Loading...
HomeMy WebLinkAboutBoulder ContractingI 1 /4XLEIEll IZITURIN 25789 N. Ave. Grundy Center, IA 50638 CDT OF NATER Ofir 'JP/ CI ERK's OFFirc 16 2017 PH12:51:22 irzo gomo rraon q Sala' ihrOL.1 ertwey 9 -9 -PAT COvvrAti-er Na. 9/6 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% ) 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 16th clay of March 2017 for FY 2017 4th Street Bridge Canopy Repairs Contract No. 910 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 pres- ents to be signed by their proper officers this 16th day of March , A.D. 2017. Witness BIC, BOND AECOM #60333066 Boulder Contracting, LLC (Seal) Principal (Title) Nationwide Mutual Insurance Company (Seal) Surety By 2 By Attdrn -fac�� D Baltutat CONTRACT NO 910 BB -1 of 1 FY 2017-4t Street Bridge Canopy Repairs KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company, an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation Ailed Property and Casualty 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: GREG T. LARIAIR PATRICK K DUFF CHRISTOPHER IL SE1BERLING MARK C. KEAIRNES JEFFREY R. BAKER JOSEPH IRVIN SCIiMIT NANCY D. RALTUTA'1' JILL SIIAFEER WEST DES MOINES IA each In their Individual capacity, its true and lawful attorney -In -fact, with full power and authority to sign, seal, and execute on Its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, In penalties not exceeding the sum of THREE MILLION AND NO/100 DOLLARS $ 3,000,000.00 and to bind the Company thereby, as fully and to the same extent as ifsuch 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: "RESOLVED, that the president, or any vice president be, and each hereby Is, authorized and empowered to appoint attorneys -in -fact 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 f ideiity of persons holding positions of public or private Oust, and other writings obligatory In 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 authority granted 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 Company thereto; 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 maybe 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 13" day of February 2014 . f e Waist. ®$° 't®+ r;,SEAL;,� r,SEAL?,j ',\ase ```® r 1 r1 SEAI, 10 fatravv .12, SEAL) J _kale • r :SEAL. Terrance Williams, President and Chief Operating Officer of Nationwide Agribusiness Insurance Company and Farmland Mutual Insurance Company; and Vice President of Nationwide Mutual Insurance Company, AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance Company ACKNOWLEDGMENT STATE OF IOWA, COUNTY OF POLK: ss On thls 13r, day of February 2014 , before me came the above-named officer for the Companies aforesaid, 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 officer of the Companies aforesaid, that the seals affixed hereto are the corporate seals of said Companies, and the sald corporate seals and his signature were duly affixed and subscribed to said instrument by the authority and direction of sald Companies. Sandy Allis Notarial Senl — Tow's Commission Number 152785 Notary Public / °9 •/ bly Commission Expires Murrh, 24, 21117 444;f4 ate ®®®®s® My March Commission 7pires CERTIFICATE March 24, 2017 , Robed W Horner III, Secretary of the Companies, do he eby certify that the foregoing is a full, t ue 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 >r amended In any manner; that said Terrance Williams wa on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and he corporate seals and his signature as officer were duly aft xed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of Ittorney Is still in full force and effect, N WITNESS WHEREOF. I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this 1 6th day )f March 2017 . Phis Power of Attorney Expires 12/10/19 30J 1 (03-14) (0 01779 Secretary FORM OF BID OR PROPOSAL F.Y. 2017 REPAIRS TO 4`h STREET BRIDGE CANOPY REPAIRS CONTRACT NO. 910 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 Toc✓a a Partnership consisting of the following partners: NR 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. 2017 4T" STREET BRIDGE CANOPY REPAIRS, CONTRACT NO. 910, 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. 2017 REPAIRS TO 4T" STREET BRIDGE CANOPY REPAIRS CONTRACT NO. 910 Item No. Ref. No . Description Unit Est 4tY.. Unit Bid ��Price Total Bid Price .� „ ._ 1 2401-6750001 REMOVALS, AS PER PLAN LS 1.0 $ GoS,Iwo .oa $ .26Soca. oa 2 2403-0100000 STRUCTURAL CONCRETE (MISCELLANEOUS) CY 7.9 $ 05.0.00 $ /0,645.ot 3 2403-7303000 STRUCTURAL CONCRETE COATING SY 760.0 $ 11$,Cvv $ get 6gib, vo 4 2404-7775005 REINFORCING STEEL, EPDXY COATED LB 1,152.0 $ (o, So $ 7, 999. ov 5 2408-7800000 STRUCTURAL STEEL LB 12,000.0 $ y,so $ gel o00, as 6 2413-1200000 STEEL EXTRUSION JOINT WITH NEOPRENE LF 24.0 $Sas. cro $ 1a 6,oc,at 7 2413-1200100 NEOPRENE GLAND INSTALLATION AND TESTING LF 24.0 $ a75.o0 $ 6,600• co 8 2426-6772016 CONCRETE REPAIR — DOWNSTREAM FACE SF 160.0 $ 120,av $ 7o, 990, oz. 9 2426-6772016 CONCRETE REPAIR - INTERIOR FACES SF 1 400.0 , $ 135, az $ um; oath iso 10 2426-6772016 CONCRETE REPAIR — UPSTREAM FACE SF 70.0 $ l3s:vo $ 9, gra, co 11 2426-6772020 PARTIAL DEPTH BRIDGE DECK FINISH PATCH SF 50.0 $ 13$,0o $ 6, goo,oa FORM OF BID AECOM 1160333086 CONTRACT NO. 910 FB -1 of 4 FY 2017 -4TH Street Bridge Canopy Repairs Iteiii',, -;irtilt:; *v',,et'''-''', l';', ,:y;r::t9' 5-.4ali'4144V. a!!;',t;n!. F'at ;'.:@, 't'i::"A-.??.-,!,]•;f.‘:115i.z,-.: 7ail'igi4ig- $igi::4114iifi414, ce •Eit.z.:;i4.?i,,•5w15:,: 12 2508-0804000 BRIDGE CLEANING FOR PAINTING LS 1'0 $ i 11 go -o Aro $ 17,300- at3 13 2508-0805000 BLAST CLEANING OF STRUCTURAL STEEL LS 1.0 $ a 56,oao,00 $ osli,com co 14 2508-9700000 CONTAINMENT LS 1.0 $ 9 9 Soo, on $ ge, 50-0. ail 15 2508-0990000 PAINT WASTE TRANSPORT AND DISPOSAL LS 1.0 $ Sib, on $ Soet 0-0 16 2508-0991000 PAINTING OF STRUCTURAL STEEL LS 1'0 $ fi./Avo,oro $ 5-9,00o.aa 17 2518-6910000 SAFETY CLOSURE EACH 6.0 $ /03,ola $ e So, az, 18 2528-8445110 TRAFFIC CONTROL LS 1.0 0 r , 1be.3,oro $ $ 5: Ivo, &a 19 25334980005 MOBILIZATION LS 1. 0 o , t... P co 7 oet". era $ /, geoaesa $ 6$: oara_cro $ ,2, qv& erb 20 2599-9999005 BRONZE PLAQUE EACH 2.0 21 2599-9999005 REMOVAL AND REPLACEMENT OF LIGHT FIXTURES EACH 29.0 $ arno, ar $ a4,A 10000 22 2599-9999009 REMOVE AND REPLACE TIMBER RUNNER LF 1,205.0 $ at oz, $ -33,1410,e 23 2599-9999009 FURNISH AND INSTALL HANDRAIL TUBE LF 1,205.0 $ as.:07, $ 361 ia5-. a 0 TOTAL BASE BID $ 1 240,-7,saedgct. ALTERNATE BID 1 25 2599-9999005 REMOVE AND REPLACE WINDOWS EACH 536.0 $ y55. °el $ a y 3 E sga oo, ALTERNATE BID 2 26 - 2599 9999005 REMOVE AND REINSTALL WINDOWS EACH 536.0 $ 3oo,0r3 $ )60, oloO, ov 27 2599-9999005 REPLACE DAMAGED WINDOWS EACH 10.0 $ 370.0b $ .),100.0t, TOTAL BASE BID AND ALTERNATE 1 $ 11531, 199.a0 TOTAL BASE BID AND ALTERNATE 2 $ if to -6, 160,04, TOTAL BID $ NA FORM OF BID AECOM #60333086 CONTRACT NO. 910 F6-2 of 4 FY 2017-4T" Street Bridge Canopy Repairs 1.. (. L 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 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 S% Dollars ($ — ) in the form of rico r3e,,.o , 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 ( )C ), 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. t Date Y/sta 10. The bidder shall list the MBEANBE 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. 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. FORM OF BID CONTRACT NO. 910 FB -3 of 4 AECOM #60333086 FY 2017-41H Street Bridge Canopy Repairs NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of VacvR ) )ss County of G,euMoY ) toe -a J d 1. He is Owner Partn Officer , being first duly sworn, deposes and says that: Re • resentative or A• ent , of gm..wyo-fe- Cowr?Z4c-1 m, L..C. , the Bidder this 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 rest, including this affiant. (Signed) Title Subscribed and sworn to before me this 1 i "day of Man 2017. My commission expires ' MCI hor;,4 11 KIMBERLY Q LYNCH o s COMMISS''�N PII'" "R 794278 z MY COMitiilSSi JN 'EXPIRES iOwP NON -COLLUSION AFFIDAVIT CONTRACT NO.910 NCA -1 of 2 AECOM #!60333086 FY 2017 -4th Street Bridge Canopy Repairs CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION q10 Pi gM' Street $,ts046 C.f..'a'v lean -sit s: To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that 1 am a resident bidder as defined above. COMPANY NAME Sow -ora ecevreA-c7-tpn tC CORPORATE OFFICER afatilieur TITLE P2s.cu+errT DATE 3 to RESIDENT BIDDER CONTRACT NO. 910 RB -2 of 3 AECOM #60333086 FY 20174' Street Bridge Canopy Repairs MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: 8otrca6lc onscryt4c ri V6 I LCC. Project: gem/ gin'Sr, &Save' Letting Date: 7/e/r7 CANOPY /te#4$rfts NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBEIWBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: AEs. Date: 24/r-7 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBEWBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBEMlBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBEMBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted ATLAS PA-rtrSNG 1141i NO 1 Ce<tPrrAPruc Pt ee—rr=-rc. 3liN/7 MO GARr6F £tecrRS6 31iY/1 NV (Form CCO-4) Rev. 06-20-02 MBENVBE PARTICIPATION AECOM # 60333086 CONTRACT WO. 910 M-6 of 6 FY 2017-4" Street Britlge Canopy Repairs Corr nise,.. 1/4.446g.g. our OF 5$NKcE I o roach 6x Trtt✓4 25789 N Ave. Grundy Center, IA 50638 13ro AU> PoSikt FY jdi 4 0 SiTtair-r 3e-r-a6a Canopy gsPnies Cowraa•cr- No. ello ;1:.Er;:z1448 Luiz 91 -2.fik 7,.3114 40 R>rifliD 001;7433k,444 40