Loading...
HomeMy WebLinkAboutBenton's Sand and Gravel Inc-8/6/2012FORM OF BID OR PROPOSAL F.Y. 2012 GERALDINE ROAD EXTENSION CONTRACT NO. 821 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: , 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 fumish 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. 2012 GERALDINE ROAD EXTENSION, Contract No. 821, 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. 2012 GERALDINE ROAD EXTENSION CONTRACT NO. 821 ITEM NO. ' ITEM CODE ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE TOTAL PRICE DIVISION 1- PARTICIPATING 1 2101-0850001 CLEARING AND GRUBBING AC 0.15 7000.00 1050.00 2 2102-0425071 SPECIAL BACKFILL, SUBGRADE REPAIR CY 1,258 22.70 28556.60 3 2102-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 5,930 4.30 25499.00 4 2105-8425005 TOPSOIL, FURNISH AND SPREAD CY 500 4.00 2000.00 5 2105-8425015 TOPSOIL, STRIP, SALVAGE, AND SPREAD CY 1,250 2.25 2812.50 6 2107-0875000 COMPACTION WITH MOISTURE AND DENSITY CONTROL CY 1,683 3.90 6563.70 7 2109-8225100 SPECIAL COMPACTION OF SUBGRADE STA 9.18 180.00 1652.40 8 2113-0001100 SUBGRADE STABILIZATION MATERIAL, POLYMER GRID SY 3,774 1.60 , 6038.40 9 2115-0100000 MODIFIED SUBBASE, 6 -INCH SY 3,774 5.25 19813.50 FORM OF BID CONTRACT NO. 821 Page 1 of 4 10 2123=7450020 SHOULDER FINISHING, EARTH STA 9.18 100.00 918.00 11 2301-1033070 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS.3 DURABILITY, 7 -INCH SY 3,162 26.00 82212.00 12 2416 0100030 APRONS, CONCRETE, 30 IN. DIA. W/ 2 JOINT TIES EA 1 1200.00 1200.00 13 2435-0140148 MANHOLE, STORM SEWER, SW -401, 48 -INCH EA 4 3100.00 12400.00 14 2435-0251000 INTAKE, SW -510 EACH 4 3250.00 13000.00 15 , 2502-8212024 SUBDRAIN, LONGITUDINAL, 4 -INCH DIA. LF 1,195 5.75 6871.25 16 2502-8220193 SUBDRAIN OUTLET (RF -19C) EACH 7 75.00 525.00 17 2503-0114212 STORM SEWER GRAVITY MAIN, TRENCHED, RCP, 2000D (CLASS III), 18 -INCH DIA. LF 108 32.25 3483.00 18 2503-0114224 STORM SEWER GRAVITY MAIN, TRENCHED, RCP, 2000D (CLASS III), 24 -INCH DIA. LF 475 39.50 18762.50 19 2503-0114230 STORM SEWER GRAVITY MAIN, TRENCHED, RCP, 2000D (CLASS III), 30 -INCH DIA. LF 268 49.25 13199.00 20 2507.8029000 HDPE EROSION CONTROL MAT SF 96 8.00 768.00 21 2510-6745850 REMOVAL OF PAVEMENT SY 60 6.75 405.00 22 2518-6891820 RELOCATE PERMANENT ROAD CLOSURE, URBAN, 51-182 EA 1 400.00 400.00 23 2519-3280000 FENCE, FIELD, 47 -INCH WOVEN WIRE FABRIC w/ STEEL POSTS LF 295 5.00 1475.00 24 2528-8445110 TRAFFIC CONTROL LS 1 1500.00 1500.00 25 2533-4980005 MOBILIZATION LS 1 1000.00 1000.00 26 2599-9999001 TEMPORARY SEEDING AC 0.75 685.00 513.75 27 2601-2634100 MULCHING AC 1.25 700.00 875.00 28 2601.2636044 SEEDING AND FERTILIZING (URBAN) AC 1.25 3125.00 3906.25 29 2602-0000020 SILT FENCE LF 2,465 1.95 4806.75 30 2599-9999010 STORM WATER POLLUTION PREVENTION PLAN IMPLEMENTATION LS 1 1500.00 1500.00 31 2602-0010010 MOBILIZATIONS, EROSION CONTROL EA 3 25.00 75.Q0 32 - 2599-9999020 3/4 -INCH ROADSTONE SURFACE MATERIAL (CUL-DE-SAC) TON 140 15.00 2100.00 DIVISION 2 - NON -PARTICIPATING 1 2599-9999018 LINSEED OIL TREATMENT SY 3,162 0.60 1897.20 2 2599-9999021 2 -YEAR MAINTENANCE BOND LS 1 4400.00 4400.00 TOTAL CONSTRUCTION COST $272178.$0 CONTRACT NO. 821 Page 2 of 4 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% of bid Dollars ($ ) 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. 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 07/19/12 10. The bidder shall list the MBE/WBE 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: FORM OF BID CONTRACT NO. 821 Page 3 of 4 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. Benton's Sand & Gravel, Inc (Name of Bidder) BY: ; l� July 23, 2012 (Date) Title Vice-president Official Address: (Including Zip Code): 905 Center Street Cedar Falls, Iowa 50613 I.R.S. No. 42-1273294 FORM OF BID CONTRACT NO. 821 Page 4 of 4 RESIDENT BIDDER CERTIFICATION CONTRACT NO: 821 PROJECT NAME: F.Y. 2012 Geraldine Road Extension DATE OF LETTING: July 23, 2012 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. I hereby certify that I am a resident bidder as defined above. COMPANY NAME Benton's Sand & Gravel, Inc CORPORATE OFFICER TITLE Vice-president DATE July 23, 2012 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) County of Black Hawk ) )ss James D. Snodgrass , being first duly sworn, deposes and says that: 1. He Is an officer (Owner, Partner. Officer. Representative, or Agent) , of Benton's Sand & Gravel, Inc , 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) e- resident Title Subscribed and sworn to before me this 23 day of July , 20 2. de4 My commission expires January 13, 2013 i Office Manager Title MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: Benton's Sand & Gravel, Inc Project: Geraldine Road Extension Letting Date: July 23, 2012 NO NIBEilNBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanatlOn as to why subcontracting was not feasible with this project. If any MBENVBE subcontractors will be used, please use the bottom portion al' this form. Contractor Signature: '--- Title: Vice-president Date: July 23, 2012 SUBCONTRACTORS MABL.E: You are requ�tred, in order for your bid to be considered responsive, to provide the information on this form shdwing;ALL of your MB /WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBENVBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted Daniels Home Improvements 07/20/12 no 07/20/12 Quick Construction 07/20/12 no 07/20/12 Tiedt Nursery & Forestry 07/20/12 yes 07/20/12 $10,101.75 (Form CCO-4) Rev. 06-20-02 Form 730007WP 7-97 Contractor Benton's Sand & Gravel, Inc Project# 821 County Black Hawk City Waterloo TARGETED SMALL BUSINESS (TSB) PRE-BID CONTACT INFORMATION Page# 1 (To Be Completed By All Bidders Per The Current Contract Provision) submission. This information Is subject to verification and confirmation, In order for your bid to be considered responsive, you are required to provide Information on this form showing your Targeted Small Business contacts made with your bld In the event It is determined that the Targeted Small Business goals are not met, then before awarding the contract, the ContractingAuthoritywill to whether or not the apparent successful low bidder made good faith efforts to meet the goals. make a determination as NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable Items as necessaryachievethe established goals. If a TSB's quote.i the bid, It is assumed that the firm listed will be used as a subcontractor, to s used .n TABLE•OF INFORMATION SHOWING BIDDERS PRE-BID TARGETED SMALL BUSINESS (TSB) CONTACTS SUBCONTRACTOR Daniels Home Improvement Quick Construction T Tiedt Nursercy & Forestry • Total dollar amount proposed to be subcontracted to TSB on t List items by name to be subcontracted: temporary seeding, mulching, seeding & fertilizing, silt fence SB DATES CONTACTED 07/20/12 QUOTES RECEIVED QUOTATION USED IN BID YES/ NO No DATES CONTACTED 07/20/12 YES/ NO DOLLAR AMT. PROPOSED TO BE SUBCONTRACTED 07/20/12 No 07/20/12 07/20/12 Yes 07/20/12 Yes $10,101.75 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Benton's Sand & Gravel Inc as Principal, and Employers Mutual Casualty Company as Surety are held and firmly bound unto the CITY OF WATERLOO lowa, hereinafter called "OWNER" In the penal sum Five percent of the bid amount Dollars ($ 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 23rd day of July , 2012 , for F.Y. 2012 Geraldine Road Extension contract # 821 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 ca d their corporate seals to be hereto affixed and these presents to be signed by their proper officers this rd day of July , A.D. 2012 . Benton's Sand & Gravel Inc Principal �g Employers Mb ure'ty By ...i�sl • haffer Afttorney-in-f, Casualty Company (Seal) (Seal) (Title) 'THE FACE AND REVERSE OF THIS' .,t,v etv i•!l?: Yv.ORED FLAG ON WHITE PAPER`S EIC Insurance Companies® N o • P.O. Box 712 • Des Moines, IA 50306-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation _ 5. Dakota Fire Insurance Company, a North Dakota Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint F. MELVYN HRUBETZ, PATRICK K. DUFF, GREG T. LAMAIR, JOYCE O. HERBERT, MARK E. KEAIRNES, NANCY D. SCHWARZ, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL SHAFFER 995530 its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: In an amount not exceeding Ten Million Dollars $10,000,000.00 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of "ae acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire APRIL 1, 2014 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 10th day of JANUARY , 2011 . Seals ��GP 40pPOR9yCF '. =§, SEAL;;_ 'IOWA`# 0 sum* y0o Nop c$.0 E SEAL <E sz ,',F, ` IOWP, . Nes, �- CERTIFICATE I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on JANUARY 10, 2011 on behalf of: F. MELVYN HRUBETZ, PATRICK K. DUFF, GREG T. LAMAIR, JOYCE 0. HERBERT, MARK E. KEAIRNES, NANCY D. SCHWARZ, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL SHAFFER �°` 1.0. LAUREL A. BLOSS Commission Number 183662 My Comm. Exp. Man 3.2014 mole/ Bruce G. Kelley, Chairman of Companies 2, 3, 4, 5 & 6; President of Company 1; Vice Chairman and CEO of Company 7 Michael Freel Assistant Vice President/ Assistant Secretary On this 10th day of JANUARY AD 2011 before me a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly swom, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Vice President/Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers, acknowledged the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires March 13, 2014. Notary Public in and for the State of Iowa are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 23rd day of July , 2012 . or 7832 (5-07y SIXTH- or,.verification of the authenticity of the Power of Attorney you niay call (515) 345=26 Vice President