Loading...
HomeMy WebLinkAboutTaylor Construcion, Inc.LO,Q TAYLOR CONSTRUCTION, INC. P.O. Box 110 New Vienna, Iowa 52065 s CITY OF 4JATERLOO arg<s OFFICE n 1.r rru.-.n s t JAN 28 2021 ri :00:29 Bid Bond TAYLOR CONSTRUCTION, INC 2314 COLUMBUS ST PO BOX 110 NEW VIENNA, IA 52065 City of Waterloo City Hall Proposal for: FY 2021 GreenbeltLake Real Grai*Proj ect 1-28-21 @ 1pm FY 2021 Green Belt Lake Reap Grant Project Contract No. 1042 Align Architecture & Planning BID FORM DESCRIPTION TOTAL 1 Mobilization '`die coo " 2 fr ....ro: . 241ea? ` Piles & Headwall 3 Import Soil & Erosion Stone/Seeding 4 Trail & Parking - 79, a;- 5 Concrete Pier Deck ? iis, 000 6 . 24 cm° Hand Rails 7 Stone Stacks @ 8 Locations Assuming 54 Tons 1, eve,` 8 Contingency Allowance $5,000,00 y-7 yy ' BASE BID TOTAL UNIT PRICES r f— , 9 Stone Stacks @ 8 Locations — Placed Per Ton /,'a-iY$/Ton ADD ALTERNATES . 10 Piles Encased Concrete Collars sr 9 - p with 5YlcY 64151/v(M011t- COMPANY NAME A. AUTHOIZED SIGNAT RE actb INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: lothr j 195 (t 671c //4(._ ADDRESS: 157afizteal sf �%GU U l eon f g 52 6'6 j_ (Check One) PRIME FEDERAL ID#: PROJECT NAME: SUBCONTRACTOR f Y z6z/ G reenklfr'at (2e r AErufr PROJECT CONTRACT NO.: q z- DESCRIPTION OF WORK: Brickwork Carpentry 0 Concrete Drywall -Plaster -Insulation Electrical Excavation/Grading 0 Flooring 0 Heavy Construction 0 Heating -Ventilating -Air Cond Landscaping 0 Painting Paving Plumbing Roofing -Siding -Sheet Metal Windows Wrecking -Demolition Other (Please specify) 1 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of 11O UV & ) County of kbUky1 . ) jvi;k. T y! that: )ss , being first duly sworn, deposes and says 1. ..5 He is (Owner, Partner Officer, Representative, or Agent) , of ..?1-kSfcietl.-f- T 1(SV ;(,&»i.htthe 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; 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) rcS Title Subscribed and sworn to before me this JC utui1+-.14/ , 2021 . My commission expires ,56 2 Z6 day of Title 0 0) ro c ate) J w0 u. OCL s` 0 ,4 H Q We co CO O LV Z inCO h-g Z Ca O W °.tom Cmm G Prime Contractor Name: a .n O m4-0 o 0 U A a (D .0 (1) a) 0 O = a) a) A c 0) 0 ..v U a) O Q av 3 e N O t E o c U 0 .0 • c O 0) )w o W m U w� is Contractor Signatur E o c (j) i ca) o Q' O c to < E O C O •it 'c ) Y vo O` U o •w c O am 2 O a a) c U 0 m O) A O E co A L_ a O i• s o ?, O L a) r O a 0) C m r ' Ern N U •5 (O O o a) U U 2 moo O N U y c li.l o •@ a < vci O ✓ wU me ta. o. Q co U o O • 7 T� O J " J ZQ a) O Q) A O O 0 0 V) (0 O a� 4- US CO CO W 0 0 C WCO Ta_ GI 2 E t • c rn 112 c C G .2 o oc0 Eccv 1 U v� a o co w m O c O c .O 4 O m En o > o , co 0 • a0) ami ori c. j 0 o•u)O cc� o°a) m�- >EO ( O CO c"••' C O .0 O • •c O N F 0_ O•_ E • 0 o Ao N U) U O A a E O A4= a 3 w 0 0 a) a) .c U ro c o 0 0) CD Y CD It E O o O t o O a) A c ro O a Y �o O 01 E 0 a 6.6 • E rov (/)a m 0 °7 0 o— cw- 0 C 0 W 0 ac C 0 Co � 0 000 W a) COCO w 2 O m 4- Tot s aai o E m c 4-,o a m co C :4- E 0 a) > m .0 .0 Y m c E 0 m 0 0 0 0 0 0 0 0 0 Z 0 0 Z 0 Q 2 0 Z 0 0 J m act Quotes Received Quotation used in bid v vj t. cz v G" vl MBE/WBE Dates Dates Dollai Subcontractors Contacted Yes/No Contacted Yes/No Z MESS EN n) N ^� N N ‘,3 J r,)3 (j0 N l� N V i 1 a 0 c n cz, r' R V O ci 93 d J%, U (Form CCO-4) Rev. 06-20-02 Date: u January 20, 2020 Addendum No: 01 Project: FY 2021 GREENBELT LAKE REAP GRANT PROJECT Project No: 2018-0033 Bid Date: Bid Time: Bid Place: Thursday January 28 th, 2021 1 00 PM Waterloo City Clerk Total Pages: TO ALL HOLDERS OF DRAWINGS AND PROJECT MANUAL: architecture & planning (1) 8-1/2"x 11" Prints This addendum is issued to incorporate the following changes in the drawings and project manual. For bids to be considered, this addendum must be acknowledged by so indicating on the Form of Bid. Bidders shall make the following corrections or additions to the bidding documents. These items shall supersede, modify, and/or change all statements or drawings to the contrary in the drawings and project manual and shall take precedence over these documents. Bidders shall base their bid on the drawings and project manual and as modified by the changes herein stated. DRAWING SHEETS: 1. S1 - Clean compacted crushed fill to be encased in filter fabric. Fill Quantity of 21 cubic yards of rock as shown in detail Provide enough fabric to entirely wrap rock with 24" min lap. Fabric. to be by Propex 601 non woven fabric or equal. Available at Stetsons Building products. 2. S2 - HP8x36 piles may be substituted for larger sizes. Adjust concrete encasement with 3" rebar clearance per detail for bid alternate. 3. Sand may be used as fill material below raised grade at trail. Provide approved topsoil at 5" depth over all fill areas to be seeded PRODUCT APPROVALS: Contingent upon strict compliance with the drawings and specification, all product approvals listed herein are approved as if certified in writing by the product supplier/installer to be equal to or better in every significant respect to that required by the plans and specifications and that it will perform adequately in the application indicated and as intended. If such approved products do not meet these requirements, the supplier/installer shall be responsible for making adjustments acceptable to the Architect to meet the requirements of the contract documents. 1. APPROVED SUBSTITUTE: LIMESTONE STONE STACKS a. AS4- Illinois Dolomitic Limestone - Raw Quarry Outcropping - 18" - 22" Height Range (Supplier is Contractors Preference) Midland Products - Waterloo Iowa. MAY BE USED IN LIEU OF WEBER STONE PRODUCT. SIZES TO BE SIMILAR. ATTACHMENTS:(0) Respectfully Submitted, Align Architecture & Planning, PLC BID BOND FY 2021 GREENBELT LAKE REAP GRANT KNOW ALL MEN BY THESE PRESENTS, that we, Taylor Construction, Inc. as Principal, and United Fire & Casualty Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum ***Five Percent of the Bid Amount*** 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 28th day of _ January 2021 , for FY 2021 Greenbelt Lake Reap Grant Project Contract No. 1042 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 28th day of January , A.D. 2021• • (Seal) Principal Taylor Construction, Inc By JatiLA c/ J Kris a L. Taylor, President United Fire & Casualty Company Surety By Attorney•m•fact Laura A. Foust (Title) (Seal)' UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, CIA UNITED FIRE & INDEMNITY COMPANY, WEBSTER TX FINANCIAL PACIFIC `.INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF AFI ORNEY (original on file at Home Office of Company — See Certification) Inquiries Surety Department 118 Second Ave SE'' Cedar Rapids, IA 52401 KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & hdemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, consttute and appoint LAURA An FOUST, SCOTT A..SAVERAID, BRIAN C. MATLOCK, MICHAEL F. WERNSMAN, JOYCE L. BRIGGS, STACY::A. BANFIELD, SETH W. DOUP, AARON E. MATLOCK, WALTER G. ZIMMERER, MEREDITH MORROW, EACH INDIVIDUALLY their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, umdertakiugs and other obligatory instruments of similar nature provided that no single obligation shall exceed $100 000, 000 00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority,; hereby granted is continuous: and shall remain in full force and effect until revoked by United Fire &'Casualty Company, United Fire Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section'2, Appointment; of Attomey-in-Fact. "The President or any Vice President or any other officer of the Companies may, from time to tine, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature.; The signature of any officer authorized hereby, and the'Corporate seal, may, be affixed by facsimile to any power of attorney or special poss er of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of suck officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys in fact subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such mstrrments and to attach the seal the Companies thereto. The President or any Vice President the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. �„„„14%SV111 fe CORPORA 77c-4.t:. SEAL / tor, k RAPN `4��,1 T T TER tf\ 111111111taa ot tto `\NothISURi G:F..pPO114.7 t Q sa F .Q.r. F. U 1ULY 2� .- 6 1986 y; ////t/IIIII I I111111"tif ` IN WITNESS WHEREOF; the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 1 1 t h day of Sept ember , 2013 UNITED FIRE '& CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY State of Iowa, County of Linn, ss: On 11th day of September, 2013, before me personally came Dennis J. Richmann to me known, "who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument that he knows the seal of said corporations;, that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission; Expires 4/23/2021 Vice President Notary Public My commission expires: 4/23/2021 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE Or; SAID CORPORATIONS, and that the same are correct trausctipts thereof, and of the whole of the said originals, and that the said. Power of Attorney has not been revoked and is now in full force and effect. 1 in testimony whereof I have he eunto subscribed my name and affixed the corporate seal of the said Corporations this day of Air 20 �e> . ItiN` , nit11111Ro 1rb., ..1:!lito b " INSU °/� ��"‘G.,,... Rqy ; e?�oaP.".. 4�F. r2 nULV22 O= 1986lip.; o' cg4Foee: <` 4%,/, ///111111110o\O TV'tis paper + as a ct Eared background and void panto ph. l .`p veArtt>( fiTfi;, CORPORA ', SEAL it fit �_ 1%111%�ntt�. BPOA0049 1217 CORPORATE .sue SEAL Assistant Secretary OF&C & OF&I & FPIC