HomeMy WebLinkAboutHurst and Sons ConstructionFirst Class Mail S
evg SSB MaA
jai
*ued
1
Herat I Sons
z4zs IA/ gitA
Wa&r(oo 1/, go 76 1
PRo Poi4L
Fy2os/ Lowell 6/cmes*ay
Lanitay Sewer /3eonsin1thdt1
ADDENDUM NO.�.
FORM OF BID OR. PROPOSAL
FY 2021 LOWELL ELEMENTARY SANITARY ShWER RECONS T RUCTI
CONTRACT NO. 1026
CITY OF WATERLOO, ERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
I . The undersigned, being a Corporation existing under the laws of the State of
Wa a Partnership consisting of the following partners:
eth -6 ,t_r rst V re L , having
familiarized (himse f} (themselves) (itsel 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 2021 LOWELL I LHMENTARY SANITARY
SEWER RECONSTRUCTION, Contract No. 1026, all in accordance with the above -
listed documents and for the unit prices for work in place for the following items and
quantities:
FY
2021
LOWELL
EtEilithi'I
I
ARY
SANITARY
ShWER
RECONSTRUCTION
CONTRACT
NO.
1026
ADDENDUM
NO.
4.
SUDAS
SPECIFICATION
*SEE
SUPPLEMENTAL
TOTAL
BID
SP
SPCL
UNIT
BID
BID
ITEM
PROV
DESCRIPTION
UNIT
EST
COY
PRICE
PRICE
1
11020-1.08-A
MOBILIZATION
LS
1.0
Scoot).
$
jaan, a
2010-1.08-
COPSOIL
&i1
u.*-;
$ lode
$ /aA 10.
ao-i
0
LOS--
i-X
AVA-TION;-C.LAs
'
to
128.r
�-
�--
.1.O&4
20-`I
J
;UBBASE,
6"
/72.0
�-
s==---
}UBGRAQE
"ARA-T-1ON
20104
08-G
PRE
772.0
7030-1.08-A
PAVEMENT
REMUVAL
385.6
$
$1 `?fi4,00
/6v oO
7
7030-1.08-E
SIDEWALK,
PCC,
6"
SY
29.6
$ is ob
$ f 77
Pc
SANITARY
8
4010-1.08-A-1
SEWER,
TRENCHED,
24
IN.
A2000
LF
467.0
$ a4o, so
$ AVAI
9
8030-1.08-A
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$
/'001oo
$ tha6. c
FFR
I
11O10--1.08-H
;FFDIN(-.
II
I7$Nf.
&t MULCHING
AfRF
n
Al
W3C08"
$ `4,bo
11
9040-1.08-A
2
SWPPP
MANAGEMENT
LS
1.0
$ (o
$34E9®.04
b®o
SILT
12
9040-1.08-N
FENCE
-
INSTALL
LF
725.0
$ d,
$ /1/52),04
oo
I
13
9040-1.08-N
SILT
FENCE
-
MAINTAIN
LF
725.0
$ 0' O
$
i gldoc
e
14
9040--1.08-N
SILT
FENCE
-
REMOVE
LF
725.0
$ 0 fd
$ 2 CC
R
3/0 if
6U*iU-
i.Uu-i-i
KUivIUVE
S
I UKivM
SEVWEK
6I
RUCTUKE
EHLH
$ o00.00
$ a0
clew.
REMOVE
4020-1.O8--D
STORM
SEWER
PIPE
LF
$ oo
$ W O
rah,
004
FORM OF BID
CONTRACT NO. 1026
ADDENDUM NO. 4
Page 1 of 3
SUDAS
SPECIFICATION
*SEE
SUPPLEMENTAL
TOTAL
131D
SP
=
SPCL
UNIT
BID
BID
ITEM
PROV
DESCRIPTION
UNIT
EST
C! T
Y
PRICE
PRICE
rAC
10-1.0f
RE.MOVH
I
POLE
BASES
•
$ too,00
$ea®to, 0
_ICH
'w10-1.08-.J
SIGNS
REMOVH-
TRAFFIC
&
POSTS
LACH
$ Aid.
oo
$ 400
eg
p
TOTALBIfl
l/
is
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.
Security in th um of /3/1 diI�W1 Dollars
. S y 'n�
o )intheformof Rood(� � � , 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:
Addendum No. / Date i /4242-. -0
7 // Va. 0
.3 7/ram/etze
74 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
FORM OF BID
CONTRACT NO. 1026 Page 2 of 3
ADDENDUM NO. 4
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.
i '
Kifis _C>l� /I'iCa GTv rts ' ,RDa CJ
(Name of Bidder) (Date)
BY. T _" 1 Title
Official Address: (Including Zip Code):
7
g_cr q(m_
,/ /4
I.R.S. No. 2/�
•
FORM OF BID
CONTRACT NO. 1026 Page 3 of 3
ADDENDUM NO. 4
State of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
fowii
County of `ac/ Ha W k)
Jamesarse
)ss
, being first duly sworn, deposes andsaysthat:
n 1. He is 'Owner, Partner, Officer, Representative, or Agent) of u rS7f' t
dontne_ter$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,
e mployees, 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
e lement 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.
tAZ
DENISE R CASELLA
COMMISSION NO. 793877
MY COMMISSION EXPIRES
(Signed Gael
�! Subscribed and sworn to before this
y ,20
are a►"9
My commission expires / ®6 4°.1 o9 ®a a
day of
Title
•
Bidder Status Form
To be completed by all bidders
Part A
Please answer
Yes ■ No
Yes No
Yes No
Yes ■ No
[Yes ■ No
■
"Yes" or' No" for each of the following:
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: / / /S-61 l' to re-S font_font_Address• 28 2-w ilk
City, State, Zip• (/t%a,t`erlO `/1' fo74 1
Dates: / / to / / Address
City, State, Zip•
Dates: / / to / / Address•
You may attach additional sheet(s) if needed. City, State, Zips
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 ■ 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.
ioFirm Name. / est So. 6 n / ' TQ 15
Signature:
ord
Date: 7/v`iZ a
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)
W
co
d
w
w
co
VI
rydry
W
w
m
w
m
Ore t
1L
0
O'3/44t
a)U
O
ori
r
Z
V
m
w
a
Prime Contractor Name:
w
CO a)
Cia.
>+ .
(0
.0
I -a)
O .Q
Z
� o
= o
O
07
ima
• 0
U Cu
Cc
1
Z
o
E
to O $6
+' O
W N
CO as N
C t_
C O
W 'al l 0
m
5a)O_
O Qt
Z aX) o.
c0
0
a)
H
Contractor Signatur
10 c
cn o
N
C
o o
v'
c
O c
asQ
E
o-
C
-C
—a)
o
2 U
0
O U,
a)
>.
c o
� •
c
EE
o c
a)▪ .u)
O H
U O
OQ N
o jg
'O
u)
O L-
L� O
o
a) o
ai
oav
c ca
Cr
E• rn
co N
o 0)
C
co
0
h
v
Z
0
v
rn
U)
U U
L_ t
00
U
cu U
C
O
U o.
.0
co O
W
CO U
W C
my
L o
4 o
O U
Q
a) n
C
OO
-c -C
u) to
I
O
U
O
O
a)
ca
V
a)
II
c
c
• o
o
a).c
.0 :es_
a) 0
oo
N a)
Ea)
(0
c E
asa
u) O
a)-fl
O ?�
O
Q.L. CO
*me U
Co
tn
aNi c
c
as
m
W N
mo
W o
m C
2 O
a)
a)
c
o a)
o
C u)
"E (0
L- C
v
E
c 'a)
a) a)O as
- CD
� a3
C E
Ebn
IL CO
0
aa
So Es -
al CI
V
Lio
to
za
s§ ill
o
co w
0
r z
actU)
fg
Z 0
®w
w m
I
Hunt
bconi
Yes/No
CJ
2
•o
2.
`O
Z
1
l
u
1-' as
A
IC
I
Puotes Received
c
q
N
o
0
1
r '
1
1•
�
CI
I
b
a
401
q
O
t
NI
A
c
�
O
J
�
'
.
L
�
E'
P
I§
v)
is
,..,
1J
c.
scr)
)
,.,.
V
(Form CCO-4) Rev. 06-20-02
•
•
BIi7 BOND
KNOW ALL MEN BY THESE PRESENTS, that we
f Ss Pr clpa(, .and Merchants Bonding 'Company (Mutual)
Hurst & Sons Contractors Inc.
:w aieSurety.oreheld anyi4. 4rmly bound unto the CiTY OF WATERI.00 , Iowa, hereinafter called
keeer5 ,
• ;'>',QWNER" In the penal sum
-
Deities ($ 5%
`''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 jjth day of July
20 20 for EX2C21Jowe Elementary Sanitary Sewer Reconstrction
Five Percent of Bid Amount
Npvv, THEREFORE,
lawful money'o'frthe.United States, for ihe payment
(a) If said Bid shall be rejected, or in the dlterhate,
(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 sal. yisntract, and for the payment of all persons
performing labor or furnishing materials In connection therewi 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 farce 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 falls 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 16th day of A D. 2020
Y;
\.;
•h IA
Paige Thompson
Witness
Sep -
Witness
By
Principal
By
Merchants Bonding Company (Mutaii-
Surety
Attomeyan act � �
al)
Bond #: 378590
ERC TS
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,
Lynette Sugden
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 manually 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 estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting 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 16th day of July , 2020 .
sit' pi. OR ®°; NI
e O I�POSi ,q °. MERCHANTS BONDING COMPANY (MUTUAL)
:may. CO 4 a's 2 < • k, c0 q.;,y� • MERCHANTS NATIONAL BONDING, INC.
t�'
!Q Z -C%- ®._- •ti:Z 0-
•= v
`_ .... 2003 .:,0e a y'• 1933 •' • By
President
STATE OF IOWA
COUNTY OF DALLAS ss.
On this 16th day of July 2020 , 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 seated in behalf
of the Companies by authority of their respective Boards of Directors.
POLLY MASON
Commission Number 750576
My Commission Expires
January 07, 2023
PAtarivel3r--
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 affixed the seal of the Companies on this
POA 0018 (1/20)
•'•`P`q 101 :44 ....
if. • e) 'qj. ®y
:Zak a... -o- At®:
's 0t 2003 ;'���i;
:° +.• �p OR •..�
•��'•....*......•':
'•
16th day of July I 2020
#1,....e.n.4030404
Secretary