HomeMy WebLinkAboutTschiggfrie ExcavatingTSCHIGGFRIE EXCAVATING
(563) 557-7450
P.O BOX 3280.425 JULIEN DUBUQUE DRIVE
DUBUQUE, IOWA 52003
r;;, City Clerk of the City of Waterloo
City Hall, 715 Mulberry Street
Waterloo, IA 50703
F.Y. 2020 Lot 2, Brock 3rd Addition Sanitary Sewer
Extension
BID
TSCHIGGFRIE EXCAVATING
(563) 557-7450
P.O. BOX 3280 ® 425 JULIEN DUBUQUE DRIVE
DUBUQUE, IOWA 52003
City Clerk of the City of Waterloo
City Hall, 715 Mulberry Street
Waterloo, IA 50703
F.Y. 2020 Lot 2, Brock 3rd Addition Sanitary Sewer
Extension
BID BO\
D
i
FORM OF BID OR PROPOSAL
F.Y. 2020 LOT 2, BROCK 3RD ADDITION SANITARY SEWER EXTENSION
CONTRACT NO. 986
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
Iowa 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 Wayne Claassen Engineering &
Surveying, Inc. 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 LOT 2, BROCK 3RD
ADDITION SANITARY SEWER EXTENSION, Contract No. 986, City of Waterloo,
Iowa, all in accordance with the above -listed documents and for the unit prices for work
in place for the following items and quantities:
N/A
F.Y. 2020
LOT
2, BROCK
3RD
ADDITION
SANITARY SEWER EXTENSION
CONTRACT
NO.
986
BID
DESCRIPTION
UN
T
EST.
QTY.
UNIT
BID
TOTAL
BID
PRICE
ITEM
BASE
BID
PRICE
001
MOBILIZATION
L.S.
1
$2q; 606.00
$ 2 f600.0-0
002
CLEARING
AND
GRUBBING
L.S.
1
$ 2, pOo,
vo
$ 70o.
00
.2,
003
SEED
AND
FERTILIZE
(IDOT
RURAL
MIX)
ACRES
0.83
$ f G 0 O 00
$ / 3,
p 00
•
004
MULCH
(IDOT
RURAL
MIX)
ACRES
0.83
$ a,.20o.
00
$ //
f2 C. 00
005
SILT
FENCE
(FOR
EROSION
CONTROL)
L.F.
580
$ a • Y°
$ 1 372 CO
,
006
REMOVAL
OF
SILT
FENCE
L.F.
580
$ • 7/
$ yo-
Q
O
007
TRAFFIC
CONTROL
L.S.
1
$ 3 g60. 00
$ 3, goo.
Q
0
008
MAINTENANCE
BOND,
2-YEAR
L.S.
1
$ 4700.00
$
f 26o.
00
FORM OF BID
CONTRACT NO. 986
Page 1 of 4
009
SWPPP
COMPLIANCE
L.S.
1
$
770.00
$ / d
. 60
$) 706.0
$
101
SANITARY
SEWER
MANHOLE,
STANDARD
48"
DIA
EACH
2
9 KKQQ, 00
,
OF
DEWATERING
ALL
TRENCHES
AND
102
EXCAVATIONS
L.S.
1
/, %04•
QU
4 700.00
TAP
EXISTING
SANITARY
SEWER
MANHOLE
WITH
103
WATERTIGHT
CONNECTION
EACH
1
$ 3, 1
0-b /00
$ 3 0 a.
0 0
;
SANITARY
SEWER
8-INCH
DIA.
PVC
COMPOSITE
104
TRUSS
PIPE
L.F.
458
PO, ®D
/, t6o.d0
SANITARY
SEWER.
8-INCH
DIA.,
DR18
C900
PVC
105
WATER
MAIN
PIPE
L.F.,.
79
$ /60, 0-0
$ pi, ‘4,0, D®
106
SANITARY
SEWER
CROSSING
OF
MARTIN
ROAD
L.S.
1
$ %R yd0.
CO
$ / -7, VCa 00
107
16"
DIA.
WATER
MAIN
LOWERING
L.S.
1
$ 3 c? dco
. oo
$ 33
60
0,
00
TOTAL
BID
$/8(37vc•80
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after "Notice to Proceed" is issued.
4. Security in the sum of 5% of total amount bid Dollars ($
) in the form of a bid bond , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
FORM OF BID
CONTRACT NO. 986 Page 2 of 4
6. Attached hereto is a Bidder 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 02/03/2020
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.
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.
FORM OF BID
CONTRACT NO. 986 Page 3 of 4
Tschiggfrie Excavating
(Name of Bidder)
BY: TitleAV
02/13/2020
(Date)
Mike Schroeder, General Superintendent
Official Address: (Including Zip Code):
425 Julien Dubuque Drive
Dubuque, IA 52003
I.R.S. No. 42-1285164
FORM OF BID CONTRACT NO. 986 Page 4 of 4
NONnCOLLUSION AFFIDAVIT OF PRIME BIDDH
State of Iowa
County of Dubuque
Mike Schroeder , being first duly sworn, deposes and says that:
ASS
1. He is (eh-v,Part w Off rrRepresentative rrr Ag t) of Tschiggf rie
Excavating , 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, o parties in interest, including this
affiant.
(Signed)
General Superintendent
Title
Subscribed and sworn to before me this 13th day of
February , 2020 .
Office Manager
Title
04v04c=2022
My commission expires
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name. Tschiggfrie Excavating Project:FY 2020 Lot 2, Brock 3rd Letting Date: 02/13/2020
Addition Sanitary Sewer
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.
Contractorr : / Title: General Superintendent Date: 02/13/2020
Signature:
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
Yes/No
Dates
Contacted
Yes/No
Dollar Amount
be Subcontracted
Proposed
to
Dates
MBE/WBE
Contacted
Subcontractors
Tiedt
Nursery
02/03/2020
Yes
02/07/2020
Yes
$4,645.00
02/03/2020
No
No
$ 0.00
Bonnie's
Barricades
Rockette
Trucking
02/03/2020
No
No
$ 0.00
(Form CCO-4) Rev. 06-20-02
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
x
x
El
x
x
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).
Yes ❑ No My company has an office to transact business in Iowa.
Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Yes ❑ No 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.
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: 01 / 01 / 1977 to pres nt 425 Julien Dubuque Drive
/ Address:
Dates: / / to
Dates: / / to
You may attach additional sheet(s) if needed.
City, State, Zip Dubuque, IA 52003
Address:
City, State, Zip•
Address:
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? ,_, Yes LJ No
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
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
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.
Tschiggfrie Excavating
Firm Name.
Signature:
Date:
02/13/2020
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)
BID BOND
KNOW ALL WEN BY THESE PRESENTS, that we,
Tschiggfrie Excavating Co.
as Principal, and International Fidelity 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 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 nth day of
February , 20 zo , for F.Y. 2020 Lot 2, Brock 3RD Addition Sanitary Sewer
Extension Contract No. 986! City of Waterloo, Iowa
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
presents to be signed by their proper officers this 4th day of February , A.D.
20 20
(Seal)
Witness
Witness Stacie Christensen
Tschiggfrie Excavating Co.
Principal
By
fic"Thas-
International P idelity Insurance Company
Sure
(Title)
(Seal)
By
Attorney -in -fact gang
POWER OF ATTORNEY
Bond # Bid Bond
INTERNATIONAL FIDELITY INSURANCE COMPANY
ALLEGHENY CASUALTY COMPANY
One Newark Center, 20th Floor Newark, New Jersey 07102-5207 PHONE: (973) 624-7200
KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the
laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of New
Jersey, having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint
STACY VENN, SETH D. ROOKER, SYDNEY BURNETT, CRAIG E. HANSEN, GINGER HOKE, DIONE R. YOUNG, JAY D.
FREIERMUTH, ANNE CROWNER, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN TIM MCCULLOH, CINDY BENNETT
Waukee, IA
their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed required or permitted by law, statute rule, regulation, contract
or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY
INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly
executed and acknowledged by their regularly elected officers at their principal offices.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of INTERNATIONAL FIDELITY INSURANCE
COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July, 2010 and by the Board of
Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 10th day of July 2015
"RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President Senior Vice President, Vice President, or Secretary of the
Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited
in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings
recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation
may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute
waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed
by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written
obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the
Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same
force and effect as though manually affixed.'
IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and
ALLEGHENY CASUALTY COMPANY have each executed and attested these presents
on this 31st day of December, 2018
STATE OF NEW JERSEY
County of Essex
Kenneth Chapman
Executive Vice President, International Fidelity Insurance Company and
Allegheny Casualty Company
On this 31st day of December, 2018 , before me came the individual who executed the preceding instrument to me personally known, and,
being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and
of ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate
Seals and his signature were duly affixed by order of the Boards of Directors of said Companies.
ottt�tOt in� t/
.10�A. °CN
s
tv:
3�Bxp p 40,
a�y it vs: Ir.
s .ems
'• AilBOct �6•••
' Ce
. y'•u so0799:�.A c:
IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark,
New Jersey the day and year first above written.
CERTIFICATION
Shirelle A Outley a Notary Public of New Jersey
My Commission Expires April 4, 2023
I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I
have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in
said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole
of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, February 04, 2020
A00639
Irene Martins, Assistant Secretary
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services
doing business with the City and value of said business equals or exceeds ten
thousand dollars ($10,000.00) annually agree as follows:
1. The contractors, subcontractor, vendor and supplier of goods and services
will not discriminate against any employee or applicant for employment
because of race, color, creed, sex, national origin, economic status, age,
mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative
Action program to ensure that applicants are employed and that
employees are treated during employment without regard to their race,
creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall
include but not be limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services
will, in all solicitations or advertisements for employees, state that all
qualified applicants will receive consideration for employment without
regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective
bargaining representative will send to each labor union or representative
of workers which he/she has a collective bargaining agreement or other
contract or understanding, a notice advising said labor union or workers'
representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services
will comply with all published rules, regulations, directives, and order of
the City of Waterloo Affirmative Action Program Contract Compliance
Provisions.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES
The contractor, subcontractor, vendor and supplier of goods and services
will furnish and file compliance reports within such time and upon such
forms as provided by the Affirmative Action Officer. Said forms will elicit
information as to the policies, procedures, patterns, and practices of each
subcontractor as well as the contractor himself/herself and said contractor,
subcontractor, vendor and supplier will permit access to his/her
employment books, records and accounts to the City's Affirmative Action
Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action
Program —Contract Compliance Provisions relative to Resolution No.
24664.
6. In the event of the contractor's non-compliance with the non-discrimination
clauses of this contract or with any of such rules regulations and orders,
this contract may be canceled, terminated or suspended in whole or in
part and the contractor may be declared ineligible for further contracts in
accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services
will include, or incorporate by reference, the provisions of the non-
discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or
purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
8. We the undersigned, recognize that we are morally and legally committed
to non-discrimination in employment. Any person who applies for
employment with our company will not be discriminated against because
of race, creed, color, sex, national origin, economic status, age, mental or
physical disabilities.
(Signed)/4
(Appropro Official)
(Title)
2— 7-2.a
(Date)
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES