Loading...
HomeMy WebLinkAboutIowa Bridge and Culvert• t id Enclosed: hursday, December 12, 2019 @ 1:00 p.m. roject: FY 2020 Virden Creek Levee Improvements ity of Waterloo, IA Iowa Bridge & Culvert, LC P.O Box13 409 N. Avenue B Washington, IA 52353 TO: City Clerk/Auditor of the City of Waterloo 715 Mulberry Street Waterloo, IA 50703 • 1 n u -I O c a. L) CD n CD 3 CT CD N 0 O 3 0 CD rD -< PV O O N O O D a rD CD CD r CD CD CD 3 CD 3 CD r+ 0 D 0 1.awls A aq 0 0 0 0 0 CO cn z °.0: oz0 CO 0 Ai - D � X C7 Ut CD CA W C o Wrim r n id Enclosed: hursday, December 12, 2019 @ 1:00 p.m. roject: FY 2020 Virden Creek Levee Improvements ity of Waterloo, IA Iowa Bridge & Culvert, LC P.O Box 13 409 N. Avenue B Washington, IA 52353 TO: City Clerk/Auditor of the City of Waterloo 715 Mulberry Street Waterloo, IA 50703 _ _ .r.,. . 4 .. 4.T l _ _ i • Revised Per Addendum No. 2 - 12/9/2019 FORM OF BID OR PROPOSAL F.Y. 2020 VIRDEN CREEK LEVEE IMPROVEMENTS CONTRACT NO 947 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 .1-0‘....01C , 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 the City Engineer of the City of Waterloo 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. 2020 VIRDEN CREEK LEVEE IMPROVEMENTS, Contract No. 947, 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. 2020 VIRDEN CREEK LEVEE IMPROVEMENTS CITY CONTRACT NO 947 ITEM NO. ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 Clearing and Grubbing LS 1.0 $ 6 93o te9 $ 6, ?30, 73 2 Topsoil Strip, Salvage and Spread CY 4,067.0 $ S,S0 $rN7,40 3 Subgrade Preparation SY 3,200 0 $ 5 So $ / it 600, o c) 4 Subgrade Treatment, Type 2 Geogrid SY 1,000.0 $ S; 5/p $ ;if yarn. o U 5 Excavation for Floodwall, Class 20 CY 10,436.0 $ /9/ go $ 020443A q o 6 Levee Fill, Contractor Furnished CY 5,350.0 $ fg, 70 $ 10 0/09S, 00 7 Flowable Mortar CY 20.0 $ (:00,00 $ y000(oo 8 Inspection Trench CY 496.0 $ 22, o o $ ,'o Vat 00 9 Remove & Reinstall Drinking Fountain LS 1.0 $ 3000,06 $ 3/ 0 00 to 0 10 Channel Lining SY 10,270.0 $ / j ,au $ / 2Y2 ') 6 r as 11 Filter Blanket CY 2,293.6 $ 3%50 $ /(3j,53 alp12 Removal of Sidewalk SY 295.0 $ /5,41/0 . $ 75 s co 13 Sidewalk, PCC, 4 -Inch SY 295.0 $ 7150 S0 $ 02\ Oi(A ,. S 14 Removal of Pavement SY 2,300.0 $ id, /0 $ )930,oc 15 Crack & Joint Sealing LF 14,000.0 $ ,02010 $ ac, 2 6aO., 0 16 Vertical Joint Sealing in Existing Floodwall LF 50.0 $ so 06 $ ai S'oo. 0c 17 Floodwall Removal LF 245.0 $ 7/is a $ J yi 51750 18 Structural Concrete CY 3,050.0 $ (Loo, o o $ 115 3 C� oa✓, d c 19 Structural Concrete for Stairs at Gates Park Outlet Structure CY 8.0 $ 3 ouu 0 t $ acf °6p, 80 20 Reinforcing Steel LB 168,123.1 $ j, 5'6 $ 25 flij. b FORM OF BID AECOM #60221561 FB -1 of 4 F.Y. 2020 Virden Creek Levee Improvements Waterloo, Iowa City Contract No. 947 Revised Per Addendum No. 2 - 12/9/2019 ITEM NO. ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 21 Temporary Closure Structure 1 - Sta. 102+94 (10.00' x 3.00') EA 1.0 $ 2O�t�vd-� $ . b f o s, Ci 22 Temporary Closure Structure 2 - Sta. 109+12 (10.00' x 1.75') EA 1.0 $ 120 o x,00 $ 26 000 too 23Sta. Temporary Closure Structure 3 - 216+65 (10.00' x 3.50') EA 1.0 $ ®/ tart? $ 006 24 Temporary Closure Structure 4 - Sta. 312+61 (10.00' x 4 05') EA 1.0 $ =,0,20, $ c Vo, 0 0 25 Closure Structure Panel Vault EA 1.0 $ ,s, (, p, w $ /::, 0 00 26 12 -Inch Flap Gate Replacement EA 7.0 11, 5,obd, of $ gS a a ,teja 27 15 -Inch Flap Gate Replacement EA 2.0 $ g 0 .aa $ jar &t)tr d 28 18 -Inch Flap Gate Replacement EA 2.0 $ 7/0 I „Lt., $ /I -to c.)41 - 1P 29 42 -Inch Flap Gate Replacement EA 1.0 $ )6 a ,06 $ /4300c, �c 30 Traffic Control LS 1.0 $ %5 C00.00 $ �61 000, D o 31 Hydraulic Seeding, Type 1 (Permanent Lawn Mixture) ACRE 5.0 5.0 $ $ �07,e 32 Hydraulic Seeding, Type 4 (Urban Temp. Erosion Control Mixture) ACRE 5.0 $ a,co, $ /ova0 ,0 0 33 SWPPP Management LS 1.0 $ 9-9,00 $ 6/ O.$Q. t? 34 Temporary Rolled Erosion Control Products, Type 2.D SQ 760.0 $ r;j, a(3 $ / %a2, tld 35 12 -Inch Wattle, Installation LF 3,060.0 $ , 7-5 $ 2411.5 , d Gr 36 12 -Inch Wattle, Removal LF 3,060.0 $ r cw's $ i, 48'6, t 0 37 Silt Fence, Installation LF 6,385.0 $ l $ /9 ptf2 Oo 38 Silt Fence, Removal of Sediment LF 6,385.0 $ F 39 $ d x`70, /s' 39 Silt Fence, Removal of Device LF 6,385.0 $ esti $ d/ eigo ,1 40 Inlet Protection Device, Installation EA 16.0 $ 82, So $ / 24(il ,t u 41 Inlet Protection Device, Maintenance EA 32.0 $ 33,So $ /,123 Q 0 o 42 Chain Link Fence, 6 -Foot High LF 3,332.0 $ 39,/e„ $ / 7 /v ,/Z. 43 Gate, Chain Link, 6 -Foot High, 14 -Foot Span, Double Swing EA 3.0 $ / /" ii $ 3/300,0 44 Gate, Chain Link, 6 -Foot High, 4 -Foot S Span EA 1.0 $ 3:0,60 $ S,SEr. � 0 45 Removal of Fence LF 3,539.0 $ d, gs $ joymd, 3 a. 46 Hand Rail, 1 1/2 -Inch Diameter Galvanized Steel LF 41.5 $ 350,bO $ pie .r]- ,5 00 47 Demolish Church Rectory LS 1.0 $ aa,350p0 $ 0d J O,00 48 Decommission Existing Gage House LS 1.0 $ dao oc $ 14, air, s 49 Mobilization LS 1.0 $ $j c o.1, 4,,$ 1/4.0)0,060 cio 50 Concrete Washout LS 1.0 $1t3 d60.00 $ la 2.o 0. 00 TOTAL BID AMOUNT $5,O76 y -r eel It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed telegraphed, or FORM OF BID AECOM #60221561 City Contract No, 947 FB -2 of 4 F.Y. 2020 Virden Creek Levee Improvements Waterloo, Iowa Revised Per Addendum No. 2 ,312/9/2019 delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of Dollars ($ ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO B IDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidders Status Form. 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 E OC, 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 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 B ids 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 AECOM #60221561 FB -3 of 4 F.Y. 2020 Virden Creek Levee Improvements City Contract No. 947 Waterloo, Iowa Revised Per Addendum No. 2 o 12/9/2019 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. curt WP irLie BY: L C kn't 7/t (Name of Bidder) (Date) r—� rice rnsiefor-7 Official Address:( Including Zip Code): Title fr/'csr Le• , yo f /v l� � Pti kt in, et"( z. 3 S-- "3 I.R.S. No. 111.2.' 1,)� Z r FORM OF BID AECOM #60221561 FB -4 of 4 F.Y. 2020 Virden Creek Levee Improvements City Contract No. 947 Waterloo, Iowa Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: t4 -Yes 0 No Yes ■ No ,] Yes ■ No Yes (l No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes' for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: . / f /.� 2 -to --arcreciv Address: 901 /k/ Act ig City, State, Zip: 4 . .rte 2.J35-) Address: City, State, Zip: Dates: Address: Dates: / / to / / / / to / / You may attach additional sheet(s) if needed. City, State, Zip* To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes' to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation ❑ Yes ❑No You may attach additional sheet(s) if needed. To be completed by all bidders Part D 1 certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: �^�y,i�r 8577 d` lots Signature: Date: ef g/1 7 You must submit the completed form to the governmental body requesting bids per 876 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09 15) State of NON -COLLUSION AFFIDAVIT OF PRIME. BIDDER County of )ss , being first duly sworn, deposes and says that: He is {Owned', Partner. Officer. Representative, or Anent) , of 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; 8. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the saki 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 tho price or prices in the attached Bid or of any other Bidder, or, 10 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, orparties in I serest, Including thi `afiftant. (Signed) Subscribed and sworn to before me this day of ) - + - " r , 20 I ti My commission expires Title NONCOLLUSION AFFIDAVITS AECOM 1160221561 MARY C. NEBEL Commission Number 768237 My Comn1aslp7(� Expires Title NCA -1 of 2 F.Y. 2020 Virden Crock Levee Improvements City Contract Net 847 waterloo, Iowa E410 BOND KNOW ALL MEN BY THESE PRESENTS, that we, Iowa Bridge & Culvert, L.C. as Principal, and Merchants Bonding Company (Mutual) 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 12th day of December , 2019, for F.Y. 2020 Virden Creek Levee Improvements; Contract No. 947 • 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 fornn 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 12th day of December , A.D 20 19 Iowa Bridge & Culvert, L.C. (Seal) Principal Witness Witness BID BOND AECOM #60221561 By '�""�-i/G � 1 (Title) Merchants Bonding Company (Mutual) (Seal) Surety By LhatAll Abigail R. Mo�Q r Attorney-in-fact J BB -1 OF 1 F.Y. 2020 Virden Creek Levee Improvements City Contract No. 947 Waterloo, Iowa ERC TS 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; Enid P Devries; John R Fay; Kent M Rosenberg; Mat DeGroote; Matthew R Fay; Michael L McCoy their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 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 amended August 14, 2015 and adopted by the Board of Directors of MerchantsNational Bonding, Inc., on October 16, 2015. "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 aut honty 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 010N:44 zri /4024t...00,3.* PORq�6'• v . 2003 ; 4) STATE OF IOWA COUNTY OF DALLAS ss. On this this 31st day of October 2019 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of 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. ••--• ?° •:4oV�l1P0A9y•t9 . :