HomeMy WebLinkAboutReilly Construction Co-7/18/2011REVISED - Addendum #2 6116111
FORM OF BID OR PROPOSAL
F.Y. 2011 HIGHWAY 63 SOUTH MANHOLE REHABILITATION
CITY CONTRACT NO. 809
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 LA --
a Partnership consisting of the following partners: j LL
LAL,1-gbit) ( t , having familiarized (himself) (thems Ives) (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 fumish 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. 2011
HIGHWAY 63 SOUTH MANHOLE REHABILITATION, CITY CONTRACT NO. 809, 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. 2011
HIGHWAY 63 SOUTH MANHOLE REHABILITATION
CITY CONTRACT NO. 809
ITEM
NO.
ITEM DESCRIPTION
UNIT
TOTAL
ESTIMATED
QUANTITY
UNIT BID
PRICE
TOTAL BID PRICE
1
Remove, Salvage and Reinstall Frame and
Cover
Each
41.0
$ 1-7.O.,
$ 11 z'7S cac
2
Manhole Cone Replacement
Each
7.0
$ 064 .,pb
a
$ '-)1660. 00
3
Remove Cone and Add Flat Top
Each
2.0
$ q2:5-490
$ 1) $®.dam
4
Remove Adjusting Rings on Manhole
MH
34.0
$ Z,0t3
$ LI E3645-0
5
Remove Barrel Section
Each
11.0
$ Z S .DD
$ Z.,../S 0
6
Add 12 -Inch Barrel Section to Manhole
Each
2.0
$ ST6.40
$ `740. e.3
7
Add 24 -Inch Barrel Section to Manhole
Each
3.0
$ ,� A)
$ 1 �c�6 . 6 d
8
Add 36 -Inch Barrel Section to Manhole
Each
1.0
$ L25:66$
,
b ZS a 6
9
6 -Inch Adjusting Rings
Each
19.0
$ (Z5:46,0
$ Z, 3 -®lt)
10
4 -Inch Adjusting Rings
Each
15.0
$ i t ,tib
$ l 025_4.11)
11
Internal Chimney Seal Less Than or Equal to
12 -Inch
Each
64.0
$ csto
$ Z44 oad,
12
Internal Chimney Seal Greater Than 12 -Inch
Each
18.0
$ S2S
$ ii -`'b
BF -1
Hwy63MHRehab-113631(60184424.61)
(1.9'' Zbb8L09)1.£9£LL-9P49Z1HW£9A►H Zde
yip pa]lwgns twoJ uogeuuoju! �e;uo0 p!q-aid sseu!sn9 uewo, Jo,Pue I(;uou!1N oouaaeM 40 X1!0
ay1 uo swell pp pue ssequoogns 40 unowe 1s)io13equo3gns aim/3gW mg Is!! !lets rapp!q ay1
sz-
'oN wnpuappy
:epueppy Jo wnpueppy 6ui niopo1 ma paiueoat sell _epp!q eL1
-ape-0833e pue Isemol s! PaA!wqns P!q a43 req uogeoggou jo sieP (0 L) ua; 11!43! v `003
ue pue a;epd f .io dVd ue Ilwgns o; paiedaid eie `.lead Jepua!eo ;ua uno etp u! d;!0 ay; Jo; poen
u! 00'000`0.$ 10 eee6a166e ue pawiojiad BABE! yo!ynn `(s)ioaowquo3gnS pue Jopequo0 awud etu.
-lsenbat uodn;uaura;e;s aoueuadxe pue lelpueug e ;uwgns o; paiedaid s! Japp!q 341
'04
'6
.9
L
-uogeoy!pa0laPP!8;uaplsatl a s! 013104 Patio 14V '9
•J013E uo0 ewpd 4.o wpg uo!snpo0-uoN a s! 01a1014 papaw -9
'SZ13a019 01 SN0110f1t11SNI ay; Lam eouepi000e u! ymanaiaq pa !wgns s!
0029 ca 40 =al ay; u! ( $) Sieuoa
�o wns etp u! igunaes
-penss! s! .pee3oJd o; aopou,
laje sAep (oL) ua; 14411m Alum 1.145 pue `amleu6!s .10; w!y o; pa;uesaJd s! ;uawas6e ay; Jae
sdep (01.)1134 upgA► aoueWnsu! atp 4o a;eogiPe3 pue puoq pagnbaJ ay; ys!wrt; pue woo} paquosaad
eta u! ;ueweeJ6e ue ienjap pue a;noexe o; seai6e pau6!saapun ay; `uarialp44 M s! p!q sly) atom
_ege-awn ewg IUB 3910 Install &quado ay; Je a sAeP (0£) X144 u!4}uw peu6Isiepun ay; o; paJ8'413P
Jo `pagdei6ala; `pallew s! p!q sitp 40 aoue;daooe ay; 3o aogou ua uw► 4I -sp!q pe .10 due ;alai o;
`enno! `001404eM jo A!0 ay; /Iq paniasei s! 446p ay; wig spue;stepun iapp!q eq `pp s!.!) 6uggwgns ul
-Jo}oe.quo0 o;;uetuAed !erre ay; u! weno6 !!ells euop 1JOM ay; Joj aoud p!q;!un
ay} 483 pue Uogeuen o; jalgns pue quo e3ewlxwdde are t!poj;es segguenb etl.!lett' poo spun s!;l
17
'£
.Z
g 9-.5t7 66$
1N(IOY iv Mol
__7 -MS 2 $
c+" v $
(n
si
10AU03 ojsl
LZ
9Q -0777f/-, $
rZ
c117140.0 $
0' L
soy
6u!4oirm
OZ
V V W4, $
9P' S $
5`O
0J3y
6u!peaS Pue 0144111-O3 x!W isnU
61.
?0- $
CintrE $
S'0
soy
6u!peeS pue 6umMioj xi uogezg qe;s
91.
ccr.Sts $
0S -1.I $
O'OE
AS
awe euo;S Pa4ssO )1014143114-6
LL
OS $
C'. ? 1 $
01'9
4oe3
qs!Q a►oBul alo4ueW
91.
'0 ' 231;1 $
124V Of $
0178
4323
;0NSee P!i alo4UeW
91.
(2czi9r1 1 $
friuri `i $
0'1.
14383
lees dauw!y3lewa;ul youl-179
t7L
eco- g®b $
COY% $
0' I.
4323
1989 dauw!43 lewa;ui 44UI-Z£
el,
a r t
BORN
JJ. 111lO
VWLL
#1N+ifl
NOa I I3s3o tom#!
14191.19 Z# wnpuePPV - (MIAMI
REVISED - Addendum #2 6116/11
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 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 altemates, delete
to the award of a contract due to budgetary limitations.
)L L"1 79.0/A11777/4 CT11WL,1z_
J (Name of Bid
BY:
R
Official Address. (Including Zip Code):
t�erg
s',on - 3 24 Li
I.R.S. No. g-12- 08161-70..
Title
line items, and/or to reduce quantities prior
-3-7A E 27 ,,Z.01 I
/� (Date)
U) Pl-�Y1zE4Drirr J
BF -3
Hwy63MHRehab-113631(60184424.61)
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of .14014/ -
County of 1 L,zc.K 1
)ss
1. He is Owner
artne
, being first duly sworn, deposes and says that:
Officer
Re • resentative or A. ent
, of
1
, 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 a ies in interest, in ding this affiant.
(Signed)
pr -F -$7,0Z791 --
Title
Subscribed and sworn to before me this day of
, 2011.
121
My commission expires r /1.2.-h3
PaT
I PAT L. BUDKE
- f11 CfMMISSION NO. 178968
�w tYPO% �Ml SION EXPIRES
`, ill Zi
Title
NCA -1 Hwy63MHRehab-113632(60184424.61)
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of )
)ss
County of )
, being first duly sworn, deposes and says that:
1 He is (Owner. Partner. Officer, Representative, or Agent) , of
hereinafter referred to as the "Subcontractor;"
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontractor to
, contract pertaining to the
project in
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor 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 proposal in connection with such contract or to refrain from submitting a
proposal in connection with such contract, or has in any manner, directly or indirectly, sought by
unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in
said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices
in said subcontractor's proposal, or to secure through 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 subcontractor's proposal 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.
(Signed)
Title
Subscribed and sworn to before me this day of
2011.
Title
My commission expires
NCA -2 Hwy63MHRehab-113632(60184424.61)
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 1i069
PROJECT NAME: Igria.el Cz,3. Saxn4 P,avILET-' T, DA)
DATE OF LETTING: J LA r0T.?
To be a qualified resident bidder, the person, corporation, partnership, or firm shall not have, as
employees, Illinois laborers on the work site of a non -federal -aid project within Iowa. An Illinois laborer is
any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois
resident. This applies to all labor on the project, whether skilled, semi -skilled, or unskilled, whether
manual or non -manual. This also applies to work subcontracted by or to the resident bidder on a non-
federal -aid project within Iowa. The resident bidder may place on such work no more than three residents
of Illinois who are his regularly employed executive and technical experts.
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 no Illinois resident laborer as defined above will be employed at the work site during
the contract period from the start of the project until its completion.
COMPANY NAME
CORPORATE OFFICER PlIES IZ
TITLE E7 eE -Pass-
DATE
DATE
yoF 2 ), l/'
RR -2 Hwy63MHRehab-113632(60184424.61)
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: Project: Letting Date:
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE 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: Date:
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 MBE/WBE 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 MBENVBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBENVBE 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 MBE/WBE 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
MBE/WBE 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
(Form CCO-4) Rev. 06-20-02
M-6
Hwy63MHRehab-113632(60184424.61)
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Reilly Construction Co., Inc.
as Principal, and Berkley Regional 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
Priricipal has submitted the accompanying bid dated the 27th day of June
2011, for
F.Y. 2011 Highway 63 South Manhole Rehabilitation, Contract No. 809
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the altemate,
(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 27th day of June , A.D. 2011.
Reilly Construction Co., Inc.
Princip
(Seal)
By e - J16%. v,4
1)04Ylkiek- j (Title)
S cCer-x-k--#F).)?-2 Berkley Regional Insurance Company (Seal)
Witness Surety
0/filt.lit, e 21-4-LQ-1-1By
Witness ndy Bennett anne S. Riley, A mey-in-fact
BB -1 Hwy63MHRehab-113632(60184424.61)
No. 441c
POWER OF ATTORNEY
BERKLEY REGIONAL INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a
corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa,
has made, constituted and appointed, and does by these presents make, constitute and appoint: Cindy Bennett, Anne Crowner,
Brian M. Deimerly, Jay D. Freiermuth, Craig E. Hansen, Dianne S. Riley, Stacy L. Venn, Lacey Cramblit or Jennifer N.
Murphy of Holmes Murphy & Associates, Inc. of West Des Moines, L4 its true and lawful Attorney -in -Fact, to sign its name as
surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the
-' exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars
r, (U.S.$50,000,000), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers
of the Company at its principal office in their own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
r resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000:
0 7j
•
J J
r
P
"1
0
7
"RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and
qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations
on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto;
and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued."
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 1 C day of , 2011.
Berkley Regional Insurance Company
(Seal) By By/ i V " lir--
Jiffiyy
l . Hafter
Senior Vice President
Attest:
Ira S. Lederman
Senior Vice President & Secretary
WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER.
STATE OF CONNECTICUT )
) ss:
COUNTY OF FAIRFIELD )
Sworn to before me, a Notary Public in the State of Connecticut, this / C day of2_2'1--a-i- , 2011, by Jeffrey M. Hafter and
Ira S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively, of
Berkley Regional Insurance Company. EILEEN KILLEE
rt+TART t+' SIC
AY COMMON RPM JUNE , Tv
Notary Public, State of Connecticut
CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the
foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked
or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this
Power of Attorney is attached, is in full force and effect as of this date.
Given under my hand and seal of the Company, this 27th day of June , 2011 .
(Seal)
Steven Coward
io s for Inquiries and Notices Under the Bond Attached to This Power
Berkley Surety C=roup, LLC is the affiliated underwriting manager for the surety business of: Acadia Insurance
Company, Berkley Insurance COMpd rte;, Berkley- Regional Insurance Company, Carolina Casualty Insurance
Company, Union Standard Insurance Company, Continental Western Insurance Company, and Union
insuranceCompany.
To verify the authenticity of the bold, please call (866) 768-3534 or email BSCInquiry(itberhleysurety.com
Any written notices, inquiries, claims or demands to the surety on the bond to which this Rider is attached
should be directed to:
Berkley Surety Group, LLC
412 Mount Kemble Avenue
Suite 310N
Morristown, NJ 07960
Attention: Surety Claims Department
Or
email BSCCIaim*.berkleysu.rety,com
Please include with all notices the bond number and the name of the principal on the bond. Where a clam is
being asserted, .please set forth generally the basis of the claim, In the case of a payment or performance bond,
please identify- the project to which the bond pertains.