HomeMy WebLinkAboutDave Schmitt Construction, Inc.CONSTRUCTION CO. INC.
250 50TH AVE. S.W.
CEDAR RAPIDS, IowA 52404
(319) 365-8669 FAx (319) 365-2677
SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION
To: VJ 1 k / C.o rKen\j
- ? MI% 7Qcock ;\)" 5uk Sera Ex\-.
CoAb•Ac- u0 9777-
A -LJ U5 - Bohn t ZOcl
N rte- 0
0 rri i-
LJ') -4
•}
N)
ice:
:17-,)::
(r7:711 }
65 m
250 50TH AVE. S.W.
CEDAR RAPIDS, IOWA 52404
(319) 365-8669 FAX (319) 365-2677
SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION
To:
F`( Zokc6 *b o � _ 14,
L r A0 �3z
\ot\- \ ZoV'1
FORM OF BID OR PROPOSAL
F.Y. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION
CONTRACT NO. 932
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
t,,,u,, , a Partnership consisting of the following partners:
Dam_ Sc,)nntiAk' CoN'Ac� �%;o,, 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. 2018 BROCK 2ND ADDITION
SANITARY SEWER EXTENSION, Contract No. 932, 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. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION
CONTRACT NO. 932
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY,
UNIT BID
PRICE
TOTAL BID PRICE
001
MOBILIZATION _
L.S.
1
$ 3\ L.AV
$ 15O(0 I c)0
002
CLEARING AND GRUBBING
L.S.
1$
6 l V _J,�
$ I S 1 O S,�v
003
SEED AND FERTILIZE (IDOT URBAN MIX)
ACRES
0.8
$ 25oO.a)
$ 2000 .0p
004
MULCH (IDOT URBAN MIX)
ACRES
0,22
$ ).,5b0,00
$ 50• o0
005
12" DIA., STRAW FILLED WATTLES
L.F.
252
$ 7, 50
$ ` (6%.n
006
WOOD EXCELSIOR MAT FOR DITCH PROTECTION
S.F.
25,165
$ 0 a
$ Lk5 1r� v
007
TRAFFIC CONTROL
LS,
1
$ r1n. ob
$ 1000.00
008
MAINTENANCE BOND, 2 -YEAR
L.S.
1
$ V) -J, i$
\ LO -),L)
FORM OF BID
CONTRACT NO. 932
Page 1 of 4
101
SANITARY SEWER MANHOLE, STANDARD
EACH
3
$ 31 2..Oo
$ AS \ L , bo
102
SANITARY SEWER, 8 -INCH DIA.
L.F.
906.5
$ 5,-1°
$ -62-J1-it-k.20
501
FULL DEPTH PAVEMENT SAW CUT
L.F.
103
$ 1. ?)0
$ M • L-0
502
REMOVALS, CURB AND GUTTER
L.F.
46
$ t c1 • W
$ S MU• OV
503
REMOVALS, P.C.C. PAVEMENT
S.Y.
75
$ 2_$,11'•t
$ / \\ I• n
504
REMOVALS, H.M.A. PAVEMENT
S.Y.
36
$ � ,W
$ \ Z. . 00
505
PAVEMENT, P.C. CONCRETE, 8" THICK, I.D.O.T.
CLASS M-4
S.Y.
58
$ \--2S.CO
$ 72.. 2.5o .070
506
PAVEMENT, P.C. CONCRETE, WITH INTEGRAL
CURB, 6" THICK, I.D.O.T. CLASS M-4
S.Y.
63
$ ` I,O.OD
$ EMP() c ° .130
507
SUBBASE, MODIFIED
TON
66
$ (el,,W
$ L'1n,00
508
CLASS A 1" ROADSTONE, FOR SHOULDER
RESTORATION, 6" COMPACTED THICKNESS
TON
11
$ 3k •ZJ
2
$ 3clk • 0,)
TOTAL BASE BID
$ 13Z , S7_.3 3'0
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 sumf 5 4J0
Dollars ($ Al�A ) in the form of V,K ?onc`. ,
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. 932 Page 2 of 4
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 $10,000.00 in work for the City in the current calendar year, are prepared to
submit an AAP or Update and an EOC, within ten (10) days of notification that the
bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. l Date T � L 1- fl
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre-bid
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on
"SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City
prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract
Compliance Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
FORM OF BID
CONTRACT NO. 932 Page 3 of 4
BY:
(Name of Bidder) (Date)
16C 61..41 ` j, �
U ��5�� ��''"V Title CS i nno&r \Kxgcr
Official Address: (Including Zip Code):
Zoo b k'N due. SW
I.R.S. No, 41- _0t%Y\070$
FORM OF BID CONTRACT NO. 932
Page4of4
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME: Povik. Sc\nrp;, \'t
ADDRESS: O ` ANK. \Al
Ctk� `eoft\\.s, zN 524o`1
(Check One)
PRIME
FEDERAL ID#: LIZ' b *). G\,O ��
SUBCONTRACTOR
PROJECT NAME: I 2.O\c6
PROJECT CONTRACT NO.: I37_
DESCRIPTION OF WORK:
❑ Brickwork
❑ Carpentry
❑ Concrete
❑ Drywall -Plaster -Insulation
❑ Electrical
Excavation/Grading
❑ Flooring
❑ Heavy Construction
❑ Ideating -Ventilating -Air Cond.
❑ Landscaping
❑ Painting
❑ Paving
❑ Plumbing
❑ Roofing -Siding -Sheet Metal
❑ Windows
❑ Wrecking -Demolition
Ei Other (Please specify)
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
5, 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 �®
r�
(Appropriate Official)
EE
(Title)
(Date)
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and
successors in interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations
relative to non-discrimination in Federally assisted programs of the DOT Title 49,
Code of Federal Regulations, Part 21, as they may be amended from time to
time, (hereinafter referred to as the Regulations), which are herein incorporated
by reference and made a part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during
the contract, shall not discriminate on the grounds of race, color, national origin,
sex, age, or disability in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The contractor shall not
participate either directly or indirectly in the discrimination prohibited by section
21.5 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and
Equipment: In all solicitations either by competitive bidding or negotiation made
by the contractor for work to be performed under a subcontract, including
procurement of materials or leases of equipment, each potential subcontractor or
supplier shall be notified by the contractor of the contractor's obligations under
this contract and the Regulations relative to non-discrimination on the grounds of
race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant there to, and shall
allow access to its books, records, accounts, other sources of information, and its
facilities as may be determined by the Contracting Authority, the Iowa DOT, or
FHWA to be pertinent to ascertain compliance with such Regulations, orders and
instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information the
contractor shall so certify to the Contracting Authority, the Iowa DOT, or the
FHWA as appropriate, and shall set forth what efforts it has made to obtain the
information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance
with the nondiscrimination provisions of this contract, the Contracting Authority,
the Iowa DOT, or the FHWA shall impose such contract sanctions as they may
determine to be appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the
contractor complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in
part.
6. Incorporation of Provisions: The contractor shall include the provisions of
paragraphs (1) through (6) in every subcontract, including procurement of
materials and leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. The contractor shall take such action with
respect to any subcontract or procurement as the Contracting Authority, the Iowa
DOT, or the FHWA may direct as a means of enforcing such provisions including
sanctions for non-compliance: Provided, however, that, in the event of a
contractor becomes involved in, or it threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request
the Contracting Authority or the Iowa DOT to enter into such litigation to protect
the interests of the Contracting Authority or the Iowa DOT; and, in addition, the
contractor may request the United States to enter into such litigation to protect
the interest of the United States.
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
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
( ,� ) General Contractor
( ) Subcontractor
I. Section A to be completed by GENERAL CONTRACTORS only:
A. 1 ,
Name of Company �J(A R c JC.��� Cbp-St,voC���
Address of Company 230 1`'s ju zip 5V- fr
Telephone Number ( ) 3(p5 — aeoVk
Federal ID Number (if no Federal ID Number, Owner/President's Social
Security Number) -ft- 09)VA0 366
Name of Equal Employment Officer 3 oS\s.
Name of Project U6 vw "%NV_ W\.\� Se, �x h►��o
Project Contract Number
Estimated Construction Work Dates S /2:0I'1 / 12�2A1-�
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor
Name of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number (
Subcontractor's Federal ID Number (if no Federal ID Number
Owner/President's Social Security Number)
Name of Equal Employment Officer
_1 ..
C. Remainder of program to be completed by party completing program,
either Prime or Subcontractor.
1. The Owners and/or Principals of your company:
Ethnic
Name Address Position Sex Origin
SL(,) I"k,powt`\ Ol,.)ncr. e L6\0(0)4.Y,
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a
branch or subsidiary of a parent organization, give the following
information:
Type of
Name Address Affiliation Degree
II. EMPLOYER'S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally
committed to nondiscrimination in employment. Any person who
applies for employment with our company will not be discriminated
against because of race, color, creed, sex, national origin, economic
status, age, mental or physical handicap.
B. The employment policies and practices of the undersigned are to recruit
and hire employees without discrimination, and to treat them equally
with respect to compensation and opportunities for advancement,
including training, upgrading, promotion, and transfer. However, we
realize the inequities associated with employment training, upgrading,
contracting and subcontracting for minorities and women and we will
direct our efforts to correcting any deficiencies to the maximum extent
possible. The same will be required of our SUBCONTRACTORS and
suppliers.
C. We submit this program to assure compliance with Executive Order
11246, as amended, and other subsequent orders that may pertain to
equal employment opportunity and merit employment policies, fully
-2
realizing that our qualification and/or merit system should be evaluated
and revised, if necessary.
D. We agree to put forth the maximum effort to achieve full employment
and utilization of capabilities and productivity of all our citizens without
regard to race, creed, color, sex, national origin, economic status, age,
and mental
or physical handicap.
E. akc., J(,ML - (c,rykCo t)\- will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to
the greatest extent feasible.
III. AFFIRMATIVE ACTION
A. 9utA recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than
just a policy statement, and 1J,m,i, SCI1nM;
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that
equal employment opportunities are available on the basis of individual
merit, and to actively encourage minorities, women and local residents
to seek employment with our company on this basis.
B. C.)NS\c'rvc\'s a will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and
Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
-C�
C. 1 ►t. ScVn^;t-• C-ON5\-(`Qc,� will take
(Name of Company)
whatever steps are necessary to ensure that our total work force has
adequate minority, female, and local representation. We will utilize the
following methods in our recruitment attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye
Community College);
4. Job Service of Iowa; and
5. Other.
-3 -
D. U�� J�.^��t� UJ1S\-(v<.,CL—, will seek qualified minority,
(Name of Company)
female, and local group applicants for all job categories and will make
asserted efforts to increase minority, female and group representation
in occupations at the higher levels or skill and responsibility.
E. All sources of employment used shall be aware that we are an Equal
Employment Opportunity Employer. Labor organizations representing
our employees will be notified of our Equal Employment Opportunity
Policy and Affirmative Action Program.
F. Training, upgrading, promotion and transfer activities at all levels will be
monitored to ensure that full consideration has been given to qualified
minority, female, and local group employees.
G. t�ile ScnM1%. (.,u4-Ncho� will encourage other
(Name of Company)
companies with whom we are associated and/or do business, to do the
same and we will assist them in their efforts.
H.i1`.(&,Ahas taken the following
(Name of Company)
Affirmative Action to ensure that minority, female, local contractors
and/or suppliers were provided opportunities to negotiate and/or bid on
this project: (if none, write "NONE")
DL. �C�CPafa,�1B�
2. QV ‘‘ `(C. N [ vc,
As a result of the above efforts, we have involved minority, female, and
local contractors and/or suppliers in the following areas of
subcontracting: (if none, write "NONE")
1. ?. L. �,or,CC.\—e1\,���
2. . C- , LoA t.rt,\-c_ ' 61" L
J. 6\i‘.MAV �UnS�,�� will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who
propose to work on this project and will take whatever steps are
necessary to ensure that non -minority contractors have adequate
representation of minority, female and local persons in their total work
force.
K. In further accordance with rules and guidelines issued pursuant to
Executive Order 11246 as amended, we establish the goals for our
company, based on parity percentages supplied by the City, and we
realize these goals will be reviewed on an annual basis.
DOA&L. JC�,Mi [T ��to���� will keep records of
(Name of Company)
specific actions relative to recruitment, employment, training, upgrading
and promotion and will provide the City of Waterloo with any information
relative to same, including activities of our SUBCONTRACTORS and
suppliers as necessary or when requested.
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
9U,vk, L\AfA ` s6\,0( )- Affirmative Action
N.
(Name of Company)
Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not
be rigid and inflexible quotas which must be met, but must be targets,
reasonably attainable by means of applying every good faith effort to
make all aspects of the entire Affirmative Action Program work."
For the year 2017 , please submit percentage targets for employing
minorities and women. If you already have reached your target for
hiring minorities and women, please submit that percentage.
*Goals for Minorities: 3
Goals for Women: 3
*Your affirmative action goals should be between 1% and 10% or more
for minorities and 1% and 5% or more for women.
Please be advised that the goals or targets are purely your estimation
of how many women and minorities your company can reasonably
expect to hire in 201.1. Note, that none of the goals are rigid or
inflexible. They are targets that your company calculates as reasonably
attainable, This will help the City in its monitoring procedures as
required by City of Waterloo Resolution No. 1984-142(4).
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
NAME AND ADDRESS
JOB CATEGORY
RACE
SEX
HOURLY
WAGE
i 9a &.ae.:.l,i A
p0`VC s, I tictV e /i ✓CLYi'77 rpt e.Nuhn.
kbAlk_
a2 , 90
r,r11
1 3�Ge liii'ec,3P S ,A-,„,
!�
ppA
I�
�� I
cf/1 /P-Ni.St
J45on o.��o�K TrC�er,�AS0675 � h�
1 ,
�vl��.
7 59
O7 �uGuj'/ 1 itll90
47(10/ode/and�r5CJ
kekN-
M
d(7 1 J9
`fiLiCi__
).wi� TRN V4kn 2t^stri/e
b0r-
\f'\"a\v_
INDICATE:
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: VV
HANDICAPPED: H
6
We hereby certify that we are in compliance with all City and Federal
Affirmative Action Regulations and agree to accept all liability for failure to
comply.
Respectfully sy,Initte
B
Company Executive
8— ct-
Date
By: `c�
Equal Employment
Opportunity Officer
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
7
DESCRIPTION OF JOB CATEGORIES
1. Officials/Manager: Occupations in which employees set broad policies,
exercise overall responsibility for execution of all policies, or direct individual
departments or special phases of the agency's operations or provide
specialized consultation on a regional, district or area basis. Includes:
department heads, bureau chiefs, division chiefs, directors, deputy directors,
controllers, examiners, wardens, superintendents, unit supervisors, sheriffs,
police and fire chiefs and inspectors and kindred workers.
2. Professionals: Occupations which require specialized and theoretical
knowledge which is usually required through college training or thorough work
experience and other training which provides comparable knowledge.
Includes: personnel and labor relations workers, social workers, doctors,
psychologists, registered nurses, economists, dietitians, lawyers, system
analysts, accountants, engineers, employment and vocational rehabilitation
counselors, teachers or instructors, police and fire captains and lieutenants
and kindred workers.
3. Technicians: Occupations which require a combination of basic scientific or
technical knowledge and manual skill which can be obtained through
specialized post -secondary school education and through equivalent on-the-
job training. Includes: computer programmers and operations, draftsmen,
surveyors, licensed practical nurses, photographs, radio operators, technical
illustrators, police and fire sergeants and kindred workers.
4. Office/Clerical: Workers are responsible for internal and external
communication, recording and retrieval of data and/or information and other
paper work required in an office. Includes: bookkeepers, messengers, office
machine operators, clerk -typists, stenographers, court transcribers, hearing
reporters, statistical clerks, dispatchers, license distributors, payroll clerks and
kindred workers.
5. Skilled Craft Workers: Workers perform jobs which require special manual
skill and a thorough and comprehensive knowledge of the processes involved
in the work which is acquired through on-the-job training programs. Includes:
Mechanics and repairman, electricians, heavy equipment operators, stationary
engineers, skilled machine occupations, carpenters, compositors and
typesetters and kindred workers.
6. Sales Workers: Occupations engaging wholly and primarily in direct selling.
Includes: advertising agents and salesman, insurance agents and brokers,
real estate agents and brokers, stock and bond salesmen, demonstrators,
salesmen and sales clerks, grocery clerks and cashier checkers, and kindred
workers.
7. Operatives (semi -skilled): Workers who operate machine or processing
equipment or perform other factory -type duties of intermediate skill level which
can be mastered in a few weeks and require only limited training. Includes:
apprentices (auto mechanics), plumbers, building trades, metal working
trades, bricklayers, carpenters, electricians, machinists, mechanics, printing
trades, etc., operatives, attendants (auto service and parking), plasterers,
chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry
cleaning operatives, milliners, mine operatives and laborers, motormen, oilers
and greasers, (except auto painters), (except construction and maintenance),
photographic process workers, stationary fireman, truck and tractor drivers,
weavers, (textile), welders and flame cutters and kindred workers.
Laborers (unskilled): Workers in manual occupations which generally
require no special training. Perform elementary duties that may be learned in
few days and require the application of little or no independent judgment.
Includes: garage laborers, car washers and greasers, gardeners (except
farm) and groundskeepers, longshoremen, and stevedores, lumbermen,
raftsmen and woodchoppers, laborers performing lifing, digging, mixing,
loading and pulling operations and kindred workers.
9. Apprentices: Persons employed in a program including work training and
related instruction to learn a trade or craft which is traditionally an
apprenticeship, regardless of whether the program is registered with a Federal
or State agency.
10, Trainees (on-the-job): Production... persons in formal training for craftsmen
when not trained under apprentice programs --operative laborer, and service
occupations.
White Collar... persons engaged in formal training for clerical, managerial,
professional, technical, sales, office and clerical occupations.
9
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of T ow.,,
I )ss
County of
V UY‘n 7}R,t•q,S , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of )cut. Sc,h+AA'
C0/0-roc,ir,,„, , 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) ) 01--80C/1-
CEO
Title
Subscribed and sworn to before me this 1 day of
�Jt�vS �- , 2011
)? &la{ 41/L-4-!-?-‘
itle
My commission expires
Wd.7//9
/oWQ.
DENISE FITZPATRICK
Commission Number 764410
My Com nissio9 Ex ires
MBE/WBE BUSINESS ENTERPRISE
C \ PRE-BID CONTACT INFORMATION FORM
}�
Prime Contractor Name: ULut 1(,`rtINn.t3 �orc.l` 1, Project: VI ($ %rock. tn� k,'.Vi 64V Letting Date: -,� r�1
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.
Contractor Signature:
Title: iMa\-4C Date: U- C
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
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
%-A-n
`t -es
t I LI, 1`bo..Z1
(Form CCO-4) Rev. 06-20-02
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
W(46-6 Yc-6(,\L 2 . A AA-\ So,., SfAAr
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.
1 hereby certify that I am a resident bidder as defined above.
COMPANY NAME D-k•St- �,�M; �r COr,\'
CORPORATE OFFICER)(
TITLE CE()
DATE �� \--1
131D BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Dave Schmitt Construction Company, Inc.
as Principal, and United Fire & Casualty 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% of bid ) 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 10th day of _
August , 20 17 , for Ridgeway Avenue Sanitary Sewer Extension
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 10th day of August , A.D. 2017
Dave Schmitt Const .eti•n Company, Inc. (Seal)
Principal
By
ill r..d . u_,.►i.
United Fire & Casualty Company
Surety
(Seal)
Tte
(Title)
Attorney -In -fact
acqueli%'- K. Peters
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Itnquivtes: Surety Department
ufg
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401
CERTIFIED COPY OF POWER OF ATTORNEY
(original on Tile at Rorie Office of Company — See Certification)
KNOW ALL PERSONS BY TFIESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duty organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
ROBERT L. KOLLSMITH, JACQUELINE K. PATERS, DEBORAH D. HAHN, CHERYL M. MRSTIK, M. LYNN KIMBLE,
SAMANTHA SPILMAN, JENNIFER LUSE, MYNDEE WALKER, JASON D. SMITH,' JAMES M. SMITH, TIMOTHY J. FOLEY,
KAREN S. LOPEZ, DAVID M. OWEN, MARK A. POLK, BRAD BENGTSON, EACH INDIVIDUALLY of CEDAR RAPIDS IA
their tnie and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $75,000,000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted shall expire the 27t h day of January, 2018 unless sooner revoked by UNITED FIRE &
CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15,2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2;Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from, time to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, a may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instnunents and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney-in-fact.
State of lowa, County of Linn, ss:
,•�a4�F;C INSUga'�i,,
QP.GOPvop4),
»LY22 OiO
U:
c'. 1986 :A a
o, ,,-'•9FOR.:
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
vice president and its corporate seal to be hereto affixed this 27th day of January , 2016
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
By:
On 27th day of January, 2016, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the
seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations
and that hesigned his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. �.
Vice President
Judith A. Davis
Iowa Notarial Seal
Commission number. 173041
My Commission Expires 04/23/2018
otary Public
My commission expires: 04/23/2018
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of r ITED FIRE & INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, 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 testi ot,y whereof I hav ereunto subscribed my name and affixed the otporate seal of the said Corporations
this `N/ day of , 20 I_ / .
CORPORATE
—.
SEAL
CORPORATE
SEAL
SPOA0045 0115
By:
Secretary, OF&C
Assistant Secretary, OF&I/FPIC