HomeMy WebLinkAboutMinturn, Inc.FORM OF BID OR PROPOSAL
F.Y. 2017 REPAIRS TO 4th STREET BRIDGE CANOPY REPAIRS
CONTRACT NO. 910
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being - orporation a isting under the laws of the State of W Q
a Partnership consisting o t e o owing partners:
having familiarized (himself) (themselves) ith 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 F.Y. 2017 4T" STREET BRIDGE CANOPY
REPAIRS, CONTRACT NO. 910, all in accordance with the above -listed documents and for the unit
prices for work in place for the following items and quantities:
F.Y. 2017 REPAIRS TO 4TH STREET BRIDGE CANOPY REPAIRS
CONTRACT NO. 910
_ItemEEst.
No,
Ref. No:,.
Description
Description
Unit
-
st _,.
Unit Bid
Price
Total Bid Price
1
2401-6750001
REMOVALS, AS PER PLAN
LS
1.0$
ZS' 0��
$ 2`dt 000 oa
2
2403-0100000
STRUCTURAL CONCRETE
(MISCELLANEOUS)
CY
7.9
$ q/ 000°'$
31/ 1120,—C>CD
3
2403-7303000
STRUCTURAL CONCRETEo0
COATING
SY
760.0
$ c0 —
$ 38" 000 `
4
2404-7775005REINF
DRCING STEEL, EPDXY
COATED
LB
1,152.0
$ y ela
0
$ if �o ' o—
5
2408-7800000
STRUCTURAL STEEL
LB
12,000.0
$ 5.5
$ �3 oc
6
2413-1200000
STEEL EXTRUSION JOINT
WITH NEOPRENE
LF
24.0
$ yob --
oo
$ ? (p00 —
7
2413-1200100
NEOPRENE GLAND
INSTALLATION AND TESTING
LF
24.0
$ 5-0
$ 1/ �a�
8
2426-6772016
CONCRETE REPAIR —
DOWNSTREAM FACE
SF
160.0
$ /�
$ Z % 6 00 i°
9
2426-6772016
CONCRETE REPAIR -
INTERIOR FACES
SF
1400.0
,
$ /1 a—
-
$ �?jg Ova
10
2426-6772016
CONCRETE REPAIR —
UPSTREAM FACE
SF
70.0$
/$-$- c3o(90
$ j ?so
11
2426-6772020
PARTIAL DEPTH BRIDGE
DECK FINISH PATCH
SF
50.0
$ 7.�-
/
$ 3,1S0 00
FORM OF BID
AECOM #60333086
CONTRACT NO. 910
FB -1 of 4
FY 2017-4T" Street Bridge Canopy Repairs
Item
No.
Ref. No.
Description
Unit
Q
Y.
Unit Bid Price
Total Bid Price
12
2508-0804000
BRIDGE CLEANING FOR
PAINTING
LS
1.0
$6, 0jA G�
$ 4,0C
13
2508-0805000
BLAST CLEANING OF
STRUCTURAL STEEL
LS
1.0
a�
$ ,1
$ 2(fo, 000.vo
14
2508-9700000
CONTAINMENT
LS
1.0
$1g0l000f
6O✓
$ IgD,NO
15
2508-0990000
PANT
DISPOSAL ISTE TRANSPORT AND
LS
1.0
$ !1ocv
$ nD� ✓
16
2508-0991000
PAINTING OF STRUCTURAL
STEEL
LS
1.0
$159006 17-
$1501poo.
17
2518-6910000
SAFETY CLOSURE
EACH
6.0
$ ��
$ em , 5- clvi
18
2528-8445110
TRAFFIC CONTROL
LS
1.0
$ i�r�a7
$ r r%i
4602-
2533-4980005
MOBILIZATION
LS
1.0
$ I3a1 a-2-
Olga19
c
$ QDb.cr
20
2599-9999005
BRONZE PLAQUE
EACH
2.0
$ ,4Ob
U
$ �,
21
2599-9999005
REMOVAL AND REPLACEMENT
OF LIGHT FIXTURES$
EACH
29.0
060,
00
$ 25l 520 ,
22
2599-9999009
REMOVE AND REPLACE
TIMBER RUNNER
LF
1,205.0
`�
$ /D s
°�
$ I2J .2.
23
2599-9999009
FURNISH AND INSTALL
HANDRAIL TUBE
LF
1,205.0
$ %.
7 l
$ v� NJS
TOTAL
BASE BID$
I jZ�7113 C
ALTERNATE BID 1
25
2599-9999005
REMOVE AND REPLACE
WINDOWS
EACH
536.0$
00
LIIV
ay
$o2\it ./-
llU�
ALTERNATE BID 2
C-
26
2599-9999005
REMOVE AND REINSTALL
WINDOWS
EACH
536.0
�-1` '
$ ,.n
c
$ 1161 528
27
2599-9999005
REPLACE DAMAGED WINDOWS
EACH
10.0
$ 66,
cc'
$ it 50.
TOTAL BASE BID AND
ALTERNATE 1
$ 1,taq 1,-� i3. .5:
TOTAL BASE BID AND
ALTERNATE 2
$ I ,5 q8, 01.
TOTAL BID
$ 1)1_013/
091.
FORM OF BID
AECOM #60333086
CONTRACT NO. 910
FB -2 of 4
FY 2017 -4TH Street Bridge Canopy Repairs
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.
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 undersigned within thirty (30) days after the opening thereof, or 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 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. ,�L
4. Security in the sum of �iVL. Per r1- QU Y *- �:� Dollars
($ S /o dr Jsb ) in the form of ► a 1230 3,--) Gl , 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 �' l 3111
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.
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.
FORM OF BID CONTRACT NO. 910 FB -3 of 4
AECOM #60333086 FY 2017 -4TH Street Bridge Canopy Repairs
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.
y ! 4-h1yr )(lG, ma/'4 /l r ZOI7
BY:
(Name of Bidder) (Date)
Title PrtSlAn+-
Official
Address: (Including Zip Code):
OgjJ,or (hard S-1--.
16)ibOVRI Vl r� 1/21
I.R.S. No. i./ - I tU 597,o t
FORM OF BID
CONTRACT NO. 910 FB -4 of 4
AECOM #60333086 FY 2017 -4TH Street Bridge Canopy Repairs
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME: ftitry
ADDRESS: 3o01 1) L O Y(T,ha i
graok(yn , ) 62)
(Check One) PRIME n SUBCONTRACTOR
FEDERAL ID#:
SI-Itp552b°1
PROJECT NAME: 1 Y 2,p I
PROJECT CONTRACT NO.: oi10
DESCRIPTION OF WORK:
❑ Brickwork
❑ Carpentry
❑ Concrete
❑ Drywall -Plaster -Insulation
n Electrical
n Excavation/Grading
❑ Flooring
KHeavy Construction
❑ Heating -Ventilating -Air Cond.
Cl Landscaping
❑ Painting
❑ Paving
U Plumbing
❑ Roofing -Siding -Sheet Metal
❑ Windows
❑ Wrecking -Demolition
❑ Other (Please specify)
n
SALES TAX EXEMPTION CONTRACT NO. 910 STE-1 cif 1
AECOM #60333086 FY 2017-4T" Street Bridge Canopy Repairs
State of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
County of
PbY\CSIYttv.. ,ss
(1(111kun M. 2hoMs
, being first duly sworn, deposes and says that:
1. He is (O nw )r, Partner, Officer, Representative, or Agent)
, e Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
of
T ivi-uvn ,etc
the attached Bid and of all
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)
Title
Subscribed and sworn to before me this ) L day of May( ( , 2017.
My commission expires
LNAAcGviq-SAD61-e'
IANctvJA I It)] ot
MINDY .1 RHOADS
Commission Number 794952
My Commission Expires
March 8 2019
NON -COLLUSION AFFIDAVIT CONTRACT NO. 910 NCA -1 of 2
AECOM #60333086 FY 2017-41h Street Bridge Canopy Repairs
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: (21 D
PROJECT NAME: VI ZU Ii `-4411klit PX1G(I ° Caho y Rgck lv'(S
DATE OF LETTING: o,xr a 1(Q 1)) f ' I
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
CORPORATE OFFICER ��--
PlQd
TITLE
DATE
' Yr,\nkk)11011
RESIDENT BIDDER CONTRACT NO. 910 RB -2 of 3
AECOM #60333086 FY 2017-4Ih Street Bridge Canopy Repairs
Prime Contractor Name:
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Y 2�t"1 (4rrn S�r-ak __ �n
Project: 9)Y1(i�iLCO.InrITA J2P cIJr) Letting Date: rC�ffuJI2 fl
1v1Alk\l Y\
NO MBEIWBE 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 4 -asible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Title: WLc1Lv* Date: rAod' I t( u fl
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 MBE/WBE 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 MBEIWBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE 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.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBEIWBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
)-ilAs Pa/ah .
3/q/J7
NO
CL4)
r LC
3)g/)7
No
DC,
CbY `Ca-11p)n
_Eli/1
A/o
1N6-1-00 C,,or uC- i(PA
3Min
No
(Form CCO-4) Rev. 06-20-02
MBE/WBE PARTICIPATION
AECOM # 60333086
CONTRACT NO. 910
M-6 of 6
FY 2017 -4th Street Bridge Canopy Repairs
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
-EY ? a t STI t --7T
Prime Contractor Name: iM n1T1.t(Z1J t -UC . Project: I DC -ems CiPY iiR-.SLetting Date: 3JI 6117
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 the bottom
portion of this form.
Contractor Signature:
Title: Date: 3I (�// 7
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this forth
showing ALL of your MBE/WBE 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/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE 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.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBEIWBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBENVBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
ALL fcC S (C --C i )`1 —
3/1J/ 7
iteS
")0
-
1 -PA\ CDA -f (AA-- S
3/5' (7
Y6_
PO
l
(Form CCO-4) Rev. 06-20-02
MBE/WBE PARTICIPATION
AECOM # 60333086
CONTRACT NO. 910
M-6 of 6
FY 2017-4t Street Bridge Canopy Repairs
/107 L
PDT 1.°14-)
MINTURN
March 9, 2017
Watco Construction
2920 Texas St
Waterloo, IA 50702
Minturn, Inc.
144 W. Front St.
Brooklyn, IA 52211
641-455-0331
641-843-7256 Fax
minturn@minturninc.com
Re: Contract No: F.Y. 2017 4th Street Bridge Canopy Repairs, Contract No: 910
Dear To Whom it Concerns:
Minturn, Inc. is presently soliciting for the following work in connection with the above referenced
project.
Notice to Prospective Bidders:
The following items from the F.Y. 2017 4th Street Bridge Canopy Repairs, Contract No: 910, that have a
potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to
preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the
entire Proposal as a Prime Contractor.
Bid Item Description
Unit Total Qty
12 2508-0804000 Bridge Cleaning for Painting LS 1.0
16 2508-0991000 Painting of Structural Steel LS 1.0
17 2518-691000 Safety Closure Each 6.0
18 2528-8445110 Traffic LS 1.0
21 2599-9999005 Removal & Replacement of light fixtures Each 29.0
Minturn, Inc is an Equal Opportunity Employer, and all qualified bidders will not be discriminated
against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned into this office by March 15, 2016, 5:00 pm.
Sincerely,
Clinton M. Rhoads
Project Manager/Estimator
Mindy Rhoads
From: Mindy Rhoads
Sent: Thursday, March 9, 2017 4:48 PM
To: 'patwatco@msn.com'
Subject: Invitation to Quote
Attachments: Waterloo Subcontractor letter-Watco.doc
Please see attached.
Thank you,
Mindy Rhoads
Minturn, Inc.
641-481-0497
641-843-7256 Fax
MINTURN
March 9, 2017
Atlas Painting, Inc.
911 Sycamore St
Waterloo, IA 50704
Minturn, Inc.
144 W. Front St.
Brooklyn, IA 52211
641-455-0331
641-843-7256 Fax
minturn@minturninc.com
Re: Contract No: F.Y. 2017 4'h Street Bridge Canopy Repairs, Contract No: 910
Dear To Whom it Concerns:
Minturn, Inc. is presently soliciting for the following work in connection with the above referenced
project.
Notice to Prospective Bidders:
The following items from the F.Y. 2017 4'h Street Bridge Canopy Repairs, Contract No: 910, that have a
potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to
preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the
entire Proposal as a Prime Contractor.
Bid Item Description Unit Total Qty
12 2508-0804000 Bridge Cleaning for Painting LS 1.0
16 2508-0991000 Painting of Structural Steel LS 1.0
17 2518-691000 Safety Closure Each 6.0
18 2528-8445110 Traffic LS 1.0
21 2599-9999005 Removal & Replacement of light fixtures Each 29.0
Minturn, Inc is an Equal Opportunity Employer, and all qualified bidders will not be discriminated
against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned into this office by March 15, 2016, 5:00 pm.
Sincerely,
Clinton M. Rhoads
Project Manager/Estimator
Mindy Rhoads
From: Mindy Rhoads
Sent: Thursday, March 9, 2017 12:55 PM
To: '6418234809@myfax.com'
Attachments: Waterloo Subcontractor letter.doc
Mindy Rhoads
Minturn, Inc.
641-481-0497
641-843-7256 Fax
MINTURN
March 9, 2017
D.C. Corporation
426 Beech St
Waterloo, IA 50703
Minturn, Inc.
144 W. Front St.
Brooklyn, IA 52211
641-455-0331
641-843-7256 Fax
minturn@minturninc.com
Re: Contract No: F.Y. 2017 4th Street Bridge Canopy Repairs, Contract No: 910
Dear To Whom it Concerns:
Minturn, Inc. is presently soliciting for the following work in connection with the above referenced
project.
Notice to Prospective Bidders:
The following items from the F.Y. 2017 4th Street Bridge Canopy Repairs, Contract No: 910, that have a
potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to
preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the
entire Proposal as a Prime Contractor.
Bid Item Description Unit Total Qty
12 2508-0804000 Bridge Cleaning for Painting LS 1.0
16 2508-0991000 Painting of Structural Steel LS 1.0
17 2518-691000 Safety Closure Each 6.0
18 2528-8445110 Traffic LS 1.0
21 2599-9999005 Removal & Replacement of light fixtures Each 29.0
Minturn, Inc is an Equal Opportunity Employer, and all qualified bidders will not be discriminated
against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned into this office by March 15, 2016, 5:00 pm.
Sincerely,
Clinton M. Rhoads
Project Manager/Estimator
Mindy Rhoads
From: Mindy Rhoads
Sent: Friday, March 10, 2017 10:01 AM
To: '3192340148@myfax.com'
Attachments: Waterloo Subcontractor letter -DC Corporation.doc
Mindy Rhoads
Minturn, Inc.
641-481-0497
641-843-7256 Fax
MINTURN
March 9, 2017
Culpepper Electric
1731 Cottage Grove Ave
Waterloo, IA 50707
Minturn, Inc.
144 W. Front St.
Brooklyn, IA 52211
641-455-0331
641-843-7256 Fax
minturn@minturninc.com
Re: Contract No: F.Y. 2017 4'h Street Bridge Canopy Repairs, Contract No: 910
Dear To Whom it Concerns:
Minturn, Inc. is presently soliciting for the following work in connection with the above referenced
project.
Notice to Prospective Bidders:
The following items from the F.Y. 2017 41h Street Bridge Canopy Repairs, Contract No: 910, that have a
potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to
preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the
entire Proposal as a Prime Contractor.
Bid Item Description
Unit Total Qty
12 2508-0804000 Bridge Cleaning for Painting LS 1.0
16 2508-0991000 Painting of Structural Steel LS 1.0
17 2518-691000 Safety Closure Each 6.0
18 2528-8445110 Traffic LS 1.0
21 2599-9999005 Removal & Replacement of light fixtures Each 29.0
Minturn, Inc is an Equal Opportunity Employer, and all qualified bidders will not be discriminated
against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned into this office by March 15, 2016, 5:00 pm.
Sincerely,
Clinton M. Rhoads
Project Manager/Estimator
Mindy Rhoads
From: Mindy Rhoads
Sent: Thursday, March 9, 2017 1:14 PM
To: '3192368177@myfax.com'
Attachments: Waterloo Subcontractor letter-Culpepper.doc
Mindy Rhoads
Minturn, Inc.
641-481-0497
641-843-7256 Fax
Clinton Rhoads
From: Kent Gruber <kent@AllAccessRigging.com>
Sent: Thursday, March 16, 2017 8:00 AM
To: Clinton Rhoads
Subject: Re: Invitation to bid - Waterloo 4th Street Bridge Canopy Repairs
Clint -
Below are the prices for the rental, engineering, installation, and removal of the SafeSpan:
Rental (4 months) and Installation $126,680.00. Install w take approx 7 days. Includes (1) IA PR stamp w drawings.
Removal- $12,998.00
Freight to and from job site is included.
I'll type up a formal quote for you later this morning.
All Access is a registered DBE in Iowa, if you need minority participation.
Kent
Sent from my iPhone
On Mar 15, 2017, at 5:03 PM, Clinton Rhoads <clintr@minturninc.com> wrote:
No it isn't.
Clint Rhoads
641-481-5420
From: Kent Gruber[mailto:kent@AIIAccessRigging.com]
Sent: Wednesday, March 15, 2017 3:59 PM
To: Clinton Rhoads <clintr@minturninc.com>
Subject: Re: Invitation to bid - Waterloo 4th Street Bridge Canopy Repairs
Clint — is this a prevailing wage project? I can pull the wages for the county if it is.
<image002.png>
Always Accessible_ Always Safe.
WBE I DBE Certified Contrac'or
Kent M. Gruber National Sales and Marketing Director
1
From: Estimating
Sent: Thursday, March 9, 2017 10:57 AM
Subject: Invitation to bid - Waterloo 4th Street Bridge Canopy Repairs
Invitation to Bid
Minturn, Inc. is requesting bids from subcontractors and material suppliers for the following
project:
Project: FY 2017 4th Street Bridge Canopy Repairs
Location: Waterloo, Iowa
Bid Date: March 16th, 2017 at 1:00 PM
Architect/Engineer: AECOM
Minturn Estimator: Clint Rhoads
Phone: 641-455-0331
Fax: 641-843-7256
Email:estimatinq@minturninc,com
Project Description: Work includes removal and replacement of the existing expansion device
at each abutment, concrete wing repair, surface patching the concrete barrier rail and sidewalk,
patching corroded areas of the steel canopy, canopy handrail modification, replacing canopy
lighting and circuits, sandblasting and painting the steel canopy, and Lexan polycarbonate
window removal and reinstallation, with an option to replace. This work will take place on the 4th
Street Bridge over the Cedar River in Waterloo, Iowa.
Instructions to Bidders: Plans can be obtained through iSqFt, Minturn, Inc.'s online
planrooms at the links provided below, from the City of Waterloo, or by request from Minturn,
Inc. Plans are available for viewing in our office and in the plan rooms.
Minturn, Inc. online planroom:
https://minturn-
my.sharepoint.com/personal/clintr minturninc com/ layouts/15/questaccess.aspx?folderid=174
1e950b3c2e4502a2a7c2a213432b4e&authkey=AV1gf9bK-
Oo9IusNIUSQAHE&expiration=2017-03-23T16%3a05%3a41.000Z
Bids can be faxed (641-843-7256) or emailed (estimatin•(Wminturninc.com).
A response with your intentions will be appreciated. Please indicate the scope of work you
intend to bid.
Minturn, Inc.
PO Box 369
Brooklyn, IA 52211
641-455-0331
641-843-7256 (Fax)
estimatinq(a minturninc.com
3
DBE Directory Listing
Firm Name: All Access Rigging Co. Phone: 412-877-9660 Date Certified: 05/27/2016
Owner: Amy Guzma Cell:412-877-9660 TSB Certified: False
Address: 2511 Brodhead Road Fax: 866-491-2140 SBA 8A Certified: False
Address coned: Email:
City: Aliquippa State: PA Zip: 15001 ACDBE: False
Web Site: www.allaccessrigging.com Ethnicity: Caucasian
Additional Info: Certification Type: WBE
NAICS Codes: 238990, 541330
Work Type: Provides access to infrastructures for inspection and repair purposes. Also provides maintenance
and protection of traffic services and bridge washing.
Page 1 of 1
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 contractors, 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.
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 contractor, 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,
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 910 EOC-1 of 2
AECOM #60333086 FY 2017-4t Street Bridge Canopy Repairs
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)
Jut -
(Title)
WvL vC1n 110,U11
(Date)
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 910 EOC-2 of 2
AECOM #60333086 FY 20174th Street Bridge Canopy Repairs
PROPOSAL
TMI Coatings, Inc.
3291 Terminal Drive, St. Paul, Minnesota 55121-1610 Phone: 651-452-6100 Fax: 651-452-0598
Painting & Restoration Contractors
Minturn, Inc
309 N Orchard St,
Brooklyn IA 52211
Attn: Clint Rhoads
Phone: 651-481-5420
Email:
estimating@minturnine.com
minturnine.com
NOTE: This proposal may be withdrawn by
us if not accepted within 30 days.
Date: March 16, 2017
City of Waterloo, Iowa — F.Y. 2017 Repairs, 41h Street Canopy Repairs Contract No. 910
TMI Coatings, Inc. a WBE contractor proposes to complete the following bid items:
Item
No.
12
13
14
15
16
19
Ref No
2508-0804000
2508-0805000
2508-9700000
2508-0990000
2508-0991000
2533-4980005
Description
Bridge Cleaning For Painting
Blast Cleaning of Structural Steel
Containment
Paint Waste Transport and Disposal
Painting of Structural Steel
Mobilization
Unit
LS
LS
LS
LS
LS
LS
Est.
Qty.
1.00
1.00
1.00
1.00
1.00
1.00
Unit Bid Price Total Bid Price
$ 20,000.00 $ 20,000.00
$ 535,000.00 $ 535,000.00
$ 365,000.00 $
$ 46,000.00 $
$ 548,500.00 $
$ 40,000.00 $
Bid Item Total $
365,000.00
46,000.00
548,500.00
40,000.00
1,554,500.00
Notes:
1. Areas of steel repair uncovered and repaired after initial blast cleaning will result in an additional charge.
2. All Lexan panels and steel frame brackets to be removed by others prior to blast cleaning (includes
sections where Lexan panels are currently in place and sections where they have been removed).
3. Lexan panel steel frame brackets to be blast cleaned & coated & installed by others. Lexan panels to be
installed upon completion of structural steel painting. Paint touch-up of any damage by others.
4. TMI Coatings to utilize prime contractor installed Safe Span / Quick Deck platform system as part of TMI
Coatings installed canopy containment.
5. Excludes: caulking, taxes, bond.
6. All items tied.
Encl: WBE cert, Reference List
ACCEPTANCE
The undersigned hereby accepts TMI's proposal and authorizes TMI to furnish all materials and labor required to complete the work set
forth in the proposal pursuant to the proposal terms and conditions set forth on the reverse side hereof, for which we agree to pay you the
amount set forth in the proposal. If the proposal terms and conditions set forth on the reverse side hereof were not provided with
transmission of TMI's proposal by facsimile, mail or email, the undersigned agrees to request a copy of the proposal terns and conditions
before signing below. The undersigned agrees to be bound by the proposal terms and conditions set forth on the reverse side hereof
regardless of whether the undersigned requested a copy or read them before signing below.
Accepted: Date
By By
Respectfully,
TMI Coatings, Inc.
/
i
Title Title Russ Heifner, Estimator/Project Manager
Customer
Sign and return copy. Retain original for your files.
WBENCWomen's Business Enterprise
National Council
hereby grants
ona1 Women's Business Enterprise Certification
N to
TMI Coatings, Inc
who has successfully met WBENC's standards as a Women's Business Enterprise (WBE).
This certification affirms the business is woman -owned, operated and controlled; and is valid through the date herein.
WBENC National WBE Certification was processed and validated by Women's
Business Development Center— Chicago, a WBENC Regional Partner Organization.
Certification Granted: 06/22/2007
Expiration Date: 06/30/2017 %(,P�tc,c..o
WBENC National Certification Number: 2005108497
NAICS Codes: 238320
UNSPSC Codes: 82151501
w_t2
BUSIf1esS
COUNCIL.
Authorized by Emilia DiMenco, President & CEO
Women's Business Development Center — Chicago
WBEC
,aBEC
a;1,*, WOMEN.S
'era BUSINESS
W. DEVELOPMENT
CENTER
of
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Minturn, Inc.
as Principal, and Merchants National Bonding, Inc.
as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called
"OWNER." In the penal sum
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 16th day of March
, 20 17 , for FY 2017 4th Street Bridge Canopy Repairs; Contract No. 910
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 pres-
ents to be signed by their proper officers this 16th day of March , A.D. 2017.
Minturn, Inc. (Seal)
Principal
71
Q%
Witness
BID BOND
AECOM #60333086
By
C linVn ►M • e -11,t roti ; ?ve%CIL n h'
Merchants National Bonding, Inc. (seal)
Surety
By
Att
t Abig.il R. ohr
CONTRACT NO. 910 BB -1 of 1
FY 2017 -4th Street Bridge Canopy Repairs
MERCHANTS
BONDING COMPANY,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint,
individually,
Abigail R Mohr; Jennifer Keislar; John R Fay; Kent M Rosenberg; Lauri Meneough; Mat
DeGroote; Matthew R Fay; Michael L McCoy
their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings
and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of:
FIFTEEN MILLION ($15,000,000.00) DOLLARS
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the
Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants
National Bonding, Inc., on October 24, 2011.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of
Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed"
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and
construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida
Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company
of any of its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 20th day of January , 2017 .
n„p
' 9
/62,
`
,oap'� R C Q0\
•�oa•o�i1/4p,0,4,•..- .
•z: ,3
}. 2003 •
r.�' yj 1933 :• y
,.......... :ci`,.• ..4' ...\�d:
STATE OF IOWA '„,,,,��� ��„qP'"� ....
COUNTY OF Dallas ss. President
On this 20th day of January , 2017 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that
he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed
to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the
Companies by authority of their respective Boards of Directors.
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
7/711
WENDY WOODY
Commission Number 784654
My Commission Expires
June 20, 2017
Notary Punkc,, RoJk County, Iowa
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 16th day of
POA 0014 (6/15)
.**O.0P0 O..j...
;40. OF 94 • yc
-0-rn3
:a'• 1933 :
'~•
March , 2017 .
�,
Secretary