HomeMy WebLinkAboutBenson's Sand & GravelBENTON'S SAND & GRAVEL
905 CENTER STREET
CEDAR FALLS IA 50613
BENTON'S SAND & GRAVEL
905 CENTER STREET
CEDAR FALLS IA 50613
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO IA 50703
BID SECURITY: FY 2017 SERGEANT ROAD
BRIDGE NO.1 REPLACEMENT, CONTRACT 917
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO IA 50703
BID FOR: FY 2017 SERGEANT ROAD BRIDGE
NO. 1 REPLACEMENT, CONTRACT NO. 917
13
Apron, Concrete, 48"
EACH
6
$ 2,700.00
$ 16,200.00
14
Erosion Stone
TON
• 20.0
$ 30.00
$ 600.00
15
Furnish and Spread Topsoil, 6"
CY
80
$ 14.00
$ 1,120.00
16
Seeding & Fertilizing, Urban
ACRE
0.66
$ 3,750.00
$ 2,475.00
17
Seeding & Fertilizing, Rural
ACRE
0.42
$ 2,975.00
$ 1,249.50
18
Rolled Erosion Control Product,
RECP
SY
311.7
$ 2.50
$ 779.25
19
Silt Fence, Install
LE
410
$ 2.65
$ 1,086.50
20
Silt Fence, Remove
LF
410
$ 1.15
$ 471.50
21
Construction Entrance
LS
1
$ 750.00
$ 750.00
TOTAL BID
$ 69,120.05
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withdrawn, the undersigned agrees to execute and deliver an agreement in, the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 the Bid
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.)
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. 917 Page 2 of 3
9. The bidder has received the following Addendum or Addenda:
Addendum No, Date
10. The bidder shall list the MBENUBE 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.
Benton's Sand & Gravel
September 8, 2016
BY:
(Name of Bidder) (Date)
Title Vice -President
icial Address: (Including Zip Code):
905 Center Street
Cedar Falls, IA 50613
I,R.S. No. 42-1273294
FORM OF BID
CONTRACT NO. 917 Page 3 of 3
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
917
FY 2017 SERGEANT ROAD TRAIL BRIDGE NO 1 REPLACEMENT
SEPTEMBER 8, 2016
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 Benton's Sand & Gravel
CORPORATE OFFICE
U
TITLE Vice -President
DATE
September 8, 2016
Wa
14O
LI.
E1
Z
te W Q
z
WCO 0
tO
(i
wZ
Z„
r.0d
Z
al O
m Oq
LLI
a
v
0
Cr)
N
-J
Project: FY 2017 Sergeant Rd Bridge 1
O3
COCO
0)
0
a)
co
Prime Contractor Name:
i
4 E
0
Uca
<[ +f o
O N
o0°
a)
c a) 0)
a
to
w N
a �
N
a)
N 0
15.O
U
N
oW
0LL)
N
w c
mm
Vice -President
it
o c
(00
C = o
O CJ CQ N
.Q
= Q w 0
0 '0 0
a, , 0
.c.'6) 0 EE
CD > co T U
C
o U 'y O N
'6..0) ), O 'pro' .H:
c
0 9 E o
0 Ek °
> •N o o 0
'3 O U._ 0 e5
aas la rotli
N E C u) .112
,° .c t °0 - )
0
F) O
N
to t— E it: '
C j0O O
0 O C O N
A .N .0 U @
w Q) N
• : 75..-
V C
A ( j O Y
'.;g o .us o
co .a a. c 3
0 0 a
o i. > m o
N �O to .(nO w
- a) v- OS o
O alI N 0
0 G) ITFELL
(n
0a)
0. c _0 os
'Oc'n.U E
00 0I Li 0 0 0
C O
o 0 al 2E0 �
"° • O.n4"-
-3
18 0 cnW o
0° OdU oU W U o m
to O ` N
L ' 0 t., 'd-
L. c 43tt L -a 0 ESN
28-0 's00rn
i'- 7-• Q) -0 (UU a) r'
V 0 N a) c 35 S
J 4 '5 O c ro
i t7" U
Z Q a) aJ N a) N
Contractor Signature:
OL
V C) -0 N 0. Ca
0000 7�a-N
c(i)amu, n >--W ro
0
0
a)
11.4
0
0
CO
00)
N
CT?
u)
Q..
om
°: WO
�
- 0 0
L]
EN o c
c E 2
§
c`U0a O-
--Q COW
rno Z co
Ow
Z
to a
w Om
O
a)c L- W
*c7)
[°' Zm
p.
w° O 113
°) W m
O2 16
CG
m� a
a)
to
r 3
•C)
a) O
C �
E (6
� C
'C7
E
S
a) (a
ro
E
•
MBE/WBE Dates Yes/No Dates Yes/No Dollar Amount Proposed to
Subcontractors Contacted Contacted be Subcontracted
1o
Zs;
6
co
N
co
0
0
0
Z
CDN
c'
(3)
co
aD
a)
en
>->-
en
a)
>-
0
z
O
z
co
N
0,
(0
N
a)
co
(y
d
ap
N
0)
co
N
0)
Tiedt Nursery
2417 E. Bremer, Waverly, IA 50677
Daniels Home Improvement
339 Albany St Waterloo IA 50703
D.C. Corporation
426 Beech St., Waterloo, IA 50703
Greer's Works
2003 Plainview St., Waterloo IA 50703
Quick Construction
217 Bates St., Waterloo. IA 50703
(Fon-n CCO-4) Rev. 06-20-02
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa
)ss
County of Black Hawk
James D. Snodgrass
being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of Benton's
Sand & Gravel 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
Bld 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)
Vice -President
Title
Subscribed and sworn to before me this D day of
112&A 241.{1.. i
My commission expires 3/17P7
/thill,
KIMBERLY BUCK
COMMISSION NO.783169
MY COMMISSION WIRES
MARCH 17, G_L/
Title
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)
!6
(Appropriaf Offici
Vice -President
(Title)
September 8, 2016
(Date)
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES
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 , Iowa, 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 co tion of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the utH day of September
20 16 , for F.Y. 2017 Sergeant Road Trail Bridge No. 1 Replacement
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 clairns 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
signed by their proper officers this 8th day of September , A.D. 2016
` 1Are
Witness t
By
Benton's Sand & Gravel
Principal
Employers Muual Casualty CompanYSeal)
Surety
By (- j
Attorney i fact Jill Shaffer
(Seal)
(Title)
EMC
INSURANCE
THE FACE AND REVERSE OF THIS DOCUMENT HAVE A COLORED FLAG ON WHITE PAPER
P.O. Box 712 • Des Moines, IA 50306-0712
No. B54401
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, MARK E. KEAIRNES, NANCY D. BALTUTAT, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL
SHAFFER
its true and lawful attorney-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
the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire
APRIL 1, 2017 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney 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 attorneys -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 attorney-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-attorney 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-attorney 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
81h day of APRIL 2016 .
Seals
`410"41 '''''''''''''"•
SEAL
sown,
A,� �, KATHY LYNN LOVERIDGE
$ fv Commission Number 780769
• My Commission F�Ires
October 10, 2016
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
On this 8th day of APRIL AD 2016 before mea
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 October 10, 2016.
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 APRIL 8, 2016 on behalf of:
F. MELVYN HRUBETZ, PATRICK K. DUFF, GREG T. LAMAIR, MARK E. KEAIRNES, NANCY D. BALTUTAT, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL SHAFFER
Notary Public ih and for the Statewa
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 Comp any this 8 day of September 2016
amt
Vice President
7832(1-14) "For verification of the authenticity of the Power of Attorney you may call (515) 345-2689."