HomeMy WebLinkAboutC.J.. Moyna & Sons Inc.151 �� e-� ikon 4 Coles. T .
29k t1 iilwy 13
EJLJer, C s4 c-zo1l,
Ucter\t)( CL r \L
VoM
_ j
I5 AL(Lacry S�
L)c&taioo Z� S0-7 03
( T
t> Ei64 - F L 260 Sic,Crj:, cul`
`tp
• 3-9-17
1: ob
C,GNI
649,
C.J.
MOYNA
& SONS
24412 Hwy 13
Elkader, Iowa 52043
Moving the Earth Today for a Better Tomorrow
1?)`
d` LAJ
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:
having
familiarized (himself) (thernselvas)�iitsel with the existing conditions on the project area
affecting the cost of the work, and wl 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
210 Doo -
2l0 000 -
2
TRAFFIC CONTROL
LS
1
4Soo '
-
4.36g
3
STORM WATER POLLUTION PREVENTION
PLAN IMPLEMENTATION
LS
1
3 Sp0 -
3 5'00 -
4
SILT FENCE
LF
7,348
2 -
Iq, Cq G
5
MOBILIZATION, EROSION CONTROL
EA
5
soo`
2sop
6
TEMPORARY CULVERT PIPE
LS
1
g X00
V S O
7
CLEARING AND GRUBBING
AC
13
3' oo'
S0 7Do -
8
TOPSOIL, STRIP, SALVAGE, AND RESPREAD
CY
20,3857
7o
t SC, g GY So
FORM OF BID
CONTRACT NO. 926
Page 1 of 4
9
CONSTRUCT, MAINTAIN, & REMOVE
TEMPORARY SEDIMENT TRAP
EA
2
-
9 2 06
Q 40
I O
10
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
127,198
S -
c�3 5,1 9 0
11
LOWER EXISTING WATER MAIN, DIP, 16-
INCH DIA
LS
1
I $, S00
1 e, S06
12
STORM SEWER GRAVITY MAIN, TRENCHED,
RCP, 2000D (CLASS III), 24 -INCH DIA.
LF
44
'
I ? g
S 27 2
13
APRON, CONCRETE, 24 -INCH DIA., W/
APRON FOOTING
EA
1
I $00
I $00
14
APRON GUARD, 24 -INCH PIPE
EA
1
C S 0 %
G Sd -
15
COLLAR PROPOSED STORM PIPE TO
EXISTING MANHOLE
EA
1
1B p J
($ OQ
16
RECONSTRUCT DRAINTILE OUTLET
EA
4
12 00 -
(-(QO b
17
REVETMENT, CLASS D
TON
450
7 0 `
IC S0O
18
TOPSOIL, FURNISH AND SPREAD
CY
5,100
14 -
71, 400
19
TEMPORARY SEEDING
AC
13
2 Yo -
S2 S0
20
SLOPE PROTECTION, WOOD EXCELSIOR
MAT
5Q
2,110
IS
31,650
21
HYDROSEEDING
AC
25.3
3306'
)73,440.-
22
2 -YEAR MAINTENANCE BOND
LS
1
G S00 -
G S 00
SUBTOTAL
BASE BID
f SJ
1i3693c2
FORM OF BID
CONTRACT NO. 926
Page 2 of 4
ALTERNATE #1 - WEST AREA
1
SILT FENCE
LF
4,720
2'
1490
2
MOBILIZATION, EROSION CONTROL
EA
5
S-00
2 5-00-
3
CLEARING AND GRUBBING
AC
7
3900-
2?, 3 00
4
TOPSOIL, STRIP, SALVAGE, AND RESPREAD
CY
17,078
'
7-0
(31,500 -
5
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
89,142
s -
(itis Z 10
6
REVETMENT, CLASS D
TON
200
-)0
(4,000
7
TOPSOIL, FURNISH AND SPREAD
CY
4,300
1 t{ -
G 0 200 -
8
TEMPORARY SEEDING
AC
11
2 &0 -
27 S' 0
9
SLOPE PROTECTION, WOOD EXCELSIOR
MAT
SQ
1,075
1 S' -
16 1 2 S
10
HYDROSEEDING
AC
21.2
IS op
C/. 1'60
11
2 -YEAR MAINTENANCE BOND
LS
1
4 Soo
4 Sou -
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
coo
7 839 8S
h sb
vAi 3c,2
r
F G,0
83 g8s
A lb
�IS3,3k8�
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 S ' odr Dollars ($ �l �d
in the form of 1):J Lbvil , is submitted herewith in accordance with the
INSTRUCTIONS TO BIDDERS.
Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
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
$10,000.00 in work for the City in the current calendar year, are prepared to submit an
AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is
lowest and acceptable.
The bidder has received the following Addendum or Addenda:
Addendum No.
FORM OF BID
Date
3�3-t7
CONTRACT NO. 926 Page 3 of 4
10. The bidder shall list the MBENVBE subcontractor(s), amount of subcontracts and bid
items on the City of Waterloo Minority and/or Women Business Pre-bid Contact
Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder
shall submit a list of all other Subcontractor(s) to be used on this Project to the City of
Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due
along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR
REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance
Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are
marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce
quantities prior to the award of a contract due to budgetary limitations.
0 AA
4 SOK rt�,
3-9 •I1
(Name of 'Bidder) (Date)
BY: Title
OfficiaTAddress: (Irtc clinic Zip Code):
2.4'V2 Uw t3
6lUet, TAY 5 2 0 4 4
I.R.S. No. 42 .OW3`14y-j
FORM OF BID
CONTRACT NO. 926 Page 4 of 4
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and
as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called
"OWNER." In the penal sum
Dollars ($) 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
)ss
County of) C(aytov,
SIL P. UJrKik , being first duly sworn, deposes and says that:
1. He is �iOwn)� Partner efficer, Refresentative, or Agent) of C Atteyn°
, the BiBdei'fhat has submitted the attached Bid; l
State of -t-pk14 )
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. ra
, 2011
(Signed)
Title
w�
Subscribed and sworn to before me this d
My commission expires . S- `- li
'^a4 07 M,+.rJ4
Title
sold, t •
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
el 2
r
3-4-17 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.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME
e bt0Y,.. 4 s0Ks,—soLik O. go
tc,
CORPORATE OFFICER
TITLE Pres:CU
DATE 3-4-I-7
MBE/WBE BUSINESS ENTERPRISE
1' PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: �S /40 0111 4 so I-
T,c. Project: oorrguasi- T��sir'.( P.r, Letting Date: 3 9'l7
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: it re5:ij Date: S -9-t7
♦ .
w P • Lt, yNc
SUBCONTRACTORS APPLIC =LE: You ate re uired, 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
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
(Form CCO-4) Rev. 06-20-02
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, MBE/WBE 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) MBE/WBE 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 MBE/WBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS
ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE 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 MBE/WBE 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
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, C. J. Moyna & Sons, Inc.
as Principal, and Merchants National Bonding, Inc.
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of Amount Bid (5%)
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 March 9
, 2017, for _ F.Y. 2017 Site Grading for Northeast Industrial Park
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 this9rhr ofM .h2017 .
'
(Seal)
t'a
(Seal)
Witness c),) ,�, v
By I
Witness
By
Principal CJ. Moyna & Sons, Inc.
Surety Merchants National Bonding, Inc.
A)"
(Title)
Attorney-in-fact Nancy D. Baltutat
MERCHAN-1,
BONDING COMPANY,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint,
individually,
Christopher R Seiberling; Greg T LaMair; Jeffrey R Baker; Jill Shaffer; Joseph 1 Schmit;
Mark E Keairnes; Nancy D Baltutat; Patrick K Duff
their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings
and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of:
TEN MILLION ($10,000,000.00) DOLLARS
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the
Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants
National Bonding, Inc., on October 24, 2011.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof?
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of
Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and
construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida
Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company
of any of its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of May , 2016 .
STATE OF IOWA
,a,,,l ill y„r
.oafI1 .... "”.
p
• °` _0_ `7 :
2003 IP 4•7
''••"nu*.1,111111,
gym. v0
64,-:11% y�
•
• a'• 1933 ig
..2%
0,4,4);;• • :•
r
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
By
COUNTY OF Dallas ss. President
On this 5th day of May , 2016 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that
he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed
to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the
Companies by authority of their respective Boards of Directors.
Ay-
f.s WENDYWOODY
' Commission Number 784654
My Commission Expires
'owP June 20, 2017
Notary Pub', O;^Rolk County, Iowa
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 9th day of
POA 0014 (6/15)
aQ�NG • C0'7A'.
y; 1933 ••y
Secretary
March , 2017 .