hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in...

28
Notice of Bids The Board of Commissioners of Hancock County will receive bids for Micro-surfacing, and Traffic painting on Selected Roads in Hancock County at their office in the Hancock County Courthouse Annex, 111 American Legion Place, Greenfield, IN 46140 until 8:00 A.M. on the 8 June, 2021. Bids will be evaluated based upon inspection, testing, quality, workmanship, delivery and suitability for particular purpose. The bid will be awarded to the lowest responsible and responsive bidder, except that Hancock County retains the right to reject any or all bids when it is in the best interest of the county. The specifications will be available beginning May 7, 2021 in the Hancock County Highway Department, 921 Osage, Greenfield, IN, or the county website. http://www.hancockcoingov.org Board of Commissioners Hancock County, Indiana

Transcript of hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in...

Page 1: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Notice of Bids

The Board of Commissioners of Hancock County will receive bids for Micro-surfacing, and Traffic painting on Selected Roads in Hancock County at their office in the Hancock County Courthouse Annex, 111 American Legion Place, Greenfield, IN 46140 until 8:00 A.M. on the 8 June, 2021.

Bids will be evaluated based upon inspection, testing, quality, workmanship, delivery and suitability for particular purpose. The bid will be awarded to the lowest responsible and responsive bidder, except that Hancock County retains the right to reject any or all bids when it is in the best interest of the county.

The specifications will be available beginning May 7, 2021 in the Hancock County Highway Department, 921 Osage, Greenfield, IN, or the county website.

http://www.hancockcoingov.org

Board of Commissioners

Hancock County, Indiana

Page 2: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

7 May 2021

The Hancock County, Indiana Highway Department is accepting bids for Micro-surface (Single and multiple course), as per INDOT and listed specifications. The quoted price shall be lump sum per street to include all labor, materials, equipment, traffic control, sweeping, mobilization and incidentals to complete the projects. Work shall be completed by 31OCT2022. Or $100/day Liquidated damages.

SpecificationsMICROSURFACE SINGLE AND DOUBLEINDOT 2017 411.01 – 411.08 and 411.15 PAVEMENT MARKING: per INDOT 502-2.01(03)

*Bids are to be submitted by 7 June 2021, 8:00 a.m. local time. Bids should be mailed to:

Hancock County Engineer You may fax to:Attn: Ryan Hartley Hancock County Engineer921 W Osage Street Attn: Ryan HartleyGreenfield, IN 46140 317-477-1130

The Hancock County Engineer and Highway Department appreciates your time and effort in preparing and submitting your quote. If you should have any questions please contact Ryan Hartley at 317-477-1130.

Sincerely,

Gary Pool P.E.Hancock County Engineer

Page 3: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

CONTRACTOR'S BID FOR PUBLIC WORK – FORM 96

PART I

(To be completed for all bids. Please type or print)

Date:

1. Governmental Unit (Owner):

2. County:

3. Bidder (Firm):

Address:

City/State:

4. Telephone Number:

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

(Governmental Unit) in accordance with plans and specifications prepared by

and dated

for the sum of

$

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

Page 4: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

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. 51682). 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. 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:

Page 5: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

PART II

(For projects of $100,000 or more – IC 361124)

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?

Contract Amount Class of Work

Completion Date Name and Address of Owner

2. What public works projects are now in process of construction by your organization?

Contract Class of Work Expected Name and Address of Owner

Page 6: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

AmountCompletion

Date

3. Have you ever failed to complete any work awarded to you? If so, where

and why?

4. List references from private firms for which you have performed work.

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.)

Page 7: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

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.

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

Page 8: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

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 ,

(Name of Organization)

By

(Title of Person Signing)

ACKNOWLEDGEMENT

STATE OF )

) ss

COUNTY OF )

Page 9: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Before me, a Notary Public, personally appeared the above-named

and swore that the statements contained in the foregoing document are true and

correct.

Subscribed and sworn to before me this day of , .

Notary Public

My Commission Expires:

County of Residence: ___ ______

Page 10: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

INFORMATION FOR BIDDERS

1. PROPOSAL

The Proposal shall consist of the completed Proposal Form as furnished by the County, Contractors Bid Form 96, which includes the financial and qualification statement. All of these forms must be contained in a sealed envelope, which shall be properly marked on the outside to show the name of the bidder, name of the work being bid upon, and the time when said bids are scheduled to be opened.

2. NON-COLLUSION AFFIDAVIT

The affidavit of non-collusion must be made by the person, member of the firm, or authorized officer of the corporation making the proposal; and if made by the firm or officer of a corporation, the affidavit must be made on behalf of the said firm or corporation.

3. SIGNATURES

Each proposal must be signed in ink by the person, member of the firm, or authorized officer of the corporation, making the proposal. The title, position, or character of the person signing said proposal must be shown under said person's name.

4. FILING

All proposals shall be filed at the place and prior to the time set out in the advertised Notice of Bids.

5. OPENING

All proposals on file at the time scheduled for opening will be publicly opened and read; and they shall be available thereafter for inspection by an interested party.

6. WITHDRAWAL OF PROPOSAL

No proposal may be withdrawn, altered, or qualified after the scheduled time for opening; and all proposals shall remain in effect for (15) days unless set out otherwise in the advertised Notice of Bids.

7. RIGHT TO REJECT BIDS

The County expressly reserves the right to reject any or all bids and to judge the character and sufficiency of any samples of materials submitted or materials bid upon.

8. AWARD

The County will, without unnecessary delay and at the earliest possible time, make the award to the best bidder.

9. PRICES

10

Page 11: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

Prices must always be stated in figures and shall be stated in words also where requested. All prices must be so distinctly expressed that there can be no doubt as to the meaning thereof. Illegible figures shall be just cause for rejection of any proposal.

10. UNIT PRICES

Bidders must divide their bid amount into a unit price as called for on the ITEMIZED PROPOSAL FORM included in the proposal.

11. ESTIMATED QUANTITIES

The estimated quantities shown on the Bid Sheet Form are the Engineer's estimates of the quantities required to complete the work required by the specifications; said quantities are intended to be true and correct but are not guaranteed. If there is a difference between the quantities shown on the Bid Sheet Form and the quanti-ties actually required to complete the work required by the specifications, the specifications shall govern. In-sertion of new items in the bid form by the bidder may result in the proposal being declared a counterproposal and may result in it being rejected.

12. QUALIFICATIONS

Persons, firms, or corporation submitting proposals shall be prepared to demonstrate to the satisfaction of the County that they have the proper facilities, expert workmen, necessary capital, and experience to execute the contract in a proper manner.

13. EXAMINATION OF SPECIFICATIONS AND SITES

Specifications are on file in the office of the County Engineer. Bidders are expected to examine the specifications before submitting their proposals. No plans are to be used for this particular project. Bidders must satisfy themselves by personal examination of the location of the proposed work, and by such other means as they may choose, as to the accuracy of the estimates of the work to be done, and shall not at any time after the opening of the bids dispute or complain of the statement or estimate of the Engineer, nor assert that there was any misunderstanding as to the nature of amount of the work to be done. The estimate is believed to be correct, but the County will not be responsible for any errors in the estimate or for any omissions in the plans.

14. CONTRACT TIME FOR COMPLETION

The bidder's attention is also directed to the fact that the work shall be arranged and prosecuted in such a manner that the contract shall be completed by October 31, 2022. Or $100/day Liquidated damages will be charged for every calendar day thereafter.

GENERAL CONDITIONS

NOTE: These General Conditions shall be considered a part of the Detailed Specifications as fully and effectually as if copied therein at full length and shall be referred to in interpreting the contract.

11

Page 12: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

1. Definition of Terms: The words "Purchaser", or "Owner", as used in these specifications, or in the proposal or contract attached refer in every case to the Board of Commissioners, Hancock County, Indiana.

The word "Bidder", as used in these specifications, refers in every case to any person, firm or corporation, or co-partnership submitting a bid or proposal to furnish any work or apparatus under the specifications attached.

The word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or co-partnership who has entered into a contract to furnish any work or apparatus under these specifications or the attached proposal, or his, or its legal representative.

The word "Engineer" as used in these specifications refers in every case to the Hancock County Engineer.

The words "approved", or "or equal", "of an approved form", or other similar or equivalent words used in these specifications, shall be understood to mean that said device, part or construction is to be approved by and shall be to the satisfaction of the Owner prior to its manufacture or placing in the work.

2. Purpose and Intent of Specifications: It is the purpose of these specifications to describe fully the work contemplated, at the same time seeking to avoid unnecessary and confusing repetitions of expressions. It is understood by all concerned that the apparent silence of the specifications as to any detail or the apparent omission of a detail description concerning any point shall be regarded as meaning that only the best practice is to prevail and that only materials and workmanship of first quality are to be used. All interpretations of these specifications shall be made upon that basis.

Extreme care has been taken by the Owner in working out in detail the specifications for this work and bidders are hereby informed that faulty or inferior work of any kind positively will not be accepted. All work provided for in this contract shall be performed under the direction of and to the entire satisfaction of the Owner; and in case of questions, said Owner's decision shall be final and binding on all parties concerned.

3. Examination of Specifications & Sites: Before submitting proposals for material and equipment for the herein work, bidders shall examine and acquaint themselves with the specifications, and familiarize themselves with the work and all conditions of construction under which the work is to be performed.

4. Unit Prices: The bidder shall fill in all unit prices on the bid document. His lump sum bid will be obtained by summing the extensions of the unit price times the quantities, for all items of work listed on the bid documents. All bids are subject to review and checking by the Owner. Errors in extensions may be grounds for rejecting the bid in its entirety.

The unit prices shown in the bid documents will be used in the event change orders are required for additional/deductive amounts of work as may be ordered by the Owner. Actual payment for project completion will be made on the basis of a lump sum, said sum being the total of all completed quantity unit price extensions.

5. Plan Quantities: Specifications are on file in the office of the County Auditor and bidders are expected to ex-amine them before submitting their proposals. Bidders must satisfy themselves by personal examination of the location of the proposed work, and by such other means as they may choose, as to the accuracy of the bids,

12

Page 13: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

and shall not dispute or complain of the statement or estimate of the Engineer, nor assert that there was any misunderstanding as to the nature of amount of the work to be done. The estimate is believed to be correct, but the County will not be responsible for any errors in the estimate.

6. Increased or Decreased Quantities of Work: These increased or decreased quantities of work shall not be considered as a waiver of, nor shall they invalidate the right of the Owner to increase or decrease the quantities of work.

7. Withdrawal of Proposal: Bidders may be given permission to withdraw any proposal after it has been deposited with the Owner and before being opened, providing the bidder makes his request in writing. At the time of opening of proposals, when such proposal is reached, it will be returned to the bidder unopened.

8. Qualification of Bidders: More than one proposal from any bidder, under the same or different names, will not be considered. Reasonable ground for believing that any bidder is interested in more than one proposal or that collusion exists among the bidders will be sufficient cause for rejection of all bid proposals submitted by such bidders. Proposals in which prices are obviously unbalanced may be rejected. Evidence of experience, ability and financial standing as well as a statement regarding plant and machinery available will be required of all bidders, all of which must be submitted on the standard form heretofore described.

No bidder will be considered responsible who has failed to carry out any contract entered into with the Owner.

Substantial evidence of dishonesty or lack of good faith and intent not to do the work according to plans and specifications will be considered sufficient evidence for rejection of the bid.

9. Awarding of Contract: The award will be made as promptly as possible after the bids are opened and certified checks of the unsuccessful bidders will be returned within a period of ten (10) days. The bid bond or certified check of the successful bidder will be retained until she/he has provided an acceptable Payment and Performance Bond.

10. Subletting of Contract: The Contractor shall not sublet, sell, transfer, assign or otherwise dispose of the contract or any portion thereof, nor of the work provided for therein, to any person, firm or corporation without the written consent of the Owner.

11. Determination and Extension of Contract Time for Completion: Determination and extension of contract time for completion for this contract shall be in accordance with the provisions as specified in Section 108.08, Indiana Department of Transportation "Standard Specifications", except that extension of contract time for completion will not be allowed on account of delay of work caused by "Unsuitable Weather"; and no extension of time for any reason will be allowed unless the Contractor makes written application for "Extension of Con-tract Time for Completion" prior to the date of completion specified in the contract. Such request shall contain in detail the reasons for which an extension is requested and the date to which the extension is requested.

12. Failure to Complete Work on Time: For each calendar day that any work shall remain uncompleted after the date specified for time of completion or a revised date of completion, the Contractor shall be liable to the County for costs incurred, and such costs shall be assessed buy per day damages, not as a penalty, but as damages sustained, in accordance with the schedule of deductions for each day of overrun in contract time as

13

Page 14: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

stated in Section 108.09 of the Indiana Department of Transportation "Standard Specifications". At $100 per day. Work shall be complete by 31OCT2022.

13. Contractor's Insurance: Prior to commencing work, a certificate of insurance shall be filed with the Hancock County Auditor's Office. Insurance requirements shall be that required by the INDOT specifications Section 103.04. This contract will require the Owners' and Contractors' Protective Liability Insurance Coverage as shown in Section 103.04(e). The named insured will be Hancock County c/o Hancock County Board of Commissioners, 111 American Legion Place, Greenfield, Indiana 46140. The payment for the Owners' and Contractors' Protective Liability Insurance Coverage will be included in the cost of the pay items and not as a separate item.

14. Indemnification: The Contractor shall indemnify, defend and hold harmless the Owner and his agents and employees from and against all claims, damages, losses and expenses including costs and attorney fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property(other than the work on the project) including the loss of use resulting therefrom, and (b) is caused in whole or in part by any negligent act or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder.

In any and all claims against the Owner or any of his agents or employees, by any employees employed by any employee of the Contractor, any Subcontractor, anyone directed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable to or for the Contractor or any Subcontractor under workmen's compensation acts, disability benefit acts or other employee benefits acts.

15. Suits and Damages: The Contractor covenants and agrees to pay all damages for injury to real or personal property, or for any injury or death sustained by any person growing out of any act or deed of the Contractor, any Subcontractor or of their agents or employees. The Contractor hereby agrees to indemnify, defend and save harmless the Owner, against all suits and actions of every name and description brought against the Owner for injuries received or death sustained, by any person or persons, caused by said Contractor, any Subcontractor, or their servants, agents, or employees in the execution of said work; or by or in consequence of any negligence in guarding the same; or by or on account of any omission or act of the Contractor, Subcontractor or their agents or employees; and the said Contractor further agrees that so much of the money due him under and by virtue of this contract as shall be considered necessary by the Owner, may be retained by the Owner to protect itself against loss until such suit or claims for damages shall have been settled, and evidence to that effect shall have been furnished to the satisfaction of the said owner.

16. Prosecution of the Work: Commencement of the work by the Contractor shall be deemed and taken as a waiver of such notice on his part, but, in such case he shall notify the Owner, in writing at least three (3) days in advance of the date on which he expects to begin the work. The work shall be prosecuted from as many different points, in such parts or of the structure or improvement, and at such times as may be directed and

14

Page 15: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

shall be conducted in such a manner and with such material, equipment, labor and supervision as is considered necessary to ensure its completion within the time set forth in the proposal and contract.

17. Cooperation of the Contractor: The Contractor shall give the work his careful attention to facilitate the progress thereof and shall cooperate with the Owner in every possible way. He shall at all times have a competent and reliable English speaking representative on the Work Site authorized to receive orders and act for him.

18. Character of Workmen: The Contractor shall employ such superintendent, foremen and workmen as are careful and competent. The Owner may demand the dismissal of any person employed by the Contractor upon the work, who shall misconduct himself or be incompetent or negligent in the performance of his duties, or who shall neglect or refuse to comply with the directions given and such persons shall not be given employ-ment again thereon without the written consent of the Owner.

19. Sanitary Conditions and Safety: The Contractor shall provide and maintain in a neat and sanitary condition such accommodations for the use of employees as may be found necessary to comply with local health regulations.

20. Names of Materials: Where, in these specifications, one or more materials, names or articles of certain manufacturers are mentioned, it is done with the express purpose of establishing a basis of durability and efficiency and not for the purpose of eliminating competition. Other names of materials can be used, if, in the opinion of the Owner they are equal in durability and efficiency to those mentioned and of a design in harmony with the work as outlined and the Owner gives written approval of a substitute before the articles and ma-terials are ordered by the Contractor.

21. Scope of Payment: No monies, payable under the contract, nor any portion thereof, shall become due and payable, if the Owner so selects, until the Contractor shall satisfy the Owner that he has fully settled or paid for all materials and equipment used in the work and labor performed in connection therewith and the Owner, if they so elect may pay any or all such bills, wholly or in part, and deduct the amount so paid from any monthly or final estimate.

22. Progress Payments: Unless otherwise specified, the method of payment will be a follows: payment will be made to the contractor after submittal of invoice. Invoices will be paid on the following schedule: invoice in by the 1st or 16th of the month, check will be cut within 4 weeks.

23. Acceptance and Final Payment: When, in the opinion of the Engineer, the Contractor shall have completed the work in an acceptable manner in accordance with the terms of the contract, the Engineer will prepare a final estimate of the work done and will furnish the Contractor with a copy of same. Before such final payment is made, however, the Contractor shall furnish receipts for all debts incurred in the prosecution of such work or give satisfactory evidence and assurance to the Owner that the same have been paid. The Owner will then cer-tify the balance due the Contractor and said certificate will be deemed an acceptance of the work by the Owner.

15

Page 16: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

24. Extra Work: No claim for extra work will be considered unless such extra work shall have previously been ordered by the Owner in writing and the price thereof agreed upon.

25. Removal of Defective Work: Whenever the inspection shows that portions of the work were not constructed in accordance with the plans and specifications and terms of the contract, the Engineer will require the Contractor to remove and replace such portions. Any expense incurred thereby, or for the necessary removal of any other portion of the work in replacement of such unsatisfactory portions, will be borne by the Contractor. Should the Contractor fail to remove or renew defective materials or work the Owner shall have the authority to cause such work to be done at the Contractor's expense.

26. Delays: If the Contractor is delayed in the completion of the work by any act or neglect of the Owner or Owner's representative or by any other act another Contractor employed by the Owner, or by strikes, lockouts, fire then the time of completion may be extended for a reasonable time, such reasonable time as the Owner may decide. The Contractor shall within five (5) days from the beginning of any such delay notify the Owner in writing of the cause of such delay.

27. Suspension of Work: The Owner shall have the authority to suspend the work wholly or in part, for such a period as he/she may deem necessary on account of:

a. Unsuitable weather conditions.

b. Failure on the part of the Contractor to carry out instructions given or failure to perform any or all provisions of the contract.

c. Any other conditions which in the judgment of the Engineer makes it impractical to secure first class work.

If it should be necessary to stop work for an indefinite period, the Contractor shall store all materials in such a manner that they will not become damaged in any way and he shall take every precaution to prevent damage or destruction of the work performed. The Contractor shall not suspend work without the written authority of the Owner.

28. Annulment of Contracts: If the Contractor fails to begin work under contract within the time specified, or fails to perform the work with sufficient supervision, workmen, equipment and materials to insure prompt completion of said work, or if he refuses to remove defective materials or fails to renew such work as shall be rejected, or if he shall become unable to adequately finance the work, or if he shall discontinue the prosecution of the work, or if for another cause he shall not carry on the work in an acceptable manner, the Owner may give notice in writing to the Contractor and his Surety, of such failure or refusal, specifying the same and directing what action shall be taken.

If the Contractor or his surety within a period of ten (10) days after such notice shall not proceed in accordance therewith, the Owner shall have full power and authority without violating the contract to take the prosecution of the work out of the hands of said Contractor, to appropriate or use any or all materials and equipment on the ground as may be suitable and acceptable and may enter into agreement for the completion of said

16

Page 17: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

Contract according to the terms and provisions thereof, or they may use such other methods as in their opinion shall be required for the completion of said contract in an acceptable manner.

All costs and charges incurred by the Owner, together with the cost of completing the work under contract, shall be deducted from any monies due or which may become due said Contractor. In case the expense so incurred by the Owner shall be less than the sum which would have been payable under the Contract, then the Contractor and his Surety shall be liable and shall pay the Owner the amount of said excess.

By taking over the prosecution of the work, the Owner does not forfeit the right to cover damages from the Contractor for his failure to complete the work in the time specified.

29. Guarantee: The Contractor shall guarantee that any materials or workmanship which proves defective within one year after date of completion and acceptance shall be replaced by him or made good without charge to the Owner. The guarantee shall be part of the Contractor's Performance Bond.

Locations:

ROAD SUBDIVISION FROM TO

Micro2 lifts (SYS)

White Lined (LFT)

Yellow Solid (LFT)

Yellow Broken(LFT)

24” Stop Bar

Buzz Strip

1050 E. US40 25 N. 2,429 2,160 2,160 01050 E. 25 N. 150 N. 11,448 10,350 10,350 01050 E. 150 N. 200 N. 6,225 5,438 2,714 2,4711050 E. 200 N. 250 N. 6,255 5,226 1,769 2,6661050 E. 250 N. 325 N. 9,189 8,098 8,098 01050 E. 325 N. 350 N. 2,993 2,524 2,524 01050 E. 350 N. 450 N. 12,127 10,624 6,859 2,8671050 E. 450 N. 500 N. 6,101 5,322 1,806 2,6611050 E. 500 N. 550 N. 6,110 5,302 1,748 2,6511050 E. TWP. LINE 550 N. 5,386 5,036 5,036 01050 E. TWP. LINE 650 N. 6,241 5,036 3,052 1,779600 N. SR9 250 E. 7,324 7,106 3,617 2,371600 N. 25 W. 50 W. 5,080 4,488 4,488 0600 N. 250 E. 300 E. 5,688 5,386 4,932 454

600 N. 300 E. 400 E. 11,646 10,730 2,466 5,085

600 N. 400 E. 500 E. 11,485 10,392 2,904 4,784600 N. 50 E. 25 W. 9,931 8,850 8,850 0

600 N. 50 W.FORTVILLE PK. 5,284 4,836 3,880 956

600 N. 500 E. 600 E. 12,513 10,972 3,495 5,481 2x12’600 N. 700 E. 800 E. 9,303 0 0 0600 N. SR9 50 E. 13,271 11,638 1,922 5,629FORTVILLE PK 300 N. 375 N. 13,247 9,969 5,206 3,215

17

Page 18: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

FROTVILLE PK 375 N. 25 W. 3,681 2,872 803 1,436 2x5x10’FORTVILLE PK 25 W. 500 N. 12,695 12,894 5,681 2,693FORTVILLE PK 500 N. 500 N. 6,303 4,730 4,730 0FORTVILLE PK 500 N. 600 N. 13,596 10,602 9,847 755FORTVILLE PK 600 N. 700 N. 12,450 10,708 7,709 2,999FORTVILLE PK SR234 850 N. 7,369 5,744 2,170 2,651FORTVILLE PK 850 N. 900 N. 7,401 5,830 1,639 2,915FORTVILLE PK 900 N. 950 N. 7,136 6,286 2,061 3,143FORTVILLE PK 700 N. SR234 12,648 11,310 8,158 3,152 2x5x10’SHEL-LYN CT. Shel-Lyn Estates 60 W. 500 S. 3,609 0 0 0SHEL-LYN DR. Shel-Lyn Estates 60 W. 500 S. 1,131 0 0 0TOTALS 267,295 220,459’ 130,674’ 62,814’ 24’ 200’

Pavement Marking:

Return all MICROSURFACED areas back to original Markings. Per Section 808 of INDOT Standard Specifications 2020.

Contractor will be allowed to stockpile and queue at the Hancock County Highway department in a 30’ by 120’ area.

QUANTITIES and PRICING:

SECTION Line # DESC Unit Unit cost Total

801 801-06775 MAINTAINING TRAFFIC LS110 110-01001 MOBILIZATION AND DEMOBILIZATION LS

411 411-09521 MICRO-SURFACING, WARRANTED, MULTIPLE COURSE

267300 SYS

808 808-75240 LINE, THERMOPLASTIC, BROKEN, YELLOW, 4 IN.

62820 LFT

808 808-75245 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN.

131000 LFT

808 808-06703 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN.

220300LFT

808 808-04723 LINE, THERMOPLASTIC, FOR BUZZ STRIPS, 4 IN. 200 LFT

808 808-75297 TRANSVERSE MARKING, THERMOPLASTIC, STOP LINE, WHITE, 24 IN. 24 LFT

TOTAL _______________________________________________

18

Page 19: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

PLANHOLDER LIST

BYRNE & JONES ENTERPRISES 13940 ST. CHARLES ROCK RD ST. LOUIS, MO 63044 EXPIRATION DATE: 4/30/2017 TELEPHONE: 314-567-7997 FAX: 314-567-1828

E & B PAVING INC 286 W 300 N ANDERSON, IN 46012 EXPIRATION DATE: 1/31/2018 TELEPHONE: 765-643-5358 FAX: 765-643-0699

FAHRNER ASPHALT SEALERS LLC 2800 MECCA DRIVE PLOVER, WI 54467 EXPIRATION DATE: 4/30/2017 TELEPHONE: 715-341-2868 FAX: 715-341-1054

MAC CONSTRUCTION & EXCAVATING 1908 UNRUH COURT NEW ALBANY, IN 47150 EXPIRATION DATE: 4/30/2017 TELEPHONE: 812-941-7895 FAX: 812-941-0699

MICROSURFACING CONTRACTORS LLC 13940 ST. CHARLES ROCK ROAD ST. LOUIS, MO 63044 EXPIRATION DATE: 4/30/2017 TELEPHONE: 314-989-9001 FAX: 314-567-8928

MISSOURI PETROLEUM PRODUCTS COMPANY LLC 1620 WOODSON ROAD ST LOUIS, MO 63114 EXPIRATION DATE: 4/30/2017 TELEPHONE: 314-991-2180 FAX: 314-991-9624

PAVEMENT MAINTENANCE SYSTEMS LLC 5400 WEST 86TH STREET INDIANAPOLIS, IN 46268 EXPIRATION DATE: 4/30/2017 TELEPHONE: 810-724-4767 FAX: 810-724-4524

STRAWSER CONSTRUCTION INC 1392 DUBLIN ROAD COLUMBUS, OH 43215 EXPIRATION DATE: 4/30/2017 TELEPHONE: 614-276-5501 FAX: 614-276-

TEMPLE & TEMPLE EXCAVATING & PAVING INC 1367 S STATE ROAD 60 SALEM, IN 47167 EXPIRATION DATE: 4/30/2017 TELEPHONE: 812-883-6644 FAX: 812-883-

19

Page 20: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

20

Page 21: hancockcoingov.org · Web viewThe word "Contractor", or the phrase "This Contractor", as used in these specifications, refers in every case to the person, firm, or corporation or

Hancock County Highway921 Osage Ave

Greenfield, IN 46140317-477-1130

Rumble Stripe Location

21