HomeMy WebLinkAboutLarson Construction, Corp. FORM OF BID OR PROPOSAL
F.Y.2013
BLOWERS CREEK STORM WATER LIFT STATION
AND DRY RUN CREEK IMPROVEMENTS
EDA AWARD NO.05-79-05007
CONTRACT NO.842
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:_ Ed Larson, President , 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
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 F.Y. 2013 BLOWERS
CREEK STORM WATER LIFT STATION AND DRY RUN CREEK IMPROVEMENTS,Contract
No.842,all in accordance with the above-listed documents and for the lump sum price for work in place for:
71,v« rv;k i\ovN ve c\k,ecl Seuci4( -' Ct SCivi4 Joltccfr5
(words)
($ 3/ 5701two oX
(figures)
A. Breakdown of lump sum price:
•
Blowers Creek Storm Water Lift Station $ 3 2�1-1 ,000
Liberty Park Outlet Modifications $ aaa)000
Highway 20 Box Culvert Modifications $ S 3 000
B. Unit Adjustment Prices: Required Base Bid quantities of the items listed below are set forth in the
Contract Documents. If increases or decreases in these quantities occur,the Contract Price is to be
adjusted by Change Order on the basis of the following. Adjustment prices are subject to
acceptance by Owner,and rejection of one or more adjustment prices will not invalidate acceptance
of this Bid.
No. Item Unit Unit Adjustment Price
1 Structural Earth Excavation and Backfill CY $
2. 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withdrawn,the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the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 ten(10)days after"Notice to Proceed" is issued.
FORM OF BID CONTRACT NO.842 BF-1 of 2
AECOM 60188622.15
3. Security in the sum of 5%
Dollars($ NA )in the form of Bid Bond , is submitted herewith in accordance with
the INSTRUCTIONS TO BIDDERS.
4. Attached hereto is a Non-Collusion Affidavit of Prime Contractor.
5. The bidder is prepared to submit a financial and experience statement upon request.
6. 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.
7. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date 3/7/14
2 3/12/14
8. 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:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
9. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked"none"or"NA".
10. The bidder has attached all applicable forms.
1 I. 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.
Larson Construction Co., Inc. 3/17/14
(Name of Bidder) A (Date)
BY: Ed Larson 4' )
/ Title President
Official Address: (Including Zip Code):
600 17th St SE, PO Box 112
Independence IA 50644
I.R.S.No. Federal Tax ID # 42-1022004, Iowa Contractor # 94-974-04
FORM OF BID CONTRACT NO.842 BF-2 of 2
AECOM 60188622.1
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
)§
County of. Buchanan
Ed Larson being first duly sworn,deposes and says that:
1. He is (5wneT)Partner.Officer.Representative,or Agent) ,of
Larson Construction Co.. Inc. .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 of h idder or any of its
agents,representatives,owners,employees,or parties in interes mcl ' g i affiant.
(Signed) Ed Larso
President
Title
Subscribed and sworn to before me this 17 day of March .2014.
Heather Robinson, Secretary
Title
My commission expires / �/‘"
.. * COMMISSION NUMBER 746759
MY COMMISSI N EXPIRES:
NON-COLLUSION AF7FIDAVIT OF PRIME CONTRACT NO.842 NCA-1 of 2
AECOM 60188622.15
CERTIFICATION REGARDING LOBBYING
(This Certification is required pursuant to 31 U.S.C. 1352)
Certification for Contracts,Grantsi Loans,and Cooperative Agreements
The undersigned certifies,to the best of his or her knowledge and belied that:
(1) No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to
any person for influencing or attempting to influence an officer or employee of any agency,a Member of
Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal
loan,the entering into of any cooperative agreement,and the extension,continuation,renewal,
amendment, or modification of any Federal contract,grant,loan,or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an
officer or employee of Congress,or an employee of a Member of Congress in connection with this
Federal contract,grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form LLL,"Disclosure of Lobbying Activities,"in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers(including subcontracts, subgrants,and contracts under grants,
loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into
this transaction imposed by Section 1352,Title 31,U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $11,000 and not more than $110,000 for
each such failure.
Please check appropriate box:
x No nonfederal funds have been used or are planned to be used for lobbying in connection
with this application/award/contract.
or
Attached is Standard Form LLL, "Disclosure of Lobbying Activities," which describes the use
(past or planned)of nonfederal funds for lobbying in connection with this application/award/
contract.
Executed this 17th day of March ,20 14
by EAL.r President
ippA t Name) (Title of Executing Official)
� Larson Construction Co. Inc.
Signature of Executing Official) (Name of organization/applicant)
CRL-•1
•
CONTRACT CLAUSE
NEW RESTRICTIONS ON LOBBYING
This contract,subcontract, or subgrant is subject to Section 319 of Public Law 101-121, which added
section 1352,regarding lobbying restrictions,to Chapter 13 of Title 31 of the United States Code. The
new section is explained in the common rule, 15 CFR Part 28(55 FR 6736-6748,2/26/90). Each
bidder/applicant/recipient of this contract subcontract,or subgrant and subrecipients are generally
prohibited from using Federal funds for lobbying the Executive or Legislative Branches of the Federal
Government in connection with this Award.
Contract Clause Threshold
This Contract Clause regarding lobbying must be included in each application for a subgrant and in each
bid for a contract or subcontract exceeding$100,000 of Federal funds at any tier under the Federal
Award.
Certification and Disclosure
Each applicant/recipient of a subgrant and each bidder/applicant/recipient of a contract or subcontract
exceeding S 100,000 of Federal funds at any tier under the Federal Award must file a"Certification
Regarding Lobbying" and, if applicable, Standard Form LLL, "Disclosure of Lobbying Activities,"
regarding the use of any nonfederal funds for lobbying. Certifications shall be retained by the next
higher tier. All disclosure forms,however,shall be forwarded from tier to tier until received by the
Recipient of the Federal Award(grant),who shall forward all disclosure forms to the Federal agency.
Continuing Disclosure Requirement
Each subgrantee,contractor,or subcontractor that is subject to the Certification and Disclosure provision
of this Contract Clause is required to file a disclosure form at the end of each calendar quarter in which
there occurs any event that requires disclosure or that materially affects the accuracy of the information
contained in any disclosure form previously filed by such person. Disclosure forms shall be forwarded
from tier to tier until received by the Recipient of the Federal Award(grant)who shall forward all
disclosure forms to the Federal agency.
Indian Tribes,Tribal Organizations, or Other Indian Organizations
Indian tribes,tribal organizations,or any other Indian organizations,including the Alaskan Native
organizations,are excluded from the above lobbying restrictions and reporting requirements,but only
with respect to expenditures that are by such tribes or organizations for lobbying activities permitted by
other Federal law. An Indian tribe or organization that is seeking an exclusion from Certification and
Disclosure requirements must provide(preferably in an attorney's opinion) EDA with the citation of the
provision or provisions of Federal law upon which it relies to conduct lobbying activities that would
otherwise be subject to the prohibitions in and to the Certification and Disclosure requirements of
Section 319 of Public Law No. 101-121. Note,also,that a non-Indian subgrantee,contractor,or
subcontractor under an award(grant)to an Indian tribe,for example,is subject to the restrictions and
reporting requirements.
CRL-2
13
Z r; (D n 41
CD X . r N F4 v d rd - O c: s CO n c 1't.r'-i
^ v
0 O. 0 C .» Al n ^i CIC• C.
R z 3 ' T ' = z(Q = O o e Cx n O n a▪ a C n E.
2'2
• N = C� M CO <<: ' c ti m z I—
,.., O O C�1 0 3 c,, n 1: Q. N
's . ^ n c - - 1- C -,
rt n $v �° a 0
Cam) � 3 " , • > cn c' -i =
a
(o ,-.3 C7 • ., .. IV rn i r4 •
O
s c •r 0 c
W CO W W CO p - a P �' .n.
., n eD -. �:. ^' - r �. ti
O) O) O) O n a o Z O �7
a C7 ry - 3 ' Cs7 7
G., p �. f. v _ P =' C7 ril
to = _..a . f _ = a.: C�
3 av- c o c 1
3 n O �1Yam c o T4 ZCs
►C ^ • ^- -• 3
z x nC/z c/ Z O O n c g a c' c .
O et C4Z p (S ; . m = .. ...3 -x _ _ C
z rM. ".j 0 3: 2 U o =" v C 0.• �_ c"O Q. CJ
rii
z_ ▪ 0 _ n s .r
0.
til
-3 De _ • a r�
> cn C x �, f o �' 3 55
et) ^7 ( C G a• =• r"
u
CA CS) 4, c S. .� o
..a Dz 0 0 ' C. 3-0 CO • r
c = Oae G
Q- f c
0 3 > ? °�' a
C c ( c .< v 0
C1 CZ _ Cr
p V
tea = a =' � c >
c a c ._` . U o
o ¢ U v' cr
et O 2 -
C. r� r z =
c.
G. w _ 0-
7-3
p v c
a
BID BOND
KNOW ALL MEN BY'f'I IESE PRESENTS,that we, Larson Construction Co., Inc.
as Principal,and Merchants Bonding Company(Mutual)
as Surety are held and firmly bound unto the City of Waterloo _Iowa,hereinafter called"OWNER."
5%of the bid amount************************** **************
In the penal sum Dollars($5% ) lawful
money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this
obligation is such that whereas the Principal has submitted the accompanying bid dated the 17th day of
March ,2014 ,for Blowers Creek Storm Water Lift Station and
Dry Run Creek Improvements
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 hid bond shall he 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 corporatiolt� have caused ipir cgrporate seals to be hereto affixed and these presents to be signed by their proper
officers this °11 day of rytarCn _A.D.2014 .
Lars on ruction Co., Inc. (Seal)
Pri cipal
131,
itl d Larson, President
Merchan -Bonding Corn,.ny(Mutual)(Seal)
t:mess Surety
I, :J.
Witness Anon Win-'act `I- e B-vans
BID BOND CONTRACT NO.842 BB-1 of I
AECOM 60 183622.15
MERCHANTS
BONDING COMPANYT.
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,
Susie Bevans
of Independence and State of IA 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-FIVE MILLION($25,000,000.00)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 10thday of February , 2012.
•
r:‘0,0
i�►- '�... , ••.��NG CO�,o•. MERCHANTS BONDING COMPANY(MUTUAL)
`of" 'tax:.0 •=, :•OZ.' 4 r •94 �Z�: MERCHANTS NATIONAL BONDING,INC.
42:c :y-:= -o- ;•
II 2003 :'.n• y 1933 *(N'Y• /(71/7 77,4,
C:
•
I,STATE OF IOWA ' •• ..* .•` • ••
COUNTY OF POLK ss. ,�•�"""„...n.l'. • • President
On this 10th day of February , 2012,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.
MARANW _ i n t'
CommissionNDAGREE Number 770ALT312
•
My Commission Expires
ow 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 6th day of March , 2014
•
.,aaa.,
,.,`•''*C►ONA •••:NOG Coy•.
`�;' p• •. p": • Off' AP0q '9•'.
' h ' d OS. •0'co
.. ...
•
•a 93 :
• Secretary2G0 :
J, . :00, � :
b < • •POA 0014 (11/11) .• .. � • 'iv.. . 1* ••• ••
•• ,
"•+N,�.H.11'