Loading...
HomeMy WebLinkAboutBid Information and Packets 13tserCALAtet '4; Seri As r l -Towne cas4 : toititol MicvJC ci2, 300 • 00 zed qgrS° AANA Kliv.ific Form Prescribed by State Board of Accounts 900549-4983553 General Form No.99 P(lieu • CI1-Y OF CARMEL-TOPICS LEGALS To: INDIANA NEWSPAPERS 307 N PENNSYLVANIA ST - PO BOX 145 COUNTY, INDIANA INDIANAPOLIS, IN 46206-0145 PUBLISHER'S CLAIM LINE COUNT Display Matter-(Must not exceed two actual lines,neither of which S • shall total more than four solid lines of the type in which the body of the advertisement is set). Number of equivalent lines Head- Number of lines S Body-Number of lines S S 'rail-Number of lines S • Total number of lines in notice COMPUTATION OF CHARGES 77.0 lines 2.0 columns wide equals 154.0 equivalent S 75.76 lines at .492 cents per line Charges for extra proofs of publication(SI.00 for each proof in excess of two) S .00 S .00 TOTAL AMOUNT OF CLAIM S DATA FOR COMPUTING COST S Width of single column 7.83 ems Size of type 5.7 point S S Number of insertions 1.0 S 75.76 Pursuant to the provisions and penalties of Chapter 155, Acts of 1953, 1 hereby certify that the foregoing account is just and correct,that the amount claimed is legally due,after allowing all just credits,and that no part of the same has been paid. DATE: 10/05/2007 "Title 900549-4983553 PUBLISHER'S AFFIDAVIT State of Indiana SS: I PUBLIC NOTICES (PUBLIC NOTICES Hamilton County • NOTICETO BIDDERS i Nnhce Is hereby giee,,tthhat the rBoard of FUOhc works and safety Personally appeared before me,anoay public in and for said county and state, for the City of Carmel.Hamilton County,Indiana will receive sealed bids for the"131st Street Rlghbot'way Gearing Project from Spring Mill Road to Towne Road,Prefect#07-07"at the ottite of the undersigned Ku tell l ullins who,being duly sworn,says that SHE is cletk the Clerk Treasurer,One Civic Square,Carmel,Indiana(City Hall) until 10:00 n.m.I ocalleme nn or before Wednesday.October 17th, 2007,and commencing as soon as practicable thereafter during the Beard of Public Works Meeting on the samedate,such bids will of the Noblesville Ledger a newspaper of general circulation he publicly opened and read aloud In the Council Cmbers of City Hall.No late bids s will be accepted. All beds and proposals shall be properly and completely executed. on the proposal forms provided with the plans and specifications, printed and published in the English language in the city of NOBLESVILLE in state Shich will include the toncolbitten affidavit as required by the P P - S tale of Indiana.The bid envelope must be sealed and have the words"BID—131st Street Ni ht'ol-wn Clearing Project from Spring Mill Road tt Towne eck Road, in an amount and county aforesaid,and that the printed matter attached hereto is a true copy, A hid bond or certified check in an amount nil less than ten per- cent(1096)of the amount bid must be submitted with each bid.A one hundred percent(10096)perlormaece and payment bond will the osube required ll work divisions shall br.It is Intended edassoothat actual which was duly published in said paper for 2 time(s),between the dates of construction of all work divislons shall be started as soon as prat- yI P`P ticoble and each bidder shall be prepared to enter promptly into a (construction contract,furnish a performance boon,and begin work without delay in the event me swum is made to him. hhe Projectconsistsof,butisnotnecessarilyli mitedto,thefollow- 09/28/2007 and 10/05/2007 gee clearing on the north side Of 135th Street from Spring Mill Road to just west of Towne Road Including possible restoration /A f Contract pr removal the together Conrad Documents for the Projeet have been assembled into one bound patthe manual,which msatlrcr wi W drawings,may be ex- ere( minf at iaad locations: Car Detme fe fit of tosseoad Engineers,PC, Title One Civic ent of reBeecennov 1st F100r3917 Sherman Dove One Civi Squareaoecn Grove,IN 46107 Carmel,IN 46032 Copies of such drawings and project manuals must be obtained Subscribed and sworn to bclore me on 10/05/2007 from CrossRoad Emmneers, P.C.,3417 Sherman Drive, Beech Grove.IN 46107,upon the payment of$25 00 esday,for each set.These sets will be available for purchase H ACCEPTED.day,October 2nd,2007. Pey ent must be by chess.NOCASNACCEPTED.Makechecks pay- Cble to:CrossRoad Engineers,PC..All payments and costs Of ontract Documents are nomrefendable. I Bidders shall assure that they have obtained complete sets of drawings and Contract Documents and shall assume the risk of N1 any errors or omissions in bids prepared in reliance on Incomplete Notary Public sets of drawing s and Contract Documents. This Project will be funded by the City of Carmel. Wage rates or the Project shall not he less than the current IAL S pre- scribed "OFFICIAL scale of wages at determined by the Common Construe- SEAL" r Forme lion Wage Committee to accordance with I.C.5-16-7 and included My commission expires: m treprojmerence expires: I�e�hem re- A pre-hid conference for discussions OI the ill be t,the n bidding gm,October and other important matters will be held on Wednes- day October otI t at 10:00 AM.in the caucus Room on the 2nd Notary Public,State of Indiana Floor of City Han(One Civic Square):All prospective bidders are in- Nted to attend the pre-bid coal erencenlle pre-bid conference Is My Commission Exp.05/06/201 I not mandatory. For Special aeallens needed by handicapped individuals planning to attend ttend the pre-bid conference or public bid opening meeting please call or notify the City of Carmel Engineer's Office at(317)371-2441 at least Iortybeight(48)hours prior thereto. No bidder may withdraw any bid or proposal within a period Of thirty(30)days lullowing the date set for receiving bids or prmpa- sals.The Carmel Board of Public Works and Salety reserves the right to hold any or all bids or proposals for a period of not more than thin not days and said bids or pse City l shell remain in full tome and Clete during aid peeled.The City et Carmel reserves the right to s in whole and/or cancel any and all bias,solicitations and/or offers in whole or in part as specified in the solicitations when it is not in the cl best interests of the governmental boot'as de- Deana by the purchasing agency in auv6ure with ICS-Z2-10-2. Deana1.Ordeal' Clerk-Treasurer (NIT 09/28,TO/OS.4%3553/ 4.. BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel 5 hrsn•trcrions To Bidders: This finrn shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be filly and accurately f/led in and completed card notcaized. ,,, -• Project: #07-07— /3P'Street Right-of-try Clearing Project from Spring Mill Road to Towne Road Proposal For Construction of: Tree clearing on /31st Street from Spring Mill Road to just west of Towne Road including possible restoration and fence removal and installation tf Date: /O - 11- 07 To: City of Carmel, Indiana, Hoard of Public Works and Safety u . 1 - BID-1 I • PART ] BIDDFRINFORMATION (Print) 1 41 Bidder Name: s‘'z+t Co,v l c"CM C 1.7 kidder Address: Street Address: 5545 11-DEN ..Co r b env: 3Wa Ms$utG Slate: IN Zip: 44t12. Phone: Sri- 75'3-0476 Fax 3t7- 8S2- 7748 1.3 Bidder is a/an ('mark oncj Individual Partnership ✓ Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or airy of its partners or Joint venture Parties is cr fin eign corporation Note To clo business in or with the City of Carmel, Indiana, foreign corporations rntast register with the Secretau of the ,S"rate of Indiana as required bi: the Indiana General Corporation Act as stated therein and expressed in the .4[miner General's' Opinion tit, datedJmvtary 23, 1953,] 1 Corporation Name: '- Address: .3 Date registered with State ccIndiana. .4 Indiana Registered Agent: Name: Address: 131D-2 I PART 2 BID PROPOSAL 4 2.1 Base Bid • The undersisned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials. equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the times) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices. when multiplied by estimated unit quantities for such Contract Items, total - N tN E.1Y Two TN-iousnub. THteme )luNypes Dollars ($ 9Z 300.00 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on Ithe Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. Rill-3 PARTS CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#07-07 131st Street Rogtit-of-way Clearing Project from Spring Mill Road to Towne Road ITEMIZED PROPOSAL ITEM DESCRIPTION UNIT QUANTITY PRNICE AMOUNT 1 Mobilization and Demobilization for Clearing EA 1 $5,000 00 $5,000.00 2 Mobilization and Demobilization for Seeding EA 2 $3,000.00 $6,000.00 3 Clearing Right-of-Way LS 1 $62,030.00 $62,000.00 4 Fence. Farm Field, Tension Wire,47 Inches LFT 355 $15.00 $5,325.00 5 Fence Post End Assembly, Relocate EA 1 $250.00 $250.00 6 Fence, Remove LFT 3,125 $3.00 $9,375.00 7 Mulched Seeding, D (Undisturbed) SYS 8,700 $0.50 $4,350.00 TOTAL BID AMOUNT $92,300.00 BID-4 FART 4 CONTRACT DOCUMENTS A ND ADDENDA • .4 4.1 The Bidder agrees to be hound by the terms and provisions ()Call Contract Documents as:. defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADD} NDUM NtU MBEI: DATE, sffi /\• BAN f Io - rz - a'7 II)i ,Yd rt I4i. It - R` 3 1 1310-5 PART S EXCEPTIONS /miruclious 7n Bidders 5. 1 The Bidder shall Jir11p state each exception taken to the Specifications or other Contract Documents in Section 5 3 of dais Part, -.2 Bidder is cannoned that any exception taken by' Bidder and deemed by Ofl'AI R to he n mate htl quoit/Ica/ion or ', r inee front the terms of the Contruci Documents may result in this Bid being rejected as non-responsn'e. 53 Exception,: I Pbb, I I i 1 I . 1 1 I I 1 1 Form No.96(Revised 2005) BID OF NIKIRIc CNsrevcri ew =NC (Contractor) Ss4s 7TLbeN Sun sGT b• (Address) Silo N S sr 12 4 ZN FOR PUBLIC WORKS PROJECTS OF C r -r 1 o f C p En L 27■/ Filed /O - 1 7 - 0 Action taken State Form 52414 Prescribed by Slate Board of Accounts 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: 10-17 -07 1. Governmental Unit (Owner): L'17Y e/° Artts.L.1 .7-N 2. County : NA/'+1L.ToN 3. Bidder(Firm): Nl klltg 6NSrRf,cTroAt 1NQ Address: Sc v5 Ti Lb ea/ SU&ser D,. City/State: aRowmsIIuRa, =N "f6112 4. Telephone Number: 317- 7 ;3 -O G 7 6 5. Agent of Bidder Of applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of CrTY of es rtias.l IN (Governmental Unit) in accordance with plans and specifications prepared by CRess ROAD EN 41N ease s P C. and dated It 0 1 'a, for the sum of Ntxsrr Two THousA, ■ 7HRSE nVNbQED $ / Z1 3Q0 . 0 bocl44pc It NO CE.uTs 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 The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (For projects of$100,000 or more — IC 36-1-12-4) Governmental Unit: CIT7 of 0412MEL IN Bidder(Firm) N K, Rlc Con'STku crlon. TN G Date: l0 -/ 7- 07 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Completion Contract Amount Class of Work Date Name and Address of Owner 5.5-000 /AN• Sew. I 200 C. GITY of arm es. 1N * Sell coo S4N - SEw Zmo� " 'I 2. What public works projects are now in process of construction by your organization? Expected Contract Amount Class of Work Completion Name and Address of Owner Date 4.5-01000 SRN - mow ZOO-7 (IT? OP 64r.,4 F_LtTv 3. Have you ever failed to complete any work awarded to you? 1\1 0 If so, where and why? 4. List references from private firms for which you have performed work. A MStt cam Sv3v TI E$ — kJ • LAF; Z"/v 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.) As rag -%gans 1 S re,cis 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. N /N 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 /A 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. /his c4VraTOR 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. y e 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. 1 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: Th /brin shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts shall he lulA and accurately filled in and completed and notarized. Project: #07-07— 131"Street Right-of--way Clearing Project from Spring Mill Road to Towne Road Proposal For Construction of: Tree clearing on 131st Street from Spring Mill Road to just west of Towne Road including possible restoration and ' fence removal and installation Date: {0- -O�I To: City of Carmel, Indiana, Board of Public. Works and Safety 1 1 1 1 1 1 I I 1 BID-I I • PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: _IT,-o Ems-r•Tz. LH 4 osc ri P� L.— 1 .2 Bidder Address: Street.Address: 5 woo �J City: Slate: 1J Zip: r/q,or Phone: 62c ) 37b 5�8°> Fax: [� HS} 378_ o3w 1.3 Bidder is aian [mark one] Individual Partnership " Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture I • parties is 0 foreign corporation. Note: To do business in or with the Cm, of Carmel, Indiana, foreign corporations trursl register with the Seerelar}- of 112e State of Indiana as required /n the Indiana General Corporation Act as staled therein and expressed in the Attorney General Opinion #2, dated January 23, 1958.] .1 Corporation Name: 2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: 1 Name: Address: 1 1 1 BID-2 1 PART 2 BID PROPOSAL, 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the times) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total Dollars ($ /L/ 7 V87> ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award. and are not to he construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to he performed or furnished under the Contract. 1 1 1 1 I 1 1 1 BID-3 i ' PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#07-07 131st Street Right-of-way Clearing Project from Spring Mill Road to "Towne Road ITEMIZED PROPOSAL ' ITEM UNIT NO. DESCRIPTION QUANTITY PRICE AMOUNT Mobilization and Demobilization for Clearing EA I o&°` 7 600 2 Mobilization and Demobilization for FA '�Seeding 760 / 4d U 3 Clearing Right-of-Way LS 1 /Lo,w°' ( ZU.000 4 Fence, Farm Field, Tension Wire, 47 LF"I' 3>5 7 1= .26 6 Z 5` Inches ' 5 Fence Post End Assembly, Relocate EA I ,,25o ` 2S0 6 Fence, Remove I LET 3125 / 7 Mulched Seeding, U (Undistributed) SYS 8700 / s' /3,650 ` TOTAL BID AMOUNT / `F)I 'f87s= • I 1 1 BID-4 1 ' PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE ' 1 r - ta-01 I 1 I I i ' BID-5 PART5 EXCEPTIONS 1 Instructions To Bidders: , 5.1 The Bidder shall hdlg state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to he a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: , vtily I I I I. I I I I I I ' BID-6 PART I BIDDER INFORMATION (Print) 1.1 Bidder Name: S porcii ion 1.2 Bidder Address: Street Address: la S n L- C 2 `7 00 S City: Lei7,1soi Ile State: Znl Zip: t-1 �35d Phone: —7 S ' c4 rt a t Fax: 7 to S- C12 Da- 1.3 Bidder is aian [mark one] / Individual Partnership ✓ Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must he answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To-do business in or with the City of Carmel. Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as staled therein and expressed in the Attorney General's Opinion fat, dated.Ianuary 23, 1958.] .1 Corporation Name: • .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools. apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total ■-f; nP, tn - Berm --hoitSard v e 14-t,.n d re d Dollars (S Q-i SDO • oo ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. • BID-3 PART 3 CONTRACT ITEMS AND UNIT PRICES CITY OF CARMEL PROJECT#07-07 131st Street Right-of-way Clearing Project from Spring Mill Road to Towne Road ITEMIZED PROPOSAL ITEM UNIT NO. DESCRIPTION UNIT UANTITY. PRICE AMOUNT Mobilization and Demobilization for 1 EA Clearing o?St;b!It c)SCOW Mobilization and Demobilization for 2 EA 2 oc eo Seeding SOO— I ono — 3 Clearing Right-of-Way I LS I Si &Macs $3000�' 4 Fence, Farm Field, Tension Wire, 47 LFT 355 Inches -3.00 IOInS- 5 Fence Post End Assembly, Relocate EA I a c, � a� 0 0 6 Fence, Remove LFT I 3125 1 . on 3 ta5 7 Mulched Seeding, U (Undistributed) SYS 8700 - (pia TOTAL BID AMOUNT q i, Soo • BID-4 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE BID-5 • PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: • BID-6 State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) Date: 10 - t S .O -7 1. Governmental Unit (Owner): C_ , .,1 o C_a.r ri"p.l' 2. County : I-10i dT , (-4nn 3. Bidder(Firm): S - T pc k CPn r ck,{ � (l Address: l :S p a CQ. lea S City/State: (. .N.m 1 S \I, Ile, -1-14 4 -2 2(3 4. Telephone Number: 1 Log -q -ga a I 5. Agent of Bidder(if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of C 1,.1 O c C n f rMp ) —0 • r OJ cc.* 01 -O (Governmental Unit) in accordance with plans and specifications prepared by (' t- h S S(' (Dad C n e ' Cm o oa S and dated for the sum of tA-Y■ net So en -k--imbt. SasThri c t kv rv-cM vllor5$ ra it S co - 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 The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (For projects of $100,000 or more — IC 36-1-12-4) Governmental Unit: Bidder(Firm) Date: These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1)year prior to the date of the current bid? Completion Contract Amount Class of Work Date Name and Address of Owner IISDOO. " Trpe2c°m Dual `6 1 O -7 L('n 1 IPSiont' I O Irk f'r4-rirLcn 4$ 135 ,Omar' C,1 ear; r G ( o 4'n: leg onG / S41„c a l3p0Q G Car; n 4 I —Oros 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 • 3. Have you ever failed to complete any work awarded to you? LC\ O If so, where and why? 4. List references from private firms for which you have performed work. LCC LQo �$la�k � cr. 4r M�Fr�('C - Se.oa-1 I-9S4-e( lfn5 ' 43S' yd3 LQSc ) rocAh c'(_s- Pl aro c-‘ Nu,eke& - 11 - 7 l '4 - a 89 o 1p ( pr fit , X34 35 �y Kreitc (ee tcoS C- re.k c?J. O ' X1431- - Lt (-LS J Cwt Lcs46 movi nJ - Thann' ug- L(31 aaCo3 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.) 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. 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. 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. 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. 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.