Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Woodruff Construction, LLC
WOODRUFF CONSTRUCTION, LLC 1717 Falls Avenue 1 Waterloo, IA 50701 CITY OF WATERLOO CITY CLERK'S OFFICE MAR 28 2019 F*12:54.20 City of Waterloo F.Y. 2019 Lincoln Park Improvements, Contract No. 973 Woodruff Construction, LLC 1717 Falls Avenue Waterloo, IA 50701 Bid Documents WOODRUFF CONSTRUCTION LLC vlikS. . City of Waterloo F.Y. 2019 Lincoln Park Improvements, Contract No. 973 1717 Falls Avenue 1 Waterloo, IA 50701 CITY OF WATERLOO CITY CLERK'S OFFICE. MOR 28 2019 PH12:53:37 Woodruff Construction, LLC 1717 Falls Avenue Waterloo, IA 50701 Bid Security FORM OF BID OR PROPOSAL F.Y. 2019 LINCOLN PARK IMPROVEMENTS CONTRACT NO. 973 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 0 a Partnership consisting of the following partners: ito/as R. R)rd , 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 F.Y. 2019 LINCOLN PARK IMPROVEMENTS, Contract No. 973, 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. 2019 LINCOLN PARK IMPROVEMENTS CONTRACT NO. 973 81D ITEM INION UNIT QST. QTY. .. UNIT BIB PRICE TOTAL BID .......................... PRICE TRAFFIC CONTROL LS 1.00 $ 5100 $ 5100 2 MOBILIZATION LS 1.00 $EI,76V $ 5?I lot 3 SILT FENCE, INSTALLATION, REMOVAL, CLEANOUT LF 1,298 $ 2.2)0 $3.1034 •Ito 4 CONSTRUCTION FENCE LF 2,998 $ 4-.va $ II,992 5 REMOVALS, EXISTING PAVEMENT SY 1,879 $ 1.(10 $ J'9'. 290 40 6 REMOVALS, SUNKEN PLAZA LS 1.00 $loBCC.) $ Lo, 800 7 REMOVALS, LIGHTING EA 4 $I(o0 $640 8 EXCAVATION, CLASS 10 CY 45',$c3.0-0 $3,1.p40 9 10 11 SITE GRADING IMPORTED CLEAN FILL IMPORTED TOP SOIL FORM OF BID -ADD 1 LS CY CY CONTRACT NO. 973 1.00 107 143 RAO $ 7 -Sin $I4AB Page 1 of 5 12 ELECTRICAL INSTALLATION LS 1 $ %; i9OO $glj Id'(.(/ 13 PLUMBING & DRINKING FOUNTAIN INSTALLATION LS 1 $455,/ot �" $+3,1iY 14 MODIFIED SUBBASE, COMPACTED SY 1,755 $ 5,20 $'9,49SZ. t 15 PCC PAVEMENT, 6" SY 933 $ ¥2.tz' $31,IS/o 16 CONCRETE CURB FOR BRICK LF 307 $ 1-1,C71) $ 6 2/9 17 BRICK PAVERS WITH CONCRETE BASE SF 3,321 $ 21. 60 $ lo9,74-1 18 PCC, 6" CONCRETE - STAMPED/COLORED SY 1,286 $72-oU $g2,592 19 BENCHES EA 54 $ 94-0 $ O, %0?) 20 WASTE RECEPTACLES EA 8 $ 000 $ 137 (00D 21 ENTRANCE SIGNS EA 2 $ /P,'MO $ 21) 06 22 FLOWER BASKETS FOR LIGHT POLES EA 16 $ 90.0V $ 1, #1'D 23 SHADE TREES EA 10 $ Gj $5, 3ol 24 TURFGRASS SEEDING SF 16,000 $A9) $ 8, bob 25 DANCE CHIMES & INSTALLATION LS 1.00 $ 55/,50D $ j�jl(j", 26 POROUS PAVEMENT FOR TREE SURROUNDS SF 288 $ ), CO $ 1133 ZD 27 REMOVALS, MISC LS 1 $ ),Poo $ 1, boa 28 CONSTRUCTION SURVEYING & STAKING LS 1 $ 3,)bo $ 3, I DD TOTAL BID $ &33, 230.30 Bidder will complete the Work in accordance with the Contract Documents for the following prices. Items annotated as an ALTERNATE will be considered for inclusion in the contract at the discretion of the Owner BASE BID PROPOSAL: Bidder agrees to perform all the work described in the proposed Contract Docuumm/ents and shown on the Drawings for the sum of -h/00 17144 tette --%, 40 n 170 ceA3 `J Dollars ($ (eV) G , 30. ). Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. FORM OF BID -ADD 1 CONTRACT NO. 973 Page 2 of 5 ALTERNATE PROPOSAL(S): Alternate No. 1: If the Owner elects to proceed with Alternate No. 1, ADD the cost of the electrical contractor furnishing and installing electrical cabinet #4, and providing all associated devices, equipment and materials. Refer to the documents for additional information. Add sum of: Hwo I 01/v ► Dollars ($ 30 I tan ). Alternate No. 2: If the Owner elects to proceed with Alternate No. 2, ADD the cost of the electrical contractor furnishing and installing electrical cabinet #5, and providing all associated devices, equipment and materials. Refer to the documents for additional information. Plumbing contractor shall locate pedestal type hydrant as indicated in the documents. Add sum of: ��te - fiAtnitoaNbctir k,v>41(fi ($ ). Dollars Alternate No. 3: If the Owner elects to proceed with Alternate No. 3, ADD the cost of the electrical contractor furnishing and installing fiber handholes and associated conduit as indicated on the plans. Electrical contractor shall provide conduit from inside electrical cabinet #1 to power handhole near the center of the park as indicated on the plans. Refer to the documents for additional information. Add sum of: Dollars ($ l)-0( 400 ). Alternate No. 4: If the Owner elects to proceed with Alternate No. 4, DEDUCT the cost of the dance chimes, installation and 16 LF of concrete curb. ADD the cost of installing 30 SF brick pavers with concrete base in place of the dance chimes, as shown on the plans. Deduct sum of: ($ lI —/�,it 00 ). Add sum of: Ip �, /�{/� QQ� V � � IAAA `A94 ($ ZOO. ov ). FORM OF BID -ADD 1 Dollars Dollars CONTRACT NO. 973 Page 3 of 5 Net Alternate Price ADD �jircle one) Total:( • (�1�y t e Dollars cs Alternate No. 5: If the Owner elects to proceed with Alternate No. 4, DEDUCT the cost stamped colored concrete and ADD the cost of PCC, 6" Concrete. Deduct sum of: Ell 013- -hArtt 4-1445‘4044 4.--tkAte, kw/Lac- ($2,VI) D0 ). Add sum of: thimr- 5wehys( ,,ttr L,Areri ($ 471 60 ). Net Alternate Price ADD / (circle one) Total: —11/1441j -MA ( aVAA IAA Q` c$39e ). Dollars Dollars Dollars Alternate No. 6: If the Owner elects to proceed with Alternate No. 6, ADD the cost of the electrical contractor furnishing and installing electrical cabinet #3, and providing all associated devices, equipment and materials. Refer to the documents for additional information. Add sum of: Dollars 1. It is understood and agreed by the undersigned that OWNER reserves the unrestricted privilege to reject any or all of the foregoing prices which it may consider excessive or unreasonable. It is also understood that OWNER reserves the right to select any combination of Bid Items that are in the OWNER's best interest. 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. FORM OF BID -ADD 1 CONTRACT NO. 973 Page 4 of 5 4. Security in the sum of 6 61.7) 1-60 -BO Dollars ($ 5% o!T6trU gid ) in the form of 31cl 73ond is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 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. / Date L 240 -Ig 10. The bidder shall list the MBE/WBE 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. Woodr eoriSM, ct7on, 3-2-1q (N. of Bidder) (Date) BY: Title ..-�_ LQ,, Ru n. - Official Address: (Including Zip Code): 1111 Fails / VV., l�%-1 K�ov/ /iq 5D- o I.R.S. No. 7(0- 0`72-1180 FORM OF BID -ADD 1 CONTRACT NO. 973 Page 5 of 5 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑X Yes 0 No ❑X Yes ❑ No ® Yes 0 No ❑X Yes 0 No © Yes 0 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). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not 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: 8 / 1 / 1990 to Present/ / Address. 1890 Kountry Lane City, State, Zip: Fort Dodge, IA 50501 Dates: 5 / 25 / 1996 to Present/ / Address: 1920 Philadelphia Street, Suite 102 City, State, Zip: Ames, IA 50010 Dates: 2 / 8 / 2016 to Present / / Address: 501 Greenfield Drive You may attach additional sheet(s) if needed. City, State, Zip. Tiffin, IA 52340 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 bidders who are residents? 0 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 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: Woodr4ff Construction, LL Signature: R .f' Date: Nicho s . or , East Region 'resident 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 02-14 -T2- 1 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) County of 13//c ` IAJ - ) Kilo/151%s / 51%s 1e. bra' that: 1. 2. He {{s (Owner 1LAccdru 600sfrptGt7•, )ss , being first duly sworn, deposes and says Partner, •fficer, Representative, or Agent) , of er that has submitted the attached Bid; 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 parties in interest, including this affiant. (Signed) Hicholas 2. Fora Cast R ion President VTitle March and sworn to before me this 201 day of My commission expires Title GENEVIEVE C. L. JURGENSON Commission Number 780011 Maommissioa Expires MBEIWBE BUSINESS ENTERPRISE nPRE- ID CO TACT RMARM Prime Contractor Name: fr\Joodr4vnStruu1Ctzor I (, Project:INFOi,�� i iti TION o(hFORM � ing Date: 3 - - I ci NO MBEIWBE 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 MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: East k una ' -e`D1dLflt Date: 3 -2-e- ic1 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 MBE/WBE firms to perform portions of the work, please contact Rudy Jones, 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 MBEIWBE 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 GttiCIcl Oonsfruct7 '7 3/ig /!q 'pa- 3127114 Na DVititi6. eirne Ilya voin€ - 1l a! (A NIP D C Corp. lig list No aV ior electric bh q ala 10 a a i 0.ev.r adria 3/jq f i g (VD (Form CCO-4) Rev. 06-20-02 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Woodruff Construction, LLC as Principal, and United Fire & Casualty Company 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 28th day of March , 2019 , for FY 2019 Lincoln Park Improvements. Waterloo. IA: Contract No. 973 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the altemate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall fumish 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 hereto affixed and these presents to be signed by their proper officers this 26th day of March , A.D. 2019 Woodruff Construction, LLC (Seal) Ala Principal By �Ch01 $ •4 , Fast- ion fkaidt Title) United ' e Casualty Co any urely By (Seal) Att9fey t Diane R. Young Utigtel INSURANCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, SHIRLEY BARTENHAGEN, DIONE R. YOUNG, KEVIN J. KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SYDNEY BURNETT, EACH INDIVIDUALLY Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000 .00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instmments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their re pective'certificates of authority shall have full power to bind the Companies by their signature and execution of any such instmments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 15th day of January, 2014 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL, PACIFIC INSURANCE COMPANY By: State of Iowa, County of Linn, ss: ` Vice President On 15th day of January, 2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Patti Waddell Iowa Notarial Seal Commission number 713274 My Commission Expires 10/26/2019 Gam"'' V" Notary Public My commission expires: 10/26/2019 I, Mary A. Bertsch, Assistant Secretary of United Fire & Ca ualty Company and Assistant Secretary of United Fie & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME. OFFICEOF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed any name and affixed the corporate seal of the said Corporations this '26th day of March , 2019 . BPOA0049 1217 By: ' /ul Assistant Secretary, UF&C & OF&I & FPIC