HomeMy WebLinkAboutRice Lake Const. Group 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 ofNinnesOtaaPartnership
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
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:
iur r�t.!/lr Gn P.ic1Lf hutiu Ve® 4-1 rer 4-hauSaisql
(words)
Ave kI a1f eel ,o1/dam c ($ $93.5O.O4) (j' 0 ).
(figures)
A. Breakdown of lump sum price:
Blowers Creek Storm Water Lift Station $ �l $ K, SO d.d V
Liberty Park Outlet Modifications $ Z0,000.00
Highway 20 Box Culvert Modifications $ 26, 000 . 00
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 $ 3y.00
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withdrawn,the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the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% of total bid
Dollars($ 5% )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 3/7/1 4
2 3/1 2/1 4
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.
11. 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.
Rice La e Co str tion Group March 17, 2014
a o Bidd r) (Date)
BY: w�-'�� Title Wade Leonard, President
Official Address: (Including Zip Code):
22360 County Road 12
Deerwood, MN 56444
I.R.S.No. 41 -1505802
FORM OF BID CONTRACT NO.842 BF-2 of 2
AECOM 60188622.15
� 1, CITY OF WATERLOO, IOWA
r'L►=41k+ /f WATERLOO ENGINEERING DEPARTMENT
} ' a 715 Mulberry St. • Waterloo,IA 50703 • (319) 291-4312 Fax(319)291-4262
t��\tS ERIC THORSON,P.E. • CityEngineer
Mayor INFORMATION NEEDED
ERNEST G. FOR
CLARK
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
COUNCIL
MEMBERS CONTRACTOR NAME: Rice Lake Construction Group
DAVID 22360 County Road 12
JONES ADDRESS:
Ward 1
Deerwood, MN 56444
CAROLYN
COLE
Ward 2
(Check One) PRIME: X SUBCONTRACTOR:
• PATRICK
MORRISSEY
Ward 3 FEDERAL ID#: 41 -1 5 0 5 8 0 2
QUENTIN PROJECT NAME: Blowers Creek Storm Water Lift Station
HART
Ward 4
PROJECT CONTRACT NO.: 842
RON
WELPER
Wards DESCRIPTION OF WORK:
TOM
LIND Et Brickwork LI Landscaping
At-Large
Carpentry C] Painting
STEVEN
SCHMITT 2, Concrete Paving
At-Large
❑ Drywall-Plaster-Insulation Plumbing
® Electrical El Roofing-Siding-Sheet Metal
Ni Excavation/Grading 0 Windows
0 Flooring 0 Wrecking-Demolition
Heavy Construction 0 Other(Please Specify)
14 Heating-Ventilating-Air Cond. 0
WE'RE WORKING FOR YOU!
An Equal Opportunity/Affirmative Action Employer
SALES TAX EXEMPTION CONTRACT NO.842 STE-1
AECOM 60188622.15
CERTIFICATION REGARDING LOBBYING
(This Certification is required pursuant to 31 U.S.C. 1352)
Certification for Contracts,Grants,Loans, and Cooperative Agreements
The undersigned certifies,to the best of his or her knowledge and belief 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:
No nonfederal funds have been used or are planned to be used for lobbying in connection
X with this application/awardlcon-.ract.
or
Attached is Standard Foiiii 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 1 7 day of March 20 1 4
by a•e Leo a • , President
( yp• o P !'e) (Title of Executing Official)
/ J 0
Rice Lake Construction Group
P
(Signature of Executing Official) (Name of organization/applicant)
C RL-"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$100,000 of Federal funds at any tier under the Federal Award must file a"Certification
Regarding Lobbying" and, if applicab'.e, 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
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Minnesota
)§
County of. Crow Wing
Wade Leonard being first duly sworn,deposes and says that:
1. He is (Owner,Partner,Officer,Representative,or Agent) ,of
R i ce Lake Construction ,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 re air land pro er are not tainted by any
collusion, conspiracy, connivance or unlawful a e en'o a f the Bidder or an of its
agents,representatives,owners,employees,or pa ie in i to e t,i uding this affiant.
(Signed)
President
Title
Subscribed and sworn to before me this yof�/ ,2014
My commission expires l/. 'i /.D
• .w. DIANNA L GUTZMAN
r;;,s'1 Notary Public
State of Minnesota
My Commission Expires
January 31,2015
w �
NON-COLLUSION AF7FIDAVIT OF PRIME CONTRACT NO.842 NCA-1 of 2
AECOM 60188622.15
0
0
oto o O1 - q
M ra
U a>
0 d i b �.) Y .. o v
4.1
..0 � ,nb cn4. •3 - ,- C p
o 0
-54.. 0 _c ti-. T. co) o .
o 0 o 0 rn c 0
N ¢ o 0 0 0 3 C d � C
Nt' w w~ o a> .9 7"
M o > CO cd : A M M Z Z
c� = ¢ Q d
Q \ d '5 E
0 0 0 U A
on aai y M .° >, L) ~ o ,�
2 0td) 0 Vs
P? z \.
f4 U) 0 0 > o z/1
W O a ..d 0° ° o b „
w o ; w E - W Z _
fl 0 A V E _ 00
O v U c -� � .5 o ',) Z Z
w 3 o m o .� o O H M M °z
z ~ ° _ mow 0 o ccw
~ H al 3 � a' 70 ....,4- 0 Z °•ob > 2on CI) c z
� PP a� 7,1 � W 0 � o� • 3 'ow �w � Zd e)
W Z a w ao g a) on y, 7^ ?... 2. Z
2
� �to o
oo > o . b
0 .0 ' a O w
0 0
o, cc: c4U ,�, b .� a MI0 W - M M M M
p o .. Y o :� w M
U —>'o oY UH 3 L 0:
v ,2
x • 0 � 0 wa E" < _T 0
d ro � 03 a>
U � `1 - 1W '� 0 J 4 v
-.-1 E-4 `,,i4 00 2 ''' ,, :0 -5 O' w4 c sk:, _... -rt4 444 H
3
� . aaaOo � I �W
S N co
O 8 ,- o oZc g FW g . o p o co
` a
0 w 0 UCO •4 -o •c, " p J > wm
cd n � a, � 0 cA J -4— -4 (4
•�� ? � 4) V w c� .�-. O
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we, Rice Lake Construction Group
as Principal,and Federal Insurance Company
as Surety are held and firmly bound unto the City of Waterloo ,Iowa,hereinafter called"OWNER"
In thepenal sum Five Percent (5%) of Total Amount Bid 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 RInwcrs Creek Storm Water I ift 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 shalt 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 11 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 17th day of March ,A.D.zo 14.
Rice L. - •nstruc ' Group (scat)
By � r?'\Gi A_
g--
(Title) Wa Leo ar resident
Federal Insurance C any (Seal)
r es Surety
�s�d/(,, L41 t i.. By Yl f--'
Witness rney-in-Fact Bruce N. Telander
BID BOND CONTRACT NO.842 133-1 of 1
AECOM 60188622.15
t
ACKNOWLEDGMENT OF CORPORATION
State of MINNESOTA
ss. }.
County of CROW WING
On this 17th, of March ,2014,before me appeared
Wa.ril L' on ird to me personally known,
who,being by me duly sworn,did say that(s)he is/are the President
of Rice Lake Construction Group , a corporation, that the seal affixed
to the forgoing instrument is the corporate seal of said corporation, (If no seal,so state,and strike out above as to
corporate seal)and that said instrument was executed in behalf of said corporation by authority of its Board of Directors;and that said
Wade Leonard acknowledged said instrument to be the free act and deed of
said corporation.
a'"'°-y DIANNA L GUTZMAN Notary ub11C 6141�fA•ki un , • f I'l.)/V'SO
•
rA Notary Public
,1.,i; State of Minnesota My commission expires l� . / / / ,t
My Commission Expires
January 31,2015
ACKNOWLEDGMENT OF CORPORATE SURETY
State of MINNESOTA
ss.
County of HENNEPIN
On this 17th, of March ,2014,before me appeared Bruce N.Telander to me personally known,
who being by me duly sworn,did say that(s)he is the Attorney-in-Fact of FEDERAL INSURANCE COMPANY , a
corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed
in behalf of said corporation by authority of its Board of Directors;and that said Bruce N.Telander acknowledged said instrument to
be the free act and deed of said corporation.
p�Annew ■
iris : RACHEL THOMAS
ii. NOTARY PUBLIC-MINNESOTA
,i1 0 My Commission Expires Jan.31,2015 Notary Public Ramsey County, MN
ti r My commission expires 01/31/15
Chubb POWER Federal Insurance Company Attn: Surety Department
1COF Vigilant Insurance Company 15 Mountain View Road
Surety ATTORNEY Pacific Indemnity Company Warren,NJ 07059
CHUBB _
Know All by These Presents, That FEDERAL. INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE
COMPANY a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and
appoint Melinda C. Blodgett Jack Cedarleaf II, Pamela T. Curran, D.R. Dougherty, Sandra M. Doze R. Scott
Eg,ginton, R W Frank Linda K. French, Christine M. Hansen, Joshua R. Loftis, Kurt C. Lundblad Nicole I(II" Nelson,
Brian J. Oestreich, Donald R. Olson, Jerome T. Ouimet, Craig H. Remick, John E. Tauer, Bruce N. Telander,
Rachel A.Thomas and Lin Ulven of Minneapolis,Minnesota-
.
eachas their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety
thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any
instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested
these presents and affixed their corporate seals on this 24th day of July, 2013.
7....
.7 z________ (../.:4;-
U1oros,Msiecretary id B.Norris,Jr.,Vice R rdent
STATE OF NEW JERSEY
ss.
County of Somerset
On this 24th day of July, 2013 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL
INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the
said Dawn M. Chloros, being by me duty sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE
COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals
and were thereto affixed by authority of the By-Laws of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority;
and that she is acquainted with David B. Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said
Power of Attorney is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By-Laws and in deponent's presence.
Notarial Seal _
" _ r' KATIiER1NE J.ADEIAAR 1::///cA.----
, � NOTARY PUBLIC OF NEW JERSEY
(v ITAR i1 No 2316685 7
46 a"+•el) -11 Commission l5tpires July 16,2014 Notary Public
\ '
`"I' CERTIFICATION
Extract from the By-Laws .ERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY:
"All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the
President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations.The
signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any
Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other
writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and binding
upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond or undertaking to which it is attached.'
I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the'Companies")
do hereby certify that
(i) the foregoing extract of the By-Laws of the Companies is true and correct,
(ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are
authorized by the U.S. Treasury Department;further, Federal and Vigilant are licensed in the U.S.Virgin Islands, and Federal is licensed in American
Samoa,Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and
(iii) the foregoing Power of Attorney is true,correct and in full force and effect.
Given under my hand and seals of said Companies at Warren,NJ this March 17, 2014
yam r'gyp . 011Ct
ilk ,
\,....2,.. / --•ef w y cfil.*•!. • eAliddai
Dawn M.Chloros,Assistant Secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER
MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 .
e-mail: surety@chubb.com
Form 15-10-0225B-U (Ed.5-13)CONSENT