Loading...
HomeMy WebLinkAboutBid/Contract Excel Excavating .. r I r- i:- r ~ -;:- '" ~ '" i ~ ~ "C "C "E ~ en 0 2- I- 0 () rt w ~ J 0 6' v ) 0:: 0 'J -'> a. 0 N - en "C u.. ~ 1 0:: u.. Q) ~ 0 III 0 0 os; 0:: Q) u.. ~ 0 ~ ~ "1 0 <0 ~ en CD ~ ci ~ z J () "..-:--< E c:: I Q) 0 UJ ~ ...J ~ u. CD S J .0 ..., ::> c:: \1) 0; 0 v a. "C ts 7- .!! c:( IJl u: r , l ~ t 8-107 r- . ( ') 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. JACOBI, TOOMBS AND LANZ" INC. S:\Sydney\WPDOCSlmiscellaneousIMASTERldivB,wpd B-108 ~- ',. '. /- '" ~ .. .. . ;,.'~ . . . .. '-..I .. ,~ ~. . . . . . 'Ii /~ ~"i. ~.;I .i . r- , " r . - i r ~- r r ' , ,.- I f f\ r i :- , 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 thebest of my knowledge and belief. 511b lJTlc..~ 'SeLu5f2.SBo2t.,. i2p ~. ,""~ Dated at this \B - day of ,,^AQ.<!.~ ~ e~cC~\.. E"-C.-Av~T\t.)l, \NL . (Name of Organization) ,By l..JC;.1:f N\lltC. Fu.a,.JjJ. ~ rC\t..e. (Title of Person Signing) ACKNOWLEDGEMENT STATE OF \ !'IOIAN'" COUNTY OF C...AS2.k:.. ) ) ) t-J\ '''Eo t=""\.,.'l~"'" ;7 {26~ r(lb2. being duly sworn, deposes and says that he is of theabov_~, t.yc::e\.. E'l'<:.A"t:>"'''''''t:, lJooL (Name of Organization) (Title) 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 l~ "f~ day of MM2.a\o'\ , 7L'r"A Q~~ ~o.." P",~ My Commission Expires: Y - ~ -\ ~ County of Residence: C \ Ct ./ \ " 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.,.,_" ~110<.J1'l(.."Se\.~~~uQ..l...CZ() 18"::* "'^ ,., , Dated at this 0 day of ,......p._c.\'~ ,~ . E'-i:cE-l.' €.':"bA"'~-n ~ \ ~ t. . (Name of Organization) l-~,.' r\.'\"lll: ~~1'.)U By ~~ n\b2. (Title of Person Signing) ACKNOWLEDGEMENT STATE OF \'-It>,~Q COUNTY OF (~Q.lt:... ) ) 55: ) "^~ ~'-"l-N"-J ?f2b~ mbR. (Title) being duly sworn, deposes and says that he'is 'c;fth~~b:gIi{~J'0 :.: E.'1C€t. E~c:.'ClN'j:.\"1 ~b \ ~c.. (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 ~~t~ day of tJ\.p.ec..\Ir , -z.e:oe O' "^ ^~~ ~JJ~p~ Notary U I My Commission EXPires:3 . q - I ~ County of Residence: C. \ ~ ,f\( .........,""',,,.. ,. >f"'w..;.,;,.',} .""",.~<.: .c.,....~.'..'...~ -.-"..'--~ :;,~,-,: '--~'l!o";' ~~.\~ ,/''''-''"''~ '.r/./../$::S;~'~".,;;: ~'~ -'... '/'/'/' '" ;::, '.' .' ./ jj...~.~ ',-' ~ .~ "' ,..:",'''-:,~~>,;':'',,',~. ~'~~~~~,: --- . ...... . ......,.., '=:---:...:"'- :. ',-, ~ -, ~.. . - .~ ~ . .. . . . III . ..... .. .. . . . iii J '* . '.>1 111 ","-'-. ~ .. "'"' ./ -- r l' l' ..--. i . t ACCEPTANCE The above bid is accepted this day of ,Z€b~ ,subject to the following conditions: -~- Contracting Authority Members: \.UA...~ ..J.4.e",~u.... ~,"t..l, "^~ ~()n... "'O"DMA ~ A. ~ fsA\" t""', t.u ~- PART II ~ t),~l~,M~ (Complete sections I, II, Ill, 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'Ti 0 ~ ~E'F):&~50tV"H_\..E: Bidder (Firm) E'/.c:.€.\. E'/.CA"A-Tt~ h-st.... Date: 3.1~.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. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? When Contract Amount Class of Work Com Dieted Name and Address of Owner 2lD5, 600 - ~wre 910" t...i2~A "Z \{o, 000 - l20a 0 1'0"" CZwel2. C2'~6 ~E\1. ~T04. 4\,000 - )e.U..)T ~E?A\a '(0" Ll2.A ~ { ., 2. What public works projects are now in process of construction by your organization? When to be Contract Amount Class of Work ComDleted Name and Address of Owner -z.~~f 000 - C2.0AO 41o~ c.~"N ol=' ,Jew QU3.~ 8-103 3. Have you ever failed to complete any work awarded to you? ~ If so, where and why? ,~ . -: . N 'C.W!. ~~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.) \='O\..Le>vv '?..~~ \ '5?'Ec.~ 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- '"-"f", 3. What equipment do you have available to use fof the proposed project? Any equipment to be usect by subcontractors may also be required to be listed by the governmental unit. ~.,.c~~~".> ~'Zen..s. "'q;Z<<.. "'"~ . 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. .~ e."> 8-104 '. ~ . ;..~ . . . -"f':'",", . iii .. ... . . ;~. >l .~ . .. .. . II ... .. . ,........ I r___ j \ I c=-- r - r- I t DIVISION B - CONTRACT FORMS SEC'TIONB:.j :"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 indicates the CONTRACTOR's acceptance of all terms as set out in these specifications and documents 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 afflxing 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 her~in and to all details, drawings and notes shown on the plans for this project. S:\Sydney\WPD6cs\miscellaneousIMASTER\di~B.wpd B-1 0 1 Prescribed by State Board of Accounts Form No. 96 (Revised 2000) CONTRACTORS BID FOR PUBLIC WORK PART I (To be completed for all bids) (Please type or print) Date: 3. t~ .C)B 1. Governmental Unit (Owner): C 1",",-\ 0 >:' jE~FE12.~v'\\.\..e: 2. County: c.1.Ae.\L 3. Bidder (Firm): E:.~€,- E-J.c:Av,Q;,.. ~ G \N"<... Address: P.O. e.~ 54~ City/State: J6=t=1:~t...l\Jl'-\..E l,.., 4. Telephone Number: et7.. 24(p.09-S, 5. Agent of Bidder (if applicable): M'\L€. !:"'~N,J. Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of e,'T'\ Ct~ )eF~E~O"'~, '-'-~ (Governmental Unit) in accordance with plans and specifications prepared by j~<:o~, ToofV\~~ \ LAto.)"L , and dated ~. '3 . ozoe>S for the sum of ~elC ~ $ -z.S8., ,8"0 _,S TWb ,",V...r.>2aP FcF""( elC.~'T T~~~t::> :Se:~ ~....()acPE.\b1o-'-T"l Mv~ bo~,> Se.v\!:-N"I"'-f ~'V\!. C&.J-rf:. 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 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. 8-102 . 5il ~ .... . III . .. . iii .. ..,. . .' . . . " .. III '-: . .. "'-. 1G: Excel Excavating Mike From: Lynn Imaging 3-12-08 3:22pm p. 2 of 3 f\ 'JACOBI, TOOMBS AND LANZ, INC. CONSULTING ENGINEERS e :I 120 Bell Avenue ClarksvilLe, Indiana 47129 (812) 288-6646 (812) 288.6656 Fax M~lrch 12, 2008 ADDENDUM NO.1 Louise St.tcd Pump Station T mptovcn'lelllS Job No. 07"122 wt~/.,l 0" The following revis.iol1s and darifiQttiolls Rt:e h~~rchy inC():tp()r~Hcd: 1. As refetenced in the Specifications on page lS-A-13 Section 2.16 D, a sluice gate is referenced. No sluice gate will be required. 2. As reference.d .in the Specifications on page 2-B-2 Section 4.1 calls for Indi1,na :/:'/:1'1 stone bedding-, Section 4.5 calls for ttB stone. Indiana #8 stone shall he used for the referenced bedding. .). As referenced in the Spedfications 011 page 15-A-7 Sc{:t1on 2.10 A calls [or Neenah R-60n casting and fral11l~, while the Plan Shcet (i calls for Neenah R-6020. Neenah cast.ing and tt-.tme R-6020 shall be used. 4. As shown on Plan Sh~:ct B, the Pre.cast Manhole over the Exisl.i:ng Sewer calls for a bituminous scaler. TIlls is correcl, tbe exterior walls of the manhole are to be coated with a bituminous sealer. 5. As shown oil Plan Sheet H, the Ai:r Release. Valve Det:l.1l is cotrcCL A 12" base is to be Utlcd.~ and the R1792-JL lid is to be used. The "N" 1792-JL on the detail is a typographical c.rmr. 6. As shown on Plan She.et 6, Note..: #'1 calls for bank nUl sand to lx: ut'lcd ilS hackfill around the wet well. Indiana No.8 (57) stone is acceptable backfill around the wet welL 7. The "FOUNDA'l'ION Pl.AN" ueL.1.il. shown 011 Pl::t11 Shed 7 has beL'll .revised. Sel.~ the attached "Revised Foundation Plan" detail. 8. ABS shall be an <lpproved equal for acceptable pu.mp manufacturers. The Contractor shall acknowledge receipt of this A ddt;ndunl N D. 1 i11 writing on all bids turned in. Sincerely, ~1'~~LAN7.' INC .J oshua Hillman, E.I. S;\S ylhlcy\WPDOCS\07\07122\07122-^ [)[)JlNDUM1.doc , . i~.: ,Excel Excavating Mike From: Lynn Imaging 3-12-08 3:22pm p. 3 of 3 CONCRETE FOOTING WALL .&1,. <tLj 4' 0" -- -- I r ~I ~ I O.65'l I I I I 1 '_4" I I I I I I I I EXISTING In I EXISTING I 10' PUMP ROOM ~ 0 STEPS A. .- I I to .q I I I I <t. .1I I I I I I EXISTING I INSTALL #4 I WET WELL I DOWEL BAR . . I I L__~ ---::J --- ~ 3'-4" I FOUND A TION PLAN EXISTING 9'-8" No Scale r LOUISE STREET PtJ){P STATION JEFFERSONVILLE. INDIANA REVISED FOUNDATION PLAN DETAIL SCALE1 NT$ DRAWN: J.N.H. JACOBI. TOOMBS ,& LANZ. me. CONSULTING ENGINEERS 120 BELL AvENUE CLARKSVlLLE, INDIANA 4'1129 (812) 288-0646 CtECl<ED: G.E.H. APPROVED: J.U. . SHEET '1 DATE: 3-12-08 ,JOB No. 07122 c:'EP2002'Proj.c:ta\07122\07122-DET'A,I~ To:'ExceI Excavating Mike From: Lynn Imaging ]-14-08 ]: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 March 14, 2008 ADDENDUM NO.2 I ,Ou1llC Strcet Pump Slatlon Improvements Job No. 07122 v,-t(j "- l"f7 ~ll~ '1'he follow1lig tevi::;1ons and dari:llc~'Ltions are hereby incorporated: 1. The cxisting decl.:dcal supply at the station is 120V /208 2. As .refeter1c~~d in the Specifications 011 page 2-E-2 section ()'"', it r:;tatcs that "Pavement markings shall be installed l'lr-l shown on the plans," this shall be revised to say "Pavement markings shan he installed to match the existing markings, including hut not limited to, Stop Bars, "STOP" lettering, and striping~'. This cos.t shan be considered incidental and included ill your bid. ~. In reference to the fence to be furnished and instaJled around the lift station, Privacy Decot'ativc Slatting (PDS - Privacy Slats) shall be furnished and installed. The color shall he hlac~ and the materi~d shall be vinyl Thi.q item shall he included in the cost of Pay Item No. 14 (Lift Station). The Contractor shall acknowJedg{~ t'{:c.:dpr of this AddcndUnl No.2 in writitl1; 011 all bids turned .in. Sincerely, .J ACOB1, TOOMBSj\.ND LANZ, INC. c--" I ~ua Hmm:tn, E.!. '" S:\...ydm)y\WPI)(}( :.s\07\07122\()TJ22-AJJDnNDUM2,uul' r) r\ r\ '-........-..-.,- BID FOR: LOUISE STREET PUMP STATION IMPROVEMENTS JOB NO. 07122 CITY OF JEFFERSONVIllE CLARK COUNTY, INDIANA RESPECTFULLY SUBMI'TTED, ~~C.E:L E'-L<:.~" A'n~6 \ tJc.. NAME OF FIRM L.:~~ PERSON PERSON A TIEST DATE Accepted this I ~ day of ~ ' 2008 S:\SYDNEYlWPDOCsi07\07122\SECA2.DOCX A-208 r LOUISE STREET PUMP STATION IMPROVEMENTS ITEM NO. APPROXIMATE QUANTITY DESCRIPTION WITH UNIT PRICE WRITTEN IN WORDS OB NO. 07122 UNI;~RICE TOTAL AMT. NUMBERS FOR BID ITEM 5 ~...'~. f I i 6 7 8 9 ..----... 10 S:ISydneyIWPDOCSI07I01I22Iuml pri... 1 2 3 4 o o o o 215 450 TONS Crushed Limestone (Misc. Sizes) For ..... ..... ... ........... .... .......... ................. w............ ... .. .1'~~ ~:.':':i........ .................. .!?~~~~. Per Ton $ zo. eo TONS Bank Run Sand For ..................... ................ ...................... .................. .... .m 53r.~f?~.......................... !?~~~. Per Ton $ l<<O.OO CY Formed Concrete Non-Reinforced For' t~;~: ~~~~::f; :.;;;:: ~:: ::::: :R~~~~~: Per Cubic Yard $ 450.00 CY Non-Formed Concrete Non-Reinforced For . ..... ....... ............. ............. .... ......... ....... ..... -rt.+a.e.t=. ~Vfo)~e~ Dollars ............................................................................................ . Per Cubic Yard $ ?>OO. co TONS Dense Grade Aggregate Aggregate Type P (I.D.O.H. Specs) For ............................ .... .......... ....... ..... ........ .... ......... ........... .:T~~~:=f................ !?~~~. Per Tons $ 20 .oe:> LBS Reinforcing Steel For . -., - -.. _m... ~~i""'''''''''''''-''' D~ik;;' 'P;;'P~~d~""""'''''''''''''''''''''''''''''' $ 'S. 00 Sod For '~~(;:P~~'~~~:;':;C~~"-"D~~' 'P;;'Sq~-;;;;'Y~d'" ............................, $ 4. 'SO Seed Fertilizer and Mulching For o o o o SY SY TONS SY ............... ......... .......... ............... ........................................ .................... ~(. Dollars .p;;.Sq~;.Y~d-............................... $ ~. 00 INDOT Surface Asphalt Number 11 . E ?!.t~~ ~~:'.'i .~~l?':\~. ~~~~~.~.:-:......... ~~ .Ey.~.g.~...............!?~~~, Per Ton $ 7B .45 Surface Milling .!:?!.~~.~~':!':~~?.~_\_~~~. Etg~~~~ Dollars .ji;;.Sq~;;;.Y~d.m......._..................., $ 4. <\~ A-206 $ Zoo.eo $ vS.eo $ 4-S0.CO $ ':3 00 . u::> $ 'Z.o . CO $ f5' .00 $ 4. ~O $ l ..<<) $ \(p e,t&<.o .15 I $ :l..12.. ~ LOUISE STREET PUMP STATION IMPROVEMENTS ITEM APPROXIMATE DESCRIPTION WITH UNIT '~11 1 .LS Connect new 6" Focre Main to existing Manhole . !:?!.. ~~~.f?:.J~~t'H?:.~.E~ f.:tg.e~.... ...' Dollars .......... .......... ..................... ... ......................... Per Lump Sum $ <::h~.oo $ G\,\S .00 6" PVC, C900 Sanitary Force Main, Thrust Blocks . !:?:..~ 9:-~.. ~g.. .~~~~:'?.........., .~f.::'::\. .C.~:.'?.............. ....... !?~~~~, Per Linear Feet $ 44. So Manhole on existing sewer For f'ou~ T \.4ca.)~~~Q Tv-o ~~()Q.e.o :fl~i~~5~~~~~~~~~~~~~~~~~~~~~~~~!?~~~~: $ 4. ?e S.60 $ 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 .!:?:.~~.H~9.~~2.\.~":'i~~.r~~r.> 5~T "C!m~~~!~~~!:,,!~~....:.....;..!?~~~~.F,~ ~ Per Lump Sum $l~\.B31.'50$ \tD\. ~~.,*'50 8" PVC Gravity Sewer .!: ?!.g~~~:j ..~~'t. .~.~~~ .............. .~~~~::i .~..................p.~~~, Pet Linear Foot $ 8~. ab Decommissioning of existing Lift Station .!:?Kf~~~?E'y.~~!;~?-~9.~ "~.~~!;~.~!H~~~~...!?~~~, Pet Lump Sum $3,54;.1:\0 $ ~.5~.cto Air Release Valve and Manhole Complete .!:?:.~~.~~~~~:?~~.~~~~.~~.~~~ ~~~.~~~~~.€)~'!:1.~~...!?~~~, Per Each $ 4.~4~. B.o $ ~'1 Z~, .100 , Manhole Lining Rehabilitation ~ ~ ~ .11_ Forl\.tQ.6! h~~Dl\UE.e H'J~ : ~ ~ ~~ !~:;{ ~ ~ :~I~! ~~ ~ ~ ~ ~:::::::::: p.~~~: Per Lump Sum $ '3 ':? &~. eo TOTAL BID PRICE = Total ofItems 1 thru 18 = · f\ 12 1200 LF 13 EA 1 14 1 LS r\(---- 15 3'5 LF 16 1 LS 17 2 EA 18 1 LS .~ S:\SydneyIWPDOCS\07I07122\unit pricoulJ OB NO. 07122 UNIT PRICE TOTALAMT. $ 63,4-60.C:D $ ~ 634. 'So I $ ;.~8fs.OD $z.581,eS. .,s A-207