HomeMy WebLinkAboutB&B BuildersB & B BUILDERS & SUPPLY
5728 SIERRA DR.
WATERLOO, IA 50701
PROPOSAL FOR: F.Y. 2017 SIDEWALK REPAIR
PROGRAMMAND TRAIL REPAIRS
- ZONE 7 47/9
DUE DATE: MAY 25, 2017
1:00 P.M.
CITY CLERK
CITY HALL
WATERLOO, IA
FORM OF BID OR PROPOSAL
F.Y. 2017 SIDEWALK REPAIR PROGRAM
AND TRAIL REPAIRS ZONE 7
CONTRACT NO. 914
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
IOWA , a Partnership consisting of the following partners:
N/A
having familiarized (himself) (themselves) (itself) with the existing conditions on
the project area affecting the cost of the work, and with all the contract documents
listed in the Table of Contents and Addenda (if any), as prepared by the City
Engineer of the City of Waterloo now on file in the office of the City Clerk, City
Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical
personnel, labor, materials, machinery, tools, appurtenances, equipment, and
services, including utility and transportation services required to construct and
complete this F.Y. 2017 SIDEWALK REPAIR PROGRAM AND TRAIL REPAIRS
— ZONE 7, Contract No. 914, all in accordance with the above -listed documents
and for the unit prices for work in place for the following items and quantities:
F.Y. 2016 SIDEWALK REPAIR PROGRAM
AND TRAIL REPAIRS — ZONE 7
CONTRACT NO. 914
BID
ITEM
DESCRIPTION
DIVISION I - ALLEYWAYS
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
REMOVE PCC SIDEWALK, 6"
SF
461.5
3 ✓
$ 3 y, 5.d
2
SIDEWALK, 6"
SF
461.5
.5"vPCC
$ 5
$ 5- 3 B, h 5
3
TRAFFIC CONTROL
LS
1.0
$ Yea v'
$ YO('
TOTAL BID — DIVISION I
S 3i.:),./5'
BID
ITEM
DESCRIPTION
DIVISION II -- SIDEWALK REPAIRS
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
REMOVE PCC SIDEWALK, 4"
SF
7009.1
$ /� ,7 '. - ' '
FORM OF BID
CONTRACT NO. 914
Page 1 of 5
2
REMOVE PCC SIDEWALK, 6"
SF
498.7
V ,
$ 2 —
$ / `i96. /0
3
PCC SIDEWALK, 4"
SF
5244.7
$ ✓- (Ls'
$'4, 3.50
4
PCC SIDEWALK, 6"
SF
49.8.7
cv
5
CLASS A SIDEWALK
SF
1641.6
$ 7 —
$ // `�'�/ 'id
6
BRICK REPAIR
SF
22.0
/ `o'o
$ .6.0&'
f,�
PATCH .
EA
7.08?
$ �
-0°
.(1.•,),27
8
GAS VALVE ADJUSTMENT
EA
1.0
oo
0 /75-2
$ X75, °
9
REMOVE PCC SIDEWALK AND RETAINING
WALL
SF
48.1
a °
�0
96�.00
10
PCC SIDEWALK, 6" WITH INTEGRAL 6" X 6"
RETAINING WALL
SF
32.2
0
$ . 4 5 -
$ /, 7.3 % vp
11
EXCAVATION
SY
32.0
$. /6 c,,
$ .5/A, 0
12
HYDROSEEDING
SY
„ 32.0
v
$ 9 ,.
—
$ A S Y, 00
13
TRAFFIC CONTROL
LS
1.0
a0
$ / 2.00 1
$ i%C 0``)
TOTAL BID — DIVISION II
$ �' 70(7 75
BID
ITEM'
DESCRIPTIONUNIT
DIVISION 111 - RAMP REPAIRS ''
` EST QTY ;_
UNIT BID
PRICE
TOTAL BID
PRICE
1
REMOVE PCC SIDEWALK, 4"
SF- ;
7763.0
cdoC
$ 3
3i�
2
REMOVE PCC SIDEWALK, 6".
SF
2515.0
$ 3 (7 0
7� y5,4a
PCC SIDEWALK, 4"
SF
4915.5
i'-2
$‘,15;e0., 37
4
PCC SIDEWALK, 6"
SF
5576.2
SG'
$ S
30X69, /V
6 ;
DETECTABLE.WARNING SURFACE
SF
906.5
3 5-
6$
CLASS A SIDEWALK . .
SF
429.8
°°
.. " .
,? 00°.,k'
REMOVE & REPLACE 24" PCC CURB &
GUTTER, 6". .
LF
165.1
3
$ ii y, /U
8
REMOVE & REPLACE 24" PCC CURB &
GUTTER, 7.5"
LF
217.5
u
3/:.
$ %7
9
REMOVE & REPLACE 24" PCC CURB &
GUTTER, 9"
LF
225.9
5--
$ 35--
$ 7. ?o6, 50
FORM OF BID
CONTRACT NO. 914
Page 2 of 5
10
REMOVE & REPLACE 24" PCC CURB &
GUTTER, 11"
LF
25.2
$ 1 oy
�/�
$ / O 5
1
11
REMOVE & REPLACE PCC PAVEMENT$
W/INTEGRAL 6" CURB & GUTTER, 6"
SF
426.5
8 J
$ y7�. OP
'
12
REMOVE & REPLACE PCC PAVEMENT$
W/INTEGRAL 6" CURB & GUTTER, 7.5"
SF
43,0
o
��
$/6, O O
13
REMOVE & REPLACE PCC PAVEMENT
W/INTEGRAL 6" CURB & GUTTER, 9"
SF
951.0
$o °°
/6
$/5.),/,4,0(7
14
PAVEMENTREMOVE & R6EPLACE ASPHALT
SY
18.7
$ /X 0
$ 9901 • U U
15
REMOVE & RESET BIKE BACKS
LS
1.0
po
$ 0 l
$ �' G o, O
16
MANHOLE ADJUSTMENT
EA
2.0
$ / 2.S
$ 3 5". 6 0
17
WATER VALVE ADJUSTMENT
EA
1.0
Go
$ /25
$ r, G
18
EXCAVATION
SY
758,0
°D
$ �d
$4.Z.,/i, oo
19
HYDROSEEDING
SY
758.0
O(7
$ /
r
$ i ��� au
20
TRAFFIC CONTROL
LS
1.0
D 1'
•
$ i59°
$ 5o v, �D
TOTAL BID — DIVISION III $ /864'/Z 07
BID '
ITEM
DESCRIPTION :.
DIVISION IV -TRAILS :
UNIT
EST. QTY.
'• ' UNIT BID
PRICE
TOTAL BID
PRICE
1
REMOVE PCC SIDEWALK, 4"
SF
63.0
$ -
$ /89 d o
REMOVE PGC SIDEWALK, 6"
SF
386.4
$ Gw
/ /5g`AV
3
PCC SIDEWALK, 4"
SF
69.9
$ ✓ ✓�
$ �� 5-0
4
PCC SIDEWALK, 6"
SF
376.9
rv
$ rJJ
$ A% D %/�, S
5
DETECTABLE WARNING SURFACE
SF
24,7
$ `� ov
$ �� 50
REMOVE & REPLACE 24" PCC CURB &
GUTTER, 10"
LF
18.1
006
$ 3 `
$ 6 �i 6
7
DRAIN TILE, 6"
LF
258.0
DO
$ /;4 J
$ 3, 0 %� G G
8
DRAIN TILE TAP & COLLAR
EA
2.0
,2v
$�
�' --'r
$ J�l7.vv
FORM OF BID
CONTRACT NO. 914.
Page 3 of 5
9
DRAIN TILE OUTLET
EA
2.0
$ 50 1
$ S'O�, u;;
10
EXCAVATION
SY
65.0
$o
``
�� _`
$ �0 o
11
HYDROSEEDING
SY
65.0
$ / U U
$ 5g5,00
12
TRAFFIC CONTROL
LS
1.0
$ �00 0�
$ l' CO,O
TOTAL BID — DIVISION IV
$ /; 6.:� 7, j�-
TOTAL BID : DIVISION I + DIVISION II
+ DIVISION III + DIVISION IV
$ ,1 -Y2 -.i )'� ci � ' )
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after "Notice to Proceed" is issued.
4. Security in the sum of 5% OF BID AMOUNT
Dollars ($ 5% ) in the form of BID BOND
is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( X ), or Non -Resident
Bidder Certification ( ). (Mark one.)
7 The bidder is prepared to submit a financial and experience statement upon
request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate
of $10,000.00 in work for the City in the current calendar year, are prepared to
submit an AAP or Update and an EOC, within ten (10) days of notification that the
bid submitted is lowest and acceptable.
FORM OF BID
CONTRACT NO, 914 Page 4 of 5
9. The bidder has received the following Addendum or Addenda:
Addendum No.
1
Date MAY 22, 2017
10. The bidder shall list the MBENVBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre-bid
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on
"SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City
prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract
Compliance Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
B & B BUILDERS & SUPPLY MAY 25,2017
(Name of Bidder) (Date)
BY:
Title OWNER
Official Address: (Including Zip Code):
5728 SIERRA DR.
WATERLOO, IA 50701
I.R.S. No. 42-1077009
FORM OF BID
CONTRACT NO. 914 Page 5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA
County of BLACK HAWK )
)ss
ROBERT BRUSTKERN , being first duly sworn, deposes and says that:
1. He is (Owner, Partner,-OffiGoc,-Re enA�g
stative, orant) , of B & B BUILDERS
& SUPPLY , the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4, Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person
to submit a collusive or sham Bid in connection with the Contract for which the attached
Bid has been submitted or to refrain from bidding in connection with such Contract, or
has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other Bidder, firm or person to fix the price or
prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost
element of the bid price or the bid price of any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against the City
of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
(Signed) Ib-4w
OWNER
Title Title
Subscribed and sworn to before me this 25 day of
MAY ,2017.
OFFICE
MANAGER
Title
My commission expires �` `
-�1
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
914
F.Y. 2017 SIDEWALK REPAIR PROGRAM AND TRAIL REPAIRS
MAY 25, 2017
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
hereby certify that I am a resident bidder as defined above.
COMPANY NAME B & B BUILDERS & SUPPLY
CORPORATE OFFICER y '2ii�(AaA--2_
TITLE
OWNER
DATE MAY 25, 2017
0
N,
w0
LL
Z
a
O
Waw
Z2
w
u 0
(n V. i
WZ 8
N U
m I—
Z
Ca 0
�a
03OOw
' a
W�
Et ci)x
w
H
W
oq
a)
E
co
Z
0
0
0_
o
(o O
ca
_c
0
o
0 0
w
cUU)
� Q
in
N
0
U
0
0. _ID
0
�o
p. 0
E
U
O OU
c)
U W
2 LI
O W
U
O
c
4-
Wro a0)
C
co1E
.c
Lo
I— 0
O .o
Z '(7)
N 0
ro
c ofo- c
4 0
-
3
wi
C
U
Lt 0
Z -D
ou)
0 >
00 c
(n O O
W cn
m co 0
C 4--'
O
W 'Y o
I:0 C G
co ,o
o
Q 0
Z w a
z
0
co
0
z
z
Contractor Signature:
E
O
c 0
U 0 0
..c `o
C O N
O U m `-
o W 0
uQ m 0
E
O 0 m c
c a co
0. 1 Q
0 >, 0
0> 0
o 3 0 0o
Q. _ O .,.'
.o (0
W E 0
a -u) E LI.
>• o o N
.(o LL0`
c u) .co
0 o c c
'a c O J
O o (''
15
w l— E 'co C
C O > O
0 0 C p
-4-, a) 0
.o a) Era.
-o n T3
:El' 0 > O i
o-
Q QC3
0 a>5
o0c
o>, a)E4.-
`di O 0) .(n O U)
'� 0 (4 O ." O
C -'C
E O) O it a
� U � c ff
a)
Qnsr 00
0- co 'O 0`!_
O o O N 0
o U cw °-
Pi o0 U� o
0
o C° c0) -0 E
>- c ro o :Q LO
Lii o • n .0 D" W
m co
E >
VWU o°m
'J 0 p ,52 2 05^Q 4- r
0 N
W c L 0
`c0�
��0 0 E:°N
O c .c o
-�_ a
Vj °0 .
N .QU4 O 2C C�0
0
3 W
Z Q 0 ' 0 a) U
O
U •c)-0 L...o. cu ro
m 0 c u'
O O _+' AU)
U) (0 0) >- W "- CU
O
0
a`)
111
0
0
U
2 N
O 0)
U
L �
co 1)
E
�o
L-
o 0c 4_13
0
00
15 to
E 0
f0
E
'-0
co 7
Tuw
0
0
0 —
N
0_
0.)
C 0
W v
0
C N
0.
CO
W O
Wo
CO
2 O
0
to
0
c 0
co
c
0 7-1
O
E
C)
a) 0
a>)co
L Y
E
m
C4 I—
o. o
Z
O
co co
Ce
Z a.
w
Z&)
0
HW
CQ
0
Ztwp
L
Ow
J CO
03
Quotes Received Quotation used in bid
Dollar Amount Proposed to
be Subcontracted
o
''...\
cJ
C--
VI
Cfl
V)
Dates
Contacted
r\
O
t.
0
Dates
Contacted
e
6
W o
Rr4.*
W v
i,Ca
rd/c+✓,Y4 1 yQ he s 1.1/4/bie
N
S"
r.
-':
v
v
(Form CCO-4) Rev. 06-20-02
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, B & B Builders & Supply
as Principal, and Merchants Bonding Company (Mutual)
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of Amount Bid
Dollars ($ 5%
) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the 25th day of May
, 20 17 , for F.Y. 2017 Sidewalk Repair Program and Trail Repairs - Zone 7
Contract No. 914, City of Waterloo, IA
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects perform the
agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as
provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by any extension of the time within which the Owner may accept
such Bid or execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such
of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be h/
signed by their proper officers this 25th day of May , A.D. 201 7 !/
&n
B & B Builders & Supply („Seal)
Principal/���
By 11,1_5 2
Merchants Bonding Company (Mutual)(
S
By
Abigail R. Mohr A
ty
eal)
)rney-in-fact
w.v6 2
(Title)p
MERCHANTS
BONDING COMPANY„„
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Abigail R Mohr; John R Fay; Kent M Rosenberg; Lauri Meneough; Mat DeGroote; Matthew R Fay; Michael L McCoy
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 8th day of May , 2017
STATE OF IOWA
COUNTY OF DALLAS ss.
On this this 8th day of May 2017 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
President
ALICIA K. GRAM
Commission Number 767430
My Commission Expires
April 1, 2020
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25th day of May , 2017 .
.............•.......
t••. 2003 1,0 • c 1933
POA 0018 (3/17)
Secretary