HomeMy WebLinkAboutLandmark Turf Servicesr
0
...fr..
0 J ri. ce,
x
c
-J .X)I
!--)$ .4: --4 co
s
s
us
c0
c
air
I
I. 1
1
•
1
1
I
1
:'s h0U06E L 0:'
0
0
0
-o
m
0
3
r
m
0
cn
D
—4
c
D r
O to
mo
o
0
> -rt
D',
0 In
OD
C° o
��
m
m
S
Z
6,
O
S
O
r
r
1CD
� D
_Security Features Included.
oolJaleM J.o kIt3
Two Thousand Two Hundred Forty -Five Dol
swa3 antJ-A44613
0
JJ
O
mI
m
oolJa;ej 10 AQt3
-i 3V
I -gm
el3
sia
oDm
03
/mom D
VJ Z
m
_l
O
O.
N
01
0
COCO
CO
Details on Back.
a-
r
glow
r
r•
0
fi
r -
c
r
t
cc)
47
It..)
V •�, 41.
11 11
1: .:
:;tilaft
O I
•
r
FORM OF BID OR PROPOSAL
FY 2019 LEVEE RIP RAP SPRAYING
CONTRACT NO. 961
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
1 0 \ a Partnership consisting of the following partners:
S'\ ; It c H \\Q./ 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 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 2019 LEVEE RIP RAP SPRAYING, Contract
No. 961, all in accordance with the above -listed documents and for the unit prices for
work in place for the following items and quantities:
FORM OF BID
CONTRACT NO. 961
Page 1 of 3
FY 2019 LEVEE RIP RAP
CONTRACT NO.
SPRAYING
961
BID
ITEM
DESCRIPTION
UNIT
EST. QTY.
UNIT BID
PRICE
- TOTAL BID
PRICE
1
CEDAR RIVER - 2300 FEET WEST OF CEDAR$
BEND PARK TO CEDAR BEND PARK
LS
1.00
$
1 ' 6 O 0
2
CEDAR RIVER - CONGER STREET TO 78 FEET
SOUTH OF RAILROAD BRIDGE
LS
1.00
$
$
1 C
3
CEDAR RIVER - CEDAR RIVER PARK TO
VIRDEN CREEK OUTLET
LS
1.00
$
rip -0,c)
4
CEDAR RIVER - 150 FEET NORTH OF E.
MULLAN AVE. TO E. 1ST STREET
LS
1.00
$
$ Ci % o. p f>
5
CEDAR RIVER - E. 6TH STREET TO CITY
LIMITS
LS
1.00
$
$ it -ii Ied 0-60
6
FORRESTER DETENTION POND
LS
1.00
$
$ 9 15 0 0
CEDAR RIVER - 3200 FEET WEST OF CONGER
STREET TO 100 FEET SOUTH OF W. 1ST
STREET
LS
1.00
$
$ (3al 5-) O 07
8
BLACK HAWK CREEK - HWY 218 TO RIVER
ROAD (WEST SIDE)
LS
1.00
$
$ 3 $ S
9
BLACK HAWK CREEK - HWY 218 TO RIVER
ROAD (EAST SIDE)
LS
1.00
$
$a�1 ��1“ O
10
CEDAR RIVER - W. 6TH STREET TO
HAWTHORNE AVENUE
LS
1.00
$
$ 6 I
15 o
11
TREATMENT PLANT RING LEVEE
LS
1.00
$
$5.43 S J . Q O
TOTAL
BID
$
41-11
1:106
0
0
FORM OF BID
CONTRACT NO. 961
Page 1 of 3
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.
c,nama,ll .to -k t� 5tv;(,$LSC `DI")) 14S
(Name of Bidder) (Date)
BY:%ftii•JA Title Pits; (Ac ±
Official Address: (Including Zip Code):
I.R.S. No. a C7 2,3 06,7r7
FORM OF BID
CONTRACT NO. 961 Page 3 of 3
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and
as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called
"OWNER." In the penal sum
Dollars ($ ) 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
120 , 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 hereeto01 d and these presents to be
signed by their proper officers this day of
By
Principal
(Seal)
Witness Surety
By
Witness Attorney-in-fact
(Seal)
(Title)
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of
County of )
being first duly sworn, deposes and says
that:
) ss:
1. He is (Owner, Partner, Officer, Representative, or Agent)
hereinafter referred to as the "Subcontractor;"
He is fully informed respecting the preparation and contents of the subcontractor's
proposal submitted by the subcontractor to
contract pertaining to the
project in
(City or County and State)
Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
Neither the subcontractor 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 proposal in connection with such contract or to
refrain from submitting a proposal in connection with such contract, or has in any manner,
directly or indirectly, sought by unlawful agreement or connivance with any other bidder,
firm or person to fix the price or prices in said subcontractor's proposal, or to fix any
overhead, profit or cost element of the price of prices in said subcontractor's proposal, or
to secure through collusion, conspiracy, connivance or unlawful agreement any
advantage against the City of Waterloo, Iowa, or any person interested in the proposed
contract; and
The price or prices quoted in the subcontractor's proposal 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.
(Signed)
Title
Subscribed and sworn to before me this day of
, 201
Title
My commission expires
Bidder Status Form
To be completed by all bidders Part A
Ple answer "Yes" or "No" for each of the following:
Yes ■ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
[V ,Yes ❑ No My company has an office to transact business in Iowa.
es ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
ReYes ❑ No My company is riot a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: cK / IC / b' o a gto 00 f c rpt Address: 5 n. `-1 WI ' IR 5 PJ M o n c -Q R (J
City, State, Zip: I)yrn)Lcv+on,Ifl S(6dL
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip*
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers? _, Yes 0 No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: `—c\nA tnw/i( IAA/ f Scvviits
Signature:
reNtkik
Date: `h) i ' i
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
C C
G 0
O
_ LL s
Z J
a
NN O
Lf. � tl'
LU
Z 2 e6
W )_
CAOL
W Z_
Z
?UES:
m
WZ-,
03 0
0 v
Cm 03 v/
W
a r
Prime Contractor Name:
4-
cp 0
CO V.
L
U
0 N
Q"
3
0 =
a)
N
ca)
.m a
c
N N
O
a.0
(_
Lc 3
0 N
O
O. N
U C
00
O Z(=,
c G
0W
m
.0
N
WCCO
_
LU
U
ma)
a
Ta
c
as
0 t
O .J
L
o3
035
Z •is
�(0
N )
0 C)
o- N
in
C
I- U
g alc
0
U
Z
o N
CO
UL
(qoo
W N "'
CO () u)
w
OC w
LU o
M c
2 m
Zno
aa)) a
eo
rzi
eS
6
dai
Contractor Signature:
p N
N 0
7,
c
o 'a
OC
`p Q
E
O O
C U
a) 4_
0 a )
a)
a o 0
O U
a.0
o p
N
c o
aca
E
0
.0
aL
c l-
o 0
a) N
N
o
s
v
N
a
T
o g,
oa
oar
c o
E pa)
a) N N
U 6
5
O- c
N O a)
U
N
`w o0
U
0cp
U
} c N
)il o03 _
J a
< N 0
UW
CO U
m
< m O
0
CC
O
o
I- T N
o u
m
J
HQ0a
a
O rn
m 3 0
O O
0) 0
C c U
LO
A'.
N E g
E 'i C)
0 0 LL 0 0
CO a
T
0 c O
c o
0 my
L=
U N
E"=c
> OU
4-
o N
N
L. N
. N
a).0o.
5N -e.:
00) 0
a'c 3
00 a)
m Y
E
C o c
o
Ha
()DE`
N'N 0
cE CL
p 9 0
U o
a) (0
n
O La v=
•0 b m
9 O
T
p
W
T p CO
O
aa)cqa a c
m a)„
o E z-(.4
co
p
U
TD) a)a)v
m
0c@ia
NN =
N N U
a) ' as c
N03p
}T
W'L-
O
.3
L_
U
W t/)
c
0 0)
a) .oc
0
cE m
a o t/)
ma aU
N € N Q
0 a h.
n_c� W 0
"_ 0 U
Y o 0 W
O m Vi
Ea o
O E br
Z
0
alo O I -
m -a N
rno ZN
N� OW
a0Z_
c0 2�
0e co
N
N c LL W
G 22 Z m
5 as
= Q LL
Waz' 0
m 0 CO
L J
CO= CO
--C2`o I-
CD
(513
0 N
_
L
N o
C
E
Zr) c
0
ac
w E
Leo
N
a
0 m
Y
C E
(Form CCO-4) Rev. 06-20-02
11
o c
>• O) O
U
C .0 _
=@
E
O U O
a 0 1-
0 ° •
N
L C N
-p N N
a) N c
70 N N
O
O c d
N - m
vi Nm� U
OZ 0� a
P CmO L
N 2 Ny
L y0
Ce w N Y 3
W I— m@ O 0
co o c O 0@
2?
Lu ov
3. g 0 N
C O
Wim' rOJ>
Z O N N p N
ill c'n@m o
N
ui O a) o E a)
co a O U O O
0
C O
Z a) c N
50 9 O
MO Ca)Co Um E Em
W Z N a 0 CU (a
03 Fa
(, O 0 5.40 -
LU Q (O N
Ca Zi— `o€a
_ U a
O
Et
o O ® .- a
U O N
Ill @ O Q
O a)
W co@ U O
@ O)
0 y 0 0 C EC
Z. U . O
ca)Eo
p c a)
0 m @ N O
E
vO
0 o 0
9 0 E
N a 0
0 00 0
EO_CQO
c ) 0 0
U a`4.
N 15 U) O
Ef' N
c`a
a a_0
PHI
T
N N
a
o -Cr?
25:U
oc
0 0
N
C O
0 0
U N
O C
E o
t. -0
N c
L @
a
N 0
C
E .n
0)
o E
E
O
0 O
Zta
00)0
N
L 'C.
oE.
oa
W O c
Z C N
N
Ual0
Fp_ N
z ,;2,
ONa
UO a)
o O O)
N W
m (o C
a aa)) m
O
�
O O
wU0
EE
(o WC O
(n pY
C
mN)
wC
m@@
a
co a
ac
Ea
L- O co
O N
y�
aN c
N U O
o
a N 4-4c
C O(-)
.
0
n 0) o
w C U
m W
a)
DO NW
m
@
m
2.c N
N @ Q
N +L' y
N
N >
N -c
C.
@
d N T
2 J
1]
iEa) N U
C U N C
m Y @
tip
U - O C
O W N
-0 m .6 C
as O
a
a O N O
N
.O N
o—
=>'mE
NUDE
N
N N w C
v c
o a 0
U O U
N U O C
N v 0
,C c
N o •- a)
o 0
W 5- 0
m �,N T
U 0
m coc
W c
O .,o , C
g @ o L
N U U
w
CN
E'U ��
0 . w
ENom
c c -°
Eco N
<0)N>
N onO
N
trEi
E
0
O
a
ED_
0
@
N
N
a)
c
N
3
.0
Wo
m >o
oo
U o
@ >
U
m °
0 0
U0
wc
M
BE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for
0
aia
O
a @
N 0)
m c
O @
E
c O
-
O
L O
3 Y
UJ '3
CO W
1-0151 m W
0 m
N
Y
E
w
O o
N C
N
N
N c
N O
O a)o
o
mc
2 m _
�N
a) wp N
w W w
. m @ p
C>
o XE 00
U
0 pT@
@ O
O U
o a)> @
E U'5.6 0
c O U m
O c N >
ooac@i3
C N D N
E o . N c
0N 4- 3
O O -O N
O n-0 s_
011-U
oQ -
Om @.f] U
a)2
FL -
v N
Ca r..
W v
CO
.c
U
C N
CO a0
N
O a)
@ N
N L
E
C
O U
-r3
C
a) w
'
E
U
O N
a 3
"O W O
3z a
U co N
@ m
(1) O 0
.0 -0 O
.0 N .N N
C O
c N a c
-0�0w0
n c
NCC N O N
w OW E c @
N
p
c.03a
O
tn
a
C
0'
N
E
0
a
a
O
O_
a
v
0
a
@
O
.0
-o
°0)
E
L
a)
O
>
0)
•
Jo
0 0
U
N L
rn
o N
U
0
c.
@Q c•p
N2 o
P
L U
oz
a
a 3 an 3 w E
E E c E O
>.a)
o.0.— v
.- c _
E 0 -c0 aa) 3
Ja
3 O-6 L kft
N N
N Z N_ p N N U
NO'QOO CO
a)U 0 co 0
S
0
c 'O U N U a
= m ;O w0 N @ O
w w m C 0 0 a m
CO W ocEa0)oo2
wwco)E>.Urn
--
W o r oc c o
m—zoaQ8$.
aaiflciaai-EA m
c m o a)
@ 1- N o
O z H o
L
'O
.0 a
ON.- O
c.
O E ° L
E irt.b a3
c
limW
mm
-o
W Y
if/ m O W
O 2 3 m
4E4 r,
' c
C @
p N O
03a)m
N
2 N N m
E@o°%
-I a) a�
@ + N E L
CU a) a O
w a`
L U o
O O_ W -0 d
N N @
TO mm a)
C 'U L
N - N N O
o ,c a) 2
O) C .> G
L @ a) N
a U O a) O N O 'O
a
U P O N n
c E
oa)a)-c
`O O 0 0) O
C fl 1/4„0 <oww 'w
O
j N rn O
0 as
,F2.•
c
a U cr
0)
0 3fl @ O
_ a) C
a) r o U
O r U O
N V N o
aN1ja 0
E N C 9
.0 a`) 0 = N
N U 3
o •-
OU a) •�
E
m U
N
C Y
C
a 0
c_4_ N
OE mac
O c = N
U a N @
o C ®
WOa0E
c— E
C @
ww0.0 rnW
0-) CO
N C
L (-) N 'C w
U N a) 0 m
ww.c 02
Form CCO-4A Rev. 07-08-02
LANDMARK TURF SERVICES, LLC
7524 N Raymond RD
Dunkerton, IA 50626
Subcontractors not needed for 2019 Levee Rip Rap Spraying.
Mike Hiller
President
Landmark Turf Services LLC
(319)415-8523
mike@landmarkturf.com