Loading...
HomeMy WebLinkAboutBid ,r.l----\) )> ::!J ~ CD "lJ 0' :J 0. ~ C ~ t-' c:: OJ OJ w '0 ~ 0 8 ^ r ~ (1) l:7:1 :t:' :J t-' t-' ~ t-' () @" ~ f-I. Ul ~ ~ (1) '<: ><: .. (f) .. ~ ~. 0 (f) H OJ ~ H ~ R z r JJ II z - 0 g 0 0 :J: ( ^ 0 *'" ~ II ~ rt g (J) JJ t-' 0 g U1 ~ "lJ 0 "Tl ~ ti JJ 0 '- m '0 () >: 0 :J -I a. ~ a. en Cil " <J> 0- !!;. ~ r\ t -I, . t- ~~ Prescribed by Stale board of Accounls Boyce Forms. $yslems, Muncie, IN 1240 Form No. 96 (Revise<l 2000) CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) 1, Governmental Unit (Owner): Date: May 18, 2006 City of Jeffersonville 3. Bidder (Firm): Clark Upton Pry, Inc. 2. County: Address: 1304 Dewey street City/State: New Albany, IN 47150 (812) 944-5923 4. Telephone Number: ~ 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the bl' k . t f Ken Ellis Senior Center pu IC wor s proJec 0 (Governmental Unit) in accordance with plans and specifications prepared by The Estopinal Group and dated eiqht hundred seventy thousand dollars $ 870,000.00 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. April 2006 for the sum of 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. 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 to use steel products made in the United States. I.C. 5-16-8-2. 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. I~ f t, .~....--~ '<-'> '~~ .,~ " .~ 'L i' ACCEPTANCE 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: City of Jeffersonville Bidder (Firm) Upton Pry, Inc. Date: May 18, 2006 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 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 525,835.00 Remodel Jail 2005 Harrison County Commissioners p88,395.00 Remodel cthse 2005 Harrison County Commissioners 744,933.00 New Facility 2006 City of Scottsburg 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 1,635,000.00 Remodeling 2006 NA-FC School Corporation 694,000.00 Warehouse 2006 NA-FC School Corporation 263,200.00 Remodling 2006 West Clark Community School Corp. , No If so, where and why? 3 Have you ever failed to complete any work awarded to you? f\ ---, 4. List references from private firms for which you have performed work. Floyd Physicians Corp., 1919 state st., New Albany, IN LifeSpring Inc., 460 Spring st., Jeffersonville, IN Betty Nance, 1302 Dent Avenue, New Albany, IN Performance Services, 5777 Purdue Road, Indianapolis, IN Harrison County Cornmissioenrs, 300 N. Capitol Avenue, Corydon, IN 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.) Work will be performed per Architect's plans, specifications and addenda. We have carpenter and laoorers on staff. Work can begin 10 days after Notice to Proceed is received. 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. Due to timing of receiving bids a complete list of subcontractors will be provided later for CMnerner' s approval. 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. We have available: Backhoes Crawler Skytrac Mobile office trailers Various hand and electrical tools Bobcat Dump trucks Pick up trucks Welders 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. We will have received firm offers on all aspects of the project. r r\ f" 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. Dated at New Albany 18th May 2006 day of this upton rganization) L. Stephen ry, Presi ent (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana Floyd COUNTY OF L. Stephen Pry being duly sworn, deposes and says that he is President of the above upton Pry, Inc. (Title) (Name of Organization) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this 18th day of May ~Ju(L~ " u . th A. House Notary Public 2006 My Commission Expires: 12/17/09 County of Residence: Floyd .-f': , 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 lettillg nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made witllOlli 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. D New Albany ated at this 18th day of May 2006 (Title of Person Signing) r r ACKNOWLEDGEMENT Indiana STATE OF COUNTY OF Floyd SS: L. Stephen Pry being duly sworn, deposes and says that he is President (Title) of the above upton Pry, Inc. (Name of Organization) and that the statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this 18th day of ~j~/J,Jj~/ CU 1 . se Notary Public May 2006 My Comission Expires: 12/17/09 County of Residence: Floyd (\ ~. ...... .._~.,v,.-':__'.::::=:__.."_ _ I ", -.' I I I I I I I I I I I I I J- f i ) I ~-- _JIL..._.l ...v._" ___..~,_..__.L!ill' ..O"_L. litILL_JI!l __JlIIllJLLLL~I.!If~ L liE JU~ LL.I...LTIIutif'ilf 1~"~ UPTON PRY, INC. BALANCE SHEETS December 31, 2004 and 2003 ASSETS CURRENT ASSETS Cash Accounts receivable Due from related party Costs and estimated earnings in excess of billings on uncompleted contracts Advances to stockholders Other current assets TOTAL CURRENT ASSETS PROPERTY AND EQUIPMENT Leasehold improvements Vehicles and rolling equipment Office equipment Less accumulated depreciation PROPERTY AND EQUIPMENT, NET OTHER ASSETS Investments Cash surrender value of life insurance TOTAL OTHER ASSETS TOTAL ASSETS LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Current portion of long-term debt Accounts payable Billings in excess of costs and estimated earnings on uncompleted contracts Advances from stockholders Accrued payroll and payroll taxes TOTAL CURRENT LIABILITIES Employee benefits obligation Long-term debt, less current portion TOTAL LIABILITIES STOCKHOLDERS' EQUITY Common stock, no par value; 100 voting shares authorized, issued and outstanding Common stock, no par value; 900 non-voting shares authorized, issued and outstanding Additional paid-in-capital Retained earnings TOTAL STOCKHOLDERS' EQUITY TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY See notes to financial statements. 3 2004 $ 34,940 449,124 87,426 7,275 108,709 4,799 692,273 1,498 201,282 13,627 216,407 (175,200) 41,207 40,000 125,141 165,141 $ 898,621 $ 3,435 176,284 30,939 38,583 2,744 251,985 75,368 14,035 341,388 6,400 57,600 129,553 363,680 557,233 $ 898,621 2003 $ 50,963 346,599 42,543 34,703 105,767 6,641 587,216 1,498 181,142 13,627 196,267 (163,683) 32,584 40,000 108,899 148,899 $ 768,699 $ 205,669 25,627 56,583 4,130 292,009 64,585 356,594 6,400 57,600 129,553 218,552 412,105 $ 768,699 I __r', ) , I r I I UPTON PRY, INC. STATEMENTS OF INCOME AND RETAINED EARNINGS for the years ended December 31, 2004 and 2003 REVENUE Contract revenue DIRECT COSTS Material Labor Subcontractors Overhead Total direct costs Gross profit OPERATING EXPENSES Salaries Payroll taxes Employee welfare Travel and entertainment Insurance Interest Vehicle expense Rent Utilities Telephone Property and other taxes Office and postage expense Professional fees Dues and subscriptions Depreciation expense Bad debts expense Advertising expense Management fees Miscellaneous Total operating expenses Income from contracting operations OTHER INCOME Interest income Miscellaneous income Total other income NET INCOME RETAINED EARNINGS Beginning of year End of year 2004 $ 2,746,283 333,093 231,692 1,541,283 77,811 2,183,879 562,404 89,681 26,155 56,335 6,216 73,994 978 42,304 8,400 9,366 10,016 6,360 7,031 15,885 10,557 11,516 991 37,200 4,480 417,465 144,939 189 189 145,128 218,552 $ 363,680 See notes to financial statements. 4 2003 $ 4,204,816 395,660 182,270 2,980,351 171,178 3,729,459 475,357 84,174 22,565 65,726 5,541 49,200 5,448 41,499 2,400 7,283 12,546 7,902 6,285 16,439 9,474 7,486 740 913 30,000 3,981 379,602 95,755 1,640 5,152 6,792 102,547 116,005 $ 218,552