HomeMy WebLinkAboutNotice to Proceed
.1ACO~I, TOOMBS AND LANZ, INC.
CONSULTING ENGINEERS
June 30, 2006
Mr. Tom Wood, Admin. Member
Pace Contracting, LLC
200 Willinger Lane
Jeffersonville, Indiana 47130
401 West Main Street, Suite 600
Louisville, Kentucky 40202
(502) 583-5994 (502) 583-7321 Fax
Re: Jeffersonville-Charlestown Pike Sidewalk, Phase 1
Notice-to-Proceed
Dear Mr. Wood:
The purpose of this letter is to issue your Notice-to-Proceed for the above-referenced project.
A Pre-Construction Meeting has been scheduled for Friday, July 7 at 1:30 P.M. in JTL's
conference room.
We look forward to working with you on this project.
Sincerely,
J~A~OBI, TOOMBS AND
Lanz, P.E.
INC.
.,
J
(JL
- `~ ~®Dfi
S:~Jyd"ey\WPDOCS\o5\o545\notice to erocecd.doc
12.0 BID F®RlO~IS
i NOTE: INSERT AND ATTACH TO FORM 96, DO NOT USE THE CONTRACTOR'S
BID SECTION ON FORM 96. BE SURE TO SIGN BID; NOTARIZE BID AND
EXECUTE NON-COLLUSION AFFIDAVIT.
CONTRACTOR'S BID FORM
RE: JEFFERSONVILLE-CHARLESTOWN
SIDEWALK INSTALLATION, PHASE 1
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.
•
::\~yd~~~y\~PDOCS\OS\03~a"\secA2a.n1,d A-2~5
i
DIVISION B -CONTRACT FORMS
SECTION B-1 -CONTRACT DOCUMENTS
1.0 GENERAL
1.1 It is understood that the signature and seal of the CONTRACTOR on a properly
completed and executed State Board of Accounts Form 96 (pages B-102 through B-105)
indicates the CONTRACTOR'S acceptance of all terms as set out in these specifications
and documerits and his willingness to complete the project as stated herein and shown on
the drawings.
1.2 It is further understood that by the acceptance of, and the proper affixing of the signatures
of the OWNER to the Form 96, that a binding contract exists between the OWNER and
the CONTRACTOR.
1.3 After the OWNER signs the Form 96, and notifies the CONTRACTOR of his
acceptance, the CONTRACTOR shall proceed to complete the project with the best
workmanship possible conforming to all specifications set out herein and to all details,
drawings and notes shown on the plans for this project.
• cis,,~„~>.~~,,a~~=~,,,,=~eu,,,~<,~~~,,,s<«~~,,.8.~.,,~i B-101
Form No. 96 (Re~lsed 1987)
B!~ OF
CtC~ ~(,~Ilr'~c~-E`r
~, j (Contractor)
(Address)
~~~~~ 16~ ~~Yl ~c~
FOR
PUBLlC WORKS PROJECTS.
OF
Filed ~+...~' ~ .~' :~-~'C` (w'
Action taken da 61 Zr/~p~
B-102
THE AMERICAN INSTITUTE OF ARCHITECTS
AlA Document A3~0
Bid Bond
KNOW ALL MEN. BY THESE PRESENTS, THAT WE Pace Contractino LLC.
200 Willinger Lane, Jeffersonville IN 47130
as Principal, hereinafter called the Principal, and Western Surety Company
333 S. Wabash Ave Chicago, IL 60604
a corporation duly organized under the laws of the State of
SD
as Surety, hereinafter called the Surety, are held and firmly bound unto Jeffersonville Board of Public Works & Safety
501 East Court Avenue, Jeffersonville, IN 47130
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid
Dollars ($ 5% ~
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 Jeffersonville-Charlestown Pike Sidewalk Installation -Phase I
i
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 materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and 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 such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, othervvise
to remain in full force and effect.
Signed and sealed this 7th day of June 2006
~'1~ ~ Pace Contractin ,LLC.
~~5~, ~~;;v PnncipaQ (Seal)
(Witness)
B : , ~Q~~
(Title)
yt.. ~ Western Surety Company
~~ (Surety) •p (Seal)
0 1 ,...: • ~.~, t~
Attorney-i' Fact Todd P. LO Wert (Title)
AIA DOCUMENT A310 ~ BID BOND ~ AIA ~ FEBRUARY 1970 ED. ~ THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006
Western Surety Company
• POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-iN-FACT
• Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Ruth Ann Herzog, Paula J Teague, Todd P Loehnert, John S Meehan, Pamela S Canter,
Walter M Zolla, Deborah L Burton, Individually
of Louisville, KY, its true and lawful Attorney(s)-in-Fact with fidl power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
'~~
u
be hereto affixed on this 3rd day of October, 2005.
„,,,~w. WESTERN SURETY COMPANY
,a*~5........,... C's
=NP4 PPOq'~li^n
;, S i~~
,.Y''.• 1P.o
~,~lijl 0~
"""'~•'~ Paul .Bruflat, Senior Vice President
State of South Dakota
ss
County of Minnehaha
On this 3rd day of October, 2005, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he
resides in the City of Sioux Falls; State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
My Commission expires }`i5S55~yyyySSg.,sSyhyyyyti5 }
s D. KRELL J
November 30.2006 s~NOTARY PUBLIC ~"'~ ~
sEAt. s
i SEAL SOUTH
DAKOTA
r
+a5s~,55a~,5ay5hh5y55s5wyy }
D. Krell, No ary Public
CERTIFICATE
[, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 7.th day of June 2 0 0 6
~s°REr}"'' WESTERN
--,,P~,, ............:oa
P Oq
'"
' SURETY COMPANY
~P
q~; a
ti
r
y4 ~~n-
~W
?;`: Yz
%'c `'-
SP
~
~
TM
P
~`a•
..
,w
D
K
~~wnn
Form F4280-O1-02 L. Nelson, Assistant Secretary
Precrnped EY Slne Bw~C d Acqunfc A.E. 8ayc Ga.. Inc. NurcN, IN IYb.A Fwm Na %INev,sed 1%)~
CONTRACTORS BID FOR PUBLIC WORKS
• `°-t PART i
(To be completed for alt bids)
(Please type or print}
Date:p ~19 ti` ~ Q ~ i..
1. Governmental Unit: ~~.~ItL~~NJfw,.'~. L]~~'/~p~p1;~~~,,,~j`•~gy~g ~sj},~;y
2. County: /~% - ~-- ~
3. Bidder (Firm): ~p-C{~ l.-ElAi3~P~;l,J1cy f.,;,.tL
Address: .~t~ l~i~ ~
City/State: sJ~ ~-fl '~'Ny>,.,t;. IN ~"1~ ~ ~
4. Telephone Number: ?5 ~ 2.' ~,~ ~ ~~~~ _
5. Agent of Bidder (if applicable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of ~;. ~;ifa~~.~£. (Go~ve-rnmental Unit) in accordance with plans
and specifications of said unit for the sum of 14e,~':r~~.r~~.d:,%~y~;~;;~ '~ dd~'+ ~~ The under-
signed further agrees to furnish a bond or certified check with this bid for an amount pecified in the notice of
the letting. If alternative bids apply, submit a proposal for each in accordahce with the notice.
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 the bid is to be awarded on a unit basis, the itemization of 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 obliga-
• tion to use steel products made in the United States. I.C. 5-16-8-2. 1 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 indirect-
ly, any rebate, fee, gift, commission or thing of value on 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 °~~''~~~.~,''° t~~~ this ! '~'~ da of ~.:~,~
----~- y _ 49'.~c~ky
(Tills of Person Signing)
ACKNOWLEDGEMENT
STATE OF ii +=!~ )
COUNTY OF '~,l~".S/ae;~~--~ ) ss: Je
~aC~ being duty s orn, deposes and says that he is
--•;t'C.- ~''~~ >~$f of the above _~~~ ~ .~d~'~3 ~-~
(Tote) and that the
(Name of Organiz r n)
• statements contained in the foregoing bid, certificat'^io7~n an affidavit are true and correct.
• Subscribed and sworn to before me this / ~`' day of ~~'~-~L..~ ,~~~~' ~,;+
e'~
A_ - ./~(
No Public
~~ My Comission Expires: r .,~'~~~l3 ~°'~ ~ ;-~.Z'11~9
- f
County of Residence: °i~ • 8-103
ACCEPTANCE
• ~
The above bid is accepted this Z~s~ day of ~~~+~ ,
,subject to the
following conditions:
'- N t7 N,e -.
Contr cling ority Members: `J.~,~~~ ,~,,.,~j1 ~~ p,,,s j~~, WB,~ o~J~FW'i1
X _ ~ ,~I , J' _ J
P . ~-c ~ac+Pc r~ lei
'~ ~ayrj L. ~l y Amt t ~ 1J?
~,-7" L . n.r M ep,.~
r
PART it
(Complete sections 1,11,111, and IV for all state and local
public works projects as required by statutes.)
A i t J
Governmental Unit: ~ ~i"~L'j ~~~. ,~c'~~3 t ~+~~~ ~~~~j ~' e.t~°~ ~~~~Ll'
Bidder (Firm): `~tL> rrte,, ,,. ~ ~ ^~;- ~ L~~ /
Date: _ °al.~~1~-- °! =~~"~~'~
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?
Contract Amount I Class of Work When Completed Name and Address of Owner
2. What public works projects has your organization now in process of construction?
3.
When to be
Contract Amount Class o! Work Completed Name and Address of Owner
Have you ever failed to complete any work awarded to
4. List references from private firms for which you have performed work.
B-104
J)N;FFERSONVILLE-CHARLESTOWN PIKE SIDEWALK INSTALLATION, JOB NO. 0545
' ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL
NO. QUANTITY UNIT PRICE IN NUMBERS AMOUNT
WRITTEN IN WORDS FOR BID ITEM
•
1 1 LS Clearing and Grubbing
for
Dollars
Per Lump Sum $~ ~,~,
~
~~ °"" ~,,~.
$ ~ ~~ ~21~ ~ `'~
2 1 LS Linear Grading ~
for
Dollars
......_...........
Per Lump Sum $ ~~~ d~~~l ~'" $ /.` ll~~ -°'
3 600 TONS Type `O' Compacted Aggregate
Base, Size No. 53
s
for
.... ............................................................
........................... Dollars j ~~ ~,~„
Per Ton----.... $ / ~ •.~.- $ 1~ ~~~ ,
4 15 TONS HMA Surface, Type `B',
Complete
~ ~ ~~~
for ... ............................................................. 1 ~ /~
... _. ............................................ Dollars ,,
Per Ton $ ~~
5 60 TONS HMA Intermediate, Type `B',
Complete
• for ....... ......................................................
D
ll ..
o
ars
......_ .............................................
Per Ton ~t~
$ ~~,'~ '' ,,~~
$ (~ ~~Z~ =`"'
6 .1,610 SYS 4" Thick Concrete Sidewalk
for
......-- ...........................................Dollars
-Per Square Yard -~':=
$ ~, } F'
$ ,~~,~~ j ~:3~
7 360 SYS 6" Thick, Reinforced, Concrete
Sidewalk or Driveway
for
.. ..............................................................
.
.. ................................Dollars
Per Square Yard ~ ,~~
$ ~~ ,,~,
$ ~~ ~Gl~ /
8 36 SYS Concrete Curb Ramp, Red
for
Dollars
Per Square Yard ,~ ~
$ ~,~~ ~ ,~,
$ ~ ~ ~C~ ~ "~ /
9 10 SYS Detectable Warning Strip
for
... .............................................................
......._. ............................................Dollars ~~~ ~-
Per Square Yard $ ~ ~C~ $ f ~~~~`~
i
8:\Eydne~•\~'PDOCE\OS\055\secA2a.M,J A-206
JEFFERSONVILLE-CHARLESTOWN PIKE SIDEWALK INSTALLATION, JOB NO. 0545
ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL
NO. QUANTITY UNIT PRICE ~ NUMBERS AMOUNT
WRITTEN IN WORDS FOR BID ITEM
10 530 LFT Rolled or Standard Concrete
Curb and Gutter
for
.. ..:...........................................................
.......................Dollars L,,~,
Per Linear Foot $ ~~ $ ~ . ~,'~~~
11 ,8'LFT 15" RCP Storm Sewer
~~, for
Dollars ~ ~~ .~„ /
Per Linear Foot $ ,~ ~ $ ~ £>~
12 2 EA 15" Concrete End Section
for
Dollars ;~ ~~,,
Per Each $ `~~~ ~ $ ~d ~
13 12 LFT 18 " RCP Storm Sewer
for ...............................................:...............
............................... Dollars ~~ ~.°
Per Linear Foot $ ~~ $ ~- ~
14 ~Y'EA 18" Concrete End Section
~„ for
...... ..........................................................
.: Dollars
................................................... ,~a4 cam'" /
Per Each $ ~ ~~x w°' $ ~ ~~ ~°°'
15 170 LFT 6" PVC Storm Sewer, including
cleanout, tee, complete
for
..................... Dollars ;~~ ~~
__ Per Linear Foot $ ,~~ $ ~; ~p
16 1 LS Extend Existing 48" CMP
culvert, complete
for
Dollars
Per Lump Sum $ ~~,~~; $ ;~ ~,~~ ---'
17 940 LFT Sawcut Existing Asphalt or
Concrete Pavement
for
Dollars ~4.
......._ ............................................. ~ O
Per Linear Foot $ $ ~, ~~~
18 70 SYS 1 " Thick asphalt Surface Patch
for
. ...............................................................
..................Dollars ~~~ ~`, /
Per Square Yard $ ,~ ~~ ` $ ~~`
•
s \SYd.,e.-\WPDOCS\OS\os-~s\~e~A?a.~2,d A-207
JEFFERSONVILLE-CHARLESTOWN PIKE SIDEWALK INSTALLATION, JOB NO. 0545
ITEM APPROXIMATE DESCRIPTION WITH
UNIT PRICE UNIT PRICE TOTAL
AMOUNT
NO. QUANTITY WRITTEN IN WORDS IN NUMBERS FOR BID ITEM
19 5,715 SYS Seeding
for
.........................Dollars
P
S
Y
d ~~
$~ ~,~
$ 1~
~(~ ~~
er
quare
ar ,
20 2,650 SYS Sodding
for
.. ..............................................................
Dollars
.....................•------....-•---...-------••
Per Square Yard ~ ~~
$~ ~;~,
$ l~ ~~~ `''
21 1 LS Thermoplastic White pavement
markings (crosswalks, stop
bars, "STOP", etc..)
for ...... .......................................................
Dollars ~, ~
Per Lump Sum $ ~ ~ ~ $ .~~~ ~ °'~
,.
22 1 LS Traffic Control, Signs,
Barricades, complete
for
...-Dollars ~G9 /
Per Lump Sum $ /~ ~~~ °°" _ $d~ ~ /~ _~
23 1 LS Reconstruct Stone Block
Entrance, complete
for
......................... Dollars ~,~ ~,~
Per Lump Sum $ . ~~9E~ `' $ ~~~ °'
,~ ~ --
24 1 LS Relocate Existing Wooden
Fence, New Posts, complete
• for
- • ..................................................Dollars ~t gym-
Per Lump Sum $ ~~ ~t~ ~-°' $~, ~~
25 1 LS Construction Engineering
(Stake-out), complete
for
..............................................................
Dollars ~~~,
Per Lump Sum $ : ~~~ ~'`
SUMMATION OF ITEMS 1 THROUGH 25 =TOTAL BID PRICE=
~~/
$ ~~~e?
r
~~«~~
$~/~~~~~
.......Dollars
s:~s,,d„e,,~~nocs~osos~s~e, ~z~.M,d A-208
Pace Contracting LLC
References as to Skill and Experience
Owners
Louisville and Jefferson County
Metropolitan Sewer District
700 West Liberty Street
Louisville, KY 40203
Steve Emly
James Black
Bill Chamberlain
(502)540-6509
(502)540-6526
(502)540-6220
Kentucky Department of Transportation
977 Phillips Lane
Louisville, KY 40233
Phone: (502)367-6411
Mike Effinger
Effinger Corporation
812 Lyndon Lane
Louisville, KY 40222
Phone: (502)339-9797
Louisville Paving Co., Inc.
1801 Payne Street
Louisville, KY 40206
Phone: (502)583-1726 Fax: (502)583-5784
Louisville Parks Department
129? Trevillan Way
Louisville, KY
Jerry Brown (502)546-8100
Mark Dutrow (502)546-8100
City of Louisville
Department of Public Works
601 West Jefferson Street
Louisville, KY 40202
Reza Debaggh (502)574-3875
Hall Contracting of Kentucky, Inc.
P.O. Box 37270
Louisville, KY 40233
Rick Lovingood (502)367-6151
Pace Contracting LLC
References as to Skill and Experience
Engineers
1) Jacobi, Toombs, & Lanz John Toombs 812-288-6646
2) O'Brien & Gere Ray Ihlenburg 502-587-7884
3) Environs Mike Smiley 502-228-2258
4) Birch, Trautwein, & Mims Jim Mims 502-459-$402
Jim Birch
5) Commonwealth Engineers David Henson 812-634-7749
~~ /
omp a ro ec as o e rua ry 1, 2006
Job T of Work Date of Com lotion Owner Contract Amt.
Trinity Hills Drainage Drainage November-97 City of St. Matthews $ 26,000.00
Whits Plans Flood Proofing Drainage September-98 MSD * $ 68,000.00
Fair Ridge Drainage Drainage August-98 MSD $ 30,000.00
Lipps Bates Drainage Drainage February-99 MSD $ 41,393.00
Whippoorwill Drainage Drainage September-99 MSD $ 40,000.00
Middletown Christian Drainage Drainage August-99 Louisville Paving $ 12
000.00
Woodbourne/Sils Drainage Drainage October-99 MSD $ ,
67,142.00
KYDOT Outerloop Drainage February-00 KYDOT * $ 132,102.00
Old Towne Rd Drainage August-00 MSD $ 36
000.00
Old Brickyard Place Drainage August-00 Louisville Paving $ ,
11,2.00
Dana Drive Drainage Drainage June-00 MSD $ 100
930.00
Oneida Avenue Drainage Drainage Septemk~r-00 MSD $ ,
63
485.00
Fairfield Drainage Drainage September-00 Fairfield Devebpment $ ,
4
549.00
EdithlEmily Drainage August-00 MSD $ ,
49
000.00
Seneca/Ribble Drainage September-00 MSD $ ,
32
311.00
Kirsch Way Drainage Drainage September-00 MSD $ ,
36
000.00
Sanford Ave. Drainage Drainage October-00 MSD $ ,
61
000.00
Oak Hills Phase II Drainage March-01 MSD $ ,
~ OOp,00
Blossomwood Drainage March-01 MSD $ 41
000.00
DahlialSherbrooke Drainage Improvements Drainage March-01 MSD $ ,
40
000.00
Leemont/Logwood Drainage Improvements Drainage March-01 MSD $ ,
18 700.00
Smilax Avenue Drainage June-01 MSD $ 49
864.00
Larne Avenue Drainage June-01 MSD $ ,
37
225.00
Rocky Mountain Dr. Drainage May-01 MSD $ ,
37
785.00
HesslPindell Drainage June-01 MSD $ ,
~
000,~
Delmar Drainage May-01 MSD $ ,
11
500.00
Bames Drive Drainage July-01 MSD $ ,
59
665.00
Neighborhood 39 i;< 40 Drainage July-01 MSD $ ,
23
000.00
Spring Lake Farms Drainage September-01 MSD $ ,
31
575.00
Holiday Drive Drainage September-01 MSD $ ,
52
000,00
Lorenzo Lane Drainage October-01 MSD $ ,
99
569.00
Caple Ave Drainage November-01 MSD $ ,
36 230.pp
Commercial Catch Basinis Drainage April-02 Commercial PaverslKYDOT $ 8
000
00
Debora Way Drainage May-02 MSD $ ,
.
119
934
00
WoodgatelSudbury Drainage August-OZ MSD $ ,
.
112
000.00
Kennedy Avenue Drainage May-03 MSD $ ,
68
860
00
Fordhaven Drainage Drainage May-03 MSD $ ,
.
19
050
00
Wallie Ann Ct. Drainage April-03 MSD $ ,
.
68
571
00
Windsor Forest Drainage June-03 MSD $ ,
.
46 x.00
Roseborough Drainage July-03 MSD $ 51
500.00
Ulrich Ave Drainage August-03 L&J Properties $ ,
10
000
00
Plane TreelSamara Drainage March-04 MSD $ ,
.
64
850.00
Jim Hawkins Drainage September-05 MSD $ ,
38 445,00
Jan Way Drainage March-04 MSD $ 111
747
00
Nottoway Circle Drainage March-04 MSD $ ,
.
21
000
00
Lambert Ave Drainage July-04 MSD $ ,
.
147
000
00
Paradise/Player Drainage August-05 MSD $ ,
.
97
700
00
Leith Lane Drainage October-05 MSD $ ,
.
143
000
00
Donerail DIP Drainage October-05 MSD $ ,
.
170
000
00
Globnia/Seaforth Drainage September-04 MSD $ ,
.
114
056
00
Clarinet Drive Drainage September-04 MSD $ ,
.
254
990
00
Middletown Christian Drainage ,
.
Beargrass Creek II Drainage November-04 City of St. Matthews $ 26
000
00
Yuma Drive Drainage October-05 MSD $ ,
.
210
000
00
Bluelick Road Drainage November-04 MSD $ ,
.
18
900
00
South Crums Lane Drainage December-04 MSD $ ,
.
418
994
00
Paddock Lane Drainage May-05 MSD $ ,
.
64
000
00
Downes Lane Drainage May-05 MSD $ ,
.
142
222
23
Jonquil Drainage June-OS MSD $ ,
.
104
000
00
Concord Drainage Drainage June-05 MSD $ ,
.
87
000
00
Terrace Green Drainage May-05 MSD $ ,
.
108
250
00
Heather Hills Drainage May-05 MSD $ ,
.
78
507 DO
Hurstboume Ln. PS Drainage June-05 MSD $ ,
170
650
00
Indianola Drainage April-05 MSD $ ,
.
47
986
00
Edgetree Drainage April-05 MSD $ ,
.
28,700.00
US 42 & Chenoweth Highway June-99 KYDOT $ 48
023
00
KYDOT Manslick Rd. Highway October-99 KYDOT $ ,
.
234 211 Op
7th Street Road Highway August-03 KYDOT $ 32
000
00
KYDOTlBlankenbaker Lane Highway November-99 KYDOT $ ,
.
339,319.00
/ /
Milltown Streetscape/Storm Sewer Highway
Milltown Phase II Highway
KY DOT-LaGrange Rd. Highway
KYDOT Gilmore Lane Highway
Washin on Street Hi hway
Lonesome HollowlJoyner Hill P.S. Pump Station
Old Stoner Place Pump Station Pump Station
Stormwater Pump Stations Pump Station
Nightingale Pump Station Pump Station
Beargrass CSO Pump Station
Muddy Fork Pump Station Pump Station
SE Diversion/Nightingale Pump Station Pump Station
SWPS Gate Control Pump Station
Hardin County Water Tank Sitework Sitework
Hardin County Pump Station Sitework
Gardens of Stone Ridge Stework
CVS PharmacylShelbyville/Mosey Rd. Sitework
Louisville Logistics Culvert Sitework
SECC Concrete Concrete
Cherokee Park Sitework
Iroquois Manor Sitework
Arrow Concrete Wall Concrete
Rohm & Haas Sitework
March-02 City of Milltown, Indiana $
March-04 City of Milltown, Indiana $
August-00 KYDOT $
July-03 KYDOT $
April-03 City of Louisville $
October-03 Lou. Water Co. $
September-98 City of Jeffersonville $
April-03 KYDOT $
November-02 MSD $
March-04 MSD $
July-01 MSD $
August-04 MSD $
November-04 MSD $
May-98 The Crom Corp $
May-98 Coupe Construction $
August-98 Effinger Corp. $
October-00 Louisville Paving $
April-01 Louisville Paving $
May-01 S.E. Christian Church/Amstar $
June-01 Louisville Paving/City of Louisville $
May-01 Iroquois Manor $
April-02 Arrow Electric, Louisville, KY $
May-03 Lou Paving/Rohm & Haas $
450,690.00
807,000.00
554,527.00
1,484,000.00
296,592.00
74,000:00
201,000.00
829,800.00
21,000.00
146,000.00
727,000.00
696,473.00
137,548.00
28,000.00
18,000.00
156, 000.00
10,000.00
215,000.00
10,994.00
166,000.00
3,200.00
16,340.00
20,000.00
~/~
Pace Contracting, LLC Completed Projects as of February 1, 2008
Job T of Work Date of Com letion Owner Contract Amt.
Burlington Substation Sitework June-03 Hall Contracting/Cinergy $ 84,000.00
Dixie Chiropractic Sitework December-03 Louisville Paving $ 10,000.00
J George Trench Sitework December-03 J George Electric $ 1,600.00
Crescent Hill Parking Lot Sitework December-05 Louisville Paving $ 20,000.00
Primary Aircompressors Sitework March-04 MSD $ 119,000.00
Lake Dreamland Sitework December-OS Louisville Paving $ 4,000.00
Nichols Meadows Sitework August-05 L and J Properties $ 610,000.00
Marian Village Apts. Sitework July-04 L and J Properties $ 372,958.00
JCC Pedestrian Improvements Sitework August-04 State of KY/Jefferson Comm. Col lege $ 177,761.00
Milltown Phase III Sitework/Drains December-04 INDOT/Lou Paving $ 290,000.00
Domestic/Water Service Waterline June-99 MSD $ 92,843.00
Polymer System WWTP* April-99 MSD $ 162,112.00
Wet Weather Bypass Capacity Upgrade WWTP August-00 MSD $ 1,168,000.00
Septage Road WWTP May-99 MSD $ 31,361.00
Zimpro Bypass Recycle WWTP March-00 MSD $ 166,744.00
Artisan Park WWTP January-06 Louisville Paving $ 6,000.00
Sodium Hypochlorite WWTP April-00 MSD $ 157,470.00
Hite Greek Influent Screen Facility WWTP May-99 MSD $ 383,259.00
Urban Area Building Demo WWTP July-01 MSD $ 34,000.00
ORFM Pump Station Flow Meters WWTP September-05 MSD $ 69,000.00
MFWTP Lab. Improvements WWTP July-01 MSD $ 46,500.00
4th St. Pump Station WWTP July-02 MSD $ 117,000.00
MFWTP Defoaming WWTP July-02 MSD $ 168,000.00
Southwestern Pump Station WWTP October-02 MSD $ 32,913.00
BE Payne WTP WTP February-05 LWC $ 249,000.00
South Harrison WWTP WWTP September-05 South Harrison Water Co. $ 1,190,000.00
Latter Day Saints Junction Box Concrete September-00 CMW $ 20,000.00
Rehabilitation of Various Bridges Bridge March-01 City of Louisville/Lou. Paving $ 118,000.00
Beargrass Creek Preserve Park July-01 Louisville Paving/City of St. Matthews $ 1,800,000.00
Nortolk Park Improvements Park September-01 Louisville & Jefferson Co. Parks Dept. $ 91,999.00
Shawnee Park Concourse Replacement Park May-04 Louisville & Jefferson Co. Parks Dept. $ 65,300.00
AB Sawyer Park Park January-06 Louisville 8 Jefferson Cc. Parks Dept. $ 193,810.00
Scottsburg Car Wash Carvvash April-03 Tower Group $ 2,000.00
* 1) KYDOT=Kentucky Department of Transportation
2) MSD=Louisville and Jefferson County Metropolitan Sewer District
3 WWTP=Wastewater Treatment Plant
~ v ~
v d a ~ `°a° cL a S~oc~n ~ o~
~'
UE pa.~nm~coz`~pa'REH-o~~
~ O ...
Qop >-QomoooaNO•~~~m
acs-, Y~2n.m~0_YO]lii-Yd~(n
0000000
0000000
0000000
000'000
~Q'~OO~hh00
C MOO ~ r ~ N
N M r
to d} EH fA H4 EA EA
~ 0 0 0 ~ 0 0 0
C~1~NMCpt00
tD O~ tO 0 00 l~
oo°OO °oo°°°o °o
O 00 O O M ~
0 00 O O d• 00
~ ~ O M ~ ~
N N N I ~
~p r N
ER EA C ER E}? f9 ff?
0 0 0 0
O O O t0 N
N tp
N
CO ~ tD (fl CO f0 t0 t0 CO CO tD CO CO
0 0 0 0 0 0 0 0 0 0 O O O
T ~ ~ ` ~ >1 L .~ ~ .L •L
f~ ~ - T
V ~ Q ~ .Q ~ Q ~ ¢ ~ Q
O ~
0 0 0 0 0 0 0 0 0 0 O O O O
0 0 0 0 0 0 0 0 0 0 O O O O
Q 0 0 0 0 0 0 0 0 0 0 0 0 0 O
~,,, g 0 0 0~ 0 0 0 0 0 0 g 0 0 0 N
000 OOOf0000 000 f0
V
!6 ~ O M Cp Imo. t~ N f~ O ~ M ~ O l~ Cp t~
w f-~M tn6)~Ttnp~O)~-O I~ N
O CO N d0 ~ N M tq O
O
U 69 Ff3 fH d} EA d3 ER fH 69 fR fR ER ~ ~
~o
O L
N O N N
r ~ N ~ Z
~ > t4 m ~
ro ~- o U
a a ~
~ ~ Q J w ~ M H M N
IL ~ ~ Of _T~~~ ~~D~DO C~ ~
O O Y Y U O~~ J~~ 2~ Y J g~
C
O
~ m
e a
o
U c
m a~
°
o E
d - m
is
R ~
N
~
p N N Y N N N N
Y N
Q OL OL ~/~ D1 O) L O) O) Of 01 ~ L d1 !-
V/ (C t0 O /3 N c9 c0 O N
L
a
~ .~ N N~ N N N N C~ N CQ
7~~
~
~ ~ -- au~v~
ooinoooocncno~
~~
R
E
Rw
3 w ~ L
c °~
a ~
~a a ~ ~
dw
.-~ M ~~ ~
~p d O N
O J ~ v •~ ~ ~
Of ~
C C O N ~ O y
!O f0Y ~ ~ ~ ~ ~
V L ~ O) f6 ~ ~ T O. ~ 16
m
~
~
C ~
V d C O~
C L C~ ~
a ~ ~ ~- ~ rn~ m J ~ p~_~~
~
;
W O. N~>- L Y O- cp E F' p~ m
U E ~ ~ a 7~ C O Q. C L E~ 0 in y N
acs- , Y~=am~aYm~i--Ya~cn
,t
r
• -
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE /'
1. Explain your plan or layout for performing proposed work. ~ ~/=:r'er~ ~:~ ~j;~~~. firy,,,~,
2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equip-
ment to be used by the subcontractor, and whether you expect to require a bond. ~T®
3. What equipment do you intend to use for the proposed project? /~5 ~,~~~
4. Have you made contracts or received offers for all materials within prices used in preparing your proposal? ~~
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial state-
ment as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the
governing body awarding the contract must be specific enough in detail so that said governing body can make -
a proper determination of the bidder's capability for completing the project if awarded. /~
SECTION IV OATH AND AFFIRMATION
I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid
for public works are true and correct to the best of my knowledge and belief.
Dated at ~~~ this ~n day of ~'i~-~~ ~1
J'Cs~''a~ a'EL'~" 1i t
(N a of Organ' on)
By
:'TT~
(Title of Person Signing
ACKNOWLEDGEMENT
STATE OF_ / ~ j
COUNTY OF~.~'~."-r'F.~ ~ ss:
~ ~~~f~~'C'~ being duly sw,otrn, dep se"s and says that he is
_ of the above ~~~' '~% `~~~~u?~~' ~ and that the
answers to the questions in the foregoing questionnaires and a}statements therein contained are true and correct.
Subscribed and sworn to before me this ~~, day of ~~~~_ , ~~~
a {J
Notary P li
My Commission Expires: L~ =~ ;~ ~/tJ
J
B-105
County of Residence