Loading...
HomeMy WebLinkAboutBoulder Contracting, LLC Revised Per Addendum No.1 -10/23/13 FORM OF BID OR PROPOSAL 4r"STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS CITY OF WATERLOO,IOWA CITY CONTRACT NO.855 Honorable Mayor and City Council Waterloo,Iowa Gentlemen: 1. The undersigned,being a Corporation existing under the laws of the State of ;Vows* ,a Partnership consisting of the following partners: ,44 , 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 4TH STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS,CONTRACT NO.855,all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: 4T"STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS CONTRACT NO.855 BID UNIT BID ITEM DESCRIPTION UNIT EST.QTY. PRICE TOTAL BID PRICE 1 Mobilization LS 1.0 $ "55,cm.vn $ 35;acre.et) 2 Pavement Removal SY 271.0 $ 3 S.oti $ q y TS.az> 3 Riverwall Removal and Replacement LS 1.0 $ /4 H ava.cb $ /4`c •ao 4 Riverwall Repairs SF 140.0 $ /1 a.e $ I S;gat,.eft) 5 Concrete Slope Protection SY 271.0 $ 94•oz) $ a4,6 .c 6 Granular Subbase SY 271.0 $ /2.v o $ 3 A SA.CYO 7 Subdrain,Longitudinal,4-Inch Diameter LF 110.0 $ 3a.cYD $ 3, a o.erU 8 Subdrain,Longitudinal,6-Inch Diameter LF 25.0 $ 440.cm> $ /n Ova.vz> 9 Flap-Gate,4-Inch Diameter Each 1.0 $ 750.ov $ 7$o.ov 10 Steel Handrail LF 110.0 $ /Sv.oz, $ /(o/Soo.cm 11 Concrete Sealer SF 3,450.0 $ .,So $ $(ea S.as 12 Handrail Removal LF 110.0 $ 17•oo $ 1 42-70.tx> FORM OF BID CONTRACT NO.855 BF-1 of 3 60287085 Revised Per Addendum No.1 -10/23/13 BID UNIT BID ITEM DESCRIPTION UNIT EST.QTY. PRICE TOTAL BID PRICE 13 Removal of Sidewalk SY 135.0 $ `t.00 $ (t a 1 S.cvp 14 Sidewalk,PC Concrete,5-Inch SY 135.0 $ rjd.vt> $ 6,15C.cZ) s/ TOTAL BID $a4/3 145. 00 I, 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject anyor all bids. If written notice of the acceptance of this bid is mailed,telegraphed,or delivered to the P undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn,the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten(10)days after the agreement is presented to him for signature,and start work within ten(10)days after"Notice to Proceed"is issued. 4. Security in the sum of 5 70 Dollars ($ )in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( X ), or Non-Resident Bidder Certification ( ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of$10,000.00 in work for the City in the current calendar year,are prepared to submit an AAP or Update and an EOC,within ten(10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: -� /� Addendum No. •W ( Date to/ 3/ „T 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)to be used on this Project to the City of Waterloo by 5:00 p.m.the business day following the day Bids on this Project are due along with the Non-Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL"Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. FORM OF BID CONTRACT NO.855 BF-2 of 3 60287085 Revised Per Addendum No.1 -10/23/13 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked"none"or"NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. ago ut.AEA Cow r ,r4c.rii61 LL G. /o/Z/i/.7 (Name of Bidder) (Date) By: L.uK0 (kTv•t,*toF Title D«►N Official Address: (Including Zip Code): ,578.9 N. Avfwd.< (%Zi wOY GiurE¢, IA 5o43r I.R.S.No. 27^3o7 2 /15 FORM OF BID CONTRACT NO.855 BF-3 of 3 60287085 g a En a) is 3 a�i �, o a) E 0 i' xcri E "8 w , = 64 a) '% i, ,n -q C .y °O 6 Mt M w �eA -$ o = T. ;B 0, a v d 0 WW 0 : V 4- o 0 0 o0 w, "0 6 0 0 ¢ c o 3 °o o a) z o E = = O U R a 0 0 Nt au a� a �° I) ° : p Q = o at E p a) c = CO c CS c T a o , c a a tea, . c 0 a, a L) 0 CO .c 0 y 0 ° ° E c c y CO > ° o U0. v Cel W aa, 0 o au �Jo 0 � CI � °' Q c4 F O FQ o � 0 c.., c E .E N a, Wz 'B a., ° LE o .0 9 Ca ar vA p o W v,• O •CCci ,4 c ptk C - Y +�� t v_2 c1 C M ci) to -0 .. o ca a) c� c� y .� Or 00 CA F c 3 0 y = ,� 3C4 0 o • U o �} o cc ° w FW" act Q W '-a3 a) is c, aci a Fz- � z W Z Vn L• o j F. x 0 o W CAOi w = ; 0 .'A a O c°> C0 � c z q = E ° ° W : z N o� Q , n ti 2 4- w . v = a) E d a) • gW o Fs asa E.-a 0. C1 a. - -c c c ° a pa ° c ; �c = • � w^ 1/41 F- - °' o - •� a) — G� W +' a ��+ .�M vO a c o, '- c c w O co e¢ c M z 'o c a, o W G o n 03 D ° ~ p r i COma I- a.) c y c c v COa) CO O0 ° Y ° a NF� _ oo 4.• J T_ = .) (1) ,L ,n ~ li 4; 4-1c3 � J" v N O O E et a W i. 7 b 'n W z c� O r i O co . = u ° ue U N 4 U �' ., c ° VI i o e� ��pp� �I aca W, � � o � � y ` a, V \Y] O O N z3 �"• � 0 I � 34' c0 a � c =• m ';. cC 3 O o o -v i W a �� 1 no ° CO• a 2 O � $ c .- '_ i c4u F- 0 o W e CO U Pcl 0 ° a) o o w c� \t' � i 0 L O O L c V 71- V U (�]W r �a % O N 0 ..a 0 0 0 ,>, y 0 N 0. z c� U V] d' U > o -- N .= -o �(� 2 S RESIDENT BIDDER CERTIFICATION CONTRACT NO: ess- PROJECT NAME: y*- Srpter 3as& Sw9& P4CorEc rsav hs►b OW644064 cc PIO tRS DATE OF LETTING: t oJst/$ To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent defmition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that I am a resident bidder as defined above. COMPANY NAME go Ka-AEA �ewrt�kc 7 N4 CORPORATE OFFICER L.ita TITLE &A A. DATE (da4/3 RESIDENT BIDDER CONTRACT NO.855 RB-2 of 3 60287085 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of fetuA ) )ss County of GS.wov ) Lul6 lonR.w.c ,being first duly sworn,deposes and says that: 1. He is (Owner Partner,Officer,Representative,or Agent) ,of SOKLbs1e- Cooir ewc C. t_t.c• ,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 . j ini SHARON REENTS (Signed) '`4`". * COMMISSION NUMBER 773906 MY COMMISSION EXPIRES: Qw,u„rA tffigk —7 -/ - ram' Title Subscribed and sworn to before me this day of Ctr)b 1 ,2013. 11\9 .0 XOWI /1 A ? Title * My commission expires 7 /7 NON-COLLUSION CONTRACT NO.855 NCA-1 of 2 60287085 BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, Boulder Contracting, LLC as Principal,and Nationwide Mutual Insurance Company 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% J 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 28th day of October ,2013, for 4th Street Bridge Slope Protection and Riverwall repairs 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 lbr 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 seal as such of�4them J are corporations, have caused their corporate seals to be hereto affixed and these presents toy be signed by their proper officers this 28th day of October _,A.D. 2013. Boulder Contracting, LLC (Seal) Principal By 2;57 Ot644- (T'itle) _ Nationwide Mutual Insurance Company (Seal) Wr/eesss Surety P <� 1(� BY J+c . tiC,Q c i t. �z c , Witness Nancy D. Baltutat, A orney-in-fact BID BOND CONTRACT NO.855 BB-1 of t 60287085 • Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company,an Ohio corporation AMCO Insurance Company,an Iowa corporation Farmland Mutual Insurance Company,an Iowa corporation Allied Property and Casualty Insurance Company,an Iowa corporation Nationwide Agribusiness Insurance Company,an Iowa corporation Depositors Insurance Company,an Iowa corporation hereinafter referred to severally as the"Company"and collectively as the"Companies,"each does hereby make,constitute and appoint: F. MELVYN HRUBETZ GREG T.ILAMAIR MARK E.KEAIRNES NANCY D.BALTUTAT PATRICK K DUFF JEFFREY R.BAKER JILL SHAFFER WEST DES MOINES IA . each in their individual capacity,its true and lawful attorney-in-fact,with full power and authorityto sign,seal,and execute on its behalf anyand all bondsand undertakings, and other obligatory instruments of similar nature,in penalties not exceeding the sum of THREE MILLION AND NO/100 DOLLARS S 3,000,000.00 • and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company;and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: F I VED that thereo!!e i any,tire president be,and each I.i eb th d and n s- "R SO ;,h ,r„ . n.,or . presi�::r� r er., r is, authorized errpowered to appoint aitul ey° in-tact of the Company,and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums,undertakings, recognizances,transfers, contracts of indemnity,policies,contracts guaranteeing the fidelity of persons holding positions oi public or privatetrust,and other writings obligatoryin nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or authority;provided,however,that the authoritygranted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER,that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them,and to affix the seal of the Co rnpanythereto;provided,however,that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or stamped on any approved document, contract,instrument,or other papers of the Company. IN WITNESS WHEREOF,the Company has caused this instrument to be/sealed and duly attested by the signature of its officer the 30"' day of April 2013 /dam `� a . iSEAL* r;:�e�a.,„; 0: / 0 .SEAL: 0 Terrance Williams,President and Chief Operating Officer of Nationwide Agribusiness Insurance Company �+', 0, �I�..INQ,.t;•�• and Farmland Mutual Insurance Company;and Vice President of Nationwide Mutual Insurance Company, M �d,y +•w�� AMCC Insurance Company,Allied Property and Casualty Insurance Company,and Depositors Insurance Company p,tH£ �M\ i, ,,*•e�",, �m I `: %, r ACKNOWLEDGMENT o ,...Irf. S A 1-r, 1a•SEALd STATE OF IOWA,COUNTY OF POLK: ss lyo°r,.., ti�°° +4e...,■o,.,;•*A. On this 301b day of April , 2013 ,before me came the above-named officer for the Companies aforesaid, -'44i, ilik of to me personally known to be the officer described in and who executed the preceding instrument,and he acknowledged the execution of the same, and being by me duly sworn, deposes and says,that he is the '°'t '!'�A �.�+�i officer of the Companies aforesaid,l,that the seals^affixed hereto are the corporate seals of said Companies, t (ad `t,f ,it .y ra on c. 'd .' .. - rpoia,e c6als and s eirgn,.,ure rre�ie uuay affixed arid subsc.ioea to said iilsiiuirieili by iiio SEAL * authorit and direction of said Com anies. a ll.; L' 0 '� `'- \kik�iCif�I ; 1 lots Notarial Seal k`r'� ' •'. Commissian number 152785 C1YM My Commission Expires MPCb24.20i4 Notary Public My Commission Expires CERTIFICATE March 24,2014 1,Robert W Homer III,Secretary of the Companies,do hereby certify that the foregoing is a lull,true and correct copy of the original power of attorney issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner;that said Terrance Williams was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies,and the corporate seals and his signature as officer wore duly affixed and subscribed to the said instrument by the authority of said board of directors;and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary,and affixed the corporate seals of said Companies this 28th day of October 20 13 i/ cti ieo-----r:d Secretary This Power of Attorney Expires 12/1003 BUJ 1 (04-13)00 01779