Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Croell, Inc.
eroci; JM. alI1D 60voed l4"2, rn,iv 1Law�. 1j0149 I Pa Atit .‘ C; � R)afeildP ‚‚‚ �eCctal'vuc-fra✓ Coir¼'wf fin- qiH CROELL VW CROELL, INC. PAVING DIVISION P.O. BOX 363 NEW HAMPTON, IOWA 50659-0363 id FORM OF BID OR PROPOSAL F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The ursigned, being a Corporation existing under the laws of the State of _LOt✓O- , a Partnership consisting of the following partners: having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2018 STREET RECONSTRUCTION PROGRAM, Contract No. 944, 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 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 {BI¢ ITEMVP .DIVISION DESCR BASE-BID=SECTION I :. ..,...: PTION = - I - UNIT- - - EST. QTY.: UNIT BID PRICE TOTAL BID PRICE 1 CONSTRUCT, MAINTAIN, REMOVE TEMPORARY ACCESS & RESTORE SY 785.0 $ l(0, DO $3700.4' 2 MISC. CURB AND GUTTER, PCC, 6", C-4 LF 6.2 $ r/o•' $ ;qyre' 3 REM/REP MISC. PCC, 7", C-4 SY 10.5 $ ad • CO - $ 60,357 as 4 REM/REP MISC. PCC, 6", C-4 SY 40.0 $ 50.012 $ 010o0. °D 5 REM/REP CURB AND GUTTER, PCC, 7.5", C-4 LF 22.2 $ ya•'CO $ !.?.-5 6 REM/REP MISC.HMA,7 1/2" SY 19.6 $ 0200. (w $ 39 a 7 REMOVE AND REPLACE 3" HMA/6" PCC, C-4 SY 16.0 $ /?5 eo $ o?OGD. 8 REMOVE AND REPLACE 4.5" HMA/6" PCC, M-4 SY 128.1 $ P'S •19° $ /60/)• Ca FORM OF BID CONTRACT NO. 944 Page 1 of 9 9 REMOVE/REPLACE MISC. SEALCOAT W/ 2" HMA SY 396A $ 7000 7 $ l /C// (2 �7 +Y 10 HMA DRIVEWAY APPROACH TON 3.0 $ &5O! $ 9,s(>. `v 11 DRIVEWAY APPROACH AND SAN, 6" PCC, C-4 SY 1,205.7 $ alt+ 7' $ 372%71e/4 12 DRIVEWAY APPROACH AND S/W, 5" PCC, C-4 SY 3,235.1 $ Ala', X- $ /V9k?-'. 51 13 SIDEWALK, 4" PCC, C-4 SY 912.8 $ y7/ 21' $ ziogy7, F0 14 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 SY 718.9 $ .A R/ a $34W7, r RAMP DETECTABLE WARNING PEDESTR15 SURFACE SF SF 1,095.8 $ 39 35— $49//4-.75 4/31l4,73- 16 COMBINED RETAINING WALL-SIDEWALK MI- COMBINED 221 CY 7.0 p $ 8a9. O° $ . zeco- °D 17 CONCRETE PAVEMENT REMOVAL SY 50,410.3 $ 4i T' $ rla9?9a.7c 18 ASPHALT PAVEMENT REMOVAL SY 7,330.8 $3, 7C $;7t'9o. -5-° 19 SIDEWALK AND DRIVEWAY REMOVAL SY 5,209.7 $ 77 !r $ 0W-20-#.16'; 20 SIDEWALK REMOVAL SY 894.4 (2 $ $- $ y%a.°° y 21 SAW CUT LF 3,396,5 $ 14 D° $ /3 s_$k,,tl 22 WOVEN GEOTEXTILE SY 46,109.7 $ .1 co $ /613.57.3.' 23 MODIFIED SUBBASE TON 51,854.0 $ N 6;r $ //0/747,-ca 24 RECYLED ASPHALT PAVING TON 20.0 $ o?SD.' $ S0o9. p° 25 ROADSTONE, 3/4" TON 34.5 $30.°° v $ 1035 26 DRAIN TILE, 6" LF 24,625.0 $ b 9) $G?p--731 o 27 DRAIN TILE, 4" LF 8,611.0 $ Fa) $478y8 C» 28 DRAIN TILE STUB, 4" LF 1,450.0 $ b° $ /1/Aat'• 4" 29 DRAIN TILE TAP AND COLLAR EACH 27.0 $ £?5A°D $ /7SSo 30 SUBDRAIN OUTLET EACH 104.0 $300, DeP $ 3D00. °.4 31 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH 22.0 $ 3t o.°61 $ le& L 32 WATER SERVICE CORPORATION, 3/4" EACH 33.0 $ /46; °® $ r114"C °v 33 WATER SERVICE CURB STOP, 3/4" EACH 33.0 $/9f oD $ S9/y. o" 34 WATER SERVICE PAVE BOX, 3/4" EACH 33.0 $ MA a9 $ ,$c43. 35 COPPER WATER SERVICE, 3/4" LF 969.0 $7f40 B $ 69741"'`99 FORM OF BID. CONTRACT NO. 944 Page 2 of 9 36 WATER SERVICE TAP, 3/4" EACH 1.0 el° $ D bO $ (gto." 37 WATER SERVICE CORPORATION, 1" EACH 5.0 $ I gO, ®e) $qOD-(2a 38 WATER SERVICE CURB STOP, 1" EACH 5.0 $ L OS t> $ 1025 09 39 WATER SERVICE PAVE BOX, 1" EACH 5.0 $ 1,/204" $ S019-4° 40 COPPER WATER SERVICE, 1" LF 125.0 $ ✓ 9, W $ LI aso•64' 41 WATER SERVICE KILL EACH 31.0 $ /g7..00 $ ythc4 60 42 LOWER WATER SERVICE, 3/4" OR 1" EACH 4.0 $ 100.46 $ i (W00-`' 43 UNDERGROUND INVESTIGATION -WATER EACH 13.0 $ 80,°a $ 3asv!' 44 TOPSOIL, 4" SY 14,811.4 $ Li, -7S- $ 7D3sq. IS 45 HYDROSEED SY 26,923.5 $ • IC $ .S?SSOD. $S 46 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY 10,091.1 $ 10. CC? $ earn, 47 WOOD EXCELSIOR MAT SY 25.0 $ 3• $ 9'3'c 48 REMOVAL OF STEEL GUARDRAIL LF 26.0 $ Z.°E9 $ SdO.®" 49 STEEL BEAM GUARDRAIL LF 56.25 $ /O9.'' $ j IPP- w 50 STEEL BEAM GUARDRAIL END ANCHOR, W BEAM, BA -203 EACH 1.0 $ cflOO,» $ 9'OP. 51 STEEL BEAM GUARDRAIL FLARED END TERMINAL, BA -206 EACH 1.0$,j(O0.a' $ Sew -"Y' 52 CONSTRUCTION SURVEY LS 1.0 $ Z000. $ WPI5e70, m 53 TRAFFIC CONTROL LS 1.0 $ /is73 $ p i sre>4 et) 54 DETOUR ROUTE - BALTIMORE ST. LS 1.0 $ 3 o/S. ex' $ ,S;S . w 55 DETOUR ROUTE - MOBILE ST. LS 1.0 $ SaS $ , 5. m 56 PAINTED PAVEMENT MARKING, WATER BASED STA 24.60 !_n p7&O•4o $64-114! 3° 57 PERMANENT ROAD CLOSURE, URBAN, SI - 182 EACH 1.0 $ ECO -C° $ SCO, pa 58 PRAIRIE FIRE FLOWERING CRABAPPLE, 2.5" DIA CALIPER EACH 35.0 $ ybS . al $`b27.C: 59 TREE DRAINAGE WELLS EACH 35.0 $ SS 00 $ ?975 -OP 60 REMOVE/REPLACE LANDSCAPING AT PEOPLE'S SQUARE LS 1.0 $ 5000.00 $S 0�.al TOTAL DIVISION I BASE BID -SECTION I $ d, / 7, a/> 7I FORM OF BID CONTRACT NO. 944 Page 3 of 9 BID = ITEM,•. DESCRIPTION.;.....: - - DIVISION I. BASE BID-SECTION II- -UNIT EST. QTY. UNIT BID PRICE - TOTAL BID PRICE 61 STORM SEWER, 2000D, 36" LF 80.0 5. $ , 49 �l0 $ 7 qyd5 62 STORM SEWER, 2000D, 30" LF 42.0 $ /1 9', C° $ LingeV 63 STORM SEWER, 2000D, 24" LF 308.0 $ %.» $;j'�og• e 64 STORM SEWER, 2000D, 21" LF 62.0 $ We, °° $ 51332.°° 65 STORM SEWER, 2000D, 18" LF 536.0 $ Pgia.244) $ Js ©® 66 STORM SEWER, 2000D, 15" LF 523.0 $ 4j, OP $ 3V.571.6° 67 STORM SEWER, 2000D, 12" LF 2,310.9 $ W 'PPStroMV JD 68 STORM MANHOLE, SW-401, 48" EACH 15.0 $'2ZC ' $ L-Nb S'w 69 STORM MANHOLE, SW-401, 60" EACH 2.0 $ y7a5;`Y' $ TVS-0.e 70 STORM MANHOLE, SW-406 EACH 14.0 $ .9300• `R $ gpc09. 71 OPEN SIDED AREA INTAKE, SW-513 EACH 1.0 $ - / acral $ ile,Cn 72 REMOVE EXISTING STRUCTURE EACH 60.0 $ OD- 196 $ 3kt tai 73 TYPE E-1-C INLET EACH 36.0 $ 311949•'' $i20) OD, 74 TYPE E-2-C INLET EACH 23.0 $ s®3s• Ga $e leg), 75 TYPE E-3-C INLET EACH 4.0 $',,70s0 • U9 $ M2tatt" 76 SSW-507, HAPING REMOVE AND REPLACE SPECIAL EACH 1.0 $ Wia $ in4°a' 77 REM/REPL INLET BOXOUT, E-1-C EACH 11.0 $alts °° V93237°' 78 REM/REPL INLET BOXOUT, E-2-C EACH 8.0 $??c `P $1770].°" 79 TAP AND COLLAR STRUCTURE OR PIPE EACH 2.0 $ i??o° $c2 q- U.° 80 INSULATE EXISTING COPPER WATER SERVICE EACH 7.0 $ SOS a $,,d a'g.42 81 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 5.0$ 4"7S.P° $,2375 82 FURNISH AND INSTALL SW-603 TYPE QaJ GRATE EACH 1.0 $ (-/c0.a) $ i7s0• 83 STORM WATER PROTECTION FOR STRUCTURES EACH 88.0 $ )50. a' $8,2004 2t) 84 REMOVE STORM PIPE LESS OR EQUAL TO 36" LF 690.0 $ pp $`�0 tib TOTAL DIVISION I BASE BID-SECTION II $ 779, s 2 /0 FORM OF BID CONTRACT NO. 944 Page 4 of 9 BID ITEM ` DESCRIPTION ' ' "' - DIVISION I BASE BID -SECTION III - UNIT ?..EST. QTY. " UNIT BID PRICE $ 85 RECONSTRUCT SANITARY SEWER, 15" LF 676.0 $ ,575:' $ 3WO. ' 86 RECONSTRUCT SANITARY SEWER, 12" LF 699.6 $ 47' $33 Fite 87 RECONSTRUCT SANITARY SEWER, 10" LF 1,312.0 $ g®3' $ SU` SII'' 88 RECONSTRUCT SANITARY SEWER, 8" LF1,871,0 $ 6'22- oO $ 7yPAA) 89 REMOVE AND REPLACE SANITARY SEWER, 8" LF 15.0 $ a0?5, C> $ 337.5. 90 SANITARY SEWER SERVICE, 6" LF 1,885.0 $ ;2 op $V/V7a' a 91 STANDARD SANITARY MANHOLE, SW -301, 48" EACH 23.0 $.31150. el' $ %935.-0'aa 92 STANDARD SANITARY DROP MANHOLE, SW - 301 48" EACH 1.0 $ 37-D• o' $ 37sa' 41' 93 REMOVE EXISTING STRUCTURE, SANITARY MANHOLE EACH 14.0 $ q 4 $ 5-&00• `n 94 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 3.0 o0 $ gap' $ 1 arx2 00 95 TAP AND COLLAR SANITARY MANHOLE EACH 1.0 $ 1 5-00,41° $ /5r70. 96 ABANDON SANITARY SEWER, 10" LF 280.0 $ /a 00 $3/'0• I" 97 MAJOR ADJUSTMENT SANITARY MANHOLE EACH 3.0 $ /7 $ POO, 98 TRACE SANITARY SEWER SERVICE EACH 11.0 $ 6:7, -CO.. 6)49$ of 79)' l.p 99 DYE TEST INVESTIGATION EACH 26.0 $ /O. ' $,3v/,9•50 100 UNDERGROUND INVESTIGATION -SANITARY EACH 8.0 $ $clocr ,si TOTAL DIVISION 1 BASE BID—SECTION 111 $ 3575To-`; o'' ?v TOTAL DIVISION I BASE BID—SECTIONS 1, 11, 111 $ 51293/le /• 2( BID ITEM: DESCRIPTIONS. DIVISION I -ALTERNATE A .; " �:..,. :;: ;.: ': : - UNIT BID PRICE TOTAL BID PRICE 1A 2", HMA STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58-28S, 75% CR., NO FRICTION REQD. SY 49,715.1 $ . f I " $ 2A 2.5", HMA STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-288, 60% CR. SY 48,004.0 $ $ 3A 4", HMA STANDARD TRAFFIC(ST) INTERMEDIATE, 112" MIX, PG 58-285, 60% CR. SY 1,711.1 J $ J FORM OF BID REVISED -ADDENDUM NO. 1 -APRIL 3, 2018 CONTRACT NO. 944 Page 5 of 9 4A 3", HMA STANDARD TRAFFIC(ST) BASE, 3/4" MIX, PG 58-28S, 60% CR. SY 49,715.1 $ /�'(� ' v I $ 5A CURB AND GUTTER, PCC, C-4, 24" WIDE, 7 1/2" THICK LF 35,202.8 $ $ 6A CURB AND GUTTER, PCC, C-4, 24" WIDE, 9" THICK LF 1,343.0 $ $ 7A COLD WEATHER CONCRETE PROTECTION SY 3,835.0 $ $ 8A LINSEED OIL TREATMENT SY 3,285.0 $ $ 9A PAVEMENT SAMPLES AND TESTING LS 1.0 $ ji $ 10A EXCAVATION CY 23,030.0 $ NI $ TOTAL DIVISION I ALTERNATE A $ BID - ITEM DESCRIPTION - DIVISION I —ALTERNATE B .. UNIT _ EST. QTY. UNIT BID PRICE - TOTAL BID PRICE 1B PCC PAVEMENT, 6", C-4 SY 55,909.7 $ s?' aa SR $RW' 2B PCC PAVEMENT, 7", C-4 SY 1,380.0 $ (2O • ao $ y25p0, €V 3B 2", HMA STANDARD TRAFFIC(ST) SURFACE, 1/2"R2MIX, PG 58-28S, 75% CR., NO FRICTION D. SY 496.1 $ �G' 66 $ ��a�.DD 4B INTERMEDIATE, STANDARD1/2"4", HMA MIX, PG 58-28S, 60% CR. SY 496.1 $ 31 o!� $ /%3�3'�p 5B MIX, PG 58 28S(ST) TRA 3", HMA A OD CR.FFIC(ST) BASE, 3/4" SY 496.1 $ 30' 00 Wing. inJ e 6B THICK AND GUTTER, PCC, C-4, 24" WIDE, 9" LF 602.0 $ 35"' o° $ a/ 070'42 7B COLD WEATHER CONCRETE PROTECTION SY 16,450.0 $off• 00 $ 39Do.a° 8B LINSEED OIL TREATMENT SY 16,150.0 $ 4< SU $ 7?07,5.7' 9B PAVEMENT SAMPLES AND TESTING LS 1.0 $/5OD0.°' $ /c000. °a 10B EXCAVATION CY 20,226.00, $ /�' 's.. -$0,9,07s19.59 TOTAL -DIVISION I ALTERNATE B $ 3, &¢' 1 , oc S ,' 0 TOTAL DIVISION I BASE BID + ALTERNATE A $ OA - TOTAL DIVISION 1 BASE BID + ALTERNATE B $ /70. // %qO4', FORM OF BID CONTRACT NO. 944 Page 6 of 9 BID. ITEM • - DIVISION. II -WATER MAIN :- DESCRIPTION. UNIT EST. QTY. UNIT PRIC D PRICE TOTAL BID PRICE 1 DUCTILE IRON WATER MAIN, 6-INCH DIA., CLASS 52, WITH NITRILE GASKETS LF 1,371.0 ex) $ 3 0' $ 5d(ile,'* 2 DUCTILE IRON WATER MAIN REMOVAL LF 1,276.0 $ 3. 00 $ 5339 4' 3 GATE VALVE AND BOX, 6-INCH DIA. EACH 8.0 $ ci73-' $ 7$0p.Q9 4 TEE (LOCKING), 6-INCH X 6-INCH DIA. EACH 2.0 $ 341509 $ &0i3>' 5 CAP OR PLUG, 6-INCH DIA. EACH 3.0 $ ,C417.60 $ x'00' 6 MEGALUGS, 6-INCH DIA. EACH 17.0 $ 50.'° $ 3Co. e 7 CONCRETE THRUST BLOCKING EACH 7.0 $ 30*0> $ aGQO.° 8 HYDRANT REMOVAL EACH 5.0 $ SGS $ @c00'11) 9 HYDRANT ASSEMBLY EACH 5.0 $ 1-1300P $ c ICOOP 10 BEND, 6-INCH DIA., ANY DEGREE EACH 2.0 $ ;UO.'' $ C-1100. ep 11 SLEEVE, 6-INCH DIA. EACH 3.0 $ ? $ 67.00 . 69 12 TEMPORARY PVC WATER MAIN LF 1,410.0 $ <Apt $ 3114)0•64) 13 REMOVAL OF PVC WATER MAIN CONNECTIONS EACH 2.0 $ $ 6900.a 14 3/4" SHORT SIDE WATER SERVICE EACH 21.0 $ CO.'" $ I t S gas 15 3/4" LONG SIDE WATER SERVICES EACH 6.0 $ U0. $ 6,4 Ca 16 TEMPORARY WATER MAIN DRIVE OVER PROTECTION EACH 20.0 $ 300. 41' �s $ /00 . TOTAL BID DIVISION II — WATER MAIN $ NI ell/ . OP BID' ITEM:. DIVISION "III - RAVENWOOD STORM SEWER DESCRIPTION UNIT EST. QTY. UNIT BID PRICE TOTAL 81D PRICE 1 CLEARING AND GRUBBING UNIT 160.0 $ So'° $ /Watt) 2 TOPSOIL, 4" SY 160.0 $ 147C $ Zed , OD 3 HYDROSEED SY 190.0 $ / 95- $ 37(>. S6 4 STORM SEWER, 2000D, 12" LF 72.0 $ ZeO• S° $ V35?¢• a' 5 TAP AND COLLAR STRUCTURE OR PIPE EACH 1.0 $ GOO' oU $ /COO' 6 REMOVE STORM PIPE LESS OR EQUAL TO 36" LF 10.0 $ /39' " $ /380 7 CIRCULAR AREA INTAKE, SW-512 EACH 1.0 $ (21/00/" $ 01 yD9' FORM OF BID CONTRACT NO. 944 Page 7 of 9 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of a r� Dollars ($ ) in the form of /�inCA�, 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 Bidder Status Form. 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. FORM OF BID CONTRACT NO. 944 Page 8 of 9 TOTAL BID DIVISION III — RAVENWOOD STORM SEWER $ / 1P16,50 TOTAL DIVISION I BASE BID + ALTERNATE A $ 71/4 TOTAL DIVISION 1 BASE BID + ALTERNATE B $ 7-177V `70. be , TOTAL DIVISION I BASE BID + ALTERNATE A + DIVISION II + DIVISION III TOTAL DIVISION I BASE BID + ALTERNATE B + DIVISION II + DIVISION III $ '2,(03 , dfl. 4/ 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 sum of a r� Dollars ($ ) in the form of /�inCA�, 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 Bidder Status Form. 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. FORM OF BID CONTRACT NO. 944 Page 8 of 9 The bidder has received the following Addendum or Addenda: Addendum No. / Date /774 10. The bidder shall list the MBENVBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 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. (Name of Bidder BY: �c Title Official Address: (Including Zip Code): atg /4np/9.ad ,A)Mi a ,f7411- c44c9 I.R.S. No. 9,- '60, 9/ �D sfr/r,„/-TI AV/ 0 4 FORM OF BID CONTRACT NO. 944 Page 9 of 9 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes ❑ No , Yes 0 No BYes ❑ No I Yes ❑ No ryYes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa dg the past 3 years at the following addresses: Dates: /__L /, 0 to duri Address. ,;2 �() Lt26,) Ave_ • City, State, Zip: Dates: / / to / / Address' City, State, Zip' Dates: / / to / / Address' You may attach additional sheet(s) if needed. City, State, Zip. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor ❑ force preferences or any other type of preference to bidders or laborers?Yes 0 No 3, If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide urate ancl truthful information may be a reason to reject my bid. Firm Name: Signature: Date: /4-747 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) 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 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State ofv14,GZ- lii%) County of 7li�afet✓ ) 70m sa„,/,' , being first duly sworn, deposes and says that: 1. He is (Owner, Partner resentative A ent , of �i'ved, �!'t,. , the Bidder at hac Gubmiited` a 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; )ss 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 parties in '• -st, including this affiant. (Signed) e /'yi , 201 ubscn ed and sworn to before me this 1/14wa-/-- day of l,�.c kTeDOilL My commission expires 3( (9(1.q JULIE A BLOOM Commission Number 178535 ow My Cpm tssjjon Expires Title BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Croell, Inc. as Principal, and North American Specialty Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum ••-Five Percent of the Bid Submitted -- 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 5thday of April , 2018 , for FY 2018 Street Reconstruction Program, Contract No. 944 NOW, THEREFORE, (a) If said Bid shall be rejected, or In the altemate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall fumish 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 29th day of March , A.D. 2018 _aLI./ �� Itness 1 Bennett By North a can Specialty Insurance CompartIseal) 4/11K ey in fact Anne Crowner OFFICIAL SEAL M. KENNY Notary Public, Sloth of Illinois I My Commission Expires [ 12/04/2021 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH„ STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY Its tate and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otlrenvise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attomey named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." \\tlU111111111//ry oopmtmm�lumuoda ,ofkurY/N i P A'(10NA</.(-M 3 ° TF.:$Z` : ' SEAL r% 11d_7 SEAL -lig eoI Ime =wit 1973 tufo c' a$Zi9z. o h 5 •t O D ��i y'..AMP..,+:LC ' By � ON11i11,Ntlp\\\\' 9$*ttm**hair Mike A. Ile, Senior Vice President of Washington international Insurance Company & Senior Vice President of North Amerlean Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 3rd day of November 20 17 . 5gve n I'. Anderson, Senior Vire ['resident of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation On this 3rd day of November 20 17, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this29th day of March , 2018 A Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation