HomeMy WebLinkAboutJasper Construction Services, Inc.aneCD
co m ` �.
rn
JASPER
Construction Services, Inc.
imnimmEmi
Rental and Supply
928 N. 99th Ave E.
Newton, IA 50208
OF WATERLOO
:ITV CLERK`S. OFFICE
C le 2016 P 12:45:57
Bid Proposal: FY 2017 Repairs to 6th St, 18' St,
and Ansborough Ave Bridges, Contract #916
City Clerk of Waterloo
City Hall
715 Mulberry Street
Waterloo, IA 50703
FORM OF BID OR PROPOSAL
F.Y. 2017 REPAIRS TO 6TH ST., 18TH ST., AND ANSBOROUGH AVE. BRIDGES
CONTRACT NO. 916
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 IowA.
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 REPAIRS TO 6T ST., 18TH ST., AND
ANSBOROUGH AVE. BRIDGES, Contract No. 916, 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. 2014 REPAIRS TO 6TH ST., 18111 ST., AND ANSBOROUGH AVE. BRIDGES
CONTRACT NO. 916
Item
No.
Ref. No.
Description
Unit
Est:.
Qty. _
Unit Bid Price
Total Bid Price
1
2403 0100000
STRUCTURAL CONCRETE
(MISCELLANEOUS)
CY
6.6
$ 1-15t), 00
$ 11 55o, 00
2
2404-7775005
REINFORCING STEEL, EPDXY
COATED
LB
700.0
$ .,2, �jp
$ 1.—jcjp, dp
3
2413-1200100
NEOPRENE GLAND
INSTALLATION AND TESTING
LF
584.0
$ v____00
$ q q o wo , op
4
2426-6772016
CONCRETE REPAIR
SF
22.0
$ 150• 00
$ 3300,0z
5
2426-6772020
PARTIAL DEPTH BRIDGE DECK
FINISH PATCH
SF
255.0
$ W0.60
$ 16 a00 .00
6
2518-6910000
SAFETY CLOSURE
EACH
32.0
$ 100 , oo
$ 3,900,0o
7
2526-8285000
CONSTRUCTION SURVEY
LS
1.0
$ te oho . 013
$ t 000 . 00
8
2528-8445110
TRAFFIC CONTROL
LS
1.0
$ i y,000.013
$ 1 LOZXI , 00
9
2533-4980005
MOBILIZATION
LS
1.0
$a4000.00
$e2`l000.00
10
2599-9999005
FURNISH AND INSTALL LIGHT
POLE ANCHOR BOLT COVERS
EACH
40.0
$ __1 , co
$ 3c oc 00
11
2599-9999005
REMOVE AND REPLACE
EXPANSION JOINT CURB PLATE
EACH
6.0
$ $cn, Ql�
$ 14300. 00
FORM OF BID
AECOM #60509356
CONTRACT NO. 916
FB -1 of 3
61h11891/Ansborough Bridge Repairs
Item
_
1 of o
„, I� 9scrt. ton
�=>
� _
Esf
; 4
= `-
id P ice
� *'
flt a d Price
12
2599-9999005
FURNISH AND INSTALL
EXPANSION JOINT
COVERPLATE
EACH
10.0
$a00, 00
$,0u0 , 00
13
2599 9999009
REMOVE EXISTING FLOOD
WALL CHANNEL
LF
31.3
$ SP. 00
$ a501-‘, QO
14
2599-9999009
FURNISH AND INSTALL FLOOD
WALL CHANNEL
LF
31.3
$ 3po.Q,
$lC�btLo.00
15
2599-9999009
REMOVE EXISTING UTILITY BOX
FRAME
LF
19.0
$ Q 0, 00
$ n.---i o , 00
16
2599-9999009
FURNISH AND INSTALL UTILITY
BOX FRAME AND COVERS
LF
19.0
$ Q(1:) , OO
$ I —j lop . 0 0
17
2599-9999010
FURNISH AND INSTALL
DEFLECTOR PLATE
LS
1.0
$ yrjOD. 00
$ tACjQD, QO
TOTAL BID
$ a3,glc-).40
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 % 4� 71-0Y-4-1 »d Dollars
($ 5%. ) in the form of ,bid be .d , 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. 1 Date Avygsf /5., Ltd
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)
FORM OF BID CONTRACT NO. 916 FB -2 of 3
AECOM #60509356 6"Y181h/Ansborough Bridge Repairs
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.
BY:
JASper (UnS`Frccern1 52NI4e S
(Name of Bidder)
(Date
Title fre-S.Ant--
Official Address: (Including Zip Code):
q28 /J / five_
Net/040o, TA- 50 2 g
I.R.S. No. 39--/r2023
FORM OF BID CONTRACT NO. 916 FB -3 of 3
AECOM #60509356 61h/18m/Ansborough Bridge Repairs
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of
)ss
County of Jr
C QGtdw15
, being first duly sworn, deposes and says that:
1. He is caner Partner, Officer, Representative, or Agent) , of J2yu).r
(',vns-frUc--'U-• Se , 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.
(Signed)
Title
Subscribed and sworn to before me this 1 fir day of
,2016.
CKM2t4e,te„
My commission expires Jur (20 o2 U 17
Title
oo, ca JUDY M. SEUFERER
:° IL Commission Number 732474
My Commission Expires
ow i i 2o,.2r7/7
NON -COLLUSION AFFIDAVIT CONTRACT NO. 916 NCA -1 of 2
AECOM #60509356 6th/18th/Ansborough Bridge Repairs
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: qt6,
PROJECT NAME: FY .2017 kcpa;v. to G�` St, 10', Si avid A-0,51Dorolln Adc. Q Ames
DATE OF LETTING: `%u 15l, .20/ <i
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. Ifanother
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 I am a resident bidder as defined above.
COMPANY NAME Jas e_r a-iS1r64 1rs
CORPORATE OFFICER
TITLE
DATE
Are Sider+
A -x j. l �, )e)/
RESIDENT BIDDER CONTRACT NO. 916 RB -2 of 3
AECOM #60509356 61h/18{h/Ansborough Bridge Repairs
NON-RESIDENT BIDDER CERTIFICATION
CONTRACT NO.:
PROJECT NAME:
DATE OF LETTING:
I hereby certify that I am an Iowa non-resident bidder.
COMPANY NAME:
CORPORATE OFFICER:
TITLE:
DATE:
STATE/COUNTRY OF RESIDENCY:
Stated below are the preference(s) to resident bidders in the state/country of
(Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc.
RESIDENT BIDDER CONTRACT NO. 916 RB -3 of 3
AECOM #60509356 6111/18'"/Ansborough Bridge Repairs
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: Jasp r eun511-uG-kv, Project: on4racf q/fir
Letting Date: 'i /g, oto/4-
NO MBEIWBE 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: Pres pdeei 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 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 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
MBEIWBE 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
OEL C-0y‘,5iruc_-Az>,^ Szrwct,s
gr/Y//-6.
No
0 6.e.
6onn/ts R.,rr,'col¢s
?Ng
No
O'0
R#7fr 4s' Conshu d.c,"
iVy//‘
•
No
0 ..
(Form CCO-4) Rev. 06-20-02
MBE/WBE PARTICIPATION
AECOM #60509356
CONTRACT NO. 916
M-6 of 6
6'"118`"/Ansborough Bridge Repairs
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME:
ADDRESS:
.J sper ConSFrmC%
rviuS 1.,c
Sass N /9O1 Ave t:
(Check One)
FEDERAL ID#:
Newlun / T,,¢ 52 o8
PRIME iC
SUBCONTRACTOR
39 /7o±C23
PROJECT NAME: F i 2017 Pepe, r3 -k %' I Et a.,a( /-I-✓,5 loorou66
PROJECT CONTRACT NO.: q i7
DESCRIPTION OF WORK:
A„Le iJ n%r s
❑ Brickwork
❑ Carpentry
Concrete
❑ Drywall -Plaster -Insulation
❑ Electrical
❑ Excavation/Grading
❑ Flooring
❑ Heavy Construction
❑ Heating -Ventilating -Air Cond.
SALES TM EXEMPTION
❑ Landscaping
❑ Painting
❑ Paving
❑ Plumbing
❑ Roofing -Siding -Sheet Metal
❑ Windows
❑ Wrecking -Demolition
❑ Other (Please specify)
CONTRACT NO. 916 STE-1 of 1
AECOM #60509356 6"'/18"'/Ansborough Bridge Repairs
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we. Jasper Construction Services, Inc.
as Principal, anci Merchants Bonding Company (Mutual)
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal surn 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 18th day of
August , 2016 , for FY 2017 Repairs to 6th St., 18th St.,
and Ansborough Ave. Bridges, Contract No. 916, Waterloo, IA
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 presents to be signed by their proper officers this 11th day of August , A.D.
2016.
_(Seal)
Witness Cin
BID BOND
AECOM 1160509356
ennett
Jasper Construction Services, Inc.
Principal
By Pro504,4--
(Title)
Merchants Bonding Com
Suret
By f'
y Mutual)
Attorney-in-fac Divi/ - ' oung
CONTRACT NO. 916 BB -1 of 1
6971,8"'!Ansborough Bridge Repairs
MERCHANTS
BONDING COMPANY,,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations duly organized under the laws of the State of lowa (herein collectively called the "Companies"),
and that the Companies do hereby make, constitute and appoint, individually,
Anne Crowner; Brian M Deimerly; Cindy Bennett; Craig E Hansen; Dione R Young; Jay D Freiermuth; Jody
Decker; Kathleen Brewer; Kevin J Knutson; Lacey Cramblit; Michelle R Gruis; Shirley S Bartenhagen; Stacy
Venn; Tim McCulloh
of Des Moines and State of Iowa their true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
TWENTY MILLION ($20,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
Bonding, Inc., on October 24, 2011.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed"
In Witness Whereof, the Companies have caused thi
�� tard�4
guy •?Fp gHq'••9p i
r.• 2003 J.0•
5
STATE OF IOWA'+'x •��di"
COUNTY OF POLK ss. ........ "" '&
s instrument to be signed and sealed this 8th day of
April , 2015.
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
By
President
On this 8th day of April 2015, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
WENDY WOODY
Commission Number 784654
My Commission Expires
June 20, 2017
STATE OF IOWA
COUNTY OF POLK ss.
Notary Public, Polk County, Iowa
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on
this 11th day of August • 2016 •
1933 ,f :
Y.
POA 0014 (7/14)
Secretary