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