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