Loading...
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