Loading...
HomeMy WebLinkAboutVieth Construction Corp. CITY OF WATERLOO CITY CLERK'S OFFICE Ati6 9 2015 AH9:28:0 3 J * © m U 000 F-U4 �O_J Z¢ Z tx: Q � U W CITY OF WRTE` =CITY CLERK'S OFFICE 06 6 2015 4t9'28.08 a . \\L J v 'L p �i. o t4 ®� t-zQ z-cc W = U H W FORM OF BID OR PROPOSAL F.Y. 2016 GETTY LAKE TRAIL CONTRACT NO. 870 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. 2016 GETTY LAKE TRAIL, Contract No. 870, 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 GETTY LAKE TRAIL CONTRACT NO. 870 BID DESCRIPTION UNIT EST.QTY. UNIT BID TOTAL BID ITEM DIVISION 1 PRICE PRICE F.a 1 3" LIMESTONE CHIPS TONS 692.2 $ 2L $/5 LLe 2 4" SUBBASE TONS 1128.0 $ Z6 $ 3Z€ 3 EXCAVATION SY 5859.5 $ S $2.9 zq 7- — 4 CLASS 10 FILL AND LEVEE WIDENING CY 621.0 $ $ STRIP TOPSOIL, STOCKPILE AND 5 SPREAD CY 277.0 $ 2 Z " $ ,4n 99Q 6 COMPACTION WITH M&D CONTROL CY 621.0 $ 3 $ ✓g-4,3 CERTIFICATION OF LEVEE FILL 7 MATERIAL LS 1.0 $ /s-Zu $ /a2� 8 CLEARING AND GRUBBING ACRES 4.0 $ ' PORTLAND CEMENT CONCRETE, 5C, 9 CLASS C, CLASS 3 DURABILITY, 5" SY 203.9 $ _ $ 2396 •— FORM OF BID CONTRACT NO. 870 Page 1 of 4 10 REMOVAL OF 72" CHAIN LINK FENCE LF 149.0$ $ /f?Z - INSTALL END SECTION - 72" CHAIN 11 LINK FENCE EACH 2.0 $ G ?3 $ /35-6 12 CULVERT CONCRETE PIPE 1500D, 18" LF 32.0 $ $ 13 SWPPP IMPLEMENTATION LS 1.0$ 7.57s- $ 7.5 0 - 14 12"WATTLES LF 1469.0 $ 3_ 15 48" PROTECTIVE FENCING LF 568.0 $ $ Zs-5-6 16 STABILIZED ENTRANCE EACH 2.0 $ Z3 ' $ ye6t.,< es- 17 SEEDING AND FERTILIZING ACRES 3.37 $ 2 2 3 $ 7x9s_ 18 EROSION CONTROL BLANKET SY 570.0 $ /. f $ 9 - 19 MOBILIZATION LS 1.0 $ - $ 9c. 20 TRAFFIC CONTROL LS 1.0 $ Ste' $ S2 ' _ TOTAL BID - DIVISION I $ / 7/ G 0 /, 3� BID DESCRIPTION 1 UNIT TYR # " A * I ^ ITEIVI DIVISION It ' 1 3" LIMESTONE CHIPS TONS 202.4 $ Z.0 $ 54- -,�6J 2 4" SUBBASE TONS 329.9 $ Z 7 $ e90 7.3-' 3 EXCAVATION SY 1713.5 $ `L _ $ 68 Sf 8 CLEARING AND GRUBBING ACRES 1.2 $ 7606 $ $jam 14 12"WATTLES LF 716.0 $ ,3 . 7.5- $ Z 6 8 3 15 48" PROTECTIVE FENCING LF 105.0 $ f $ - 17 SEEDING AND FERTILIZING ACRES 0.94 $ 22 Z-3 $ 2 S`a 20 TRAFFIC CONTROL LS 1.0 $ /ov ' $ /Ov TOTAL BID- DIVISION II $ 39, 3/5, TOTAL BID - DIVISION I + DIVISION II $ 2c 5, 9 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. FORM OF BID CONTRACT NO. 870 Page 2 of 4 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 J-7,, i f Dollars ($ ) in the form of 44: 7 4,. 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 ( ), 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 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: FORM OF BID CONTRACT NO. 870 Page 3 of 4 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. VIETH CONSTRUCTION CORP. 6419 DR. g/6//S, CEDARRFALLS, IA IA 50613 (Name of Bidder) (Date) BY: / Title rs Official Address: (Including Zip Code): VIETH CONSTRUCTION CORP 6419 NORDIC DR. CEDAR FALLS, IA 50613 I.R.S. No. UG -0„5-6 90 J 7 FORM OF BID CONTRACT NO. 870 Page 4 of 4 BID BOND 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) (Seal) Witness Surety By Witness Attorney-in-fact NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of )ss County of (1 V`ti , being first duly sworn, deposes and says that: 1. He is k6wner, artner. Officer Representative or Agent) , of V%4 ( 64-/.ti.)Sr , 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) Si/LA rtSubscribed and sworn to before me this Si LA day of , 2015 ()fact Aitofric(c,t4 Title My commission expires A f A•; SHERRY K HORNUNG COMMISSION NO.789387 • MY COMMISSION EXPIRES o w o APRIL 6,2018 RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: Resident Bidder: 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. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of"Non-Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RESIDENT BIDDER CERTIFICATION CONTRACT NO: g 7c) PROJECT NAME: 4rr Y -lam.'' DATE OF LETTING: 8/6 //,- 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 a deTined above. VIETH CONSTRUCTION CORP. 6419 NORDIC DR COMPANY NAME CEDAR FALLS, IA 50613 CORPORATE OFFICER /�.0 y G/// i! TITLE Al4: , DATE g/f6/i,S NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: 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. Po � E NO a) v) ,p i� co y.,. '"' N 'U) I- Qr te r\+/ O C CU 'L7 I-. . .c .fl O Q m N ,0 f" ice. t�., O O c >. W U '~ a v "O Vs O c m a= O Q m Q O ," .d G o C) a) o o O m c L O E0 V) C a7 o ,-. C7 O U i U o \ o) 2) a .c a) O E to i+ Cd C V) a) O > >+ O C as rea 1 0 oo rn U rn o 0 Pa J O Q U 3 0 N a C A a� a.0 .oc m c r Z. N —_ oc o E o � � 7 vs c w3 a) N H •h 8.� o � o � aV E yNN N ' Na WO 8 � o ccu) — O ) ~ ) u_ o 8 -o '.- o o � � � Z EeZ h. u) N wu) ° chi aa)) @ 0V \� a0 oW 7lc 7co yo 0W m � — (\ U NH E \ W m C • O > O ,"' m ++ el In \7 F- Q\a U O C O N E O 0 Q' ti A q \11 ` ` u) of .__,a) _a) cE �j co 9 W N � v we % ;07 -D my OH g Lu Z Z 'o m a) > a'N Q. m co W v v_) U a` w 0 ` H °. '5 o o aa) rn o Z CO o v 3 a a m O , O O a3 -5 a) Q mF- � � ( - > a� Ew w � W �y z WZ cN OO N c ° c nu) CZ m 0 tV O)4- O -0 0_'fp C O c m a , oy1 '- E — NLo NN 0m rfl \_ \, 0 Y) mm �� � n � 5as mo � c � LLm y 0 di , H Z zw ` QCM a -6Lt a q �' �, i. 1 2 aa)) r ow y .E fl. m a u. C A o m � 1 a) c � O W m O U n n ti} � OI � No0 U > , COL u) mmC N w O c C O 15 V= m C < -l�l` y O) W U m a 7 W 2 O I- �\ We Jaa DOm a) R. � @ ` a CO ,.> o a 7, m a �.ogO) - 3 1 24 a w ° a N -O O W C A. a) OZ N < m o Cv c co 4 0 gU 8 co N E CC 1 4 N co ms `i O 's o c E - c(v a) o W C U a m fq O :. z 7 O ,.., .- Q3 a) gel o O O N O N F ".2 -o U a) — a c i W rn ) V o ? � v .59E �' t m mew Cl) � -.j ,- 5ocm .J -40 O uj p 2 Z Q a) 1- co N U j l' O Pr � �8 a� � m .o ciao v 3 = � 0_E -c � � . •\ 0 !I-a E ac c- O a o o ? O O > Y �.N 2 .: T E a Z a) a U LO w co >- W = 0 2 E Il BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, Vieth Construction Corporation as Principal,and North American Specialty 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 of Bid--- Dollars'$:---5% y lawful moneyof 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 6th day of August 2015 ,for F.Y.2016 Getty Lake Trail in the City of Waterloo, Contract No.870 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 thorn as are corporations,have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 6th day of August A.D.2015 - Vieth Construction Corporation (Seal' Principal By la-4-179 ( Z. ,,f,tes 0110 5 North Am • n Specialty I n e Compani(Seal) Allr � uretY r 'ess nne owner Dione R.Young Attorn in act tSi lEFlRY K HORNUNG - , COMMISSION NO.7S9387 I`` 4.,. * MY COMMISSION EXPIRES L...,.,:::,..,. APRIL 6,2018 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: JAY D.FREIERMUTH,CRAIG E.HANSEN,BRIAN M.DEIMERLY,SHIRLEY S.BARTENHAGEN, CINDY BENNETT,ANNE CROWNER,TIM McCULLOH,STACY VENN,LACEY CRAMBLIT and DTONE R.YOUNG JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ��Q0 kury ,.......`'t(P 4� pS10NAI ry ' By 'IS:d gj2 r SEAL -: Steven P.Anderson,Senior Vice President of Washington International Insurance Company SEAL its, 1973 -ea; '" &Senior Vice President of North American Specialty insurance Company :re, 4 lyHAMPs�`;' .5 "JMJflwiato By 'S'L,h=.. .. *�qt. David M.Layman,Vice President of Washington International Insurance Company WAN &Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this25th day of January ,2013 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 25th day of January ,2013 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFIICIALSEAL" i,V0701.4 DONNA D.SKLENS Notary Public,State of Illinois I Donna D.Sklens,Notary Public My Commission Flakes 10/06/2015 1, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in fall force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 6th day of August ,20 15 . 41/117, Jeffrey Goldberg,Vice President&Assistant S,Y;remr of Washington International Insurance Company&North American Specialty Insurance Company