 3 150. q50•
TOTAL: Si 1i ,. oo
SUBMITTED BY: '1't4135cA PG CDRPbRT A
SIGNATURE 1,1/441-L-
TITLE: N 4 .e 19Q,es i [J,r_f-+
tk
ADDRESS: 61S4 E . -- -T.
t.
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
BID-5
PART 5
EXCEPTIONS
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:
1411A.*11 yJe Fed l ¢'ta n#; c UU74. to
1N�2. kLlife_iF 4012 1x 011S.
BID-6
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to your bid
packet. Insert all documents into an envelope with project name and your
company name clearly marked on the outside. Seal the envelope.
Company:
Atlas Excavating, Inc.
•
Project Name: Bray Homestead Wetland Mitigation
Date Submitted: December 21, 2011
Base Bid � O
Amount:
Revised 12/112011
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 Ally and accurately filled in and completed and notarized;
Project: Bray Homestead Wetland Mitigation
Proposal For Construction of: Construction of a forested and emergent wand mitigation site
including grading and planting in the future Hamilton County
Park referenced as the Bray Homestead
Date: December 21, 2011
To: City of Cannel, Indiana,Board of Public Works and Safety
BID-1
PART I
BIDDER INFORMATION
rint
1.1 Bidder Name: Atlas Excavating, Inc.
1.2 Bidder Address: Street Address: 4740 Swisher Road
City: West Lafayettittate: IN zip: 47906
Phone: 765-429-4800 Fax: 765-429-6464
1.3 Bidder is atan[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 42, dated January 23, 1958.]
Atlas Excavating, Inc.
.1 Corporation Name:
2 Address: 4740 Swisher Road West Lafayette, IN 47906
.3 Date registered with State of Indiana: April 7, 1986
.4 Indiana Registered Agent:
WA
Name:
Address:
BID-2
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 Priie , wen ultijed1_
stimated Juan ies for uc ont ct Items,total OA e r f ' �l 74 t /-
u+�Sdu- k!ve / +rJ Dollars ($ The
Bidder acknowledges that evaluation the lowest Bid shall be ased 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
i
PART 3
CONTRACT ITEMS AND UNIT PRICES
City or Carmel
Base 8/d
Bray Homestead Welland/wtigalon
ITEM DESCRIPTION UNIT QUANTITY' PRICE TOTAL
1 CONSTRUCTION ENGINEERING LS I 2 da)- 2, `
2 MOBILIZATION ANDDEMOBILZATION LS 1 JL/ u) /L/ n
3 EXCAVATION,COMMON CYS 1,830 (,Cr 1'_1.)^ 3e, b
4 EROSION CONTROL BLANKET SYS 908 V2- 5 I if u V ,
5 TEMPORARY CONSTRUCTION ENTRANCE/EXIT LS 1 'W 'j— f �f�
_ 6 TEMPORARY MULCHING TON 10 6 OO - 6/c1-
7 TEMPORARY SILT FENCE LFT t000 3 50 3
8 GEOTEXTILES SYS 110 ' — 7_. j
9 RIPRAP,UNIFORM TON 55 5-4 2,-)'3--0
- 10 MOBILIZATION AND DEMOBILIZATION FOR SEEDING EACH 2 � / VC(j
11 SEED MIXTURE.PRAIRIE GRASS LBS 35 /
v — try
12 SEED MIXTURE NATIVE LBS 70 /(51 r
-
13 SEED MIXTURE.EMERGENT WETLAND LBS 75 f f — cf
14 PLANT,DECIDUOUS TREE,SINGLE STEM,1.25 IN OR UNDER EACH 388 5 2 1 Z VU --
15 SIGN.DO NOT MOW OR SPRAY EACH B c70 ` C
-
16 PIPE,DRAINTILE,8 1J AFT 600 J 5 — / l.{
17 PIPE,PLUG EXISTING EACH 3 7.51) --57)
TOTAL: T iJ, O
Atlas Excavating, Inc.
SUBMITTED BY:
SIGNATURE ai,...._ LJv
TITLE President
4740 Swisher Road West Lafayette, IN 47906
ADDRESS:
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
-14;1 1419/ 11
BID-5
.
PART 5
EXCEPTIONS
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:
BED-6