Loading...
HomeMy WebLinkAboutDave Schmitt Construction, Inc.FORM OF BID OR PROPOSAL F.Y. 2018 SINK CREEK CHANNEL CLEANOUT AND SHAPING CONTRACT NO. 924 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 Z -01../A - a Partnership consisting of the following partners: A,. 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 F.Y. 2018 SINK CREEK CHANNEL CLEANOUT AND SHAPING, CONTRACT NO. 924, 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. 2017 SINK CREEK CHANNEL CLEANOUT AND SHAPING CONTRACT NO. 924 Item No. Description 'Unit Est. Qty. Unit Bid Price Total Bid Price 1 Clearing and Grubbing ACRE 2.5 $ 3i 790.00 $ ":0s0,00 2 Excavation, Class 10, Channel CY 2000.0 $ U. 5p $ 33, 00°. a) 3 Topsoil, Strip, Salvage and Spread CY 1000.0 $ 12.. 65 $ 11, 6 50. OU 4 Topsoil, Furnish and Spread CY 500.0 $ 2.2, 85 $ f , y 2S , OU 5 Stabilized Construction Areas, Class A Crushed Stone1 TON 350.0 $2.c,.S U $ 3 $ Q .00 6 Aprons, Concrete, 18 -In. Dia. EACH 1.0 $ 1, O9 O. LS $ iogo. ZS Storm Sewer Gravity Main, Trenched, Reinforced Concrete Pipe (RCP), 2000D (Class III), 18 -In. LF 138.0 $ 3515 $ 7,721,10 8 RCP Apron Section Footing EACH 1.0 $ c1.5 1. 00 $ 9 SI . 00 9 Engineering Fabric SY 1150.0 $ (, (0 $ 11 Z 65. 00 10 Fence, Field LF 150.0 $ /0. 55 $ 1)s 8 Z . So 11 Gate, Field Fence, 16 -Ft EACH 1.0 $ 7 2.0.00 $ 7 Zv. oU 12 Removal of Fence, Field LF 150.0 $ y , 0,3 $ 4. bV FORM OF BID AECOM #60485896 CONTRACT NO. 924 FB -1 of 3 FY 2018 -Sink Creek Channel Cleanout & Shaping Item No. Description Unit Est. Qty. Unit Bid Price Total Bid Price 13 Mobilization LS 1.0 $ it 0 80. p. $ yv8v . 14 Seeding and Fertilizing (Urban) ACRE 3.5 $ 1,1 000.00 $ /too.. w 15 Slope and Channel Protection, Wood Excelsior Mat SQ 935.0 $ 1(,.00 $ / LI)160, 00 TOTAL BASE BID $ 1 51 76,14 85 ALTERNATE BID ITEMS 16 Turf Reinforcement Mat, Type 2 SQ 426.0 $ 80, cU $ 3 I � 0 8 0.00 TOTAL ALTERNATE BID $ 341, 080.00 TOTAL BASE BID + ALTERNATE BID $1(41rg gigS s 2. It is the City of Waterloo's intention to evaluate the bids, reviewing both the Base Bid and the Alternate Bid. The City of Waterloo reserves the right to award the contract based on the Base Bid only or the Base Bid plus Alternate Bid. 3. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 4, In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued_ 5. Security in the sum of 5Z n4 ( ri4 - (Mac Dollars ($ ) in the form of Pock $on , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 6. Attached hereto is a Non -Collusion Affidavit of Prime Contractor, 7. Attached hereto is a Resident Bidder Certification ( X ), or Non -Resident Bidder Certification ( ). (Mark one.) 8. The bidder is prepared to submit a financial and experience statement upon request. 9. 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. 10, The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 10-oS-1a17 FORM OF BID CONTRACT NO. 924 FB -2 of 3 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping 11. The bidder shall list the MBEANBE 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. 12. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 13. The bidder has attached all applicable forms. 14. 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. sc.4►in;1'i'- COA S c,MP�.y 2,A_ /0-)2.-2.0)7 (Name of Bidder) (Date) BY: ( - Title Official Address: (Including Zip Code): 25c So'`` AvF , .L✓. Evr14J-0,--- / frb:0-4.1— / 4v CgDA2. M tD T,4 szyay I.R.S. No. Z4Z— 0884)e38 FORM OF BID CONTRACT NO. 924 FB -3 of 3 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping THIS PAGE LEFT BLANK INTENTIONALLY State of -j0() /4 County of L ;v A� NON -COLLUSION AFFIDAVIT OF PRIME BIDDER Avortaw N.�K�•,t►o�� )ss } , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Acient) , of ro,-4 - Col TA./c.. , 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 iterest, including this affiant. (Signed) ESProjr,..i77/4n��o� Title Subscribed and sworn to before me this y 2 m day of do*Ree- FSS ,14e.//`"/e/eA4r1L4r.� Title My commission expires S/o�o� �� gee JOSH PLEIN Commission Number 751573 cnv My Commission Expires March 5, 2020 2017. NON -COLLUSION AFFIDAVIT CONTRACT NO. 924 NCA -1 of 2 AECOM #60485896 FY 2018 Sink Creek Channel Cleanout & Shaping NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ,mor ) ) ss: n County of ( i»!, eV/ .) , being first duly sworn, deposes and says that; 1. He Is (Owner. Partner<01-5t, Representative, orApent) as the "Subcontractor;" , of —Tied*, Sc -i_ hereinafter referred to 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to t ie , contract pertaining to them; _S'. ('_rg IC ('tiun / SY/e ;: project In 1.s/c.�IL.' Z�„� q J (City or County and State) 3, Such subcontractor's proposal is genuine and Is not a collusive or sham proposal; 4. Neither the subcontractor 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 proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices In said subcontractor's proposal, or to secure through 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 subcontractor's proposal 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) & La Title Subscribed and sworn to before me this / day of 06-1-0- , 2017. Atet.)-- My commission expires 3/ 171;Z 0,aZ_Z% LZ. .; L ISA DEMUT t L, -. ' My Commission Number 803153 NON -COLLUSION AFFIDAVIT AECOM #80485896 The CONTRACT NO. 924 NCA -2 of 2 FY 2018 Sink Creek Channel Cleanout & Shaping 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 contractors 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. 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, EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 924 EOC-1 oft AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping 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. EQUAL OPPORTUNITY CLAUSE (Signe (Appropriate Official) d l' (Title) (Date) CONTRACT NO. 924 ECG -2 of 2 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping 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. TITLE VI CIVIL RIGHTS CONTRACT NO. 924 TVI -1 of 1 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping THIS PAGE LEFT BLANK INTENTIONALLY RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A21 of the Iowa Code, all non-federal-alt(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 CONTRACT NO, 924 RB -1 of 3 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping RESIDENT BIDDER CERTIFICATION CONTRACT NO: C-;41 Co" f. - A%0. Vi PROJECT NAME: F i Zo 1$ S w1L C' -REEK GI,4 int t G legnot,4- DATE OF LETTING: 11" city a4- ocial)t -- 7.... 17 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 bc.vc. .5-c.11404- 4- �n .tn G,P4-,y Tip. CORPORATE OFFICER TITLE (7 DATE RESIDENT BIDDER /0- 1Z- Z0/7 CONTRACT NO. 924 RB -2 of 3 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping CONTRACT NO.: PROJECT NAME: DATE OF LETTING: NON-RESIDENT BIDDER CERTIFICATION 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. RESIDENT BIDDER CONTRACT NO. 924 RB -3 of 3 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping THIS PAGE LEFT BLANK INTENTIONALLY ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the F.Y. 2018 SINK CREEK CHANNEL CLEANOUT & SHAPING, CONTRACT NO. 924, that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. BID ITEM DESCRIPTION UNIT TOTAL QTY 1 Clearing and Grubbing ACRE 2.5 2 Excavation, Class 10, Channel CY 2000.0 3 Topsoil, Strip, Salvage and Spread CY 1000M 4 Topsoil, Furnish and Spread CY 500.0 5 Stabilized Construction Areas, Class A Crushed Stone TON 350.0 6 Aprons, Concrete, 18 -In. Dia. EACH 1.0 7 Storm Sewer Gravity Main, Trenched, Reinforced Concrete Pipe (RCP), 2000D (Class III), 18 -In. LF 138.0 8 RCP Apron Section Footing EACH 1.0 9 Engineering Fabric SY 1150.0 10 Fence, Field LF 150.0 11 Gate, Field Fence, 16 -Ft EACH 1.0 12 kemoval of Fence, Field LF 150.0 13 Mobilization LS 1.0 14 Seeding and Fertilizing (Urban) ACRE 3.5 15 Slope and Channel Protection, Wood Excelsior Mat SQ 935.0 Alternate Bid Items 16 Turf Reinforcement Mat, Type 2 SQ 426.0 MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely; City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 MBE/WBE PARTICIPATION CONTRACT NO. 924 M-1 of 6 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping SUBCONTRACTOR'S BID REQUEST FORM PRIME BIDDER'S LETTERHEAD Contract No.: Letting Date: I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area of (description of work and bid item no.). (Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by (date) and (time). Subcontractor's Company Name Date Subcontractor's Signature Date Prime Bidder's Signature MBENVBE PARTICIPATION CONTRACT NO. 924 M-2 of 6 AECOM 1160485896 P12018 -Sink Creek Channel Cleanout & Shaping SUBCONTRACTOR'S BID REQUEST FORM PRIME BIDDER'S LETTERHEAD Contract No.: Letting Date: I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area of (description of work and bid item no.). (Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by (date) and (time). Subcontractor's Company Name Date Subcontractor's Signature Date Prime Bidder's Signature MBEANBE PARTICIPATION CONTRACT NO, 924 M-2 of 6 AECOM 460485896 FY 2018 -Sink Creek Channel Cleanout & Shaping LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor Company Name Address RE: Contract No,: Dear (Prime Contractor's Company Name) is presently soliciting for the following work in connection with the above referenced project. (Insert bid Item Nos. and Description of Work) (Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by Date and (Time) Sincerely, (Prime Contractor's Representative) Form CCO- 3 (11/28/2001) MBEIWBE PARTICIPATION CONTRACT NO. 924 M-3 of 6 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping LETTER OF INTENT TO BID (MBEIWBE LETTER) According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening. The LETTER OF INTENT TO BID must list the specific items which the MBEIWBE Contractor is interested in bidding. Letter should include the following: Name of Project: Your Company Name: Address: Phone: Date: List of Specific items to be bid: Item No. Description: Item No. Description; Item No, Description: Item No. Description: Item No; Description; (Subcontractor's Company Name and authorized signature) Return this LETTER OF INTENT TO BID to: Contract Compliance Officer Community Development Board 620 Mulberry St. Carnegie Annex, Suite 202 Waterloo, IA 50703 Phone: (319) 291-4429 Form CCO-5 (06-20-2002) MBE/WBE PARTICIPATION CONTRACT NO. 924 M-4 of 6 AECOM #60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping MBEIWBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBENVBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBENVBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBENVBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) MBENVBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBENVBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the City's MBENVBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBEWBE businesses are required to be a minimum of seven (71 working days orior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBENVBE business contacted: a. A copy of the bid received from the MBENVBE, OR b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBENVBE with proof of mailing attached. 5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBENVBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBENVBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBENVBE fim1 planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Forrn CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE fine is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBENVBE PARTICIPATION CONTRACT NO. 924 M-5 of 6 AECOM # 60485896 FY 2018 -Sink Creek Channel Cleanout & Shaping MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: IJc1i/ . SJhr1(H C4nstrud411. Coy Project: FY 2.415 si,v>` C,2,fj,_ cu..; Letting Date: to -11-/7 Sh i-5 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 MBEM(BE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: 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 tow 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 Roby Nt.-s 10-11 -17 1v,4- Ab 4 Pl'c461c, AtE'f gg .0,..--i..i..., 67,,,,c,,, -- ,, - T e.-6 ) T'e-i1 utSe�y LTD /o -y'17 le. 5 YGs Of Zit iGo.cx) VA- 1 W Con 5t,v, `i / Di L /6 -( -i7- NO /11L) (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION AECOM # 60485896 CONTRACT NO. 924 M-6 of 6 FY 2018 -Sink Creek Channel Cleanout & Shaping BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Dave Schmitt Constriction 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 fivepercent of the amount bid Dollars($. 5% ... ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, Jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 12th day of October , 2017 , for City of Waterloo FY 2018 Sink Creek Channel Cleanout and Shaping - Maintenance and Channel Cleanout Operations NOW, THEREFORE, (a) If said Bid shall be refected, 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 sald 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 pres- ents to be signed by their proper officers this 9th day of October , A.D. 2017. Dave Schmitt Construction Company, Inc. (Seal) Principal tness Witness BID BOND AECOM #60485896 By . reS�a�ry (Title) United Fire & Casualty Group Surety B (Seal) Samantha Spilnl n my\a\ov, .ko Attorney-in-fact CONTRACT NO. 924 BB -1 of 1 FY 2018 -Sink Creek Channel Cleanout & Shaping UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIALPACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIEDCOPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) Inquiries: Surety Department 118 Second Are SE Cedar Rapids, IA 52401 KNOW ALL PERSONS BY THESE PRESENTS, That UNITED ,FIRE .& CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED. FIRE & INDEMNITY COMPANY, a corporationduly 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 snake, constitute and appoint ROBERT L. KOLLSMITH, JACQUELINE K. PETERS, DEBORAH: D. HAHN, CHERYL M. MRSTIK, M. LYNN KIMBLE, SAMANTHA SPILMAN, JENNIFER LUSE, MYNDEE WALKER, JASON D. SMITH, JAMES Mi SMITH,:, TIMOTHY J. FOLEY, KAREN S. LOPEZ, DAVID M. OWEN, MARK A. POLK, BRAD BENGTSON, EACH INDIVIDUALLY of CEDAR RAPIDS IA their true and lawful Attorney(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 expire the 27th 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 tune to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, r. undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, 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, hen 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 fall power to bind the Companies by their signature andexecution of Any such instruments 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. S 14 IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its iigrQ- 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 State of Iowa, County of Linn, ss: On 27th day of r' January, 2016, before me personally came Dennis J. Richmann to me known, who being by fine duty 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 whichexecuted the above instrument; that he knows theseal 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 he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said: corporations . By: 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 i` ITED FIRE & INDEMNITY :COMPANY, and Assistant Sec etary 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 OR GINALS 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 testii whereof l have h' ey1 t subsc" - d my name "'corporate l _f the said Corporations this — day of 411'r pPPORglHC (tA. DULY 92 "" o' 1986 'av` (/FOC/ rd, BPOA0045 0115 Secretary;: OF&C Assistant Secretary, OF&I/FPIC r. rri r~` ; rri co CONSTRUCTION CO. INC. 250 50m AvE. S.W. CEDAR RAPIDS, IOWA 52404 (319) 365-8669 FAx (319) 365-2677 SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION To: CITY of "Te&Lo . FY 201$ - 5.7./Pc- C IA.,1-6L CLEq4/49v;- �1-2Bo/11D L C:a 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: C 0-Y O -g („ M -100 FY Z o)(6- SI.at CKEEk GPIA4miaL ckA4Ds- �; ProtosAL