Loading...
HomeMy WebLinkAboutDave Schmitt Construction, Inc.r CONSTRUCTION CO. INC. 250 50TE AVE. S.W. CEDAR RAPIDS, IowA 52404 (319) 365-8669 FAx (319) 365-2677 SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION To: 4c*4 (?\ 90ssA\ Wut\tc\ \fc4 vcAk cv&c w(./ u\.\ \ica 9-13-A% \ rr r 1 ' 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: �1� \z\lc,\-tAtt, tsa. \Mt_ VicAtr- CuSi Ctwv \N\ q t-cr\6o CAI `A`,\\ \I) e, \ QM i X11 • • 1 ' 1 FORM OF MD OR PROPOSAL F.Y. 2019 WATERLOO YARD WASTE WATER AND SANITARY SEWER EXTENSION CONTRACT NO. 952 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1.The undersigned, being a Corporation existing under the laws of the State of a Partnership consisting of the following partners: ¶cks\rL Sc\nrfA c-ak-ca- 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. 2019 WATERLOO YARD WASTE WATER AND SANITARY SEWER EXTENSION, Contract No. 952, City of Waterloo, Iowa, 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. 2019 WA1177rwILOO YARD WASTE WATER EXTENSION ClINTR-ACT NO. SANITARY SEWER AND 952 BID ITEM DESCRIPTION BASE BID UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 001 MOBILIZATION L.S. 1. 81,.csi $ Vi .00 $ 002 CLEARING AND GRUBBING L.S. 1 $ B,3b5tct $ 65,ct 003 SEED AND FERTILIZE (IDOT RURAL MIX) ACRES 1.6 $ 13-1 J•ob $ Z7-06,03 004 MULCH (IDOT RURAL MIX) ACRES 1.6 $ Uto()11.00 $ 25(0046C) 005 STABILIZATION CROP SEEDING AND FERTILIZING ACRES 1.6 $ `b `5 -e53 $ rl 57 , 06 006 OMITTED $ $ 007 9" DIA., STRAW FILLED WATTLES L.F. 735 $ $ 7-05?)4)C) FORM OF BID CONTRACT NO. 952 Page 1 of 4 FORM OF BID CONTRACT NO. 952 Page 2 of 4 CHAIN LINK FENCE REMOVAL AND REPLACEMENT L.S. 1 (� $ 3 °Wick $ DO 3A),008 009 TRAFFIC CONTROL L.S. 1 $ 4OM,oU $ Is‘U,0u 010 MAINTENANCE BOND, 2 -YEAR L.S. 1 $ a O tQo $ lib°\ 1tyj 011 SWPPP COMPLIANCE L.S. 1 $ (AN $ (9a1,U0 012 MACADAM STONE BASE TONS 300 $ I U.A' $ S5Z:S iov 201 SANITARY SEWAGE FORCEMAIN, 2" DIA., IPS, DR 11 HDPE L.F. 760 $ 1 ,no ( Q /, $ l0 O�V(b� 202 TAP AND INSTALL WATER -TIGHT CONNECTION TO EXISING MANHOLE EA 1 $ kW�. QO W $ \UY3��� 203 SANITARY SEWER SERVICE, 4" DIA. SDR 23.5 PVC L.F. 10 $ 33.00 $ .O,Oo 204 GRINDER PUMP STATION, COMPLETE L.S. 1 $ ' `5-1V,01-- \'Ac10 .00 401 WATER MAIN, 8" DIA., CL 52 D.I.P. L.F. 2,765 $ 5125 $ 19floL1L._." 402 WITH TEE, TDIA. X BDIA. H USTREST AIINT IA., D.I.P. COMPLETE EA 1 $ S5 -15.00 $ o 403 BEND, 90°, 8" DIA., DUCTILE IRON, COMPLETE WITH THRUST RESTRAINT EA 1 $ �`L` `Ov $ c� -1 `u l rod 404 BEND, 22 5°, 8" DIA., DUCTILE IRON, COMPLETE WITH THRUST RESTRAINT EA 1 $ Lu k�.00 $ �ru��'� 405 COMPLETE WATER VICE CONNECTION, 1" DIA., EA 1 $ 1 151 , oo $ 1 151 `od 406 WATER SERVICE, 1" DIA. L.F. 55 $ 1%15o $ `0\715Q 407 NEW FIRE COMPLETE IYDRANT ASEMBLY, M.J., 6.5' BURY, EA 3 $ 1 *\-Ss6b $ I -1 5Th ,N 408 TIE-IN TO EXISTING 16" WATER MAIN EA 1 $ Si5QIIIL) $ 2)568M' 409 WATER METER MANHOLE, COMPLETE L.S. 1 $ 1' € .bc) $ It O&oo 410 WATER AND/OR SANITARY FORCE MAIN, INSULATE L.F. 24 $ �b� $ �I ` �v 411 GATE VALVE, 8" DIA., KJ., WITH MECHANICAL THRUST RESTRAINT VALVE BOX AND EA 1 $ \ 2A31'iL) $ 1 2-900 , b� $ $ TOTAL BASE $ 31 t BID --i‘ .1r $ $ , FORM OF BID CONTRACT NO. 952 Page 2 of 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 5 bk Dollars ($ ) in the form of V , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( ), or Non -Resident Bidder Certification ( ). (Mark one.) 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9 The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. FORM OF BID CONTRACT NO. 952 Page 3 of 4 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) (Date) BY: Title C E 0 Official Address: (Including Zip Code): 250 both 5u) Cu\c,r, eua4i , T �k 52)40,i -I IRs.No 4Z-0C6(09J-SC 3 FORM OF BID CONTRACT NO. 952 Page 4 of 4 Bidder Status Form H To be completed by all bidders GartA • Please answer "Yes" or "No" for each of the following: Yes 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). Yes ❑ No My company has an office to transact business in Iowa. Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. [✓ Yes ❑ No 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. alS To be completed by resident bidders PartB I My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / \cit(D4 to / I Address: ZSv `)bk`-% Ac, `DC. City, State, Zip: \ec? X ��1))..5 kIAC 52.Ch Address: City, State, Zip: Address: City, State, Zip: Dates: / / to / / Dates: / / to You may attach additional sheet(s) if needed. 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 ❑ 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 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 accurate and truthful information may be a reason to reject my bid. Firm Name: g0„ -- Signature: Date: ca— (:3—\ 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) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. m Yes [1 No My business is currently registered as a contractor with the Iowa Division of Labor. Yes No / Yes Ej No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Yes ■ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. n il NI ill Yes [ J No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. Yes C] No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Yes ® No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. Yes Q No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 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 agreementor 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 fu -cher 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) (Appropriate Official) CJEt (Title) -Q) (Date) EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER* In accordance with Section 73A.21 of the Iowa Code, all non -federal -aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: Resident Bidder: A person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition The Certification shall be submitted with the contractor's bid. A copy of the form of 'Non -Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RESIDENT BIDDER CERTIFICATION CONTRACT NO: C\57.- PROJECT 5LPROJECT NAME 2( ZUI`\ \(A%kkia YcA Vc Orlut\tc :%\ m, y Seta, X'»^ DATE OF LETTING: 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 tar 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. hereby certify that I am a resident bidder as defined above. COMPANY NAME OUt CG\n4.^\\- C-b"`\\c�0\S\i^ CORPORATE OFFICER TITLE `, EO. DATE 00-3/473-\9) INFORMATION NEEDED IOWA CONSTRUCTION SALES S n AX EXEMPTION CERTIFICATE CONTRACTOR NAME: DU.\iC SvYVYAW GjiN\\q1/4.X��� ADDRESS: LC* 50k\Th A\C\R CeLc y 41 Zk 5Z' -1v` -k (Check One) PRIME SUBCONTRACTOR FEDERAL ID#: Lkt-- 0'6,6 G\ o3cb PROJECT NAME: Pf 2V\ Q6\4\11\001(4 w&SV't. wk g s4.,AAt,.c,i �.,�f rx��.S;or PROJECT CONTRACT NO.: ` JZ RBP ■nO N OF WORK: ❑ Brickwork ❑ Carpentry n Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical Excavation/Grading Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond. n Landscaping ❑ Painting ❑ Paving n Plumbing n Roofing -Siding -Sheet Metal ❑ Windows n Wrecking -Demolition ❑ Other (Please specify) NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of .-1 dWc ) County of LY\N ) USS )ss 1. He is (Owner, Partner, Officer, , being first duly sworn, deposes and says that: \t epresentative or Agent) , of O�u�. � c,�nM� t� �^51��►a er-• I ed the attached Bid; , the Bidder tha 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) Title Subscribed and sworn to before me this 2:3 day of Acvs(- , 20121. My commission expires 409 itle ?JAI, DENISE FITZPATRICK o Commission Number 764410 _ My CQ is ion"xp es P i /owt 1 4 u MBE/WBE 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 MBE/WBE 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, MBE/WBE 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. "MBE/WBE 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) MBE/WBE 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 MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBENVBE business contacted: a. A copy of the bid received from the MBE/WBE, 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 MBEJWBE 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 firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm 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 • 11 MBE/WBE BUSINESS ENTERPRISE PRE-BID_,\CONTACT INFORMATION FORM Prime Contractor Name: —001/4vt_ -�UJ1M'i c_p.nS\�'t\ ,mac. Project: c\ GI... Letting Date: NO MBEIWBE 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: c Date: 8- Th --M SUBCONTRACTORPPL1CABLE: You are required, in order for your bid to be considered resp nsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This inform ion 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 th s Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications a d confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis arks, 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 beforeawarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith eff s to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S RE -BID MBE/WBE BUSINESS ENTERPRISE CONT TS Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted Cr `-'\?eVIrr atc\--nc., 8 -net kl0 titstis. A o Ckr G J v O sCIS ons- t tb %I" ` e- (64 (Form CCO-4) Rev. 06-20-02 To whom it may concern, Dave Schmitt Construction contacted the following companies in attempt to solicit bids: Culpepper Electric- Called/ No response Carter Electric- Called/ No response Tiedt Nursery (DBE)- Contacted/ Using quote in bid in the sum of $8570.00 Advanced Traffic Control (DBE)- Contacted/ Using quote in bid in the sum of $4000.00 Dave Schmitt Construction has made attempts to contact all known DBE/MBE/WBE subcontractors that are pertinent to this construction project. Thank you, John Berns, CEO BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Dave Schmitt Construction Company, Inc. as Principal, and United Fire & Casualty Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of Amount Bid Dollars ($ 5% ) 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 23rd day of August , 20 18 -, for F.Y. 2019 Waterloo Yard Waste Water and Sanitary Sewer Extension, Contract No. 952, City of Waterloo, Iowa 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 fun nishing 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 22nd day of August , A.D. 201 8 . DENISE FITZPATRICK Commission Number 764410 My Col emission Expires ga7/4 , - 04/24 Witness By Dave Schmitt Construction Com an Inc. (Seal) Principal United Fir Surety CIO/ Witness Attorney-io\Wi2(" -fact & Casualty Company (Seal) (Title) ;UNITED FIRE & CASUALTY COMPANY, -CEDAR RAPIDS, IA UNITED: FIRE.;: INDEMNITY COMPANY,; WEBSTER,1X FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company - See Certification) nquiries: Surety Department 118 Second Ave SE Cedar Rapids, <IA 52401 I NOW ALI . PERSONS BY THESE PRESENTS, That Ui ted Fire. &. Casualty Company, a cozpoifition;duly-.organized and existing raider thelaw$ of the State of Iowa; United;Fue & :hrcletririit Coni rani a con °oration>dul organized :and existing under the Taws of tlic State of. Texasand:. y l Y 1� ,. Y ... Fula iatiPkific Insitrarice Company, a'eorporation duly organized and existing tiirder the: laws ofthe State of California (herein collectively called:- the alled:the Companies), and havingtheir corporate headquarters in Cedar Rapids,:State of IIowa, dees:make constitute and appoint ROBERT L. KOLLSMITH JACQUELINE K. PETERS, DEBORAH D. HAHN,M. LYNN KIMBLE, SAMANTHA SPILMAN, JENNIFER LUSE, MYNDEE WALKER, LUKAS SCHRODER, JASON D. SMITH, JAMES M. SMITH, TIMOTHY J. FOLEY, KAREN S. LOPEZ, DAVID M. OWEN, MARK A.;,POLK,BRAD BENGTSON, EACH INDIVIDUALLY their hue and lawfiil' AttoneY(s)-u-Fact with power and author ht.: herebyconferred to sign, .;seal and exec to ir its behalfalllawful bonds, tuidettakings and other obligator ;instruments of siriiila nature xx�vided that no single obli �`ation shaltexcee 7 4 .Y 1 g d . $ 5 , 000 000.00: and :to bind the Companies: thereby 'eby as frilly and: to the same extentas ifst ch instruments were sig ed'bY Y the dial y authorized ai officers of the Codi nies p and all of the -acts of said, Attorney, pursuant to.the atitliority hereby given and hereby ratified and coiifnnied • The`Authority hereby gr anted' is contiintoiis and shall remain ai ftill`force and effect tirntit Fevoked by United Fire &`Casualty Coiupany,. United Fine & Indenmity 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, 20:13, by the Boards of • Directors of United Fire & Casualty Company, United Fire & Indetmnity 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 10;ti0, appoint'by written certificates;.attonneys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instnunents of like nature. The signatiireof 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, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companiiies, to be valid: acid binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subtecue the limitations: set of*, forth in tbeir.respecti e;certificates of authority shall have full power to bind the Companies by their signature and execution of any such i nstnunents land to attach the . seal die - . President . ,• Directors Companies all.power and auil ority._.: previously giver to any;attorney-in-fact. • 'CORPORATE y� b r (.% sEAI' r��. ea Q� \\ 101.4OCbrti to 44% o4- Zt o� CORPORATE • Ilanln11110 ti r State of Iowa, County of Linn, ss: '/'"�u�uunal"' 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 1 6 t h day of . November , 201:7 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COWAN By: On 16th day of November, 20.17, before me personal y came Dennis J. Richmann to me !mown, 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.:..Com an ,.:and a Vice. President of Financial Pacific Iris irauce Coin" an . the con orations : described ed in and which .execute � :. the above ins Burne its `that n d s r ,. he knows:; the :seal of <;said' corporations;: that:; tine seal affixed to ilio <said instrument >is. such corporate seal; that itwas so affixed pursuant to authority given.by the Board of Directors of_said cox orations and:that he signed his name thereto pursuant to like authority, and acla owledges,:same to be.the act and deed of said.corporations Vice President`' Patti Waddell Iowa Notarial Seal Commission number 713274 My. Commission: Expires 10/26/2019 Notary Public My conirnission: expires: 10/26/2019 I, any A. Bertsch; Assrstant.Secietary of United Fire & CasualtyCOMpa y arid Assistant Secretary of United Fire &<IndemnitY Company, . Com an and Assistant:-. Secretary.. of Financial Pacific: Insurance Cor parry, do hereby. certify:tlrat 1 have compared the foregoing copy of the Power of Attorney and affidavit and the copy of the Section ofthe'bylaws and resolutions Of said Corporations as setfoith;in said P.ower:of-Attorney, , with the ORIGINALS ON: FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that.:. the; same are correct. tt anscripts, ther eof, and: of the whole Of the: said originals, and that tine said Power of Attorney has not been revoked and is now in full force and effect. In test • on whereof I have here . its) st bscribed my name and affixed the corporate seal of the said Corporations • z this day. of CORPORATE s Assistant Secretary, UF&C & OF&I .& EPIC