Loading...
HomeMy WebLinkAboutPirc-Tobin ConstructionF. CONSTRUCTION INC ri TO PO Box 160 Alburnett, IA 52202 ist BID DOCUMENTS: Sealed Bid for Complete Construction Midport Boulevard Extension Phase 3 Waterloo, IA Contract No: 894 BID OPENING: 1:00 PM - 2/18/2016 lu CcI ECA lett CL. e-+ t�1 Bid Security Enclosed iZax� L,L I Fes. a cin k� L Swig w w M r u_. {hi�l It i •r'4 CO Lie] LJ... URI RIC CONSTRUCTION INC_ TO PO Box 160 Alburnett, IA 52202 BID DOCUMENTS: Sealed Bid for Complete Construction Midport Boulevard Extension Phase 3 Waterloo, IA Contract No: 894 BID OPENING: 1:00 PM - 2/18/2016 BID ENCLOSED _, , . P)�C _ 1 0 6,n cry,,, Revised Per Addendum No. 1 -02/12/16 FORM OF BID OR PROPOSAL MIDPORT BOULEVARD EXTENSION PHASE III CITY CONTRACT NO.894 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 ION ck ,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 AECOM 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 MIDPORT BOULEVARD EXTENSION PHASE III, CITY CONTRACT NO. 894, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: MIDPORT BOULEVARD EXTENSION PHASE III CITY CONTRACT NO.894 EST. UNIT BID SPEC QUANTIT BID TOTAL ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE DIVISION I 1 SUDAS Special Backfill CY 1114.9 $ 33.00 $ 3 -�cj 7v SUDAS �� 2 2010 Excavation,Class 10,Roadway and Borrow CY 6828.0 $ 9-SO $ La. e 1 6 .00 1 3 SUDAS Excavation,Class 12,Boulders or Rock Fragments CY201 50.0 $ 4(.Sb $ Z U 1 S.GD 4 SUDAS Topsoil,Strip,Salvage and Spread CY 3046.0 $ S 40 $ (b 11-4.8)40 IDOT 5 2109 Special Compaction of Subgrade STA 17.3 $ 4.2.S.00 $ - �q { .µv C\ 6 SUDAS Removal of Pavement SY 31.1 $ $ 2040 1�j.50 �1`�.SS SUDAS 7 Subgrade Stabilization Material,Polymer Grid SY 6689.1 $ $ 2010 �.So I /033•(oS SUDAS 8 Modified Subbase CY 1114.9 $ $ 2010 31�.�0 / 13b.40 9 SUDAS Standard or Slip Form Portland Cement Concrete SY 2010 Pavement,Class C,Class 3 Durability,10-In. en-5542.4 $ 5 c $ a07 4U" o0 L1-Q--� � ,J2 p C$ 2 10 IDOTGranular Surfacing on Road,Class A Crushed Stone TON 100.0 $ 8.00 $23 EGO o o - 1 1 SUDAS4030 Aprons,Concrete,18-In.Dia. EACH 2.0 $ l,?,.Ov pV $ Z, GC.)•pv 12 SUDAS Subdrains,4-In.Dia. LF 1945.0 $ $ 4040 8.30 I 61 1 43•So 13 IDOT Subdrain Outlets EACH 13.0 $ $ 2502 IUU .00 I 3GU. 00 14 SUDAS6011 Intake,SW-508 EACH 3.0 $ S 4 UU co $ (�I ZGd . Ov FORM OF BID CITY CONTRACT NO.894 BF-1 of 4 AECOM 60440125 Revised Per Addendum No.1 -02/12/16 EST. UNIT BID SPEC QUANTIT BID TOTAL ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE 15 SUDAS Intake,SW-510 EACH 4.0 $ 0D $ 6010 51900. Z3/tQco.00 SUDAS Storm Sewer Gravity Main,Trenched,Reinforced 16 4020 Concrete Pipe(RCP),2000D(Class III), 15-In. LF 100.0 $ $ p o SUDAS SO•SO S,O SO. Storm Sewer Gravity Main,Trenched,Reinforced 17 4020 Concrete Pipe(RCP),2000D(Class III),18-In. LF 653.0 $ 00 $ 3rj VI I.06 18 SUDAS Storm Sewer Gravity Main,Trenched,Reinforced LF 221.0 $ $ 4020 Concrete Pipe(RCP),2000D(Class III),24-In. S(o.S 0 1 Z-LF$(p.so SUDAS Storm Sewer Gravity Main,Trenched,Reinforced 19 4020 LF 760.6 $ $ Concrete Pipe(RCP),2000D(Class III),30-In. 70.5 O 55,(0 22..3o 20 SUDAS Storm Sewer Gravity Main,Trenched,Reinforced LF 137.2 $ 0�{ .0 O $ pj.8 C� 4020 Concrete Pipe(RCP),2000D(Class III),36-In. IDOT 21 2507 Engineering Fabric SY 22.0 $ 3.�D $ 1 40 .)( 22 IDOT Erosion Stone TON 12.0 $ 3, 00 $ 444f 00 23 IDOT Safety Closure EACH 2.0 $ $ 2518 ZI( .00 422.00 24 ID02T 4 Removal of Type A Sign EACH 8.0 $ S� 00 $25 IRO-P.0U 25 IDOT Delineator,Rigid-Type I EACH 18.0 $ ci 4 D0 $ 1,,q2...00 2524 26 IDO25T Wood Posts for Type A or B Signs,4-In.x 4-In. LF 42.0 $ 11•SO $ 3 S•Oo 27 IDOT Type A Signs,Sheet Aluminum SF 1" $ • $ 2524 2.5.Co l�j'],2 5 28 IDOT Painted Pavement Marking,Waterborne or Solvent- STA 34.6 $ $ 2527 Based �(0,00 I1-1. / co 29 IDOT Traffic Control LS 1.0 $25 i u� 00 $ 24(X) 00 1 1 30 IDOT Mobilization LS 1.0 $ $ 2533iSDU•pO LS,SOU•o0 31 IDOT Mowing ACRE 10.32 $ $ 2601 (OS.00 11083.(00 32 SUDAS Mulching ACRE 5.16 $ $ 9010 SUDAS 738.0° 3/8o8.0E) 33 9010 Seeding and Fertilizing(Urban) ACRE 5.16 $ 1 32-S." $ to 83"7.00 34 SUDAS Stabilizing Crop-Seeding and Fertilizing ACRE 5.16 $ $ SUDAS 9010 110w.°D 5 Z1o3.20 35 9040 SWPPP-Management LS 1.0 $ 4033 Ob $ (, co 36 SUDAS SWPPP-Qualifying Rainfall Inspection EACH 9040 10.0 $ &3.6-0 1003S. $ 00 37 590405 Wattles-Installation LF 420.0 $ 3.20 $ 13 Oo SUDAS 1 38 9040 Wattles-Removal LF 420.0 $ I 10 $ 1•ivz.oU SUDAS 39 Silt Fence-Installation LF 1600.0 $ 1.9 0 $ U O O 9040 31 t{.O 40 SUDAS Silt Fence-Removal of Sediment LF $1600.0 ( -�Q $ Z 90400 2.0.00 41 59040 S Silt Fence-Removal of Device LF 1600.0 $ 1. 10 $ -1(00.00 42 590405 Special Ditch Control RECP Type 3 SQ 343.0 $ I(D.00 $ 6-) 00 / 1" FORM OF BID CITY CONTRACT NO.894 BF-2 of 4 AECOM 60440125 Revised Per Addendum No. 1 -02/12/16 EST. UNIT BID SPEC QUANTIT BID TOTAL ITEM SECTION DESCRIPTION UNIT V PRICE BID PRICE 43 SUDAS Inlet Protection Device EA 10.0 $ I 00 $ Z oo 9040 SUDAS / 44 9040 Inlet Protection Device Maintenance EA 10.0 $ gg pU $ 000,00 DIVISION II 45 CONTRACT Two-Year Maintenance Bond LS 1.0 $ ii. .Goo UU $ 1,F. 6-e pU TOTAL BID PRICE $ $ Iv&7,-0?--(a. 1/6,29314- 01 /� 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. 5 4. Security in the sum of - - Dollars ($ in the form of ' ri of (-cv .i. , 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$10,000.00 in work for the City in the current calendar year,are prepared to submit an AAP or Update and an EOC,within ten(10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. t Date 2/ 12/2 c'1 b 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)to be used on this Project to the City of Waterloo by 5:00 p.m.the business day following the day Bids on this Project are due along with the Non-Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL"Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. FORM OF BID CITY CONTRACT NO.894 BF-3 of 4 AECOM 60440125 Revised Per Addendum No. 1 -02/12/16 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked"none"or"NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Pi r c,^Totoi n Ozvtc,-i rtA inn. I h L • 2/I a/I (Name of Bidder) (Date) BY: L` Title f Official Address: (Including Zip Code): PD lux 110 21,05 D 01 t blA r kl cit 11`� `j 2 2 2- I.R.S.No. 20 - ICi.Z.C►Sci$ FORM OF BID CITY CONTRACT NO.894 BF-4 of 4 AECOM 60440125 CITY OF WATERLOO, IOWA WATERLOO ENGINEERING DEPARTMENT .46 715 Mulberry St. • Waterloo,IA 50703 • (319)291-4312 Fax(319)291-4262 1%700\c) ERIC THORSON,P.E. • City Engineer Mayor INFORMATION NEEDED QUENTIN HART FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE COUNCIL MEMBERS CONTRACTOR NAME: f I r c 106 ►n Nn Istrvc+i (S\ri . DAVID JONES ADDRESS: © X j l�p Ward 1 BRUCE ICI bt,.rnc-N-I c>W Gl S2�t]7 JACOBS Ward 2 (Check One) PRIME: ✓ SUBCONTRACTOR: PATRICK dRISSEY Ward ClS S Ward 3 FEDERAL ID#: ZO — ► 2 JE OMER PROJECT NAME: Oil d pctr-�- .t t v a re. Ex-I-Lh ci w, phc4c AL—AM , Ward 4 PROJECT CONTRACT NO.: 09`-I RON WELPER Wards DESCRIPTION OF WORK: TOM LIND 0 Brickwork 0 Landscaping At-Large ❑ Carpentry 0 Painting STEVEN SCHMITT 0 Concrete g Paving At-Large ❑ Drywall-Plaster-Insulation 0 Plumbing ❑ Electrical 0 Roofing-Siding-Sheet Metal ❑ Excavation/Grading 0 Windows ❑ Flooring 0 Wrecking-Demolition ❑ Heavy Construction 0 Other (Please Specify) ❑ Heating-Ventilating-Air Cond. 0 WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer SALES TAX EXEMPTION CITY CONTRACT NO.894 Paee STE-1 of 1 AECOM 60440125 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of Irma, ) �1 n r )ss County of ) Criti d(,{ J .• 1D6l !. ,being first duly sworn,deposes and says that: 1. He is (Owner,Partner,Officer,Representative,or Agent) ,of vt r c.. -1-o6(r OtY r tc{c svt ,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) --''"r I r4stei4r:( Title Subscribed and sworn to before me this I S day of Fc-brvtp.r ,2016. Title My commission expires OLP/2v/2 ° 1 t o ` JILL M CARLSON Commission Number 778957 ti . My Commission Expires � June 20,2016 NON-COLLUSION CITY CONTRACT NO.894 NCA-1 of 2 AECOM 60440125 RESIDENT BIDDER CERTIFICATION CONTRACT NO: 09 if PROJECT NAME: /Li id-pad- Foul e Jav-ci P\iu-e 3 DATE OF LETTING: Fe bvatimj J f it) 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 1YC- 1-010 t + vvm I IVAC— CORPORATE OFFICER Cc 1 06-1 rN TITLE PYeSicIec\t. DATE 2-1IBL� to RESIDENT BIDDER CITY CONTRACT NO.894 RB-2 of 3 AECOM 60440125 0 C°° N c cc a) c ,,-. cc ,� - E -4p,, n. c `� ; j, 0 E - w —cn CZ N L „ cn c ° 'a L L - "CI •cn 0 I. e VI 4. 1111 Eni. 7= o- L % 0 V :l ° ran W ,p .0 V 1 �,f� O O C Rn s... 4- -p E c a o ai o -3 c l c > c - - in al G 1c E L = O .4m . Q cC .rt. O o Q c a a' o to Ec O 'G = 0 °o U P. c ° w ° VI a o > L E G 4S 44 o ` o c C ° k- \ o c...) =o . 7"" cr 11. cti et o ,_ i c UC �ai cc ...p t o c a) s O CU • • a w Cr etCe r. o Ocl) L , • �O cC cn O N Er W -t ' � _ c E •E a) W z -o ai ❑ , _ L O p p -D E 0 ar Cld uz ' QO WC o U p CW U � L ° . r- G = LO O O O 'O • p C, r� O ° Z .. •VI p z C.) YJ _ cc o C.) L 0 _ _ ) 1 0 CA OU T ot. L ° 's o •� OW C N E- ..., coy m � ccj3w ;; o o ° zCr z U m3 ° = � > 3 0 Ow .. z CO 0 a1 O mC E- L E o o „ anti F z v �1 9' l� •• w w -, — a) E ' ,- Q' cl D i �r E- 4 'o cca . zs • �-' o c▪ -a'o L� p C. = c L a. = o = .c k, W � � 0 c .� w 3 zp >, L =o 0tc. v� O ` y V > 0 a' L c• E _ c� O CO F .. ... . Z •o 0• a> a- E o = W G o 1,oCN - ' 1� ti0 a E "= = c. mc�i p U i i% 1 1 -1 1 O s e ° o rz ,, E.. "IN) r'j K Y EE c cE ..= W o y. gi `,a Lo :D •"' W cc9 0 'N .c . q a) a) c U U r . c c� 0, . W e▪▪ o ,_ Vt.- .) 4 C J C oir a ° L -o ., • L -(- Kl z 3 �" c L c aL) m u i 1� cOl ai c.) c rn w0 o T E °' 3 P. `�" k O �'c'' Z z U = O w = O -o O = O al i o W o c U .�T a= _ . U Q) a L U U 07 c> an L a E a� ea = _ (. t, J^ F N c E O `�, J6i`�.tefHo w >, O z j,U i E y c a) t , O V o Ail f c U m s ci O 4. 0 y cc, N a>i . �+ L "� 1 �U n`° O o D D -�' Q o a o o wa a z it' c) vp Q U �i -a H 1'� '�w 2 t 9 8 , 11 ..�Q`'' i Lc/. ❑ c i La I- . - 2' Q2 •N )' o E C Ct 61 C .0 tC N C N -DI Q ° 6 E o .6 p n a m .c z �-' c _ _ a o c O 11.1 o c a w aSi L - Z • Q - 0 m C O F a ea E I- > z n mal t E to Q � 1- c 8 W O } 4 , C a O O m O LI 2 rn Ci w U'as en < qC )�t t a ur cF +iy c ¢ U O O z . NE27 ati Uo y 27 t ^r L .>mU 0 ea p cmE0 c mC a) o j CO m .cr an co ~ u > z t .y -r) ,ti Cn 1s o E m 2 O y . iY Q' CO a c c m 0i a >-z� 0 t § 2 al mN .t W L 0 L Z 0 m CO Z a rdf a {G J b8 cn0 © € 3 . m � a l� CO DF- a a c cr Om 0 .- m � m E tu us m L. mQ � '--. --. J ix -c) v o ° E L. W i Z N LL m c ' _IL' O � QO t` C C E m m Q O U U) 0 co € t m m Q 2z CO c E c ~ to I- 91 �J 0 O t 0 c "c- > T �� w � m 2 a z m >, m W O Nliii C c. cm E C 2 co • d c in • C C O r 2au in co al ti o %J 3 F- rr - `o c -t- Tai E mo m a D • yr p Y. It E • 2' ID• co mo u U 1� ¢ c8 a o a F a�` 2 as m Z C, -' C W 0 y V T a Ln a c o m U 3 O c p 0 To 8 8 ° m = U b "S a `� Sim N. H. T j o € € , - o y +"TJ c.a.oacov 1 U o r f\ 0 e a 8 .0 0 — -i— � Nil o f ry, { a a 'O Q, C �J 6 c °. R - E Z D 4 '\. m o d •S c3 O O `O O CD m W m V �J N es t c 2 R. m a m p 1L� U m c a > o ee — ka d' a •- li U d U C..1 c m C O Z 7i I- J