Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Matt Construction, Inc.
0 ;z) 0 0 `n OD 0 - : r r- 0 -ii ` Cr co 7s (1) .-.1 -X 0 nal N) 1 ran iC al� r) 0 r n r 7 1 G71 .Cs:t tt 7Wir Vi_z) pV7 • CITY OE WATERLOO 3 CITY CLERK'S OFFICE OCT 3 2018 pH12:56_42 -F)).;.om C' O N F.II 0 2019 Giiles V OF MD OR P tOPOSAL limit Golf Maintenance Building Project, CONTRACT NO. 1000 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of ( - a Partner`i-i=p c listing of the following partners: , 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 Fey. 2019 Gates Park Golf Maintenance Building Project, CONTRACT NO. 1000, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2019 Ga tE ANS ARC Park Golf Maintenance Building 11 TEC US BD FORM DESCRIPTION TOTAL 1 Mobilization Labor Gi 2 Footings & Foundations SCC, 0 U O' 3 Plumbing 851 0 - 4 Electrical o� J) U 00 /- 2) 5 HVAC ° 7i /4)00 `— 6 Septic System 60 9, coo -- 7 General Construction)a,`1 0 v 8 Doors & Windows 2_2)t0 tJ U v.) 9 Contingency Allowance $5,000.00 BASE BID TOTAL ag413, SSU FORM OF BID 1 of 3 CONTRACT NO, 1000 Page 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to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten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. 4. Security in the sum of l0 Dollars(S )in the form of B.io/ 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 ( Resident Bidder Certification ( ). (Mark one.) ), or Non - 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 510,000.00 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: FORM OF BID CONTRACT NO. 1000 Page 2 of 3 ADD ALTERNA`I ES TOTAL 1 7500 Heaters for Heated Bay 05 kti,g,30o,..60 2 Road Rock Around Building 3 CU , O 3 Demolition of Existing Building + j It C 4' WO : 60 4 Subcontract MTI Distributing for Irrigation Wiring I @OOrO U 5 Alternate Sheathing in Heated Bay 05 # Q, 00 $/TON 6 Sand/Fill Material (per Addendum #1 General Item 5) 44 5,00 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. 4. Security in the sum of l0 Dollars(S )in the form of B.io/ 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 ( Resident Bidder Certification ( ). (Mark one.) ), or Non - 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 510,000.00 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: FORM OF BID CONTRACT NO. 1000 Page 2 of 3 Addendum No. 1 Date 9-24-19 2 10-1-19 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. WO* FrGcc' (Name of Bidder) (Date) BY: Oki IRAfr Title Official Address: (Including Zip Code): CO3 y v€ SA,W1 VI -0 7A1- 9) (es I.R.S. No. Lf 7--/5/3 /3 U 7 FORM OF BID CONTRACT NO. 1000 Page 3 of 3 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 e mployment because of race, color, creed sex, national origin, economic status, age, mental or physical handicap, political opinions o r 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 o pinions 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 e mployment 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. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES 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, 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) EQUAL OPPORTUNITY CLAUSE 1 ( pro nate Official) 1, (Title) PAGE 2 OF 2 PAGES Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the Er<s ❑ 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). ales ❑ No My company has an office to transact business in Iowa. es r No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. I"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. �s ❑ No 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 Par My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: DEC / dg / CRO to w / c 3 /0t201 l Address: Dates: / / to / / Dates: / / to You may attach additional sheet(s) if needed. 0,3 I( 417C-1742 City, State, Zip: SIA r) e Y --(47 5-06 7y Address: City, State, Zip: Address: 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? 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. Yes I I No 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. Firrn Name: Signature: +(i if/taA- Date: 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) State of County of that: 1. NON -COLLUSION AFFIDAVIT OF PRIME BIDDER "Tz)/Dec SHe is )ss , being first duly sworn, deposes and says (Owner, Partner Officer, Representative, or Agent) , of ;. the Bidder that has submitted the attached Bid; I 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 parties in interest, including this affiant. JUUE R SCHICK COMMISSION 140.791843 MY COMMISSION IJAP t�S SEPTEMBER 1, vevv /v�I( (Signed) /19o-, S b crbed and sworn to before me this , 201 . My commission expires Title day of �I- Title (o Nh Pic; W 0 ©y 0 ,}- 1)1 CO®,_ U _(775 <Y T r rn i— M 0III CI G® mf W Prime Contractor Name: 'C E ▪ O ro g s 0 0 -p ro a) <-4-, _c o = a) C Q)) t ) Q.. 4U 0) O D® a a) sp ÷c6 9, E ro 0 U C 0O L O &) W ro� o W O co W 4- W 3 CO a) • 0 a c ) (t3 • c IH a) O a Z uj cu a) co 4- "61 o 4- ((i ce c o UJ c O U Q (A v) O Q 4 - CO c -C O W o CO C c E c o E Z aaj a 0 Contractor Signature: C 0 4--. (0 E 0 sc 4-' O L 0 0 2 c o o a E 2 L- T) a C 4) a) .0) w c . O 0 si O E 70 3 .Q 0 L -O O 0 LL Q) O 6 L a.) 0 -0 0) c (0 _rte L U Cr) '5 (0 s-- c 2 U U L c ° 0 D O 0 L C C O .(13 E M () O LI -1 U CO j a. (0 tl.. L1. W c < CO O U ce C 42 O Q Q) O ^U W J .L Z Q d) o a)-0 U c o 0 L o a) c O U co on W O a) U C W co Q E L O U O >' U a) ro _C c O • � 0 E L c o E (n-0 0 c • c O C O o -'" U U O > o Cha) c • a) _O a) _ET a w moo to 2O O 0 a) E "O V) Ow C 4-C O .0 O O c O 8 O .f2 O O Sa t+= -0 1 _0 O C O o L O O La a O a F. ro o E .0 N U a) � L (_ 0 is (1) Q) L 0) .c (7 o c �- W 0 0 to U a) U w (10 CO o 0) a) � t:Do ▪ E • O (15 e O _at c tll O �; o a) E Q) O E L L a) CZ -0 m ^ `) y O °) o 0 0) .c Q Q) c LU 0) COa) c O W m t `o a) CT) Q) - o .0) c a) c O aa) U c 0) (0 0 a (0 a) O C 0 a) 4- a) O (0 c co c E CI) (o a) c E m ryin 1f) 0 Quotation used in bid Quotes Received O 4(0--, 0 z0 to> - Contacted z u) i Contacted Subcontractors Tr- pt. (Form CCO-4) Rev. 06-20-02 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Matt Construction, Inc. as Principal, and Granite Re, Inc. as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER? In the penal sum Five Percent of Amount Bid 5% of Amt Bid 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 3rd da of October , 20 19 , for FY21 Gates Park Golf Maintenance Building Project 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 hereto affixed and these presents to be signed by their proper officers this 26th day of September , A.D. 201 (Seal) ess Rachel A. Hohnstadt Witness Mo i J. Hanse By Principal M. t Construction, Inc. (Title) Granite Re, ' • . (Seal) Surety By Attorney-in-fact Connie Smith 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: MICHAEL J. DOUGLAS; CHRIS STEINAGEL; CHRISTOPHER M. KEMP; KARLA HEFFRON; ROBERT DOWNEY; CONNIE SMITH; KORY MORTEL 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: MICHAEL J. DOUGLAS; CHRIS STEINAGEL; CHRISTOPHER M. KEMP; KARLA HEFFRON; ROBERT DOvVNEY; CONNIE SMITH; KORY MORTEL 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 27th day of June, 2018. STATE OF OKLAHOMA ) ) SS: COUNTY OF OKLAHOMA ) ea<4 Kenneth D. Whittington, President MGii Kyle P. McDonald, Treasurer On this 27th day of June, 2018, 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 I 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 Attorney 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 Tike order as President and Secretary/Treasurer, respectively, of the Company. My Commission Expires: August 8, 2021 Commission #: 01013257 /ea -144,i Notary 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 other appropriate 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 of the Company, 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 ATTESS WHEREOF day of GRO800-1 er�igned has subsgrid this Certificate and affixed the corporate seal of the Corporation this e Kyle P. McDonald, Secretary/Treasurer