Loading...
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or delivered to the undersigned within thirty (30) days after Bid Opening, of at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of insurance within ten (10)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