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