HomeMy WebLinkAboutTricon Construction Group1'.
_1\
TRICON
_ONGTRUCTION GAOUP
TRICON CONSTRUCTION GROUP
2245 Kerber Blvd, Suite 2
Dubuque, A 52001
Bid Security For
FY 2017 Flood Control Gatewelg Repairs
City of Waterloo
TRICON
TRICON CONSTRUCTION GROUP
2245 Kerper Blvd, Suite 2
Dubuque, IA 52001
Bid For
FY 2017 Flood Control Gatewell Repairs
City of Waterloo
April 20, 2017
1:00 pm
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Tricon General Construction, Inc.
as Principal, and Fidelity and Deposit Company of Maryland
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% of Bid ) 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 issuchthat whereas the
Principal 20saubmored thWaccompanyingrllo17 F Flood dated Gatewen rle airsay of
20 ,for p
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 20th day of April A.D. 2017.
Tricon General Cons ru . n, Inc. (Seal)
cipal
Witne
Wit
ii; T11
BID BOND
AECOM #60516781
By
(Title) Ronald L Richard
Fidelity and Deposit Company of Maryland (Seal) Owner
Surety
By
Attorney -i
o mber-s--
CONTRACT NO. 918 813-1 of 1
FY 2017 -Flood Control Gatewell Repairs
FORM OF BID OR PROPOSAL
F.Y. 2017 FLOOD CONTROL GATEWELL REPAIRS
CONTRACT NO. 918
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 f 01NM
a Partnership 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. 2017 FLOOD CONTROL GATEWELL
REPAIRS, CONTRACT NO. 918, 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 FLOOD CONTROL GATEWELL REPAIRS
CONTRACT NO. 918
ltNeo L
#�4�#;.14ci
; , esnpton1.
a �t.��. r .,. �
d
Unit
�rte�_;;
Qyn
`�=-—z;
B
Price��
oalBldPcm
�re
� ,.; - � _
1
Gatewell A-2
LS
1.0
$ 6,9 CDU
$ �� OU 0
2
Gatewell B-2
LS
1.0
$ 76/ 000
$ ? t / 000
3
Gatewell C-2
LS
1.0
$ 7e0L?U
$ ?8, D(? 0
4
Gatewell D-2
LS
1.0
$ 8(D> o o
$ Phi D 0 o
5
Gatewell T-5
LS
1.0
$ (0 6, 000
$ cel O a
TOTAL BID
$ 378, bba
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 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 f( ✓F Pee GovT
($ / ) in the form of 810 80n10
accordance with the INSTRUCTIONS TO BIDDERS.
FORM OF BID
Dollars
, is submitted herewith in
CONTRACT NO. 918 FB -1 of 2
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( ), 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 MP 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. 1 Date Oy
10. The bidder shall list the MBENVBE 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.
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.
fiRI eoAJ 6 &11 t Ci),iSTRuGr12AJ
BY:
(Nf Bidder)
APRIL 20, 2017
(Date)
Ronald L Richard
r
Official Address: (Including Zip Code):
22/5 I<EfPr2 &ilt suite 2
P v5u G?L I :52-0°1
I.R.S. No. 42- f i95/
FORM OF BID
AECOM #60516781
CONTRACT NO. 918 FB -2 of 2
FY 2017 -Flood Control Gatewell Repairs
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of i() LAM )
)ss
County of Qti tib iL )
'0i1 RIGN eMp , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or -Agent) , of 7A I C' 2/ CL9d��
, 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 agre- u41 et, on the part of the Bidder or any of its
agents, representatives, owners, employees, or .artiesi ij terest, including this affiant.
(Signed)
Ronald L Richard
Title
Owner
Subscribed and sworn to before me this ZO l` day of infp,L , 2017.
CYNTHIA S. GOTTO
Commission Number 728037
My Comm. Exp. 11•2/1
My commission expires Off" 21 •20111
Title
NON -COLLUSION AFFIDAVIT CONTRACT NO. 918 NCA -1 of 2
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
866 'ON 10V211NOO
ZO-OZ-9O 'Aad (t7 -O00 mod)
i
2
,
".-
5
(A-.
.,.
C2k
i
c‘,._.
—n
:Z
cl
CULPEPPER EcTRlc/
MBEIWBE
Subcontractors
Quotes Received Quotation used in bid
N
O'
v
O
t
-
Te -
t'
J
Dates
Contacted
d
ZCD
d
Z
b
Z
0
CO
z
0
Dates
Contacted
CA
Z
0
Dollar Amount Proposed to
be Subcontracted
--i
co
Em
W
m0
rn
03
mZ,,
C xl
zD
0
cnz
m co
-Z4 0
M
730
FA -CO
Mo
Z m
D05
n"u
ccn m
co
v
3 5
7-
(Do
ED <
CD Q.o
CD
(73'
CD
o co
a) 3
5.
0
sa
CD
-
rn (D
o
0
O
fDT
SD I
a co
ac
-�
(0(0
(-
CD -*
(0c.,
a
C
0 0
aa)
CD
"eLo
o
CD
CO cr,0
a.5
-h 0
a
co
o
o
u
o(1)
o 5.
(D (ct
co
0 0
w
v
0
0
0
O
SD
O
v =., mom
0) 0 0
civ
�rD�•cD
rn m o
g o
M
.- -
(0oaQ
rva 3 a
ACLo
CD_ Q
��o�
PZ o
oo 0
m0
c
oo - a:
moo
ga
o N q)
- o' 0:
�?
LL
•(I)
4 0 0
3o
u).
(1)
0
o
-0
* o0
9, co' 0
0 co
ao(13'
m »;o
o
0
0
te a) 0
0 5.y). o a
(f) m
3 0
(0 m
n •
0
5.
53 co
a •
o O
O c
3
_ c
co
c)
7
n
CD co
o m
co N
5.
0
0 C
c CO
5' 0
c c0 Z
D-1
ID >
0 0 0
al --I
Q O 0
2, m
o WD
o r
o mD
c W
am
ID C
O0v
0
m 0 m
-co g
c
C.1 0 CD
N
CO
713
520�o m
o
o
c `c
�o
as
m 0:
c 0
3• rn
(/) C)
o o
•(7,
5:
0
("
.n
5
�"0
0
g
o .
0
(00
c
so
0 S.
N
3
(D N
5.
0 D
m2,
6 3
w
3 ?.
0
c5-
0 0
(0 3
:amteuBis JotoeJtuo3
z
0
W
m
CO
m
G
CO
0
0
z
0
--�
-i
O
0)
-I
0
to
o �
(z
dC)
Fir
(a
�v
y
9- co
om
co
m
w
c
aEs
SD
CD Amrn o
c
a a
o 0
P.3
53 -0
o m
=a
a
(D fD (D
_
a 3
U)
0 0
C §
mD
70
v
o
cr
:eweN Jopeatuo0 ewiad
CO
p WW
vco
00)
z
m
0 N
m
Om
E13
m
z
rn
0
77
v
o,
co
0
1
ilk
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 605 / Co % '
PROJECT NAME: WAT E-4 0 F y 20/7 FLOO(� COAh ROL 6�TT vtELL
DATE OF LETTING: APA IL 20 2011
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.
hereby certify that I am a resident bidder as defined above.
COMPANY NAME 18/ COd 6thE l . COAhriQUCrnDIV
CORPORATE OFFICER
Ronal d L Richar
TITLE Owner
DATE Pi-PRJ L 20, 2017
RESIDENT BIDDER CONTRACT NO. 918 RB -2 of 3
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Thomas O. CHAMBERS and Todd SCHAAP, both of Franksville, Wisconsin, EACH its true and lawful agent
and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and
undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as
fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the
ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of September, A.D. 2016,
N
By
Secretor),
Erie D. Barnes
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Vice President
Michael Bond
State of Maryland
County of Baltimore
On this 15th day of September, A.D. 2016, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,
MICHAEL BOND, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Maria D. Adamski, Notary Public
My Commission Expires: July 8, 2019
POA -F 184-0010C
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 20 day of A ,,,-,=l ,20 1 7.
/74-610
Gerald F. Haley, Vice President
STATE OF WISCONSIN )
COUNTY OF Kenosha
ON THIS 20th day of April
, 2017
before me, a notary public, within and for said County and State, personally appeared
Thomas 0. Chambers to me personally known, who being duly sworn,
upon oath did say that he is the Attorney -in -Fact of and for the
Fidelity and Deposit Company of Maryland , a corporation
of Maryland , created, organized and existing under and
by virtue of the laws of the State of Maryland ; that the corporate seal
affixed to the foregoing within instrument is the seal of the said Company; that the seal
was affixed and the said instrument was executed by authority of its Board of Directors;
and the said Thomas 0. Chambers did acknowledge that he/she
executed the said instrument as the free act and deed of said Company.
Kimberly S. asch t
Notary Public, Kenosha County, Wisconsin
My Commission Exp res 1/22/2018.
s!4 // - *15
G