Loading...
HomeMy WebLinkAboutDependable Maintenance1 Jearaitta.4000/1.4404i. voik 110411011141~ "aft* 40iii*. PRIORIT *MAIL ::: DATE OF DELIVERY SPE ta; USPS TRACKINGTM INCLI $ INSURANCE INCLUDED PICKUP AVAILABLE * Domestic only WHEN USED INTERNATIONALLY, A CUSTOMS DECLARATION LABEL MAY BE REQUIRED. PRIORITY. *MAIL* la, UNITED STATES POSTAL SERVICE® FROM: Dpk N ctin+en9(14- e (3fh Ave 5-.)-73c, TO: �Iy Gi W,drko %15 MktI berry , S-)- Ato,h--60 1 c 0703 Label 228, March 2016 FOR DOMESTIC AND INTERNATIONAL USE TRACKED *** INSURED For Domestic and International Use Label 107R, May 2914 14F July 2013 1:12.5 x 9.5 Ire Origin: 52732 Destination; 50703 0 Lb 3.70 Oz Jul 06, 17 1817730376-03 1612 40,10, 1006 PRIORITY MAIL ®2 -Day Expected Delivery Day: 07/08/2017 C003 11 1 USPS TRACKING NUMBER 1 1 IN 1H1 1 9505 5116 2212 7187 1246 85 1 1 J VISIT US AT USPS.COM®UNITED STATES ORDER FREE SUPPLIES ONLINE POSTAL SERVICE® 4ISI \qpecrlbyt. Mayor QUENTIN M. HART COUNCIL MEMBERS TOM POWERS Ward 1 BRUCE JACOBS Ward 2 PAIRICK MORRISSEY Ward 3 JEROME AMOS, JR. Ward 4 RON WELPER Ward 5 TOM LIND At -Large STEVEN SCHMITT At -Large SALES TAX EXEMPTION AECOM 60543369 CITY OF WATERLOO, IOWA WATERLOO ENGINEERING DEPARTMENT 715 Mulberry St. • Waterloo, IA 50703 • (319) 291-4312 Fax (319) 291-4262 ERIC THORSON, P.E. • City Engineer INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION (CERTIFICATE CONTRACTOR NAME: ,evVJ G� Uct,ct i t i71 �iM� )1()C, ADDRESS: 1 Lj) L( I �ll-c S C\;YfiIM 14 5z132 - (Check One) PRIME: X SUBCONTRACTOR: FEDERAL ID#: .i Z' 15 D (D t'(q PROJECT NAME: FY 2018 MANHOLE INSPECTIONS — SERVICE AREAS 10, 11, 12 AND 13 PROJECT CONTRACT NO.: 935 DESCRIPTION OF WORK: ❑ Brickwork 0 Landscaping O Carpentry 0 Painting O Concrete 0 Paving O D><ywall-Plaster-Insulation 0 Plumbing O Electrical 0 Roofing -Siding -Sheet Metal O Excavation/Grading 0 Windows ❑ Flooring 0 Wrecking -Demolition ❑ Heavy Construction ❑x Other (Please Specify) ❑ Heating -Ventilating -Air Cond. ❑x Manhole Inspections WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CONTRACT NO. 935 Page STE-1 OF 1 FORM OF BID OR PROPOSAL FY 2018 MANHOLE INSPECTIONS — SERVICE AREAS 10, 11, 12 AND 13 CITY OF WATERLOO, IOWA CITY CONTRACT NO. 935 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of I(xJA a Partnership consisting of the followin. •artners: having familiarized (himsel. -msely itself) with the existing conditions on the project area affecting the cost of the work, an. 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 FY 2018 MANHOLE INSPECTIONS — SERVICE AREAS 10, 11, 12 AND 13, CITY CONTRACT NO. 935, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2018 MANHOLE INSPECTIONS — SERVICE AREAS 10, 11, 12 AND 13 CITY OF WATERLOO, IOWA CITY CONTRACT NO. 935 Item Description Unit Estimated Quantiles Unit Price Total Amount 1 Manhole Inspection - SA 10 EA 346.00 $ 35 $ 12.,)/0 2 Manhole Inspection - SA 11 EA 347.00 $ 35 $ 19 )HS 3 Manhole Inspection - SA 12 EA 140.00 $ 35 $ '-{q op 4 Manhole Inspection - SA 13 EA 43.00 $ 35 $ 1905 TOTAL BID $ 30,10(00 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. pJ 4. Security in the sum of Me kilo s a t h(wette14W\dllflWtf Dollars ($ 1533, ) in the form of hc.k VJ$nct , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. FORM OF BID AECOM 60543369 CONTRACT NO. 935 BF -1 OF 2 CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION 935 -Haw l'44/M l,e Itniectn -111310 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. RESIDENT BIDDER AECOM 60543369 COMPANY NAME CORPORAAOFFICER TITLE C>s6 gar4R y DATE 1Ij' )F1 brozZAt Ouvo t III( CONTRACT NO. 935 RB -2 OF 3 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of n/O W ) County of U('/iI1'(l' )ss Je _T'71 -e Nolo/ being first duly sworn, deposes and says that:(j -.`_ 1. He is l§_ A Partnner, Officer, Representative or Agent) of I(j�°(/jGjaae Nett:0I—'I41 0a the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or ptj¢ in interest, including this affiant. (Signed) Title Subscribed and sworn to before me thi 5 day of JO 2011 Id Kt PI le7 My commission expires NON -COLLUSION AECOM 60543369 oa JESSICA SNYDER Notarial Seal - Iowa Commission # 76501 My Commission Expires 10 0 II CONTRACT NO. 935 NCA -1 OF 2 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 10. The bidder shall list the MBE/VVBE 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. NptIAClable Nret;41 Pkittnibin �51►', (Name of Bidder) (bate) BY: !4 [,J 6 � Title £dR 742/ ress: (Including Zip Code): N19 12)1\wtS Clitn-hmn 14 62-132- I.R.S. 2132 I.R.S. No. FORM OF BID AECOM 60543369 CONTRACT NO. 935 BF -2 OF 2 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. 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, EQUAL OPPORTUNITY CLAUSE AECOM 60543369 CONTRACT NO. 935 E0C-1 of 2 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. EQUAL OPPORTUNITY CLAUSE AECOM 60543369 (Signed) ropriate Official) (Title) 11 Sill (Date) CONTRACT NO. 935 EOC-2 of 2 GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES; ZACHARY PATE; TROY STAPLES; NICHOLAS HOCHBAN its true and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES; ZACHARY PATE; TROY STAPLES; NICHOLAS HOCHBAN may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC.. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 28s';day of September, 2016. STATE OF OKLAHOMA ) ) SS: COUNTY OF OKLAHOMA ) Kenneth D. WhlttingCon, President Kylek. McDonald, Treasurer On this 28th day of September, 2016, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom 1 am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attomey was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. My Commission Expires: August 8, 2017 Commission #: 01013257 Satni Nota dv Public GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED; that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys-in•fact or under otherappropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business: On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any instrument conferring such authority or on any bond' or undertaking oftheCompany, the seal, or a. facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however,.that the seal shall not be necessary to the validity of any such, instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this 5th day of July , 2017 GR0900.1 /a�/!�c✓ Kyle P/McDonald, Secretary/Treasurer Document A3I O TM - 2010 Bid Bond CONTRACTOR: 'Faure, legal status and address) Dependable Drain & Plumbing Inc. 212.34th Ave. N. Clinton, IA 52732 OWNER: (Name, legal status and address) City Of Waterloo SURETY: (Name, legal status and principal place of business) Granite Re, Inc. 14001 Quailbrook Drive Oklahoma City, OK 73134 BOND AMOUNT: Five Percent of the Bid Amount (5% of Bid Amount) PROJECT: City Contract 935 - FY 2018 Manhole Inspections (Name, location or address, and Project number, if any) Bond No. RB0071377 This document has Important legal consequences. Consultation with an attorney Is encouraged with respect to Its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are st►cli that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the tern Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 5th day of July, 2017 (Mires (Witness) Dependable Drain & Plumbing Inc. (Principal) (Seal) (Title) Granite Re. Inc, (Surety) (Seal) (Title)Zachary Pate, Attorney -in -Fact CAIJ'I•ION: You should sign an original AIA Contract Document, on which this text zlt)pears in RED. An original assures thr)t changes will not be obscured. - (nit. AIA Document A310'"— 2010. Copyright ©1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: i:, •. AAA' C)OKtl;acnl 03 1;1'0 f•.:,x.tl by U.S. .-U1 yIiOhl i itl'i 0,10 intr:.::It o! a i 1, o.1I.3-s Us.:patg,,,i:<ed r:.r'•! • t,.00 -:•f i,r f11F.1'1,t,tion f Mr'. . :e• ' t'.,•:u'c •` -:, ai tiny portion is It, may ,a -:;nit 0 ;','vola: (MA' ar.0 ui rr ,*aI pen;rltiny. ,0 vir,i tsr• p ?-. (.U1( l 10 the fYma:!i'nrin '..!t-,nl .)0'.otl'e t,;t `I of t IBr. / Purchasers are permitted to reproduce ten (10) copies of this document when completed. To report copyright violations of AIA Contract Documents, e-mail The American Institute of Architects' legal counsel, copyright@ala•org• 00110 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of ) County of ) On this day of in the year , before me personally come(s) to me known and known to me to be the person(s) who (Is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he _ executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of ) On this day of in the year before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he executed the same as for the act and deed of the said co -partnership. State of County of L L I.No) Ori this day of (p � in the year c910 "7, before me personally come(s) to me knowp who, beingrduly rn, deposes and says that he is the of the i tt)g401)4g4i kitty 1 LW4h Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) ) ) ec e— the corporation described in and which executed the foregoing instrument; that he knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by t order of the Board of Directors of said corporation, and that he signed his name thereto by like order. State of Minnesota ) County of Dakota ) JESSICA SNYDER Notarial Seal - Iowa Commission # 76501 Expires Commission Expires Notary Public EDGMENT OF SURETY f2A-J On this 5th day of July, in the year 2017, before me personally come(s) Zachary Pate, Attomey(s)-in-Fact of GRANITE RE, INC. with whom I am personally acquainted, and who, being by me duly swom, says that he is (are) the Attomey(s)-in-Fact of GRANITE RE, INC. company described in and which executed the within instrument; that he know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he signed said instrument as Attomey(s)-in-Fact of the said company by like order, ANDREA MARIE C01NNOLLY DEES 1:0TAITti PUBLIC • I{Ili INESOTA Jan.31,2 fl Notary Public 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at (IAA, to N I; this 6"1-21 day of 20% Dit.AMR L ► N s , I,nig fNG (Name o Bidder) By: —S cFF L 7zlaorr,L Title: n ui.ni x State of �0 w.A L. 1,1.N 0 County of ) ss: F Q _ . t being duly sworn cposes and says tpa of ► EPs.v.DAnt /J AA! A-, !' I' t he is 1vw:R/.-,b (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are Subscribed and sworn to before me this My commission expires STATEMENT OF BIDDER'S QUALIFICATIONS AECOM 60543369 true and correct. • 1 4 Notarial Seal - Iowa JESSICA SNYDER 4 Commis # 76 119 j My Commission Exp Expires %aO /o CONTRACT NO. 935 SQ -2 OF 2