HomeMy WebLinkAboutMike Dolan Concrete & Masonry, Inc. Revised Per Addendum No.1 -10/23✓13
FORM OF BID OR PROPOSAL
4TH STREET BRIDGE SLOPE PROTECTION
AND RIVERWALL REPAIRS
CITY OF WATERLOO,IOWA
CITY CONTRACT NO.855
Honorable Mayor and City Council
Waterloo,Iowa
Gentlemen:
1. The undersigned,being a Corporation existing under the laws of the State of .,L cwf ,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 4TH STREET BRIDGE
SLOPE PROTECTION AND RIVERWALL REPAIRS,CONTRACT NO.855,all in accordance with
the above-listed documents and for the unit prices for work in place for the following items and quantities:
4TH STREET BRIDGE SLOPE PROTECTION
AND RIVERWALL REPAIRS
CON TRACT NO.855
BID UNIT BID
ITEM DESCRIPTION UNIT EST.QTY. PRICE TOTAL BID PRICE
1 Mobilization LS 1.0 $j` 000-'O $ � OOCa- c°'d
2 Pavement Removal SY 271.0 $ 73('Q $
3 Riverwall Removal and Replacement LS 1.0$q Y1 11&U' CC $ qif h/ct. _ 6)0
4 Riverwall Repairs SF 140.0 $ 60 $
5 Concrete Slope Protection SY 271.0 $ (r9'7. ucs $ 5-0 77• .&`)
6 Granular Subbase SY 271.0 $ S Ov $ ,J 775 UL?
7 Subdrain,Longitudinal,4-Inch Diameter LF 110.0 $ a- 7 do $ j',q 70 ex)
8 Subdrain,Longitudinal,6-Inch Diameter LF 25.0 $ 7- vC) $ 7 de)
9 Flap-Gate,4-Inch Diameter Each 1.0 $ 360• Oc $ 3dO. CO
10 Steel Handrail LF 110.0 $ /42.C. C'O $ I j 7f2.-c a
11 Concrete Sealer SF 3,450.0 $ f,d d $ 31„/. 3r-CO
12 Handrail Removal LF 110.0 $ $ ✓Sd. OO
FORM OF BID CONTRACT NO.855 BF-1 of 3
60287085
Revised Per Addendum No.1 -10/23/13
BID UNIT BID
ITEM DESCRIPTION UNIT EST.QTY. PRICE TOTAL BID PRICE
13 Removal of Sidewalk SY 135.0$ )/5, c'U $ .4/3 0,co
1
14 Sidewalk,PC Concrete,5-Inch SY 135.0$ 6-1/, 00 $ 7:,2 90- d
TOTAL BID $ �,3.3, '7y 470
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.
C ((...._
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 n
undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is C I
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 3 /b Dollars
($ )in the form of/9/d .6'es/e , 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. / Date /O'-v?3"'13
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)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.
FORM OF BID CONTRACT NO.855 BF-2 of 3
60287085
Revised Per Addendum No.1 -10/23/13
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.
/1'? k{L £C,L s Cep,et-p 7`a /3'ie4!-y . iar- /O- 7 /?
(Name of Bidder) (Date)
BY: 31 h Q de • `1 Title Pir5;eiril 7
Official Address: (Including Zip Code):
/1 y" fgrrc,4// ST7
teat&loe 0 T03
I.R.S.No. ��' /f3; /S
FORM OF BID CONTRACT NO.855 BF-3 of 3
60287085
,;, CITY OF WATERLOO, IOWA
ls�4 i'�' WATERLOO ENGINEERING DEPARTMENT
715 Mulberry St. ' Waterloo,IA 50703 • (319) 291-4312 Fax(319) 291-4262
1er/;NNis, ERIC THORSON,P.E. • City Engineer
Mayor INFORMATION NEEDED
ERNEST G. FOR
CLARK
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
COUNCIL
MEMBERS
CONTRACTOR NAME: /11 j/c'Q Pd/on 6e0c-/'atX "/4JQ.-Ce4 'y yjC
DAVID
JONES ADDRESS: /1 y 6 F4'tc-j7 t)d .5 T
Ward I
CAROLYN W4 tpi,16e/
COLE
Ward 2
HAROLD (Check One) PRIME: _ X SUBCONTRACTOR:
GETTY
Ward 3
QUENTIN FEDERAL ID#: 7c) - /L/3)c/S
HART
Ward 4
RON PROJECT NAME: Li t h sr £r,4 4z Sloe Pi CJ o K 00 'ei't-'4/l
WELPER
Ward 5
BOB DESCRIPTION OF WORK:
GREENWOOD
At-Large
❑ Brickwork [$, Landscaping
STEVEN
SCHMITT ❑ Carpentry 0 Painting
At-Large
rk Concrete 0 Paving
❑ Drywall-Plaster-Insulation 0 Plumbing
❑ Electrical 0 Roofing-Siding-Sheet Metal
Excavation/Grading 0 Windows
❑ Flooring 0 Wrecking-Demolition
❑ Heavy Construction 0 Other (Please Specify)
❑ Heating-Ventilating-Air Cond. 0
WE'RE WORKING FOR YOU!
An Equal Opportunity/Affirmative Action Employer
SATES TAX EXEMPTION CONTRACT NO.855 STE-1 of 1
60287085
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 4 aL1v 4L )
ss
County of !J l J )
irl I A'Q t) Lon ,being first duly sworn,deposes and says that:
1. He is (Owner,Partner,Officer,Representative,or Agent) ,off 1 xQ 1/14'#4
c:.e hie?1Q d- AO.cr4 r y 241.- ,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, flm 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 thisn_affiant.
(Signed) L?, &-P/ (9.0(9
Pc de ill
Title
Subscribed and sworn to before me this kT// day of
eG%s9i.?e, ,2013.
/4.47770e Y
/ Title
My commission expires /"' / .
It
ia®rmIui Numb,RT
766469
MY COmmiision Expires
Jtinuary 28.2014
NON-COLLUSION CONTRACT NO.855 NCA-1 of 2
60287085
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: g S-
PROJECT NAME: 945/- 6 r °frL S/Ore Pid troy '1471,tW-w;.,/( lfle/a,
DATE OF LETTING: JU" v?", 13
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. If another 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 611 KQ D1.240k Cvhcrel s�-/194saanY �,�G
CORPORATE OFFICER 4/)/ zoo)
TITLE As et I-
DATE )0 28' 3
RESIDENT BIDDER CONTRACT NO.855 RB-2 of 3
60287085
CJ Uri o4 7 kA ¢ �" °N� i
o o� 1 i
wbo ': Z ter,
tri
Qw r c o -c o �Y
Pt _
•
Q° go et, a 'C. �' 'o otd�' _ O a ° tr OCD C cn CD a'a' yfa,
a it , t . o a g o tri i & w CAZ
bd
c a'on to oa tly �' 0 ••
z " 4o:: 9, ' o i
O w bd u. ,•° , to
ril o w n o n
° y
N CCDD Q. '-' � td
ed A o t" N
��,� O' a N o t. a
p p �o 0
• p n O
Crl
csa to C a ' a ° z w
n r b7 �° o o. CD .� a
y
`'� IQ 4tt � 6, oar CDC o. Is� adet• to MI p 20
) 0oi Ont 6 r) .0 5
�'co + y
s la7 a' = o'D.
o 0 o *CIO a: C 0 0 O `cm ' I g�o '- CdQa- 9 1
z 0
ZH (AD (D p p n �] d �
s O O t17
t�J v, O ,w, � �. p 6 ` R
y �," w - pCD yii �' - trI yb�
� O _ ° cA � ° tea' y �
GO 2. �l CD c� p� 0' CCD -) AD o %1e �"
tatU on a. w, n o a. o o o ern
o d v' � — w• � o � w Oc'
0 c �y CA" 5t � v' ao � °
y � x cr: o a� �
0
O n 'C cD- ABC 0O tt
O
w CMr+ (CD O CD J
R, d o r. "4 m
x 'a
No
n n 0 0 "Jo"�. t, e.
CD
'� cD O °
o �. = C7 E 't
d 4 � �, , Cr'B ,
C o
4. 0 n co
o
N.
Q ya9 a. °, C � ap p
a o o, ' O y' — 0
o a td a DO
C
..
PO
AD 9 p r. ". p, "V '- a, W
'rt C ° CA
ft
W m O ��-h
fD CD tri
4 ar w 0 CD r4 'u
p.
O., O y ,°{ CD P
,,-n CD �W+ Q. E• O.
C. w C' COU g
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we, Mike Dolan Concrete& Masonry, Inc.
as Principal,and North American Specialty 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 Amount of Bid---
Dollars(S ---5%--- j 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 October ,2013, for
4th Street Bridge Slope Protection and Riverwil! Repairs-Contract No, 855
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 W P'NESS WHEREOF,the Principal and the Surety,have hereunto set thei-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 October ,A.D.2013.
Mike Dolan Concrete & Masonry, Inc. (Seal)
Principal n
By i17 c-- f '4 f 1
f Ct"�l 6
(Title)
North American Specialty Insurance Company (Seal)
W tniss i Sure
u./Gt A
(.
_
(_Q_.t
Witness Cinc ennett n e rowner Attomey-in-fact
BID BOND CONTRACT NO.855 BB-1 or l
60287085
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International
Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg,Illinois,each does hereby make,constitute and appoint:
JAY D.FREIERMUTH,CRAIG E.HANSEN,BRIAN M.DEIMERLY,SHIRLEY S.BARTENHAGEN,
CINDY BENNETT,ANNE CROWNER,TIM McCULLOH,STACY VENN,LACEY CRAMBLIT and DIONE R.YOUNG
JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION($50,000,000.00)DOLLARS
• This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9th of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
a+Aiarw
.4,461i6.44i7c4 I::z�= By
' `'G SEAL"tilt
'�'3ei SEAL :O Steven P.Anderson,Senior Vice President of Washington International Insurance Company
z. ;979 �rui q:rn &Senior Vice President of North American Specialty Insurance Company m
By
David M.Layman,Vice President of Washington International Insurance Company
&Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this25th day of January ,2013 ,
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 25th day of January ,2013 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman,
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
"OFFICIAL SEAL" \2� _I p���A-
DONNA D.SKLENS 1,Vdyr''na _ a�
Notary Public,State of Illinois, Donna D.Sklens,Notary Public
My Commission Expires lO10612015
I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect.
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 28th day of October ,20 13 .
Jeffrey Goldberg,Vice President&Assistant Secretary of
Washington International Insurance Company&North American Specialty Insurance Company