Loading...
HomeMy WebLinkAboutCarl Nelson and Co. 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:_ N/A , 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: C?.€ 1 O,AIS ."-IS3 fir kk`"IMIi (words) t*, q..1 -T. - S ($ Cam`; o� ). (figures) A. Breakdown of lump sum price: c� Blowers Creek Storm Water Lift Station $ '1 ; O 1143V).a z Liberty Park Outlet Modifications $ eii j 141,00 Highway 20 Box Culvert Modifications $ ; 3 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 $ 54,0Et 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to the undersigned within sixty (60) days after the opening thereof, or at any time thereafter before this bid is withdrawn,the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within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 Five Percent of Amount of Bid(5%) Dollars($ )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 03/07/2014 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. Carl A.Nelson&Company March 17,2014 (Name of Bidder) (Date) BY: Title President Tim Seibe Official Address: (Including Zip Code): 1815 Des Moines Avenue Burlington,IA 52601 I.R.S.No. 42-0635367 FORM OF BID CONTRACT NO.842 BF-2 of 2 AECOM 60188622.15 w. 0 CD 0 ono „0 0 0 0 1. CO r do X CA � 0 C aC.) , o �' II .0 1. i o w .fl w �, w N .7 al s a L, 0 .O 0 O ..= o ❑ 0 o a.) 0 u o o 0 '0 w z O o c o pa i 0 E = N ¢ o •o0 0 3 0 ie r t '0 w w w O I. t, u M 0 - 5 i acl p 0 4. 0 0. 0 rr ii 0 -0 0 -�o a r... -- A ' `wQ am a v' 0 .in M ; a) o a. L 0 o AA � .0 � � 0 wi oA ai ' > U i- o. ❑ O00 NL c0 4 03 U 0 Z ".a . A y H GCA>0C 81 r a ? ° U 0o V) d aj O o I0 E aua cn AZ y a ° °a a (1) ^C p ° .'° ° 0 A ° °0c3 o w o Pa s. c .a ,, � ddi i � U ° o a 03 A © W o 0 y ~ .0 a Q 0 Wt 0 ,+0 cc: o = � 0 p � � _ 0 ° 04„ .0 J ' a0ai V, 3 o xW Z NA <,' .o •. a.) °' o Z Hn b dCA 0 w >,..y •>003 cl � � W 0 z 0 WF'' ° W wfl ° � � oa F4 d u U WZ a. .o o , oLV) e. ,i, cn o F.., 2 i t= '9= WA w o ° ° 0a W 4, . . a• 0o � d >, � . 0 w A �; u ct � o. yw � CU wW AO O U A, 0 � � a> E •-o ❑ a, a1 wII a "' o w c>- o .-- o o H N GG a o: v I) ° o W s E-+ 0 g9 W .Nw a� zC : w ,o � o . qd � W w N W. Z u E-,�d itt. (/) w (41 3, 1 45. o W z U z 5ao8 w°Ow <4, •V1- u ApT4 0 G aq F� d W 0 0 " o s i �", N o Ca � .= veg 0 F, o E V o Eo o Z c O8Eco , 3 W p o E.., ill c • o � F .0` a.� E-,oCOoc to U -o'0 a� ce a d g , ` a' V1 s- ao o a' o , W x Ai. E'.-4 a' `" >., O z ° U L E N p� a� cd W a /f it < o U �Q ^ U O w U N 4 N y •E U CI CI CA F�r 0�+ 3 LI U 0 • 0 ❑ E U ar z cd U (#) d U 8 g; -o 0 XI ,0 - 4) 6 0 © o a .,_, c N 0 C o ,.,, O p U C o cis a ct "m 0 A 0 clJ a % N • O 000 z aa, o a z c4 0 W F" et a� M zit 3 E A o U W a E o • o a w z E • ( 6. .6 E..; W a +�. ,,, O O g O "- l . ..' . rye t.. �'' RA} W A acl ° ag1- MA d W N MS C a '0 , v , v N- N- v v N- CA Am. y U O O O O O O O O O O 4.1 eel ++c N N N N N N N N N N A o O O O O O N O O N N C..) N N N N N N N N N N N N N N N N E 0 N O iv, U 4.4 0 �° o O I O W�� C M l� i M M O M a t\ M O' N n, . O CU 2 co co 0 > O c.. .., O O O co c co O O O y O CA z h U S7 - N N t� ' .: 0 t� E 0 t- O i--, N V] t- 0 �-+ N ,1N O- N -- O O o rr..^ O — y0y,,� co O co O •- co i'"' > O r' ,"' co U 0 O V-1 V In V & a) - kn •.�, 0 in , 3 kn '~ ,0 � 0 0 to = a) �1 O v7 0 .- .- p >' -. O O •- t -- O —1 O V] — O cl Q U a 0 0 W Ct 00 0. 0 00 Z ) 00 0 ° °0 3 °o W i o °o U °o U ai po . ,, i, 0 U i. - U i. i. GL i. 3 3. i. ,x - C H T, ,_ t v', t M O O. U ‹O O rzt > to ^0 O 5 N ¢ �, 3 U � 3 U ^ 3 QM3 Q (43 c7 � 3 ° . 3 oN3 aN3 3N3 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) )§ County of. Des Moines ) Tim Seibert being first duly sworn,deposes and says that: 1. He is (Owner,Partner,Officer,Representative,or Agent) ,of Carl A.Nelson&Company ,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 pa i erect, ' clud'ng th' affiant. (Signed) Tim Seibert,President Title Subscribed and sworn to before me this 17th day of March ,2014 /)/1r�4L.-t )cG'Lr3/L a4,4±:teAlalia— /Title My commission expires D II£ I I L ohP@ l KAREN WILSON My156121 Commission Expires ow SIII II-/ 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, 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 12,52, 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 fiends for lobbying in connection with this application/award/ contract. Executed this 17th day of March , 2014 by Tim Seibert President (CIDor Pri Name (Title of Executing Official) Carl A.Nelson& Company (Signature of Executing Official) (Name of organization/applicant) CRL-•1 ,,;, ,, a CITY OF WATERLOO, IOWA t, �':AlitrlJ/�, WATERLOO ENGINEERING DEPARTMENT 715 Mulberry St. • Waterloo,IA 50703 ' (319) 291-4312 Fax(319) 291-4262 i'rlo0‘ ERIC THORSON,P.E. • City Engineer Mayor INFORMATION NEEDED ERNEST G. FOR CLARK IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE COUNCIL MEMBERS CONTRACTOR NAME: Carl A. Nelson & Company DAVID JONES ADDRESS: 1815 Des Moines Avenue JONES Ward 1 Burlington, IA 52601 CAROLYN COLE Ward 2 (Check One) PRIME: X SUBCONTRACTOR: PATRICK MORRISSEY 42-0635367 Ward 3 FEDERAL ID#: QUENTIN PROJECT NAME: F.Y. 2013 Blowers Creek Storm Water Lift Station and HART Dry Run Creek Improvements ECA Award No. 05-79-05007 Ward 4 PROJECT CONTRACT NO.: City Contract No. 842 RON WELPER Wards DESCRIPTION OF WORK: TOM LIND ❑ Brickwork 0 Landscaping At-Large ❑ Carpentry 0 Painting STEVEN SCHMITT 0 Concrete 0 Paving At-Large ❑ Drywall-Plaster-Insulation 0 Plumbing ❑ Electrical 0 Roofing-Siding-Sheet Metal ❑ Excavation/Grading 0 Windows ❑ Flooring 0 Wrecking-Demolition ❑ Heavy Construction 0 Other (Please Specify) ❑ 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 BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, Carl A. Nelson&Company as Principal,and Travelers Casualty and Surety Company of America as Surety are held and firmly bound unto the City of Waterloo ,Iowa,hereinafter called"OWNER." In the penal sum Five Percent of 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. Ehe condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 17 day of March ,2014 ,for F.Y. 2013 Blowers Creek Storm Water Lift Station and Dry Run Creek Improvements; EDA Award No. 05-79-05007; City Contract No. 842 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 17th day of March ,A.D.2014 Carl A. Nel n&Com any __ (Seal) rinc By l-*". (Title) • Travelers Casualty and Surety Company of America (Seal) s Surety By vV tik Witness Attom -in-Fact Nina E.Werstein • BID BOND CONTRACT NO.842 BB-1 of 1 AECOM 60188622.15 ACKNOWLEDGMENT OF CORPORATE SURETY (STATE OF MINNESOTA ) (COUNTY OF HENNEPIN ) ss: On March 17, 2014 before me, A Notary Public within and for said County and State,personally appeared Nina E. Werstein known to me to be the Attorney-in-Fact of the TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA corporation described in and that executed the within and foregoing instrument and known to me to be the person who executed the said instrument in behalf of said corporation and he duly acknowledged to me that such corporation executed the same. 4.„4,04,-,,k,- o IIp HEATHER R GOEDTEL NOTARY PUBLIC-MINNESOTA t r My Commission Expires tvka, January 31,2018 v r „"MI= WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 4A. POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 225802 Certificate No. O 0 5 5 1 6 7 9 7 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Dennis G.Loots,Jill N.Swanson,Laurie Pflug,Nina E.Werstein,Brian D.Carpenter, Barbara L.Raedeke,Nicole Langer,and Jessica Hoff of the City of Minneapolis ,State of Minnesota ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 3rd day of June 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company . '41y Gt.SUA�� Y Ir ,FIRE 6 fl +'' 1N'�'"v'.,�P•........;!D9*• J 4 ..'b k pINCDNATED 0."RA P 1 ” - Waco '1. % j {z i a HFORD,1951r '� ,SE BGIo'} t- -- 01 w � R N v, �,. -��.SEAL .� �, CONN. o CDNN. 1896 �y pM '�/,� 2svAn Nc£c �'�,,v��.......... y'PJo•,r}•.. 'aD 's n� tN�,ct� State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 3rd day of June 2013 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity andataracty ,t"ompany,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of'Ore corporations by hifnself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. g"!" Qn(/4 C , My Commission expires the 30th day of June,2016. * '°U�1.�G * Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER