Loading...
HomeMy WebLinkAboutS.M. Hentges and Sons, Inc.0 v a 0c zm . CD CO co Cn -n Sv N `< O Cn N CD O r CD CD Q0s 0) 0 m cv 7D p Q) :A112:1 1099 818 • StE °EVELON S.M. Hentges & Sons Inc. Est. 1981 1/4/dries •TRUCK/ S.M. Ilentges & Sons Inc. 6.50 Quaker Avenue, Suite 200 Jordan, NIN 55352 952.492.5700 Fax 952.492.5705 City Clerk's Office 715 Mulberry Street Waterloo, IA 50703 BCD IN113 O S iz D : FY 2020 Leversee Road Sanitary Sewer & Water Main Improvements Contract No. 987 June 25, 2020 - 1:00 PM ORH OF BID OR PROPOSAL 2020 11_, . 9F=' S1H.E ' oAI SANITARY S HW11=R AND WATER MAIN IMPROVIE,AMATS CONTRACT MO. 987 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: The undersigned, being a Corporation existing under the laws of the State of ZI;� AA.c--rs d / , a Partnership consisting of the following partners: .' / 4 4,-7— Y ` cs (M 0 s /4./ \ 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 2020 Leversee Road Sanitary Sewer and Water Main Improvements1 Contract 987, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: Y 2020 Leversee RoadSanitary Sewer and Water Main Improvements Contract 987 BID DESCRIPTION UNIT Div 1 Div 2 UNIT BID TOTAL DIV 1 TOTAL DIV 2 TOTAL BID ITEM Est Qty Est Qty PRICE PRICE PRICE PRICE 2.01 CLEARING AND GRUBBING LS 1.0 - $ $ $ Xb64�� 31/60° $ fir`' 4,55: SANITARY SEWER GRAVITY 4.01 TRENCHED, PVC TRUSS, LF 8,220 - $ Mitio $4 fOpi%:$ 2AIN, //b77cS5 4.02 SANITARY WITH SEWER GRAVITY MAIN $ $Ab�366 CASING PIPE, TRENCHLESS, LF 130 - elob‘ $ f05;36646.$ DIP, 12" �Z� � d WATER MAIN5.01, TRENCHED, DIP, LF _ 20 $ 1 i 3 et' $ $ 616 $ S 22‘.0 WATER MAIN, TRENCHED, DIP, 5.02 LF - 6,511 $ $ $ $ 12 pet, J�4�(��Z J`�Ol,�. � WATER MAIN WITH CASING PIPE, '� 5.03 LF - 170 $ 076b $ $�f �176a$ �jT �L1�3 TRENCHLE55, DIP, 12" 5.04 VALVE, Mil 8" EA - 1 6a $ 66 $ 5D $ /tr4p /64416 $ /e546 FORM OF BID CONTRACT NO. 987 4-1 0 iv 0/11, 5.05 VALVE, MJ, 12" EA - 11 $z3/s'"c' $ $2gf Sir $ ,��-�� 5.06 FITTING, TEE, 12" x 8" EA - 1 $ Npv`D $ $//6 d°h $ yOb a wei FITTING, 45 DEG BEND, 12" EA - 5 $ `iCdrt $ 41." 5.07 $7.25.tf $ 7244 6° 5.08 EA - 2 $ .¢700°O $ $ as FIRE HYDRANT ASSEMBLY ?$cx(1° $ 9¢5) 5.09 EA - 1 � $$ �`�6 � $ � 656(771 DEAD END FIRE HYDRANT ASSEMBLY $`�'$O 5.10 CONNECTION WATER MAW TO EXISTING EA - 1 $ 27oO°° $ S77�°� $ 4 7 d p°° 5.11 RELOCATE EXISTING FIRE EA - 1 $/6.35,deb $ $arge $ 463Ccci HYDRANT 6.01 EA 15 - $ iisroe $ $ $ ai 7cis 6 MANHOLE, SW-301, 48" ‘975440 6.02 EA 9 - $ Z¢� $ $ 7jle‘ $ e3oes MANHOLE, SW-301, 60" 7.01 REMOVAL PAVEMENT AND DISPOSAL OF PCC SY - 112 $ /3 ,sa $ a° $ /5 /eb $ /45/2. 7.02 SY - 112 $ ke 64. $ $ ?Pm ° $ y gg 6% FULL DEPTH PCC PATCH 1 8.01 TEMPORARY TRAFIC CONTROL LS 0.5 0.5 $ ,/-tat, $ ?OpOtsiss 6<s $ 76,50 $ ii �� 9.01 AC 29.6 2.4 $ /lg'�'s/ $43i Ws ec $ 3fl2 $ Td'6 FED TILIZINGIOAND MULCHING 9.02 AC 2 � Zp�66o es ab HYDRAULIC SEEDING, $ $��ZO $ cazo FERTILIZING, AND MULCHING 9.03 SILT FENCE, INSTALLATION LF - 40 $ag6tr. $ $ /0` 616 at 8,700 $ / 9.04 SILT FENCE, MAINTENANCE LF - $ • ZC $jITSeit $ So 8,700 $ Z /7b 9.05 SILT FENCE, REMOVAL LF - $ f ic $ igor $ $63Ar°° 8,700 9.06INSTALLATION INLET PROTECTION, EA9 $ ?Oci° $ �ll� fa $ $ `6 at' INLET MAINTENANCE PROTECTION, EA 9 b 9.07 $ 3ccdc) $ $ 9/C6 $ 3/C°° 9.08 INLET PROTECTION, REMOVAL EA 9 A as $ �c3a�°a $�4�1s'0o $ $ 3/5-16x> 9 09 CONSTRUCTION ENTRANCE, EA 2 - $ A3S6t $ Wa°° $ $ 2/656 675 INSTALLATION 9.10 CONSTRUCTION MAINTENANCE ENTRANCE, EA 2 - $ ZOO so $ le. $ $Sao 9.11 CONSTRUCTION ENTRANCE, EA 2 - $ � �� $REMOVAL$g!essis $ l 6� 9.12 LF - 6,500 $ -°. i ` $ $13,‘CSbct 4656°e WATTLERS, INSTALLATION 9.13 LF - 6,500 $ ;- $ $ /(,Zit"$ 4 4 �g'e' WATTLES, MAINTENANCE 9.14 LF - 6,500 $ _ c $ $ 3zSeat$ WATTLES, REMOVAL gzstto FORM OF BID CONTRACT NO. 987 4-2 REMOVAL OF AND $ co$ $ 9.15 RECONSTRUCTION OF EXISTING LF 200 - Z� 42o04t $ 60 i260 FENCE, AIRPORT SECURITY INSTALLATION AND REMOVAL 9.15A OF TEMPORARY AIRPORT LF 200 - $ � $ $ $ � Zi /Z6��� " ZOO SECURITY FENCE 9.16 EROSION CONTROL, MULCHING AC 31.6 2.4 $ 422e $ 574 $ )?nocr.' 11.01 MOBILIZATION LS 0.5 0.5 COO° $l2/ Ott) $ `Z(Oele$44Z $7,¢; (xzas /, n ii 66 -n-0 IC4 A_ DIV 1 BID $ ao r,56,i O A. DIV 2 BID $ ! I / 2/54?,,, rc6t- O_ A DIV 1 DIV AID _ + 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 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 d SisaScoe,0 Dollars ($ ) in the form of 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 Bidder Status Form. 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: FORM OF BID CONTRACT NO. 987 4 - 3 Addendum No. Date ‘ 6-2 Z - Z o ‘--2,5eZict 10. The bidder shall list the MBENVBE 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. FORM OF BID CONTRACT NO 987 4 - 4 BY: (5:712 / EA' ft4 (5764)45 (Name of Bidder) /A,C s-a2t/e-2.0 (Date) T Title �v��'�'�"�.S age:Cr�. Official Address: (Including Zip Code): ‘450 Qv,Virez AVE Jg4O4A/, /�� SSJSaZ I.R.S. No. -c737 FORM OF BID CONTRACT NO. 987 4 - 5 INFOR1ATION NEEDED FOR IIOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: S. �`'% Sri �c-� �-- Sons .Lire ADDRESS: 6 .50 Ov9 49 er v M.7/ Sir .? Sat (Check One) PRIME X SUBCONTRACTOR FEDERAL ID#: PROJFCT I\IAMC: `-L,gzao LeAte (Tee /di .S'a .7 rder 41"/A le-arn7CCoi ..rentr co c/Seserr& PROACT CONTRACT NO.: 948fr DESCRIPTION OF WORK: 111 Brickwork Carpentry Concrete Drywall -Plaster -insulation Electrical Excavation/Grading Flooring Heavy Construction Heating -Ventilating -Air Cond 3 Landscaping Painting Paving Plumbing RoofingwSidingmSheet Metal Windows Wrecking@emolition Other (Please specify) County of NON=COLLUSION AFFIDAVIT OF PRIME BIDDER State of Set ) ct--Wan S )ss being first duly sworn, deposes and says that: He is (Owner, Partner, Officer, Representative, or Agent) , of '406j , the Bidder that has submitted the attached Bid; 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. DONNA K. Fr r. , TAR v►i•..iiJ • . F'h'iCC ... i; 1 (Signed) Title Subscribed and sworn to before me this 2� day of MA,tte 1‹. My commission expires • CJ A3171N4444 , 2020. Title 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 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. 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. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 987 8 - 1 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) GeratiA- Appropriate Official) (Title) (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 987 8 - 2 TITLE VI CIVIL RIGHTS During the performance of this contract the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract shall not discriminate on the grounds of race color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21 5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor s obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or 9-1 TITLE VI CIVIL RIGHTS CONTRACT NO. 987 b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance Provided, however that, in the event of a contractor becomes involved in or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. 9-2 TITLE VI CIVIL RIGHTS CONTRACT NO. 987 idder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: XI Yes rad Yes ri No Yes 1 No fYes No x x 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). My company has an office to transact business in lowa. 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. 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 Pari: B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 11 / 14 / 2008 to CURREtT / Address: 3608 VANDAL IA ROAD City, State, Zip: DES MOINES , IOWA 50 317 Dates: 05 / 13 / 2019 to CURRENT / Address: 3220 10 0 TH STREET City, State, Zip: URRANDALE , IOWA 50323 Dates: 06 / 01 / 2018 to 05 / 13 / 2019 Address: 1275 1\ You may attach additional sheet(s) if needed. W STREET City, State, Zip: CLIVE, IOWA 50325 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 1 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: Signature: S.M. HENTGEC SONS, INC. care, Date: 05116 21-e 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) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Yes ■ No My business is currently registered as a contractor with the Iowa Division of Labor. n Yes x No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. • Yes fxi No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. n Yes n No x My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. Yes ■ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. Yes n No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes nNo My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes x No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes x No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. • Yes pi No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes x No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled 309-6001 (09-15) 10-2 3 0 1 3 r d c .9' 0 111 l�J 0 Et itii= tam act LU coo ® LL uJ zr Eba w Co 0 mIII th 06/25/2020 ai 0 LE LERSEE ROAD 0 N N 0 cip HENTGES Prime Contractor Name WATERLOO w SANITARY 4 0 LL. o as U 0 m m U 0 'o >iQ c u) ca -c 0) -+--J C O7 Z () 1 4-4: m aIo .r t13 C 11' eel U 1 no O m c • E 4C, a L cn o 03 t6 Y2 C -C O �[ o 02 2 al ,9. Qt Z cu a Q Q Lu 73 3 Contractor signature: 0 0 `i i ul a) c o c- c O c Q c'3 E O 9-- -n - U a) ICE (1) } -0 0 a U L a. 1) o ID 0) c o Q� E 0 c c . 4 O (1) u) a E U) L O >, s._. 0 5, L_ L . 0 P (ft-K\tid 0 0-) E a3) 0E•" . U .O) J4-1 CO CT (O (I)o (1) c)U L Ud O s_.. U E •� W O c 1-1 E 03 , O CO tj (13 n W <U O a o 0 < v Ct ma 0 o w w BE/WBE Business La a O U s- a E 0 0 0 U C) o ='-' i w E O E O LL o las c ca c cn >' O of a • (u . (0 oc a� ,a �• U C o a) U a cn Q o O a; � cn o ® N � tU C (U - 0) C E U ra n 1 ID 0 0 L 0 1 occ) W L co O c• •47-4 CO o ai mr E � ti et3 rria� r U C in n. tV LThl o O --- O C -' u) 0)) LLJ m 111 rc Co 0 a) C Waterloo will 4- 0 4-1 ui 704 U c O a 0) a � o t e a as CD Q 4J C as .0 o O 13 1 a E a� L L G) cam ga O O 5 et. te- a.c � ai c 0 LEJ Q3 O C 0 0 n rrTil ni:0 c u) Fa* Z it 0 0 uJ 41) (9 fin -§" Lid O Ol1J Z < tl� t O t1.r Z O� uJ 1- Pcs 41) Q 0 01 0 Q ita icze 0 • attached ‘V-3 00 0 (Form CCO-4) Rev. 06-20-02 g us a quote on 06/25/20. I spoke with Terry Phillips and he wil I called Quick Construction and there was no answer or no voi No Answer when I called and "voicemail not set up" T T T. T T T. 0a1 N w0. N O. d 000000CC CC EL CC CC CC ZZZEZZ a 0 0 CO OS CO 2 2 2 `> CV` 0v 41 J J Letter Mailed N N N y N N N 0 O VD 0 0 NNNNNN NNNNNN --1 \ �.. \ \\\ It CO CO 03 CO CO CO N r1 r1 rt e-I .-1 ri 0 0 0 0 0 0 0 O 4 .`. Y v w 0 CO 4-1 a to N ' W co W r7 N N Cao N > Q Vi M .NC C c " m a0i /= a ay. >>v Oli 1 O In O ? l— CD tD 0 0 N N N CA N N N H N It N m 0 u QI na W ad ot 2 T T T a a a 0 0 0 z z z v 4-fr w v c 4-4 • c v u v 4-4 m 0 O m 0 a Y tV 10 v N 0 CC 0 U v m 0 T T T O CA aO. 0 Nm CC CC CC N O 0 O ZZZO 0000 N N N N N N N N m m m m N N N N t0 43 t0 0 O o O 0 N N N 000 0000 N N N NINNN N N N N tO ID ID ID O O 0 0 E u E ra o ODE EO T. el Tal O. 7 0 7 O. 0 v C V U c 7 0 -c; 0 o71 OA 0 C 0 a 0 7 O o X 0 0 C 0 O J ea - cc N NN 0 0 \ N M CO CA N m m 0 0 NN O CA N t\0 t\0 O 0 4-1 • Erosion Control CO v 0 0 O 0 0 0 Y c 0 0 7 0 0 C 0 0 CO 0 0- T T. T T T T T T. T. 0. a a0.a ¢0000a•0 rc 0 z N O N O N 0 N O 0 0 0 0 0 0 O O O U z z z z z z z z z 0 N xct N N O 0000 N N N N N N N N CO m m 0. N N N 0 0 t0 0000 NNNN N N N N N N N N 0000 0 to 0 10 O C. O O U 0 O [i v C o 0 C c 7o E 0 c RT. 0 8 01 c to m fa 1•4 401 E u L 4- 0 -a 0 0 .0 0 @1 c E 3 C O t. h 0 0 o U 0 v 0 N N N N N N 000000 NNNNCAN \ \ \ \ \ \ CO 0 0 N N N N N N N N N l0 t0 0 0 0 tD O O O N N N NN N 0 0 0 0 0 0 N N N N N N CANDIN\ \ \ \ \ \ N N N N N 01 tO t\0 0 0 t\D 000000 E T E 0- o a U 7 c 2 N ro O O co-'-' N @j E O to 'Om CO 0 U c E o 0 4 to nn0, o (13 41 o `0 0 c v U 1.7 7 V O JJ 40 2 E 0•c v 2 on U1 0 i C tl C O O 0 N 0 0 c 0 T a 0 0 6 0 C m 0 0 E zzt„ of Using the quote. Tiedt was the highest of 4 quotes r 0 0 0 0 0 NNNNN 0 0 0 0 0 N N N N N \ \ \ \ \ 0 0 01 0 fn N N N N 1.0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O NINNNN 0 0 0 0 0 N N N N N \ \ \ \ \ N N N N N N N N N N T. 1 0 0 0 0 0 0 0 O E 04 t'j c w no 2 .. 50 mm. 2 430 2 V D U tai C .., 0 7 2 C O 0 C 0 J C y c 2 U W w o o 3 a. U to y dt ~ y i N O O v cN. crey O O U N L4 10 Z 03 J 0 00 C U .Y 3 V t OV cl U 73 0! ti T. w v U U w Y 20 0 a a 0: v0i P N c BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, S.M. Hentges & Sons Inc. as Principal, and Liberty Mutual Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent (5%) of Total Amount Bid eve 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 25th, day of June , 20 20 , for FY 2020 Leversee Road Sanitary Sewer and Water Main Improvements, Contract No. 987, Waterloo, Iowa 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 25th, day of June , A.D. 20 20 . Witness S.M. Hentges & Sons Inc. (Seal) Principal By Liberty Mutual Insurance Company (Seal) Surety By Jos ' a R. Loftis ttorney- il/o leac (Title) p:, f, if, 'I;. IAA .oal.bAecc; et/ vac a. x5 O .t • J C I \� 4 6: 11 r .t4 t ri 0) t, n :1 .{ % 9 r• 0l ! C - 7 h • - N t • 6 -1 • CORPORATE ACKNOWLEDGMM State of Minnesota ) ss County of Scott On this 25th day of June 2020 , before me appeared N(A.4-4\_..... to me personally known, who, being by me duly sworn, did say that he/she is the of S.M. Hentcjes & Sons Inc. , a corporation, and that said instrument was executed in behalf of said corporation by authority of its Board of Directors, and that said t'3CJ44A45\ acknowledged said instrument to be the free act and deed of said corporation. • NOTARY PUBLIC- MINNESOTA My Corte "xp ea Jai. 31, 2021 State of Minnesota ) ss County of Hennepin Notary Public 160-1,ntinr- SA-etti County, m d My commission expires SURETY ACKNOWLEDGMFNT On this 25th day of June 2020 , before me appeared Joshua R. Loftis to me personally know, who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of Liberty Mutual Insurance Company , a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Joshua R. Loftis acknowledged said instrument to be the free act and deed of said corporation. "�0 U� -s,. RACHEL THoMAS 4co 'NOTARY PUBLIC - MINNESOTA -171My Commission Expires January 31, 2025 Notary Public Ramsey My commission expires 1/31/2025 County, Minnesota Liberty Mutual SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF A 1- D t=tiN [��Y KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Colby D White, Melinda C. Blodgett, R. C. Bowman, Tina L. Domask, R. Scott Egginton, Sandra M. Engstrum, R. W. Frank, Ted Jorgensen, Joshua R. Loftis, Kurt C. Lundblad Brian J. Oestreich, Jerome T. Ouimet, Ross S. Squires, Nicole Stillings, John E. Tauer, Rachel Thomas, Lin Ulven, Emily White Certificate No: 8200451 n190054 all of the city of Minneapolis state of Minnesota each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 4th day of February , 2019 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company By: David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss On this 4th day of February 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastel's, Notary Public Upper Merion Twp., Montgomery County My Commission Expires March 28, 2021 Member, F'ennsylvawa Association of Notaries By. Plitod ga,-614(i Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 25th day of June ,2020 • By: Renee C. Llewellyn, Assistant Secretary as -o >1 \V 0 U LLl > c tL .®CO Q d" o � N(Ts ot� ono to O CO) oa) o as _0 >® W Er N &_co ac 00 U co Tal LMS-12873 LMIC OCIC WAIC Multi Co_062018