Loading...
HomeMy WebLinkAboutJ.B. Holland Construction Inc.UDLAND Construction, Inc. J.B. HOLLAND CONSTRUCTION, INC. 2092 HWY. 9 WEST DECORAH, IA. 52101 BID ENCLOSED FY 2017 Site Grading for Northeast Industrial Park, Contract No. 926 March 9, 2017, 1:00 PM City Clerk 815 Mulberry St, Waterloo, IA • Edi.+°des_: HoLlLuD Construction. Inc. 2092 Hwy. 9 West Decorah, IA 52101 Hahn Construction, inc. J.B. HOLLAND CONSTRUCTION, INC. 2092 HWY. 9 WEST DECORAH, IA. 52101 BID BOND ENCLOSED FY 2017 Site Grading for Northeast ndustrial Park, Contract No. 926 March 9, 2017, 1:00 PM City Clerk 815 Mulberry St, Waterloo, IA FORM OF BID OR PROPOSAL F.Y. 2017 SITE GRADING FOR NORTHEAST INDUSTRIAL PARK CONTRACT NO. 926 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: T/3 /7, /And c-, .z having familiarized (himself) (themselves) ,q) 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 SITE GRADING FOR NORTHEAST INDUSTRIAL PARK, Contract No. 926, 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. 2017 SITE GRADING FOR NORTHEAST INDUSTRIAL PARK CONTRACT NO. 926 ITEM NO. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST BASE BID - ROADWAY CORRIDOR AND EAST AREA 1 MOBILIZATION LS 1 975/. // 975/, // 2 TRAFFIC CONTROL LS 1 /5/�,oy /17?.Oy 3 STORM WATER POLLUTION PREVENTION PLAN IMPLEMENTATION LS 1 9V 779 9G thi, 7j7.7/ 4 SILT FENCE LF 7,348 , y/ / o 3 o, C$ 5 MOBILIZATION, EROSION CONTROL EA 5 soy o/ / ssao. of 6 TEMPORARY CULVERT PIPE LS 1 i/971/40,47 (19070- 17 7 CLEARING AND GRUBBING AC 13 i(, 9. ac 44 >acoo.s8 8 TOPSOIL, STRIP, SALVAGE, AND RESPREAD CY 20,385 3. ,q G 3 397,35 FORM OF BID CONTRACT NO. 926 Page 1 of 4 9 CONSTRUCT, MAINTAIN, & REMOVE TEMPORARY SEDIMENT TRAP EA 2 S/9y.. SC /0 388. Sa 10 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 127,198 P. 36 300, /87, P8 11 LOWER EXISTING WATER MAIN, DIP, 16- INCH DIA LS 1 3,24/6 0f9 3?W. a9 12 STORM SEWER GRAVITY MAIN, TRENCHED, RCP, 2000D (CLASS III), 24-INCH DIA. LF 44 7/ 4/8 3/9S. 1.2 13 APRON, CONCRETE, 24-INCH DIA., W/ APRON FOOTING EA 1 /7 a.6. y,. /7.2(. 4/2. 14 APRON GUARD, 24-INCH PIPE EA 1 988. 96 eyes. 9C 15 COLLAR PROPOSED STORM PIPE TO EXISTING MANHOLE EA 1 s97. Ud S97. 06 16 RECONSTRUCT DRAINTILE OUTLET EA 4 A31. SS 'al .3o 17 REVETMENT, CLASS D TON 450 3/. 5'4/ /y, /yP.vo 18 TOPSOIL, FURNISH AND SPREAD CY 5,100 al. 2.3 /07 70.d0 19 TEMPORARY SEEDING AC 13 STy y.R 7,70 yd 20 SLOPE PROTECTION, WOOD EXCELSIOR MAT SQ 2,110 7.06 lq eve. (o 21 HYDROSEEDING AC 25.3 3?-7‘. 09 82, in. o s 22 2-YEAR MAINTENANCE BOND LS 1 i703. Ai /70.7.029 SUBTOTAL BASE BID C ??, esi. sa FORM OF BID CONTRACT NO. 926 Page 2 of 4 ALTERNATE #1 - WEST AREA 1 SILT FENCE LF 4,720 /1 y/ 66 Ss. P -o 2 MOBILIZATION, EROSION CONTROL EA 5 Sago/ a5a0.us 3 CLEARING AND GRUBBING AC 7 3 %1'R. De 9-0,14V. s'6 4 TOPSOIL, STRIP, SALVAGE, AND RESPREAD CY 17,078 ;,// Sy, //p . Si 5 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 89,142 a. 36 a./0,37.5: /P. 6 REVETMENT, CLASS D TON 200 J/. 4/y LaBd.ou 7 TOPSOIL, FURNISH AND SPREAD CY 4,300 aa, 89' 89, 507.00 8 TEMPORARY SEEDING AC 11 SS V. 4/a. (0 98 6 a- 9 SLOPE PROTECTION, WOOD EXCELSIOR MAT SQ 1,075 7.0 6 7.5'89. So 10 HYDROSEEDING AC 21.2 3876.09 69,¥53. // 11 2 -YEAR MAINTENANCE BOND LS 1 /763. ?el / 70 3. 29 FORM OF BID CONTRACT NO. 926 Page 2 of 4 SUBTOTAL ALTERNATE #1 TOTAL CONSTRUCTION COST - BASE BID TOTAL CONSTRUCTION COST - ALT. #1 TOTAL CONSTRUCTION COST - BASE BID & ALTERNATE #1 y7V P87, 09 6 9 9! 4S/, S,z y7� 87,o3 /11731.738, -ss 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. 11� � II 4. Securityin the sum of 19 °/o 0�'f TO J P 01 � �� 7� Dollars ($ ) in the form of Ci kt�, 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 ( ), 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 $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date I14 -mak 3 "c Z0 17 FORM OF BID CONTRACT NO. 926 Page 3 of 4 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Jib atiollavid. Co1454vctiw, LMC. 3707 (Date) BY: Title (Name of Bjdder) OK--- NO, Official Address: (Including Zip Code): I.R.S. No. 42-123712,2 FORM OF BID CONTRACT NO. 926 Page 4 of 4 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called "OWNER:' In the penal sum Dollars ($) 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 day of 20 , 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 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 signed by their proper officers this day of , A.D. 201_ (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of INA) �j� )ss County of) W11\11,4941 VJ1_ , being first duly sworn, deposes and- ays that: �y� 1 f I"' 1. He is (Owner, Partn r, Officer epresentative or Agent) of Jib F}o(�U�{ avaldtw. the Bidder that has s 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. ,2012 Title (Signed) s,`E}o1 4L1 Subscribed and sworn to before me this day of My commission expires . Ap i C 5 26[B ejHt J MI Gk, &ia lAsuwav ►` t k Title SF DIANE MARIE HENRI( Commission Number 17375 My Commissiog pees April 5, 20 CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION 2-0j7 Sift GrM a. dot No -ho L evi D r 3/6/117 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 aS litkpu'Vt lC� /,7C- 1-4-004 C����� LNG401k1Mr1 CORPORATE OFFICER TITLE er(I j1014W1- DATE 3h MBE/WBE BUSINESS ENTERPRISE ,��` PRE-BID CONTACT INF,O� RiMATION FORM Prime Contractor Name:3 X10 LONS4uc OM` ([Project: 4fPc+ R. quo Letting Date: 3/c /j7 NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Pr4,SI0'1j Date: Nil 7 SUBCONTRACTORS nit -54+o -r-. are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/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 MBE/WBE 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 (Form CCO-4) Rev. 06-20-02 "a Yrs— /)on o Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted ,,, wA Crucial �j v 11 [ 3/W it { /�o5 7 51 i7 No 4 M:f cLoM6 071t+ITa-t vt 3%3/11 f� l — 1-4)4+: N UrS2.V' ij -TG/r7 V(es 3 /87/7 No 4- /7,54 (Form CCO-4) Rev. 06-20-02 "a Yrs— /)on o MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBENVBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBENVBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBENVBE with proof of mailing attached. 5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBENVBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 Tara Erosion Control, LLC 1231 Mwy 9 Lansing, IA -52151 Bid Order Proposar Number County Letting Date Submitted To LineNo, Item No. Office (563) 568-2665 Gell (563) 380-8272 Fax (563)5685052 2017 Site Grading for Northeast industrial Park Waterloo, IA 3/9/2017 J1373oltandInc Itembescriation Exclusions and Quacations avit $ lo . 80 Quote does not include cost of bonding or AGC dues. Signe C. Buege wner Quote does not include cost of.prime being listed as 'Additional Inswanced, Primary 8 Non -Contributory° Quote is Tied TSB, DBE Firm Notes IM /a/f #,2 Silt fence is install only MobilfzatTon Erosion Control?? Usedthe set DOT Price, l don't understand' why they have 5 listed Temporary Seeding, l can't determine if They are including the mulch for sure, it looks like It could be part of the Sudas Specs but 1 am not sure. !added it so if there is no mulch Included this can be reduced by $375.00/acre To$260.00/Acte 1 Mobilization 1 LS $ 3,500.00 $ 3,500.00 4 Silt Fence 7348 LF . $ 1.85 $ 13,593.80 5 Mobilization, Erosion Control 5 EA $ 500.00 $ 2,500.00 19 Temporary Seeding 10 Acre $ 635.00 $ 6,350.00 , 20 Slope Protection, Wood Excelsior . 2110 SQ ,$ 13.00 $ 27,430.00 21 Hydroseeding using BFIWAddendum 25.3 Acre $3,480.00 $ 88,044.00 $ Prices on Altemate Bid #1 are $ _ Comparable $ _ $ $ Total - $ 141,417.80 Exclusions and Quacations avit $ lo . 80 Quote does not include cost of bonding or AGC dues. Signe C. Buege wner Quote does not include cost of.prime being listed as 'Additional Inswanced, Primary 8 Non -Contributory° Quote is Tied TSB, DBE Firm Notes IM /a/f #,2 Silt fence is install only MobilfzatTon Erosion Control?? Usedthe set DOT Price, l don't understand' why they have 5 listed Temporary Seeding, l can't determine if They are including the mulch for sure, it looks like It could be part of the Sudas Specs but 1 am not sure. !added it so if there is no mulch Included this can be reduced by $375.00/acre To$260.00/Acte Churn seeding 16978 asbury road IA 52002 Name / Address T1URN SEEDING ,i078 A13BU1tY ROAD DI 13UQLIE, IA 52002 Estimate Date Estimate# 3/6/2017 13 Project Description Qty Rate Total y11„Y 0L,,WATERLO01 IND. PARK ITEM #4 SILT FENCE 7,348 1.75 12,859.00 ITEM # 5 MOB. FOR EROSION CONTROL 5 500.00 2,500.00 ITEM # 19 TEMP SEEDING / NO MULCH 13 250.00 3,250.00 ITEM // 20 SLOPE PROTECTION 2,110 15.00 31,650.00 ITEM # 21 HYDRO SEEDING AND HYDRO MULCHING 25.3 3,300.00 83,490.00 ALT 1 ITEM # 1 SILT FENCE 4,720 1.75 8,260.00 ALT. I ITEM # 2 MOB. FOR EROSION 5 500.00 2,500.00 ALT. I ITEM # 8 TEMP. SEEDING / NO MULCH 11 250.00 2,750.00 ALT.] ITEM it 9 SLOPE PROTECTION 1,075 15.00 16,125.00 ALT.1 ITEM it 10 HYDRO SEEDING / HYDRO MULCHING 21.2 3,300.00 69,960.00 Tota' 8233,344.00 S ER Y DATE: 3/712017 11EDT NURSERY, L ID. 2419 E. BREMER AVENUE WAVEHLY, IOWA 50677 PHONE (319) 352-0418 FAX (319) 35240400 PROJECT F.Y. 2017 Site Grading For No east Industrial Park Contract # 926 Waterloa, Iowa 100% will apply to DBE/TSB goal ITEM NO. QTY DESCRIPTION •UNIT UNIT PRICE TOTAL Base Bid 4 7348 Silt Fence installation LF 52.10 $15,430.80 5 5 Mobilization, Erosion Control EA $500.00 $2,500.00 19 13 Temporani Seeding AC $650400 $8,450.00 20 2110 Wood Excelsior Mat •SQ $14.50 $30,595.00 21 25.3 Flydroseeding AC $4,250.00 $107,525.00 (Bonded Fiber Matrix Mulch) Total 5164,500.80 Alternate #1 1 4720 Silt Fence installation LF $2.10 $9,912.00 2 5 Mobilization, Erosion Control EA $500.00 52,500.00 11 Temporary Seeding AC $650.00 $7,150.00 9 1075 Wood Excelsior Mat SQ 514.60 $15,587.50 10 21.2 Flydroseeding AC $4,250.00 $90,100.00 (Bonded Fiber Matrix Mulch) Total 5125,248-50 0310812017 10:57 (FAN) P.0011001 P,O. BOX 340 GRIMES, IOWA 50111 515-228-3973 PHONE ersersTech 535.228-3B75 FAX of wap LLC PROPOSAL Proposes Number Project Name NE INDUSTRIAL PARR SITE GRADING aid Order Number Y O'.1 r n�V, •.). Item of r„ e.X , 1/ r nv nry Description Bid Data 3/012017 . r� nr n nrY,w Project Location 1 v%. Quantity t Unit a!"'"''"'" Measure WATERLOO. rn.. cons%rN YX W Price IA Vn n% N'G;.d:"v:Q;XC.".4 ) ,r Sub -Total 3 4 5 19 20 21 1 2 8 9 10 BASE BID • ROADWAY CORRIDOR AND E. AREA SILT FENCE MOB, EROSION CONTROL TEMPORARY SEEDING SLOPE PROTECTION, WOAD EXCELSIOR MAT HYDROSEEOING ALTERNATE 1 • WEST AREA SILT FENCE MOB, EROSION CONTROL TEMPORARY SEEDING SLOPE PROTECTION, WOOD EXCELSIOR MAT HYDROSEEDING 1 7348 5 18 13 2110 25.3 4720 5 11 1075 212 LS LP;a EA AG SO AC LF EA AC SO AC $1.40 $500.00'„ SSW.ODy,Qy;,? 57.00 $3,250.00 51.40 $500,00 $55000 57.00; $3,250.00h;,s�j,:^Ve� Vi%<NkNVN^H� NY Nki IN %:M �Y.Vn•n•rx:ilnv. 4.CFnC�% 4.1" j H E„ , TAT 5"'.° °^„ .: "C Kr :; iC�:ryK„r•„"•.„^' V. y.XnY.vnvunHpT x�r n.�:�:.Ate�•�iz ;;;„„„„„.„;:5y ”„i csx: s �XvXN°w'i.:h ^°'"z"0w'CRSreG: ''s ".N� HM VYKNn%I nor M:�v✓tl"uFt�l� S7,$00.06 510,287.20 $2500.00 57,150,00 514,77000 $82,225.00 58,606,00 52,500.00 56,050.00 58,900.00 $80,900.00 NOTES: ADDENDUM RECEIVED: 5 216,015.20 Payment tem)s are Net 30 days unless otherwise Staled, TOTAL Terns, Conditions and Exclusions: Alt items ars Bed end limited b above Seeding tree in Kda LS bid Is galled to 1 ager Additions) mobilisations wit mel In addlbonal Owns. Final Breda mutrt he einneved by OreenTRGh Wore work begins. Sod prices doss not Include rough grade, When seeding Is authodad wilds Ins IMAM a re ommended seeding dales the morhiny or the seed is not the responsheyor OreenTech. This proposal does not hcludo traffic control, relreed prateclive Weller sesames/is dues, peimIt and/or bonds, The scone puss cannot be used to determinechange quantifies. This proposal Is only Ski for and my be withdrawn 8 not accepted within d0 days. Kral 1 President a Kriegel, Q 616.202.2850 - cm I1 % 616.228`3061 • office t5 515.2284031- fax Acceptance of Proposal: I agree to the prices, conditions and specifications Payment terms are accepted as listed above. as listed above, Dote CiAoaeptanae Signature ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS F.Y. 2017 SITE GRADING FOR NORTHEAST INDUSTRIAL PARK - CONTRACT NO. 926 CITY OF WATERLOO, IOWA DATE: March 3, 2017 LETTING DATE & TIME: March 9, 2017; 1:00 P.M. City Clerk's Office, Local Time TO ALL BIDDERS ON THE ABOVE PROJECT: All Bidders submitting a bid on the above contract shall carefully read this Addendum and give it consideration in the preparation of their bid. TO ALL BIDDERS ON THE ABOVE PROJECT: General Clarifications: 1. Electronic Drawing of Site Grading - An electronic drawing of the site grading is available upon request. If a Contractor wishes to obtain this drawing prior to bidding of the project, please request this from JDE Engineering, Attn: Jim Ellis, 319-464-7913, e-mail: JDEENG@LPCTEL.NET. 2. Clarification of Award of Project - It is the City of Waterloo's intention to award the contract to the lowest responsible bidder. Due to the limited budget for this work, the project was separated into a Base Bid (the future Assembly Way roadway corridor and areas to the east - between the roadway corridor and the existing drainage way), and Alternate #1 (areas west of the proposed roadway corridor). The award of the contract will be based on the lowest responsible construction cost submitted on the Base Bid and/or Base Bid and Alternate #1 if the City elects to included Alternate #1 in the construction project. If funds are available following bid opening to allow for including Alternate #1 in the construction project, the City may elect, at its discretion, to add this work to the contract. There is no guarantee that Alternate #1 will be constructed. Each contractor should submit a Base Bid, Alternate #1 Bid, and a Total Project Construction Cost on the bid sheets provided. 3. Quantity of Silt Fence to be Used - Due to the large size of the project, it is anticipated that silt fence specified as either "silt fence" or "silt fence for ditch checks" within the plan site will be used on the project site during construction. Additional silt fence may be required based on actual field conditions. The contractor will be compensated for additional silt fence provided in accordance with the bid price provided. 4. Topsoil Furnish and Spread - Base Bid Item #18 and Alternate #1 Item #7 - Due to the size of the project, it is anticipated that additional topsoil will need to be imported from off-site sources to adequately place 6 -inches of topsoil on all disturbed areas. The contractor will be compensated for topsoil, furnished and spread in accordance with the bid price provided. 5. Seed Mix - Permanent Seeding - The Contractor to use permanent seed mix as specified in SUDAS Standard Specifications, Division 9 - Site Work and Landscaping, Section 2.02-A. Type 1 (Permanent Lawn Mixture) - see attached. ADDENDUM NO. 1 F.Y. 2017 SITE GRADING FOR NORTHEAST INDUSTRIAL PARK - CONTRACT 926 Page 1 of 2 SUDAS Standard Specifications Division 9 - Site Work and Landscaping Section 9010 - Seeding_ 2.02 SEED MIXTURES AND SEEDING DATES See the contract documents for the specified seed mixture. If a mixture is not specified, use the following. The Contractor may submit a modification of the mixture for the Engineer's consideration. A. Type 1 (Permanent Lawn Mixture): Used for residential and commercial turf site, fertilized, and typically mowed. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.06: Type 1 Seed Mixture' Common Name Application Rate Ib/acre Creeping red fescue 25 Turf -type perennial ryegrass2 20 Turf -type perennial ryegrass2 20 Kentucky bluegrass cultivar3 65 Kentucky bluegrass cultivar3 65 Kentucky bluegrass cultivar3 65 A commercial mixture may be used if it contains a higl percentage of similar bluegrasses: it may or may not contain creeping red fescue. 2 Choose two different cultivars of turf -type perennial ryegrass, at 20 lbs/acre each. 3 Choose three different cultivars of Kentucky bluegrass, at 65 lbs/acre each. B. Type 2 (Permanent Cool Season Mixture for Slopes and Ditches): Not typically mowed. Reaches a maximum height of 2 to 3 feet, low fertility requirements, grows in the spring and fall, and can go dormant in the summer. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.07: Type 2 Seed Mixture Common Name Application Rate Ib/acre Fawn fescue 100 Kentucky bluegrass 20 75 Ryegrass, perennial C. Type 3 (Permanent Warm -Season Slope and Ditch Mixture): Not typically mowed. Reaches a height of 5 to 6 feet, stays green throughout summer, and responds well to being burned in spring; no fertilizer. Use between March 1 and June 30. Table 9010.08: Type 3 Seed Mixture Common Name Application Rate Ib/acre 3 PLS Big bluestem* Grain e 40 Indian • rass* 4 PLS Little bluestem" 3 PLS Oats 16 Sideoats • rama* 5 PLS Switch•rass* 1 PLS urnish seed certified as Source Identified Class (Yellow Tag) Source G0 -Iowa. 8 Revised: 2015 Edition SUDAS Standard Specifications Division 9 - Site Work and Landscaping Section 9010 - Seeding 2.07 MULCH A. For Conventional Seeding: 1. Material used as mulch may consist of the following: a. Dry cereal straw (oats, wheat, barley, or rye) b. Prairie hay c. Wood excelsior composed of wood fibers, at least 8 inches long, based on an average of 100 fibers, and approximately 0.024 inch thick and 0.031 inch wide. The fibers must be cut from green wood and be reasonably free of seeds or other viable plant material. 2. Do not use other hay (bromegrass, timothy, orchard grass, alfalfa, or clover). 3. All material used as mulch must be free from all noxious weed, seed -bearing stalks, or roots and will be inspected and approved by the Engineer prior to its use. 4. The Contractor may use other materials, subject to the approval of the Engineer. B. For Hydraulic Seeding: 1. Wood Cellulose: a. Use material that is a natural or cooked cellulose fiber processed from whole wood chips, or a combination of up to 50% of cellulose fiber produced from whole wood chips, recycled fiber from sawdust, or recycled paper (by volume). b. Product contains a colloidal polysaccharide tackifier adhered to the fiber to prevent separation during shipment and avoid chemical co -agglomeration during mixing. c. Form a homogeneous slurry of material, tackifier, and water. d. Use a slurry that can be applied with standard hydraulic mulching equipment. e. Dye the slurry green to facilitate visual metering during application. f. Do not use materials that have growth or germination -inhibiting factors or any toxic effect on plant or animal life when combined with seed or fertilizer. 2. Bonded Fiber Matrix (BFM): a. Produced from long -strand wood fibers, held together by organic tackifiers and bonding agents that, when dry, become insoluble and non -dispersible. b. Upon curing 24 to 48 hours, form a continuous, 100% coverage, flexible, absorbent, erosion -resistant blanket that encourages seed germination. c. Manufactured to be applied hydraulically. d. Physical Properties: 1) Fibers: Virgin wood, greater than 88% of total volume. 2) Organic Material: Greater than 96% of total volume. 3) Tackifier: 8-10%. 4) pH: 4.8 minimum. 5) Moisture Content: 12% +1- 3%. 6) Water -holding Capacity: 1.2 gal/Ib. e. Dyed green to facilitate visual metering. f. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. g. Other products not meeting the requirements of the physical properties listed in item d above may be approved if they meet the following requirements: 1) Contain non-toxic tackifiers that upon drying become insoluble and non - dispersible to eliminate direct raindrop impact on soil according to ASTM D 7101 and EPA 2021.0-1. 2) Contain no germination or growth inhibiting factors and do not form a water- resistant crust that can inhibit plant growth. 3) Hydraulic mulch that is completely photo -degradable or biodegradable. 13 Revised: 2015 Edition BID BOND KNOW ALL MEN BY -THESE PRESENTS, that we, J. B. Holland Construction, Inc. as Principal, and United Fire & Casualty Company es Surety are held and firmly bound unto the CITY OFWATERLOO , Iowa, hereinafter celled "OWNER." In the penal sum Five Percent of Amount of Bid Dollars ($ 5% ) lawful money of the United Stales, for the payment of which sum will end truly be made, we bind ourselves, our helrs, executers, 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 9thday of March 201 7 for F.Y. 2017 Site Grading for Northeast Industrial Park Contract No. 926 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 pelfom1ing labor or furnishing materials in connection therewith, end shall in all other respects perform the agreement created by the acceptance of aald Bid, Then this obligation shall he 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 es herein slated. 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 falls 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 (he 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 Surely, have hereunto set their hands and seals, and such of them as aro corporations, have caused their corporate seals to be hereto affixed and these presents ta'be signed by their proper officers this 9th day of March , A.D. 201 17 , a 14 ;if1f Witness Witness J. B. Holland Construction, Inc. Principal By United Fire & Casualty Company (Seal) ret By NtPa� . Abigail M r Att'me - ct (Seal) (rale) UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, Lk UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIEDCOPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of' Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the: laws of the State of Texas; and FINANCIAL PACIFICpp INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein JOHN collectively FAY, ORIeJENNIFhe ERa KEsISLARand I,a ORg their MATT corporate OR LAURIrsMENEOU H, Odar R State ABIGAIL Ra MOHRmake, ORn constitute and appoint DEGROOTE, ALL INDIVIDUALLY of WEST DES MOINES IA Tnquh•ies::Surety Department'. 118 Second Ave SE` Cedar Rapids, IA 52401 their true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shalt exceed $100, 000, 000.00 and to bind the Companies thereby as fullyand to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of theacts of said Attorney, pursuant to the authority hereby given: and hereby ratified and confirmed The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY, This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal; may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when soused, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. ttMPORATE „on "o „ IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its +�F0c " AqH' vicepresident and its corporate seal to be hereto affixed this 14t h dayof February, 2014 =`OPPORAjFt+c�- iP Y, EULY21 ;0= 0986 �o".94FOPN�' bnvmee UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: State of Iowa, County of Linn, ss: Vice President On 14th day of February 2014, before me personally came Dennis J. Richmann o me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described n and which executed the above instrument, that he knows the seat of said corporations; that the :- seal affixed to the said instrument is such corporate sea ; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said cmporations. Judith A. Davis Iowa Notarial Seal Commission number 173041 My Commission Expires 04/23/2018 Notary Public My commission expires: 04/23/2018 1, David A. Lange, Secretary of UNITED. FIRE & CASUALTY COMPANY and Assistant Secretary of t 1TED FIRE & INDEMNITY COMPANY, and Assistant Sec etary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sectionof the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,: with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS; and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 9th day of March ,20 17 0811$1111,4,, ,rl, ly '_.A`i-"���.. o3oosogro �i $ cINSp, °QP1ROPPOg9t"1 ffC sULY21,>O. 980 ctIFOPy\ l/llllllllllll\1\0\ CORPORATE EAL BPOA0049 0115 Secretary, UF&C Assistant Secretary, OF&I/FPIC