Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Plumb Tech Inc
mom rECH INC. - - CITY cFg NRLOUG Ph (319) 233-5616 • piumbtech@ptinc. us • Fax (319) 233-5737 a lffN C, LE K'S."UH 01 t Contractor License #50655- CL AN102021pmIT16 ; BID PROPOSAL & BID SECURITY for the FY 2021 Ridgeway Towers Boiler Replacement Project 10vMB j�rAf� Contractor License #50655- CL BID SECURITY for the FY 2021 Ridgeway Towers Boiler Replacement Project IJAM 4L I Contractor License #50655-CL BID PROPOSAL for the FY 2021 Ridgeway Towers Boiler Replacement Project � Q TM Docu6�f on ( A310 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Plumb Tech Inc. of business) ADDITIONS AND DELETIONS: 3261 W Airline Hwy Merchants Bonding Company (Mutual) The author of this document has Waterloo IA 50703 2100 Fleur Drive added information needed for its OWNER: Des Moines IA 50321 - 1158 completion . The author may also (Name, legal status and address) have revised the text of the original AIA standard form. An Additions and City of Waterloo Deletions Report that notes added 715 Mulberry St information as well as revisions to the Waterloo IA 50703 standard form text is available from BOND AMOUNT: $ Five Percent of Amount Bid (5% ) the author and shoul d be reviewed, A vertical line in the left margin of this PROJECT: document indicates where the author (Name, location or address, and Projectnumber, if any) has added necessary information and where the author has added to or FY 2021 Ridgeway Towers Boiler Replacement deleted from the original AIA text . Contract No . 2021 - 1 This document has important legal consequences . Consultation with an The Contractor and Surety are bound to the Owner in the amount set forth above, for the attorney is encouraged with respect payment of which the Contractor and Surety bind themselves, their heirs, executors, to its completion or modification . administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this )Zond are such that if the Owner accepts the bid of the Contractor within Any singular reference to Contractor, the time specified in the bid documents, or within such time period as may be agreed to by Surety, Owner or other party shall be the Owner and Contractor, and the Contractor either ( 1) enters into a contract with the considered plural where applicable. Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or ContractDocuments, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material famished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this liond, between the amount specified in said bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this ➢ond is issued in connection with a subcontractor' s bid to a Contractor, the term Contractor in this 1Zond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this )Zond has been furnishedto comply with a statutory or other legal requirement in the location of the Project, any provision in this Rond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so I furnished, the intent is that this 16ond shall be construed as a statutory bond and not as a common law bond. AIADocument A310i^l — 2010. Copyright © 1963, 1970 and 2010 byThe American Institute orArchitects. All rights reserved. WARNING : This AIA® Document Init. is protected by U. S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any porton of It, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible underthe law. This documentwas produced by t AIA software at 14:55:14 on 01 /10/2013 under Order No.6871475021 _1 which expires on 12/27/2013, and is not for resale. User Notes: ( 1 1 7763 924 1) I Signed and sealed this 10th day of June, 2021 & m A 2 (Contivetor as Principal) (Seal) Plumb Tech Inc. JIL2 1'7c . 13C jr fitness) itle ( urety) (Seal) Merchants Bonding Company ( Mutual ) 4' Ine Katie A McGlaun (Title) AIA Document A310Tn1 — 2010. Copyright © 1963, 1970 and 2010 by The American Institute or Architects. All rights reserved. WARNING : This A10Document Inst . is protected by U . S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAa Document, or any portion of it, 2 may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by t AIA software at 14:55 : 14 on 01 /10/2013 under Order No.687147502111 which a)Vires on 12/27/2013, and is not for resale . User Notes: ( 1177639241 ) MERCHANTS BONDING COMPANYTM 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, Andrew J Scanlon; Ashley Jacobsen ; Cassandra J Daley; Glenda R Tibben ; Jennifer Freymark; Joan A Bonewitz ; Katie A McGlaun ; Kevin S Mease; Lori A Frerichs ; Megan A Kuker; Michael L Byl ; Timothy J Gassmann 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 17th day of February 2021 04 , u . n ••• • • . . . • 110Nq ''•. • ' ANG Cp ' •• C,y�pt�POR,q �O •; :0,o�oRPo9,� A9y; MERCHANTS NATIONAL ONDING,* MERCHANTS BONDING COMPANY ( INC . IonMooing co ov 2003 :y,` 1933 c: By �� �'•d� iJ�`•� •'J6� `1�`'� President STATE OF IOWA •••'''" ' " "`•••• � • • • • • • • • • COUNTY OF DALLAS ss . On this 17th day of February 2021 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. �P�tAt s POLLY MASON o Commission Number 750576 �� �� o� z ° ° ° ° '` My Commission Expires ,oWP January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1 , 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 loth day of June 12021 ••1. . . . . N .,. 0 • . • • - • • • 0•` 1( 10Ng4'% . • 1�NGoff C04t•• � � go o�ppRq,& ;•O� RPO 'O •'. � � s � . ' O 9q 9 see 0 COD ' s ' 2003 • � ' 1933 C ' secretary : tib. :•••del/ . . . ,��`�: ••• �� . {. . . `1,��. POA 0018 ( 1120 ) '' IWASO PLUMTEC -01 KMCGLAUN CERTIFICATE LIABILITY INSURANCE DATE (MMIDD/YYYY) 6/9/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S ) , AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER . IMPORTANT : If the certificate holder is an ADDITIONAL INSURED, the policy ( ies ) must have ADDITIONAL INSURED provisions or be endorsed . If SUBROGATION IS WAIVED , subject to the terms and conditions of the policy , certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu Of such endorsement(s ) . CONTACT PRODUCER NAME: The Accel Group LLC PHONE 319 352-2880 FAX No : 319 365-6919 301 Oak Ridge Circle (AICA No. Ext): ( ) ( ) ( ) Waverly, IA 50677 ADDRESS: certs@acceladvantage . com INSURERS AFFORDING COVERAGE NAIC # INSURER A : United Fire & Casualty Ins Co 13021 INSURED INSURER B : Plumb Tech Inc. INSURER C : 3261 W. Airline Hwy . INSURER D : Waterloo, IA 50703 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER : REVISION NUMBER : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED , NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS , EXCLUSIONS AND CONDITIONS OF SUCH POLICIES . LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS L TYPE OF INSURANCE INSD_ WVD POLICY NUMBER MIDDY IDD A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1 ' 0003000 CLAIMS-MADE ❑X OCCUR 60056082 4/27/2021 4/27/2022 DAMAGE ( RENTED 100, 000 PREMISESSEa occurrence) $ MED EXP An one person) $ 5' 000 PERSONAL & ADV INJURY $ 11000' 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 21000, 000 X PRO 2, 000, 000 POLICY ❑ JECT ❑ LOC OTHER: $ A AUTOMOBILE LIABILITY COacciMBIdentSINGLE LIMIT $ 1 , 000, 000 X ANY AUTO 60056082 4/27/2021 4/27/2022 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ S , 000, OOO EXCESS LIAB CLAIMS-MADE 60056082 4/27/2021 4/27/2022 AGGREGATE $ 5 ' 0003000 DED RETENTION $ $ A WORKERS COMPENSATION X PER OTH- STATUTE I ER AND EMPLOYERS' LIABILITY Y / N 30302711 4/27/2021 4/27/2022 1 , 000, 000 ANY PROPRIETORIPARTNERIEXECU I IVE ❑ E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA 1 ,000, 000 (Mandatory in NH) E. L. DISEASE - EA EMPLOYE $ If yes, describe under1 , 000, 000 DESCRIPTION OF OPERATIONS below E. L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101 , Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Waterloo ACCORDANCE WITH THE POLICY PROVISIONS , 715 Mulberry St. 50703 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03 ) © 1988 -2015 ACORD CORPORATION . All rights reserved . The ACORD name and logo are registered marks of ACORD i SECTION 00 2115 FORM OF PROPOSAL 1 . 01 PROJECT A. FY 2021 Ridgeway Towers Boiler Replacement Project 1 , 02 BID DATE A. Thursday, June 10th at 1 : 00 p . m . B . Submit bid with Bid Security attached in a separate envelope. 1 . 03 OWNER/BOARD MEMBERS A . The undersigned contractor, being familiar with the proposed project , local conditions affecting the cost of the work, the Bidding and Contract Documents , including Instructions to Bidders , Form of Proposal, General and Supplementary Conditions , Specifications , Form of Contract , Form of Bond , Drawings , Addenda and Exhibits issued and attached to the drawings and project manual on file at Rapids Reproduction 6201 Chancellor Drive Cedar Falls , IA 50613 having visited the premises of the work to inspect and determine the extent of the work , hereby proposes to complete all work in connection with the (General) ( Mechanical) (Electrical) construction contract for FY 2022 Ridgeway Towers Boiler Replacement Project in the best possible manner in accordance with the Contract Documents prepared by MODUS Engineering Waterloo , IA. 1 . 04 DOCUMENTS A . Instructions and Supplementary Instructions to Bidders B . General and Supplementary General Conditions C . Proposal Bid Form properly executed with Bid Security and/or other Supplementary Forms . D . Plans and Specifications E . Addenda : 1 . Addendum #1 , Dated : & 9 -21 2 . Addendum #2 , Dated : 3 . Addendum #3 , Dated : 4 . Addendum #4 , Dated : 5 . Addendum #5, Dated : ( Contractor to insert date of each Addenda received ) 1 . 05 AGREEMENTS A . In submitting this proposal , the contractor agrees to the following stipulations: 1 . The bid is in full compliance with the Contract Documents . 2 . Accompanying this proposal is the Bid Security (Bid Bond , Certified Check , .certified Share Draft, Cashier' s Check or Cash ) required to be furnished by the Contract Documents , the same being subject to forfeiture in the event of default by the undersigned in accordance with the terms of the specifications . 3 . In submitting this bid it is understood that the right is reserved by the owner to reject minor bids and waive all informalities and irregularities in connection therewith , if the same is judged to be in the best interest of the owner, 4. Payment shall be received for services as set forth in the Contract Documents . 5 , Shall execute a Contract and present Bonds within ten ( 10) days after formal written notice of award for the above stated compensation . 6 . Shall execute and pay premium on and deliver to the Owner's representative satisfactory bonds in the form stated . The bonds shall be in the full amount of the contract price , extending from the date of final completion to a date two (2) years later than the date of final completion . FY 2021 RIDGEWAY TOWERS BOILER REPLACEMENT CONTRACT NO. 2021A MODUS #21 -037 Page 1 of 4 FORM OF PROPOSAL 002115 i 7 . Shall furnish all insurance certifications before entering or starting work at the site. 8 . Iowa Sales Tax and applicable Local Option Sales Tax shall NOT be included in the Bid . 9 . Contract date will be on or after the bidding date , and Contractor will be required to hold valid all terms of the proposal . 10 , The requirements of the Instructions to Bidders will be adhered to. 11 . If the undersigned is notified of the acceptance of this proposal, they agrees to execute a contract for the above work , for the below stated compensation in the form prescribed in Instructions to Bidders . 12 . The Bid will not be withdrawn for sixty (60) days after the opening thereof. 13 . The undersigned agrees , if awarded the contract and required by Article 7 to execute and deliver to the owner prior to the signing of the agreement , a satisfactory bond in the form set out in the Supplementary Instructions to Bidders . 1 .4. Davis Bacon wages apply to this project. 1 , 06 PROPOSAL Having carefully examined the contract documents as well as the premises and conditions affecting the work, the undersigned hereby proposes to furnish all labor and materials to complete the general contract requirements of the project in accordance with said documents for the sum of: Eighty Nine Thousand Nine Hundred Ninety DOLLARS ($ 89 . 990 . 00 ) BASE BID THE BASE BID MAY BE ADJUSTED IN ACCORDANCE WITH SUCH OF THE FOLLOWING ALTERNATES AS MAY BE SELECTED . j 1 .07 ALTERNATE BIDS I propose to furnish all labor and materials to construct the following alternates as further described in detail under Specification Section - Alternates . 1 . 08 ALTERNATE #1 : UNDER THIS ALTERNATE STATE THE AMOUNT TO ADD TO THE CONTRACT TO PROVIDE NEW PUMPS AND ASSOCIATED PIPING AS INDICATED ON THE BID DRAWINGS . Fifteen Thousand Nine Hundred Seventy Eight DOLLARS ($ 15 978 . 00 ) ALTERNATE 41 ADD 1 . 09 THE UNDERSIGNED AGREES , IF AWARDED THE CONTRACT , TO HAVE THE WORK SUBSTANTIALLY COMPLETED ON OR BEFORE THE 15th DAY OF September , 2021 . RESPECTFULLY SUBMITTED , PERSON , FIRM OR CORPORATION BIDDER FIRM : Plumb Tech Inc. BY: ouoz S I FY 2021 RIDGEWAY TOWERS BOILER REPLACEMENT CONTRACT NO. 2021A MODUS #21 -037 Page 2 of 4 FORM OF PROPOSAL 00 2115 i t [f f i SECTION 00 2115 FORM OF PROPOSAL. 1 . 01 PROJECT A. FY 2021 Ridgeway Towers Boiler Replacement Project 1 .02 BID DATE A. Thursday, June 10th at 1 : 00 p. m . B . Submit bid with Bid Security attached in a separate envelope. 1 . 03 OWNER/BOARD MEMBERS A . The undersigned contractor, being familiar with the proposed project, local conditions affecting the cost of the work, the Bidding and Contract Documents , including Instructions to Bidders , Form of Proposal, General and Supplementary Conditions , Specifications , Form of Contract , Form of Bond , Drawings , Addenda and Exhibits issued and attached to the drawings and project manual on file at Rapids Reproduction 16201 Chancellor Drive Cedar Falls , IA 50613 having visited the premises of the work to inspect and determine the extent of the work, hereby proposes to complete all work in connection with the (General) ( Mechanical) (Electrical) construction contract for FY 2022 Ridgeway Towers Boiler Replacement Project in the best possible manner in accordance with the Contract Documents prepared by MODUS Engineering Waterloo , IA. 1 . 04 DOCUMENTS A . Instructions and Supplementary Instructions to Bidders B . General and Supplementary General Conditions C . Proposal Bid Form properly executed with Bid Security and/or other Supplementary Forms . D . Plans and Specifications E . Addenda : 1 . Addendum #1 , Dated : Mm,21 2 . Addendum #2 , Dated : 3 . Addendum 43 , Dated : 40 Addendum #4 , Dated : 5 . Addendum #5 , Dated : (Contractor to insert date of each Addenda received) 1 . 05 AGREEMENTS A . In submitting this proposal , the contractor agrees to the following stipulations : 1 . The bid is in full compliance with the Contract Documents , 2 . Accompanying this proposal is the Bid Security (Bid Bond , Certified Check, .Certified Share Draft, Cashier' s Check or Cash ) required to be furnished by the Contract Documents , the same being subject to forfeiture in the event of default by the undersigned in accordance with the terms of the specifications . 3 , In submitting this bid it is understood that the right is reserved by the owner to reject minor bids and waive all informalities and irregularities in connection therewith , if the same is judged to be in the best interest of the owner, 4. Payment shall be received for services as set forth in the Contract Documents . 5 , Shall execute a Contract and present Bonds within ten (10) days after formal written notice of award for the above stated compensation . 6 , Shall execute and pay premium on and deliver to the Owner's representative satisfactory bonds in the form stated . The bonds shall be in the full amount of the contract price , extending from the date of final- completion to a date two (2) years later than the date of final completion . FY 2021 RIDGEWAY TOWERS BOILER REPLACEMENT CONTRACT NO. 2021A MODUS #21 -037 Page 1 of 4 FORM OF PROPOSAL 002115 i 7 , Shall furnish all insurance certifications before entering or starting work at the site. 8. Iowa Sales Tax and applicable Local Option Sales Tax shall NOT be included in the Bid . 9 . Contract date will be on or after the bidding date , and Contractor will be required to hold valid all terms of the proposal . 10 . The requirements of the Instructions to Bidders will be adhered to. 11 . If the undersigned is notified of the acceptance of this proposal , they agrees to execute a contract for the above work , for the below stated compensation in the form prescribed in Instructions to Bidders . 12 . The Bid will not be withdrawn for sixty (60 ) days after the opening thereof. 13 . The undersigned agrees , if awarded the contract and required by Article 7 to execute and deliver to the owner prior to the signing of the agreement , a satisfactory bond in the form set out in the Supplementary Instructions to Bidders. 14. Davis Bacon wages apply to this project. 1 . 06 PROPOSAL Having carefully examined the contract documents as well as the premises and conditions affecting the work, the undersigned hereby proposes to furnish all labor and materials to complete the general contract requirements of the project in accordance with said documents for the sum of: Eighty Nine Thousand Nine Hundred Ninety DOLLARS ($ 89 . 990 . 00 ) BASE BID THE BASE BID MAY BE ADJUSTED IN ACCORDANCE WITH SUCH OF THE FOLLOWING ALTERNATES AS MAY BE SELECTED. 1 .07 ALTERNATE BIDS I propose to furnish all labor and materials to construct the following alternates as further described in detail under Specification Section - Alternates , 1 . 08 ALTERNATE #1 : UNDER THIS ALTERNATE STATE THE AMOUNT TO ADD TO THE CONTRACT TO PROVIDE NEW PUMPS AND ASSOCIATED PIPING AS INDICATED ON THE BID DRAWINGS . Fifteen Thousand Nine Hundred Seventy Eight DOLLARS ($ 15 , 978 . 00 ) ALTERNATE #1 ADD 1 . 09 THE UNDERSIGNED AGREES , IF AWARDED THE CONTRACT , TO HAVE THE WORK SUBSTANTIALLY COMPLETED ON OR BEFORE THE 15th DAY OF September , 2021 . RESPECTFULLY SUBMITTED , PERSON , FIRM OR CORPORATION BIDDER FIRM : Plumb Tech Inc . BY: r3l. FY 2021 RIDGEWAY TOWERS BOILER REPLACEMENT CONTRACT NO. 2021 -1 I MODUS #21 -037 Page 2 of 4 F FORM OF PROPOSAL 002115 i (i k