Loading...
HomeMy WebLinkAboutBid of Dan Cristiani .) , ANNEXATION AREA D-5 SALEM NOBLE ROAD SANIT AR,Y SEWER DESCRIPTION $ $ $ $ ._.._--~._--- .. ------- . ---. $ $ $ . - ._._---~._---,._- ~-~- $ $ $ $ 1 LS Mobilization & Demobilization ._ __..u__...___________...___ 1 LS Maintenance of Traffic ----.- ~..~.- -- --.--------_..- . ~ 1 .. .1:.S__. Clearing of Rig~~-<?~~~aL_ 1 LS Construction Stakeout ."---.----- ...__..~------_.-_._---- .----- 1.197 LF 8" Sanitary SDR 35 .. ._.___.. ____ u 4 EA Manhole Type 'B' ---.---.----.-------- - - 1 EA Manhole Type 'C' u ___.________ - -- 1 EA Manhole Type 'E' ------'-..-------.----- --- (). ~A_ ~!.~~rty Service C~nnecti?~l~ ._..___.____ 165 TON HMA Surface Overlay - -- - -----'. ....--..-.-..-- - - - 1 LS Manhole Lining Rehabilitation TOT AL BID PRI CE = Total of Items 1 thru 11 ~ JOB NO. 0813 UNIT PRICE 1,614.83 $ .--- -~- 2,024.00 $ 1,467.00 $ 1,655.00 $ 53. 11 $ 1,761. 00 $ 1,730.00 $ 2,355.00 $ ---- ----- 605.00 $ 75.50 $ 2,380.00 $ $ TOTALAMT. 1,614.83 2:,024.00 1,467.00 1,655.00 63,572.67 7,044.00 1,730.00 2:,355.00 3,630.00 12:,457.50 2,380.00 99,930.00 - r . I I I I ITEM QUANTITY INO. I 1 .;..- -- ------..--- 2 3 ---'-- 4 5 6 ------ - . 7 8 9 10 --..-----.- 11 Dan Cristiani Excavating r.n , Tnc~ Contractor U1 Acknowledgement of receipt of Addendum #1 Dated December 14, 2009 Addendum #2 Dated December 16, 2009 S:ISydney1WPDOCS\08108131081) BID TAB A-206 - - - - ~ I I i I I I I , iI , , , , I ...., - I I .. II - - - BID FOR: ANNEXATION AREA "0-5" SALEM NOBLE ROAD SANITARY SEWERS JOB NO. 0813 CIT'{ OF JEFFERSONVILLE CL\RK COUNTY, INDIAN1\ RESPECTrULL Y SUBMITTED, Dan Cristiani Excavating Co., Inc. /4. N" , l f'IRM7 /~r~ PERS( )N ,\~~.~~ December 17,2009 DXn: Accepted thls day of , 2009 SEWER BO:\RD CIT'{ or JEFFERSONVILLE, INDIANA Mayot Thomas R. Galligan, President William ,-\. Saegesscr, r.E., P.L.S., Member Dale 1.. Grem, \:Iember S: \SYDN EY\WPDOCS\08\0813\S ECAZ. DOCX A-207 I I -,---- J< CONTR~CTORS 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 ad<;iitional compensation will be made for working around or near a utility that is not shown on the plans or that is shov,'I1 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 O\^/NER. S \SYDNEYlWPDOCS\08\08IJ\QUANTITIES(A).DOCX A-208 I [ I I I I C I I I ~ ~ - Our bid price takes into consideration the costs required to coordinate the relocation of any and all affectcd utilities, and the potentia] interruption and delays of operation in constructing this project. IIoweveL it is understood that we, the CONTRACTOR, will not he held responsible for schedule delays attributahle to a given utility company's lack of cooperation or completion of relocation. ?~, CONTRACTOR Dan Cristiani, President BY: (Printed Name and Title) December 17, 2009 DATE f I 12.0 BID FORMS NOTE: INSERT AND A ITACH TO FORM 96, DO NOT USE THE CONTRACTOR'S BID SECTION ON FORM 96. BE SURE TO SIGN BID, NOTARIZE BID AND EXECUTE NON-COLLUSION AFFIDA VIT. CONTRACTOR'S BID FORM JEFFERSONVILLE SEWER BOARD 500 QUARTERMASTER COURT JEFFERSONVILLE, INDIANA 47130 RE: ANNEXATION AREA "D-5" SALEM NOBLE RAOD SANITARY SEWERS JOB NO. 0813 Gentlemen: We submit, herewith, our sealed proposal to furnish all necessary labor, material and equipment to construct the above captioned project, in accordance with the subject plans .and specifications at the unit prices listed herein. S:\SYDNEY\WPDOCS\08\0813\SECTION A2(l).DOCX A-205 I 0 Ul <J) tl <IJ ~ -0 c "0 . 0 ~ C)U (j) l=l~ H I- U W J '" 0 0 0 0::: N l=l "0 0... <IJ Ll.. OM <J) -l-l 0"\ "5 0 til N 0::: (j) Ll.. <IJ ~ ~ ....... 0 ~ 0 0 r--. 0::: CD C) -::t Ll.. Ol OJ :x: ~ 0 ci ~ ....... Z z CV) H S E OM 0 l=l "' U u... til C1l OM p:: r-l ....J -l-l r-l tI) "1j OM OJ c OM r-l :> :::::> Q) ~ l-l 0 tI) 2l u ~ 0... ....... l-l c l=l N til -0 0 til N r-l ~ t5 ~ ....... U u:: <{ Prescribed by State Board of Accounts State Form 52414 Form No. 96 (Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) Date: December 17, 2009 1. Governmental Unit (Owner): Jeffersonville Sewer Board 2. County: Clark 3. Bidder (Firm): Dan Cristiani Excavating Co., Inc. Address: 1221 Old Hwy 31E City/State: Clarksville, IN 47129 4. Telephone Number: (812) 282-9866 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 Jeffersonville Sewer Board (Governmental Unit) in accordance with plans and specifications prepared by Jacobi, Toombs, and Lanz, Inc. Consulting Engineers Ninety-nine. Thousand Nine Hundred - .. .......... . -' '. Thirty and 00/100 Dollars and dated December 2009 for the sum of $ 99,930.00 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. 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. ACCEPTANCE 7~ daYOf~NV-iMJ f.-JO~ ,?--O I 0 , subject to the The above bid is accepted this following conditions ('--' k~fh- ~c1 PART II (For projects of $100000 or more -Ie 36-1-12-4) Governmental Unit: Jeffersonville Sewer Board Bidder (Firm) Dan Cristiani Excavating Co., Inc. Date December 17, 2009 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 519 678.90 Waterline Oct. 200 Indiana Arner. Water (;0 19 500.00 Grindin Jul 2009 Cit of 209,217.15 Waterline June 2009 Indiana Arner. Water Co 19,448.00 Demolition Aril 2009 West Clark Cornrnunit Schl 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 541,894.48 Sanitary Jan. 2010 New Alban 108,258.00 Sitework Dec. 2009 27,494.00 Waterline Jan. 2010 Co. 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. Robert Lynn Co. - Bob Lynn, New Albany, IN (812) 946-3131 Steve Klein Development - Steve Klein, Sellersburg, IN (812) 246-8865 Koetter Construction - Brian Hill, Floyds Knobs, IN (812) 923-9873 Cardinal Services - Newton Medbury, Louisville, KY (502) 589-0713 ALM, Inc. - Ron Thompson, Floyds Knobs, IN (812) 923-3097 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) See attached 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. See attached 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. See attached 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. See attached 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. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. SECTION IV 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 Clarksville, IN this 15th day of December 2009 Excavatin Co., Inc. Organization) ACKNOWLEDGEMENT STATE OF Indiana COUNTY OF Clark ) ) ss ) Before me, a Notary Public, personally appeared the above-named Dan Cristiani and swore that the statements contained in the foregoing document are true and correct Subscribed and sworn to before me this 15th day of December 2009 ~,WI UOJ20-,",AA~ Notary Public Li a M. Eddleman My CommiSSion Expires 10-13-2014 County of ReSidence Harrison Attachment to Form 96, Section II Plan and Equipment Questionnaire Question 1: Plan or layout for performing proposed work Layout, install manholes and pipe. Asphalt patch & overlay asphalt. Restore yard. Stripe road. Question 2: Names and addresses of subcontractors used on public works projects Kiesler Electric, LLC, 7010 Kiesler Road, Greenville, IN 47124 Libs Paving Co, Inc., 7001 Atkins Road, Floyds Knobs, IN 47119 Kruer Seeding, Inc., 7413 Scottsville Road, Floyds Knobs, IN 47119 Capitol Drilling & Sawing, Inc., 4700 Bardstown Rd, Elizabethtown, KY 42701 Gotta Go Inc., 1221 Old Hwy 31E, Clarksville, IN 47129 (Trucking) Gotta Go Dumpster Service, Inc., 1221 Old Hwy 31E, Clarksville, IN 47129 Hagan Pipe Testing, 1400 Girard Drive, Louisville, KY 40222 Hartlage Fence Co, 7911 Third Street Road, Louisville, KY 40214 Mills Tree Service, 2619 Corydon Pike, New Albany, IN 47150 Kentuckiana Trucking, Inc., P. O. Box 2544, Clarksville, IN 47130-2544 Weber Construction, 1710 Allentown, Sellersburg, IN 47172 (Curbs) Impact Drilling & Blasting, Inc., P. O. Box 397, Charlestown, IN 47111 Question 3: Subcontractors to be used on this job Capitol Drilling & Sawing, Inc., 4700 Bardstown Rd, Elizabethtown, KY 42701 Hagan Pipe Testing, 1400 Girard Drive, Louisville, KY 40222 Libs Paving Co., Inc., 7001 Atkins Road, Floyds Knobs, IN 47119 Atlantic Construction Co., Inc., 4226 Allmond Avenue, Louisville, KY 40209 No bonds required Dan Cristiani Excavating Co., Inc. EquipmentlVehicle Schedule B22 Backhoe, JD31 OE H46 Loader, 953C Track Loader B24 Backhoe, JD31 OG H48 Loader, W A250 Wheel Loader B26 Backhoe, JD31 OG Extendahoe SE H49 Loader, W A250 Wheel Loader B27 Backhoe, JD31 OG H52 Loader, W A250 Wheel Loader B28 Backhoe, JD31 OG H55 Loader, CAT 953C D34 Dozer, JD650H Crawler H56 Loader, Komatsu W A250 Tool Carrier D35 Dozer, JD650H Crawler H57 Loader, Komatsu W A250 D36 Dozer, Cat D6RXL H61 Loader, CAT 953C D37 Dozer, CAT D6RXL H65 Loader, Komatsu W A250PT-5L D38 Dozer, JD650H L T H66 Loader, Komatsu Wheel Loader sod D39 Dozer, CAT D6NXL H67 Loader, CAT 939C D40 Dozer, JD650H H72 Loader, Komatsu W A380-6 D42 Dozer, JD650JLT H73 Loader, JD 244E D43 Dozer, JD750J P09 Pan, Scraper, Fiat 262B E22 Excavator, Komatsu PC300LC6LE PlO Pan, Scraper, Fiat 262B E23 Excavator, JD230LC P17 Pan, Scraper, Fiat 262B E28 Excavator, Komatsu PC300 P23 Pan, Pull Type Reynolds E29 Excavator, JD 11 0 P24 Pan, Pull Type Reynolds E31 Excavator, Komatsu PC200 P25 Pan, Pull Type Reynolds E33 Excavator, JD 200CLC P26 Pan, Pull Type Reynolds E34 Excavator, JD 230CLC P29 Pan, Pull Type Reynolds E35 Excavator, Komatsu PC220KLC6 PS 11 Powerscreen Commander Shredder E36 Excavator, Komatsu PC78MR6 PS9 Powerscreen Commander Shredder E38 Excavator, JD200 R12 Roller, Ingersol SD70D E39 Excavator, Komatsu PC300LC R16 Roller, Ingersol SD70D E40 Excavator, Komatsu PC78MR6 R17 Roller, Ingersol Rand SD70D E41 Excavator, JD200CLC R18 Roller, Cat 815B Sheeps Foot E42 Excavator, Komatsu Mini PC78MR6 R19 Roller, Cat 815B E43 Excavator, JD 270D LC R21 Roller, Ingersol SD116DX E44 Excavator, Komatsu PC138USLC-8 R22 Roller, Hyster C530A 320 Cat Excavator TG5 Tubgrinder, Vermeer TG800 F19 Forklift, Komatsu 45 TR2 Trencher, Vermeer V 4150A G07 Grader, Galion 850 G09 Grader, Fiat FG65C GT23 Tractor, JD7400 TS2 Trammel Screen, Finlay Model #770 GT28 Tractor, JD6030 GT40 Tractor, JD9520 GT41 Tractor, JD9520 GT42 Tractor, JD9520 GT43 Tractor, Case 570 GT49 Tractor, JD9520 GT56 Tractor, JD9400 HG I Grinder, Vermeer HG6000TX, 650 hp Vermeer HG8000, Horizontal Grinder, 1050 hp Vermeer TG9000, Tub Grinder, 1000 ho 2006 CBI 6800T Grinder Dan Cristiani Excavating Co., Inc. EquipmentNehicle Schedule C49 Inti Loadstar, Water truck C323 Mack Triaxle Dump CIOO Ford F700 Fuel Truck C324 Mack Semi Tractor CI83 IntI Rollback Truck C325 Mack Semi Tractor C117 Mack Triaxle Dump C326 Inti Water Truck C127 Mack Triaxle Dump C327 Inti Rollback Truck C141 Mack Semi Tractor C331 Mack Dumpster Roll Off C 146 Mack Semi Tractor C337 Mack Dump Truck C150 Mack Triaxle Dump C338 Mack Dump Truck C181 Mack Triaxle Dump Flatbed C342 Mack Triaxle GU713 C191 Mack Semi Tractor C343 Mack RD6885 Roll Off Truck C195 Mack Semi Tractor C344 Mack CTP713 C199 GMC Sinole Axle Spreader Truck C345 Mack CTP713 C208 Mack Semi Tractor C211 Inti Sinale Axle Dump C212 Inti Sinale Axle Dump C213 Mack Semi Tractor C215 Mack Triaxle Dump C218 Mack Semi Tractor C222 Mack Semi Tractor C226 Mack Triaxle Dump C227 Mack Triaxle Dump C228 Mack Quad Axle Dump C240 Mack Triaxle Dump C241 Mack Triaxle Dump C242 Mack Triaxle Dump C247 Mack Triaxle Dump C249 Mack Trialxe Dump C253 Mack Semi Tractor C256 Mack Semi Tractor C263 Inti Sinale Axle C284 Inti Model 4900 C289 Mack Triaxle Dump C291 Mack Semi Tractor C292 Mack Triaxle Dump C293 Mack Triaxle Dump C294 Mack Triaxle Dump C295 Mack Triaxle Dump C305 Mack Triaxle Dump C312 Mack Triaxle Dump C313 Mack Triaxle Dump C318 Mack Triaxle Dump C319 Mack Triaxle Dump C320 Mack Dumoster Roll Off C321 Mack Triaxle Dump C322 Mack Triaxle Dump II, \ .. Dan Cristiani Excavating Co., Inc. EquipmenWehicle Schedule T107 East Tandem Trailer T87 Trailmobile Ooen Too Trailer T108 Mac Walkina Floor Trailer T88 Trailmobile Ooen Too Trailer T109 Trail King low Bov Trailer T90 Mack Dump Trailer T110 Moritz Inti Flatbed Trailer T91 Manon Ooen Too Trailer T111 ITI Walkina Floor Trailer T92 East Dumo Trailer T112 Mac WalkinQ Floor Trailer T93 East Dump Trailer T113 Trinitv Semi Trailer w/Bellv Conveyor T94 East Dump Trailer T114 landoll Trailer T97 Strick Ooen Too Trailer T115 Trail Kina low Bov Trailer T98 Strick Ooen Too Trailer T118 Great Dane Van Trailer T99 Strick Open Top Trailer T119 Dorsev Trailer T100 Strick Open Top Trailer T120 Fruehauf Trailer T103 Stouahton Trailer T121 Fruehauf Trailer T1 05 Wilson Trailer T122 Fruehauf Van T106 Dorsev Trailer T123 Transcraft Droo Deck Trailer Walkina Floor Trailers (Total of 30) Other various trucks & walking floor trailers T12 Trailmobile Dumo Trailer T41 Strick Ooen Too Trailer Galbreath 20 vd Dumpster T42 Strick Ooen Too Trailer Galbreath 20 vd Dumpster T46 Fruehauf Ooen Top Trailer Galbreath 20 vd Dumpster T 49 Peerless Walkina Floor Trailer R2263 30 vd rect roll-off container T55 Trailmobile Open Too Trailer R2263 30 vd rect roll-off container T56 Trailmobile Ooen Top Trailer R2263 30 vd rect roll-off container T59 Ravens Dump Trailer R2263 30 vd rect roll-off container T60 Fruehauf Dump Trailer R2263 30 vd rect roll-off container T63 Fruehauf Dump Trailer Galbreath 30 vd Dumpster T64 Phelan Lowboy Trailer . Galbreath 30 vd Dumpster T65 Trailmobile Open Top Trailer Galbreath 30 vd Dumoster T66 Trailmobile Open Top Trailer Galbreath 30 yd Dumoster T67 Trailmobile Open Too Trailer Galbreath 30 vd Dumoster T68 Trailmobile Open Too Trailer Galbreath 30 vd Dum oster T71 Fruehauf Open Top Trailer Galbreath 30 yd Dumpster T72 Fruehauf Ooen Top Trailer Galbreath 30 yd Dumoster T73 Trailmobile Open Top Trailer R2284 40 vd rect roll-off container T74 Fruehauf Open Top Trailer R2284 40 vd rect roll-off container T75 Fruehauf Open Too Trailer R2284 40 vd rect roll-off container T77 Ravens Dump Trailer R2284 40 vd rect roll-off container T78 ClM loa Trailer R2284 40 vd rect roll-off container T80 Peerless Open Top Trailer Galbreath 40 vd Dumpster T86 Trailmobile Open Too Trailer Galbreath 40 vd Dumpster Galbreath 40 vd Dumoster Galbreath 40 vd Dumpster 22'f1atbed 20 vd Dumpsters