HomeMy WebLinkAboutYoungblut Contracting, Inc.prod ataod 01 6€ IL
0
NTT
V
D
0
0
11
0
zN
—10
;0
Dr
0O
z*
O�
(0-0
-'r
v'
D
m
0
z
0
001d21VM
0
o
moo
r-r1r
01431D
DXma)
<73O
0,(1)rm
o -I O m
y7jOn
wrn
H
pool a4aod 01 6lL
0
0
D
0
0
co
Q
cn
0
C
23
0
O-<
zo
r D
0O
Z*
OzJ
t0
cr'
D
m
0
Z
G)
r
0
0
0
-4no
7-1
D cr
meson
rrmrn
0�D
mCn
D�71O
v,CDrm
o—IOm
am
—I
tau
L
at
See
ate
WJ
1
l
FORM OF BID OR PROPOSAL
FY 2016 LOWER PLAZA FENCING
CITY CONTRACT NO. 915
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of Iowa , Xafiii ty X4t)
xotKiXiXDOg of >tke<>fac0Kin l agrs: , having familiarized
QI 4 t i WOI e'g) (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
AECOM 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 2016 LOWER
PLAZA FENCING, CITY CONTRACT NO. 915, all in accordance with the above -listed documents and
for the unit prices for work in place for the items and quantities shown on the following pages:
FY
2016
CITY
CITY
LOWER
OF
CONTRACT
WATERLOO,
PLAZA
NO.
FENCING
IOWA
915
Description
Unit
Unit
Price
Quantity
Total
Price
Bid
Item
No.
1
Cable
Steel
Guardrails,
Posts
With
Galvanized
LF
$ 351.8642,075.42
119.58
$
TOTAL
BID
AMOUNT
$ 42,075.42
2. It is understood that the quantities set forth are approximate only and subject to variation and that theCunit bicl
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withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the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 FIVE PERCENT OF BID AMOUNT Dollars
($ 5% ) in the form of BID BOND , is submitted herewith in accordance
with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( X ), or Non -Resident Bidder Certification
( ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon request.
FORM OF BID
AECOM 60494736
CITY CONTRACT NO. 912 BF-1 of 2
ti
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
10. 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.
BY:
YOUNGBLUT CONTRACTING, INC. JUNE 23, 2016
(Name of Bidder) (Date)
C?V re
Offic(al Address: (Including Zip Code).
7139 LA PORTE ROAD
Title PRESIDENT
WASHBURN, IA 50702
I.R.S. No. 42-1248130
FORM OF BID
AECOM 60494736
CITY CONTRACT NO. 912 BF-2 of 2
•
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
915
FY 2016 LOWER PLAZA FENCING
JUNE 23, 2016
To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact
business in this state and having a business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or foreign country has a more stringent
definition of a resident bidder, the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site
until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANYNAME YOUNGBLUT CONTRACTING, INC.
CORPORATE OFFICER
TITLE PRESIDENT
(-7)/ cz eve.-1 g
dim
DATE JUNE 23, 2016
RESIDENT BIDDER
AECOM 60494736
CITY CONTRACT NO. 915 RB-2 of 3
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa
County of Black Hawk
Kathy Hadley
)ss
, being first duly sworn, deposes and says that:
1 He is esiMa4.1'h r, Officer, R)Siii)00iititiSCQ5rXAit) , of YOUNGBLUT
CONTRACTING , INC . , the Bidder that has submitted the attached Bid;
2. He is fiilly 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 to 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.
(Signed)
PRESIDENT
c» 1 a cL-t
Title
Subscribed and sworn to before me this 23rd day of
JUNE , 2016.
1142,0-0/, ,�� tufa x ND 1-A.K
Title
My commission expires
6/7/pis'
6 Ping
NON -COLLUSION
AECOMM 60494736
CITY CONTRACT NO. 915 NCA-1 of 2
Mayor
QUENTIN
HART
COUNCIL
MEMBERS
DAVID
JONES
Iliad 1
BRUCE
JACOBS
Ward 2
PATRICK
MORRISSEY
Ward 3
JEROME
AMOS, JR
Ward 4
RON
\YELPER
ward 5
TOM
LIND
At -Large
STEVEN
SCHMITT
At -Large
CITY OF WATERLOO, IOWA
WATERLOO ENGINEERING DEPARTMENT
715 Mulberry St. Waterloo, IA 50703 • (319) 291-4312 Fax (319) 291-4262
ERIC THORSON, P.E. • City Engineer
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME: YOUNGBLUT CONTRACTING, INC.
ADDRESS: 7139 LA PORTE ROAD
WASHBURN, IA 50702
(Check One) PRIME: X SUBCONTRACTOR:
FEDERAL ID#: 42-1248130
PROJECT NAME: FY 2016 LOWER PLAZA FENCING
PROJECT CONTRACT NO.: 915
DESCRIPTION OF WORK:
■
■
■
■
■
■
■
■
■
Brickwork
Carpentry
Concrete
Drywall -Plaster -Insulation
Electrical
Excavation/Grading
Flooring
Heavy Construction
Heating -Ventilating -Air Cond.
■
■
■
■
■
■
■
■
■
Landscaping
Painting
Paving
Plumbing
Roofing -Siding -Sheet Metal
Windows
Wrecking -Demolition
Other (Please Specify)
Metal railing
WE'RE WORKING FOR YOU!
An Equal Opportunity/Affirmative Action Employer
SALES TAX EXEMPTION
AECOM 60494736
CITY CONTRACT NO. 915
Page STE-1 of I
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 o► 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. Upg►ading
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, coloi, 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 of 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.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published
rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract
Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance
reports within such time and upon such forms as provided by the Affirmative Action Officer. Said foims
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 pei mit 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.
EQUAL OPPORTUNITY
AECOM 60494736
CITY CONTRACT NO. 915 EOC-1 of 2
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Youngblut Contracting, Inc .
as Principal, and United Fire & Casulaty Company
as Surety are held and firmly bound unto the
CITY OF WATERLOO , Iowa,
hereinafter called "OWNER," in the penal sum Five Percent
Dollars ($ 57 ) 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 23rd day of June , 2016, for
FY 2016 Lower Plaza Fencing, City Contract No. 915
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 23rdday of June , A.D. 2016.
Witness
BED BOND
AECOME 60494736
Youngblut
Principal
By
%V�
United Fire & Casualty Company
Surety
Janet Willard Attomey-in-fact
CITY CONTRACT NO. 915
BB-1 of
utd
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
Bond No.: W0010578
Obligee:
City of Waterloo 715 Mulberry St., Waterloo, IA 50703
SUSAN LOGAN, OR ANNETTE M. ROBINSON, OR W.D. MCCAUSLAND III, OR FRANK D. DOWIE III, OR STEPHEN A. CLABBY, OR JANET WILLARD, OR
JACKIE A. WAGNER, ALL INDIVIDUALLY
of 3022 AIRPORT BOULEVARD, WATERLOO, IA 50704
their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $25,000,000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall
expire October 16th, 2016 unless sooner revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY
COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY.
"Article VI - Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney -in -fact.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed
this 17th day of June ,2016
```�\\�11CIA�1 �` of,
i
a.•
piti
11111\\
=o
•
tie
State of Iowa, County of Linn, ss:
On thisl7th day of June ,2016 before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED'
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice Piesident of FINANCIAL I?ACIFIC ,
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the
seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
Judith A. Davis
Iowa Notarial Seal
Commission number 173041
My Commission Expires 04/23/2018
Vice President
a
Notary Public
My commission expires: 04/23/2018
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary o/ ITED FIRE & INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I lave compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations.
this 23rd day of June ,2016
•15 $ICASt t•
CORPORATE
•
SEAL
o
Y
az
`
�,``%
\\0%111111114,
ISM if 4'0
CORPORATE
i SEAL <:-..-
(Os LSI
Secretary, UF&C
Assistant Secretary, OF&I/FPIC
nnor% s nnc , not
innuiries: Surety iDenartment 11R ,Second Ave SF. Cedar Ranirlc. iA 52401