Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WRH, Inc.
WRH, Inc. PO Box 256 Amana, IA 52203 410 BID BOND F.Y. 2020 Virden Creek Levee Improvements City Contract No. 947 City Clerk City of Waterloo City Hall 715 Mulberry Street Waterloo, Iowa 50703 WRH, Inc. PO Box 256 Amana, IA 52203 1 r 4 PROPOSAL FOR: F.Y 2020 Virden Creek Levee Improvements City Contract No. 947 • City Clerk City of Waterloo City Hall 715 Mulberry Street Waterloo, Iowa 50703 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 , 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 UNITEST. QTY. UNIT DD PRICE TOTAL BID PRICE _ 1 Clearing and Grubbing LS 1.0 $ 2,0, ocx, $ Z0f ab `y 2 Topsoil, Strip, Salvage and Spread CY 4,067.0 $ /0 ` $ 4'> 670 Is --- 3 3 Subgrade Preparation SY 3,200.0 $ be- $ /9 ZW 4 Subgrade Treatment, Type 2 Geogrid SY 1,000.0 $ ‘`•.° $ c, Waw 5 Excavation for Floodwall, Class 20 CY 10,436.0 $ 21 °' $ 2.11 f se6 s' 6 Levee Fill, Contractor Furnished CY 5,350.0 $ 2ss` $ 1 o7 Got 7 Flowable Mortar CY 20.0 $ l'?eY $ g:ift.s3ti 8 Inspection Trench CY 496.0 $ 2 C y $ /2, 4as P 9 Remove & Reinstall Drinking Fountain LS 1.0 $ e am i e $ 2. vw 10 Channel Lining SY 10,270.0 $ .�, C- $ 4t, w � ?Lac- 11 11 Filter Blanket CY 2,293.6 $ 564st e $ 1 1 4 660 # 12 Removal of Sidewalk SY 295.0 $ 20 $ r goo y 13 Sidewalk, PCC, 4 -Inch SY 295.0 $ 70 $ 2.0 SD �= 14 Removal of Pavement SY 2,300.0 $ 24ej• $ 51 5CU %� F Crack & Joint Sealing i [ I; r. 1, $ /0-9-9 $ 1 bf O 00Ott- Vertical Joint Sealing in Existing Floodwall LF 50.0 $ 5IP $ 250 e 17 Floodwall Removal LF 245.0 $ / Oa r $ z4h Sc»'' 18 Structural Concrete CY 3,050.0 $ 61580 $ ii P75, , l S'o c1. 19 Structural Concrete for Stairs at Gates Park Outlet Structure CY 8.0 $ i, 03.,e $Y , `a 20 Reinforcing Steel LB 168,123.1 $ Z 01 / it* $ 1 FORM OF BID AECOM #60221561 FB -1 of 4 City Contract No. 947 F.Y. 2020 Virden Creek Levee Improvements Waterloo, Iowa Revised Per Addendum No. 2 in 12/9/2019 ITEM NO. ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE $ N 00 f 21 Temporary Closure Structure 1 - Sta. 102+94 (10.00' x 3.00') EA 1.0 GP $ ` �` �.' 22 Temporary ClosureStructure 2 - Sta. 109+12 (10.00'x 1.75') EA 1.0 trto $ i % Wu $ i a. Obi a 23 Temporary Closure, Structure 3 - Sta. 216+65 (10.00 x 3.50) EA 1.0 $ ,`� 1 Ai' $ al o+ 24 Temporary Closure Structure 4 - Sta. 312+61 (10.00' x 4.05') EA 1.0 Gile $ o ' $ O aW 25 Closure Structure Panel Vault EA 1.0 $ 1 0, Wye $ / o ow 1 26 12 -Inch Flap Gate Replacement EA $ �,� $ 2e. re 7.0 27 15 -Inch Flap Gate Replacement EA 27.00 $ 4 Cas $ 28 18 -Inch Flap Gate Replacement EA 2 0 'v $ s, $ , cm's' 29 42 -Inch Flap Gate Replacement EA 1.0 $ 14 01 $ 19 0c%'= t 30 Traffic Control LS 1.0 $ ��,' dw't` .i $ $ � 31 Hydraulic Seeding, Type 1 (Permanent Mixture) ACRE 5.0 $awn ZZ.as, $ 44g'? 32 Hydraulic Seeding, Type 4 (Urban Temp Erosion Control Mixture) ACRE 5.0 $ S�`�' 2, $ �' 12, �� 33 SWPPP Management LS 1.0 $ 5, tat $ 51 QW t 34 Temporary Rolled Erosion Control Products, Type 2 D SQ 760.0 $ a 2 S $ 1 'y 35 12 -Inch Wattle, Installation LF 3,060.0 $ 34*' $ 9 i ens 36 12 -Inch Wattle, Removal LF 3,060.0 $ OS° $ /if 53 37 Silt Fence, Installation LF 6,385.0 $ 2 e $ 12 iio ! 38 Silt Fence, Removal of Sediment LF 6,385.0 $ Ole $ 2 S54'1' • 39 Silt Fence, Removal of Device LF 6,385.0 $ Ole $ 2 s S4 e 40 Inlet Protection Device, Installation EA 16.0 $ 1 Oa '= • $ 1 (c ` 41 Inlet Protection Device, Maintenance EA 32 0 $ 40 V $ 1,2909 42 Chain Link Fence, 6 -Foot High LF 3,332 0 $ 40°4 $ i Si, 2190 is 43 Gate, Chain Link, 6 -Foot High, 14 -Foot Span, Double Swing EA 3.0 $ ��' i $ A 6 W 44 Gate, Chain Link, 6 -Foot High, 4 -Foot EA 1.0 $boat $ IcySpan 45 Removal of Fence LF 3,539.0 � $ 3 — $ / 0, 6 l--, € 46 Hand Rail, 1 1/2 -Inch Diameter Galvanized Steel LF 41.5 $ /�'vt $L,22I�`� 47 Demolish Church Rectory LS 1.0 $ 04 tits $ S0! (Mo 48 Decommission Existing Gage House LS 1.0 $ 8, oar- � $ 9.40 sw• 49 Mobilization LS 1.0 $ Lt 00 OOP $ "104 000 A_ 50 Concrete Washout LS 1.0 $ 9Os' v $ q6\0! TOTAL BID AMOUNT $ Lir ati417 L - '?t � 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 FORM OF BID FB -2 of 4 F.Y. 2020 Virden Creek Levee Improvements AECOM #60221561 City Contract No. 947 Waterloo, Iowa Revised Per Addendum NO. 2 =1219/2019 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 5 Dollars ($ ) in the form of Bid Bond , 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 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 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. 1 Date 12 /04/19 2 17/O9/1q 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 AECOM #60221561 FB -3 of 4 F.Y. 2020 Virden Creek Levee Improvements City Contract No. 947 Waterloo, Iowa Revised Per Addendum No. 2 is 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. WRH, Ince December 12, 2019 BY: (Name of Bidder) (Date) ie Rich ,Official Address: (Including Zip Code): PO Box 256 Title Vice President Business Procurement Amana, IA 52203 I.R.S. No. FORM OF BID AECOM #60221561 42-1012899 FB -4 of 4 F.Y. 2020 Virden Creek Levee Improvements City Contract No. 947 Waterloo, Iowa MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name. WRH, Inc. FY2020 Virden Creek L December 12, 2019 Project: mtRt Date: N. 947 NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, Improvements, Contract sign below. Attach a brief explanation u as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will he used nle Contractor Signature: Jamie Rich Title: Date: December 12, 2019 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid considered to be r ss eto Business Procurement responsive,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 Contract Compliance Office 319-291-4429 questions should be directed You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBENVBE 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/V1/BE 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 Vice President Uottom portion of this form MBE/WBE Subcontractors Watco Construction D C Corporation (Form CCO 4) Rev. 06-20-02 MBENVBE PARTICIPATION AECOM #60221561 Quotes Received Dates Yes/No Contacted niulLiple atLeSUPLb unable to contact December 4, 2019 Letter faxed Dates Contacted M-6 of 6 City Contract No. 947 Yes/No Quotation used in bid Dollar Amount Proposed to be Subcontracted FC d Ct r'r/ e i1 (1W2.9' F.Y. 2020 Virden Creek Levee Improvements Waterloo, Iowa MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Pr me Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/VVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted* a. A copy of the bid received from the MBEAVBE, OR b. If no bid was received a copy of correspondence received from the MBE/VVBE with a "no bid' response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM' on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/VVBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work e. Any other reason relied on by the Pnme Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropnate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBEAVBE PARTICIPATION AECOM #60221561 M-5 of 6 F.Y. 2020 Virden Creek Levee Improvements City Contract No. 947 Waterloo, Iowa Revised Per Addendum No. 2 s 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 , 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 E.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. UNIT BID PRICE TOTAL BID PRICE TY. 1 Clearing and Grubbing LS 1.0 $ 20g ()Mt $ 24, att 2 Topsoil, Strip, Salvage and Spread CY 4,067.0 $ /0 = $ 40 17o w 3 Subgrade Preparation SY 3,200.0 $ vs,- $ / I in) `` 4 Subgrade Treatment, Type 2 Geogrid SY 1,000.0 S $ 5, (.1)341•1 $ 5 Excavation for Floodwall, Class 20 CY 10,436.0 $ 21 °' $ 2.101 S6 y' 6 Levee Fill, Contractor Furnished CY 5,350.0 $ % at $ / 07 GLIOw 7 Flowable Mortar CY 20.0 $ i 7th `=' $ 3:4(0 8 Inspection Trench CY 496.0 $ 2r y $ /2411.1.1 9 Remove & Reinstall Drinking Fountain LS 1.0 $ 2 ewe $ 0 ow tat 10 Channel Lining SY 10,270.0 $ cc -� $ c Py3O - 11 Filter Blanket CY 2,293.6 $ 56 $ (14 bbd # 12 Removal of Sidewalk SY 295.0 $ 20 J $ sr. g4,3 13 Sidewalk, PCC, 4 -Inch SY 295.0 $ 'Int': $ jo t rb t-- 14 Removal of Pavement SY 2,300.0 $ 2.4 $ s7 Std Crack & Joint Sealing 13)00.0 $ /05 t $ / "(0: 000 16 Vertical Joint Sealing in Existing Floodwall LF 50.0 $ S $ 2 SO « 17 Floodwall Removal LF 245.0 $ / 0.) $ Z SW `' 18 Structural Concrete CY 3,050.0 $ 6 15 cis— .0�. $ ii �1 s 5 19 Structural Concrete for Stairs at Gates Park Outlet Structure CY 8.0 $ E $ to • 20 Reinforcing Steel LB 168,123.1 $ Z 01, )'f7 `.ljf $ 1?_ ---•-S; FORM OF BID AECOM #60221561 FB -1 of 4 City Contract No. 947 F.Y. 2020 Virden Creek Levee Improvements Waterloo, Iowa Revised Per Addendum No. 2 gm 1219/2019 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 FORM OF BID AECOM #60221561 City Contract No. 947 FB -2 of 4 F.Y. 2020 Virden Creek Levee Improvements Waterloo, Iowa ITEM NO. ITEM UNIT EST. QTY. UNIT DID PRICE TOTAL BID PRICE 1.0 $ j 0 + �' ' $ j t� 03. -- 21 Closure Structure 1 - 102+94 (10.00'x 3.00') EA Temporary Temporary Sta. 22EA Temporary Closure Structure 2 - Sta. 109+12 (10.00'x 1.75') 1.0 $ 1 a. OU y $ / OW 23 Temporary ClosureStructure 3 - Sta. 216+65 (10.00'x 3.50) EA 1.0 $ J p,y,'' $ AO 24EA Temporary Closure Structure 4 - Sta. 312+61 (10.00'x 4.05') 1.0 `1'' $ 10 O ' $ Dimim 25 Closure Structure Panel Vault EA 1.0 $ l s` A 3e $ / o am!? 26 12 -Inch Flap Gate Replacement EA 7.0 $ 44 Gle $ 28, 0X =' 27 15 -Inch Flap Gate Replacement EA 2 0 $ 4 S'du' $ i Qom, t& 28 -Replacement 18 Inch Flap Gate EA 2 0 $ S, &Wm $ 0 os3 e / 29 42 -Inch Flap Gate Replacement EA 1.0 $ 14, as:" $ 19 d+%tit 30 Traffic Control LS 1.0 � S dw $ $ S � 31Hydraulic Seeding, Type 1 (Permanent Mixture) ACRE 5.0 $ 44x $ di ZZ. 32 Hydraulic Seeding, Type 4 (Urban Temp. Erosion Control Mixture) ACRE 5.0 $ ��`�' 2, $ J' 2. S� 33 SWPPP Management LS 1.0 $ 5. oat $ S, QW t 34 Temporary Rolled Erosion Control Products, Type 2 D SQ 760.0 $2.5, $ '� g � 35 12 -Inch Wattle, Installation LF 3,060.0 $ 3 " $ 9 ) g 0 �' 36 12 -Inch Wattle, Removal LF 3,060.0 $ O s° a► $ / S3� 37 Silt Fence, Installation LF 6,385.0 $ 2 `f' $ 12 -note 38 Silt Fence, Removal of Sediment LF 6,385.0 $ 019 $ 2 SS4 `'' 39 Silt Fence, Removal of Device LF 6,385.0 $ 01± $ 2 SSI t 40 Inlet Protection Device, Installation EA 16.0 $ 100f `'f • $ 1, i� f 41 Inlet Protection Device, Maintenance EA 32 0 $ 4o92 $ 1, 2 eo 9 42 Chain Link Fence, 6 -Foot High LF 3,332 0 $ e Si, 2 80 If $ 4o° 43 Gate, Chain Link, 6 -Foot High, 14 -Foot Span, Double Swing EA 3.0 $ Zooms ( • $ A to t 44 Gate, Chain Link, 6 -Foot High, 4 -Foot EA 1.0 $ bat $ la)•Span 45 Removal of Fence LF 3,539.0 � $ 3 — $ /0, L t7e Hand Rail, 1 1/2 -Inch Diameter Steel LF 41.5 $ /$v� (22c'�46Galvanized $ 47 Demolish Church Rectory LS 1.0 $ 04 Not $ (4 0.10 `v 48 Decommission Existing Gage House LS 1.0 $ e, QV? $ 0012 49 Mobilization LS 1.0 $ qo(3o(Xt' $ 1100,000 " 50 Concrete Washout LS 1.0 $ 9Os' $ c' t kse $ 9 2, LI isc 7 gi312: TOTAL. BID AMOUNT 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 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 Nor 2 = 12/9/2019 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 5 Dollars ($ ) in the form of Bid Bond , 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 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 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. 1 Date 12 / 04/1 9 2 12/09/19 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 AECOM #60221561 FB -3 of 4 F.Y. 2020 Virden Creek Levee Improvements City Contract No. 947 Waterloo, Iowa Revised Per Addendum No. 2 v 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. WRH, Inco December 12, 2019 BY: (Name of Bidder) (Date) ie Ric fficial Address: (Including Zip Code): PO Box 256 Title Vice President Business Procurement Amana, IA 52203 I.R.S. No. FORM OF BID AECOM #60221561 42-1012899 FB -4 of 4 F.Y. 2020 Virden Creek Levee Improvements City Contract No. 947 Waterloo, Iowa P rime Contractor Name. WRH, Inc . MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Project:FY2020 Virden Creek Lffekat Date: December 12, 2019 Improvements, Contract No. 94'/ N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a bnef 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: Vice President Date: December 12, 2019 Jamie Rich Business Procurement S UBCONTRACTORS 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 pnor 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 (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION AECOM #60221561 M-6 of 6 City Contract No. 947 F.Y. 2020 Virden Creek Levee Improvements Waterloo, Iowa Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted Watco Construction mulL.Lple aLLeuipLs unable to contact® -6, Cc�U� D C Corporation December Letter faxed 4, 2019 ,%( \( S o% W 29 1 (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION AECOM #60221561 M-6 of 6 City Contract No. 947 F.Y. 2020 Virden Creek Levee Improvements Waterloo, Iowa MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBENVBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts Pnme contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) MBENVBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the City's MBENVBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBENVBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBENVBE business contacted. a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received a copy of correspondence received from the MBE/WBE with a' no bid' response, OR c. If no response was received, a copy of the solicitation sent to the MBENVBE with proof of mailing attached. 5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM' on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBENVBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBENVBE business for a subcontract. d. Prime contractor self performs work e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsib lities: 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly Agreements between the bidder/proposer and an MBENVBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBENVBE PARTICIPATION AECOM #60221561 M-5 of 6 F.Y. 2020 Virden Creek Levee Improvements Waterloo, Iowa City Contract No. 947 Bidder Siflus Form To be completed by all bidders ,D) rpt A Please answer "Yes" or "No" for each of the following: X X Fer Yes ❑ 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). N o My company has an office to transact business in Iowa. N o My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. N o My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes No 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. Yes Yes FX1Yes 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 06 / 11 / 198q0 Current / Address: 1648 T Avenue City, State, Zip: South Am a n a, I A 52334 D ates: / / to / / Address: City, State, Zip: D ates: / / to / / Address: 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. IfY ou answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Yes I I No You may attach additional sheet(s) if needed. To be completed byall bidders Part D I 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: WRH , Inc . Signature: Jamie Rich Date: December 12, 2019 V President Business Procurement You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) BSF-1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. j • • Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. Yes is No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes • No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ® Yes ■ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. • • ■ • Yes © No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. Yes © No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes S No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Yes 1 No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes • No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. • Yes ►'4 No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes © No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled 309-6001 (09-15) BSF-2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa )ss County of Iowa Jamie Rich , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of WRH , Inc . , 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) Jamie Rich Vice President Business Procurement - Title Subscribed and sworn to before me this day of My commission expires NON -COLLUSION AFFIDAVITS AECOM #60221561 aJL- f/ 7/moa a VIRGINIA K. POSSEHL Commission Number 224030 My Commission Exp. Aug. 17, 2020 NCA -1 of 2 F.Y. 2020 Virden Creek Levee Improvements City Contract Nol. 947 Waterloo, Iowa BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, WRH, Inc. 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 Dollars ($__ vvv�O/Ovav --Five Percent of the Bid Submitted--- ) 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 - Waterloo, 14 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (h) 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 presents to be signed by their proper officers this 10th day of December , A.D. 2019 Witness V1 Cor WRH, Inc. (Seal) By Jamie Rich Vice President (Title) liusiness Procurement Merchants Bonding Company O ual) (Seal) ecretary //jtY Witness Stacy enn By Attorney-in-fact io e R Young MERCHANTS BONDING COMPANYTM, 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, Anne Crowner; Brian M Deimerly; Cameron M Burt; Cindy Bennett; Craig E Hansen; Dana Wiebers; Dione R Young; Jay D Freiermuth; Kathleen Brewer; Kevin J Knutson; Michelle R Gruis; Sarah Brown; Seth D Rooker; Shirley S Bartenhagen; Stacy Venn; Sydney Burnett; Tim McCulloh; Wendy A Casey 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 Merchants National 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 hority 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 5th day of June , 2019 . ttttttttttttttt t••44 P•4.a • •••OROR4O': p:v0�P0itq9y•i••GyIt• it,' 2,1;• MERCHANTS NATIONAL BONDING, INC. �': 2003 co `L : y 1933 • c• : By `��'' • • '•0 44, •••�W \1•.' President STATE OF IOWA ••�*""""`•• *' •• • COUNTY OF DALLAS ss. On this this 5th day of June 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. MERCHANTS BONDING COMPANY (MUTUAL) „Poat s ALICIA K. GRAM a q Commission Number 767430 r My Commission Expires April 1, 2020 aLea.t.- Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of 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 10th day of December , 2019. •*.IIIIII• ••--'•• • .•4.;#6•. •• Cv 9.04/ : •y? PSP R4''• 91' ; gyp v�QPOq�.,°•Q1 8,41% C► > ;y; asp �..c. �✓ IO: qt-: -4- 1: • ,� POA 0018 (3/17) * 2003 ;?,� : y , 1933 •......... I.•..• Secretary