HomeMy WebLinkAboutWRH, Inc.WRH, INC.
PO BOX 256
AMANA, IA 52203
Bid Bond:
FY 2017 Flood Control Gatewell Repairs
Contract No. 918
City Clerk
City of Waterloo
City Hall
715 Mulberry Street
Waterloo, IA 50703
WRH, INC.
PO BOX 256
AMANA, IA 52203
Bid Proposal:
FY 2017 Flood Control Gatewell Repairs
Contract No. 918
City Clerk
City of Waterloo
City Hall
715 Mulberry Street
Waterloo, IA 50703
_ 1 ,� -fin ..
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that w
WRH, Inc.
as Principal, and Merchants Bonding Company (Mutual)
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 Submitted ---
Dollars ($ ---5%--- ) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the loth day of April
2017 ,for
FY 2017 Flood Control Gatewell Repairs in the City of Waterloo, Iowa, Contract No. 914
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If saki 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 shalt 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 lath day of April , A.D.
•
•
u«i��teRlJ
itness Virginia Possehl
Corporat%•, Secretary
Witness Stacy
er n
2017 ,
WRH, Inc. (Seal)
Principal
By
Jamie Rich
V' e president
B si�tess Procurement
Mere ri • nding ompa tua) (Seal)� urety
B
Attorn-in-f. t
Dione R. Young
(Title)
ERCHANTS
BONDING COMPANY-,.
POWER OF ATTORNEY
Know All Persons By These Presents, That MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING.
INC., both being corporations duly organized under the laws of the State of lowa (herein collectively called the "Companies"),
and that the Companies do hereby make, constitute and appoint, individually,
Anne Crowner; Brian M Deimerly; Cindy Bennett; Craig E Hansen; Dione R Young; Jay D Freiermuth; Jody
Decker; Kathleen Brewer; Kevin J Knutson; Lacey Cramblit; Michelle R Gruis; Shirley S Bartenhagen; Stacy
Venn; Tim McCulloh
of Des Moines and State of low a their true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surely
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
TWENTY MILLION (520,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given. are
hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the 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 Witness Whereof, the Companies have caused this instrument to be signed and sealed this 8th day of April , 2015
STATE OF IOWA
COUNTY OF POLK ss.
•�O?O�PPO,gq' .•
c s.�.
:1-5' Z -o_• 0.3
;a'• 1933 5.
:yam'. •:•
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC,
7�
President
On this 8th day of April . 2015, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say Thal he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is 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.
In Testimony Whereof, I have hereunto set my hand and affixed niy Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
PRIn<< WENDY WOODY
0 7 y Commission Number 784654
? < My Commission Expires
rowf June 20, 2017
STATE OF IOWA
COUNTY OF POLK ss.
Notary Public, Polk County, Iowa
1. 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 niy hand and affixed the seal of the Companies on
this 10th day of April , 2017
POA 0014 (7/14)
d-
_0- va ••
2003 /.'->
:/„.4„4/C2 PO N�.Z: / ��
o. 4-
1933 ' : Secretary
./.01';
. ''K\4:-.
FORM OF BID OR PROPOSAL
F.Y. 2017 FLOOD CONTROL GATEWELL REPAIRS
CONTRACT NO. 918
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, lowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of Iowa
a Partnership consisting of the following partners:
having familiarized (himself) (themselves) (itself) with the existing conditions on the project area
affecting the cost of the work, and with all the contract documents listed in the Table of Contents and
Addenda (if any), as prepared by AECOM 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 FLOOD CONTROL GATEWELL
REPAIRS, CONTRACT NO. 918, 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 FLOOD CONTROL GATEWELL REPAIRS
CONTRACT NO. 918
1
Gatewell A-2
LS
1.0
$ W 3, Ooor-
$ '4_5,000 °2
2
3
Gatewell B-2
Gatewell C-2
LS
LS
1.0
1.0
0o
$ H 9, 000-
$ H9,too ° -
$ YR, 000 °5-
4
5
4
Gatewell D-2
LS
1.0
$ .5 3, 000 cu
$ 3, 0 00 `=E'
5
Gatewell T-5
LS
1.0
TOTAL BID
00
$35,,500
$Zl9,coo ou
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of 5 %
($ )in the form of Bid Bond
accordance with the INSTRUCTIONS TO BIDDERS.
Dollars
is submitted herewith in
FORM OF BID CONTRACT NO. 918 FB -1 of 2
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor,
6. Attached hereto is a Resident Bidder Certification (_ X ), or Non -Resident Bidder Certification
( ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date 04/12/17
2 04/14/17
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.
WRH, Inc.
BY:
April 20, 2017
(Name of Bidder) (Date)
mie Rich
icial Address: (Including Zip Code):
TitleVice President Business Procurement
PO Box 256
Amana, IA 52203
I.R.S. No. 42-1012899
FORM OF BID
AECOM #60516781
CONTRACT NO. 918 FB -2 of 2
FY 2017 -Flood Control Gatewell Repairs
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
)ss
County of Iowa
Jamie Rich , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer, Representative, or Agent) , of WR H , Inc .
the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with any
other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or,
to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to
secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, r parties in interest, including this affiant.
(Signed) Y
m
J ie Rich
Vice esident Business Procurement
Title
t a Subscribed and sworn to before me this�O day of
116W-144/4. ) /7
Tit
My commission expires ,rig/1 7419/7
NON -COLLUSION AFFIDAVIT
, 2017.
VIRGINIA K. POSSEHL
Commission Number 224030
My Commission Exp. Aug. 17, 2017
CONTRACT NO. 918 NCA -1 of 2
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 918
PROJECT NAME: FY 2017 Flood Control Gatewell Repairs
DATE OF LETTING: April 20, 2017
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 amore 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 WRH, Inc.
CORPORATE OFFICER
amie Rich
TITLE Vice Presid nt Business Procurement
DATE
RESIDENT BIDDER
April 20, 2017
CONTRACT NO. 918 RB -2 of 3
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
CO TRACT NO.:
PROJ CT NAME:
DATE O ETTING:
NON-RESIDENT BIDDER CERTIFICATION
I hereby certify tha I am an Iowa non-resident bidder.
COMPANY NAME:
CORPORATE OFFICER:
TITLE:
DATE:
STATE/COUNTRY OF RESIDENCY:
Stated below are the preference : to resident bidders in the st- e/country of
(Preference to bidders, labor fo e, or other preferential treatmen o bidders or laborers, etc.
RESIDENT BIDDER
AECOM #60516781
CONTRACT NO. 918 RB -3 of 3
FY 2017 -Flood Control Gatewell Repairs
Prime Contractor Name: W R H , Inc .
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
F Y 2017 Flood
Project Control Gatewell RettPlitngDate: 04/20/17
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 MBEANBE subcontractors will be used, please use the bottom
portion of this form.
Vice President
Contractor Signature: Title: Business Procurement Date: 04/20/17
Jamie Rich
SUBCONTRACTORS APPLICABLE: You 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 MBEANBE 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
DC Corporation
Multiple
Attempts—No
Contac_
v
--
Greer's Works
Multiple
Attempts—No
Contac-
AO
--
Old Greer's Works
Multiple
Attempts—No
Contac_
Aro
/�
D & D Construction
Multiple
Attempts—No
Contac
=
A,
0
Watco Construction
(Form CCO-4) Rev. 06-20-02
MBENJBE PARTICIPATION
AECOM # 60516781
Multiple Attemps-
4/17/17
CONTRACT NO. 918
M-6 of 6
FY 2017 -Flood Control Gatewell Repairs
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME: WRH, Inc.
ADDRESS: PO Box 256
Amapa, IA 52203
(Check One) PRIME X
FEDERALID#: 42-1012899
SUBCONTRACTOR
PROJECTNAME: FY 2017 Flood Control Gatewell Repairs
PROJECT CONTRACT NO.: 918
DESCRIPTION OF WORK:
❑ Brickwork
❑ Carpentry
O Concrete
O Drywall -Plaster -Insulation
O Electrical
O Excavation/Grading
O Flooring
O Heavy Construction
O Heating -Ventilating -Air Cond.
SALES TAX EXEMPTION
O Landscaping
O Painting
O Paving
O Plumbing
O Roofing -Siding -Sheet Metal
0 Windows
❑ Wrecking -Demolition
O Other (Please specify)
KJC General Contractor
CONTRACT NO. 918 STE-1 of 1
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs