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