Loading...
HomeMy WebLinkAbout14) Bid Bond Gohmann Asphalt , .,.i'. '. r, StRtul Surety BID BOND KNOW ALL MEN BY THESE PRESENTS that we <1l:-M\l\N ASEHAI1' .AN) a:N3lRlX:['ICN ne. , as Principal, hereinafter called the Principal, and sr. PAlL FIRE AND M\RINE ThS.JlW{E ill1PPNY a corporation duly organized under the laws of the State of MINmJrA as Surety, hereinafter called the Surety, are held and firmly bound unto JEFFERS::NVIUE CRAJNAGE BJ\RD CF THE CTIY CF JEFFERS::NVIUE as Obligee, hereinafter called the Obligee, in the sum of --FIVE PERaNT (5%) OF PNJJNT BID -----------.---- Dollars ($--FIVE FERaNT -- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ~ t S CW<. m:N'E SlIDlVISICN ffiAIN..6GE FID.JECI' JCBN). 9705A r NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract Rfld give such bond or bonds, if the Principal shall. pay to the Obligee'the difference not to exceed the penalty hereof between the amount specified in said bid and su~h larger amount for which the Obligee may in good faith contract with another party to perform the Work cov.ered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. . Signed and sealed this 22rrl day of DlllI'15ER ,20 03 . rnES:O:mT (Seal) C'bl )j:~ -C (Witness) (Title) . S. SIMP8CN - ATICRNEY-IN-FACr r\ The language in this document conforms exactly to the language used in the American Institute of Architects (AlA) A31 0 Bid Bond, February 1970 Editiqn. ;-<\ ""'~ . - =._-.....'!t~..~.~~P~"".~,.~~~.IilG~~~7:r.7'-... . St. PeuJ M~~W')'WUlUc:C CompU1Y,.. .' ~'iUG~~~ '!:l<:. S~.bo.rd SUl"Cty Comp1nr St.l'.\I1M&41ca1 t.t.'oU1t)'~'Comp~ r'\ ~ . Bond No. BID. BOND _ RlDlt:R CON'I'AINlNG DISCLOSURE NOTICE 'OF tERRORISM COVERAGE 'VI . . This disclosure notice is required by the Terrorism Rlsk'insurance Act of 2002 (the wAct"). No action is required on your part. This Dlscldsure 'Notlee Is Incorporated in and a part of the attached bond, and is effectlve the d~~te of the bond., You should know that, eHective November 26,' 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the Insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorlsm'losses if the r, aggregate amount of insured losse~ under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount whIch exceeds that aggregate amount of S100,000,ooO,000. The portion of your premium that is attributable to coverage for acts of terrori~m is SO.OO. IMPORTANT NOTE: rHE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. . , (\ POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Gnardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Power of Attorney No. 21173 Certificate No. 1 7 9 41 0 0 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint William E. Frombach, Simon D. Thomas, John G. Thomas and Rebecca S. Simpson of the City of Louisville , State Kentucky , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings elf or . tted in actions or proceedings allowed by law. ..~ 14th May 2003 ~., ,) day of fted States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Ins St. Paul Guardian Insuran St. Paul Mercury Insurance o ~ IN WITNESS WHEREOF, the Companies have caused this instrume PETER W. CARMAN, Vice President --rLerl~ State of Maryland City of Baltimore THOMAS E. HUIBREGTSE, Assistant Secretary On this 14th day of May 2003 , before me, the undersigned officer, personally appeared Peter W. Carman and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 1st day of July, 2006. ~t~.~ REBECCA EASLEY-ONOKALA, Notary Public 86203 Rev. 7-2002 Printed in U.S.A. ~. ~ .... $ This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and. effect, reading. as ~ol,lows: RESOLVED, thafiD connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respectivedesignation~. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Comp;';y may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings' and other writings obligatory' in the nature thereof,' arid subject' to any limitations' set fonh therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLYED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attomey issueq them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings Dbligato;y ~ih t~e 'nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Execl1tive Offi{;erand_s~aieq and attested to by the Secretary of the Company. " ~'~ "',', --~.;... I, Thomas, E. HuiBregtse, /A!sisNlnt Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. V1!ul Mercury Insurance CQmp~y, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, andFidelity and Guaranty Insurance Unds;rv..:riters, Inc. uc-her~by certIfy that the above and foregoing is a'irue and correct copy' of the Power of Attorney executed by said Companies, which is in full force and effect' alia-has not been Je~ked. -'" ~ ", ",,' ,,;.' w" ~~~ '/ I IN TESTIMO:NYWB~itEOF,I hereunto set my hand this 22rd ""'~;,', ~........,.- \......,.. "".' day of DErn13ER 2C'03 ~~ @<;)~~".".'~~-9 ~tof(pql't...,:gt, w: - :m ~1\SEIlL.l<iJ ~........_...~~f ~~~~- 1;:~~~\ ~~~.~-~.~~ij ~ ~e.A~ Thomas E. Huibregtse, Assistant Secretary To verify the authenticity of this Power of Attorney, call1-800-4~!t the above-named individuals and the details of the bond to whi~"yt Please refer to the Power of Attorney number, ;f; I Ii (' r 'I. Gohmann Asphalt and Construction Inc. p.o. Box 2428 Clarksville, IN 47131-2428 Phone (812) 282-1349 FAX (812) 288-2168 www.gohmannasphalt.com Date: December 18, 2003 Re:JEFFERSONVILLE DRAINAGE BOARD BONENBERGER'S OAK GROVE SUBDIVISION DRAINAGE PROJECT JOB NO. 9705A Gohmann Asphalt and Construction Inc. acknowledges the following addenda: Addenda No. # 1 #2 II 3 Date December 16,2003 December 18,2003 December 18, 2003 Gohmann Asphalt and Construction Inc. President C:\My Dqcument,,\Work Fiies\Mlmicipal\i\tJ:unicipal Bids Docs\Addenda Sheets\Bonenberger's Oak Grove.wpd MEMBER NAPA ......i'1"R\...... ......W...... NATIONAL ASPHALT PAVEMENT ASSOCIATION A_d.... --- PRltlY PLUYMII IllPBlU IIIUIIT OF IfIUUT r I r\ I I I I I I I I I I I I I I I I I r\ r\ ~L ~ 12.0 BID FORMS NOTE: INSERT AND ATTACH TO FORM 96, DO NOT USE THE CONTRACTOR'S BlD SECTION ON FORM 96. BE SURE TO SIGN BID, NOTARIZE BID AND EXECUTE NON-COLLUSION AFFIDAVIT. CONTRACTOR'S BID FORM JEFFERSONVILLE DRAINAGE BOARD 4TH FLOOR, CITY-COUNTY BUILDING 501 EAST COURT AVENUE JEFFERSONVILLE, INDIANA 47130 RE: BONENBERGER'S OAK GROVE SUBDIVISION DRAINAGE PROJECT JOB NO. 9705A Gentlemen: We submit, herewith, our sealed proposal to furnish all necessary labor, material and equipment to construct the above captioned project, in accordance with the subject plans and specifications at the unit prices listed herein. . . C; \Sydm_oy\wpJ(1C,\lJ\ 9705\9105.,\st>clioll ,,2. wpJ A-205 f\ r (\ ..n'" ~ BONENBERGER'S OAK GROVE SUB:QIVISION DRAINAGE PROJECT ITEM APPROXIMATE NO. QUANTITY Construction Inc. WITH UNIT PRICE WRITTEN IN WORDS 1 o TONS Crushed Limestone (Mise. Sizes) F or.~.?~~.~~~................................ .....m..................:........... Dollars Per Ton UNIT IN NUMBERS 2 o TONS ---------------------------------------------------------------------------------------------- , $ $14.00 $ o ~. Bank Run Sand F or.~.~!~~~................................... ...................................... Dollars Per Ton 3 OCy -------------------------------------------1-------------------------------------------------- $ $16.00 $ 0/ Formed Concrete N on-Reinforced F orIhr.~.~..R~n~~4.I~~n!Y........ ..........................l........... Dollars Per Cubic Yard 4 OCY --- ---- -- ------- -----------.;...._._._---.;..--_.~_._--~------------------~------ --------- --------- -- - ------ $ $320.00 $ 0/ I Non-Formed Concrete N on- Reinforced F One Hundred Eighty or................................................. ...................................... Dollars Per Cubic Yard 5 o LBS ---------------------------------------------------------------------------------------------- $ $180.00 $ /' o Reinforcing Steel Fot9~~.......................................... . ...................................... Dollars Per Pound 6 OSY .---------------------------------------------------------------------------------------------- $ $1.00 $ // o Sod S' For....~.......................................... .........................,............ Dollars Per Square Yard ---------------------------------------------------------------------------------------------- $ $6.00 $ /' o 7 7 EA Type 'B' Manhole F orJt~~.Ih~.'f.~~n.~..................... ......... ............................. Dollars ._______________________________~:L~~~~__,,------,_-----_______~______~~~~~~QQ__~_____$}.?.:222:.f!.f!. // ~:.~~~..~;~:;~r.~~~.~~..... ..........;..............;............ Dollars . Per Each $ . $6,000.00 $ $6,000.00 /' ------------------------~-----------------~-----~------------------------------~-------------- 8 1 EA c; \S~'tlll{T\'<<'IJ(lncs\l)\'-rJ{15\l)7f)5,1 \.!'I.,/",thm ,)1. "'1"J A-206 Gohmann Asphalt and Construction Inc. BONENBERGER'S OAK GROVE SUBDIVISION DRAINAGE PROJECT JOB NO. 9705A ._-----------------------------------------~-----------------------------------~---------------- ITEM APPROXIMATE DESCRIP:TION WITH UNIT PRICE TOTAL AMT. NO. QUANTITY UNIT PRICE IN FOR BID WRITTEN IN WORDS. NUMBERS ITEM .----------------------------------------------------------------------------------------------- 9 20 EA Adjust Manhole Casting to Grade FOL..~9.~.~.1:l.~~~~.<:l:......_............. p~~."E~~h................... Dollars $ $400.00 $ $8,000.00 / ._-----------------------------------------~--~--~--~-----------------~~-~----------------~~--- 10 1656.90 LF 12" PVC S~nitary Sewer For.. .~~!:Y..~.~~~?... ... ..... ... ..... ...... ...................................... Dollars Per Linear Foot $ $47.00 $ $77,874.30 ~.. ---------------------------------------------------------------------------------------------- 11 329.12 LF 8" PVC Sanitary Sewer F or.f.~~ .f.~~.~........ ................... .., .........................;............. Dollars Per Linear Foot $ $45.00 $ $14,810.40 /' .------------------------------------------i--------------------------------------------------- 12 39 EA 6" Property Service Connection Pipe with Cleanout ForTbr~~.Ib.qmmnd.Eight.HmJ.dred ...................................... Dollars _______________________________~~!_~~~~__~___________________~______~~~QQ~~~__~___J}~82~~~:~~~ 13 2EA Connect 12" Diameter Pipe to an Existing Structure For...~9.1f.~.~.1:lP~~~.<:l:..................... ........................:............. Dollars Per Each $ $400.00 $ $800.00 /- ---------------------------------------------------------------------------------------------- 14 2 EA Connect 24\1 Diameter Pipe to an Existing Structure For ..~~y~~..~;1f.~~~.~................... ...................................... Dollars _______________________________~~L~':~~___r-------------______~____c_c-c_c~722~Q~--~------$}2~~~:~~..;/ 15 1 EA Connect 8 II Diameter Pipe to an Existing Structure For...~~~~.~.1:l.~~~.~.<:l:.................._ P~~.~E~.~h....i...;......... Dollars $ $300.00 $ $3JO.OU ___________________________________________------_---------------------------------------l----c \.. ~ :\:3 yJl u.~."\l;Vp~l\ ',;~\9\(rJtl5\97{ 1.5.:1 \:'<'"1..'li. '11 ;IL wpJ A-207 (--\1 Gohmann Asphalt and Construction Inc. BONENBERGER'S OAK GROVE SUBDIVISION DRAINAGE PROJECT JOB NO. 9705A -------------------------------------------1---------------~-------~---~-------~~---~---~------- ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL AMT. NO. QUANTITY UNIT PRICE IN FOR BID WRITTEN IN WORDS NUMBERS ITEM ._-----------------------------------------~-------------------------~-------------~------------ 16 1 EA Connect 6 II Diameter Pipe to an Existing Structure F or..T.~r.~.~..tl:H~P.:~~..................... ...................................... Dollars Per Each $300.00 / $300.00 $ $ ._-------------------~---------------------~-----------------------------~--------------------- 17 19 EA Catch Basi.l'l Type C For....!~~.Th~):I.~~~.~................... . ...................................... Dollars / _______________________________~~L~~~__..--------------_____~______~;QPp;.~~__~___c_-$}-82~~~:.~~. · 18 29 EA Catch Basin Type D For....!.~~..~f?'!:~.a.~.~.!.~?.~~?red ........................,............. Dollars / _________________ ______________~~!_~~<:~__.,.___________________~______~;~pP;.~~__~__ ___$_6}2~Q~:.~~ ' 19 5 EA Catch Basin Type J For..!~~.~?.t!.~.~~.~X!.Y.~.!i~~.~ed ...................................... Dollars _______________________________~~L~~<:~__,.-c_-----------______~______~;~2Q;.~~__~ _____$}_22~~~:.<?<? ./ 20 8 EA Catch BasiI:1 Type X For...!~.?~?.~~~~~..'!':~~.~.~~!:I.dred ...................................... Dollars' Per Each $ $2,800.00 $ $22,400.00 / ._----------------------------------~---------------------------------------------------------- 21 1 EA Catch BasiI:1 Type E For..!.~~.~..~.?~~.~~~.~.~.~~~.~~ndred P~;..E~.~h.....:............. Dollars $ $3,700.00 $ $3,700.00 / ,---------------------------------------------------------------------------------------------- 22 1 EA Special MHA/CB21 For..~!?l;1tIh~.':l.~~~4..~~.gh~.~.~~red ...................................... Dollars / ._------------------------------~~!_~~<:~----------------------~------~~~QQ~~~--~------$-~~~~:.~~ 23 1 EA Special CB53A F or...~~~. ~!?P.~~~4....................... ...................................... Dollars / Per Each i $ __~~QQP;.~~__~______$_6_P22:.~~ -------------~----------------------------r--~--------------------- . .- c: \~v\b l('~,\l;\,I'~I\ 1..;-.;\(.)\971)5\ 97{)5,1 \$(.'di.m ,12. t\'lhl A -208 Gohmann Asphalt and Construction Inc. F\. ..BONENBERGER'S OAK GROVE SUBDIVISION DRAINAGE PROJECT JOB NO. 970SA .------ -- -'---- ---- - - ------- --- -------.----- --t---.--.---,----.... ------ -~.-__---....--.....-----: -:---.... - - .-- --- -:- --..... ITEM APPROXIMATE DESCRI~TION WITH UNIT PRICE TOTAL AMT. NO. QUANTITY UNI'r PRICE IN FOR BID WRITTEN IN WORDS, NUMBERS ITEM ._~----------~--------------------~--------------------~-~-------------------------------------- 24 1 EA Special Catch Basin No. 56 F Six Thousand or....... ................. .......... ........ ....... ....................................... Dollars / .----- --------------------------~~!_~~~~--..-------------------~------~~QQQ;.Q.Q.- _!_-----$-~QQQ:~~ ~ 25 8 EA 12" Metal End Section For!.~~.~~~.~~?.~~~~.............. ...................................... Dollars ______________________---------~:!-~~~~---------------______..~_______~?~Q;.Q.Q.__~______~~~~2:Q.Q. ~ 26 1 EA 18" Metal End Section F Three Hundred or................................................. ...................................... Dollars Per Each $ $300.00 $ $300.00 ./ ._------------------~----------------------~--------------------------------------------------- r 27 1 EA 36" Metal End Section For..!.~~.~?.1!:~.~~.................... i ...................................... Dollars / _______________________________~:L~~E~___-_-----------______~______~~QQQ;.Q.Q.__~______~2.!2QQ:<!.Q. / 28 2215.73 LF 12" Reinforced Concrete Pipe, Class 3 F or.TJ:l:~~ .!.~~...... ........ ........ ...... ...................................... Dollars _________________________------~:!-~i~-~~~~~~~--------_______~________~~?~Q.~__~_____~~~~2~~~ ~ 29 2247.25 LF 15" Reinforced Concrete Pipe, Class 3 For..!.,l?;~~.:f.~y.~.............. .... .......... p~~..Li.~~~~.F~~~.... Dollars $ $35.00 $ $78,653.75 / ._ __ ..~____ _____________ ---- -----------....-----7'" .....,.~----.--.---.-.--:-.:-- --- - - -.....-- - - -"7, ~,.7'."":,, -..-.""""':' _... "",,,:,'-,-- ---,7"_-.~. ~....:....-- 30 1620.49 LF 18" Reinforced Concrete Pipe, Class 3 F or..~~~..~.~.~~?.............. .......... p~~..Li~~~~..F~~~.... Dollars $ $37.00 $ $59,958.13 / --~---------------------------------------~~-~--....-------....------~------------------------------- {\ l~ :\~.\'i) 1H')'\f\'I"I"CS\l)\97i J:='\9i' 05,1 \."l'CUOIl .12.I'.'pJ A-209 Gohmann Asphalt and Construction Inc. BONENBERGER'S OAK GROVE SUBDIVISION DRAINAGE PROJECT JOB NO. 9705A ._-------------------------------------~--------------------------------------~----------------~ ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL AMT. NO. QUANTITY UNIT PRICE IN FOR BID WRITTEN IN WORDS NUMBERS ITEM .----------------------------------------------------------------------------------------------- 31 358.43 LF 24" Reinforced Concrete Pipe, Class 3 Fof.~~.~.?~~........ ........... ........... ...................................... Dollars Per Linear Foot $ $44.00 $ $15,770.92 / -------------------------------------------i-------------------------------------------------- 32 40 LF 36" Reinforced Concrete Pipe, Class 3 F or..~~!?l?o/.... ....... ........;... ...... ...... ...................................... Dollars /? _______________________________~~!_!_!~~~:::~~!---------______~________~2Q~~~__~______$}~~QQ~~~ 33 193 LF Mill 2" Deep and 2' Wide for pavi1. F otE.~.... .~.......... ................. ............. ...................................... Dollars _______________________________~~!_~i~~~:!~~!_______________~____ _____~~~~~__~_ _____$}2~~~:.~~ / 34 20,073 LF 2' Concrete Curb and Gutter F of..i.l~~!............. ...................... ...... ...................................... Dollars / _______________________________~_e!_!_!~~~~::~~!__________~____~~--------~~~~q--~----~~~02~~~:.~~ 35 1,482 TONS INDOT Asphalt Surface HMA No. 9 for Roadways Fol.~~.!.~?............................... ...................................... Dollars / _______________________________~~!_~~~____~-----------_______~________~j~~qq__~_____~~22~~j:~q 36 4,446 TONS INDOT Base Asphalt Intermediate No.8 for Roadways Fo~.i.~..~~~r.............................. .........................,............ Dollars / _______________________________~~!_~~~_______________________~________~~j~~~__~___J}?}2!~:.~~ 37 12,730 TONS INDOT DGA Type '0', Size 53 for Roadways F l. ourteen . ...~..::::::::::::::::::[::::::::::::..D~'ii'~;~ I _______________________________~~!_~~~___~-------~----_______~________~lj~~~__~____~~~8233Q:~~ c; \S~,JI1..'.\..\t"[1tl( K"S\0\9'j'05W705.1\;::cc!icm ,~2. tl'1'..1 A-210 r\ r r\ BONENBERGER'S OAK GROVE SUBDIVISION DRAINAGE PROJECT JOB NO. 9705A .------------------------------------------i-----~--~-----------~---~--~------------------------ ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOT AL AMT. NO. QUANTITY UNIT PRICE IN FOR BID WRITTEN IN WORDS NUMBERS ITEM 38 10,775 GALS .------------------------------------------------------------------~---------------------------- INDOT Prime Coat For.. .c?~~.. ....... .............. ............. ... ...................................... Dollars Per Gallon $ $1.00 $ .---------------------------------------------------------------------------------------------- 39 1,347 GALS INDOT Tack Coat F One or.... ................. ...... ...................... ...................................... Dollars Per Gallon $ $1.00 $ .---------------------------------------------------------------------------------------------- . 40 4,777 SYS Gravel Driyeway Replacement F Fourteen or................................................. ...................................... Dollars' Per Square Yard $ $14.00 $ .--------------------------------------------------------------------~------------------------- $66,878.00/ 41 2,580 SYS Asphalt Driveway Replacement F Twenty One or.. ............. ...... .................... ........ ...................................... Dollars Per Square Yard $ $21.00 $ .---------------------------------------------------------------------------------------------~ / $54,180.00 . 42 645 SYS Concrete Driveway Replacement F or...~~~.~Y..~.~~.. ................. ........... ...................................... Dollars Per Square Yard $ $66.00 $ .---------------------------------------------------------------------------------------------- 43 10,432 LF Linear Gra~ing F Thirty Four or.................................................. ...................................... Dollars Per Linear Foot $ $34.00 $ .---------------------------------------------------------------------------------------------- 44 3 EA Lower Existing Sanitary Sewer Lateral 18" to Avoid the Proposed Storm Sewer F One Thousand Nine Hundred or................................................. ...................................... Dollars Per Each $ $1,900.00 $ ._-~-~------~------------------------------------------~--------------------------------------- I ./ $5,700.00 ...~: \ :=r\!m'r\I\'ikl,,~ '~\')\91.0::;WI05<1\::('d i, ~ll ,~,2. 'Il'pJ A- 211 $10,775.00 / $1,347.00/ $42,570.00 / $354,688.00 / t' f1 Gohmann Asphalt and Construction Inc. BONENBERGER'S OAK GROVE SUBDIVISION DRAINAGE PROJECT JOB NO. 9705A .-----------------------------------------1----------------------------------------------------- ITEM APPROXIMATE DESCRIfTION WITH UNIT PRICE TOTAL AMT. NO. QUANTITY UNIT PRICE IN FOR BID WRITTEN IN WORDS NUMBERS ITEM .----------------------------------------------------------------------------------------------- 45 1 EA Alter MH1 A F Fight Hundred or............................................... ...................................... Dollars Per Each $ $800.00 $ /' $800.00 ,____ _______ ____ ____ ___________ ---- -- -----0+--------- -----.-------- -- -----'--.---------- .....-- ----:-:.......-.:~- 1-." . . . .. - ..' . -, ...'-,.-.,.",',. 46 48 LF Heavy Galvanized Chain, with Lock F Nine or.:........... .,.... .................. ........... ......................,............... Dollars Per Linear Foot $ $9.00 $ $432.00/ ---------------------------------------------------------------------------------------------- 47 4 EA Power Pole Posts, Min. 8" Diameter by 7' Long, Drilled and Installed For.~~~.g;~~~~~.~.~!.~............ . ......................,............... Dollars ._______________________________~~!_~~~~______________________~_______~~~Q~C!.C!.__~______$}2~22=_C!.~( 48 4.53 ACRES Seed, Fertilize and Mulch Disturbed Areas For~~.T~?~~~~.!.':?~~.~~~~d ...................................... Dollars / Per Acre $ $1,400.00 $ $6,342.00 ._----------------------------------------+~~------------------------------~------------------- 49 1,000 LF Silt Fence, Installed F or.?~~..~~~!.~~.~~.~~~.~~~!~ ....................m...............~ Per Linear Foot $ $1.40$ $1,400.00 - / .-----------------------------------------i--~--------------------~---~-----------------~-~~--~ TOT AL BID PRICE FOR ITEMS 1 THRU 49 == $ $1,783,258.86 ~~~ cY oy 1".-:; \.3~,Jller\wpll, )tA9\9?()5\9?05u. \$L.....' I i~ m .,2. wpJ A-212 BID FOR: BONENBERGER'S OAK GROVE SUBDIVISION DRAINAGE PROJECT JOB NO. 9705A CITY OF JEFFERSONVILLE CLARK COUNTY, INDIANA RESPECTFULL Y SUBMITTED, .q~~~.~.~P.~.~~!.~~S.?~~.~~~.~?~.!J?:?...... .......................... ......... NAME OF FIRM . .~!.~~.~~~~. PE.......&::~~ci~~~~.~.~~~.~~~~~. p~~~~~~!.???~.~~~... ................. .............. ............ .............................. DATE r \.~ :\.sy\hw)'\'\\'p~tol..~\9\970:)\9705,'\j;t,d i"1l :\.1. wpJ A-213 (\ r Form No. 96 (Revised 2000) BID OF Gohtllann Asphalt and Construction Inc. (Contractor) P.O. Box 2428 (Address) C1arksville, IN 47131-2428 FOR PUBLIC WORKS PROJECTS OF Jefferonsville Drainage Board of City of JeffersonvilleBoneberger's oak Grove Subdivision Drainage Project Filed December 22, 2003 Action taken ~'.. ~ by Slate board of Accounls Boyce Forms. Systems. MuACie, IN 1240 Form No. 96 (Revtsed 2000) CONTRACTORS' BID FOR PUBLIC WORKS .. ' . PART I (To be completed for all bids) (Please type.or print) Date: December 22, 2003 1. Governmental Unit (Owner): Jeffersonville Drainage Board ofthe City of Jeffersonville 2. County: 3. Bidde~ (Firm): Address: . Clark Gohmann Asphalt and Construction Inc. P,O, Box 2428 . City/State: Clarksville, IN 4713 1-2428 o 4. Telephone Number: (812) 282-1349 (""""".1 "i 5. Agent of Bidder (ifappHcable): ,.,'.j , '", .': - ' "','" ,'., " "". " I . Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the ,I . .:. . 'I pLiblic works project of Jefferonsville Drainage Board of City of Jeffersonville ., ! {Governmental Unit) in accordance with plans and specifications prepared by Jacobi, Toombs and Lanz, Inc. . and dated November 2003 . for the sum of ': .' . ....... . SEE ATTACHED .' . '.', , . .... $ " . . . . The undersigned further agrees to furnish a bond <;>r 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 oOhe contract. r\ 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 touse steel products made in the United States. I.C. $-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. (\ NON - COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value oh account of such sale. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief. Dated at Clarksville this 22nd day of December 2003 Gohmann Asphalt and Construction Inc. ( e f Organization) President . Michael Gohmann, President (Title of Person Signing) (\ ACKNOWLEDGEMENT STATE OF Indiana $S: COUNTY OF Clark J. Michael Gohmann, President being duly sworn, deposes and says that he is (Title) of the above Gohmann Asphalt and Construction Inc. I (Name of Organization) and that the President statements contained in the foregoing bid, certificaUon and affidavit are true and correct. Subscribed and sworn to before me this 22nd 2003 My Comission Expires: October 24, 2006 County of Residence: Floyd 4 ACCEPTANCE r\ The above bid is accepted this following conditions: day of , subject to the Contracting Authority Members: PART II (Complete sections 1,11,111, 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: Jefferonsville Drainage Board of City of Jeffersonville Bidder (Firm) Gohmann Asphalt and Construction Inc. Date: December 22, 2003 These statements to be submitted under oath by each bidder with and as a part of his bid. rAttach additional pagesfor 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? Contract Amount Class of Work When Name and Address of Owner Completed See attached sheets 2. What public works projects are now in process of construction by your organization? ----, Contract Amount Class of Work When to be Name and Address of Owner Completed See attached sheets ('\ 3. Have you ever failed to complete any work awarded to your?, No If so, where and why? 4. List references from private firms for which you have performed work. Regional Airport Authority, Standiford field, Louisville, KY 40209 United Parcel Service, 1400 N. Hurstboume Lane, Louisville, KY 40223 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when your could begin work, completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit consider your bid.) See attached sheets ,~ 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. See attached sheets 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. See attached sheets ,~ 4. Have you entered into contracts or received offers forall materials whichsubstantiate th~ prices usedin preparing you proposal? Otherwise, please explain the rationale, used which would corroborate the prices listed. See attached sheets . , ... . f\ SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachmentof bidder's financialstatementismandatory. Any bid submitted without said financial statement as re94'r~d by~~t4te;snalltherebybe.renderedJnvalid.The financial statement provieded hereunder to the governing ;bodYawarClingthe contract must be specific enough in detail so that said governing body can make a proper det~rmin~tic>n ofthe.):)idder's capability forcompJetingthe project if. awarded. SECTION IV OATH AND AFFIRMATION. I hereby affirm under the.p.enaltie~lof perjury thafthe facts and information contained in the foregoing 6i(J for public works are true and correct to the best of my knowledge and belief. - ", . Dated at Clarksville this 22nd day of December 2003 Gohmann Asphalt and Construction Inc. a of Organization) President chael Gohmann, President (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana. COUNTY OF CI~rk ) } } J. Michael Gohmann, President being duly sWorn, deposes and says that he.is . Pre~ident .' ..,.. ..... .. of theat:>ove GohmannAsphaltandConstruction Inc. · . ..' tritll~)' '. .'. ..... .' . .'. ..' ...... ........>. ..../. ..... ';(NameofOrganiZa:tion)'" .' '.' ..' ...... and that the answers to the questions in the foreg8in9 CllJestio..,naires and all statements therein contained are true and ,correct.' County.of.R~den(;:e;