HomeMy WebLinkAboutBaker Concrete and ExcavatingFORM OF BID OR PROPOSAL
F.Y. 2018 SINK CREEK CHANNEL CLEANOUT AND SHAPING
CONTRACT NO. 924
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: 13,.V-tr E,.{c,.p,-;5tsv
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 F.Y. 2018 SINK CREEK CHANNEL CLEANOUT
AND SHAPING, CONTRACT NO. 924, 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 SINK CREEK CHANNEL CLEANOUT AND SHAPING
Item
No. o.
Description
Unit
Est. Qty.
Unit Bid Price
Total Bid Price
1
Clearing and Grubbing
ACRE
2.5
$ `'{So0. vJ
$ 1k t2. 50.00
2
Excavation, Class 10, Channel
CY
2000.0
$ , 00
$ 3 fo' Doo .. oo
3
Topsoil, Strip, Salvage and Spread
CY
1000.0
$ `Z, 00
$ '2, 000 . oo
4
Topsoil, Furnish and Spread
CY
500.0
$ Z b 00
$ 1310oo,00
5
Stabilized Construction Areas, Class A Crushed
Stone
TON
350.0
$ 35.00
$ iz12.50.00
6
Aprons, Concrete, 18 -In. Dia.
EACH
1.0
$ i t 50. 00
$ +, is 40.00
Storm Sewer Gravity Main, Trenched, Reinforced
Concrete Pipe (RCP), 2000D (Class 111), 18 -In.
LF
138.0
$ 55 •00
$ -7, S4o,00
8
RCP Apron Section Footing
EACH
1.0
$ -? 00.00
$ —700 00
9
Engineering Fabric
SY
1150.0
$ Z, 00
$ Z, 3 0c> .00
10
Fence, Field
LF
150.0
$ '2.0,
$ 1% goo. 00
11
Gate, Field Fence, 16 -Ft
EACH
1.0
$ -75o ,00
$ Z5.0,o0
12
Removal of Fence, Field
LF
150.0
$ 5 , yo
$ —75 0 . ao
FORM OF BID
AECOM #60485896
CONTRACT NO. 924
FB -1 of 3
FY 2018 -Sink Creek Channel Cleanout & Shaping
item
No.
Description
Unit
Est. Qty.
Unit Bid Price
Total Bid Price
13
Mobilization
LS
1.0
$ lig Qo
$17,00.00
14
Seeding and Fertilizing (Urban)
ACRE
3.5
$ Z , top coo
$ 7 3.So- cn
15
Slope and Channel Protection, Wood Excelsior Mat
SQ
935.0
$ k 1 O0
$ t5, 8 Q S. 00
TOTAL BASE BID
$ Z9 '?g S . oo
ALTERNATE BID ITEMS
16
Turf Reinforcement Mat, Type 2
SQ
426.0
$ 2 $ .,o
$ 3-7,488.00
TOTAL ALTERNATE BID
$ 3 it .-R8 ,o
TOTAL BASE BID + ALTERNATE BID
$ t 0 1 2.13.00
2. It is the City of Waterloo's intention to evaluate the bids, reviewing both the Base Bid and the
Alternate Bid. The City of Waterloo reserves the right to award the contract based on the Base Bid
only or the Base Bid plus Alternate Bid.
3. 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.
4. 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.
5. Security in the sum of F \)4_ Fey-ce•.t oc• P v'o . k ai d
($ 5� ) in the form of gid gond
accordance with the INSTRUCTIONS TO BIDDERS.
6. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
Dollars
, is submitted herewith in
7. Attached hereto is a Resident Bidder Certification ( X ), or Non -Resident Bidder Certification
( ). (Mark one.)
8. The bidder is prepared to submit a financial and experience statement upon request.
9. 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.
10. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date Hs/ 11
FORM OF BID
CONTRACT NO. 924 FB -2 of 3
AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping
11. 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.
12. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"
or "NA".
13. The bidder has attached all applicable forms.
14. 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.
-&a% cY Ei. itrtor i SSS la It (1'1
(Name of Bidder) (Date)
BY: Title
Official Address: (Including Zip Code):
2. 2.o E Af
?rpt, ct M`Vv., Cr
UJavt�`1 % TA So (off 1
I.R.S. No. '-{Z -ISa-1`{c1Z
FORM OF BID CONTRACT NO. 924 FB -3 of 3
AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME:
ADDRESS:
�w lt.cf etA t i tj ThC .
2 Z o3 E QYerA•+:Y Rut. -
Wwv`w� r IA
(Check One) PRIME X
FEDERAL ID#:
SO (.1-1
SUBCONTRACTOR
PROJECT NAME: Fssi 2
PROJECT CONTRACT NO.: °I z'-1
DESCRIPTION OF WORK:
• Brickwork
i� Carpentry
-! Concrete
Drywall -Plaster -Insulation
1 Electrical
K. Excavation/Grading
ri Flooring
LA Heavy Construction
- 1I Heating -Ventilating -Air Cond.
SALES TAX EXEMPTION
AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping
1 Landscaping
Li Painting
1 Paving
Plumbing
1 Roofing -Siding -Sheet Metal
1 Windows
_I Wrecking -Demolition
Other (Please specify)
CONTRACT NO. 924 STE-1 of 1
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of `2WQ` )
)ss
County of Fkrh'1 e/1-. )
(Lei /gem, , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of Eel, Dr7 Ii,2 ie.
, the Bidder that has submitted the attached Bid; db.� ia- &Jeaef., aaiir.1
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)
r oaa tk 1•40-651
Title
Subscribed and sworn to before me this i02 day of t etbbLti , 2017.
Md44
Title
My commission expires 3! �r
NON -COLLUSION AFFIDAVIT CONTRACT NO. 924
AECOM #60485896 FY 2018 Sink Creek Channel Cleanout & Shaping
NCA -1 of 2
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: °l2 `it
PROJECT NAME: F`CAR 5-,n)1... Cr -404. C1b,,wul c*
DATE OF LETTING: IollZ 1 l"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.
RESIDENT BIDDER
COMPANY NAME
B,r1C.e.,r Ee.kaiee .g.ces, C .
CORPORATE OFFICER
TITLE
DATE to�t2 f t�
CONTRACT NO. 924 RB -2 of 3
AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: LV --LA- s-ec, . Project: CL -..Ne`
Letting Date: lottzll1
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:
VA.`.*1 Cr
Date: 1010-111
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
MBE/WBE 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
I std; t•Luk Ste -1
t t'I tt (l Z
\[ tS'
—
��es
%. 6,d-2Vt(x.•00
R tke,--,� c 3I -1I oho .00
(Form CCO-4) Rev. 06-20-02
MBENVBE PARTICIPATION
AECOM # 60485896
CONTRACT NO. 924
M-6 of 6
FY 2018 -Sink Creek Channel Cleanout & Shaping
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Baker Enterprises, 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 the Bid Submitted ---
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, fin-nly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the 12th day of October
, 2017 , for FY 2018 Sink Creek Channel Cleanout and Shaping, Contract No. 924
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 fumish 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 11th day of October , A.D. 2017
Baker Enterprises, Inc.
Principal
By
y?.M.
(Seal)
.41 North Ame ' . - Specialty Insurance Compar�eal)
Ali! ow /li/ _ 6-/i
Witness Dione R. Youn
/
rely
///111n/
��ArA//" r - -Ii--
Anne Crowner
(Title)
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
WESTPORT INSURANCE CORPORATION
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 Overland Park, Kansas 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 Overland
Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of
Overland Park, Kansas each does hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER,
'FIM McCULLOH„ STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY 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: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of North American Specialty Insurance Company and Washington Tntemational Insurance Company at meetings duly called and held
on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of thein
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
\uuuaiojn»vK/
cA'rif TtONAL
204.
aµPRq
N
By6gRb»G�
pA.p L 0.. � SEAL ith Steven P. Anderson, Senior Vice Res dent of Washington International Insurance Con
pmry
If gi SEAL 30 & Senior Vice President ofNorth American specialty Insurance Company
W . -1S,J 4, p F EZ.1:419454",;.••
r, in &Senior Vice President of qostpaumsnrance Corpm alien
:At.
//AMP :b.$° a `tf^� �o By
'//! N j} heAA ALke.4.Ito, Senior Vice President of Washington International Insurance Company
///4 h1f1\\\\ Immlul o1,1+
& Seldom Vice President of Forth American Specialty Insurance Company
& Senior Vim President ofwestporl 1ns1manm Cmpmation
IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport
Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this
this 17 day of August 20 17 .
State of Illinois
County of Cook
On this 17 day of
ss:
August
North American Specialty Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
, 20 17, 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 Senior Vice President of
Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to one, who
being by ine 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
M KENNY
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES 12104/2017
V
M. Kenny, Notary Public
I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington
international Insurance Company and Westport Insurance Corporation 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, Washington international Insurance Company and Westport Insurance
Corporation which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies thisl lth day of October , 2017
Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International insurance Company &
Norah American Specialty Insurance Company& Vice Pmsidcnt & Assistant Secretary of Westport Insurance Corporation
COacwete & F.xoavatiag
Pd Box 277
2203 Gast Biomes Ave.
Waverly, 7OWa 50672
BID SECURITY FOR:
FY 2018 SINK CREEK CHANNEL CLEANOUT
CONTRACT NO. 924
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO, IA 50703
COncrate Az Excayatizag
PO Box 277
2203 t'agt Brews Ave.
Warmly, Iowa 60677
BID PROPOSAL FOR:
FY 2018 SINK CREEK CHANNEL CLEANOUT
CONTRACT NO. 924
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO, IA 50703