Loading...
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