HomeMy WebLinkAboutDon Gardner Construction•
on
ardner
onstruction
t
315 La Porte Rd.
Waterloo, IA 50702
gas= WATERLOO_
CIN CLERK'S OFFICE_
OFri
_-I �
•
a ��r==-
IT
on
ardner
onstruction
•
315 La Porte Rd.
Waterloo, IA 50702
p:54:47
g".ya - I .n -rr.
1.v} , ; Ss�,.-. i t -S fl
iF ( CLERK 4 'E FILE
BID BOND & OTHER DOCUMENTS FOR:
FY 2019 YOUNG ARENA ROOF
1St FLOOR CONFERENCE ROOM, CITY HALL
715 MULBERRY ST.
WATERLOO, IA
PROPOSAL FOR:
FY 2019 YOUNG ARENA ROOF
1St FLOOR CONFERENCE ROOM, CITY HALL
715 MULBERRY ST.
WATERLOO, IA
CITY OF WATERLOO, IOWA
WATERLOO LEISURE SERVICES COMMISSION
BID FORM
For
FY2019 Young Arena Roof Replacement Project, Contract No. 998
BIDDER: Don Gardner Construction Co., Inc.
COMPANY NAME
ADDRESS. 315 La Porte Rd.
Waterloo, IA 50702
PHONE: ( 319 ) 234-0272
1. The undersigned, being a Corporation existing under the laws of the State of Iowa a
Partnership consisting of the following partners: NA
having been familiarized with the existing conditions on the project area affecting the cost of the work,
and with all the Contract Documents now on file in the offices of the City Clerk, City Hall Waterloo,
Iowa, and the Waterloo Leisure Services Commission, 1101 Campbell Ave., Waterloo, Iowa, hereby
proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools,
equipment, and services, including utility and transportation services required to complete the
proposed FY2019 Young Arena Roof Replacement Project, Contract No. 998 in accordance with the
contract documents and for the total price for work in place for the following amount:
Base Bid: West Mechanical Roof Section
Tear off existing roof system down to concrete deck. Install self -adhered vapor retarder, insulation in
foam adhesive, adhere 60 -mil EPDM single -ply membrane, associated EPDM flashings and all
associated work as specified
One hundred twenty-nine thousand three hundred sixty & no/100d011OrS($ 129,360.00
Alternate Bid 01: East Mechanical Roof Section, work beginning 7/1/2020
Tear off existing roof system down to concrete deck. Install self -adhered vapor retarder, insulation in
foam adhesive, adhere 60 -mil EPDM single -ply membrane, associated EPDM flashings and all
associated work as specified
One hundred thirty-four thousand four hundred & no/100
dollars ($ 134,400.00
Alternate Bid 02: West Mechanical Roof Soction
Install 90 -mil EPDM single -ply membrane with a 30 -year warranty, in lieu of 60 -mil EPDM single -ply
membrane with a 20 -year warranty.
Add to Base Bid
Thirteen thousand one hundred forty-five & no/100
dollars ($ 13,145.00
Alternate Bid 03: East Mechanical Roof Section, work beginning 7/1/2020
Install 90 -mil EPDM single -ply membrane with a 30 -year warranty, in lieu of 60 -mil EPDM single -ply
membrane with a 20 -year warranty.
Add to Alternate Bid No. 02
Thirteen thousand nine hundred forty & no/100
Unit Pricing
dollars ($ 13,940.00
For changing specified quantities of work from those required by the Contract
Documents, upon written instructions of the Owner, the following unit prices shall
prevail. The proposed unit prices include all labor, overhead, profit, materials
equipment, taxes, and freight.
2. Only a single unit price shall be given, and it shall apply for either more or less
than the quantity required by the Contract Documents
3. Refer to Section 01 11 00 — Summary of Work for a description of stipulated
quantity allowances to be included in the bid, where applicable.
In the event of more or less units than so required, change orders shall be issued
for the increased or decreased amount.
Description
Unit Price
Remove and replace plywood $ 4.50
Install walkway as specified or as
directed by Owner
Repair concrete deck as specified (opening
Less than 12"
Repair concrete deck as specified (opening
greater than 12")
Replace broken drain clamping rings
Per Square Foot
$ 31.00•
Per Linear Foot
$ 125.00
Per Square Foot
$ 305.00
Per Square Foot
$ 1os.00
Per Each
2. In submitting this bid, the Bidder understands that the right is reserved by the City of Waterloo,
Iowa, to relaot any or all bids. If written notice of acceptance of this Bid is mailed or delivered to the
undersigned within thirty (30) days after Bid Opening, of 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 insurance within ten (10) days after the agreement is
praignt#d for signature, and start work within ten (10) days after "Notice to Proceed" is issued.
3. Security in the sum of 5% dollars ($
In the form of bid bond , is submitted herewith in accordance with
NOTICE TO BIDDERS.
4 Attached is a Non -Collusion Affidavit of Prime Contractor.
5. The Bidder is prepared to submit a financial and experience statement upon request.
6. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC,
within ten (10) days of notification that the bid submitted is lowest and acceptable.
7. The Bidder has received the following Addendum or Addenda:
Addendum No.
1
Date: 11 / 04 / 19
8. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items listed on
the City of Waterloo Minority and /or Women Business Pre-bid Contract Information Form submitted
with this Bid Form. The apparent low bidder shall submit a list of all other subcontractor(s) to be used
on this project to the City of Waterloo by 5:00 p.m. the business day following the day bids on this
project are due along with the Non -collusion Affidavits of ALL Subcontractor(s).
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons.
a) The City of Waterloo does not approve the subcontractors.
b) The subcontractors submit in writing that they cannot fulfill their subcontracts
9. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked
"none" or "NA".
10. The bidder has attached all applicable forms.
11. The owner reserves the right to select alternatives, delete line items, and/or to reduce quantities
prior to the Award of Contract due to budgetary limitations.
CONTACT PERSON:
PHONE'
SIGNED:
Casey Gardner, Vice President
Please Print
(319) 234-0272
DATE. /l / /y / 28/9
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Don Gardner Construction Company
as Principal and
IMT Insurance Company
As Surety are held and firmly bound unto the City of Waterloo, Iowa, hereinafter called "OWNER". In the penal
SLIM
Five Percent of Amount Bid dollars
($ 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 14thiay of November , 2019 , for
FY 2019 Young Arena Roof Replacement .
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 thy; 14th day of November _. A.D. 20 19
On, kSOLIkk-
(Title)
Witness
Witness V
.Don Gardner Construction Com any (Seal)
Principal
IMT Insurance Company
Surety
By
JfMv
Attorneydh tact Nancy1J.13altutat
(Seal)
INSURANCE
POWER OF ATTORNEY
Know All Persons By These Presents, that IMT Insurance Company a corporation duly organized under the laws of the State of Iowa,
and having its principal office in the City of West Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by
these presents make, constitute and appoint
Jeffrey R. Baker, Nancy D. Baltutat, Patrick K. Duff, Mark E. Keairnes,
Greg T. LaMair, Joseph I. Schmit, Christopher R. Seiberling, and Jill Shaffer
of West Des Moines and State of Iowa its true and lawful Attorney -in -Fact, with full power and
authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, under-
takings, recognizances or other written obligations in the n ture thereof, subject to the limitation that any such instrument shall not exceed the
amount of:
*****Unlimited Amounts*****
and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized
officers of IMT Insurance Company, and all such acts of said Attomey-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 IMT Insurance Company on December 18, 1998.
ARTICLE VIII, SECTION 4. - The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and
to authorize them to execute on behalf of the Company, and attach thereto the Corporate Seal, bonds, undertakings, recognizances, con-
tracts of indemnity or other obligatory writings, excluding insurance policies and endorsements.
ARTICLE VIII, SECTION 5. - The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power
of Attorney authorizing the execution and delivery of any of the instruments described in Article VIII, Section 4 of the By -Laws. Such
facsimile signature and seal shall have the same force and effect as though manually affixed.
In Witness Whereof, IMT Insurance Company has caused these presents to be signed by its President and its corporate seal to
be hereto affixed, this 14th day of November :2019
IMT Insurance Company
Sean Kennedy, President
STATE OF IOWA ss:
COUNTY OF POLK
rr
•
_
F^``
On this 14th day of November , 2019 before the appeared Sean Kennedy, to me personally known,
who being by me duly sworn did say that he is President of the IMT Insurance Company, the corporation described in the foregoing
instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed
and sealed in behalf of said Corporation by, authority of its Board of Directors.
In Testimony Whereof, 1 have hereunto set my hand and affixed my Official Seal at the City of West Des Moines, Iowa, the day and year
first above written.
SETH CARP
COMMISSION NO. 785920
MY S WIRES ?eno
Notary Public, Polk County, Iowa
CERTIFICATE
I, Dalene Holland, Secretary of the IMT Insurance Company do hereby certify that the above and forego ng is a true and correct copy
of the POWER-OF-ATTORNEY, executed by said the IMT Insurance Company, which is still in force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the Seal of the Company on 14th day of
November , 2019 r
X�//�u K t_hLQ cl�/�. '• ,it ate`' \ `'� ;
,.S'A-
SY 06 06 (01/19)
Dalene Holland, Sec etary
oft Ver ob
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the
City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree
as follows:
1. The contractor, subcontractor, vendor and supplier of goods and services will not discriminate
against any employee or applicant for employment because of race, color, creed, sex, national
o rigin, economic status, age, mental or physical handicap, political opinions or affiliations. The
contractor subcontractor, vendor and supplier will develop an Affirmative Action program to
e nsure that applicants are employed and that employees are treated during employment without
regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations Such actions shall include but not be limited to
the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship.
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or
advertisements for employees, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3, The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective bargaining
agreement or other contract or understanding, a notice advising said labor union or workers'
representative of the contractor's commitment under this section.
I, The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
P rogram Contract Compliance Provisions.
The contractor, subcontractor vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
O fficer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said subcontractor, vendor and
supplier will permit access to his/her employment books, records and accounts to the City's
Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program — Contract
Compliance Provisions relative to Resolution No. 24664.
6 In the event of the contractor's non-compliance with the non-discrimination clauses of this contract
or with any of such rules, regulations and orders, this contract may be canceled, terminated or
suspended in whole or in part and the contractor may be declared ineligible for further contracts in
accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in
employment. Any person who applies for employment with our company will not be discriminated
against because of race, creed, color, sex, national origin, economic status, age, mental or
physical disabilities.
Signed:
Appropriate Official
Casey Gardner
Vice President
Title
November 14, 2019
Date
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa
)
County of Black Hawk
Casey Gardner , being first duly sworn, deposes and says that:
1. He is (entute Ri€ttze, (Officer), ( p ntativec)i or ("AgignOcof Don Gardner Cons tructi th6o . , Inc
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.
Vice President
Signature
Casey Gardner
lye
Title
Subscribed and sworn to before me this
Day of \V'��-
Signature Title
My commission expires fl3' O3 �l
MBE/VVBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: Don Gardner Construction Co., Inc. Project: FY 2019 Young Arena Roof
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 bottom portion of this form.
Contractor's Signature:
Casey Gardner
Letting Date: 11/14/19
Title: Vice President Date: 11/14/19
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 MBENVBE 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/VVBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer,
for assistance at (319) 291-4429.
In the event it is determined that the MBEIWBE 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.
Subcontractor
Quotes Received
Quotes used in Bid
Dates Contacted
Yes or
No
Date
Received
Yes or
No
Dollar Amount
to be Subcontracted
D & D Construction
10/30/19
no
1124 W. Donald St.
Waterloo, IA 50703
E. Castro Roofing
10/30/19
no
755 Dawson St.
Waterloo, IA 50703
Greer's Works
10/30/19
no
2003 Plainview St.
Waterloo, IA 50707
Old Greer's Works
10/30/19
no
2309 Springview St.
Waterloo, IA 50707