Loading...
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