Loading...
HomeMy WebLinkAboutTrans-Iowa Equipment Inc-8/16/2010PROPOSAL FORM AIP Project 3-19-0094-37 TO: City of Waterloo, Iowa 715 Mulberry Street Waterloo, IA 50703 The undersigned, in compliance with the request for bids for furnishing the following Equipment Snow Removal Ectuipment LSRE) (Carrier Vehicle with Front -Mounted Sweeper) hereby proposes to fumish all necessary labor, permits, material, machinery, tools, supplies and equipment to faithfully perform all work required for furnishing the equipment identified below in strict accordance with the project documents and all issued Addenda within the specified time of performance for the unit prices stated below: BID SCHEDULE Bid Item Specification Reference and Item Description 1 High -Speed 4x4 Vehicle Quantity Unit Unit Price Extension 1 LS $f,. �. $3546&A. S'ZL 2 20 -foot Snow Sweeper Mounted on Front of Vehide 1 LS $J1346m11E2_ W aro . ._ TOTAL BASE BID (Numeral Format) TOTAL BASE BID (Written Format): R . ♦ I,.. B 4 L $ _5735,,I) 0 QC ACKNOWLEDGEMENTS BY BIDDER a. The Waterloo Airport Board will select the lowest responsive proposal based on the lowest total bid submitted. A bid is required with respect to all items of the Bid. Failure to submit a bid with respect to one or more of the items will cause the bid to be rejected as not responsible. b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the documents identified within the Instructions -to -Bidders. The BIDDER further acknowledges that each of the individual documents that comprise the Bid Documents are complementary to one another and together establish the complete terms, conditions and obligations of the successful BIDDER. c. As evidence of good faith in submitting this proposal, the undersigned encloses a bid guaranty in the form of a certified check or bid bond in the amount of 5% of the bid price. The BIDDER acknowledges and accepts that refusal or failure to accept award and execute a contract within the terms and conditions established herein will result in forfeiture of the bid guaranty to the owner as a liquidated damage. d. The BIDDER acknowledges and accepts the OWNER'S right to reject any or all bids and to waive any minor informality in any Bid or solicitation procedure. e. The BIDDER acknowledges and accepts the OWNER'S right to hold all Proposals for purposes of review and evaluation and not issue a notice -of -award for a period not to exceed 60 calendar days from the stated date for receipt of bids. During this evaluation period, the BIDDER agrees to honor the stated price(s) without any adjustment. f. The undersigned agrees that upon written notice of award of contract, he or she will execute the contract within fifteen (15) days of the notice -of -award and furthermore and provide executed payment and AECOM Project No. 60148316 PF -1 Snow Removal Equipment (Carrier Vehide with Front -Mounted Sweeper) Waterloo Regional Airport g• performance bonds within fifteen (15) days from the date of contract execution. The undersigned accepts that failure to execute the contract and provide the required bonds within the stated timeframe shall result in forfeiture of the bid guaranty to the owner as a liquidated damage. Time of Performance: By submittal of this proposal, the undersigned acknowledges and agrees to commence work within ten (10) calendar days of the date specified in the written "Notice -to -Proceed" as issued by the OWNER. The undersigned further agrees to complete the Project within 150 Calendar/Work days from the commencement date specified in the Notice -to -Proceed or Purchase Order. h. The undersigned acknowledges and accepts that for each and every CalendariWorking day the project remains incomplete beyond the contract time of performance, the Contractor shall pay the non -penal amount of $100.00 per Calendar/Working day as a liquidated damage to the OWNER. i. The BIDDER acknowledges that the OWNER has established a contract Disadvantaged Business Enterprise goal .of 0% for this project The BIDDER acknowledges and accepts the requirement to apply and document good faith efforts, as defined in Appendix A, 49 CFR Part 26, for subcontracting a portion of the prime contract to certified Disadvantaged Business Enterprises (DBE), as defined in 49 CFR Part 26 for purposes of meeting the OWNER'S established goal. The BIDDER, in complying with this requirement, proposes participation by Disadvantaged Business Enterprises as stated on the attached forms, "Utilization Statement° and "Letter of Intent". j• The undersigned acknowledges receipt of the following addenda: Addendum Number dated CIA J/ZoiO Received 6/2fA0la Addendum Number _ dated Received Addendum Number dated Received REPRESENTATIONS BY BIDDER By submittal of a proposal (bid), the BIDDER represents the following: a. The BIDDER has read and thoroughly examined the bid documents including all authorized addenda. b. The BIDDER has a complete understanding of the terms and conditions required for the satisfactory performance of project work. c. The BIDDER has found no errors, conflicts, ambiguities or omissions in the project documents, except as previously submitted in writing to the owner that would affect cost, progress or performance of the work. d. The BIDDER is familiar with all applicable Federal, State and local laws, rules and regulations pertaining to execution of the contract and the project work. e. The BIDDER has complied with all requirements of these instructions and the associated project documents. CERTIFICATIONS BY BIDDER a. The undersigned hereby declares and certifies that the only parties interested in this proposal are named herein and that this proposal is made without collusion with any other person, firm or corporation. The undersigned further certifies that no member, officer or agent of OWNER'S has direct or indirect financial interest in this proposal. b. Certification of Non -Segregated Facilities: (41 CFR Part 60-1.8) The BIDDER, as a potential federally -assisted contractor, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies that it will not maintain or provide, for its employees, 'segregated AECOM Project No. 60148316 PF -2 Snow Removal Equipment (Carrier Vehide with Front -Mounted Sweeper) Waterloo Regional Airport facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, which is to be incorporated in the contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. c. Trade Restriction Certification: (49 CFR Part 30) The Bidder, by submission of an offer certifies that it: 1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); 2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; 3. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. d. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion: (49 CFR Part 29) The Bidder certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. e. Buy American Certification: (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidders must complete the Buy American certification that is attached to this proposal form. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as the low bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. ATTACHMENTS TO THIS BID The following documents are attached to and made a part of this Bid: 1. Bid Guaranty in the form of 5/g 2. Completed DBE forms "Utilization Statement" and "Letter of Intent". 3. Buy America Certification. 4. Evidence of good faith efforts required by 49 CFR Part 26, Appendix A. If proposed DBE goal is met, submittal of evidence of good faith efforts is not required. AECOM Project No. 60148316 PF -3 Snow Removal Equipment (Carrier Vehicle with Front -Mounted Sweeper) Waterloo Regional Airport 5. Evidence of BIDDER'S qualifications per the requirements of the Instructions -to -Bidders. SIGNATURE OF BIDDER IF AN INDIVIDUAL: Name: By: (Signature of Individual) Doing Business as: Business Address: Telephone Number. IF A CORPORATION: Corporation Name: By: (Authorized Signature) (Attach Evidence ofAuthorityto sign) Name and Title: �rLc I�rr v� fps 'Non iv' Business Address: 4G,cyi SE_ e..TG C.iawAi tin e SD Oa( Telephone Number: ,57.9-428,— ATTEST: tS-428i!— ATTEST: By: Name and Title: (Authorized Signature) IF A JOINT VENTURE: (Attach copy of Joint Venture Agreement) Joint Venture Name: By: (Authorized Signature) (Attach Evidence of Authority to sign) Name and Title: Business Address: Telephone Number: Joint Venture Name: By: (Authorized Signature) (Attach Evidence of Authority to sign)• Name and Title: Business Address: Telephone Number: (CORPORATESEAL) AECOM Project No. 60148316 PF -4 Snow Removal Equipment (Carrier Vehicle with Front -Mounted Sweeper) Waterloo Regional Airport