HomeMy WebLinkAboutGraff Excavating, Inc.G c E &CLdl n) % 1C
203 051- 51 -de 5f (ems}'
1e< o YA 523t/Z
pt,,)„, (4il - 50-55
61 (/ r0( trn
6c/` j+ry(✓ /f/''`' C/° yam.
gO3 sf 5tc f 564-
lolef o j/4 5Z3�/2-
P�J�� Carl - 750 - 5ve
IJIa
2017
Le15v`er-
Ex k51oh, CO VI ‘CC�
Wert03 611-y SIC tl 4 C. fy C(i O +c
715 Tafbe( 4
k/ceice,1A 5O-203
czy
'i
L.L. ciD
LL. 1.41 t
C..) (.1
en
2317 L<
Scc urcc5
&n1fl CJ,ifcci- 14 115
kie fccloo C, y C(kc i cci
715 fk lberr
k fec loo 1/4 5073_3
5- c
331±H3 S )) 31
i
FORM OF BID OR PROPOSAL
F.Y. 2017 LEISURE SERVICES SANITARY SEWER EXTENSION
CONTRACT NO. 925
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. Thi undersigned, being a Corporation existing under the laws of the State of
i-c3wG�, a Partnership . -consisting of the following partners:
/Z?, d k. ('(-J(((/ 6 r(
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 LEISURE SERVICES SANITARY SEWER EXTENSION,
Contract No. 925, all in accordance with the above -listed documents and for the
unit prices for work in place for the following items and quantities:
;BI A;
_
.�..
',} '� -
At'E .
7
Y ''ii;
UEC ,.,
S .Rf TION. ��'' _
1.' 9 ':) . aT .
'.t '.,{'�.�r.ifa';;rx;% ::[ti a?_ -a.,, �rrl:
.�.� � • >.,�, e.�.G •_., • �,
Its. ;.„ �k % ,-
.ly>::.Y.:`„"�}�.�L�'Gf±i.K�:•,thi'�awC'-��?_!Y','1.G1��f•.:.•lic`...s�•::iP'J4=�ti:�i:�i
Yl:
•'r.• is '
.r ft�'�w,
nfi
a'-w�': �fi���
•i
•.a: ti 1r: -
u . ?;�>
: ^:.1 r 1
i;':'-.,'�it1:LF{}�c.?v'
BID • �,..•:
f`?�;�,
��=-;,PRICE
..'''' .i; W.N1!
• ..-.3���SFi�
'T A ID; .RICE:'
-
.
i��:.: :,:�_; '- � .r--.''iifjR•:
1
MOBILIZATION
LS
1.0
$ ,0uDl3
$ 6,0c0,30
2
GRANULAR SURFACING
TON
75.0
$ 2 tOD
$ Z 10a00
3
TRACE SANITARY SEWER SERVICE
EACH
1.0
$ 150.n
$ 750,33
4
DYE TEST INVESTIGATION
EACH
1,0
$ 1,0D0,03
$ 1.03700
5
UNDERGROUND INVESTIGATION -
SANITARY
EACH
3.0
$ 5W.00
$ f 500.a-)
6
TAP ANDCOLLAR SANITARY
MANHOLEEACH
1.0
$ I,(V)..03
$ I, 0u 3, u0
7
SANITARY SEWER, 8" TRUSS PIPE
LF
553.0
$ 55.30
$ 30, 4/5,0-
8
SANITARY SEWER SERVICE, PVC, 6
INCH
LF
100.0
$ 1-10..°0
$ 41,00),00
9
STANDARD SANITARY MANHOLE, SW-
301, 48 INCH DIA.
EACH
1.0
II'' 1�,
$ 1 -JD• 1)3$
y 3 J S
!, L/D
10
SANITARY SEWER ABANDONMENT
LF
175.0
$ 10.00
$ 1, 750.00
11
REMOVE SANITARY SEWER
MANHOLE
EACH
1.0
$ 50 00
$ 503, 00
12
TRAFFIC CONTROL
LS
1.0
$ 1 5°D .Z$
. 00
!; 500.00
TOTAL BID
' • 5'.1, 515.117 oK
FORM OF BID
CONTRACT NO. 925
Page 1 of 3
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 5ei eV\ htAred itve4 f ve- "' 100
Dollars ($ 2,725, 75 ) in the form of &c)
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
Bidder Certification ( ). (Mark one.)
, or Non -Resident
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 MP 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. Date
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:
FORM OF BID CONTRACT NO. 925 Page 2 of 3
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.
((ccE Extri d inc;1 ne, (z I -I6.
(Name of Bidder) J (Date)
BY: (1& 1116'
Title ()IMO WI-
Official
l'I
Official Address: (Including Zip Code):
1/33 rcdS&k Sited -
i o(Fclo 4 5Z31(7
I.R.S. No. 31 - Zig I `i JD
FORM OF BID CONTRACT NO. 925 Page 3 of 3
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of
County of f
Cd(ffs 6-
)
)ss
, being first duly sworn, deposes and says that:
1. He is wne artner, Officer, Representative, or Agent), , of Crr'•"
£Xr,(dotrr) err , 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 int rest, including this
affiant. L-41
(Signed)
etairt4P--
Subscribed and sworn to before me this
Nec r<y rn 1)-('r , 201(.
My commission expires
Title
SpA+ �sF ALYSSA HOSKEY
9
O
z ,,.. r Commission Number 777337
My Commission Expires
• ow, • ._ I I�
c
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services
doing business with the City and value of said business equals or exceeds ten
thousand dollars ($10,000.00) annually agree as follows:
1. The contractors, subcontractor, vendor and supplier of goods and services
will not discriminate against any employee or applicant for employment
because of race, color, creed, sex, national origin, economic status, age,
mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative
Action program to ensure that applicants are employed and that
employees are treated during employment without regard to their race,
creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall
include but not be limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services
will, in all solicitations or advertisements for employees, state that all
qualified applicants will receive consideration for employment without
regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective
bargaining representative will send to each labor union or representative
of workers which he/she has a collective bargaining agreement or other
contract or understanding, a notice advising said labor union or workers'
representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services
will comply with all published rules, regulations, directives, and order of
the City of Waterloo Affirmative Action Program Contract Compliance
Provisions.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES
5. The contractor, subcontractor, vendor and supplier of goods and services
will furnish and file compliance reports within such time and upon such
forms as provided by the Affirmative Action Officer. Said forms will elicit
information as to the policies, procedures, patterns, and practices of each
subcontractor as well as the contractor himself/herself and said contractor,
subcontractor, vendor and supplier will permit access to his/her
employment books, records and accounts to the City's Affirmative Action
Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action
Program—Contract Compliance Provisions relative to Resolution No.
24664.
6. In the event of the contractor's non-compliance with the non-discrimination
clauses of this contract or with any of such rules, regulations and orders,
this contract may be canceled, terminated or suspended in whole or in
part and the contractor may be declared ineligible for further contracts in
accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services
will include, or incorporate by reference, the provisions of the non-
discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or
purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed
to non-discrimination in employment. Any person who applies for
employment with our company will not be discriminated against because
of race, creed, color, sex, national origin, economic status, age, mental or
physical disabilities.
(Signed) At IJ
(Appropriate Official)
PO/d to 17
(Title)
>?-1- ! I6
(Date)
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES
l:
RESIDENT/NON-RESIDENT BIDDER
RESIDENT BIDDER:
In accordance with Section 73A.21 of the Iowa Code, all non -federal -aid public
improvement projects, which include road construction, shall be performed by a
qualified resident bidder. The resident bidder has been further defined as follows:
Resident Bidder:
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.
The contractor shall provide the City with a certification that he is a qualified
resident bidder according to the above definition. The Certification shall be
submitted with the contractor's bid. A copy of the form of "Resident Bidder
Certification" is included in the Contract Documents. If it is determined that the
contractor does not meet this qualification after he begins work, a shutdown
notice shall be issued and the voiding of the contract shall begin unless the
contractor becomes qualified.
NON-RESIDENT BIDDER:
The contractor shall provide the City with a certification that he is a non-resident
bidder according to the above definition. The Certification shall be submitted with
the contractor's bid. A copy of the form of "Non -Resident Bidder Certification" is
included in the Contract Documents.
DJG
01/02/12
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
95
7017 Leisvtz— $e vices se yl (79( Seer g-xfer5/9r
(Z -r-(1
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
1 hereby certify that 1 am a resident bidder as defined above.
COMPANY NAME lircR-
CORPORATE OFFICER Mk he
TITLE Pie5 en 1—
DATE /ZIL-
BID BONO
KNOW ALI MEN BY THESE PRESENTS, that we, Graff Excavating, Inc.
as Principal, and Granite Re, Inc.
as Surety are held and firmly bound unto the . CITY OF WATERLOO , Iowa, hereinafter called
"OWNER.` In the penal sum Five Percent of Amt Bid
Dollars ($ 5% of Amt Bid ) 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 theaccompanying 201 L bur a Services ,aniiary Sewerday of
Extendinn.
id dated the 1St
December , 2016 , for
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 fumish 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.
Bd
l be forfeited to the Owner in
damages of
inu
uthe a event that the full amount of this bid the Principal fails btonliquidation
executevirtue statutory 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 seats, and such
of them as are corporations, have caused their corp ate seals to be hereto affixed and these presents to be
signed by their proper officers this 23rd day of �ovemoer , A.D. 201E
Graff Excavating Inc —(Seat)
Principal
By /`tom
Granite Re, Inc. (
Surety
(Title)
Witness Molli J. Han
fact Chris
pher M. Kemp
GRANITE RE, INC.
GENERAL POWER OF ATTORNEY
Know all Men by these Presents:
That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office
at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint:
MICHAEL J. DOUGLAS; CHRIS STEINAGEL; CHRISTOPHER M. KEMP; KARLA HEFFRON; ROBERT DOWNEY; CONNIE SMITH its true and
lawful Attorney-in-Fact(s) for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all
acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed
and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all
and whatsoever the said:
MICHAEL J. DOUGLAS; CHRIS STEINAGEL; CHRISTOPHER M. KEMP; KARLA HEFFRON; ROBERT DOWNEY; CONNIE SMITH may lawfully
do in the premises by virtue of these presents.
In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the
signatures of its President and Secretary/Treasurer, this 3'd day of July, 2013.
STATE OF OKLAHOMA
) SS:
COUNTY OF OKLAHOMA )
w
h D. Whittin on,
President
nt
Kylek. McDonald, Treasurer
On this 3'd day of July, 2013, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and
Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly
sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of
GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said
corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of
said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company.
My Commission Expires:
August 8, 2017
Commission #: 01013257
Nota v Public A
�IvL�sr.,
GRANITE RE, INC.
Certificate
THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES
that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite
Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect.
"RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint
individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety
bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or
evidencing such appointment, the signatures may be affixed by facsimile, On any instrument conferring such authority or on any bond
or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
I TNESS WHERE , the ndersigne s subscribed this Certificate and affixed the corporate seal of the Corporation this
day of s'J 20
)111.1
ifirni
9
GRO800-1
Kyle . Donald, Secretary/Treasurer