Loading...
HomeMy WebLinkAboutCardinal Constructionse CARDINAL CONSTRUCTION 531 Commercial Street, Suite 700 PO Box 897, Waterloo, Iowa 50704 Bid Proposal & Bond for: Five Sullivan Brothers Convention Center Kitchen Plumbing Improvements City of Waterloo FORM OF BID OR PROPOSAL FIVE SULLIVAN BROTHERS CONVENTION CENTER KITCHEN PLUMBING IMPROVEMENTS CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa 1. The undersigned, being a Corporation existing under the laws of the State of IA , P rt hip stir ef- tliefull. ;ng-pert„era. Cardinal Construction, Inc. , having familiarized (t.:... _.. --=c) (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 INVISION and 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 Five Sullivan Brothers Convention Center Kitchen Plumbing Improvements, all in accordance with the above -listed documents and for the bid and alternates. BASE BID a) Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by INVISION for the above mentioned project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Base Bid listed in this bid form of: b) kwoiMOVP •tr7 riy--�oveee -fvpugaV)d Sl UNION dollars ($ ,73a ton( C)/) ), in lawful money of the United States of America. c) We have included the required security deposit as required by the Instruction to Bidders. CONTRACT TIME a) Complete the Work by January 15th, 2020 or earlier. UNIT PRICES — SEE SECTION 01 22 00 a) The Owner has requested Unit Pricing for specific portions of the Work as listed. Unit prices shall be total cost to Owner, per unit of Work, including indirect costs and overhead and profit, b) Bidder, in submitting his bid proposal, shall include Unit Pricing for the following items: ITEM DESCRIPTION Excavation of uninterrupted rock materials (i.e. limestone or bedrock) ALTERNATES- SEE SECTION 01 23 00 a) Alternate No. 1: Stainless steel below grade sanitary sewer piping. ADD -I+1IV-h/-e/9k)-F-1-h/)U<SCLF?(ySi h /10/1/k7 dollars ($ ,Sfj /e 00 , 00 ), in lawful money of the United States of America. b) Alternate No. 2: CPVC (Chemdrain) below grade sanitary sewer piping. ADD +Vicvityiwuvnd SIX kIU//7C1Via dollars ($ d c, (,o0 ,Oh ), in lawful money of the United States of America. c) Alternate No. 3: PEX piping (in sticks) for above grade domesticwater. DEDUCT Se lir 11 j7/(, SAX hDn%%Yf /1 dollars ($ 7, 000 . CJD ), in lawful money of the United States of America. UNIT PRICE UNIT OF MEASURE $n4t 700006 Per cubic yard (CY) Five Sullivan Brothers CC Kitchen Plmb Improvements City of Waterloo INVISION #16021 00 41 00 FORM OF BID OR PROPOSAL 1 of 2 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to the Contactor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of Dollars ($ ) in the form of /7) id le76/0 f , is submitted herewith in accordance with the INSTRUCTIONS TO 5 70 0-r t7a(e bid BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification. 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. 1 Date 2 10.31.19 10.23.19 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: a) The City of Waterloo does not approve the subcontractors. b) 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. Cardi BY: onstruction, Inc. 11/7/2019 0 e of Bidder) (Date) A• dress: (Including Zip Code): Title: President 531 Commercial Street, Suite 700 Waterloo, IA 50701 I.R.S. No. 42-0711727 Five Sullivan Brothers CC Kitchen Plmb Improvements City of Waterloo INVISION #16021 00 41 00 FORM OF BID OR PROPOSAL 2of2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) )ss County of Black Hwk Katy Susonq , being first duly sworn, deposes and says that: She 1 -He-is (Owncr, Partncr, Officer, , of Cardinal Construction, Inc . , the Bidder that has submitted the attached Bid; She 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 conspir represe to ve (Signed) rices quoted in the attached Bid are fair and proper and are not tainted by any collusion, nnivance or unlawful agreement on the part of the Bidder or any of its agents, , owners, emppyyees, or parties in interest, including this affiant Pre dent Title Subscribed and sworn to before me this 7th day of Nov mber , 201 9. Office Manager Title My commission expires Five Sullivan Brothers CC Kitchen Plmb Improvements City of Waterloo INVISION #16021 DEBRA MATTIX Z ' CO iMISSION NO. 770249 MNIMISSION 9 eA •owr 00 41 00 NON -COLLUSION AFFIDAVITS 1 of (Form CCO-4) Rev. 06-20-02 U] © 9 zi r C`J eis gLi w n ttz fl o e4 tcaV tr t Cr '-J 4 n 0=4 n rD csn La ,d. 3 0 =•.m-< CD U) Pa cn ` co z -< o O C ca �Sp cDc� r'•c-sa)2 -C) a < D °- co P aCD o °mCD �� 0 cr n- =s 2 o n 5. _A �� Q iD Q CO,—_ CD 0 o cn O � 5' c � ° �a2o O -.1X Q CD Cv n in Q cn 5' a)CD O co * ( E M 11:1 Q' "O of =fl) D)-1� �� @ h m ,_.,- o 0 m 1 c ,..O c O cn CD 'm o c1 O rn -I iii• O CO EF, t3 0 = -< o W m 31 a ° o o I3 h cn cn <D ° W E CD o 0 0 0 O v (D C11 ill U)W • (D 0 C..�% h 2 a co� (. ril TiC N a ° • (n 5 m —. 13 �, Q p u) cpt :• a2• :- 2, 3 5.o SCD a © -+.� rv-+,� vizs Wocn coon G' -h O <' rn 5 C -ti CD -�, CD o v -� o O W Z p CD O O `-< roww =CYo Q o� & o a � Qci) x cn < cn E M �1 =I 0CD C' -D 'O CY CD CS h cnw �� o<o �o an d ola) z H u) n ® _, CD h r~ �c� O 0- r ,Oo® m l Ga D OE o o Q -, n m ET a-. v o cn O (/) Pit o v RI- ° 0 u cn Q. _ O ° • g. W �' ncn _ ® CD 03w co � 0- � CD vo* -o co O h co O Q 00 Oa . O < CD cn m 2 O CD — h {} --. GI 5 o 0 CD m = 9 hDa' co O rn o Co ▪ O Cv -h C O cn CD CD , CD : cn 5. O � O �. o wO g -z oo 0 ELT co w o m cns FT)'v W -1,co M O o O) EI* 3 * C ro '< 0 cn 0 0 O .-, 0 =* 20 •I�o O CSD -3 w 60 cD --3 w. c up 4uepzsa.zd 0 0) CD 6T0Z/L/TT O 0 co m D m '<CO rn o CO In mh (1)o 0 o 0 o Fa 9 ° -D o FIT c(0 CD CD o 0) 0 CD "C7 . CO �) D w CS CD O cn CD D �h CD O- 0 O o 1 Prime Contractor Name: cardinal 'uozq.on.t suo3 L 1T1 6tA J Zm DJ a mai 0 m mcn J-0 171 ®W tom H cn —1 m 7.1 0 13 Cn C0) m s n m x F-' rt n (0 r ChD C0 0 CD ,-4- 6T0Z/L/TT THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond Bond No.: 361214 KNOW ALL MEN BY THESE PRESENTS, that we Cardinal Construction, Inc. 531 Commercial St, Suite 800, Waterloo, IA 50704 as Principal, hereinafter call the Principal, and Merchants Bonding Company (Mutual) P.O. Box 14498, Des Moines, Iowa 50306-3498 a corporation duly organized under the laws of the State of Iowa as Surety, hereinafter called the Surety, are held and firmly bound unto City of Waterloo 715 Mulberry St., Waterloo, IA 50703 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount Dollars ($ 5 % ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Five Sullivan Brothers Convention Center Kitchen Plumbing Improvements NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 7th lc/ 1/77(2 71 / (Witness) day of November 2019 XXX Cardinal,EGgnstruction, Inc. (Principal) (Seal) Pah dt/we- S,��T►tie) Ivlerchants Bonding Company (Nlutual) (Witness) 1, (Surety) (Seal) (Title) Janet Willard Attorney -in -Fact AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1970 ED.•THE AtvMER!CAN INSTITUTE OF ARCHITECTS, 1 735 N.Y. AVE., N.W., WASHINGTON D.C. 20006 MERCHANTS BONDING COMPANY,~ POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Bond #:361214 Janet Willard their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manua ly fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estmates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenli ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 7th day of November , 2019 sssssssssssssss :'�P. p A<Ao; O�� do ©hog. tolot �'. 2003 :;cog y, 1933 c; By MERCHANTS BONDING COMPANY (MUTUAL) MERCHANT,$ NATIONAL BONDING, INC. STATE OF IOWA COUNTY OF DALLAS ss. On this this 7th day of November 2019 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. President ALICIA K. GRAM Commission Number 767430 My Commission Expires April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and XPi t) q •': Rgq�et :2' -o_ o:Q' :2 %--, 2003 lo; d •� POA 0018 (3/17) affixed the seal of the Companies on this 7th day of November , 2019 •.• o• . ...0 04, . .rc q•?.c 1933 Secretary