HomeMy WebLinkAboutPLANK ROAD SIDEWALK SECTION B-1 DIVISION B - CONTRACT FORMS
SECTION B-1- 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 affixing 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 herein and to all details, drawings and notes
shown on the plans for this project.
•
B-101
0.._‘.i.l ,,\ CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
\.,4) it Slate Form 52414(R2 I 2-13)/Form 96(Revised 2013)
._ :•/ Prescribed by State Board of Accounts
• PART I
(To be completed for all bids. Please type or print)
Date (month, day, year): " c— 20113
1. Governmental Unit (Owner): C-ilrV ok T yr sov.v 1l e_
CI
2. County : A���
3. Bidder(Firm): T9.L, t-1,-c-
Address: 0 ac)( 2.TV
City/State/ZlPcode: `alba k+n.Us, - t-V-1 tic
4. Telephone Number: 8�2. 1$V• "10`�`�
5. Agent of Bidder(if applicable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of R Arid IA- Q..2 No S t oe,w+r-145
(Governmental Unit)in accordance with plans and specifications prepared by J 1-1-
and
Land dated lnnay u‘ct for the sum of
Far.& Hyo a sEvEu 7c&1 TK.,0.5,40-0
revs 4owpA417 .J,NTY p.)Lu4.45 A.rA N o $ y/' 2_I0
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.
B-102
ACCEPTANCE
7
The above bid is accepted this day of U,)e , 020/9 subject to the
following conditions:
Contracting Authority Members:
PART II
(For projects of$150,000 or more—/C 36-1-12-4)
Governmental Unit:
Bidder(Firm)
Date (month, day, year):
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?
Completion
Contract Amount Class of Work Date Name and Address of Owner
3gly,000 laraiv.c.se 3(20161 (Y11) - Lov.i‘g ( 14Y
• $S000 mdse Qcelcwe,t V212018 C-A-1 1-c Te-c-kersw..j Ate_
• t{211,000 Canc+e.k PlactMw} _ ' t to 18 L. Lt a& taclbetl
2. What public works projects are now in process of construction by your organization?
Expected
Contract Amount Class of Work Completion Name and Address of Owner
Date
420%000 t?o'. PCFC.:r C02olq (r ' Lo.,.;so,14 \
47-Sivoo ac for r-rbkv l '112oIq 0150- Gp.1e 'I.OM�SV\I l� kY
$29.)too o ex/nestle. Q.r?A;r 10 1101°1 G rca k r C(,,.k t rN
B-103
3. Have you ever failed to complete any work awarded to you? No If so, where and why?
4. List references from private firms for which` you have performed work.
UU i`,t Mv1 C.1h S cv t*kkt, — tJ t cicc_
C.'0T\. ic�&JcS �T�.c — CNark 1J cs
T'4 C �'oh cK.�-tv� - Voi- -11lor..berry
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.) ^�
Y T' i�cv.-S Gra �w�Viat t.c 1l 6a.+ OK or abvu'� .Tidy/ �5.Jos iw J i
Card f to k .. w t 44, 120 d a y S . % e / 'JCC# vs l/ be S,,tkoi a CC o cl v
Wt �e \cCessc,ry SaPervi% n." Ma„i30wet- ar.d aipCfAvvptek
*L. Ptp•.).- tebt, .eol \:r.c Su44r i,- Ft'Ye a.� 1 ' 0?ece,tr
CYO IAW w. -4.A �- Latjor Gr .
2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work)that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
Ac0,4kk P0,v‘%r•, - loc3t A4k:rc Roan et.10c L'rwbst Tt`1
//Ctl c,. c Cor:,n+ - C0 rc k G,v.inS !. C.fi+r� - 41\ 9obvrtt t v%16 icy
`.gnerck /i Curb - L-Atype I `Gricrre •-• isto8 �OIaLoa Dr New Atioany t'LN
B-104
3. 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 will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project. n f�
nnL ��S `a, „ - �9 \3% Q-'�'.�n Z 6 S ed Flo
I� kwb c r Z.!J '- T K9 k I� C�cu t ri S?read - No Bohol
V1"he C.ohs}rvckovN - 422(t A nx,,d � e• l..at,av,lbt k`l - Skr`‘Q,►.a Zt, sy -N. 344.ok
5cco '? koo Mtkkf(s 6V1Q LOGisj(RefI( - U+11t4( ^PMc1GS - No Gbrc(
4. 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.
Sc q ,c -e L c4e 4-
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
WG (,2-c-% has tece.11ea c rS Qv- r .\e-v were_
(�SPr� ^ T►t Prd�oSa 1
•
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.
B-105
SECTION IV CONTRACTOR'S 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.
SECTION V OATH AND AFFIRMATION
I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION
CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT.
Dated at this day of Z' 1`1
L��✓
Tr' an' atlon)
By e
(Title of Person Signing)
ACKNOWLEDGEMENT
STATE OF KRA 06-Nf
* ss
1�2SC I ) 56
COUNTY OF )
Before me, a Notary Public, personally appeared the above-named A\ 1SS( Grafi Schad and
swore that the statements contained in the foregoing document are true and correct.
Subscribed and sworn to before me this day of LaUint , 2oln .
AA :. J
otary Publi❑
My Commission Expires: I I—DV2L)L( JENNIFER B. KEISTER
Notary Public-State at Large
County of Residence: \\C-RYS0 KENTUCKY
My Commission Expires 11-01-2021
B-106
Part of Stale Form 52414(R212.13)1 Form 06(Revised 2013)
BID OF
LLc-
(Contractor)
t?-,O. 30,E 2I 3
(Address)
Floy�s kVbst : (t \ot
FOR
PUBLIC WORKS PROJECTS
OF
54)cw-a*.S
Job Ne. s3
Filed
Action taken
B-107
TO THE BIDDER-
The following Form 96a is not requited 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.
B-108
CONTRACTOR'S FINANCIAL STATEMENT
Submitted by A Corporation
I. A Co-partnership
An Individual
with principal office at 353,1 l-4 r.1,t . �,rlc.. PO Z13 Fl.ydj �c Y..bs1 T N 9110
To Ci�-. e C c trsar.v‘\ke._
Conditions at close of business
ASSETS Dollars Cts.
1 Cash: (a) on hand $ (b) in bank $ (c) elsewhere $ t o c 2 -r- —► o0
2 Notes receivable (a) due within 90 days
(b) due after 90 days t (0 5 o d0
(c) past due
3 Accounts receivable from completed contracts,exclusive of claims not approved for payment 3 b 3 S o 0 o
4 Sums earned on uncompleted contracts as shown by engineer's or architect's estimate
(a) Amount receivable after deducting retainage 3 3 ( to o o oo
(b) Retainage to date,due upon completion of contracts 3 1 4 a o 00
5 Accounts receivable from sources other than construction contracts
6 Deposits for bids or other guarantees (a) Recoverable within 90 days
(b) Recoverable after 90 days
7 Interest accrued on loans, securities,etc.
8 Real Estate: (a) Used for business purposes
(b) Not used for business purposes
9 Stocks and bonds: (a) Listed -present market value
(b) Unlisted-present value
10 Materials in stock not included in Item 4 (a) for uncompleted contracts (present value)
(b) other materials (present value)
11 Equipment, book value 3 t, 2 ( q 2 00
.2 Furniture and fixtures, book value
13 Other assets
Total Assets \ 8 2- (e ° 00
LIABILITIES
1 Notes payable (a) to banks regular t 3 Q . S o 0
(b) to banks for certified checks
(c) to others for equipment obligations
(d) to others exclusive of equipment obligations
2 Accounts payable (a) Not past due 0 o
(b) Past due
3 Real estate encumbrances
4 Other liabilities le to q 2 L (no
5 Reserves
6 Capital stock paid up (a) Common
(b) Common
(c) Preferred
(d) Preferred
7 Surplus (net worth)
Total Liabilities $ 3 t S o0
CONTINGENT LIABILITIES
1 Liability on notes receivable,discounted or sold
2 Liability on accounts receivable,pledged,assigned or sold
3 Liability as bondsman
4 Liability as guarantor on contracts or on accounts of others 3 4 4 U O o0
5 Other contingent liabilities
Total Contingent Liabilities 3 'L 4. 0 e, o 00
8-109
DETAILS RELATIVE TO ASSETS
(a) on hand
$
1 Cash (b) deposited in banks named below
$ t 09,L T.L.-1.06, .............
(c) elsewhere- (state where) $
NAME OF BANK LOCATION DEPOSIT IN NAME AMOUNT
\t.J INIC-Ima A Vogul , =t-1 1-12.C. 1.-L-c-
t log 22-i •00
A
(a) due within 90 days $
2* Notes receivable (b) due after 90 days
$ Itoksoo.ock
(c) past due
$
RECEIVABLES FROM: NAME,AND ADDRESS FOR WHAT DATE OF MATURITYAMOUNT
HOW SECURED
Lelflei T.Vic C0141 Car IA Oece....if.e,r 2-01at 140500.00
Have any of the above discounted or sold? If so, state amount, to whom, and reason.
r..)0
3* Accounts receivable from completed contracts exclusive of claims not approved for payment 34155-0.60
NATURE OF AMOUNT OF
NAME AND ADDRESS OF OWNER AMOUNT RECEIVABLE
CONTRACT CONTRACT
C..;%-.1 o C ,..N.,..) Ackso., Wrai
r, 4,21..%000.'o 2.t1 00.00
C. LA 04- 1-v4%Mo:row%%le We-VW:re.4.4c. es 41.300•CIO LiktS-6•00
1.34.0 P.,‘Al — CNalc.)s lc,...k-, C.4.A.u.scW.,14. ukks-oo.04) 14•SIAO.00
1•30.11.- 6915A4v•- L...0.11% Itt CvAte.4-koo,k... to t 6-00.0o 10 soo.0.1
L
Have any of the above discounted or sold? If so, state amount, to whom, and reason.
t..50
Sums earned on uncompleted contracts, as shown by engineer's or architect's estimate
4* (a) Amount receivable after deducting retainage $ '536,600
(b) Retainage to date due upon completion of contract $ 3 1, 40.5
DESIGNATION OF
RETAINAGE AMOUNT
AMOUNT OF AMOUNT AMOUNT
CONTRACT AND NAME
EXCLUSIVE OF
CONTRACT EARNED RECEIVED WHEN DUE AMOUNT
AND ADDRESS OF OWNER
RETAINAGE
C.,TeOur c.V.A ScAve‘s 1.414 000 0 0
swk.-Imo Es,otto 0 o
MSO Pri..i— (21.1,- 20 00C..)
I. 0 0
e•AD Ora.gi, IN re k g.1.4. 15"IWO C., 0
Have any of the above been sold, assigned or pledged? If so, amount, to whom and reason.
klo
*List separately each item amounting to 10 percent or mom of the total and combine the remainder.
B-110
5* Accounts receivable not from construction contracts $
RECEIVABLES FROM: NAME AND ADDRESS FOR WHAT WHEN DUE AMOUNT
What amount, if any,is past due $
6* Deposits with bids or otherwise as guarantees $
DEPOSITEDWITH: NAME AND ADDRESS FOR WHAT WHEN AMOUNT
RECEIVABLE
7 Interest accrued on loans, securities, etc. $
ON WHAT ACCRUED TO BE PAID WHEN AMOUNT
Q Real estate (a) used for business purposes $
book value L (b) not used for business purposes $
PROVEMENTS TOTAL BOOK
DESCRIPTION OF PROPERTY NATURE OF BOOK VALUE VALUE
IMPROVEMENTS
1
2
3
4
5
6
7
LOCATION HELD IN WHOSE ASSESSED AMOUNT OF
NAME VALUE ENCUMBRANCES
1
' 2
3
4
5
6
7
•List separately each item amounting to 10 percent or more of the total and combine the remainder.
B-111
DETAILS RELATIVE TO ASSETS (Continued)
9 Stocks and bonds (a) Listed- present market value $
(b) Unlisted - present value $
LIST NT. OR PRESENT
DESCRIPTION ISSUING COMPANY DIV. PAID PAR MARKET QUANTITY AMOUNT
VALUE VALUE
DATE%
1
2
3
4
5
6
7
AMOUNT
WHO HAS IF ANY ARE PLEDGED OR IN ESCROW, STATE FOR WHOM AND PLEDGEE
POSSESSION? REASON OR IN
ESCROW
1
2
3
4
5
6
7
Materials in stock and not included in Item 4,Assets:
10 (a) For use on uncompleted contracts(present value) $
(b) Other materials(present value) $
PRESENT VALUE
DESCRIPTION OF MATERIAL QUANTITY FOR UNCOMPLE'lbD OTHER MATERIALS
CONTRACTS
11* Equipment at book value $ 3$2, lq2 .no
QUANTITY DESCRIPTION AND CAPACITY OF IE MS AGE OF PURCHASE DEPRECIATION BOOK
I_ EM PRICE CHARGED OFF VALUE
Ste AUcee.).46- v vArvA ShO.t't
v..
Are there any liens against the above? If so, state total amount 110 $ Anmesmi
'If two or more items are lumped above,give the sum of their ages.
B-112
DETAILS RELATIVE TO ASSETS (Continued)
12 Furniture and fixtures at book value $
13 Other assets $
DESCRIPTION AMOUNT
Total Assets: 61.%8 , 2toet.o J
DETAILS RELATIVE TO LIABILITIES
(a) To banks, regular $ ►q►'3Q 3.00
1 { (b) To banks for certified checks $
(c) To others for equipment obligations $
(d) To others exclusive of equipment obligations $
TO WHOM: NAME AND ADDRESS WHAT SECURITY WHEN DUE AMOUNT
W tsbtwc.e - New Rkbn yl •T N L.os.. De.cews10wr 2-*Irl 1 i. 41. ,00
2 f (a) Not past due $ S ,coo.c
1 (b) Past due $
TO WHOM: NAME AND ADDRESS FOR WHAT DAIE PAYABLE AMOUNT
Erws1• Ccy csct-c_- 1.o..isviht. kY CANCre4t TA% 20\q H Is-oo.0a
CML - t.....;",I4. ILS( y11,...1- (Lei**,1 'PA\1 2.0 11. 3ASO0.00
3 Real estate encumbrances (see Item 8,Assets) $
4 Other liabilities • $ lel. ,'t z .oc)
DESCRIPTION AMOUNT
Nre1\ 1.:0•1;11 kits Kovk Leaver 1,4• rur•Tlel.es lib kci 22.00
5 Reserves $
IN rE,REST INSURANCE ' BLDGS & FIX PLANT DEPT. TAXES BAD DEBTS
$ $ $ $ $ $
(a) Common $
6 Capital Stock paid up{ (b) Preferred $
7 Surplus $
Total Liabilities: 8 St3 tS.00
B-113
If a corporation, answer this:
\mount for which incorporated
Capital paid in cash $
When incorporated
In what state
Namesandtitlesofall persons having authority to execute and receipt estimate vouchers and to conduct other business for the
corporation, including its officers, the signatures of whom are legally binding.
Do you have the necessary"certificate of authority" to transact corporate business in this state,under the terms of
Chapter 215, Acts of 1929, and acts amendatory thereto?
/,./y 6,v4iy
If a co partncrship, answer this:
Date of organization Jti4uq,{ &jai -
State whetherr Va is general, limited or association M,
Give the names, addresses and proportional interests of all parties
NAME ADDRESS SHARE
AAsa_ / / $ 57 00
Allr(4) $ A41 ....&.& ....;73, F44..1,1r6.1.;... /V 41711..E $ g9. `90
B-114
Thb4,i-.e name of the iefatf=r3-4941 under which the above rdli ,-
ners are operating is 7.:efri4C--
/KS 44)
Give names and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business for the paltszetthip,thc.
signatures of whom are legally binding.
. .
. .../.4.'V6,....arAi.l...cki.".44/•-
/
41‘..4,) Sc44,4.................
:.-yaa...L6............................
Theundersigned hereby declares that the foregoing is a true statement of the financial condition of the individual,co-partnership or corporation herein
fristnarned,as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the
submitter a contract; and that any depository,vendor or other agency herein named is hereby authorized to supply such party with any information
necessary to verify this statement.
NOTE: A co-partnership must give firm name and signature of all partners. A
/7ef‘tPif--
corporation must give full corporate name,signature of official and affix corporate •••• r•
seal. ---S-----/?
Affidavit for Individual
STATE OF )
) SS:
COUNTY OF
)
being duly sworn,deposes and says thereof that the foregoing financial
statement,taken from his books,is a true and accurate statement of his financial condition as of the date thereof and that the answers to the
foregoing interrogatories are true.
(Applicant must sign here)
Subscribed and sworn to me this day of 20
Notary Public
46;S
Affidavit for Co Ptu
.reibliip
TATE OF
ii Affidavit
) 4-'-.//41/ Z.f‘.•/)( 4,
, y /47
) SS:
COUNTY OF a.---./((1
1e15°.-2 )
... g A (.4
41' S 771"Qd
being duly sworn,deposes and says that he is a member of the-fir.of
and that he is familiar with the books of said firn showing its financial
condition;that the foregoing financial statement, taken from the books of said Earn,is a true and accurate statement of the ancial condition of sak
firm as of the date thereof and that the answers to the foregoing interrogatories are true.
-- •• • -
Memge— -L.LG must sign here)
' i •
Subscribed and s', . i • j, s 5— day of Tutp4 20 /i ( 8
__
AID Notary Public
Affidavit for Corporatio. n. JENNIFER B. KEISTER
Notary Public-State at Large
KENTUCKY
11
My CommissionNExpires -01-2021
STATE OF
)
dIMINIIMIll ___ _
) SS:
COUNTY OF )
being duly sworn,deposes and says that he is a member of the corporation of
described in and which executed the foregoing statement;that he is familiar
with the books of said corporation showing its financial condition; that the foregoing financial statement, taken from the books of said corporation is
a true and accurate statement of the financial condition of said corporation as of the date thereof and that the answer to the foregoing interrogatories
are true.
(Officer must sign here)
Subscribed and sworn to me this day of 20
Notary Public
B-115
SIP
Liberty
rr Mutual, Document A310TM - 2010
SURETY
Conforms with The American Institute of Architects AIA Document 310
Bid Bond
CONTRACTOR: SURETY:
(Name, legal status and address) (Name,legal status and principal place of business)
TRC,LLC The Ohio Casualty Insurance Company
62 Maple Avenue
P 0 Box 273 Keene, NH 03431 This document has important
legal consequences.
Floyds Knobs,IN 47119 Mailing Address for Notices Consultation with an attorney is
OWNER: The Ohio Casualty Insurance Company encouraged with respect to its
(Name, legal status and address) Attention: Surety Claims Department completion or modification.
1001 4th Avenue,Suite 1700
City of Jeffersonville Seattle,WA 98154 Any singular reference to
Contractor,Surety,Owner or
500 Quartermaster Ct other party shall be considered
Jeffersonville, IN 47130 plural where applicable.
BOND AMOUNT: Five Percent(5%)of the Bid Amount
PROJECT: Plank Road Sidewalk
(Name,location or address,and Project number, if any)
The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind
themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this
Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period
as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with
the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in
the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of
this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another
party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The
Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the
bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for
acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond
sixty(60)days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be
Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in
this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed
as a statutory bond and not as a common law bond.
Signed and sealed this 5th day of June , 2019
TRC,LLC
(Priv ipal) (Seal)
(Witness) 4--„,d2/7i,„„h„-
(Title)
The Ohio Casualty Insurance Company
06\10) NA04).71 Sure )
(Witness)
tie) Nikki Rutledge,Attorney-In-Fact /
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No.7987918
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint,
James T.Hunt;Stanley G.Logan Jr;Whitney McGovern;Nikki L.Rutledge;Lisa Vaughn
all of the city of Louisville .state of KY each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge
and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 23rd day of January , 2018 . >'
ct1
13
0Y IN5r� tNSUR ,titNSU8�
JP, voa,/,',9.•
AJ4(poos irceF ,�Fu�"*Cl„ri; M. The Ohio Casualty Insurance Company 0
J' q, 1912 -. Q 1991 `. Liberty Mutual Insurance Company c
0 1919 n >.
o ,, ti West American Insurance Company rn
r a
to 0Jj,�'M MP.'aabt �92Tv.SA 0,0 y �A NOIANP < 3
X74
STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary co
as
COUNTY OF MONTGOMERY =
O
2a) On this 23rd day of January , 2018,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v f—
t) m Company,The Ohio Casualty Company,and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
p 2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
L `
d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 0 0.
0 tQ P PAS2 COMMONWEALTH OF PENNSYLVANIA Q M
,� Q0�vonwEgr F�{ Notarial Seal ta �� �7�i fit'
'y tiw ti 2 v i Teresa Pastella,Notary Public By ..___._..._...—.__.— Ff
Al d OF
Upper Merion Twp.6. ,Montgomery County Teresa Pastella,Notary Public y=
`,. ��c My Commission Expires March 28,2021 3
d+ O (k4
014
411 Member.Pennsylvania Association of Notaries 0 0
W_ a 8
c co This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual ut co
o
6,rL,, Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ..
61
RIi ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 c
�;
to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, z,d
0 C acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective '5 S
E y powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so I a
16 co executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >
,O >Lthe provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. r
a+N
To O ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E ao
2 and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, L M
O 3 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their 't ao
Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v o
executed such instruments shall be as binding as if signed by the president and attested by the secretary. O co
I--Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety
obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney e.ecuted by said Companies, is in full force and effect and
has not been revoked. I
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 5 day of ' A.L ,20 /
aq .
,,`INS0 P�\NSUran ti*�tNSUR,1 ,.�
eJ avoRR 92� J�J nPtMa;Fo k�, �,�r`Y c+�' "rfo C( tJw"it+eii'�` ,...
OL' 1919 nrl 1912 o G 1991 ? By: � �
a a Renee C.Llew- ' ,'ssistant Secretary
> IyHd9, 'A , r OJAM, 2SCHkiN
of 1�
*
*
136 of 400
LMS_12873_022017
1111
Jacobi, Toombs & Lanz, Inc.
Consulting Engineers & Land Surveyors
May 31, 2019
ADDENDUM NO. 1
Plank Road Sidewalk
Job No. 18084
The following revisions are hereby incorporated:
1. A unit price bid item for"12" End Section" has been added with a quantity of 1 EA. A
revised bid form has been included along with this addendum.
2. All storm structures, aside from Str. No. 6 (which is a 4'x3' structure), shall be installed in
accordance with the detail in the plans for Proposed Yard Inlet, Shallow Application. The
unit price pay items for"Inlet E-7" and "12" Yard Inlet" have been removed, and a unit
price pay item for "Proposed Yard Inlet, Shallow Application" has been added. A revised
bid form has been included along with this addendum. The Contractor shall pothole the
locations of the proposed structures to confirm there are no conflicts with existing utilities
prior to ordering materials.
3. The casting for the 4'x3'Yard Inlet Str. No. 6 shall be a beehive grate, similar to what is
included with the other yard inlet structures proposed for this project. The structure shall be
precast to accommodate this style casting.
4. The quantities for "12" Pipe" and "Proposed Yard Inlet, Shallow Application" are in excess
of what is shown on the plans. These additional, undistributed quantities are in place should
additional drainage infrastructure,need to be added during construction. These items shall
be paid for according to the me4ured installed quantities.
5. The 2'x3' Elliptical Storm Sewer shall be Corrugated Metal Pipe to match the existing
material.
6. The quantity of"Core Into and Connect to Ex. Drainage Structure" has been revised from 1
to 2. A revised bid form has been included along with this addendum.
7. The Owner has negotiated an agreement with America Place to access their property for
construction of the sidewalk from Sta. 12+00 to Sta. 25+50. The Contractor shall be able to
use the asphalt paved area on the west side of the proposed sidewalk to access the
construction site in this area. The Contractor shall include this area in their Pre-
Construction photographs and video. The Contractor will be responsible for repair of any
areas damaged during construction.
1829 E.Spring Street,Suite 201 124 Bell Ave 1060 N.Capitol Avenue,Ste E360 1400 South I"Street
New Albany,IN 47150 Clarksville,1 N 47129 Indianapolis.IN 46204 Louisville,KY 40208
812-945-9585 812-945-9585 317-829-3474 502-583-5994
812-945-6656 Fax 812-945-6656 Fax 317-829-3473 Fax 502-583-7321 Fax
tit w' jlleng.com
Jacobi, Toombs & Lanz, Inc.
Consulting Engineers & Land Surveyors
..4hi
The Contractor shall acknowledge receipt of this Addendum No. 1 in writing on all bids turned in.
No further questions will be addressed.
Sincerely,
JACOBI,TOOMBS AND LANZ, INC.
Josh Darby,P.E.
-1- Arse. 5I+aes. Aekrdwke�s� KBdev aLAv- 1�0 1 Dov:clefs
1 tgn\c 'Road. S;a Gkk p rode w ob No l BO$y
•
1829 E.Spring Street,Suite 201 124 Bell Ave 1060 N.Capitol Avenue,Ste E360 1400 South I"Street
New Albany,N 47150 Clarksville.I N 47129 Indianapolis,N 46204 Louisville,KY 40208
812-945-9585 812-945-9585 317-829-3474 502-583-5994
812-945-6656 Fax 812-945-6656 Fax 317-829-3473 Fax 502-583-7321 Fax
www/t/eng.c0111.
•
CITY OF JEFFERSONVILLE JOB NO.18084
PLANK ROAD SIDEWALK REVISED 5-31-2019
ITEM QUANTITY
NO. DESCRIPTION UNIT PRICE TOTAL AMT.
I 1 LS Mobilization&Demobilization $ I(,4 "°- $ I(,$.o o-
2 1 LS Maintenance of Traffic $ 55,, $ 5 •' -
3 1 LS Clearing of Right-of-way $ 1Z�z2- $ 11..10,1.-
4 1 LS Construction Engineering and Stakeout $ Vow- $ `p.°—
5 1 LS Erosion Control $ (arm-- $ f o«o--
6 1 LS Utility Coordination $ ssoo- $ c....--
7 900 SY Milling,Surface, 1.5" $ 1-- $ $lee--
8 75 TON HMA Surface,Type B $ 1`.s-- $ ti-,5
9 15 SY HMA Over Concrete Pavement Patch $ -0 $ f
10 1,300 SY Concrete Sidewalk,4"Thick $ 'IA- $ e%,y.-
I I 10 SY Concrete Sidewalk with Integral Toe Curb . $ 110k- $ to l4t0-
12 575' SY Concrete Sidewalk,6"Thick $ 1Z— $ L4' '0'-
13 2351 SY Concrete Driveway Apron $ Q1;L- $ I Z1-0-
14 100 LF 2'Roll Curb and Gutter $ i $ 2.,S-0-' -
15 11 EA Concrete Curb Ramp $ 17,.0- $ (3 Zoo-.
16 70 SY Existing Driveway Removal $ 1s- $ 1 v 53
'
17 1 EA 12"End Section $ -so- $ t 'o'
18 8 EA Proposed Yard Inlet,Shallow Application $ 1 cos- $ 12.,,7oa-
19 1 EA 4'x3'Yard Inlet $ 2•co., $ 2 ra.-
20 590 LF 12"Storm Sewer $ 33 $ 19.41°-
21 7 LF 2'x3'Elliptical Storm Sewer $ 140- $ 9 °-
22 1 i EA Manhole C-4 $ Zt 4o0 $ 244•0-
23 ' 2,. EA Core into and Connect to Ex.Drainage Structure $ ,.'- $ 112•o.- ,
24 2 EA Concrete Bench Pad with Art Pedestal $ live* $ 1L1104'-
25 10 EA ]Adjust Utility MeterNalve Cover to Grade $ t,S- $ Ir5'9-
26 100 LF Curb Removal $ (o- $ li o0O
27 5 EA RI-1 Sign on INDOT Type 1 Post $ ti'}},.- $ 1350--
28
28 4 EA Reset Sign on INDOT Type 1 Post $ 'lib- $ 1 1 0to-
29 7 EA Crosswalk Sign,MUTCD W11-2 and W16-7P $ Z - $ o
30 2 EA Railroad Crossing Sign,MUTCD W10-1 $ 7,1-0- $ 549-
31 6 EA Pavement Message Marking,Thermoplastic, $ $
Word(STOP) 3 ���
32 115 LF Transverse Marking,Thermoplastic,Stop Line,
24.. $ 1p- $ 11iso-
33 435 LF Transverse Marking,Thermoplastic,Solid White, $
Crosswalk Line,24" $ ('_ �{,3�-
34 45 LF Reset Fence $ 9-1-- $ 1.43/-
35 7 EA Reset Mailbox $ 11,0- $ j'a -
36 50 LF Lower Water Service $ 30- $ I it]to-
37 160 LF Linear Grading for Drainage $ t,$-' $ LiO,�o--
38 6,500 SY Sod $ 4— $ � .20.-
39 100 SY Concrete Sidewalk,4"Thick(Undistributed) $ - $ t
40 2 EA Concrete Curb Ramp(Undistributed) $ L12•o- $ 1 Hoo-
41 13 LF Transverse Marking,Thermoplastic,Stop Line,
24"(Undistributed) $ 1,5 - $ 13D
42 2 EA Reset Mailbox in Concrete(Undistributed) $ l20- $ IA°-
43 1 LS Unidentified Conflict Contingency $ 50,000.00 $ 50,000.00
TOTAL BID PRICE=Total of Items 1 thru 43= $' I1.1 2C10-
Tic- ,LLC-
Contractor
snp",pttnisuxa_Plane Kona ata<..nuSp..d�nanuon\Isoru IMO r ORM A-206
BID FOR:
PLANK ROAD SIDEWALK
JOB NO. 18084
CITY OF JEFFERSONVILLE
CLARK COUNTY, INDIANA
RESPECTFULLY SUBMITTED,
NAME'OF FIR
/2149=—' -41,1
PERSON
P. •
AD/s
lrf.T
WI 61
DATE
Accepted this /2day of V rine , 2019
BOARD OF PU L WORKS AND SAFETY
CITY OF JEFF NVIL E, INDIANA
0194\
A-207
S:\projects\18084-Plank Road Sidewalk\Specifications\BID FOR.doc
CONTRACTORS STATEMENT OF
UNDERSTANDING OF UTILITY
CONFLICTS & ISSUES
By submitting this bid, we understand the challenges and issues involved with the
potential conflict with existing utilities during the execution of this project. We acknowledge that
the location of the utilities shown may not be accurate; however, our bid takes this into
consideration and we understand that no additional compensation will be made for working
around or near a utility that is not shown on the plans or that is shown incorrectly. Any changes
in the plans due to utilities shall be paid for based on the unit prices provided on the bid form.
Additional contract days may be awarded if deemed necessary by the OWNER.
Our bid price takes into consideration the costs required to coordinate the relocation of
any and all affected utilities, and the potential interruption and delays of operation in
constructing this project. However, it is understood that we, the CONTRACTOR, will not be
held responsible for schedule delays attributable to a given utility company's lack of cooperation
or completion of relocation. The Contractor will be required to provide a monthly record of any
and all coordination associated with utility relocation and coordination for this project.
844 /li. i S,` P,i4/i�
PROJECT NAME
zLAlz:jil
UBMITTED Y
CONTRACTOR
/ii/Sc4_ 6/4/1-5G14,{, 4'47h-
BY: (Printed Name and Title)
DATE
S:\projects\18084-Plank Road Sidewalk\Specifications\Utility Conflicts.doc
A-208
PROVISIONS REGARDING
EMPLOYMENT OF UNAUTHORIZED ALIENS
As required by IC 22-5-1.7, the Contractor affirms under the penalties of perjury that:
A. It does not knowingly employ an unauthorized alien.
B. The Contractor shall enroll in and verify the work eligibility status of all its newly hired
employees through the E.-Verify program as defined in IC 22-5-1.7-3. The Contractor is not
required to participate should the E-Verify program cease to exist.
C. The Contractor shall not knowingly employ or contract with an unauthorized alien. The
Contractor shall not retain an employee or contract with a person that the Contractor subsequently
learns is an unauthorized alien.
D. The Contractor shall requite its subcontractors who perform work under this Contract to certify
to the Contractor that the subcontractor does not knowingly employ or contract with an
unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify
program. The Contractor agrees to maintain this certification throughout the duration of the term of
a contract with a subcontractor.
E. The Owner may terminate for default if the Contractor fails to cure a breach of this provision no
later than thirty (30) days after being notified by the Owner.
I, on behalf of myself or the person being awarded this contract, hereby certify that I have read
Indiana Code 5-22-16.5 in its entirety, as enacted and amended and further certify that neither I nor
the person being awarded this contract am engaged in investment activities in Iran as defined in
Indiana Code 5-22-16.5 as enacted and amended.
S GNED ✓
/5.54 ED NAME
Ah-
TITLE
A-209
•
DIVISION A- BIDDING REQUIREMENTS
SECTION A-3 - METHOD OF MEASUREMENT AND PAYMENT
FOR BID ITEMS
1.0 UNITS
1.1 The unit shown for each item on the bid form shall be used for payment purposes. These
prices shall be "installed" unit prices.
1.2 Where no quantity is shown for a particular bid item, a unit price shall be supplied, but will
only be used where unanticipated extra or deleted work is called for by job conditions and
authorized by change order. These unit prices and items shall not be included in the total
bid price shown on the bid form.
1.3 A bid not containing unit prices on all items will be rejected by the Owner as improper.
2.0 MEASUREMENT FOR PAYMENT
2.1 Mobilization and Demobilization - This lump sum price shall include all phases of the
project.
2.2 Maintenance of Traffic - This lump sum price shall include the cost of necessary flaggers,
protection of traffic along excavated areas, and furnishing, erecting, placing, maintaining,
relocating, and removing lights, cones, flexible channelizers, tubular markers, drums,
delineators, temporary pavement marking, signs or other devices as directed.
2.3 Clearing Right-of-Way - This lump sum price shall include all costs necessary to clear
easements or right-of-way for construction of this project. This lump sum price shall
include, but not be limited to, removal of all existing trees, vegetation, manholes, pipes,
headwalls, inlets, junk, concrete, fences, signs, sign posts, and any other items within the
construction area. Also included shall be the costs associated with resetting existing signs
and mailboxes in conflict with proposed construction activities.
2.4 Construction Engineering and Stakeout - This lump sum price shall include all costs and
work associated with all construction survey and staking necessary for layout and
construction of this project. This pay item shall also include all work necessary to provide
the Engineer with a set of As-Built Drawings.
2.5 Erosion Control - This lump sum price shall include all costs associated with the control
and maintenance of Storm Water runoff related to construction activities. This lump sum
cost shall include, stone bag inlet protection, silt fences, measures shown in the plans or
determined necessary in the field, and monitoring of the site before and after rain events.
2.6 Utility Coordination - This lump sum price shall include all project management costs
associated with the utility coordination required for the successful relocation, adjustment,
communication and coordination associated with this project.
S:\projects\18084-Plank Road Sidewalk\Specifications\sec A3.docx
A-301
2.7 Milling, Surface, 1.5" — Surface milling shall be 1.5" depth, paid per square yard and
measured in the field for payment.
2.8 HMA Surface, Type B - The unit price pay items for asphalt will be paid for by the ton
installed and asphalt tickets collected in the field.
2.9 HMA Over Concrete Pavement Patch - This unit price pay item shall be in accordance
with the current INDOT Standards and Specifications and will be measured in the field for
payment.
2.10 Concrete Sidewalk, 4"Thick/Concrete Sidewalk with Integral Toe Curb/Concrete
Sidewalk, 6" Thick-These unit price pay items shall include all concrete, stone base,
reinforcing, excavation, sawcutting and all other items to complete the construction of the
sidewalks as shown on the plans. The area of each item will be measured in the field for
payment.
2.11 Concrete Driveway Apron - This unit price pay item shall include all concrete, stone base,
reinforcing, excavation, sawcutting and all other items to complete the construction of the
concrete driveway aprons as shown on the plans. The area of concrete driveway apron will
be measured in the field for payment.
2.12 2' Roll Curb and Gutter — This unit price pay item will be measured in the field for
payment and by the linear foot installed. This pay item shall include the sa\vcut, patching
backfill, concrete and all other items necessary.
2.13 Concrete Curb Ramp -This unit price pay item shall be measured in the field for payment.
It shall include all concrete, detectable warning strips, removal and replacement of concrete
curb and gutter for transitioning and any other items necessary to construct the required
curb ramps per ADA and INDOT standards at the locations shown in the plans.
2.14 Existing Driveway Removal - This unit price pay shall include all labor, equipment and
material costs associated with the removal of a 12" depth of asphalt and stone base and
replacement with 6" of Clean Earth Backfill and 6" Topsoil. Sod will be paid for in a
separate pay item.
2.15 Inlet, Manhole - The unit price given for each of these items shall include excavation,
backfill, structure, frame and casting, and all other items necessary to complete the
installation and testing of the structure.
2.16 Storm Sewer Pipe - The unit price pay item for pipe shall include all pipe, trench, gravel,
thrust blocks, joints, rock and earth excavation, backfill, pavement repair and trench
patching, fittings, end treatment, cleanup, restoration, seeding, grading, testing and all other
items necessary to complete the installation of the pipe. Pipe shall be paid for by the linear
foot installed.
S:\projects\I8084-flank Road Sidewalk\Specifications\sec A3.docx
A-302
2.17 Core Into and Connect to Ex. Drainage Structure—This unit price pay item shall include
all labor, equipment and material costs associated with coring into the existing drainage
structure and connecting the proposed storm sewer into the existing structure.
2.18 Concrete Bench Pad with Art Pedestal - This lump sum price shall include all concrete,
stone base, reinforcing, excavation, sawcutting, bollard mounting sleeve and all other items
necessary to complete the construction of the bench pads as detailed on the plans. This shall
also include the costs of providing the bollard, cover and hardware that accompany the
mounting sleeve to the Owner.
2.19 Adjust Utility Meter/Valve Cover to Grade —This unit price pay item will be counted in
the field for payment and shall include all labor, equipment and material costs associated
with adjusting existing utility meter and valve covers to grade, flush with the sidewalk or
proposed ground.
2.20 Curb Removal — This unit price pay item will be measured in the field for payment and
shall be paid per the linear foot of existing concrete curb removed.
2.21 Sign Items - This unit price pay item shall include all material, equipment and labor costs
associated with installing all MUTCD standard signs as identified on the plans.
2.22 Striping and Pavement Marking Items - All permanent pavement markings will be
measured in the field for payment.
2.23 Reset Fence - This unit price pay item shall include all labor, equipment and material costs
associated with the careful removal of the existing split rail wood fence, and re-installation of
the removed materials at the location identified on the plans.
2.24 Reset Mailbox — This unit price pay item shall include all labor, equipment and material
costs associated with the careful removal of the existing mailboxes and re-installation of the
removed materials out of conflict with the proposed improvements, but still accessible by a
mail truck from the roadway.
2.25 Lower Water Service - This unit price pay item shall include all costs associated with the
installation and materials to provide a working product including, but not limited to: fittings,
excavation, backfill, testing, thrust blocking, connection to mains and any other
appurtenances necessary for completion.
2.26 Linear Grading for Drainage - This unit price pay item shall be paid per square yard and
shall include all costs associated with excavating and grading the proposed side ditches as
identified and detailed in the plans.
2.27 Sod - The area of nursery sodding will be measured in the field. Payment shall only be made
for plan quantity. Any disturbance beyond the plan grading limits shall still require sod
restoration, but shall be installed at the contractor's expense.
2.28 Concrete Sidewalk, 4" Thick (Undistributed) -This unit price pay items shall include all
concrete, stone base, reinforcing, excavation, sawcutting and all other items to complete the
construction of sidewalks not shown on the plans. This lay item is intended to be used to
S:\projects\I8084-Plank Road Sidewalk\Specifications\sec A3.docx
A-303
extend from the end of construction shown on the plans to 10t11 Street,in the area currently
under construction. It is anticipated that the sidewalk will be located adjacent to the back of
the newly installed concrete curb. The area of this item will be measured in the field for
payment.
2.29 Concrete Curb Ramp (Undistributed) - This unit price pay item shall be measured in the
field for payment. It shall include all concrete, detectable warning strips, removal and
replacement of concrete curb and gutter for transitioning and any other items necessary to
construct the required curb ramps per ADA and INDOT standards. This pay item is
intended to be used in the area currently under construction between 10t1i Street and the end
of construction shown on the plans.
2.30 Transverse Marking, Thermoplastic, Stop Line, 24" (Undistributed) - This unit price
pay item shall be measured in the field for payment and is intended to be used in the area
currently under construction between 10t11 Street and the end of construction shown on the
plans.
2.31 Reset Mailbox in Concrete (Undistributed) — This unit price pay item shall include all
labor, equipment and material costs associated with the careful removal of the existing
mailboxes and re-installation of the removed materials directly behind and adjacent to the
concrete curb, within the proposed concrete sidewalk. This pay item is intended to be used
in the area currently under construction between 10th Street and the end of construction
shown on the plans.
2.32 Unidentified Conflict Contingency - This lump sum pay item will be used as needed to
cover costs associated with potential conflicts at the time of bidding that may not be
known. This item will be paid for on a case-by-case basis and may not be required. All
items (if any) to be paid for under this pay item must be approved in advance and must
provide itemized detail to substantiate the costs. The Contractor will not be paid this entire
lump sum amount for each (if any) conflict, only a portion that is approved. This item will
not be used to pay for items shown on the plans or mentioned in the specifications. This
item will not be used to pay for Contractor "down time" due to conflict.
3.0 INCIDENTAL CONSTRUCTION EXPENSES
3.1 All incidental construction and expenses, not mentioned elsewhere, shall be included in the
appropriate unit prices. Regrading due to sidewalk installation is an incidental
construction expense. Cost for any regrading shall be included in the appropriate unit price.
All utility coordination shall be the sole responsibility of the CONTRACTOR.
S:\projects\I8084-Plank Road Sidewalk\Spccitications\sec A3.docx
A-304
TRC, LLC , IN 47119
Equipment List Charge Rates EQ# Serial Number/VIN
Excavators
Yanmar Vio 35(7,850 lbs)w/Bucket 511
Yanmar Vio 35(7,850 lbs)w/Bucket 512 YMRVIO35AHAJAF529
Yanmar Vio 35(7,850 lbs)w/Bucket 513 YMRVIO35AHAJAF803
Yanmer Vio 35 Buckets 18"/24"/30"
Yanmar Vio 55(11,576 lbs)w/Bucket 514 YMRVIO5SAHAJAF211
Yanmar Vio 55 Bucket 24"/36"
Hyd Hammer(350ft/lbs)-Comet 531
Hyd Hammer(350ft/lbs)-Allied 315 532 15181440
Hyd Hammer(350ft/lbs)-Allied 315 533
Hyd Hammer(550ft/lbs)-Allied 535 14249
Hyd Hammer(750ft/lbs)-Allied 777 536 25BBB123B
Linkbelt 225(51,376 lbs)w/Bucket 520 ECAK2-5100
Linkbelt 235(56,879 lbs)-w/Bucket 521 ECBK4-9386
Linkbelt Buckets-24"/48"/54"
Hyd Hammer(5,000 ft/lbs)-Allied 534
Hyd Hammer(5,000 ft/lbs)-CP RX26 541 DEQ161066
Forklift
Dastun CF01-(2500 lbs) 621 CF01-001434
Genie 5519(5,000 lbs) 620 GTH551912-21777
Skidsteer Adaptor/Bucket M007225
Loaders/Skidsteers
Kawasaki 70 MTV-2 640 7005-4208
Fork Attachment
Jib Pole
Yanmar T210(Tracked) 604 61151
Fork Attachment 606
Pickup Broom-EDGE 605 Model 50504495 SN-1712337
Bobcat 5-185(Tracked) 603
Tractors
Case 580L 4x4 600
Hyd Hammer(750ft/lbs) 601
Ford 23 hp 4x4 Tractor 602
Air Compressor/Tools
Sulliar 185 960
Airman 185 961 B5-6C24007
Rolair Air Compressor-Honda 1302 16023266
E-Z Drill(Single Drill) 963
15 lb Pneuamtic Chip Hammer 1700
15 lb Pneuamtic Chip Hammer 1701
15 lb Pneuamtic Chip Hammer 1702
15 lb Pneuamtic Chip Hammer 1703
15 lb Pneuamtic Chip Hammer 1704
15 lb Pneuamtic Chip Hammer 1705
15 lb Pneuamtic Chip Hammer 1706
15 lb Pneuamtic Chip Hammer 1707
15 lb Pneuamtic Chip Hammer 1708
15 lb Pneuamtic Chip Hammer 1709
15 lb Pneuamtic Chip Hammer 1710
Confidential 6/4/2019 Page 1
TRC, LLC , IN 47119
Equipment List Charge Rates EQ# Serial Number/VIN
Concrete Vibrator-16ft 16.81
Husqvarna Core Drill-Hand Held
Georgia Buggy-Gas Powered 750 GCBOT-1802312
Water Pump
2"Electric Sump Pump-1 Section Hose 1400
2"Gas Trash Pump-1 Section Suction 1401
1403
2"Suction Hose
2"Lay Flat Hose
3"Gas Trash Pump-1 Section Suction 1404
3"Gas Trash Pump-1 Section Suction 1405
3"Gas Trash Pump-1 Section Suction 1406
3"Suction Hose
3"Lay Flat Hose
Trucks
1/2 Ton 4X4
3/4 Ton 4x4
1 Ton 4x4
Single Axle Dump-GMC 7500 1010 1GDM7H1CXXJ500722
Single Axle Flat Bed Dump-Chevy 6500 1011
Trailers
14k Equipment Trailer 900
10K Deck Trailer-Sure Trac 901
14K Deck Trailer 902 5CVDT202C541148
14K Deck Trailer-Tilt 903
8x16 Enclosed Trailer-Neway 920
6x12 Enclosed Trailer 921
8x14 Enclosed Trailer-Atlas 922 5HCKC142XFE033192
8x16 Enclosed Trailer-Atlas 923 5HCKC1623HE07181
7.5 x 14 Enclosed Trailer- 924 40LUB14296P121078
-Pressure Washer Trailer-4k PSI
14K Dump Trailer 930
48ft Flatbed-Spread Axle 1999 950 1PTF8ATR3X9003970 (FB11)
48ft Flatbed-Spread Axle 951 1TTF4820112007155
48ft Flatbed-Spread Axle 952
Screed Machines _
Bidwell BR201/per Bridge 990
Bidwell 3600/ per Bridge 991
Workbridge/per Bridge
Wildcat Roller Screed 14-18-ft Drums 993
Welders/Generators
180 Amp Weld/Gen-Multiquip** 1200
2000 Watt Invertor 1201
3600 Watt Generator-Multiquip GA-3HA 1202 5600724
6000 Watt Generator-Multiquip GA-6HA 1203 5530761
6000 Watt Generator-Multiquip GA-6HA 1204 5530759
6000 Watt Generator-Multiquip GA-6HA 1205 5530161
Lincoln Outback 185 Welder/Gen 1206 K2706-1 11516 V1101106005
Confidential 6/4/2019 Page 3