Loading...
HomeMy WebLinkAboutWRH, Inc. FORM OF BID OR PROPOSAL F.Y. 2014 STORMWATER LIFT STATIONS SITE 1 — HOLLYWOOD SITE 2 — CEDAR BEND SITE 3 — FLETCHER CONTRACT NO. 836 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 , a Partnership consisting of the following partners: 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 F.Y. 2014 STORMWATER LIFT STATIONS, Contract No. 836, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2014 STORMWATER LIFT STATIONS See Attached Breakwown CONTRACT NO. 836 BID SITE 1 - HOLLYWOOD UNIT EST.QTY. UNIT BID TOTAL BID PRICE ITEM PRICE DESCRIPTION BID—SITE 1 1.01 Mobilization LS 1 $ $ 1.02 Traffic Control LS 1 $ $ 1.03 Turf Reinforcement Mat(TRM), Type 2 SF 312 $ $ 1.04 Allowance for Electrical Utility Fees LS 1 $40,000 $40,000 1.05 Flood Contingency Plan Occurrence EA 3 $ $ 1.06 Erosion Control LF 1,496 $ $ 1.07 Seeding, Fertilizing and Mulching AC 3 $ $ FORM OF BID CONTRACT NO. 836 Page 1 of 8 1.08 Demolition and Removal of Existing Lift Station LS 1 $ $ 1.09 Dewatering LS 1 $ $ 1.10 Excavation Support and Protection LS 1 $ $ 1.11 Clearing and Grubbing LS 1 $ $ 1.12 Topsoil Strip, Stockpile, Respread and Import CY 2,500 $ $ 1.13 Site Earthwork LS 1 $ $ 1.14 Import Select Cohesive Levee Borrow, In-Place CY 1,600 $ $ 1.15 Transformer Pad EA 1 $ $ 1.16 6' High Chain Link Fence LF 352 $ $ 1.17 Bollards EA 2 $ $ 1.18 Grass Pavers SF 1,139 $ $ 1.19 Pavement, PCC, 7" SY 318 $ $ 1.20 Sidewalk, PCC 4" SF 211 $ $ 1.21 Sewer, Class III RCP, Storm, 15" LF 138 $ $ 1.22 Sewer, Class III RCP, Storm,48" LF 60 $ $ 1.23 Discharge Piping, Schedule 40 Steel, 8" LF 131 $ $ 1.24 Discharge Piping, Schedule 40 Steel, 24" LF 384 $ $ 1.25 15" FES with Footing and Apron Guard EA 2 $ $ 1.26 Manhole, Type SW-401, 48" Minimum EA 1 $ $ 1.27 Manhole, Type SW-404, 84"x 84" Minimum EA 1 $ $ 1.28 Headwall Structure LS 1 $ $ 1.29 Intake Structure LS 1 $ $ 1.30 Electric&Control Building LS 1 $ $ 1.31 Pump Station LS 1 $ $ 1.32 Pump Package LS 1 $ $ FORM OF BID CONTRACT NO. 836 Page 2 of 8 1.33 Remove and Reinstall 18" FES EA 1 $ $ 1.34 Rip Rap, Class D, Soil Filled TN 80 $ $ TOTAL BID-SITE 1 $ ITBID EM SITE 2 - CEDAR BEND UNIT EST.QTY. UP ITC ED TOTAL BID PRICE DESCRIPTION BID—SITE 2 2.01 Mobilization LS 1 $ $ 2.02 Traffic Control LS 1 $ $ 2.03 Project Sign—Small Standard EA 1 $ $ 2.04 Allowance for Electrical Utility Fees LS 1 $40,000 $40,000 2.05 Flood Contingency Plan Occurrence EA 3 $ $ 2.06 Erosion Control LF 900 $ $ 2.07 Seeding, Fertilizing and Mulching AC 3 $ $ 2.08 Pavement Removal, Composite SY 1,140 $ $ 2.09 Pavement Removal, HMA SY 110 $ $ 2.10 Pavement Removal, PCC SY 65 $ $ 2.11 Dewatering LS 1 $ $ 2.12 Excavation Support and Protection LS 1 $ $ 2.13 Topsoil Strip, Stockpile, Respread and Import CY 2,560 $ $ 2.14 Site Earthwork LS 1 $ $ 2.15 Import Select Cohesive Levee Borrow, In-Place CY 600 $ $ 2.16 Transformer Pad EA 1 $ $ 2.17 6' High Chain Link Fence LF 405 $ $ 2.18 Bollards EA 2 $ $ 2.19 Temporary 6" HMA Paving Installation& Removal SY 140 $ $ 2.20 Pavement, PCC, 8"with 4.5" HMA Overlay SY 1,158 $ $ FORM OF BID CONTRACT NO. 836 Page 3 of 8 2.21 Pavement, HMA, 8" SY 110 $ $ 2.22 Pavement, PCC, 7" SY 250 $ $ 2.23 Pavement, PCC, 6" SY 65 $ $ 2.24 6"x 6" Concrete Curb LF 12 $ $ 2.25 Sidewalk, PCC, 4" SF 430 $ $ 2.26 Sewer, Class Ill RCP, Storm 72" LF 232 $ $ 2.27 Sewer, C900 PVC, Storm, 16" LF 365 $ $ 2.28 Discharge Piping, Schedule 40 Steel, 8" LF 205 $ $ 2.29 Discharge Piping, Schedule 40 Steel, 24" LF 820 $ $ 2.30 Manhole, Type SW-404, ST-B1 EA 1 $ $ 2.31 Manhole, Tee-Section, ST-B3 EA 1 $ $ 2.32 Valve, Eccentric Plug, 16" EA 1 $ $ 2.33 Screening Manhole LS 1 $ $ 2.34 Headwall Structure LS 1 $ $ 2.35 Electric&Control Building LS 1 $ $ 2.36 Pump Station LS 1 $ $ 2.37 Pump Package LS 1 $ $ 2.38 Turf Reinforcement Mat(TRM), Type 2 SF 3,275 $ $ 2.39 Clearing and Grubbing LS 1 $ $ 2.40 Manhole, Type SW-404, ST-B2 EA 1 $ $ 2.41 Sewer, Class Ill RCP, Storm 60" LF 149 $ $ 2.42 Rip Rap, Class D, Soil Filled TN 160 $ $ TOTAL BID-SITE 2 $ FORM OF BID CONTRACT NO. 836 Page 4 of 8 BID SITE 3 - FLETCHER UNIT EST.QTY. UNIT BID TOTAL BID PRICE ITEM DESCRIPTION PRICE BID—SITE 3 3.01 Mobilization LS 1 $ $ 3.02 Traffic Control LS 1 $ $ 3.03 Turf Reinforcement Mat(TRM), Type 2 SF 2,705 $ $ 3.04 Allowance for Electrical Utility Fees LS 1 $30,000 $30,000 3.05 Flood Contingency Plan Occurrence EA 3 $ $ 3.06 Erosion Control LF 1,350 $ $ 3.07 Seeding, Fertilizing and Mulching AC 2.5 $ $ 3.08 Demolition and Removal LS 1 $ $ 3.09 Pavement Removal, Composite SY 284 $ $ 3.10 Dewatering LS 1 $ $ 3.11 Excavation Support and Protection LS 1 $ $ 3.12 Clearing and Grubbing LS 1 $ $ 3.13 Topsoil Strip, Stockpile, Respread and Import CY 2,240 $ $ 3.14 Site Earthwork LS 1 $ $ 3.15 Import Select Cohesive Levee Borrow, In-Place CY 1,415 $ $ 3.16 Transformer Pad EA 1 $ $ 3.17 6' High Chain Link Fence LF 470 $ $ 3.18 Bollards EA 2 $ $ 3.19 Pavement, PCC, 8"with 3" HMA Overlay SY 371 $ $ 3.20 Pavement, PCC, 7" SY 276 $ $ 3.21 Sidewalk, PCC, 4" SF 200 $ $ 3.22 Sewer, Class III RCP, Storm, 24" LF 80 $ $ 3.23 Sewer, C900 PVC, Storm, 18" LF 290 $ $ 3.24 Sewer, DIP, Storm, 36" LF 13 $ $ FORM OF BID CONTRACT NO. 836 Page 5 of 8 3.25 Sewer, DIP, Storm, 48" LF 46 $ $ 3.26 Discharge Piping, Schedule 40 Steel, 8" LF 345 $ $ 3.27 Discharge Piping, Schedule 40 Steel, 24" LF 245 $ $ 3.28 Intake, Type SW-513, 48"x 48" EA 1 $ $ 3.29 Intake, Type SW-504 EA 1 $ $ 3.30 Manhole, Type SW-401, 48" Minimum EA 2 $ $ 3.31 Manhole, Type SW-403, 84"x 84" EA 1 $ $ 3.32 Manhole, Type SW-403, 72"x 72" EA 1 $ $ 3.33 Valve, Eccentric Plug, 18" EA 2 $ $ 3.34 Electric&Control Building LS 1 $ $ 3.35 Pump Station A LS 1 $ $ 3.36 Pump Station B LS 1 $ $ 3.37 Pump Package A LS 1 $ $ 3.38 Pump Package B LS 1 $ $ 3.39 Adjust Existing Manhole to Grade EA 2 $ $ 3.40 Rip Rap, Class D, Soil Filled TN 64 $ $ 3.41 Headwall Structure LS 1 $ $ TOTAL BID-SITE 3 $ 30 TOTAL BID SITE 1 + SITE 2 + SITE 3 $ 71 I c1 9 , G� 1 sot(a* FORM OF BID CONTRACT NO. 836 Page 6 of 8 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 sixty (60) 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 ter (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% of B i d Dollars ($ ) in the form of Rid Rcnd is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6. The bidder is prepared to submit a financial and experience statement upon request. 7. 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. 8. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 5/30/14 9. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non-Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: FORM OF BID CONTRACT NO. 836 Page 7 of 8 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 10. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or"NA". 11. The bidder has attached all applicable forms. 12. 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. WRH, Inc- . JunP S, 2014 (Name of Bidder) (Date) BY: fiTt18 President Randy L . Reihmann Official Address: (Including Zip Code): PCB Rnx 296 Amana , IA 522.03 I.R.S. No. 42-1012899 FORM OF BID CONTRACT NO. 836 Page 8 of 8 F. Y. 2014 STORMWATER LIFT STATIONS CONTRACT NO. 836 BID SITE 1 - HOLLYWOOD UNIT EST.QTY. UNIT BID TOTAL BID PRICE ITEM DESCRIPTION PRICE BID-SITE 1 1.01 Mobilization LS 1 $ 175,000.00 $ 175,000.00 1.02 Traffic Control LS 1 $ 1,000.00 $ 1,000.00 1.03 Turf Reinforcement Mat (TRM), Type 2 SF 312 $ 0.75 $ 234.00 1.04 Allowance for Electrical Utility Fees LS 1 $ 40,000.00 $ 40,000.00 1.05 Flood Contigency Plan Occurrence EA 3 $ 1,000.00 $ 3,000.00 1.06 Erosion Control LF 1,496 $ 4.30 $ 6,432.80 1.07 Seeding, Fertilizing and Mulching AC 3 $ 3,350.00 $ 10,050.00 1.08 Demolition and Removal of Existing Lift Station LS 1 $ 13,000.00 $ 13,000.00 1.09 Dewatering LS 1 $ 86,000.00 $ 86,000.00 1.10 Excavation Support and Protection LS 1 $ 110,000.00 $ 110,000.00 1.11 Clearing and Grubbing LS 1 $ 6 ZI C C- 'll $ CZ( O 0 0 - 1.12 Topsoil Strip, Stockpile, Respread and Import CY 2,500 $ 7.00 $ 17,500.00 oo 1.13 Site Earthwork LS 1 $ g 000.- $ ', 000 " - 11.14 Import Select Cohesive Levee Borrow, In-Place CY 1,600 $ i 0-9- $ Z 51 boo ®--- 1.15 Trasformer Pad EA 1 $ 3,230.00 $ 3,230.00 1.16 6' High Chain Link Fence LF 352 $ 25.50 $ 8,976.00 1.17 Bollards EA 2 $ 560.00 $ 1,120.00 1.18 Grass Pavers SF 1,139 $ 6.75 $ 7,688.25 1.19 Pavement, PCC, 7" SY 318 $ 67.25 $ 21,385.50 1.20 Psidewalk, PCC 4" SF 211 $ 7.25 $ 1,529.75 1.21 Sewer, Class III RCP, Storm, 15" LF 138 $ 42.00 $ 5,796.00 1.22 Sewer, Class III RCP, Storm, 48" LF 60 $ 290.00 $ 17,400.00 1.23 Discharge Piping, Schedule 40 Steel, 8" LF 131 $ 340.00 $ 44,540.00 1.24 Discharge Piping, Schedule 40 Steel, 24" LF 384 $ 500.00 $ 192,000.00 1.25 15" FES with Footing and Apron Guard EA 2 $ 2,000.00 $ 4,000.00 FORM OF BID CONTRACT NO. 836 Page 1 of 5 1.26 Manhole, Type SW-401, 48" Minimum EA 1 $ 4,350.00 $ 4,350.00 1.27 Manhole, Type SW-404, 84" x 84" Minimum EA 1 $ 16,000.00 $ 16,000.00 1.28 Headwall Structure LS 1 $ 20,000.00 $ 20,000.00 1.29 Intake Structure LS 1 $ 37,000.00 $ 37,000.00 1.30 Electric & Control Building LS 1 $` OQ1(}@e $Zoa 040 1.31 Pump Station LS 1 $ 600,000.00 $ 600,000.00 1.32 Pump Package LS 1 $Z.Q01000" $2.001000 0° 1.33 Remove and Reinstall 18" FES EA 1 $ 2,000.00 $ 2,000.00 1.34 Rip Rap, Class D, Soil Filled TN 80 $ 50.00 $ 4,000.00 v TOTAL BID-SITE 1 I i 3cc y, 8ts'Z pK BID SITE 2 - CEDAR BEND UNIT EST.QTY. UNIT BID TOTAL BID PRICE ITEM DESCRIPTION PRICE BID-SITE 2 2.01 Mobilization LS 1 $ 210,000.00 $ 210,000.00 2.02 Traffic Control LS 1 $ 8,800.00 $ 8,800.00 2.03 Project Sign - Small Standard EA 1 $ 1,600.00 $ 1,600.00 2.04 Allowance for Electrical Utility Fees LS 1 $ 40,000.00 $ 40,000.00 2.05 Flood Contingency Plan Occurrence EA 3 $ 1,000.00 $ 3,000.00 2.06 Erosion Control LF 900 $ 4.50 $ 4,050.00 2.07 Seeding, Fertilizing and Mulching AC 3 $ 3,350.00 $ 10,050.00 2.08 Pavement Removal, Composite SY 1,140 $ 13.75 $ 15,675.00 2.09 Pavement Removal, HMA SY 110 $ 10.00 $ 1,100.00 2.10 Pavement Removal, PCC SY 65 $ 9.00 $ 585.00 2.11 Dewatering LS 1 $ 90,000.00 $ 90,000.00 2.12 Excavation Support and Protection LS 1 $ 177,000.00 $ 177,000.00 2.13 Topsoil Strip, Stockpile, Respread and Import CY 2,560 $ 7.00 $ 17,920.00 2.14 Site Earthwork LS 1 $ q`000" $ '' 000 oti o0 2.15 Import Select Cohesive Levee Borrow, In-Place CY 600 $ �gQ- $ I ®j g©0 - FORM OF BID CONTRACT NO. 836 Page 2 of 5 2.16 Transformer Pad EA 1 $ 3,250.00 $ 3,250.00 2.17 6' High Chain Link Fence LF 405 $ 25.00 $ 10,125.00 2.18 Bollards EA 2 $ 560.00 $ 1,120.00 2.19 Temporary 6" HMA Paving Installa!:ion & Removal SY 140 $ 75.00 $ 10,500.00 2.20 Pavement, PCC, 8"with 4.5" HMA Overlay SY 1,158 $ 112.00 $ 129,696.00 2.21 Pavement, HMA, 8" SY 110 $ 80.00 $ 8,800.00 2.22 Pavement, PCC, 7" SY 250 $ 67.00 $ 16,750.00 2.23 Pavement, PCC, 6" SY 65 $ 65.00 $ 4,225.00 2.24 6" x 6" Concrete Curb LF 12 $ 29.00 $ 348.00 2.25 Sidewalk, PCC, 4" SF 430 $ 7.00 $ 3,010.00 2.26 Sewer, Class Ill RCP, Storm 72" LF 232 $ 650.00 $ 150,800.00 2.27 Sewer, C900 PVC, Storm, 16" LF 365 $ 60.00 $ 21,900.00 2.28 Discharge Piping, Schedule 40 Steel, 8" LF 205 $ 400.00 $ 82,000.00 2.29 Discharge Piping, Schedule 40 Steel, 24" LF 820 $ 510.00 $ 418,200.00 2.30 Manhole, Type SW-404, ST-B1 EA 1 $ 65,000.00 $ 65,000.00 2.31 Manhole, Tee-Section, ST-B3 EA 1 $ 12,000.00 $ 12,000.00 2.32 Valve, Eccentric Plug, 16" EA 1 $ 4,600.00 $ 4,600.00 2.33 Screening Manhole LS 1 $ 75,000.00 $ 75,000.00 2.34 Headwall Structure LS 1 $ 24,000.00 $ 24,000.00 2.35 Electric & Control Building LS 1 $.3 5Ot000°G $ 350 000 - 2.36 Pump Station LS 1 $ 840,000.00 $ 840,000.00 2.37 Pump Package LS 1 $LI7S;oaf;c4 $ 1-1-7.5 000 ec- 2.38 Turf Reinforcement Mat (TRM), Type 2 SF 3,275 $ 0.75 $ 2,456.25 2.39 Clearing and Grubbing LS 1 $ 1,200.00 $ 1,200.00 2.40 Manhole, Type SW-404, ST-B2 EA 1 $ 55,000.00 $ 55,000.00 2.41 Sewer, Class Ill RCP, Storm 60" LF 149 $ 480.00 $ 71,520.00 2.42 Rip Rap, Class D, Soil Filled TN 160 $ 50.00 $ 8,000.00 FORM OF BID CONTRACT NO. 836 Page 3 of 5 TOTAL BID-SITE 2 -3r l ji-jig 080 ; BID SITE 3 - FLETCHER UNIT EST.QTY. UNIT BID TOTAL BID PRI ITEM DESCRIPTION PRICE BID-SITE 3 .`^ i r�5- 3.01 Mobilization LS 1 $ 168,000.00 $ 168,000.00 3.02 Traffic Control LS 1 $ 10,000.00 $ 10,000.00 3.03 Turf Reinforcement Mat (TRM), Type 2 SF 2,705 $ 0.75 $ 2,028.75 3.04 Allowance for Electrical Utility Fees LS 1 $ 30,000.00 $ 30,000.00 3.05 Flood Contingency Plan Occurrence EA 3 $ 1,000.00 $ 3,000.00 3.06 Erosion Control LF 1,350 $ 4.30 $ 5,805.00 3.07 Seeding, Fertilizing and Mulching AC 2.5 $ 3,500.00 $ 8,750.00 3.08 Demolition and Removal LS 1 $ 4,800.00 $ 4,800.00 3.09 Pavement Removal, Composite SY 284 $ 22.00 $ 6,248.00 3.10 Dewatering LS 1 $ 100,000.00 $ 100,000.00 3.11 Excavation Support and Protection LS 1 $ 100,000.00 $ 100,000.00 3.12 Clearing and Grubbing LS 1 $ Hi ©C p° $ /it 000"- 3.13 Topsoil Strip, Stockpile, Respread and Import CY 2,240 $ g c - $ j`7, GZQ e9 3.14 Site Earthwork LS 1 $ i; 0 COoo $ g 0 0 O O a- cO 0e 3.15 Import Select Cohesive Levee Borrow, In-Place CY 1,415 $ I $ - $ Z, SJ '17® 3.16 Transformer Pad EA 1 $ 3,250.00 $ 3,250.00 3.17 6' High Chain Link Fence LF 470 $ 30.00 $ 14,100.00 3.18 Bollards EA 2 $ 550.00 $ 1,100.00 3.19 Pavement, PCC, 8" with 3" HMA Overlay SY 371 $ 100.00 $ 37,100.00 3.20 Pavement, PCC, 7" SY 276 $ 67.00 $ 18,492.00 3.21 Sidewalk, PCC, 4" SF 200 $ 7.00 $ 1,400.00 3.22 Sewer, Class III RCP, Storm, 24" LF 80 $ 112.00 $ 8,960.00 3.23 Sewer, C900 PVC, Storm, 18" LF 290 $ 112.00 $ 32,480.00 3.24 Sewer, DIP, Storm, 36" LF 13 $ 1,000.00 $ 13,000.00 FORM OF BID CONTRACT NO. 836 Page 4 of 5 3.25 Sewer, DIP, Storm, 48" LF 46 $ 575.00 $ 26,450.00 3.26 Discharge Piping, Schedule 40 Steel, 8" LF 345 $ 200.00 $ 69,000.00 3.27 Discharge Piping, Schedule 40 Steel, 24" LF 245 $ 455.00 $ 111,475.00 3.28 Intake, Type SW-513, 48" x 48" EA 1 $ 3,500.00 $ 3,500.00 3.29 Intake, Type SW-504 EA 1 $ 4,750.00 $ 4,750.00 3.30 Manhole, Type SW-401, 48" Minimum EA 2 $ 4,000.00 $ 8,000.00 3.31 Manhole, Type SW-403, 84" x 84" EA 1 $ 19,000.00 $ 19,000.00 3.32 Manhole, Type SW-403, 72" x 72" EA 1 $ 17,000.00 $ 17,000.00 3.33 Valve, Eccentric Plug, 18" EA 2 $ 6,000.00 $ 12,000.00 3.34 Electric & Control Building LS 1 $2 5.0100 l $ c' ' 3.35 Pump Station A LS 1 $ 450,000.00 $ 450,000.00 3.36 Pump Station B LS 1 $ 87,000.00 $ 87,000.00 3.37 Pump Package A LS 1 $ /001000" $ f 001 0 00 vc 3.38 Pump Package B LS 1 $ a� $ o c- S.010 QV .5 Q, C CC 3.39 Adjust Existing Manhole to Grade EA 2 $ 675.00 $ 1,350.00 3.40 Rip Rap, Class D, Soil Filled TN 64 $ 50.00 $ 3,200.00 3.41 Headwall Structure LS 1 $ 12,500.00 $ 12,500.00 TOTAL BID-SITE 3 I, WS.ki I 2. 8 2- C`?4C TOTAL BID SITE 1 + SITE 2 + SITE 3 $ -4 7 N C!11/- aK-cLk WRH, Inc 5-Jun-14 (Name of Bidder) (Date) By.e Title_ President Randy L. Reihmann FORM OF BID CONTRACT NO. 836 Page 5 of 5 7P o E ° c V) 0 TJ i '7- � r' � g a°i o a, �� In f0Q N ° ( O O O o C i 'a C. r+ O e+ o � � � m .G s°, w to < L t oc w o c ate, Q O o c Q m 0.; o < no O - :Q - c R. �. O ai aoi z o •o m c v ° ' p O c a) a) FE .Q o ° N N > >. O c O O 5 �`' Z w� CO -o o m 0 o rn o •H_1 a> > o > m 0, A 4 o 3 .o al m a> a.a? o ..c -1� 3 u, = n E o � a) vo o '3 ai u) EAU E Co o > u) k% `o a> o c o N � � � � a c o a °o Qio c � CO`° � a U ›+ W o0g , ° E co �' NQ Q°U ' ° c a) c y . O O F- N JJ O U po 0 c 0 a) _c im Z � "v� , v .r _0 � .__ o ii � � ° WO a. latp rya `o u' v a s m c°o .� _c, p U a sz4. T-a o s o W ° F- E •c �- o° W a u � oc o > � mm coN 0 .4, z rt ow � •�°_ E -o C� � Q o J W -u (r) 2m � .N 2 v co o � Za U co cnco = 2 a of may cE � W u N ti w � � � _a - c`va a O � a d 7h 7h r-H -- -r WZ a�°i opal - Cl' •> u1Y � � = Z I r+ � -+ � Z .o ai 3 -a o .� O � Q NW z \ O \\ \\\ \ Mon. � j o� o.om o ZN .� © rnr-) N � N � Nc) Q ma) oo •m4S a) - ON o cv \ \\ \\\ \ m � � o ` > Eo c � W o �, \ � tom �u Ln ,r alp >, a ai 0 aN 1- z a ° In c to p O N C c N 2 Q 1, �J '3 J-a S-t 1a 4 .0 S-i o v o .__ o C ° g N a c) v 0, aJ a. a) ca, v V cm.- .c r cal `C cn •N W ° � n E •u k E -u Ea-) E +-) W0 N = Ern Ica wy CO .� v .0 ra v4i var v4J CO CO F- a) 's 2 man a ci �i c �' W y u �' V 1, ,�� +� W OrZ c'5 a3M 'uoi ° cv z co tt +t al v o Z '(0 ctrc au, a) ma LL A o v v +� o v a) vvv a) a. c`a ` b.`, Ea- � .L) c 'E °- W al OW U c .- .u � cH c � c � ocl � oco � 0 0° � � m � Wm O --I v \ O -( o•� O •H ° = ..c rC -+ in ro .c ro .c Ts v J � o QE QEo • >' U v o cvi c - w o CO o 3 1 (X� Eo 0 co < m O U •m O 7 0 w s x U m Q U o -2w rx Q c ›- a 0 >.O2ari L 3 0 a) roaw c - . 1- H H Zy a Q m O .D c Cu,al - V pa) 0 E '' m oNfU a � - o ° E - c\i `aic Uco in -c Zn E Oov 'cu' Oa � • W e o rw v o W N o c Uo 0 -co � 'c A v 0 0 cv> a, al _ w f o 4) a c malty cn 1J , 5oal .- � w a) � c .r ° cal m 0, 0 cn w ai- to MO a w f1 co to cc U .c o ctscoal ala) E a c._.) 0)CD 0) U rt a) E a-C C m O 0. a) o .- v 0a °piSa ZaU aW ° � C j ua o U)) (n rn >- as E 7r H = o _ ° N 0 F. r-4 O o V) 0 a, C p •2 a) h t1) �0 id 0 N C N O °� C Q •- O Qc m 0 > C n .s h a) c co 0 �1 . 0., 0 ° C E oc W o° U r�i, O .0 L' U ai a) a) C :... m c a) O E O V c (o 2 N w C co 0 al ` ° Q C) m '2' a - a) O E m m 0 ,p Q 4-1' ) aa)i N a 0 rn U O CO O O `� m 0u) p > c = O A aJ •o of 3pcp a) r O' rtt a.Q ° °^ smc CI .4+_, 3 v_, - o 6c V) E o rno a)ro o s § a) N ELU ° E CO yy° > - ` c iu -cg .. u m Wa� 0 U) CD a 75 E CD a a I cew0 O u E yWOOU —1 v c cN . 0 p n I— CO ° � as ° 12 m- Ili O�n � a o co ca. Z u) .N 2 - C 1u) � .m - p U 0 E al c s o W o on ro o Ce -*,03vw v y1- E 'c c p CO CO 4.1 CI WFtl ( -6m .a) .7) o � � o c°o Z d > A ocn m a t a, o f - a) a) c E W al V ,, fl m a m` o 'cr .r WZ c) Wp � N 5w - N � OH � � ZI- .o a) L. a � 3 ca ° tOW • u, rno ? Ur1 magi ° o -c rno Z � o 42 O �� mF- � a � � > � o en F- W d h If) in cy WZ cco `� 5 ? o = c0 a`E QZ >" �.1 CO O a) v o . o c4 a a: o C Q mL c cco u) w g � = cEi .u41 s, 0 ro W0 Ern � � a 0 O u o v7r a m y N a o c IL v, w 4 J r-+ m 1..' ON � � rn ocE cm W o -� 2 W O C'c � M m N C ch a3 Z m a w � � z3 o � � ° tom .0 a) Ina LL � A c a) a) a) co O. I- W o U c E - co O W ° C r—I x cu col i -Cm0O o0o ms Wmm U -0 ro ��icrt 1•1 3 U a) ) O ---I G • >' cn a) O � ca'i � c � W O COQ � U 3 a> 0 .52 _O m e < H en" j0 _ -a7co moo` F- U � c Ed .ap a) � C O U m y 0 ` >,Z w .c M V I- ULJV > Om 1-11 (ot < c iiIIr LI o •° 2rn w 3 0 H o 1- 20 1 431. a cV 6 O W O o N ai Z c aQm 0 � v c c m = o .i o O E U co a� E 3 0 as m .c a) � � o O E ;ON N C ` w N Z c Oc = rn _O a) 'M W C +) S o O U W h c V O - c .N •— N r7 CN co to •N •( C f ;_Ca) a, 0c ` J 'O T pU O u o 0 �-f. U)� n CD � `O C.)ss' ' d Z o0 0 co L L O c >, 2 — N .0 El E 0 co } W a c E KC NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa )ss County of Iowa Rey L Reihmann , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of WRH , In r , 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. 4011011. (Signed)c Randy" . Reihmann President Title bscribed and sworn to before,r?e this J day of , 201 i-f. \ �4.1-1,1 1,-(1 P,101e v21 Mycommission expires i 7 �0/ //0/y1Z47" p � � 7 ,p*'"i VIRGINIA K.POSSEHL Commission Number 224030 • MY COMM.EXP.AUG.17,2014 NON-COLLUSION AFFIDAVIT CONTRACT NO. 836 Page 1 of 1 OF PRIME BIDDER BID BOND KNOW ALL MEN BY THESE PRESENTS.that we, WRH, Inc. as Principal.and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa. hereinafter called "OWNER." In the penal sun Five Percent of Amount Bid Dollars 1$ 5% 1 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 5th day of June . 2014 ,for F.Y. 2014 Stormwater Lift Stations, Site 1 -Hollywood. Site 2-Cedar bend, Site 3=FTetcher, 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 contrail;and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF. the Principal arid the Surety, have hereunto set their hands and seals, and such of them as are corporations,have ca rsed their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 5tn day of June .A.D. 201 4 WRH, Inc. (Seal) P rinuipa I By (Title) Randy-1 . "eihmann , President /42-Q Mer •- is Bonding Company(Mutual) (Seal) Witnes,� b436 Pg@e 7 ary Sure/ Witness Sta eon ... er Attorney-in-fact MERCHANTS BONDING COMPANY- POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make, constitute and appoint, individually, Anne Crowner; Brian M Deimerly; Cindy Bennett; Craig E Hansen; Dione R Young; Jacqueline M Devine; Jay D Freiermuth; Jody Decker; Kami Brower; Kevin J Knutson; Lacey Cramblit; Shirley S Bartenhagen; Stacy Venn; Tim McCulloh of Des Moines and State of Iowa their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION($20,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "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 Witness Whereof,the Companies have caused this instrument to be signed and sealed this 22ndday of April , 2014. 1.1H(r r�,if ri HIyJJ •••._.••• • a`4�%;p* l-„••f. .�' ••��\NG'CDw.o•. MERCHANTS BONDING COMPANY(MUTUAL) �k1. 'f •��'QTPv9,f':Ty' MERCHANTS NATIONAL BONDING,INC. • •F—• := -O- •yij• �1/. By j' " STATE OF IOWA • • • COUNTY OF POLK ss. .,!/ae/nrl""��64s President On this22ndday of April , 2014,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.;and that the seals affixed to the foregoing instrument is 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. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. MARANDA GREENWALT4 n • Commission Number 770312 My Commission Expires OM1" October 28,2014 Notary Public,Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the 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 5th day of June , 2014 ...YY 1.1t1/iJ/!� ....... xy'!„Y}t ldt / 'l�rJ� ••�@ 11��+�'l io4 •• i ` e' 1933 ;c Secretary POA 0014 (11/11) ,Jd "y .......;r�1 ,r:` •%Ai.... c l\••. if••J••Nf/r..•>111R11tki" • ••