Loading...
HomeMy WebLinkAboutService Roofing Co tTj o p C � o � ° -�•� Ow1 � l 1 N p cn �C n ap t� CD m v 0 ° z 0 � o Q S rf t*;aCD CD cn CDroots 0 0 K k_} 0 Xlet Ran a MUL Rot V , ' � =;i C (D w 0 zom rTh ti O * a � H V X b b Bozo ; p � t�j � � � ago v -Aok �. oo to fJ cc ERVICE ROOFING CO . P. O. BOX 818 SINCE 1936 WATERLOO, IOWA 50704 - EALED BID BOND FOR : CJT � 4 � U ity of Waterloo , Young Arena FY2021 Of TO vy Dutheast and Southwest Roof Replacement BID BOND KNOW ALL MEN BY THESE PRESENTS , that we , Service Roofing 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 sum Five Percent of Bid Amount (5 % ) dollars ($ ----------- ----------- ) 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 20thday of May , 20 21 , for FY2021 Young Arena SE and SW 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 this 20th day of May , A . D . 20 21 Service Roofing Company (Seal ) Principal By _ (Title ) RoS70 vv\.G. {2 Witness IMT Insurance Company (Seal ) Surety B In n4 t hIctfu t Witness Attor ey4nmFact Nancy D . Baltutat I IMT h no 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 frill 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 nature 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 S . - 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 20th day of May 2021 •`s%V404 J^,. 4L IMT Insurance Companydiftift Add ftdk � AM ASol "= Sean Kennedy, President i : �q � 'Aft ; STATE OF IOWA ss : ` COUNTY OF Dallas } MK 1 On this 20th day of May 2021 before me 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, I 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. tiAa� m TAMI M SOM SObA " GOOQ Commission Number 816649 ��kvg. My C miss n Expires iOwP Z Notary Public, Dallas County, Iowa CERTIFICATE I, Dalene Holland, Secretary of the IMT Insurance Company do hereby certify that the above and foregoing 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 20th day of May 2021 ..�- ^�-�•.. .�,,. \. V ^ •��� � ' • ' c �.';';^ doo ft fad ��. dddimm Afts did Dalene Holland, Secretary 'NA , . = ^ �.A A sock doodt w Ak " SY 06 06 (01 / 19) f„ v K' 1 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of ( O WA ) County of LAwcK OAWV, , ) �tz �4 D OA c 'r e A. L F , being first duly sworn , deposes and says that : 1 . He is ( Owner) , ( Partner) , ( Officer) , 4Representative or (Agent ) of.2W14' )?z0F11V0' 4, 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 , e ployees; or parties in interest , including this affiant . Signature Title i Subscribed and sworn to before me this Z o Day of 20?+ . i Qo � " Sign U Title My commission expires okvg ` L , LEECA A JONES _° COMMISSION N0. 781283 * * My COMMISSION EXPIRES rowa NOVEMBER 08, 2022 COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of 1b44 -r4 ) County of aLAe � � being first duly sworn , deposes and says that: 1 . He ' Own , ( Partner) , ( Officer) , ( Representative ) , or (Agent) of AW14ey SIDE L'T lrlt� C hereina er erred to as the "Subcontractor'; 2 . He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to 'nyc 4< , 1�'( F* / , contract pertaining to the FY2021 Young Arena Southeast and Southwest Roof Replacement in Waterloo , Black Hawk County , Iowa ; 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; 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 . Signature Title Subscribed and sworn to before me this 2 o Day of u , , 20 'z! t .��C c Q` E` l /tkN tic(hc� r Stgh6ture U Title My commission expires 0%33 "Ls LEECA A JONES z � COMMISSION NO. 781283 * * MY COMMISSION EXPIRES iowP NOVEMBER OS, 2022 CITY OF WATERLOO , IOWA WATERLOO LEISURE SERVICES COMMISSION REVISED BID FORM For FY2021 Young Arena Southeast and Southwest Roof Replacement Project , Contract No . 1040 BIDDER : :5kEK ( LE �� �F ( � � vu FDA COMPANY NAME A ADDRESS : L � 3 Ato.* Lz,oNA- ST' y/ AgLE <0:� o I LA s ?off PHONE : ( 3! V;( ) 237 — `1 6 35 1 . The undersigned , being a Corporation existing unyler the laws of the State of lowA , a Partnership consisting of the following partners : A 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 FY2021 Young Arena Southeast and Southwest Roof Replacement Project, Contract No . 1040 in accordance with the contract documents and for the total price for work in place for the following amount : Base Bid No . 1 : Southeast Roof Section Install new roof system as specified . S& LIewrl F7e, 19Z T661,1rA y6 Two tivNW6� 0 15, of 6-dollars ( $ 7 , 266 • �" ) Base Bid No . 2 : Southwest Roof Section Install new roof system as specified . Ftp( S� V&W Tluix ;f r -6 r�vi� l�� N� Atl ---ttollars ( $ Alternate Bid No . 1 : Add to or educt rom Base Bid No . 1 : Remove existing skylights and curbs , cover opening with matching type and gauge of steel deck , install tapered polyisocyan u rate to match slope and thickness of existing tapered insulation , and install specified roof system . DEaVcT- Tt�f E t4() tia26 771je %lrY liars ( $ 3310 • ) Alternate Bid No . 2 : Add to educ from Base Bid No . 1 : In leu of mechanically fastening the new insulation and adhering e gypsum cover board , loose lay the new insulation and mechanically fasten the gypsum cover board per detail AD - 1 /R2 . 01 . �1t/GT' 4MC7A9W57e4ryd EIGHT Aly"AV Fes+( F8 ars ( $ -- l8 S5 • ori) I Alternate Bid No . 3 : Add to or ed jDrom Base Bid No . 2 : In leu of mechanically fastening the new insulation and adhering the gypsum cover board , loose lay the new insulation and mechanically fasten the gypsum cover board per detail AD - 1 / R2 . 01 . do P bye,�T� Tlvo 77fayr. 4 rc.D dollars ( $ —'Z, Unit Pricing 1 . 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 the Summary of Work for a description of stipulated quantity allowances to be included in the bid , where applicable . 4 . 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 10 Add /delete wood nailer $ 3 Per Board Foot 70 Remove and replace wood nailer $ 3 Per Board Foot ZS Add/delete plywood $ Per Square Foot Remove and replace plywood $ Per Square Foot oa Install walkway as specified or as $ 2 6 directed by Owner Per Linear Foot Z � Tear off existing wet or damaged tapered insulation , $.I and infill with specified insulation to match Per Board Foot thickness and slope of existing insulation q oa Replace broken drain clamping rings $ 9500 l 5 Per Each So Remove and replace steel decking $ —' Per Square Foot Sv Wire brush , clean and prime paint surface $ rusted steel decking Per Square Foot 3 . Security in the sum of .S � o F ttl) dollars ( $ ) In the form of 04) 1521v , 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 . Date : S / 5 ZoZ I 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 : OP— Ab / ' TG A L F Please Print PHONE : �I � - Z32 - y535 i SIGN DATE : S� / Zo / ZOZ / 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 origin , economic status , age , mental or physical handicap , political opinions or affiliations . The contractor , subcontractor , vendor and supplier will develop an Affirmative Action program to ensure 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 e . 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 . 4 . 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 Program Contract Compliance Provisions . 5 . 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 Officer . 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 Title Date 1 I COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of 10L.'se 4 ) County of 54449 ) L L t ^J h ?!)A , being first duly sworn , deposes and says that: L He is (Owner) , ( Partner) , (Officer , Re resentvN ative or (Agent) of hereinafter referred to as the "Subcontracto ; 2 . He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to $2Mvtc4 jP,4 , F t r G e0 . , contract pertaining to the FY2021 Young Arena Southeast and Southwest Roof Replacement in Waterloo , Black Hawk County , Iowa ; 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; 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 ag n , repr sentatives , owners , employees , or parties in interest , including this affiant . Siginciture Title Subscribed and sworn to before me this .2-0 Day of , 20 2J. Ak SI ature J Title My commission expires u Is LEECA A JONES z COMMISSION NO. 781283 * * MY COMMISSION EXPIRES /OWN NOVEMBER o8, 2022 N E 3 O N ° O °c U) O O . ` N 4- 0 N � 0 Nm Noc W C o c aai "d ` 1 Q .L. y d a> m Q 'a o u 3to 0 Ec W U N a cv N N N m a Oc d b C N N w O o c U c pj O > > Co O O ° m a o m 0 0) a E CA d (D � D o0 foo 4) d a � `CL � om � E_ � � 0 o o � � $ W to N ° G O cn a 0° o �n F- � N Q m n m c C� CL V W 0 c N E c m Z` 0 0 N H O w o o c ? COLLA o � aai � a0 � Y WZ 2 o co Q � aNi o- p o ° "a :E row m = a Ov } � W cF' Etc w0mo mN rn . W � � g o •� aicu c° E zLC -a w W �► d u LL W v ° "a :3 a`> > w tj (n (~ o j n` 'i 0, 3 o W rn o z cn N 2 mQ • o a o ca ° OU) I— LLI >, n � � > Eo � N aZ 0 o W c � � coO . S ` e N d z 7 0 CL '� C E � .c O m } w a ?� °' 1- a �, 0 N c LL W m o I'- 0 Ln C E C O Z 1*4 Z fA CT Nt 7 CL LL CL � � � 8 � c '— �00 (U 0 E W W m ° o m ° 0 0 =1 m t lil m :; ,a O cl UJ (D o CO oE —j M D cN a "—' S � c c o L w m e Q V 3 0 ,N +' W m QJia mom ai ° H ~ � a W V O o N c aJ v u; ., 3 o c`o oU CL �t a m mmc N O 0 ESN N O cD :3 c ° w _ v O 0 C U A N a N a c ' v W rn o Ln o _� Cm • N 'E p m m �a N fn 9 � T a O C N ++ _ 0145 ` FJ "O LTV 7 CaOV U Wm0 '6i 0 mN � oc > a 00 = v0 m c cc a m ca M N ca O U F 0 OL o m o 'o � o o mcY m n za"ia. U U) (n >M LU m = E � � 0