HomeMy WebLinkAboutHudson Hdwe, Plbg & Htg.CITY 0= , I ERLOO
CITY CLE'<'S OFFICE
SEP 120 -it *12:55:33
FOR SERVICE CALL
PETERSEN
HUDSON HDWE. PbBG&HTO,
988 -HEAT
520 Main Street - Hudson 50643
FOR EMERGENCIES, NIGHTS AND WEEK -ENDS
988-32310,1-800-296-0594
303 Main St. - Reinbeck 50669 Phone: (319) 345-6427
Serving All Your Plumbing & Heating Needs
(Cr F-C'L irVt3 R.C- (IV\ e:A)
ROUNCSZ L5,e4
1)(6J--ec,-"Pt
opi
WATERLOO
RK S OFFICE
3 M i2: 55: 2¢.
4
FOR SERVICE CALL
PETERSEN
HVDSON HDWE. PkBG&HTGIN,
988 -HEAT
520 Main Street - Hudson 50643
FOR EMERGENCIES, NIGHTS AND WEEK -ENDS
988-32310,1-800-296-0594
303 Main St. - Reinbeck 50669 Phone: (319) 345-6427
Serving All Your Plumbing & Heating Needs
oi(p
Ve_ole_3\Je-f Pri:j
CITY OF WATERLOO, IOWA
WATERLOO LEISURE SERVICES COMMISSION
BID FORM
for
2016 FALL STUMP REMOVAL PROJECT
BIDDER: ge P1wj�r�
COMPANY NAME
ADDRESS:
/4' , q 52:4,20
PHONE: (3 (1 )
1. The undersigned, being a Corporation existing under the la s of the State of
a Partnership consisting of the following partners: 7V 4
having been familiarized with the existing conditions on the project area affecting the
cost of the work, and with all the Contract Documents now on file in the offices of the
City Clerk, City Hall, Waterloo, Iowa, and the Waterloo Leisure Services Commission,
1101 Campbell Ave., Waterloo, Iowa, hereby proposes to furnish all supervision,
technical personnel, labor, materials, machinery, tools, equipment, and services,
including utility and transportation services required to complete the proposed 2016
FALL STUMP REMOVAL PROJECT, in accordance with the contract documents and
for the lump sum price for the removal of the 367 stumps along City owned rights-of-way
and in city parks as listed in the attached documents for the following amount:
TOTAL BID PRICE:
-e ek -c; ikv-ocunk ie -C 17- Dollars ($ '47 / '703)
(7,4-3Z ca e-) (
2. In submitting this bid, the Bidder understands that the City reserves the right to reject
any or all bids. If written notice of acceptance of this Bid is mailed or delivered to the
undersigned within thirty (30) days after Bid Opening, of 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this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the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 insurance within ten (10)
days after the agreement is presented for signature, and start work within ten (10) days
after "Notice to Proceed" is issued.
3. Security in the sum of _ `1,1 aw.e.J::-.A 6 e dollars ($ )
in the form of ,a j CC d , is submitted herewith in accordance
with NOTICE TO BIDDERS.
4. Attached is a Non -Collusion Affidavit of Prime Contractor.
5. The Bidder is prepared to submit a financial and experience statement upon request.
BID FORM page 1 of 2
6. 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.
7. The Bidder has received the following Addendum or Addenda:
Addendum No.
Date: / /
/ /
/ /
S. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid
items listed on the City of Waterloo Minority and /or Women Business Pre-bid Contract
Information Form submitted with this Bid Form. 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 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
9. The Bidder shall list all equipment available for this project:
Vu — s-L,r ‘r..de4 eta , 4 ck
q / `1 LctuQee
LivL�3�i#�
10. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are
marked "none" or "NA".
11. The bidder has attached all applicable forms.
12. The owner reserves the right to select alternatives, delete line items, and/or to reduce
quantities prior to the Award of Contract due to budgetary limitations.
SIGNED:
Name and Title
DATE: 9/ /17/
BID FORM page 2 of 2
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of )
County of 13 Lc.: J -LJ
, being first duly sworn, deposes and says that:
1. He is Owner, (Partner), (Officer), (Representative), or (Agent) of kttSthw`��-;`'�
the Bi.. er at has submitted the attached Bid; ( J . c ttc,si_v„?
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 age r ,•resentatives, owner , employees, or parties in interest, including this affiant.
)1/(C -e
itle
5�SuZr�crarediavid two-vwto-before,wie,th,:aof ___SIffeimiZeir- (Q4.1(0
-
IVA v
S C -na tl,urei 7"i i /
My ,[Ace's, 1-(
a�cL
r„, , GREG DIRKS
COMMISSION NO.2 i9613-
'3 ;: MY COM?” laEXPIRES
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:
I. The contractor, 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
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.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
subcontract or purchase order unless exempted by the rules, regulations or orders of the
City's Affirmative Action Program, and will provide in every subcontract, or purchase order
that said provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-
discrimination in employment. Any person who applies for employment with our company
will not be discriminated against because of race, creed, color, sex, national origin, economic
status, age, mental or physical disabilities.
Signed:
Appropriate Official
Title
F-/-/‘
Date
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2
BID BOND
(Percentage)
Bond No. 62895439
KNOW ALL PERSONS BY THESE PRESENTS, That we Hudson Hardware Plumbing & Heating, Inc.
Of PO Box 390, Hudson, IA 50643
WESTERN SURETY COMPANY
, hereinafter referred to as the Principal, and
as Surety, are held and firmly bound unto City of Waterloo
, hereinafter referred to as the Obligee, in the amount of
Five Percent of the Amount Bid
(5% ), for the payment of which we bind ourselves, our legal representatives,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for
2016 Fall Stump Removal Project
NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be
specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or
contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the
damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this
obligation shall be void; otherwise to remain in full force and effect.
SIGNED, SEALED AND DATED this lst day of September 2016
Principal
Hudson Hardware Plumbing & Heating, Inc.
BY'
Surety
WESTERN SURETY COMPANY
BY:
Form F4595-8-2001
Jason C Koch, Attorney -in -Fact
Western Surety Company
POWER OF ATTORNEY - CERTIFIED COPY
Bond No 62895439
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the
laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents
make, constitute and appoint Jason C Koch
its true and lawful attorney(e)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on
its behalf as Surety, bonds for:
Principal: Hudson Hardware Plumbing & Heating, Inc.
Obligee: City of Waterloo
Amount: $500,000.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed
with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
attorney(a)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following
bylaw of Western Surety Company which remains in full force and effect.
"Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such
other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the
Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of
the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other
obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile."
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of November 30th
2016 but until such time shall be irrevocable and in full force and effect.
In Witness Whereof, Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and
its corporaaarp 42 be affixed this 1St" day of September 2016
Ontli$ era4fd t day of September in the year 2016 , before me, a notary public, personally appeared
Paul T. Brunet, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANYyand acknowledgedksaid instrument to he the voluntary act and deed of said corporation.
J. MOHR
NOTARY PUBLIC(r SEAL r
SOUTH DAKOTAbx�Jt
fsssssssssssssssssasssssf
My Commission Expires June 23, 2021
I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company
as set forth in the Power of Attorney is now in force.
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 1 s t day of
September 2016
} 6a
WEST'EIM' SURE.TiY COMPANY
Paul T/Bruflat, Vice President
q‘—riediA.2
Notary Public - South Dakota
WEST'ER/N SURELY COMPANY
Paul T/Bruflat, Vice President
To validate bond authenticity, go to www.cnasure y.com > Owner/Obligee Services > Validate Bond Coverage.
Form F5306-1-2016