HomeMy WebLinkAboutVieth ConstructionFORM OF BID OR PROPOSAL
BUS STOP ADA IMPROVEMENTS
CONTRACT NO. 937
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1, The undersigned, being a Corporation existing under the laws of the State of
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 BUS STOP ADA IMPROVEMENTS, CONTRACT
NO. 937, all in accordance with the above -listed documents and for the unit prices for work in place
for the following items and quantities:
BUS STOP ADA IMPROVEMENTS
CONTRACT NO. 937
Item'.
.No. a
item'Code
:. .•
� f ,,z r
Description
Untt
,.
Est. City.
Unit Bids
,,, :,,
Total BidPnce
DIVISION 2
1
2010-108-A-10
CLEARING AND GRUBBING
Unit
14.0
$ 7v -
$ 9 L ,J
2
2010-108-D-10
TOPSOIL, ON SITE
CY
77.8
$ /,3 "
$ /p , J 6 ¢-
3
2010-108-0-11
TOPSOIL, OFF SITE
CY
12.1
$ 3'6(..., -
$ . 2 ) (:
4
2010-108-E-10
EXCAVATION, CLASS 10, WASTE
CY
17.8
$ 3 g 6 -
$ ‘ .7 (a 0- -
5
2010-108-E-11
EXCAVATION, CLASS 13, WASTE
CY
3:5
$ 3 2 6 -
$ / / L o -
DIVISION 6
6
6010-108-E-10
MANHOLE ADJUSTMENT, MINOR
EACH
4.0
$ `, -
$ ZUvv
DIVISION 7
7
7010-108-A-10
6 -INCH PCC PAVEMENT
SY
370 6
$ 7.. -
Er.
$ 28,964, '!
8
7010-108-J-10
GRANULAR SURFACING
TON
14.1
$ Zi� ~
$ 2,9 6 / --
9
7030-108-A-10
REMOVAL OF SIDEWALK
SY
281 8
$ 30 -
$ 8 ¢ ,s-¢
10
7030-108-A-11
REMOVAL OF SHARED USE PATH
SY
99 2
$ 6.3
$ ( L s 9 -
FORM OF BID
AECOM #60503942
CONTRACT NO. 937
FB -1 of 4
Bus Stop ADA Improvements -Waterloo
Item :
, •
IteniCode.
Description
Unit
Est Qty.
Unit Bid ,.:
Price .
Total Bid Price,
11
7030-108-B-10
REMOVAL OF CURB
LF
42.0
$ 2 C
$ / .- / C -
12
7030-108-C-10
5 -INCH PCC SHARED USE PATH
SY
99.0
$ i- -
$ ye 7 5-2_
13
7030-108-D-10
SPECIAL SUBGRADE PREPARATION
SHARED USE PATHS
SY
139.1
$ /lam -
$ /3 9/ -FOR
14
7030-108-E-10
SIDEWALK, PCC, 4 -INCH
SY
377.7
$ ?- f
bCJ
$ ZU j 9,3
15
7030-108-E-11
SIDEWALK, PCC, 6 -INCH
SY
59.0
$ / 1. v
$ -7.5-.5-2.
16
7030-108-E-11
SIDEWALK CURB
LF
75.9
$ i G
$ 2 /25.- —
17
7030-108-0-10
DETECTABLE WARNINGS
SF
106.0
$-c,. "
$ ¢Z 9-) -
18
7040-108-A-10
FULL -DEPTH PATCHES
SY
22.7
$ / c.
$ f4Q 6. 6 -
DIVISION 8
19
2528-8445110
TRAFFIC CONTROL
LS
1.00
$ 6'j60 -
$ L ,ca -c)
20
2524-6765010
REMOVE AND REINSTALL SIGN AS
PER PLAN
EACH
3.0
$$
/ L S'
21
2524-6765110
REMOVAL OF TYPE A SIGN
EACH
3.0
$ /2_3- -
$ 37s— -
DIVISION 9
9010-108-B-10
HYDRAULIC SEEDING, SEEDING,..SZ)22
FERTILIZING AND MULCH, TYPE 1
(PERMANENT LAWN MIX)
SF
9,415.0
$ % -S-c-)$
/ /ZL .._-
23
9040-108-F-10
WATTLES, 9 -INCH DIAMETER
LF
1,490,0
$ 3 S'
$ 6—z/3—
24
9040-108-F-20
WATTLES, REMOVAL
LF
1,500.0
$ /
$ /SCJV -
25
9040-108-T-10
INSTALLATION OF OPEN -THROAT
CURB INTAKE SEDIMENT FILTER
LF
57.0
$ � j
/Z7��
$ -
26
9040-108 T-20
MAINTENANCE OF OPEN -THROAT
CURB INTAKE SEDIMENT FILTER
EACH
8 0
$ ,,,'L S
$ /U c✓u
27
9040 108-T-30
REMOVAL OF OPEN -THROAT CURB
INTAKE SEDIMENT FILTER
EACH
8 0
$ /$
2 S
/ c} 0f
DIVISION 11
28
11010-108-A-10
CONSTRUCTION STAKING
LS
1.0
$ C,,, Gc,
$ 9S ./U -
29
11020-108-A-10
MOBILIZATION
LS
1 0
$ /9 4,�
$ /'9 ;� pj%
TOTAL BID
-
$ /c� / 9C% '3c
/lr�'
FORM OF BID
AECOM #60503942
CONTRACT NO. 937
FB -2 of 4
Bus Stop ADA improvements -Waterloo
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.
{_ -) )�
4. Security in the sum of ' Dollars
($) in the form of i?,,, %) , y ., , 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 ( �- ), 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. r Date
10, The bidder shall list the MBEIWBE 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. 937
AECOM #60503942
F8-3 of 4
Bus Stop ADA Improvements -Waterloo
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 limitation NSTRUC f ION CORP.
I I 6419 NORDIC DR.
CEDAR FALLS, IA 50613
(Name of Bidder)
BY: V�� Title J
Official Address: (Including Zip Code):
VIETH CONSTRUCTION CORP.
6419 NOF -DIC DR.
CEDAR FALLS, lA 50613
&l<v/7
(Date) ////
I.R.S. No. -CJ J -C J 7
FORM OF BID CONTRACT NO, 937 FB -4 of 4
AECOM #60503942 Bus Stop ADA Improvements -Waterloo
CONTRACT NO:
RESIDENT BIDDER CERTIFICATION
PROJECT NAME: 4 LG S S rz)-L—
DATE OF LETTING: b <L'/l )
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.
hereby certify that I am a resident bidder as defin d above.
VIETH CONSTRUCTION COW
6419 NOf)tt
COMPANY NAME NAME CEDAR fAUU ,
CORPORATE OFFICER
TITLE P‘-5
DATE sfly/!
RESIDENT BIDDER CONTRACT NO. 937 RB -2 of 3
AECOM #60503942 Bus Stop ADA Improvements -Waterloo
MBENVBE BUSINESS ENTERPRISE
VIETH CONS- RUC. P KM T2e-3ID CONTACT INFORMATION FORM
Prime Contractor Name: C, rii� !A 50613 Project: Letting Date:
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 feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form. Ale.? /r . Q/ /4> 3 6 /,a5 v":- •
Contractor Signature: /� C� e Title: PeS' Date: g/Gci! e/ 2
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 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
MBEIWBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
74% N�h-Si-7
773 / 2
?(ii/)
N"
7/3 `( 2
773/4 2
.
ti—,
U
C c.G2 <<J i7. -i•
to el C<<
7(3 /7/2
tip,
2/3 e// 7Ai,._.
(Form CC0-4) Rev. 06-20-02
MBENVBE PARTICIPATION
AECOM # 60503942
CONTRACT NO. 937
M-6 of 7
Bus Stop ADA Improvements -Waterloo
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of ---14;‘)
ss
County of "tI
L ` 7''vy 1/4/c-/-21-being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of V/' -129
, 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, employees, or parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me this / day of LCCA , 2017.
My commission expires
Tit
1,,,0"" •. KARI LYNN JANSEN
COMMISSION NO.777490
" MY COMMISSION EXPIRES
'w'. MARCH 1512019
NON -COLLUSION AFFIDAVIT CONTRACT NO. 937 NCA -1 of 2
AECOM #60503942 Bus Stop ADA Improvements -Waterloo
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME:
ADDRESS:
VIETH CONSTRUCTION CORP
t)41J NORD{C DR.
CEDAR FALLS, IA 50613
(Check One) PRIME
FEDERAL ID#:
SUBCONTRACTOR
d - - G ,s--6 lu /
PROJECT NAME:
/9)10,1-
PROJECT
9) e,,
PROJECT CONTRACT NO.:
DESCRIPTION OF WORK:
93
G Brickwork
[! Carpentry
O Concrete
D Drywall -Plaster -Insulation
O Electrical
Excavation/Grading
O Flooring
• Heavy Construction
❑ Heating -Ventilating -Air Cond.
SALES TAX EXEMPTION
O Landscaping
O Painting
O Paving
O Plumbing
O Roofing -Siding -Sheet Metal
0 Windows
O Wrecking -Demolition
O Other (Please specify)
0
CONTRACT NO 937 STE-1 of 1
AECOM #160503942 Bus Stop ADA Improvements -Waterloo
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Vieth Construction Corporation
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 the Bid Amount ---
Dollars ($ ---5%--- ) lawful money of the United States, for the payment of which
sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the
Principal has submitted the accompanying bid dated the 10th day of August
, 2017 , for Bus Stop ADA Improvements, Contract No. 937
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 1st day of August , A.D. 2017.
Witness
BID BOND
AECOM #60503942
Vieth Construction Corporation (Seal)
Principal
By
(Title)
North American Specialty Insurance CompanXSeaI)
Suret
)c�J
Attorney-in-fact
CONTRACT NO. 937 BB -1 of 1
Bus Stop ADA Improvements -Waterloo
NAS SURETY CROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, TI -IAT Ninth American Specialty Insurance Company, a corporation duly organized and existing under
Lams 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 orrice 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 NIcCULLOH, STACY VENN, LACEY CRAMBLIT and DIONE R. YOUNG
JOIN'T'LY 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 9"' 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."
`JPP\CIY� gp
IAI
*,2
OPPOgq .gqr
SEAL 'Ira_
19730111111100
: n
<
By
Steven P. AffilerS1111, Senior Vice rreslarnt nnrasalul9ull International Illsnrance (Int
& Senior Vice Resident or Knrtl, Alm nam Specialty Insurance Company
Byl"/
dtidmel A. Ito, Sealer Vire President ur \ as miglun 6Vvl'nxtinilxl Ir un nre Compuin'
& senior Vice President of North Anunirnn Specially 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 this 8(11 day of September , 2015
State of Illinois
County of Cook
SS:
North American Specialty Insurance Company
Washington International Insurance Company
On this 801 day of September , 2015 , before me, a Notary Public personally appeared Steven P. Anderson Senior Vicc President of
Washington International Insurance Company and Senior Vicc President of North American Specially Insurance Company and Michael A. Ito
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company, personally known to me, who being by me duly sworn, acknowledged that they signed 1110 above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M KENNY
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES 12/01)2017
ou,n-vr,tli
I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specially Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a Iruc 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 thislst day of August
, 2017
Jernes, Guldae
Wad ton Internam'
Via President & Assismnl secremry of
mmm�ce Company S NneL American Specialty It
Company