Loading...
HomeMy WebLinkAboutTwin City Tree Service, LLC CD « -c / / ? r PO $ / / % / $ r illid / f E m VIP t 60.11F C011 Mg $ Aft$ XSI is Citir 1-44 ell • ilig do (It 1111111. N< rill Fib ril Vs gil.°.14 1 I I elk rLA II di'Ice I 4 '''1% ir ES, „., \ 0 z a 0 : CI* CITY OF WATERLOO , IOWA CITY CLERK AND FINANCE DEPARTMENT T�tD 715 Mulberry Street • Waterloo, IA 50703 • (319)291-4323 Fax(319)291-4571 d SUZY SCHARES • City Clerk MICHELLE WEIDNER,CPA • Chief Financial Officer rer100 \O� Mayor BUCK October 30, 2015 CLARK COUNCIL MEMBERS Twin City Tree Service, LLC Brad Thomas, Owner 1312 Walker Street DAVID Waterloo, IA 50703 JONES Ward l Dear Mr. Thomas: CAROLYN COLE Enclosed please find your Check No. 101435902 dated October 8, 16, 2015, in the amount Ward2 of$15,500.00 which accompanied your bid on the FY2016 Levee Tree Clearing (Black HAROLD Hawk Creek North Side) and Sink Creek Channel Cleaning, Contract No. 888, at the GETTY bid opening held at City Hall, on October 8, 2015. Ward 3 The bid of Vieth Construction Corporation of Cedar Falls, Iowa in the amount of QUENHART $163,486.20, M. $163,486.20, was accepted at the meeting of the City Council of Waterloo, Iowa, held on Ward 4 October 19, 2015. RON Thank you for submitting your bid and if you have any questions, please feel free to contact WEEPER Ward 5 our office. BOB Sincerely, GREENWOOD At-Large Sri Scfuv eo STEVE SCHMITT At-Large Suzy Schares City Clerk /nh Enclosure CC: Contract File WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer FORM OF BID OR PROPOSAL F.Y. 2016 LEVEE TREE CLEARING (BLACK HAWK CREEK NORTH SIDE) AND SINK CREEK CHANNEL CLEANING CONTRACT NO. 888 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of {eik3C.7 , a Partnership consisting of the following partners: hbv-1..t having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2016 LEVEE TREE CLEANING (BLACK HAWK CREEK NORTH SIDE) AND SINK CREEK CHANNEL CLEANING, Contract No. 888, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2016 LEVEE TREE CLEANING (BLACK HAWK CREEK NORTH SIDE) AND SINK CREEK CHANNEL CLEANING CONTRACT NO. 888 BID DESCRIPTION UNIT EST.QTY. UNIT BID TOTAL BID PRICE ITEM DIVISION 1 LEVEE TREE CLEARING (BLACK PRICE HAWK CREEK NORTH SIDE) BASE BID 1 MOBILIZATION LS CO 1.00$ (,5cO`)-'$ ,1 2 CLEARING AND GRUBBING UNIT 1,579.70 $ .��.,art $.i �. �/��7� 3 CLEARING AND GRUBBING ACRE 2.08 $6L'� tIJs $I � oat�:."(752 4 SEEDING, FERTILIZING AND MULCHING ACRE 2.46 s • 5 TRAFFIC CONTROL LS 1.00$ a 6t1 ` $ 5-60,.Ct TOTAL BASE BID—DIVISION 1 $ I 15,3--) as FORM OF BID CONTRACT NO. 888 Page 1 of 4 BID DESCRIPTION UNIT EST.QTY. UNIT BID TOTAL BID PRICE ITEM DIVISION 2-SINK CREEK CHANNEL CLEANING PRICE BASE BID 1 CLEARING AND GRUBBING ACRE 2.5 $,37r Io 2 FENCE, FIELD LF 980.0 A, $ 19���I60.. er 3 REMOVAL OF FENCE, FIELD LF 980.0 $ � $9 ?0 4 SEEDING AND FERTILIZING ACRE 2.5 $I` d OCR $ ) vy.00 TOTAL BASE BID — DIVISION 2 $ i c r— rd, BIEL DESCRIPTION 4ett ITEM DIVISION,2 SINKC 2EEKKKCH NN GL IN � � ST 4 E 754 q LB ?RIIk ALTERNATE- , �.6_, ^- 4. 5 FIELD ENTRANCE LS 1.0 $�� ''sue, O$$ j, , oe 6 REVETMENT, CLASS E TON 270.0 $ cv $ I ,a5W ' ��'"• 7 ENGINEERING FABRIC SY 260.0 $�J.�* $ Is 8 DEBRIS REMOVAL (CHANNEL) LS 1.0 $i ' $ 1 0( r- TOTAL ALTERNATE BID— DIVISION 2 $ O% 53Ca .c k TOTAL BID— DIVISION 1 + DIVISION 2 $ 7 ,�/ ) „ ,593.50 TOTAL BID — DIVISION 1 + DIVISION 2 + ALTERNATE $ ! . Z/? 343.Sa 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. FORM OF BID CONTRACT NO. 888 Page 2 of 4 4. Security in the sum of tei�- ��+(j ti —k (' kVy deli Dollars ($ 1.�� en ) in the form of Ca hie SCbec _ 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 Resident Bidder Certification ( A ), or Non-Resident Bidder Certification ( ). (Mark one.) 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. Date 10. The bidder shall list the MBENVBE 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 CONTRACT NO. 888 Page 3 of 4 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. 1 WI V\ C :� -v fee SerukkQ, IIC l 0 -08--d0t5- (Name of Bider) (Date) BY: Iretd .1-1nOrna.S Title Y\ Official Address: (Including Zip Code): t Li. ,1 der S.�- WO-etc r� > c�wo� S 07 03 I.R.S. No. a© (40 1 3; 7c FORM OF BID CONTRACT NO. 888 Page 4 of 4 BID BOND � ill) 1/�/KNOW ALL MEN BY THESE PRESENTS,that we, as Principal, and as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Dollars ($ ) 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 day of , 20 ,for 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 day of ,A.D. 201 (Seal) Principal By (Title) Witness (Seal) Surety By Witness Attorney-in-fact NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of t OWCk ) )ss County of ZC1 Al ►)o5 , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of TO r n (4i 1fc e. 'TV ( . t + ( . , 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) 3 4�t.O jiv.i.'yJLQ an40v Title I Subscribed and sworn to before me this riq day of Cr :WAD*"i r , 201, J 410 'Cl ir1,t' 11c,ber lei/i ce_ PeC eeh d n" /id I-K,i Title My commission expires DO 112,I,S- A �P1 s�. TAMMYFNIITS s° r Commission No.7VZ * * My Gom ssi. Expires 4OWP RESIDENT BIDDER CERTIFICATION CONTRACT NO: .8 . ti:.� j PROJECT NAME: I ec'c T(e C dem ' s1'tC✓�j T'Klu�tas kUc�ek• DATE OF LETTING: 1,0'' i' ' ac't5 To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that I am a resident bidder as defined above. COMPANY NAME . fr( C�t/� f 'Seiost c IIG, CORPORATE OFFICER S tv- he vi,S_ TITLEt'r—ri!lt) DATE NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: k)04- ?Q PROJECT NAME: DATE OF LETTING: I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: STATE/COUNTRY OF RESIDENCY: Stated below are the preference(s) to resident bidders in the state/country of • (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. E ;----c! w � O CN fl1Eu) o aa) � bp' sO LN c. cit 07.+ c N N ° ;O cLi O 0- CO zr .a L L w a Q .. ° Q m o '' b a O , ° �p p �" 30 = o Lu 8 U y o - ili a) a) 0,- co c N a El 0 cA N s@ C U @ .- a �' O 0) C N 0 a Is ` 3 E 2 vi y i. .G cN a d N > > O c 00 ca O O «. i N 0 -0 0 0 V 0 0) •y A J °) j 0 0 � 3 o m a) r a a.0 fl.� L 0 C O N CI ,J N . 0 3 N E O C d O L 3 N co N E cU v E m 0 e > O OY tO O W N ° 'N C I.L 0 ,_ 3 N IY I— at F- WO o 2o` oc .- a) _c Ce Z co r. c ;� 4.0 ` N fej QW� NaO ° U L i L V N WF- � 0° o •c o > �°, co00) co co 'O e sa HQ � oo co E ° C7 � a; A 111 Z L O W N N gt tn N ,- 7 W y m LL :,. Li, e V 7 "a 7 as0 a WZ m mal . ° ONo N � I = V a l co j >, o o . Co Z � c ° CO1-. go o >. a) E iti 0 � OW a WZ c co a) oai v>ioc 0.' "in QZ a �+ co O N C o N N m0 '" o)Y `o •0 ' $ EO c ° 2ry � V. CL C f6 N N � W 0 14 Q r 'N .. Ern '�L" fl. N N O m ^O V m 33 vNc� ° 0c LLW a0i u.i F- N N j O) N C E c 0 g Or 5o � `m0o - '- Zm to � I% zcn " QCM ou, t ° o W � A a N 0 N o N y N 0 m a O . . L � 00 cEa ill a) OW v co .r N of Uo0 m0 Wm O CI - 3 U O 0 N N J 2 >, N O N `8 .0 -0E O m 4- 3 c c o9w. me Q 65 ; 1 1U c0 =all v W `o F— a O m 0 = m -aE -2 La) *, •e. f�`D C.) W U O ` CO o : m coo 0 Q 0) Y 3 (0 N ti dC : 4- a o WC-+ O 0- W c y uZD cNm `° p O co NE U T 2 ° EN � E c 6 3 OLoc N a W Z D o ov yoEr; a) a O `` co o o cVY -oa) N c ,Swv N c" g co N CO CO fnJ oVjf0 V .� -C .. d �.� f o ° O o ZQL NNNO > O OU r��% ',' i o ) m C c N C-0 N O- O Lac N N U F,�f 1 0 rL f9 O ,�, V 0 �- 7 us N N .'� r���a� 3 O —Pc-. p O S 2 L ° c °>- N 0 O d Z N a 0 cn N CO >- W 4-= N c E