HomeMy WebLinkAboutLouise Street Pump Station
.--,
Prescribed by State Board of Accounts
Form No. 96 (Revised 2000)
CONTRACTORS BID FOR PUBLIC WORK
PART I
(To be completed for all bids)
(Pleas~ type or print)
"..;;.
Date: 3. te .b~
1. Governmental Unit (Owner): C,.,."" o~ jEi=FEo.~\\..~e:
2. County: c..l.A'Z.\L
3. Bidder (Firm): E'.'I-C-€\... E~CAVA"'l~l> \ NL
Address: Ro. ~~ 45 A~
City/State:
)~El2Got..l"l\-\..E: l,...,
4. Telephone Number:
B\'l.. Z4<...oe~1
5. Agent of Bidder (if applicable): ""\\to€. ~~N.J.
~r
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of Co,,,,, ~t=:" ~EPr:G(2S0"'''',I..L~
(Governmental Unit) in accordance with plans and specifications prepared by
)IloCC f!:..' T ooty\~ c; \ LAo.)"Z.. and dated :S. 'S . "Z~
l
for the sum of
~e2: ~ $ -z.s~ "'8,;) .,5
TW6 H......t:>~ep F.F'f't e'b'olT "l"loo\oV'$4A-)Q :SE~\.\v"'Q<2CPE.\~1'-( t=\v~ bo~'" Se..v~...,.... ~\'V\!. C&->T'<;'
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed,. the cost of units must be the same as
that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit
basis, the itemization of the units shall be shown on. a separate attachment.
The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the Ul1ited States. I.C. 5-16-8-2.1 hereby certify that I anc;l 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.
/"\.
~
8-102
--
l'
r--
,
.
,
-J,
r
1
r
I
f '
r
, '
i'
.
.-'
I
t
ACCEPTANCE
The above bid is accepted this
following conditions:
day of
,~a ,subject to the
-~-
Contracting Authority Members:
, \U.A...~ ..l.(.ee"~~ ~\"t.J,-\'\~
~()t\- '"t'MOMA" Q... fr\\\ \ ~~, f"'~-
PART II
~ Q.c..(l~,M~
(Complete sections I, II, III, 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: C IT''i 0 ~ ..)et:"~&~50t..)\f, \.t. t:
Bidder (Firm) E"~c.€.\.. €"J.CA"~Tt~ \NC-.
Date:
3.le.oB
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.
VVhat public works projects has your organization completed for the period of one (1) year prior to the
date of the current bid?
VVhen
Contract Amount Class of Work Completed Name and Address of Owner
"Z~5. C>OC'" '~wre 910j t..tZ.AA
"ZI(o,OC:O - ~o "01 awe-a. a, 0<<..6 ~ e.J. AUTIo4 .
41.000 ... )~Lt-)T ~E?A.a '101 LgA p.
'.
2. VVhat public works projects are now in process of construction by your organization?
VVhen to be
Contract Amount Class of Work Completed Name and Address of Owner
'Z~S 000- CZoAO 41o!. C.L~'-l of .Jew p~~
6-103
,-
3.
Have you ever failed to complete any work awarded to you?
.J-b
If so, where and why?
4. List referenced from private firms for which you have performed work.
~(2.~~tV'\ C(S....~'i
!l.ON ?~?et.'nc::<".
N 1(:.."" ~()t.:)'e.S ~~Ob~
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, completed the project, number of workers, etc. and any other information which
you believe would enable the governmental unit to consider your bid.)
t=Ol..l..~vv '?l.~~~ , '5?'Ec.~
r'-
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. .....\ \ 4-
3. What equipment do you have available to use for the proposed project? Any equipment t6 be used by
subcontractors may also be required to be listed by the governmental unit.
~~c.o.v~~~. ~'Zen.S. Ti2OC>~~
4. Have you entered into. contracts or .received offers for all materials which su.bstantiate the prices used in
preparing your proposal? Otherwise, please explain the rationale used which would corroborate the
prices listed.~E.">
.~
8-104
r--
I
It
~
t
t
r-
r
r
,..-
I
!:
. '
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the bidder's capability for completing the project if awarded.
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.
51 If:) OT'''''j:J 'Seu.EJJ.SBU12t:. ilp ~
Dated at this \~ - day of ,,^~o.c..t-\ ' , ~
E'j((;;e.\.. E~-Av~T\t.)v \Nt..
(Name of Organization)
By . ~1J- M'\Lt t:'~~
~ \'l\<:.e..
(Title of Person Signing)
ACKNOWLEDGEMENT
STATE OF \"'QI~NA
)
)
)
COUNTY OF C...~
t-J\'~ ~'-'l1'3 N
7{26\ ffibe.
being duly sworn, deposes and says that he is
of the above..,
E"~e\.. E''lf.G.A\Jt::>''Tty..)t::, \t-3L
(Name of Organization)
(Title)
and that the answers to the questions in the foregoing questionnaires and all statement~. therein 90ntained are
true and correct.
Subscribed and sworn to before me this
I~'I'!::,
day of MP.a.a~
, 7rr"A.
Q~~1L- ~"~
My Commission Expires: l{ - ~ J\ ~
County of Residence: C \ c... / \ ~
8-105
~ ,,-,
....,
,
/'
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 include 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 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.
~"l16 OT'(.A'SC\.\..E~G,,~l.. C2.n
Dated at this
lS"~
day of M~ac.,"}
,~.
f1-c.e.\. €:'f.t.-A-"'~'T\ ~ \ r-)(. .
(Name of Organization)
By l-~~' M\~ ~~1--)tI
~~ n\b2.
(Title of Person Signing)
~
ACKNOWLEDGEMENT
STATE OF \,-l(),~~
COUNTY OF LL.:AQ.~
)
) SS:
)
N\~ ~""'tNJV
7Slo~ r\\bR.
being duly sworn, deposes and says that he is
of the above' E."fCf!\.. E'#.C.'CW~TI ~b \ N(. .
(Name of Organization)
(Title)
and that the statements contained in the foregoing bid, certification and affidavit are true and correct.
Subscribed and sworn to before me this ~ B ~ day of M.p. czc..""r , ~
o^^~
~)j~p~
Notary U I
My Commission Expires:~ . 1'" I ~
.
County of Residence: r_ \ 4. r\(
r'\,
.
8-106
..
. I ~\
,
"..-.
t
-c- (j)
0 '"
'0 ~
!!! "0
"0
C $. en
0
2- .....
~ 0
w
~ ....,
0
S ..J } 0::
0 'J ..;> a..
0
N -
"0 u.. q 1 0:: en u..
<IJ ~ 0
'" 0 0
os 0::
<IJ ~ u..
~ 0 ~ '3 0
<0 ~
0> IJ) ~
0 ~
z J 0
t""" E c
\lJ ~ ...J (J)
0 .::tt.
u.. IJ) Cll
J -
\!l <:) ..., ::> c
v (): a.. 0
-0 n
i- ~
Ul u::: <(
.r-,
I '
r\
r
t
8-107
r---
,
,
I'
,
~ '. , '1
~
.......,
..-,
,
r 1
-
TO THE BIDDER -
The following Form 96a is not required by the State Board of Accounts. However, the bidder must
either use this form or one similar to it prepared by their accountant.
r-
,C"'"
JACOBI, TOOMBS AND .LANZ, INC.
(""
S:\SydneyIWPDOCS\miscellaneousIMASTERId;vB.wpd
B-l08
:0..,"
'.. . . Y,;: Excel Excavating Mike
From: Lynn Imaging
J-12-08 3:22pm p. 2 of 3
('
JACOBI, TOOMBS AND LANZ, INC.
CONSULTING ENGINEERS
e
~
120 Bell Avenue
Clarksville, Indiana 47129
(812) 288.6646 (812) 288.6656 Fax
Match 12, 2008
ADDENDUM NO.1
Louise Sttcd Pump Station T mprovcrncnts
Job No. 07122
~~v I ~
~ !I'" ()
Tht:: following revisions and darific.'ttio11s :ue h~:t'ehy incorporated:
1. As referenced in the. Specifications on paf,re 15-A-13 Section 2.16 D, a Shlice. gate is
referenced. No sluice gate will be required.
2. As referenced i11 the Specifications on page 2-B-2 Section 4.1 calls for Indi:tna #:1'1 stone
bcddlng, Section 4.5 calls fot' it'!> stone. Indiana #8 stone shall be u.o;;ed for the
referenced bedding.
.1. As referenced in rhe Spcdfications em page 15-A-7 Sn:tion 2.10 A calls for Neenah R-6077
casting ::u1d ftal1'lC, while the Pla.n Shed () caUs for Neenah R-6020. Neellah casting and
frame R-6020 shall be used.
4. As shown on Plan Sheet H, the Precast Manhole over the.: 1 ~xisliJlg Sewer calls for a
bituminous sealer. TIns is correCl, the exterior walls of the manhole are to be coated
widl a bituminou,s sealer.
S, As shown 011 Plan Sheet H, the.: Air Release, Valve Det~1l1s cotre.:cl.. A 12" base is to be
used, and the R1192-JL lid is to be used. The "N" 1792-JL on the detail is a
typographical c.rror.
6. As shown on Plan Sheet 6, Note #"1 calls fOf bank run sand to 1)l~ Utl4:J as hackfill around the
wet well. Indiana No.8 (57) stone is acceptable backfill around the wet well.
7. The.: "FOuNDA'nON P1.AN" ,.1CI.w. shown 011 Plan Sheet: 7 h.1S bccn revised. SCl.~ the
attached "Revised Foundation Plan" detail.
8. ABS shall be an l:lpproved equal fot acceptable pump manufactw:'ets.
The Contractor shall acknowledge receipt of this Addt;ndum No.1 in writing on all bids turned in.
Sincerely,
~:~LAN7.'INC.
J nshua Hilhnan, E.I.
(I
S :\Syollcy\WPDOCS\07\07122\07122-A llU12NDUMi ,doc
, .
1~ Excel Excavating Mike
,
from: Lynn Imaging
3-12-08 3:22pm p. 3 of 3
CONCRETE FOOTING
WALL
.d.. ~4
4' 0"
--
--
I r -, ~
I O.65'l
I I
I I
l' -4" I I
I i
I I
I I
EXISTING 1.0 I EXISTING I
10' PUMP ROOM to 0 STEPS
l1 tri ..- I I
<1 I I
I I
~.
r .,4 I I
I I
I EXISTING I
INSTALL #4 I WET WELL I
DOWEL BAR
I I
L __-1
=::1
~
3'-4"
I
FOUNDATION PLAN
EXISTING
9' -8"
No Scale
SCIIl.E: N1S
DRAWN: J.N.H.
JACOBI, TOOMBS ~ LANZ. me.
CONSULTING ENGINEERS
120 BELL AVENUE
CLARI<SVILLK. INDIANA. 47129
(812) 286-6646
CtECl<ED: G.E.H. APPROVED:. . J.~L.
. SHEET
:11
r
LOUISE STREET PUMP STATION
JEFFERSONVILLE. INDIANA
REVISED FOUNDATION PLAN DETAIL
DATE: ~12-08
.lOB Ne. 07122
c:\EP2002\projec:ta\07122\01122-DETA,I!.-'
To:'ExceI Excavating Mike
From: Lynn Imaging
3-14-08 3:45pm p. 2 of 2
('\
JACOBI, TOOMBS AND LANZ, INC.
CONSULTING ENGINEERS
-
~
120, Bell Avenue
ClarksviLle, Indiana 47129
(812) 288-6646 (812) 288-6656 Fax
Much 14, 2008
ADDENDUM NO.2
I JOuisc Street Pump Stati011 11llprovement$
Job No. 07122
v,"(j A. ll1t1
~ (,.-r
'1he followl1ig tevi!:;tons and darific:.ltlOllS are hereby inco.rporated:
r
1. The existing dccuical supply at the station is 120V /208
2. As tefetenl:l~d in the. Specifications 011 page 2-E-2 section 9..1, it statt.:s that "Pavement
markings shall be installed as shown on the plans," this shall be revised to say "Pavement
markings shall be installed to match the existing markings, including hut not limited
to, Stop Bars, "STOP" lettering, and striping". This cOSot shall be cOllsidered
incidental and included in your bid.
1. In reference to the fence to be furnished and installed around the lift station, Privacy
Decorative Slatting (PDS - Privacy Slats) shall be furnished and installed. The color
shall be black, and the rnaterhlI shaD be vinyl This item shall he included in the cost
of Pay hem No. 14 (Lift Station).
1'he Contractor shall acknowledgl..~ tcct:ipt of this Adde11dum No.2 i11 writirl4~ 011 ~ bids tu1'11ed in.
Sincerely,
.J ACOBl, TOOMBS AND Li\NZ, INC.
Q~~-
S:\Sydm_-y\ W PI)()( ;S\07\07122\07122-A00l3NDUM2 ,uu.,
r)
BID FOR:
LOUISE STREET PUMP STATION lMPROVEMENTS
JOB NO. 07122
CITY OF JEFFERSONVILLE
CLARK COUNTY, INDIANA
RESPECTFULLY SUBMITTED,
~~(.EL e:~~" A'n~6 \ tJ(..
NAME OF FIRM
..-
L.:~~
PERSON
PERSON
A 1TEST
DATE
Accepted this I ~ day of ~ ' 2008
S:\SYDNEY\WPDOCS\07\07122\SECA2.DOCX
A-208
LOUISE STREET PUMP STATION IMPROVEMENTS
ITEM APPROXIMATE DESCRIPTION WITH UNIT
NO. QUANTITY PRICE WRITTEN IN WORDS
OB NO. 07122
UNIT~RICE TOTALAMT.
NUMBERS FOR BID ITEM
f\
1
2
3
4
5
o
.~
6
o
7
o
8
o
9
215
~
10
450
S:\Sydney\WPDOCS\07\07122\u.,;' pric..
o
TONS Crushed Limestone (Misc. Sizes)
For
..... ............ ... ........... ..... "'.. ...... "'................ ......... "'....
...:r~~~~:,:':t....................... ~... p.5?~~.
Per Ton $Z6.00
TONS Bank Run Sand
For
......................... ............................... "'...................... ... ...
.... 53f~f?t::. .................... ..... !?~~~~.
Per Ton $ \CO'~O
CY Formed Concrete Non-Reinforced
For'
:~~;~:~~~~::f! :~::~::::::::~~~~~~:
Per Cubic Yard $ 450.00
CY Non-Formed Concrete
Non-Reinforced
For
.......... "'....-.......................... "'......... '" "'.................................................... '" "'......
.:r."t.~~. .~'=".~~.~.~. .... .......... .!?~lJ.~~.
Per Cubic Yard $ SbO. co
TONS Dense Grade Aggregate
Aggregate Type P (I.D.O.H. Specs)
For
. '" "'.. '" '" .................... .......... ...... .... ...... ........,
............:T~ ~~-:.:t................ R~~~~.
Per Tons $ 20.00
LBS Reinforcing Steel
For
............. "~~i" ............. ...... D~U;;'
.. ...... ........ ............. ... ........ ....... ............ "'............
Per Pounds $ JS . 00
Sod
For
'~~C;:'6~~'~:;;';:"C~~""'D~iI;;'
'P;;-Sq~:;;;'Y~d......m....................... $ 4. SO
Seed Fertilizer and Mulching
For
o
o
o
SY
SY
TONS
Ot--lt. Dollars
'P;;'Sq~;'Y;d........m..................... $ ~. 00
INDOT Surface Asphalt
Number 11
. E <;>!.t~~ f:~ :".':l ~ Y?':\T. ~~~';-~~.;-;.........
~~':t .Ey.~.~.~............ ...R~~~,
Per Ton $ 7B .45
Surface Milling
.!:?!.~~.l!:~,="~~~?.t-h~~.b'Ig~EJ.~p
Dollars
'P~'Sq~~;'Y~d"'''''''''''''''''''''''''''''' $ 4 . q.5
A-206
SY
$ zo.eo
$ \.'S.OO
$ 4-So.a::>
$ ~oo.UJ
$ 'Z..O ,to
$ 5'.00
$ 4.~O
$ l.-oD
$ He> ~~ ..15
,
$ :L.22.. '50
LOUISE STREET PUMP STATION IMPROVEMENTS
ITEM APPROXIMATE DESCRIPTION WITH UNIT
~ 11 1 t.s Connect new 6" Focre Main to
existing Manhole
.!: ?:.. ~~ ~.f?.. H ~~~~..E~ F.xg!;t-;\........
Dollars
......... .......... ... ..... ............. ....... ...........................
Per Lump Sum $ '1\~.OO $ q\S.oc>
6" PVC, C900 Sanitary Force Main,
Thrust Blocks
. !:?!..~ 9:-!;i.. ~.~. .~~~~:?...........
.~~':\. .C.l?~-:.?...................... !?~~~~.
Per Linear Feet $ 44. ~o
Manhole on existing sewer
For Fousz.l~~to.~Q T~ \4u~o12.e..o
:~~i~~6ti~~~~~~~~~~~~~~~~~~~~~~p.~~~~:$ 4, '2.eS.6b $ 4. 'Z~S ,00
275 gpm Lift Station, Pumps building
piping, electrical, conduit, wet well,
valve pit, emercency pump out
manhole, drop inlet, reconnect
telemetry, fencing, handling existing
flow, rain guage relocation (pavement
at the lift station site), etc. complete
.f.?!.~~.~~'?~~.~!.~~~~:r~P EI~;
~V~I!.~~!~~2m~~..........~..!?~~~~. F\~ ~
Per Lump Sum $ \<0\.831.'50$ IC,s\. ~":$" ..50
8" PVC Gravity Sewer
. f.?:J.?~~~~ ..~~1:. .~.~.~ ~..............
~lNGU'T't ~ Dollars
.... ............. ........... ............ ...... ..............-.-
Per Linear Foot $ Bfo.lO
Decommissioning of existing
Lift Station
.!:?Kr~~I~.?fi~~~~~?-!9.~
1">>~.~~~~.~!M~~~-r.'?..!?~~~~.
Per Lump Sum $ 3,54;.90 $ ~.5~. ~o
Air Release Valve and Manhole
Complete
.!:?!.~.!~~~~2~~.~~~~.~~.~~~
~9.-~.~~~g)~~'!:1.~'d...p.~~~.
Per Each $ 4.LA.;. Be $ ~ 1 Z $, . loC
. Manhole Lining Rehabilitation
~ ~ ~ ..1-
Fort"~t:e: \~~D "\-la-e \-l'J~<:>
:~~~~;~~~~~:~~~~~~:~:~~:~:::::::t?~~~~:
. Per Lump Sum $ '3 .-; &~. tb
TOTAL BID PRICE = Total ofItems 1 thro 18 = ·
r
,
12
1200
LF
13
EA
1
14
LS
1
r, ,---.
15
3'5
LF
16
1
LS
17
EA
2
18
1
LS
. ,.-..."
(\
S:\SydneyIWPDOCS\01\07I 22\uoit pricoulJ
OB NO. 07122
UNIT PRICE TOTAL AMT.
$ 5"3,4-60.co
$ ~ 634.'50
.
$ ~.~Ba.60
$Z58.,eS. .,s
A-207